HomeMy WebLinkAbout435931 THE GREEN PLAN INC - CONTRACT - BID - 6084 OLD TOWN SQUARE IRRIGATIONADDENDUM No 1
6084 Old Town Square Irrigation
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid 6084 Old Town Square Irrigation
OPENING DATE February 7 2008 (Our Clock) 3 00 p m
To all prospective bidders under the specifications and contract documents described above
the following changes are hereby made
REVISION
• Attached are revised sheets for the irrigation plan revision (drawings 1-5) based on pre -
bid questions
• Irrigation plan changes
1 Notes added clarifying use of conduit sweeps
2 Removal of master valve from drawing and text
3 Instructions for concrete boring intervals in walls
4 Instructions for staple spacing on dripperline
5 Notes have been added specifying schedule 80 fittings
• Other issues
o Response to question about a substitution for sand in the trench bed (Trenching
drawing attached) Respondents may also consider
Section 2300 Earthwork Part 2 Products 2 1 Sod Materials F Bedding Course
should be revised as follows
F Bedding Course Naturally or artificially graded mixture of natural or
crushed gravel crushed stone and natural or crushed sand ASTM D
2940 except with 100 percent passing a 3/8-inch sieve and 2 to
10 percent passing a No 100 sieve See revised trenching plan
o Response to question concerning the lack of valve boxes in some areas of the
Plaza
• We do not want valve boxes in areas where there is heavy pedestrian
traffic if we can help it The schedule 80 fittings will help with this
• Prebid Attendees list attached
Please contact John D Stephen CPPO CPPB Senior Buyer at (970) 221-6777 with any
questions regarding this addendum
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED
where renewal Is a way of life
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Old Town Square Irrigation
BID NO 6084
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
February 7, 2008 — 3 00 P M (OUR CLOCK)
where renewal is a way of life
notice to OWNER and CONTRACTOR m accordance
with paragraph 14 13 that the Work, is acceptable (except as
otherwise expressly provided in comectm with
Substantial Canpletion)
621 Safely Repremnsatwe
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the mamtairmg and supenua g of safety precautions and
programs
Hazard Commmnicanon Programs
622 GONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchanged between or among
employers at the site in accordance with laws or
Regulations
Fwwgenciea
623 In emergencies affecting the safety or protection of
persons or the Work or property at the sin, or adjacent
thereto CONTRACIOR, without special instruction or
authorization from OWNER a ENGNFFR is obligated to
act to prevent threatened damage injury or loss
(ONfRA(,TOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby If ENGINEER
determines that a change in the Contract Doceimmts Is
required because of the actions taken by CONTRACTOR in
response to such an emergency a Work Charge Directive
or Change Order will be issued to document the
cornsequerees of such action
6.0 Shop Dr wgsand&mrples
6 24 1 CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and apprev al in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 2 9) 4ll submittals
will be Identified as ENGINEER may require and in
the number of copies specified in the General
Requirements The data shown on the Shop Drawings
will be complete with respect to quanuucs,
dimensions specified performance and design criteria
materials and smidar data to show ENGINEER the
materials and equipment CONTRACTOR proposes to
provide and to enable ENGINEER to review the
information for the limited purposes required by
paragraph 6 26
6 24 2 CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with send accepted schedule of Shop Drawings and
Sample submittals Each Sample will be identified
clearly as to material. Supplier pertinent data such as
catalog numbers and the use for which intended and
otherwise as ENGINEER may require to enable
FNCINEER to review the submmil for the limited
16 WDC(JFNFAN, CONDITIONS 19104(19" E6hai)
w/ OrTY OF FORT COLLI NS MODIFICATIONS (RLV 4n ON)
popesea requred by paragraph 626 The numbers
of each Sample to be submitted wdI be m specified in
the Speoficatic s
6.25, Submittal Procedures
6 25 1 Before submitting each Shop Drawing or
Sample CONTRACTOR shall have determined and
verified
62511 all field measurements, qusntues,
danensaas, spxifed performarue mtma
msallatim reglnrements, armcrmfs, lens
numbers and sunder mfonnaUm wndn respect
thereto
62512 all materials with respect to intended
use tabncatior, sluppppiirg handling storage
assembly and umalletron pertaining to the
performance of the Work, and
62511 all I formation relative to
CONTRACfORs sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of comanohon and safety precautions
and programs incident thereto
CONTRACTOR shall also have reviewed and
worduated each Shop Drawing or Sample with other
Shop Dmwngs and Samples and with th,
requirements of the Work and the Contract
Documents
6 25 2 Each submittal will bear a stamp or Teethe
written mdicatm that CONTRACTOR has satisfied
CONTRACTORS obhgate4s under the Contract
Documents with respect to CONTRACTOR s review
and approval of that submittal
6 25 3 At the time of each submission,
CONTRACTOR shell give ENGINEER specific
written notice of such variations If any that the Shop
Drawing or Sample submitted may have from the
regiuements of the Contract Documents, such noun.
to be in a written communication separate from the
wbmital and, in addition, shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such vanatim.
626 ENGINEER will review and approve Shop
Drawugs and Samples m accordance with the sdiedule of
Shop Drawings and Sample submittals accepted by
ENGINEER w requaed by pmagmph 2 9 ENGINEER s
review and approval will be only to deten tame if the items
covered by the submittals wdl, after msallatm or
vuorporation in the Work, conform to the information
given in the Contract Documents and be compatible with
the design emo t of the completed Project as a
funcuug whole as mindicated by the Cmmmcl
Documents ENGINEERs review and apprT al will not
extend to mean% methods, techniques, sequences or
procedures of crostructm (except where a particular
means, method, technique sequence or procedure of
construction is specifically and eVmsdv called for by the
Contract Documents) or to safety precautions or programs
modem thereto The review and approval of a separate
item as such will not Indicate approval of the assembly in
whuch the item functions. CONTRACTOR shall make
corrections required by ENGINEER and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER on previous submittals
627 ENGINEFEs review and approval of Shop
Drawings or Samples shall not relive CONTRACTO
from responsibility for any venation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEERS attention to each such
variation at the time of submission as required by
paragraph 6 25 3 and ENGINEER has given written
approval of each such variation by a specific written
notation ihercof usorporated in a accompanying the Shop
Drawing or Sample approval nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6 2s 1
628 Where a Shop Drawing or Sample. is required by
the (ontract Documents or the schedule of Shop Drawing
and Sample submissions accepted by FNGTNEER as
required by paragraph 29 any related Work performed
prim to FNGINEbRs review and approval of the pertment
submittal will be at the sole expense and resposlbllity of
CONTRA( TOR
(Manmrtg the Work
629 CONTRACTOR shall cany on the Work and
adhere to the progress schedule during all disputes or
disagreem its wah OWNER No Work shall be delayed or
Postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15 s or as
OWNER and CONTRACTOR may otherwise agree in
writing
630. CONTRACTOR s General Warranty and
GLarantee
b 30 I CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGINEERs Clmsularas
that all Work will be m accordance with the Contract
Documents and will not be defective
CONTRACTORs warranty and guarantee hereunder
excludes defects or damage caused by
6 30 1 1 abuse modification or =proper
maintenance, or operation by persons other than
CONTRACTOR Subcontractors or Suppliers, or
63012 normal wear and tear under normal
usage
6302 CONTRACTORS obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute None of the following
will constitute an acceptance of Work that Is not in
EICDCOENERAL CONDITIONS 1910-8 (19W Edum)
w/ CITY OF FORTCOLLINS MODIFICATIONS (REV 412000
accordance with the Contract Documents a a release
of CONTRACTORS obligation to perform the Work
in accordance with the Contract Documents
63021 observations by ENGINEER
6 30 2 2 recommendation of any progress or
final payment by ENGINEER
63023 the Tswana of a ontiicate of
Substantial Complefion or arty payment by
OWNER to CONTRACTOR under the Contract
Documents
63024 use or occupancy of the Work or any
pan thereof by OWNER
63025 any acceptance by OWNER or any
fade to do so
63026 any review and approval of a Shop
thawing or Sample submittal or the Issuance of a
notice of acceptability by FNGINEFR pursuant
in paragraph 1413
63027 any Irspecoon, test or approval by
others or
63028 any correction of defective Work by
OWNER
Tndemnifroaam
631 To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall Indemnify and hold
harmless OWNER, ENGINEER, ENGINEERS
Consultants and the officers, dacctors, employees, agents
and other consultants of each and any of them from and
against all dames, cods, losses and damages (including
but rot limited to all fees and charges of engineers,
architects, attorneys and other professionals and all court
or substratum or other dispute resolution coals) caused by
anst% out of a resulting from the performance of the
Work pros ded that any such claim cost, less or damage
(I) is attributable to boddv myury sickness disease a
death or to Injury to or destruction of tangible pror
(other than the Work Itself) including the loss of use
resulting therefrom and (it) Is caused in whole or in pan
by any negligent act or o mason of CONTRACTOR any
Subcontract" any Supplier arty person or organwation
directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any
of them may be liable regardless of whether or not caused
In pan by any negligence or anisson of a person or entity
indemnified hereunder a whether liability is Imposed
upon such Indemnified party by Laws and Regulations
regardless of the negligence of any such person a entity
632 In any and all clams against OWNER or
ENGINEER or any of then respeo.tive consultants, agents,
officers, directors or employers by any employee (or the
survivor or personal representative of such mployce) of
CONTRACTOR my Subcontractor any Supplier any
person or orgammbon directly or indirectly employed by
17
anv of them to perform or furnish any of the Work or
anyone for whine acts any of them may be liable the
indemnification obligation under paragraph631 shall not
be limited in any way by any lunitahon on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor Supplier or
other person or organization under works& compensation
acts, disability benefit acts or other employee benefit acts
633 The indemnification obligations of
CONTRACTOR wrier paragraph 631 shall not extend to
the lability of ENGINEER and ENGINEER s Corsutam%
officers, directors, employees or agents mused by the
professional neghgrnce, errors or omissions of any of than
Sunatel ofOdrgaaonx
634 All representations, indcmmficauons, warranties
and guarantees made in. required by or given in accordance
with the Contract Documents, as well as all commuing
obligations indicated in the Contract Documents, will
smwe final payment, completion and acceptance of the
Work and termination or completion of the Agreement
ARTICI F 7—OTHER WORK
Related Wm* at Site
71 OWNER may perform other work related to the
Project at the sne by OWNERs own forces, or let other
dared contracts therefor which shall contain Creneml
Conditions similar to these or have other work performed
by utility owners If the fact that such other wok is to be
performed was no notLd in the Contract Documents, then
(i) written notice thereof will be given to CONTRACTOR
prior to starting arty such other work and
(u)CONTRACTOR may make a claim therefor as
provided in Arnclrs 1 I and 12 ifCONTRACTOR believes
that such performertee will involve additional expense to
CONTRACTOR or requires additional time and the parties
ate enable to agree as m the amount or extent thereof
72 CONTRACTOR shall aRord each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER if OWNER is performing the
additional work with OWNERS emplcyees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipment and
the execution of such other work and shall properly connect
and coordinate the Wok with thews Unless otherwise
provided in the Contract Docuatems, CONTRACTOR
shall do all cutting, fitting and petehug of the Work that
may be required to make its several parts cone together
properly and tntegrme with such other work
CONTRACTOR shall it endanger am work of others by
cutting. excavating a otherwise altering their work and
will only cut or alter thaw work with the written consent of
ENGINEER and the others whose work will be affected
The dun« and responsibilities of CONTRACTOR under
this paragraph are or the benefit of such utility owners and
other contractors to the extent that there are comparable
is ErCDC OLNERAL CONDITIONS 19104(1990 E&M)
w/ CITY OF FORT COLL1 NS MODIFICA ICONS (REV 4200m
provisions for the benefit of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractors
73 If the proper cxecutuorn or results of any part of
CONTRACTORS Work depends upon work performed
by others under this Article 7 CONTRACTOR shall
inspect such other work and promptly report to
ENGINEER m wrung wry delays, defects or defrnencres
in such other work that render it unavailable or urwutablc
for the proper execution and results of CONTRACTORS
Work CONTRACTORS feline so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTORS Work
except for Intent or inapparent defects and deficiencies
in such other work
Coord6zaaun
74 If OWNER contracts with others for the
performance of other work on the Project at the site the
following will be set forth in Supplementary Conditions
7 4 1 the pason, firm or corporation who will have
authority and responsibility fa coordination of the
can rues among the vanous prime contractors will be
identified,
742 the v iscific matters to be covered by such
authority and respwwbdttywillbe itemized and
743 the extent of such authority and
responsibilities will be provided
Unless otherwise provided in the Supplemenmn
Conditions OWNER shall have solo authority and
responsibility in respect of such coorduation
ARTICLE 8-OWNER S RESPONSBO,IIIES
81 Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER
82 In case of termination of the employment of
ENGINEER, OWNER shall appoun an engineer aghast
whose status under the Contract Documents shall be that
of the former ENGINEER
83 OWNER shall furnish the data required of
OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly when
they are due as provided in paragrapls 14 4 and 14 13
84 OWNCRs duties in respect of providing lands
and casements and providing enguwmm g sduveys to
establish reference points we set forth inparagraphs 4 1
and 44 Pamgmph42 refers to OWNERS rdemilyng
and making available to CONTRACIOR copies of
reports of expkastioas and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents
96 OWNER is obligated to execute Change Orders as
mdcated in paragraph 10 4
87 OWNERs respormbnhty in respect of certain
inspections, tests and approvals is set forth in
paragraph 13 4
88 In connection with OWNERS right to stop Work or
suspend Work we raphs 13 10 and 15 1
Paragraph 152 deals with OWNERS right to tennmate
services of CONTRACTOR under certain circumstances
89 The OWNER shall no supervise direct or have
control or authority over nor be responsible for
CONTRACTOR s means, methods, techniques, sequences
o procedures of construction or the safety precautions and
programs incident thereto or for mw failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or performance of the Work
OWNER will not be resposiblc for CONTRACTORS
fnlurs, to p lmon or fumsh the Work in accordance with
the Contract Documents
Mangemems—have been -made -to mtisfr AW?J6Rs
respo bdn3:!respect 41W00.14-be asset-fenh.411.
St ppwamfa%CutdarenE
ARTICLE 9—ENGINEER S STATUS DURINC
CONSTRUCTION
OWNER s Representaave
91 ENGINEER will be OWNERs representative
during the construwon period The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNERS representative during
construction we set forth in the Contract Documents and
shall not be extended without written conunt of OWNER
and ENGINEER
I'mis to Sde
92 ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction as
ENGINEER deans necessary in order to observe as an
experienced and qualified design professional the progress
EICDC NH CONDRIONS 19104 (1990Edam)
w/ QTY OF FORTNLUM MODIFICATIONS (aEV 42000)
that has been made and the quality of the various aspects
of CONTRACTORS executed Work. Based on
information obtained during such visits and observations,
ENGINEER will endeavor for the benefit of OWNER to
determine in general if the Work Is proceeding in
accordance with the Contract Documents ENGINEER
will not be required to make exhaustive or axutinuous on
site inspections to Jack the quality or quantity of the
Work ENGINEERS efforts will be directed toward
providing for OWNER a greater degree of amfidmce that
the completed Work will conform generally to the
Contract Documents. On the basis of such vents and on -
site obwrvattos, ENGINEER will keep OWNFR
informed of the progress of the Work and will endeavor to
guard OWNER against defecirve Work ENGTNEERs
visits and on site observations me subject to all the
limitations on ENGINEERs authonly and responsibility
set forth in paragraph 913 and parhmlarl but without
limitation, during or as a resuh of ENGINEERS onsitc
visits or obwxvatois of CONTRACTORS Work
ENGINEER will not supervise, direct, control or have
authority over or he responsible for CONTRACTORS
means, methods techniques, sequences or procedures of
corstnuclmr. or the safety precautions and programs
incident thereto or Car any failure of CONTRACTOR to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work
f'rgect Represexmnsa
93 If OWNER and ENGINEER agree bNGINEER
will furnish a Resident Project Reprewmative m assist
ENGINEER in providing more continuous observation of
the Work The resposiblities and authority and
limitations thereon of any such Revident Project
Representative and assistants will be as provided in
pamgmpps 9 3 and 913 and •n tar— ,-T
Ceraktams of these General Conditions If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEERS Consultant
agent or employee. the reiVonsibrhties and authority and
limitations therein of such other pemon will be as
provided m carataaoh 9.3
931 The Representatives deeWss mmatters
pertaming to the on -ante work wdL m be with
the ENGINEER and CONTRACT R Bul_ the
ReWwritatwe will kegp_the OWNER,.prgput
advised about such matters The Re Twerwitives
dealmes with subcontractors wdl only be —through or
with the full knowheige and _ sip oval of the
CONTRACTOR
932 Dupes and Resnomtbnhties Representative
vnll
9321 Sdadulas Review the nrayseca
It!]
schedule and other schedules oretnred by the
CONTRACTOR and console with Ilte
ENGINEER concewig accetAability
9 3 2 2 Cnmferentces and Meetme Attend
means" with the CONTRACTOR such as
Pr run conferensm propgess meet=
and other iob om&retxes and meoare and
arculate CDMM- of mmuies of inecums
9323 Liasson
93231 Serve as ENGINEERS Imtson
with CONTRACTOR wcslwta autctndly
through CONTRACTORS supenraetdem in
asnst the CONTRACTOR in undestandim
the Contract lam mrents
932 3 2 Assist m obtatnmg from OWNER
addt4ael details or mfamation when
milurcti for nrp exanition of the Work
932.33 Advise the ENGINbER and
CONTRACTOR of the commencanent of
am Work nVir rie a Shop Drawing a
sample submission if the submission has not
Ixm apgoved by,the FNCINEER
93 2_4,i3s3"-A-W-Qrk_8glectta( of Defesllve
Work -inspections and Twin
93241 Conduct on -site observations of
dre Work in p egress to itenst the ENGINEER
in C14C N�iwing the Wad, % n�tcttdmg m
arxordance with the Contmet Documents
93243 Accomoanvytsitm ms cctors
r wentme public a other a encies havin
Lsdtenon ova Rotect raord the results
of these vispectiors and report to the
ENGINEM
9325 _ Inerraemtim of Contract
Docmnents Report to ENGINEER when
clarifications and ndei etattons of the Contend
IMcumems are needed yid trensmnt to
NT o TOR gaurdii;ation OW in ctteLtm
of the Cantmet. Documents as issued by the
fa• t• agt
9326 Modifications Consider and
evaluate CONTRACTORS snggesnore fa
EKDCOENF]tAt CONDIT10Na 19l0R (1990Ed txu)
20 -10OFFORTC UINSMOt)MCAnOMatEV420o0)
modlficatlon in Dmwmu or bpectfications and
report these rMmmerslettoiss to ENGINEER
Acpunklyd to CONTRACTOR
de MV sssuedtmnsnby the ENGINEER
9327 Records
9328_Roxm
9 i18.,J__�ur�Ish LNS'I R_pfflp k5
rapogs as requved of the RrWess of the
Work _and of tlx_ CONTRACTORS
c4naiincf Wm the-Omm T9he9ule and
sdiedule of s)M Dmwara and sample
Sin�D MIS
9_37122._S4tk&tt with IN� tSE�_rn
advaMC of=hey !bpp ma,� tm tes
msoecuorss or start of unoortant ohases of the
Wale
932.83 Don@ prwcsed Cliame Orders
and_ Work Directive Changesi_obtamman
b(wkaD malend from the CONTRACTOR
and recommend to ENGINEER Chase
Orders. Wale_ DRCc11Ve Cbames snd field
orders
93284 Repot mmedtately to
ING]NEER and OWNER the acciareKe of
arty accident
9329 Nvmcrd Requests. Review aml cations
fa In mein with CONTRACTOR fa mmphana
with the established oocedure for thou
submission and forward with recommendation m
ENGINEER notnre oad1Cularly the relattonslup of
the payment reautsted o the schedule of valees
work completed end materials end egwwnent
delwered m the 9tC I)Ut rest alCm9LM N tltc
Work
9 3 2 10 ConiyIg jon
932101 Before ENGINEER issues a
Cat (hSate of Substantial Cana fta submit
o CONTRACTOR a Iva of observed items
requiring oerrecdon or completion
932102 Conduct final inspection in the
company of the ENGINEER OWNER and
CONTRACTOR and prcparc a final lest of
Items o be corroded or completed
932103 Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concemna accemance
933 1 m triton of Authority The Representative shall
not
9331 Audwis any_devattom from the
Contract Documents or accent any subs[ tote
mgt4.piilbs or €VujnslS urtless who➢7&d ¢y-ft
FNCriNEFR
9332 Exceed himutbons of FNGINF3+R S
authonry as set forth in the Contract Documents
9333 Undertake any, cif the responslbtlrties
of the CONTRACTOR. Subcontractors or
CONTRACTOR $ Vpenrnaldsnt
233 _tidvi-�,:- QA or_i _e d3f4Fttp3 £f€W9ve
to or assume control over any aspect of the
means, methodg_techruates,_ gauences or
pJ9ce�ufe�for Gontnu�ll unless such 44
specif cally_called for m the C_onVact Documents
9335 Advise on or issue directions
Ieaardure. or ROUA—c9ng91 over —LAI '
precautions ant promams m conrcchpns"nh the
Work
9336 —Shop Ihawmes or sample
submittals CTORfrom anvone other than the
CONTRA
9337 Authorize OWNER o occupy the
Work in whole or in Dent
9338 Participate m_ e;Pcialzed field or
labomtory tests or m wedions =dueled by others
ice as soenfiia� authonzed by the
ENGINEER
Clatfnennans and Interpretations
94 ENGINEER will issue with reasonable promptness
such written ekrnticanons or mterpretancats of the
UCDCOENEL-LC NDIMON319104(1990Edam)
w/ a7Y OF FORT ODUJM MODMCA110M ptEV 412000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary which shall be cormstent with the intent of and
reasonably inferable frtan the Contract Documents Such
written clarilicabons and interpretation; will be banding on
OWNER and CONTRACTOR If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Term and the parties are unable to agree
to the amount or extent theeoC, if cry OWNER or
CONTRACTOR may make a wither, clan therefor as
provided in Article 11 or Article 12
Authrntzed Lanaftans ra Work
95 bNGINEER may authorize minor variations in
the Work from the roquuements of the CmtmcL
Documents which do not twelve an aluament in the
Contract Price or the Cmlmct Timm and are compatible
with the design concept of the completed project as a
functioning whole as indicated by the Contract
Documents Those maybe accomplished by a Field Order
and will be binding on OWNER and also tin
CONTRACTOR who shall perform the Work involved
promptly If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Comma Price or
the Contract Timm and the parties are unable to agree as
to the amount or went thereof OWNER or
CONTRACTOR may make a written clan therefor as
provided in Article I I or 12
Ryedwg Defemve Work
9 b hNCINFhR will have authority to disapprove or
reject Work which ENGINEER believes to he defective
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents, ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13 9 whether a not the
Work its fabricated vsralled or completed
Shop Drawmgs Change OrdersandPajnxean
97 In connection with ENGINEERs authmty as to
Shop Dmwmgs and Samples, we paragraphs 6 24 through
6 28 inclusive
98 In connection with ENGINEERS authority as to
Charge Orders, see Articles 10 11 and 12
99 In connection with ENGINEERS authority as to
Applications for Payment, we Article 14
Determinations for Umt Pness
9 10 ENGINEER will determine the actual quantities
and clas9figatinxa of Unit Price Work performed by
CONTRACTOR ENGINEER will review with
CONTRACTOR the ENGINEERs preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
for Psyment or otherwise) ENGINEER s written decision
thereon will be foal and binding upon OWNER and
CONTRACTOR unless, within tan days after the date of
any such decision, either OWNER a CONTRACTOR
delivers to the other and to ENGINEER written nonce of
intemon to appppresal fremn ENGINEER s decision and (i)an
appeal from INCINEERs decision is taken within the time
Worts and in accordance with the procedures set forth in
Exhibit GC A. Dispute Resolution Agreement entered
role, between OWNER and CONTRACTOR pusiant to
Article 16 or (n) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appeahig patty in a Contra of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to FNGWEERs decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR Such appeal will not be subject to the
procedums of paragraph 911
Decisions on Du7naes
()It FNGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder Claims, disputes and
other matters relating to the aaeptabihty of the Wok or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and hanishmg of
the Work and chums under Articles 1 I and 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph
Written notice of each such claim dispute or other matter
will be delivered by the claimant to ENGINEER and the
Other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise thereto and written supporting data will
be submitted to FNGWFER and the other parry wit un
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of nine for the
submission of additional or mom accurate data in support
of such claim dispute M Oder matter The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows addihoal time)
ENGINEER will render a formal decmon in writing within
Unity days after receipt of the opposing parry s submittal if
any in accordance with this paragraph ENGINEERS
written decision on such claim dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless () an appeal from ENGINEERS decision is taken
within the time limits and in accordance with the
procedures set forth in EXHIBIT GC A Dispute
ResolutionAgreement entered mtobetweein OWNER and
CONTRACTOR pursuant to Article 16 or (n) if no such
Dispute Resolution Agreement has been entered into a
written notice of intention to appeal from ENGINCERs
written decision is delivered by OWNER or
CONTRACTOR in the other and to ENGINEER within
thirty days after the date of such decision and a formal
proceeding s instituted by the appealing party in a forum of
compoma jurisdiction to exercise such rights or remedies
as the appealing patty may have with respect to such claim
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
22 EICDCOENERALCONDITION319104f 0990&ham)
wf C17Y OF FORT COLLIM MOMCATIONB 6tEV 441000)
deceaon unless otherwise agreed in wnttrg by OWNER
and CONTRACTOR
912 When funchcnmg m interpreter and judge under
paragraphs 910 and 911 ENGINEER will not show
ryutmlity to OWNER or CONTRACTOR and will not be
Labe in connection with any interpretation or decmon
rendered in goad faith in such capacity The rendering of
a decision by ENGINEER pursuant to paragraphs 9 10 or
9 11 with respect to any such clams dispute or other
matter (except any which have been waived by the mating
or acceptance of foal payment w provided in
pamgmph E415) will he a condition precedent to any
exerese by OWNER or CONTRACTORof f such rights or
remedies as either may otherwise have under the Contact
Documents or by Laws or Regulations in respect of arty
such clam dispute or other mattes-p Mtak-}4
913 Lrnuarsons or &%GINEERs 4athonty and
Responadhrres
9131 Neither ENGINEERS authority or
responsibility under this Article 9 or under any other
provision of the Contract Documents no any decision
made by ENGINEER in good faith other to exercise
a not exercise such authority or resp raid lity or the
undertaking exercise or performance of any authority
a responsibility by FNCrINEFR shall curter impose
a give rise to any duty owed by ENGINEER to
CONTRACTOR, any Subcontractor any Supplier
any other person or organization, or in any surety for
or employee or agent of any of then
9 13 2 EN( WEER will net supervise direct
cumrol or have aurhaay over or be responsible for
CONTRACTORS meam methods, techmqum
si.quences or procedures of cai4hllctnon, or the safety
precautions and programs incident thereto or far any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the furmsiuig or
performance of the Wort. ENGINEER will not be
responsible for CONTRACTORS failure to perform
or funntsh the Work in accordance with the Contract
Documents.
9 13 3 ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of arty
Subcontractor any Supplier or of any other person or
crganizanon performing or furnishing any of the
Work
9134 ENGWIil;Rsreviewofthe firml Apphcmean
for Payment and accompanying documentation and
all maintenance and operating instructions, schedules,
guarantees. Bonds and certificates of inspection tests
and approvals and other documentation required to be
delivered by paragraph 1412 will only be to
determine generally that their content complies with
the requirements of and in the case of cerificates of
inspections, tests and approvals that the results
certified indicate complance with, the Contract
Documents.
9 13 5 The limitations upon authority and
responsdnhty set forth in this paragraph 913 shall also
apply to ENGINEERs Co sulmms, Resident Project
Representative and assistants
ARTICLE 10 -CHANGES IN THE WORK
101 Without mvabdatus the Agreement and without
notice to any surety OWNER may at any time or from
time to lime order additions deletions cr revisions in the
Wok Such additions, detetios a revisions will be
authorized by a Written Amendment, a Charge Order a a
Work Change Dnective Upon receipt of any such
doeurrent, CONTRACTOR shall promptly proceed with
the Wok involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided)
102 If OWNER and CONTRACTOR arc unable to
agree as to the extent if any of an adjustment in the
Contract Ricca an adjustment of the Contract Tunes that
should be allowed as a result of a Work Change Directive
a claim may he made therefor as provided in Article I I or
Article 12
103 CONTRACTOR shall not be rimed loan imram,
in the Contract Price a an extension of the Contract Times
with aspect to any Work performed that is not required by
the Contract Documents as amended, modified and
supplemented as provided in paragraphs 3 5 and 3 6 except
in the case of an emergenc) as provided in paragraph 6 23
or in the rase of uncoverug Work as provided in
paragraph 119
104 OWNER and CONTRACTOR shall cNecute
appropriate Change Orders recommended by ENGINEER
(or Written Amendments) covering
1041 changes in the Work which are (h) ordered
by OWNER pursuant to paragraph l01 (a)required
because of acceptance of defective Wok under
paragraph 13 13 or Corr cmg defectim Work under
paragraph 13 14 or (a) agreed to by the parties
1042 changes in the Contract Price a Contract
Times whom we agreed to by the parties and
1043 changes in the Contract Price or Cotmact
Tunes which embody the substance of any written
decision rendered by ENGINEER pursuant to
paragraph 9 11
provided that in lieu of executing any such Change Order
an Appeal may be taken from any such decision in
accordance with the provisions of the Contract Docmnens
and applicable Laws and Regulation, but duraig any such
apoeal CONTRACTOR shall on the Work and
adhere to the progress schedule as provided in
paragraph 6 29
10 i if not ce of any change affecting the general scope
of the Work nr the provisions of the Contract Documents
(including, but not limited to. Contract Price a Contract
Tanis) is required by the provisions of any Band to be
given to a surety the gwmp of any such notice will be
CONTRACTORS respmsibdtty and the amount of each
applicable Bond will be adjusted accordingly
ARTICI L 11—CHANGF OF CONTRACT FRICF
11 1 The ( ontract Pia constitutes the total
compensation (subject to authhonzed adjustments) payab4.
to CONTRACTOR for performing the Work All duties
respoaibilmes and obligations assigned to a iudertaken
by CONTRACTOR shall be at CONTRACTOR s expense
without change in the Contract Price
112 The Contract Price ma) oniv be changed by a
Change Order or by a Written Amendment Any claim
for an adjustment in the Contract Pnce shall be based on
written notice delivered by the perry making the clan to
the Other party and to ENGINEER promptly (but in no
event later than thirty days) after to start of the
occurrence or event giving rue to the clam and stating the
general nature of the clan Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
ENGINEER allows additional time for claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimants written statement
that the adjustment churned covers all known amounts to
winch the claimant is emtled as a result of said
occurrence or event AU clams for adjustment in the
Contract Price shall be determined by ENGINEER in
with paragaph 9l l hf OWNER and
CONTRACTOR carrot otherwise agree on the amount
invoked No clam for an adjustment in the Contract
Pnce will be valid of not submitted in accordance with this
paragraph 112
113 The value of am, Wok covered by a Change
Order or of any claim for an adjustment in the Contract
pia will be determined as follows
113 1 where the Wok involved a covered by unit
pnoes contained in to Contract Documents, by
apphwuon of such unit prices to the quantities of the
items involved (subject to the provisions of
ElCOC4ENFRAL 001,C01MOM 19104 Om Edtwi) 23
w/aTYOFFORTO M[MMO Mff `r1OM042m0m
paragraphs 1191 through I 1 9 3 inclusive)
I132 where the Work involved is not covered by
unit pnces contained in the Contract Documents, by a
mutually agreed payment basis, uxhdng lump sum
(which may include an allowance for overhead and
profit net necessarily in accordance with
paragraph 116 2)
113 3 where the Work involved is not covered by unit
prices contamed in the Contract Documents and
agreement to a lump am is nor reached order
paragaph 113 2 en the basis of the Cod of the Work
(determined as provided in paragraphs 114 and 11 5)
plus a CONTRACTORS fee for Overhead and profit
(detennmed as provided in paragraph 11 6)
Cost ofifre Wrxk
114 The term Cat of the Work means the sum of all
costs necessarily incurred arid paid by CONTRACTOR in
the proper performance of the Work Except as otherwise
may be agreed to in wrong by OWNER, such costs shill
he in amounts no higher than those prevailing in the
locality of the Project, shall include only the following
items and sled] not include any of the costs itemized in
paragraph 11 5
1141 Paroll costs for employees in the direct
employ of CONTRACTOR in the performance of the
Work under schedules of job class(fimtiais agreed
upon by OWNER and CONTRACTOR Such
employees shall include without limitation
superintendents, foremen and other persormcl
employed full time at the sitL Payroll costs for
employees not employed full tune on the Work shall
b. apportioned on the basis of their Lane spent on die
Work Payroll costs shall irtelud a burnt be limited to-
salaries and wages plus the cost of fringe benefits
which shall include social security contribution&
unemployment, excise and payroll tares, workers
compensatrom health andmWemerst benefitkbenusev
applicable thereto
The expenses of performrg Work after regular
working hours, on Saturday Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER
11 4 2 Cod of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof and Suppliers' field
services regtired in connection therewith All cash
discounts stall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
whoh to make paymems, in which case the cash
discounts shall accrue to OWNER All trade
discounts rebates and refunds and returns from sale of
surplus materials and equipment shall accrue to
OWNER and CONTRACTOR shall make provisions
so that they may be obtained
114 3 Paymments made by CON 1 RACIOR to the
Subcontractors fa Weak performed Or furnished by
Subcontractors If required by OWNER
24 E VC OENaM CONDi11OM 19104(1990Ed11M)
w/ CITY OF FORT �W NS MODIICA TIONS (REV 4n00a)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine with the advice of
ENGINEER, which bids, if any will be accepted If
any subcontract provides that the Subcontractor is to
be pad on the base of Cost of the Work plus a fee
the Subcontractor's Cost of the Work and fee shall be
determined in the same manor as CONTRACTORS
Cost of the Work and fee as provided in
pnagaphs 11 4 115 116 and 117 All
subcontracts shall be subject to the other provisions of
the Contract Doaiments insofar as applicable
114 4 Costs of special consultants (including but
net limited to engineers architects, testing
labontaies, surveyors, attorneys and accoudards)
employed for services spenfically related in the
Week
1145 Supplemental costs includrg the follow i g
11451 The proportion of necessary
transportation, travel and subsidence expenses of
CONTRA( TORs employees incurred in
discharge of dunes connected with the Work
11452 Cad, including transportation and
maintenance of all materials, supphee,
equipment, machinery appliances, office and
temporary facilities at the site and hand tools net
owned by the workers, which arc consumed in the
performance of the Work and cad less maker
value of such items used but not aaiisumed which
remain the property of CONTRACTOR
11453 Rentals of all construction
equipment and machinery and the parts thereof
whether rented firm CONTRACTOR a oilers in
accordance with rental agreements approved bj
OWNER with the advice of ENGINEER and the
coats of transportation loading unloading
installation, dismantling and removal thereof —all
in accordarico, with terms of sad rental
agreements The rental of any such equipment
machinery or parts shall cease when the use
thereof is ro longer necessary for the Work
11454 Sales, consumer use or similar taxes
related to the Work and for which
CONTRACTOR a liable imposed by Laws and
Regulations,
11455 Deposits lost for causes other than
negligence of CONTRACTOR any
Subcontractor in anyone directly or indirectly
employed by any of them or for whose acts arty
of them may be liable and royalty payments and
fors for permits and licences.
11456 Losses and damages (anal related
expenses) caused by damage to the Work net
camper Bated by insurance or Otherwise sustained
by CONTRACTOR in connection with the
performance and famishing of the Work (except
losses and damages within the deductible amounts
of property uwaance established by OWNER m
actor with paragraph 59)t provided they
have resulted from causes other than the
rneyligence of CONTRACTOR any
Sub6caumdar or anyone directly or indirectly
employed by any of them a for whose acts any of
them may be liable Such losses shall include
settlements made with the written consent and
approval of OWNER No such losses, damages
and expenses shall be included m the Cam of the
Work for the purpose of determining
CONTRACTORS fee IC however any such loss
Or damage requires reconstruction and
CONTRACTOR is placed an charge thercok
CONTRACTOR shall be paid lor services a fee
Proportionate w that stated in paragraph 116 2
11457 Fhc am of utilities. fuel and sanitary
facilrltes at the site
11458 Mmor expenses such as t legrams,
long distance telephone calls, telephone service at
the site expressage and similar petty cash items in
connection with th, Work
11459 Cost of premiums for additional Borx6
and insurance required because of changes in the
Work
115 The team Cost of the Work shall not include any of
the following
1151 Payroll arils and other compensation of
CONTRACTORS officers, executives, principals (of
partnership and sale proprietorships) general managers,
engineers architects, estimators, attorneys, audttas,
accountants, purchasing and contracting agents
expediters, tunekeepers, clerks and other pr.rsonncl
employed by CONTRACTOR whether at the site or an
CONITRACfORs principal a a branch office fm
general administration of the Work and rot specifically
included in the agreed upon schedule of lob
classifications refericd to in paragraph 11 4 1 0
spectfically covered by paragraph 114 "ll of which
are to be considered administrative costs covered by the
CONTRACTORsfee
11 52 Expenses of CONTRACTORS principal and
branch offices other than CONTRACTORs office at
the ate
1153 Any pan of CONTRACTOR's capital
expenses, including interest on CONTRACTORS
capital employed fa the Wok and charges against
CONTRACTOR for delinquent payments
1154 Cost of premiums for all Bonds and for all
immmas whether or not CONTRACTOR is required
by the Contract Daamnents to purchase and marmam
the same (except for the cost of premiums covered by
subparagraph 114 5 9 above)
115 5 Casts due to the negligence of
CONTRACTOR, any Subcontractor or anyone
directly car udaectly employed by anyy of than or for
whose ads any of them may be hable including but
not minted to the correction of defectme Work
I of materials or equipment wrongly supplied
a makirg good any damage to property
I t s 6 Other overhead a general expense costs of
any kiss and the ousts of any itan not spalfic illy and
expressly included in paragraph 114
116 The CONTRACTORS fee allowed to
CONTRACTOR fur overhead and profit shall be
determined as follows
1 l 6 1 a mutually acceptable fixed fee or
116 2 if a fixed fa is not agreed upon, then a fee
based on the tollowmg percentages of the various
portions, of the Cos of Work
11621 for costs incurred under
paragraphs 1141 and 11 4 2 the
CONTRA(?OR s fee shall be fifteen percent
11622 for costs mcurred under
paragraph 11 43 the CONTRACTORS fee shall
be five percent
11623 when one or mac hers of
subcontracts are on the basis of Cost of the Work
plus a fee and no lca d fee as agreed upon, the
intent of pa igraphs 114 1 114 2 114 3 and
11 6 2 ns that the Subcontractor who actually
performs or funushes the W ork at whatever tier
will be paid a fee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
114 1 and 114 2 and that any higher ner
Subcontractor and CONTRACTOR will each b,
paid a fee-of�fwe percent of -tine amount paid -to
the-ne4lower� to be n�onated
to euod faith wilt the OWNERS n442�€e
five percent of the amrnut�d to the next lower
44f-$utKMtM Qr
11624 no fee shall be payable on the bums
of curls itemized under paragraphs 1 l 4 4 l 1 4 5
and 11 5
11625 the amount of credit to be allowed
by CONTRACTOR to OWNER for any chart
which results m a net decease m cost %ill he the
amount of the actual net decrease in cost plus a
deduction in CONTRACTORS fee by an amount
equal to Eve percent of such net decease and
11626 when both addition; and credits me
involved in an ale charge. the adlusEnt m ne
CONTRACTORs fee shall be computed on the
basis of the net change in accordance with
paragraphs 116 2 1 through 116 2 5 mclusrve
117 Whenever the cost of any Work is to be
5JMCGSNMt CONDITIONS 19108(19" EAam) 25
wfaTY OF FORT WLLINS MODM(IATIONS(REV 42000)
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020 Notice Inviting Bids
00020-1 - 00020 2
00100 Instruction to Bidders
00100-1
001009
00300 Bid Form
00300-1
00300-3
00400 Supplements to Bid Forms
00400-1
00410 Bid Bond
00410-1
004102
00420 Statements of Bidders Qualifications
00420-1
004203
00430 Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500
Agreement Forms
005001
00510
Notice of Award
005100
00520
Agreement
00520-1 - 00520 6
00530
Notice to Proceed
00530-1
100600
Bonds and Certificates
00600-1
00610
Performance Bond
00610 1
00610-2
00615
Payment Bond
006151
00615-2
00630
Certificate of Insurance
006301
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release(Contractor)
00650-1
006502
00660
Consent of Surety
00660-1
00670
Application for Exemption Certificate
006701
006702
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
detemuud Pursuant to pamgmphs 114 and 115
CONTRACTOR will establish and maintain records
thereof in accordance with generally acceaccounting nted
practices and submit in form acceptable to GINEER an
itemized cost breakdown together with supportug data
Cash AUowances
118 It is understood that CONTRACTOR has included
in the Contract Prig all allowances ao named in the
Contract Documents and shall cause the Work so covered
to be furnished and performed for such sums as may be
acceptable to OWNER and ENGINLER CONTRACTOR
agrees that
1181 the allowances include the cost to
CONTRACTOR (less any applicable trade discounts)
of materials and equipment regmred by the allowance
to be delivered at the site, and all applicable taxes and
118 2 CONTRACTOWs coats for ualoadi g and
handling on the me labor installation toms overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract price
and not in the allowances and no demand for
additional payment on account of any of the foregoing
will he valid
IPrior o feel payment an appropriate Change Order will be
. as recommended by ENGINhbR to reflect actual
amounts din CONTRAC rOR on ncmunt of Work covered
by allowance; and the Cmtram Price shall be
correspondingly adjusted
119 flat Puce Work
I 1 9 1 Where the Contract Documems pro, de that ill
or part of the Work is to be Unit Price Worl- initially
the Contract price will be deemed to include for all
Unit Rice Work an amount equal to the sum of the
established unit prices for each separately identified
Ac m of Unit Price Work tunes the estimated quantity
of each item as indicated in the Agreement The
cmunated quantiues of ib,ms of Unit Prig. Work are
not guaranteed and are solely for the purpose of
companson of Bids and determining an coital Contract
Pnoe Determinations of the actual quantities and
dassnficatiom of Unit Price W oil, perfmned by
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 910
11 9 - Each unit rice wdl be deemed to uwlude an
amount cirsukr by CONTRACTOR to be adequate
to cover CONTRACTORs overhead and profit for
each separately identified item
1193 OWNER or CONTRACTOR may male a
clam for an adjustment in the Contract Price in
accordance with Article 11 of
11931 the quantity of any item of Unit Price
Work performed by CONTRACIOR differs
materially and swiLficantly from the estimated
quantity of such item indicated in the Agrecmem
�6 EICDCOENmrAt CONvrnoN i9io4(In90 Ediam)
w107Y OF FORT COW M MOD1171CAT101 S (REV 4aOW)
and
11932 there us no corresponding adjustment
with respect to any other stem of Work end
11933 if CONTRACTOR believes that
CONTRACTOR is emUed to an increase in
Contract pit" as a result of having incurred
additional expanse or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the perum are unable to agree as to the
amount of ny such increase or decrease
11934 CONTRACTOR acknowledges that
the OWNER has the naht to add or delete items in
the Bid or chit lies at OWNERS sole
discrebon without a calm: the Contract Prim oC
any rematmra item so long as the deletion or
eddbon does not exceed twenty five oercem of
the origmal Imal Contract price
1RTICLE li--CHANGE OF CONTRACT TIMES
121 The Contract 7 imes (or Milestones) may only be
changed by a Change Order or a Written Amendment
Any clam for an adjustment of the Contract Tunes (or
Milestones) shall beton written notice ddwered by
the party making the clan to the mho }arty and to
ENGINEER promptly (bra in no event later than durty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim Notice
of the extent of the clan with supporting data shall be
deb, ered within sixty dayys after such occurrence (unless
FNGINhER allows additional time to ascermm more
accurate data in support of the clan) and shall be
accompanied bj the clatmanfs written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of sad event All claims for adjustment in
the Contract Times (or Milestones) shall be detemuted b}
ENGINFER in accordance with paragraph9ll if
OWNER and CONTRACTOR cannot otherwise agree
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
w ith the requirements of this paragraph 12 1
122 All time limits stated in the Contract Documents
are of the essence of the Agreement
123 Where CONTRACTOR is prevented from
completing any pan of the Work within the Contract
Tines (or Milestones) due to delay beyond the control of
CONTRACTOR, the Contact Tunes (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claun is made there[ar as provided in
pemmggaapph 12 1 Delays beyond the control of
CONTRACTOR shall include but not be limited to acts
or neglect by OWNER, acts or neglect of utility owners or
other contractors performing other work as contemplated
by Article 7 fines, floods, epidemics, abnormal weather
conditions or acts of Cod Delays ambumble to and
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR_
124 Where CONTRACTOR Is prevented Tian
completing airy part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR an wdension of the
Contract Times (or .Milestones) in an amount equal to the
time lost due to such delay shall be CONTRACTORs sole
and exciuswe remedy for such delay In no evera shell
OWNER be liable to CONTRACTOR any Sub=lm=
any Supplier any other person or orgemza ion, or to any
surety for or employs or agent of any of them for
damages arising out of or resulting from (i) delays caused
by or within the control of the CONTRACTOR or
(u) delays beyond the control of both parties mi:ludmg, but
not limited to foes, floods, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utday owners
or other contractors performing other work as contemplated
by Article 7
ARTICLF 13—TESTS 1ND INSPECTIONS
CORRECTION REMOVAL OR ACCEPTANCE OF
DEFECTIVF WORk
13 1 Nonce of Defeers
Prompt notice of all defective Work of which OWNER or
ENGINFFR have actual knowledge will he given to
CONTRACTOR All defective Work may be rejected,
corrected or accepted as provided in this ,article 13
Access to Work
132 OWNER, ENGINEER FNGENEERs Co silt ms,
other representatives and personnel of OWNER
independent testing laboratories and governmental agencies
with jurisdictional ntereas will have excess to the Work at
ressenable-umes for their observation inspecting and
testing CONTRACTOR shall provide then proper and
safe conditions for such access and advise then of
CONTRACTORS site safety procedures and programs so
that they may comply therewith as applicable
Tesrsandlnspecnnna
133 CONTRACTOR shall give ENGII.IECR timely
notice of reedmess of the Work for all required i spccums,
lists or approvals, and shall cooperate with inspection and
testing persornel to facdnate required inspections or teas
134 OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests. or approvals required by the Contract
Documents except
1341 for inspections, teas or approvals covered
by paragraph 13 � below
1342 that toss mounted in connection with test
or inspections conducted pursuant to paragraph 13 9
below shall be paid as provided in and
paragraph 13 9 aid
1343 as otherwise specifically provided in the
Contract Documents,
135 If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereot) specifically
to be inspected, tested or approved by an employee or
other representative of such public body CONTRACTOR
shall assume full responsibility for stringing and
obtaining such i speclioas tests or approvals, pay all costs
in connection therewith, and fimmsh ENGINEER the
required certificates of i spectien or approval
CONTRACTOR shall also be responsible for armngmg
and obtaining and shall pay all costs in comeamn with
any inspections, tests or approvals required for O WNERs
and ENGINEERS acmptarnce of materials or equipment to
be incorporated in the Work, or of materials, mot designs,
or equtpmcat submitted for approval pnor to
CONTRACTORS purchase thereof (or incorporation in
the Work
136 If an} Work (or the work of others) that is in be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER it must, if requested In FNGINFFR be
uncovered for observation
13 7 Uncovering Work as provided in paragraph 13 6
shall he at CONTRACTORS expense unless
C.ONTRACI OR has given FNGINEER timely mum of
CONTRACTORS intention to cover the same and
FNGINEFR has not acted with reasonable promptness in
response to such notice
Dime eang War*
138 If any Work is covered contrary in the written
request of ENGINEER it must, if requested by
ENGINEER., be uncovered for ENGINEERS observation
and replaced at CONTRACTORS expense
139 If ENGINEER considers it newssmy or ndvi%bl
that covered Work be observed by ENGINEER or
inspected ar tested by others. CONTRACTOR at
ENGENEERs request shall uncover expose or otherwise
male available for observatim, uspeaion or testing as
ENGINEER may requue that portion of the Work in
question fumishng all necessary labor maternal and
equipment If it is found that such Work is defective
CONTRACTOR shag pay all dam% costs, losses and
damages caused by unsung out of or resulting from such
mwvenng, exposure observation inspection and testing;
and of satsfaaory replacement or reconstruction,
(including but not limited to all costs of repea Or
replacement of work of others) and OWNER shall be
entitled to an appropriate decrease in the Contract Price
and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in
Article 11 If, however such Work s not found to be
defectne CONTRACTOR shall be allowed an mcrease in
the Contract Price or an extension of the Contract Tunes
(or MlksLimws) or both, directly attributable to such
UMCGENERAL CONEXTIOM 19108 (1990 ESi m) 27
w/CITY OF FORT COLW M MODIFICATIONS (REV V2000)
uncoverug, exposure observation, inspection, testin&
replacement and reconstruction, and if the parties we
unable to a�ee as m the amount or extent therecE
CONTRACTOR may make a claim thcrefor as provided in
Articles 1 I and 12
OWNER Mat SYop the Work
13 10 If the Work a defecase or CONTRACTOR fads
to supply sufficient skilled workers or suitable materials or
equipment, a fails to fimnrsh or perform the Work in such a
way that the completed Work will confirm to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work or any portion thereof mad the cause for such
ceder has been eliminated however this right of OWNER
to smP the Work shall not give rise to any duty on the part
of OWNER to exeroae this right for the benefit of
CONTRACTOR or airy surety or other party
Cometion or Renmmt ofDefecnve Work
1311 If required by ENGINEER CON TRACTOR shell
promptly as directed, either correct all defecase Wert:,
whether or not fabricated, installed or completed, or if the
Work has been rejected by hNGINFER remove it from the
site and replace it with Work that is not defective
CONTRACI OR shell paw all claims, costs, losses and
damages mused by or resulting from such correction or
removal (including but net lunnted to all torts of repair or
replacement of work of others)
13 12 Cormcnon Parted
13 121 If within AN' Y-F twn-.�tars after the date of
Suhsmntal Completion a such longer period of time as
may be prescribed by Laws or Regulations or by the
terms of any applicable special guaranua. required by
The Contract Documents or by any specific provision of
the Contract Documents any Work its found to be
defeenve CONTRACTOR shall promptly without cos
to OWNER and in accordance with OWNERS written
instructions (n) correct such defective Work, or if it has
been rejected by OWNER, remove it from the site and
replace it wub Work that is not defective and (u)
satisfactorily cones[ or remove and replace any damage
in other Work or the weak of others resulting therefrom
If CONTRACTOR does not promptly comply with the
terms of such uatiuctions, or in an emergency where
delay would cause serious risk of Ices or damage
OWNER may have the rkfectrve Work corrected or the
rejected Work removed and replaced and all claims,
costs, losses and damages mused by or resulting from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACT OR
13 12 2 In special circumstances where a particular
item of equipment a placed in continuous service
before Substantial Completion of all the Wok, the
correction period for that item may stag to run from an
earlier date if so provided in the Specifications or by
Written Amendment
13 h 3 Where defectne Work (and damage to other
28 EICOCGENUMCONDITIONS 19104(1990E6aun
col CITY OF FORTCOLLINS MODIFICATIONS OLEV 4a")
Work resulting therefrom) has been corrected,
removed or replaced under this paragraph 13 12 the
correclron period hereunder with respect to such Work
will be extended for an additional period of me -year
two veers after such correction or removal and
replacement has been sausfactonly completed
lecepmnce ofDefecave Work
13 13 if instead of requiring correction or removal and
replacement of defective Work. OWNER (and Prior to
ENGINEERS recommendation of final payment, also
ENGINEER) prefers to accept it. OWNER may do so
CONTRACTOR shalt pay all clarets, costs, losses and
damages attributable to OWNERS evaluation of and
determination to see ep[ such defective Work (such etas to
be approved by ENGINEER as to reasonableness) If am
such acacptancc occurs prior to EJGINEFR%
recommendation of final payment, a Change Order will be
issued mcor)rmating the necessary revisions in the
Contract Documents with respect to the Work and
OWNER shall be entitled to an appropriate decrease in the
Contract Price and. of the pares are unable to agree as to
the amount thereof OWNER may make a clan therefor
as provided in Article 11 If the acceptance occurs after
such recommendation, an appropriate amount will be paid
by CONTRACTOR m OWNER
OWNER May Corned Defeease Wink
1314 If CONTRACTOR fails mthun a reasonable nine
after written notice from ENGINEER to correct defecat e
Work or to remove and replace rejected Bork as required
by ENGINEER in accordance with paragraph 13 11 or if
CONTRACTOR fails to perform the Work in accordanc,
with ilia Contract Documents, or if CONTRACTOR fads
to comply with any other provision of the Contract
Documents, OWNER may after seven dayswritten
notice to CONTRACTOR correct and remedy any such
deficiency In Wserensaig the rights and remedies under
thus paragraph OWNER shall proomd teVedmously In
connection with such corrective and remedial action.
OWNER may exclude CONTRACTOR from all or paR of
the site, take possession of all a part of the Work and
suspend CONTRACTORS services related thereto, take
Possession of CONTRACTORs tools, appliances,
construction equipment and machinery at the site and
mrcogsorate in the Work all materials and equipment
stored at the Ste or for winch OWNER has paid
CONTRACTOR but which are stored elsewhere
CONTRACTOR shall allow OWNER OWNER,
representatives, agents and = oyees, OWNERs other
contractors and ENGINEER and ENGINEERS
Conwltants access to the site to enable OWNER to
exercise the rights and remedies under this paragraph All
clans, cons, losses and damages incurred or sustained by
OWNER in exermsng such rights and remedres will be
charged agavat CONTRACTOR and a Charge Order will
be issued nncorporatung the necessary revisions in the
Contract Documents with respect to the Work and
OWNER shall be entitled to an appropriate decrease in the
Coraract Puce, and, if the paints arc unable to agree a, to
the amount thereof OWNER may make a clan thereto
its provided in Article 11 Such claims, costs, losses and
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
dameg<d by correction removal or replacement of
CONTRACTORS defective Work CONTRACTOR shall
not be allowed an extension of the Contract Tunes (or
M lestori s) because of any delay in performance of the
Work attributable to the eracm by OWNER of OWNERS
rightsaid remedies hereunder
ARTICLE 14—PAYMENTS TO CONTRACTOR AND
COMPLETION
Schedule of Lalues
141 The schedule of values established as provided in
paragraph 2 9 will serve as the basis fm progress payments
and mall be Incorporated into a form of Application for
Payment acceptable to ENGINEER Progress payments on
account of Unit Pnce Work will be baud on the number of
units completed
Appumnon for Prograr Payment
142 At least meaty dais before the date csmbhshcd for
each progress payment (but not more often than once a
math) CONTRACTOR shell submit to ENGMMIR for
review an Application for Payment filled out and signed by
( ONTRACCOR mvenng the Work completed as of the
date of the Application and accompanied by such
supporting documentation as ins requited by the Contract
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agreed m in writing, the Application for Payment
shall also be accompanied by a bill of sale invoice or other
documentation warrantvg that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment me covered by
appropriate property insurance and other arrangements to
protect OWNERS interest therein all of which will be
satisfactory to OWNER The amount of rummage with
respect to progress payments will be as stipulated in the
Agreement An _fuLds t at we wnhheld_¢y_ the OWNER
shall not be subject to substitution by the CONTRACTOR
with securities orwMarrangements involving an escrow or
custodmnstiin By axe m1mg the application for vm oeent
form the CONTRACTOR esmssly waives his night to the
benefits of Colorado Rev _ Statutes, Section 24-91 101
et sea
CONTRACTOR s Warranty of Tide
14 3 CONTRACTOR warrants and guarantees that tale
to all Work, materials and equipment covered by any
lippliation fix Payment, whether incorporated in the
Project a not will pass to OWNER no later than the time
of payment fret and clear of all Liens
Renew ofApphoruons for Progress Payment
144 ENGINEER will, within ten days after recelpl of
each Application for Payment either indicate in writing a
b1CDCGENERAL CONDMOM 19104 (1990 Ediwn)
w/ CITY OF FORT COLLINS MODIFICATIONS (PEN WOOD)
recommendation of payment and present the Application
to OWNER or return the Application to CONTRACTOR
indicating in writing ENGINEERs reasons for refusing to
recommend payment In the latter case CONTRACTOR
may make the necessary corrections and resubmit the
Application Ten days after pre:�ntanon of the
Application for Payment to OWNER with LNGINEERs
recommendation, the amount recommended will (subject
to the provisions of the last sentence of paragraph 14 7)
become due and when due will be paid by OWNER to
CONTRACTOR
145 ENGINEERS recommendation of any payment
requested in an Applicalim for Payment will constitute a
representation by ENGINEER to OWNER haled on
hNGINEFRs orvsmte observations of the executed Work
as an expenenoed mid quahGed design professional and on
ENGINEER s review of the AApppplicatmn for Payment and
the accampanyug dam end schedules, that to the lest of
ENGINEFRilaimledge informationand belief
1451 the Work has progressed to the point
indicated,
1452 the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
pnor to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract
Documents, to a final detenmiahon of quantities and
classifications for Unit Price Work under
paragraph 9 10 and to any other qualifications stated
in the r commendation) and
1453 the conditions precedLnt to
CONTRACTORS being entitled to such payment
appear to have been fidfilled trsoFar as it is
LNGINECAs responsibility to observe the Work
However by recommending any such payment
ENGINEER mill not thereby be deemed to have
represented that (n) exhaustive or continuous on-srte
inspections have been made to check the quality Or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (a) that there may not be other mattes a
issues between the parties that might entitle
CONTRACTOR to be pad additionally by OWNER or
entitle OWNER to withhold payment to CONTRACTOR
146 ENGINEERs recommendation of any payment
including 6ral payment, shall not mean that ENGINEER
is responsible for CONTRACTORS means, methods,
techniques sequences or procedures of construction or
the lately preauuom and programs incident thereto or
for aw fadure of CONTRACTOR to comply with Laws
and Regulations applicable to the humshing a
performance of Work or for arty fadure of
CONTRACTOR to perform a furnish Work in
accordance with the Contract Documents.
147 ENGINFhR may refuse to recommend the whole
or arty part of any payment if in ENGINEERs opuuat it
would be incorrect to make the repressentation% to
29
OWNER referred to in paragraph 14 5 ENGINEER may
also refuse to recommend any such payment or because of
subsequently discovered evidence or the results of
subw4tem inspections ra tests, nulltf} any such payment
previously recommended, to such extent as may be
necessary, in FNGINEERs opinion to protect OWNER
from loss because
1471 the Work is defective or completed Work has
been damaged requirmg correction or replacement
14 7 2 the Contract Price has been reduced by
Written Amendment or Change Order
1473 OWNFR has been required to correct
dtfectrve Wok or complete Work in accordance with
paragraph 13 14 or
1474 ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 15 2 1 through 15 2 4 inclusive
OWNER may refuse to make payment of the full amount
recommended by ENGfNIFER because
1475 clams have been made agaust OWNER on
amount of CONTRACTOR s performance a fuumshing
of the Work,
1476 Liens have been filed in connection with the
Work except where CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens
1477 there are otho items enm1mg OWNER to a six
off against the mount recommended, Or
1478 OWNER has actual kimwledge of the
occurrence of any of the events enumerated in
paragraphs 14 71 through 14 7 3 or paragraphs Is 2 1
through 15 2 4 inclusive
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) sating tht
reasons for such action and promptly pay CONTRACTOR
the mount so withheld, or any adjustment therec agreed
to by OWNER and CONTRACTOR when
CONTRACTOR corrects to OWNERS smsfaction the
reasons for such action
Substannd Compleam
149 When CONTRACTOR considers the enme Work
ready for its intended use CONTRACTOR shall ninthly
OWNER and ENGINEER in writing that the enure Work
a substantially complete (except for items specifically
listed by CONTRACTOR as mcomplete) and request that
ENGINEER issue a certificate of Substantial Completion
Within a reasonable time thereafter OWNER.
CONTRACTOR and ENGINEER shall make an inspection
of the Work to detcrimme the status of completion If
ENGINEER does not consider the Work substantially
compete, ENGINEER will notify CONTRACTOR in
wring giving the reasons therefor If ENGINEER
30 EfCUCOETJERAL CONVITIOA IR104(1990 E6hm)
col CITY OFFORT MUIM MODIFICATIONS (REV 42000)
considers the Work substantially complete ENGINEER
will prepare and deliver to OWNER a tentative certtficate
of Substantial Completion wluch shall fix the date of
Substantial Completion There shall be attached to the
certificate a tentative list of items to be completed or
corrected before fire) payment OWNER shall have seen
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
Provisions of the certificate or attached lust it alter
corwdenng such objections. ENGINEER concludes that
the Work its not substantially complete. ENGINEER will
width fuuteett days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing
statug the reasons therefor It after coeaderation of
OWNERS objectiors, ENGINEER considers the Work
substantially complete, ENGINEER will wtthm said
fourteen days execute and deliver to OWNER and
CONTRACTOR a definnwe certificate of Substantial
Completion (with a revised tentative list of items to be
completed or connected) re6ectsuch charges from the
teretauve certificate as ENGINI EE behevesltstified after
cormclemtion of any objections from OWNER At the
time of delivery of the tentative certificate of Subsantnal
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilnms pending final payment between
OWNER and CONTRACTOR with respect to security
operation, safety mmmen since heat, utilities, insurance
and warranties and guarantees Unless OWNER and
( ONTRACTOR agree otherwise in writing and so inform
ENGINENZ in wntirg prior to ENGINFbRs casing the
definitive certificate of Substantial Completion
ENGINEERS aforesmd recommendation will be binding
on OWNER and CONTRACTOR until foal puvment
149 OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shell allow
CONTRACTOR reasonable access to complete or correct
items on the tentative list
Partial Uld zanon
1410 Use by OWNER at OWNERS option of any
substantially completed tart of the Work, which (I) has
specifically been identified in the Contract Documents, or
(a)OWNER. ENGINEER and CONTRACTOR agree
commutes a separately functomng and usable pan of the
Work that can be used b7 OWNER for its wended
purpose without significant interference with
CONTRACTORs performance of the remainder of the
Work may be accomplished prior to Subsamml
Completion of all the Work subject to the following
14 10 1 OWNER at any time may request
CONTRACTOR in writing to permit OWNER to use
any such pan of the Work which OWNER believes to
be ready for its intended use and substantially
corM p)Iete If CONTRACTOR agrees that such pan of
the Wark is substantially complete, CONTRACTOR
will certify to OWNER and ENGINEER that such
pan of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work
CONTRACTOR at any time may notify OWNER and
ENGINEER in writing that CONTRACTOR considers
my such pan of the Work ready for its intended use
and substantially complete and request ENGINEER to
issue a certificate of Substantial Completion fa that
part of the Wak Within a reasonable time after either
such request, OWNER CONTRACTOR and
ENGINEER shall make an Inspection of that part of
the Work to detemrme its status of completion If
ENGINEER does not consider that pan of the Work to
be substantially complete ENGINEER will narfy
OWNER and CONTRACTOR in wring giving the
reasona therefor If ENGINEER considers that pan of
the Work to be substantially complete the provisions
of paragraphs 14 8 and 14 9 will apply with respect in
certification of Substantial Completion of that pan of
the Work and the division of responsibility in respect
thereof and access thereto
14 10 2 No occupancy or separate operation of pan
of the Work will be accomplished prior to compbance
with the requtrements of paragraph 5 15 in respect of
property insurance
65aal Impechau
1411 Upon written notice from CONTRAC FOR that the
came Work or an agreed portion thereof is complete
DNGTNEER will make a final i�ptcton with OWNER
and CONTRACTOR and will riouty CONTRACTOR in
wring of all particulars in which this inspection reveals
that the Work is incomplete or defoonve CONTRACTOR
shall immediately take such measures as ar necessary to
complete such work orremedy such deficiencies
Final Applreahon far Payment
1412 After CONTRACTOR has completed all such
comechons b the sabsfacuot of ENGINEER and delivered
in accordano, with the Contract Documents all
mauuerance and operating instructions. schedules,
guarantees. Bonds certificates or other evidence of
inumance required b) Faragaph54 certificates of
mspeaion marked up record documents (as provided in
peragmph619) and other documents, CONTRACTOR
may make application for final payment following the
procedure fa progress payments The fual Applicahrm for
Payment shall be accompamed (except as previously
delivered) by (i) all documentation called for in the
Contract Documents, including but not limited to the
evidence of maaance required by subparagraph 5413
(u) consent of the surety if any to final payment, and
fur) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Liens arising out of a filed
in connection with the Work In lieu of such releases Or
waivers of Liens and as approved by OWNER
CONTRACTOR may famish receipts or releases in full
and affidavit of CONTRACTOR that () the releases and
receipts us.lude all labor services, maternal and equipment
for winch a Lien could be filed and (ii)all payrolls,
material and equipment bilk and oiler indebtedness
connected with the Work for which OWNhR or OWNER s
property might in an) way be responsible have been paid or
otherwise satisfied If any Subcontractor or Suppler farts
to furnish such a release or receipt in full
CONTRACTOR may furnish a Bond or other collateral
sausfactor) to OWNER to udcmmfy OWNER against
any Len Releases or waivers of hens and de consent of
the surely to fni lire oevment ale to be submitted on
lormsconfiinnut to the tanninof the OWNERS standard
forms bound m_ the Pr manual
Final Pm samr mrdAcceprance
1413 If on the basis of ENGTNEERs observation of
the Work dicing construction and final impaction, and
ENGINEER s review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINFER is satisfied that the
Work has been completed and CONTRACTORS other
obligations under the Loirimct Documents have been
fulfilled, ENGINEER will within ten days after receipt of
the final Application for Payment, indicate in writing
FNGINEERs recommendation of payment and present
the Application to OWNER for payment. At the same
rime ENGINEER will also give written notice in OWNER
and CONTRACTOR that the Work is acceptable subject
in the provenons of paragraph 14 15 Otherwise
ENGINEER will renim the Application to
CONTRACTOR mdimung in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application Thuty days after presentation to
OWNFR of the Application and accoanpanying
documentation in appropriate form and substance and
with ENCINEERs recommendation and notice of
acceptability the amount recommended by ENGINEER
will become due and will be paid by OWNFR to
CONTRACTOR subiem to pgsgr_pph 17.61 of these
Ggrimij OIdttjmis
1414 IL through no fault of CONTRACTOR final
completion of the Work is sig iftcamby delayed and of
ENGINEER so confirms, OWNER shall upon receipt of
CONTRACTORS final Applimum for Payment and
recommendaum of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted If the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retarnage
stipulated in the Agreement, and of Bonds have been
furnished as required in paragraph 5 1 the written convent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment Such payment shall be
made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
clams
Waver ofClmms
1415 The making andacceptance of final pa)mient will
constitute
14 15 1 a waiver of all claims by OWNER against
CONTRACTOR except claims rinsing from
unsettled Lens, from defective Work appesrug after
EICDCOENERAL CONDITIONS 19104 (19W Edum) 31
w/CITY OF FORT OOLLINS MODIFICATIONS titEV 420(10)
final inspection pursuant to paragraph 14 11 from
failure to comply with the Contact Documents a the
terms of any special guarantees specified therm or
from CONTRACTORS continuing obligations under
the Contract Documents, and
14 152 A waiver of all clams by CONTRACTOR
against OWNER other than those previously madc in
wntung and still unsettled
ARTICLE 15.-SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work
151 Al arty time and without cause OWNER may
suspend the Work a airy portion thereof for a period of not
mere it= ninety days by notice in writing to
MNTRA(.TOR and ENGINEER which will fix the date
m which Work will be resumed CONTRACI OR shall
resume the Work on the data so fixed. (.ONTRAC rOR
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Tunes, or both, directly
attributable to any such suspension of CONTRACTOR
makes an approved Liam therefor as provided in
Arwles I and 12
OW?VLR I1ay reraunare
I 5 2 Upon the occurrence of any one or more of the
follovnng ec ems
15 2 1 if CONTRACTOR persistently fails to perform
the Work in a odance with the Contract Documents
(including, but not limited to failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragmph29 as adjusted from time to time
pursuant to Paragraph 6 6)
15 2 2 if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction
15 2 3 if CONTRACTOR disregards the authority of
ENGINEER or
1524 if CONTRACI OR otherwise violates in any
mbdamal way any prowunims of the Contract
Documents
OWNER may after giving CONTRACTOR (and the
surety if any) seven days written notice and to the extent
permitted by Laws and Regulation[% terminate the services
of CONTRACTOR exclude CONTRACTOR from the site
and take possexston of the Weak and of all
CONTRACTORS took appliancm construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without labnlay to CONTRACTOR for trespass or
conversion) incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
32 EXDCOENDAL CONDITIONS 191M(199meatw0
wf UTY OF FORT COLLINS MODIFICATIONS (REV 4n(0a)
CONTRACTOR but which are stored elsewhere and
finish the Wak es OWNERmay deem expedient In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished If the unpaid
balance of the Contract Price exceeds all clam% costs,
kisses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be
paid to CONTRACTOR If such clams, cods. losses and
damages exceed such uryrard balance CONTRACTOR
shall pay the dnffaence to OWNER. Such clams. casts,
kmses and damages mcurred by OWNER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order
provided that when exeresug any tights or remedies
under this pamgaph OWNER shall net be required to
obtain the lowest price for the Work performed
153 Where CONTRACTORs services have been so
terminated by OWNER, the Wimuattan will not affect
any rights or remedies of OWNER against
CONTRACTOR then exidug a which may thereafter
accrue Arty retention or payment of moneys due
CONTRACTOR by OWNER will not release
CONTRACTOR form liability
154 Upon seven days written notice to
(.ONTRACIOR and ENGINEER OWNER may
without cause and without prejudice to any other right a
remedy of OWNER, elect to terminate the Agreement In
such case CONTRACTOR stall be paid (without
duplication of any items)
1541 for completed and accx,ptable Work executed
in accordance with the ( onuact Documents pnor to
the effective dine of t rinmetu n including fair and
reasonable sums for overhead and profit on such
Work
1542 for expenses sustmned prior to the effective
date of termuation in performing services and
furnstung labor materials or equipment as required
by the Contract Documents in connection with
uncompleted Work plus far and reasonable sums for
overhead and profit on such expenses
1543 for all claims, cods, losses and damages
incurred in settlement of terminated contracts with
Subcontractors, Suppliers and others and
15 4 4 for reasonable expenses directly attributable
to termm stton
CONTRACTOR shag not be paid on account of loss of
anticipated profits or revenue or other economic loss
ansing out of or resulting from such termination
CONTRACTOR May Stop Work a Tannin¢.
05 1L through no act or fault of CONTRACTOR, the
Work is suspended for a period of more than mnety, days
by OWNER or under an order of court or other public
authority or ENGINEER fads to ad on arty Appincatiau
for Payment within dirty days after it is submitted or
OWNER falls for thirty days M pay CONTRACTOR any
sum finally determined to be due than CONTRACTOR
may upon seven days written nonce to OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy such suspensor or failure within that time
terminate the Agreement and recover from OWNER
payment on the same turns as provided in Paragraph 15 4
In lieu of terminating the Agreement and without prejudice
to any other ri¢k or remedy if ENGINEER has faded to
ad on an Applcaton for Payment within thuty days after it
s submitted, or OWNER has failed for thirty days to pay
CONTRACTOR any sum firmlly determined to be due
CONTRACTOR may upon seven days' written nonce to
OWNER and ENGINEER stop the Work until payment of
all such amounts due CONTRACTOR including interest
thereat The provisions of this paragraph 155 are not
amended in preclude CONTRACTOR Eom making clans
order Articles 11 and 12 for an maease in Contract Price
or Contract Times or otherwise for expense or damage
directly attributable to CONTRACTORS stoppmg Wale as
permitted by this paragraph
ARTICI F 16—DISPUTh RFSOl UTION
If and to the cctrnt that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may wise under this
Agreement, such dispute resolution method and procedure,
if env shall be as set torth in EdubtGCA Dispute
Resolution Agreement in be attached hereto and made a
pan hereof If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphs 910 911 and
912 OWNER and CONTRACTOR may exercise such
rghts or remedies as ether may otherwhw have order the
Contract Documents or by laws or Regulations in respect
of any dispute
ARTICLE 17—AUSCELLANEOUS
Giving Nonce
171 Wherever any provision of the Contract
Documents requires the giving of written nonce A will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm Or to an officer of
the corporation for wham it is mended, or if delivered at or
sent by registered a certified mail, postage prepaid, to the
lag business address (mown to the giver of the nonce
172 Computation ofTrme
17 2 1 When arry period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the lag day of such
period If the lag day of tiny such period falls m a
Saturday or Sunday or on a day made a legal hohday
by the law of the applicable funs Berton, Such day will
be omitted from the computation
17 2 2 A calendar day of twenty four hours measured
from midnight to the next midnight will corautute a
day
Notice ofClmm.
173 Should OWNER or CONTRACTOR suffer mdury
a damage to person or property because of any error
emusson or act of the other party or of any of the other
pertys employees a agents or others for whose acts the
other party is legally liable clam will be made in writing
in the other party within a ressmable time of the first
observance of such injury or damage The proamons of
this paragraph 17 3 shell not be construed as a substitute
fa l a wavier of the preivnions of airy applicable statute
of hnntatIMS or repose Cumulatite Remedies.
174 The duties and obligations imposed by these
General Condition and the rights and remedies available
hereunder to the parties hereto and, in particular but
without limitation the warranties, guarantees and
obligations imposed upon CONTRACTOR by
pamgmphs612 616 630 631 612 131 1312 1314
14 3 and 112 and all of the roes and remedies available
o OWNER and ENGINEER theme der are in addition
to and are not to be construed in any way as a limitation
of any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws a
Regulations by spaul warranty a guarantee or by other
provisions of the Contract Documents and the provisions
of this paragraph will be as effective as it repeated
specifically in the Contract Documents m connection with
each particular duty obligation, right and remedy to which
they apply
Frofeniomd Fees wed Coen Caste Included
175 Whenever reference is made to clauns, costs
loss,s and damages it shall include in each case but nor
be [untied to all fees and charges of engineers, architects,
attorneys and other professionals and all court a
arbitration or other dispute resolution costs
l7 ¢ _�ha.(3.w'£.9P.7�i£ �LS.L�Ql9.l�d9�J7FlY_SQSh4i
A�reaQenL Re(eience to Iw�po erbrent Colorado statutes
are as follows
1761 Colorado Revised Statutes_(CRS S 1LOW
ravine that Colorado labor be employed to oerfoem
the Wort. to the cAent of tot less than lti Micenl
!SU%o) of each tvoa a class of labor m the veal
classaficanars of died end common holier emoloved
on the =192L Colorado labor means any assort who
IS a_bore fide resident o e State of Colaedo at the
time of ermolovment without discnmuntcn as to nice
whir, creed, age religion or sec
1762 if a alum s filed OWNER is refmred by
Iaw !C"RS 3S 2fr107j to wnddeld from all revments to
CONTRACTOR Sufficient funds to irsae the
perm of of all clans for labor, materials. team lure
sustenance. Provisions, provender, or other suodies
used a consumed by CONTRACTOR or his
WCDCOENEM CONDITIONS 1910.9 (1990 Edta) 33
w/ CITY OF FORT COLUNS MODIFICATIONS (REV 411000)
34 MDCUENEL&CONDITION& 19108(1990 EbW])
w/CITY OF FORT COLLIM MOOETCATIOM (REV 42000)
(I lus page left blank )Nenumally )
EJCM GENERAL CONDITIOM 19108 (1990EM.) 35
w/CITY OF FORT OOLLINS MODMCATTONB(REV 4C0 )
SECTION 00020
INVITATION TO BID
Rev 10/20/07 Section 00020 Page 2
36 �DCOEN6AALCONLXMOM 191P (MOEdtim)
WCIT OF FORT COUINS MODIFICATIONS(REV 4a000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OW,IE R and CONTRACTOR hereby agree that
Article to of the Gencal Condition of the Construction
Contract between OWNER and CONTRACTOR is
amended to Include the followahg agreement of the parties
161 All clams, disputes and other matters in
question between OWNER and CONTRACTOR wising
out of or relating to the Contract Documents or the breach
thereof (except for claims which hate been waved by the
making a acceptance of final payment as provided by
paragraph 1415) will be decided by arbitration in
accordance with the Constriction 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 spcctfitally effaceable
under the prevailing law of any courthaving jurtsthcuot
16' No demand fee arbitration of any claim dispute
or other matter that a required to be referred to
ENGINEER initially for decision in accordance with
pemgaph 9 11 will be made until the earlier of (a) then. date
tin which ENGINEER has rendered a written decision or
(b) the thaty first day Wier the parties have presented their
evidence to ENGINEER if a written decision has not been
rendered by ENGINEER before that date No demand tot
arbitration of any such clan dispute or other matter will
be made later than thhay days after the date on which
ENGINFER bens 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 ENGINMRs decision being final and binding
upon OWNER and CONTRACTOR If ENGINEER
renders a decision after arbitration proceedings have been
uutsted, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned No demand
for arbitration of any wniten decsion of ENGINEER
rendered in accordance with paragraph 9 10 will be made
later gran ten days after the puny malting such demand has
delivered written notice of intention to appeal as provided
in paragraph 9 10
163 Not= of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbaation Association. and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the duny-0ay or tenKlay
period specified in paragraph 16 2 as applicable and in all
other cases within a reasonable time after the claim dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when Institution of
legal or equitable prooteduigs based on such clan dispute
or other matter in question would be barred by the
applicable statuteuf lumtatons
164 Except as provided in paragraph 165 below
no arbmauon arising out of a relating to the Contract
Documents shag include by consolidation, joinder or in any
other manner any other person or entiy (including
ENGINEER. ENGINEERS Comsltant and the oRcera,
directors, agents, employees or consultants of any of them)
who is not a party to this contract winless
16 4 l the inclusion of such other person or emRy its
necessary if complete relief s to be afforded among
those who we already parties to the arbitration, and
1642 such other person or entity its substantially
involved in a question of law or fact which is common
to those who are already parties to the arbitration and
which will anse in such proceedings, and
1643 the written consent of the other person or
entity sought to be included and of OWNER enl
CONTRACTOR has been obtained for such Inclusion
which consent shall make specific reference to this
paragraph but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent a to arbitration with any party not
specifically identified in such consent
165 Notwnh9andvig paragraph 164 if a claim
dispute or other matter in question between OWNER aid
CONTRACTOR involves the Work of a Subcontractor
other OWNFR or (ONTRACIOR may join such
Subcontractor as a party to the arbitration between OWNI R
aid CONTRACTOR hereunder CONTRACTOR shall
include in all subcontracts required by paragraph E 11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of sueh
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 lava of
Subcoraractor and against OWNER ENGIlVEER or
ENGINEER s Consultants that does not otherwise exist
166 The award rendered by the arbitrators will be
final judgment may he entered upon it in tiny curt having
junsdicuon thereof and it will not be subject to
modification or appeal
16 7 OWNER and CONTRACTOR agree that they
shall rust submit any and all unsettled clarms,
counterclaims, disputes and other matters in question
between them ansing out of or relating to the Contract
Documents or the breach thereof ( disputes ) to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them misting
agaust the other a demand for arbitration pursuant to
paragraphs 161 through 166 unless delay in initiating
arbitration would urevocably prejudice one of the parties
The respective tarty and ten day tone limits warm which
in file a demand for arbitration as provided in paragraphs
16 2 and 16 3 above shag be suspended with respect to a
dispute submitted to mccation wain those same
applicable time limits and shall remain suspended until ten
days after the termination of the medation The mediator
of any dispute submitted to mediation under this Agroenent
shall not serve as arbitrator of such dispute unless otherwise
agreed
WO)C OFNEM COND111ONS 19104 (1990 Edmm) GC At
w/ CITY OF FORT COi UM MODIFICATION4 (REV 9M9)
FtCDCOMI RAL CONDITIONS 191"(1990EAbw)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9)94)
GCAi
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-5 4 8 Limits of Liability
A Add the following language at the end of paragraph 5 4 8
The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows
5 4 1 and 5 4 2
Coverage A - Statutory Limits
Coverage B - $100 000/$100 000/$500 000
5 4 3 and 5 4 5 Commercial General Liability policy will have limits of
$1 000 000 combined single limits (CSL) This policy will include
coverage for Explosion Collapse and Underground coverage unless waived
by the Owner
5 4 6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1 000 000 combined single limits (CSL)
5 4 9 This policy will include completed operations coverage/product
liability coverage with limits of $1 000 000 combined single limits
(CSL)
Rev 1020/07 Section 00800 Page 1
SECTION 00900
ADDENDA MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
Rev 10/20/07
SECTION 00950
CHANGE ORDER NO
PROJECT TITLE 6084 Old Town Square Irrigation
CONTRACTOR
PROJECT NUMBER
DESCRIPTION
1 Reason for change
2 Description of Change
3 Change in Contract Cost
4 Change in Contract Time
ORIGINAL CONTRACT COST $ 00
TOTAL APPROVED CHANGE ORDER 0 00
TOTAL PENDING CHANGE ORDER 0 00
TOTAL THIS CHANGE ORDER 0 00
TOTAL % OF THIS CHANGE ORDER
TOTAL C O % OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0 00
(Assuming all 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
Rev 10/20/07 Section 00950 Page 1
NUMBER
1
2
3
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
DATE
Net Change by Change Order
AMOUNT
$0 00
The present status of the account for this Contract is as
follows
Original Contract Amount
Net Change by Change Order
Current contract Amount
Total Completed and Stored to Date
Less Previous Applications
Amount Due this Application Before Retamage
Less Retamage
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 Protect Manager
Date
By
Payment of the above Amount Due This Application is approved by the OWNER
Rev 10/20/07 Section 00960 Page 1
$0 00
$0 00
$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
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
Cty 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 1
$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
Section 00960 Page 3
SECTION 00020
INVITATION TO BID
Date January 16 2008
Sealed Bids will be received by the City of Fort Collins (hereinafter referred
to as OWNER) at the office of the Purchasing Division 3 00 P M our clock
on February 7 2008 for the OLD TOWN SQUARE IRRIGATION BID NO 6084 If
delivered they are to be delivered to 215 North Mason Street 2nd Floor Fort
Collins Colorado 80524 If mailed, the mailing address is P 0 Box 580
Fort Collins CO 80522-0580
At said place and time and promptly thereafter all Bids that have been duly
received will be publicly opened and read aloud
The Contract Documents provide for the construction of Bid 6084 Old Town
Square Irrigation Replacement of irrigation system main line and lateral
lines valves sprinkler irrigation components including sprinkler heads drip
irrigation controller unit and reinstallation of decorative paver plaza
surface
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 January 16 2008
A prebid conference and lob walk with representatives of prospective Bidders
will be held at 10 30 am, on January 24, 2008 next to the Ice Rink in Old
Town Square Fort Collins
Prospective Bidders are invited to present their questions relative to this
Bid proposal at this meeting
Bids will be received as set forth in the Bidding Documents
The Work is expected to be commenced within the time as required by Section
2 3 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
Rev 10/20107 Section 00020 Page 1
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
$a 00
$0 00
$0 00
$0 00
$0 00
$0 00
TOTALS $0 00 $0 00
$0 00 $0 00
Section 00960 Page 4
CITY OF FORT COLLINS
10 January 2008
SECTION 01100 SUMMARY
PART GENERAL
11 RELATED DOCUMENTS
OLD TOWN SQUARE IRRIGAITON
A Drawings and general provisions of the Contract including General and Supplementary
Conditions and other Division 1 Specification Sections apply to this Section
12 SUMMARY
A This Section includes the following
1 Quality assurance
2 Work phases
3 Alternate bids
B Related Sections include the following
1 Division I Section'
Temporary Facilities and Controls
2 Division 2 Section "Earthwork
3 Division 2 Section
Unit Pavers
4 Division 2 Section
Imgation
13 QUALITY ASSURANCE
A Contractor must have successfully completed execution of a nummum of five (5) contracts
involving the installation of irrigation and piping work similar in size and scope to that
required for this project
B Contractor must have successfully completed execution of a minimum of five (5) contracts
involving the installation of unit pavers in sand setting bed similar in size and scope or engage
a partnering company with such experience
14 WORK PHASES
A The Work shall be conducted in two phases in the following order with each phase
substantially complete before beginning the next phase
1 Phase One This phase shall be the largest section of Old Town Square Plaza It shall
include all areas not outlined as `Phase 2 on plan sheet LI 103 Work of this phase shall
be substantially complete and ready for occupancy by May 2 2008
2 Phase Two The remaining Work includes all areas outlined as `Phase 2' on plan sheet
LI103 and shall be substantially complete and ready for occupancy by May 2 2008 also
SUMMARY 01100 1
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGAITON
B Before commencing Work of each phase submit a schedule showing the sequence
commencement and completion dates and move out and in dates of Owners personnel for all
phases of the Work
15 ALTERNATE BIDS
A Deletion of Phase 2 Work If Contractor considers it is unlikely that Phase 2 work can be
completed by May 2 2008 an alternative bid may be submitted for only Phase 1 work to be
completed by May 2 2008
B Two wire Control System A bid for a two wire control system may be submitted in
substitution for the conventional multiple control wire system specified New control wire must
be installed in any case A two wire system must be as sold by the following
1 Weathermahc SmartLine with two wire module
2 Toro TDC
3 Underhill International Underhill Wire (must be installed with a Hunter ICC
Controller)
4 Hunter ACC Decoder Controller
C Upright steel pipe may be installed to cant' negation tubing to pavilion canopy for hanging pot
watering as a substitution for boring through pavilion footing
1 The pipe must be anchored with a footing sized to meet owner s requirement connected
to the pavilion canopy and coated to meet exact specifications of Pavilion coating
2 Contractor must have previous experience with this type of construction or refer the work
to a partnenng company or subcontractor with experience of successful completion of
such work
END OF SECTION
SUMMARY 01100 2
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
SECTION 01500 TEMPORARY FACILITIES AND CONTROLS
PART GENERAL
11 RELATED DOCUMENTS
A Drawings and general provisions of the Contract including General and Supplementary
Conditions and other Division 1 Specification Sections apply to this Section
12 SUMMARY
A This Section includes requirements for temporary utilities support facilities and security and
protection facilities
B Related Sections include the following
1 Division 2 Section Earthwork
2 Division 2 Section Unit Pavers
3 Division 2 Section Irrigation
13 DEFINITIONS
A Permanent Enclosure As determined by Architect permanent or temporary roofing is
complete insulated and weathertight exterior walls are insulated and weathertight and all
openings are closed with permanent construction or substantial temporary closures
14 QUALITY ASSURANCE
A Electric Service Comply with NECA NEMA and UL standards and regulations for temporary
electric service Install service to comply with NFPA 70
PART2 PRODUCTS
21 MATERIALS
A Portable Chain Link Fencing Minimum 2 inch 9 gage galvanized steel chain link fabric
fencing mttnmum 6 feet high with galvanized steel pipe posts minimum 2 3/8 inch OD line
posts and 2 7/8 inch OD corner and pull posts with 1 5/8 inch OD top and bottom rails
Provide galvanized steel bases for supporting posts
B Wood Enclosure Fence Plywood 4 feet high framed with four 2 by 4 inch rails with
preservative treated wood posts spaced not more than 8 feet apart
TEMPORARY FACILITIES AND CONTROLS 01500 1
CITY OF FORT COLLINS OLD TOWN SQUARE IRRIGATION
10 January 2008
22 TEMPORARY FACILITIES
A Field Offices General Prefabricated or mobile units with serviceable finishes temperature
controls and foundations adequate for normal loading
B Common Use Field Office Of sufficient size to accommodate needs of construction personnel
Keep office clean and orderly Furmsh and equip offices as follows
1 Drinking water and private toilet
2 Coffee machine and supplies
3 Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68
to 72 deg F
C Storage and Fabrication Sheds Provide sheds sized famished and equipped to accommodate
materials and equipment for construction operations
1 Store combustible materials apart from building
23 EQUIPMENT
A Fire Extinguishers Portable UL rated with class and extinguishing agent as required by
locations and classes of fire exposures
B HVAC Equipment Unless Owner authorizes use of permanent HVAC system provide vented
self contained liquid propane gas or fuel oil heaters with individual space thermostatic control
1 Use of gasoline burning space heaters open flame heaters or salamander type heating
units is prohibited
PART 3 EXECUTION
31
32
INSTALLATION GENERAL
A Locate facilities where they will serve Project adequately and result in minimum interference
with performance of the Work Relocate and modify facilities as required by progress of the
Work Staging area may be located at north end of Plaza when ice rink is removed
TEMPORARY UTILITY INSTALLATION
A General Install temporary service or connect to existing service
B Sanitary Facilities Provide temporary toilets wash facilities and drinking water for use of
construction personnel Comply with authorities having jurisdiction for type number location
operation and maintenance of fixtures and facilities
C Heating Provide temporary heating required by construction activities for curing or drying of
completed installations or for protecting installed construction from adverse effects of low
temperatures or high humidity Select equipment that will not have a harmful effect on
completed installations or elements being installed
TEMPORARY FACILITIES AND CONTROLS 01500 2
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
D Ventilation and Humidity Control Provide temporary ventilation required by construction
activities for curing or drying of completed installations or for protecting installed construction
from adverse effects of high humidity Select equipment that will not have a harmful effect on
completed installations or elements being installed Coordinate ventilation requirements to
produce ambient condition required and minimize energy consumption
E Electric Power Service Use of Owner's existing electric power service will be permitted as
long as equipment is maintained in a condition acceptable to Owner
F Lighting Provide temporary lighting with local switching that provides adequate illumination
for construction operations observations inspections and traffic conditions
1 Install lighted Project identification sign
2 Provide superintendent with cellular telephone or portable two way radio for use when
away from field office
3 3 SUPPORT FACILITIES INSTALLATION
A General Comply with the following
Maintain support facilities until near Substantial Completion Remove before Substantial
Completion Personnel remaining after Substantial Completion will be permitted to use
permanent facilities under conditions acceptable to Owner
B Temporary Roads and Paved Areas Construct and maintain temporary roads and paved areas
adequate for construction operations
1 Provide dust control treatment that is nonpolluting and nontracking Reapply treatment
as required to minimize dust
2 Prepare subgrade and install subbase and base for temporary roads and paved areas
according to Division 2 Section Earthwork "
3 Recondition base after temporary use including removing contaminated material
regrading proofrolling compacting and testing
C Traffic Controls Comply with requirements of authorities having jurisdiction
1 Protect existing site improvements to remain including curbs pavement and utilities
2 Maintain access for fire fighting equipment and access to fire hydrants
D Parking Provide temporary parking areas for construction personnel
E Dewatering Facilities and Drams Comply with requirements of authorities having jurisdiction
Maintain Project site excavations and construction free of water
F Project Identification and Temporary Signs Provide Project identification and other signs to
inform public and individuals seeking entrance to Project Unauthorized signs are not
permitted
1 Provide temporary directional signs for construction personnel and visitors
2 Maintain and touchup signs so they are legible at all times
TEMPORARY FACILITIES AND CONTROLS 01500 3
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
G Waste Disposal Facilities Provide waste collection containers in sizes adequate to handle
waste from construction operations Comply with requirements of authorities having
jurisdiction Comply with Division 1 Section Execution Requirements" for progress cleaning
requirements
Lifts hoist and motorized vehicles are considered "tools and equipment and not
temporary facilities
34 SECURITY AND PROTECTION FACILITIES INSTALLATION Provide protective
coverings barriers devices signs or other procedures to protect
A Environmental Protection Provide protection operate temporary facilities and conduct
construction in ways and by methods that comply with environmental regulations and that
minimize possible air waterway and subsoil contamination or pollution or other undesirable
effects
B Temporary Erosion and Sedimentation Control Provide measures to prevent soil erosion and
discharge of soil bearing water runoff and airborne dust to adjacent properties and walkways
according to requirements of authorities having jurisdiction
Inspect repair and maintain erosion and sedimentation control measures during
construction until permanent vegetation has been established
C Stormwater Control Comply with authorities having jurisdiction Provide barriers in and
around excavations and subgrade construction to prevent flooding by runoff of stormwater from
heavy rams
D Tree and Plant Protection Install temporary fencing located as indicated or outside the drip line
of trees to protect vegetation from damage from construction operations Protect tree root
systems from damage flooding and erosion
E Site Enclosure Fence Before each construction phase begins furnish and install site enclosure
fence in a manner that will prevent people and animals from easily entering site except by
entrance gates
1 Extent of Fence As required to enclose Project site portion determined sufficient to
accommodate construction operations
F Security Enclosure and Lockup Install substantial temporary enclosure around partially
completed areas of construction Provide lockable entrances to prevent unauthorized entrance
vandalism theft and similar violations of security
G Barricades Warning Signs and Lights Comply with requirements of authorities having
jurisdiction for erecting structurally adequate barricades including warning signs and lighting
H Temporary Walkway Erect structurally adequate protective sturdy walkway for passage of
individuals over excavated areas if they cannot be backfilled before pedestrians must enter
Coordinate with entrance gates other facilities and obstructions
TEMPORARY FACILITIES AND CONTROLS 01500 4
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Provide dry 3/a' plywood decking protective enclosure walls barricades warning signs
lights safe and well drained walkways handrails if necessary and similar provisions for
protection and safe passage If decking cannot be kept dry install rubber mats to ensure
safe pedestrian access
35 OPERATION TERMINATION AND REMOVAL
A Supervision Enforce strict discipline in use of temporary facilities To mimmize waste and
abuse limit availability of temporary facilities to essential and intended uses
B Maintenance Maintain facilities in good operating condition until removal
Maintain operation of temporary enclosures heating cooling humidity control
ventilation and similar facilities on a 24 hour basis where required to achieve indicated
results and to avoid possibility of damage
C Operate Project identification sign lighting daily from dusk until dawn
D Temporary Facility Changeover Do not change over from using temporary security and
protection facilities to permanent facilities until Substantial Completion
E Termination and Removal Remove each temporary facility when need for its service has
ended when it has been replaced by authorized use of a permanent facility or no later than
Substantial Completion Complete or if necessary restore permanent construction that may
have been delayed because of interference with temporary facility Repair damaged Work
clean exposed surfaces and replace construction that cannot be satisfactorily repaired
Materials and facilities that constitute temporary facilities are property of Contractor
Owner reserves right to take possession of Project identification signs
Remove temporary paving not intended for or acceptable for integration into permanent
paving Where area is intended for landscape development remove soil and aggregate
fill that do not comply with requirements for fill or subsoil Remove materials
contaminated with road oil asphalt and other petrochemical compounds and other
substances that might impair growth of plant materials or lawns Repair or replace street
paving curbs and sidewalks at temporary entrances as required by authorities having
jurisdiction
At Substantial Completion clean and renovate permanent facilities used during
construction period Comply with final cleaning requirements specified in Division 1
Section Closeout Procedures "
END OF SECTION
TEMPORARY FACILITIES AND CONTROLS 01500 5
CITY OF FORT COLLINS
10 January 2008
SECTION 02300 EARTHWORK
PART1 GENERAL
I RELATED DOCUMENTS
OLD TOWN SQUARE IRRIGATION
A Drawings and general provisions of the Contract including General and Supplementary
Conditions and Division I Specification Sections apply to this Section
12 SUMMARY
A This Section includes the following
1 Preparing subgrades for concrete pavers
2 Subbase course for concrete pavers
3 Subsurface drainage backfill for walls and trenches
4 Excavating and backfillmg trenches for buried irrigation piping and wiring
B Related Sections include the following
1 Division 1 Section 'Temporary Facilities and Controls for temporary controls utilities
and support facilities
2 Division 2 Section Unit Pavers
3 Division 2 Section 'Irrigation "
13 DEFINITIONS
A Backfill Soil material or controlled low strength material used to fill an excavation
1 Sub base Backfill Backfill placed under aggregate base
2 Sand Backfill Backfill placed around pipe and in paver seting bed
B Aggregate Base Course placed between the sub base course and setting bed sand
C Sand Setting Bed Course placed over the aggregate base and in a trench before laying pipe
D Borrow Soil Satisfactory soil imported from off site for use as fill or backfill
E Excavation Removal of material encountered above subgrade elevations and to lines and
dimensions indicated
1 Authorized Additional Excavation Excavation below subgrade elevations or beyond
indicated lines and dimensions as directed by Architect Authorized additional
excavation and replacement material will be paid for according to Contract provisions for
changes in the Work
2 Unauthorized Excavation Excavation below subgrade elevations or beyond indicated
lines and dimensions without direction by Architect Unauthorized excavation as well as
remedial work directed by Architect shall be without additional compensation
EARTHWORK 02300 1
CITY OF FORT COLLINS OLD TOWN SQUARE IRRIGATION
10 January 2008
F Fill Soil materials used to raise existing grades
G Structures Buildings footings foundations retaining walls slabs tanks curbs mechanical
and electrical appurtenances or other man made stationary features constructed above or below
the ground surface
H Aggregate Sub Base Course Course placed between the sub base and paver sand setting bed
I Sub base Undisturbed soil under aggregate sub base
J Utilities On site underground pipes conduits ducts and cables as well as underground
services within buildings
14 SUBMITTALS
A Product Data For the following
1 Each type of plastic warning tape
2 Geotextile
3 Controlled low strength material including design mixture
B Material Test Reports From a qualified testing agency indicating and interpreting test results
for compliance of the following with requirements indicated
1 Classification according to ASTM D 2487 of each borrow soil material proposed for fill
and backfill
2 Laboratory compaction curve according to ASTM D 698 for each borrow soil material
proposed for fill and backfill
1 5 QUALITY ASSURANCE
A Geotechmcal Testing Agency Qualifications An independent testing agency qualified
according to ASTM E 329 to conduct soil materials and rock definition testing as documented
according to ASTM D 3740 and ASTM E 548
B Preexcavation Conference Conduct conference at Project site to comply with requirements in
Division 1 Section 'Project Management and Coordination "
1 6 PROJECT CONDITIONS
A Existing Utilities Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted in writing by Owner and then only after arranging to provide temporary utility
services according to requirements indicated
1 Notify Owner not less than two days in advance of proposed utility interruptions
2 Do not proceed with utility interruptions without Owner s written permission
3 Contact utility locator service for area where Project is located before excavating
EARTHWORK 02300 2
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
am s B O'Neill II CPPO FNIGP
u hasing & Risk Management Director
Rev 10120/07 Section 00020 Page 2
CITY OF FORT COLLINS
10 January 2008
PART PRODUCTS
2 1 SOIL MATERIALS
OLD TOWN SQUARE IRRIGATION
A General Provide borrow soil materials when sufficient satisfactory soil materials are not
available from excavations
B Satisfactory Soils ASTM D 2487 Soil Classification Groups GW GP GM SW SP and SM
or a combination of these groups free of rock or gravel larger than 3 inches in any dimension
debris waste frozen materials vegetation and other deleterious matter
C Unsatisfactory Soils Soil Classification Groups GC SC CL ML OL CH MH OH and PT
according to ASTM D 2487 or a combination of these groups
1 Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of
optimum moisture content at time of compaction
D Sub Base Material Naturally or artificially graded mixture of natural or crushed gravel
crushed stone and natural or crushed sand ASTM D 2940 with at least 90 percent passing a 1
1/2 inch sieve and not more than 12 percent passing a No 200 sieve
E Engineered Aggregate Fill Naturally or artificially graded mixture of natural or crushed gravel
crushed stone and natural or crushed sand ASTM D 2940 with at least 90 percent passing a 1
1/2 inch sieve and not more than 12 percent passing a No 200 sieve
F Bedding Course Naturally or artificially graded mixture of natural or crushed gravel crushed
stone and natural or crushed sand ASTM D 2940 except with 100 percent passing a 1 inch
sieve and not more than 8 percent passing a No 200 sieve
22 GEOTEXTILES
A Separation Geotextile Woven geotextile fabric manufactured for separation applications
made from polyolefins or polyesters with elongation less than 50 percent complying with
AASHTO M 288 and the following measured per test methods referenced
1 Survivability Class 2 AASHTO M 288
2 Grab Tensile Strength 247 lbf ASTM D 4632
3 Sewn Seam Strength 2221bf ASTM D 4632
4 Tear Strength 901bf ASTM D 4533
5 Puncture Strength 90 lbf ASTM D 4833
6 Apparent Opening Size No 60 sieve maximum ASTM D 4751
7 Permittivity 0 02 per second minimum ASTM D 4491
8 UV Stability 50 percent after 500 hours exposure ASTM D 4355
23 ACCESSORIES
A Warning Tape Acid and alkali resistant polyethylene film warning tape manufactured for
marking and identifying underground utilities 6 inches wide and 4 mils thick continuously
EARTHWORK 02300 3
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
inscribed with a description of the irrigation pipe or control wire installed 6 above irrigation
pipe or wire conduit
PART 3 EXECUTION
31 PREPARATION
A Protect structures utilities sidewalks pavements and other facilities from damage caused by
settlement lateral movement undermmmg washout and other hazards created by earthwork
operations
B Protect and maintain erosion and sedimentation controls
3 2 DEWATERING
A Prevent surface water and ground water from entering excavations from ponding on prepared
subgrades and from flooding Project site and surrounding area
B Protect subgrades from softening undermining washout and damage by ram or water
accumulation
1 Reroute surface water runoff away from excavated areas Do not allow water to
accumulate in excavations Do not use excavated trenches as temporary drainage ditches
2 Install a dewatenng system to keep subgrades dry and convey ground water away from
excavations Maintain until dewatenng is no longer required
3 3 EXPLOSIVES Do not use explosives
34 EXCAVATION GENERAL
A Unclassified Excavation Excavate to subgrade elevations regardless of the character of surface
and subsurface conditions encountered Unclassified excavated materials may include rock soil
materials and obstructions No changes in the Contract Sum or the Contract Time will be
authorized for rock excavation or removal of obstructions
If excavated materials intended for fill and backfill include unsatisfactory soil materials
and rock replace with satisfactory soil materials
35 EXCAVATION FOR WALKS AND PAVEMENTS
A Excavate surfaces under walks and pavements to indicated Imes cross sections elevations and
subgrades
36 UNAUTHORIZED EXCAVATION
EARTHWORK 02300 4
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
A Fill unauthorized excavation under foundations or wall footings by extending bottom elevation
of concrete foundation or footing to excavation bottom without altering top elevation Lean
concrete fill with 28 day compressive strength of 2500 psi may be used when approved by
Architect
Fill unauthorized excavations under other construction or utility pipe as directed by
Architect
3 7 STORAGE OF SOIL MATERIALS
A Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing
Place grade and shape stockpiles to dram surface water Cover to prevent windblown dust
1 Stockpile soil materials away from edge of excavations Do not store within drip line of
remaining trees
3 8 BACKFILL
A Place and compact backfill in excavations promptly but not before completing the following
1 Construction below finish grade including where applicable subdramage dampproofing
waterproofing and perimeter insulation
2 Surveying locations of underground utilities for Record Documents
3 Removing trash and debris
4 Removing temporary shoring and bracing and sheeting
B Place backfill on subgrades free of mud frost snow or ice
3 9 SOIL FILL
A Place and compact fill material in layers to required elevations as follows
1 Under planted areas use satisfactory soil material
2 Under walks and pavements use satisfactory soil material
3 Under steps and ramps use engineered fill
4 Under building slabs use engineered fill
B Place soil fill on subgrades free of mud frost snow or ice
3 10 SOIL MOISTURE CONTROL
A Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before
compaction to within 2 percent of optimum moisture content
1 Do not place backfill or fill soil material on surfaces that are muddy frozen or contain
frost or ice
EARTHWORK 02300 5
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Remove and replace or scarify and au dry otherwise satisfactory soil material that
exceeds optimum moisture content by 2 percent and is too wet to compact to specified
dry unit weight
11 COMPACTION OF SOIL BACKFILLS AND FILLS
A Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material
compacted by heavy compaction equipment and not more than 4 inches in loose depth for
material compacted by hand -operated tampers
B Place backfill and fill soil materials evenly on all sides of structures to required elevations and
uniformly along the full length of each structure
C Compact soil materials to not less than the following percentages of maximum dry unit weight
according to ASTM D 698
Under structures building slabs steps and pavements scarify and recompact top 12
inches of existing subgrade and each layer of backfill or fill soil material at 95 percent
Under walkways scarify and recompact top 6 inches below subgrade and compact each
layer of backfill or fill soil material at 95 percent
Under lawn or unpaved areas scarify and recompact top 6 inches below subgrade and
compact each layer of backfill or fill soil material at 85 percent
312 GRADING
A General Uniformly grade areas to a smooth surface free of irregular surface changes Comply
with compaction requirements and grade to cross sections lines and elevations indicated
Provide a smooth transition between adjacent existing grades and new grades
Cut out soft spots fill low spots and min high spots to comply with required surface
tolerances
B Site Grading Slope grades to direct water away from buildings and to prevent ponding Finish
subgrades to required elevations within the following tolerances
Lawn or Unpaved Areas Plus or minus 1/2 inch
Walks Plus or minus 1/2 inch
Pavements Plus or minus 1/2 inch
C Grading inside Building Lines Finish subgrade to a tolerance of 1/2 inch when tested with a
10 foot straightedge
13 SUBBASE AND BASE COURSES
A Place aggregate course on subgrades free of mud frost snow or ice
B On prepared subgrade place aggregate course under pavements and walks as follows
EARTHWORK 02300 6
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
1 Install separation geotextile on prepared subgrade according to manufacturer's written
instructions overlapping sides and ends
2 Shape subbasecourse to required crown elevations and cross slope grades
3 Place subbasecourse 6 inches or less in compacted thickness in a single layer
4 Place subbasecourse that exceeds 6 inches in compacted thickness in layers of equal
thickness with no compacted layer more than 6 inches thick or less than 3 inches thick
5 Compact subbasecourse at optimum moisture content to required grades lines cross
sections and thickness to not less than 95 percent of maximum dry unit weight according
to ASTM D 698
3 14 FIELD QUALITY CONTROL
A Testing Agency Owner will engage a qualified independent geotechnical engineering testing
agency to perform field quality control testing
B Allow testing agency to inspect and test subgrades and each fill or backfill layer Proceed with
subsequent earthwork only after test results for previously completed work comply with
requirements
C Footing Subgrade If footing subgrade is disturbed test will be performed to verify design
bearing capacities
D Testing agency will test compaction of soils in place according to ASTM D 1556
ASTM D 2167 ASTM D 2922 and ASTM D 2937 as applicable At a minimum tests will be
performed at the following locations and frequencies
1 Trench Backfill At each compacted initial and final backfill layer at least 1 test for each
150 feet or less of trench length but no fewer than 2 tests
E When testing agency reports that subgrades fills or backfills have not achieved degree of
compaction specified scarify and moisten or aerate or remove and replace soil to depth
required recompact and retest until specified compaction is obtained
315 PROTECTION
A Protecting Graded Areas Protect newly graded areas from traffic freezing and erosion Keep
free of trash and debris
B Repair and reestablish grades to specified tolerances where completed or partially completed
surfaces become eroded rutted settled or where they lose compaction due to subsequent
construction operations or weather conditions
I Scarify or remove and replace soil material to depth as directed by Architect reshape and
recompact
C Where settling occurs before Project correction period elapses remove finished surfacing
backfill with additional soil material compact and reconstruct surfacing
EARTHWORK 02300 7
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Restore appearance quality and condition of finished surfacing to match adjacent work
and eliminate evidence of restoration to greatest extent possible
3 16 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A Disposal Remove surplus satisfactory soil and waste material including unsatisfactory soil
trash and debris and legally dispose of it off Owner s property
END OF SECTION
EARTHWORK 02300 8
CITY OF FORT COLLINS
10 January 2008
SECTION 02780 UNIT PAVERS
PART GENERAL
101 RELATED DOCUMENTS
OLD TOWN SQUARE IRRIGATION
A Drawings and general provisions of the Contract including General and Supplementary
Conditions and Division 1 Specification Sections apply to this Section
102 SUMMARY
A This Section includes the following
1 Concrete pavers set in sand setting bed
2 Edge restraints for unit pavers
B Related Sections include the following
Division 2 Section Earthwork" for compacted subgrade and subbase course if any
under unit pavers
103 SUBMITTALS
A Product Data For the following
1 Concrete pavers
2 Sand setting bed sieve analysis report
3 Sand joint filler sieve analysis report
B Samples for Initial Selection Manufacturer's color charts consisting of units or sections of units
showing the full range of colors textures and patterns available for each type of unit paver
indicated
1 Include similar Samples of material for joints and accessories involving color selection
C Samples for Verification Full size units of each type of unit paver indicated in sets for each
color texture and pattern specified showing the full range of variations expected in these
characteristics
1 Include Samples of exposed edge restraints
D Qualification Data For firms and persons specified in "Quality Assurance Article to
demonstrate their capabilities and experience Include lists of completed projects with project
names and addresses square footage of unit pavers installed names and addresses of architects
and owners and descriptions of subbase preparation
UNIT PAVERS 02780 1
CITY OF FORT COLLINS
10 January 2008
104 QUALITY ASSURANCE
OLD TOWN SQUARE IRRIGATION
A Installer Qualifications An experienced installer who has completed unit paver installations
similar in material design and extent to that indicated for this Project and whose work has
resulted in construction with a mnnmum 5 year record of successful in service performance
B Source Limitations Obtain each type of unit paver joint material and setting material from
one source with resources to provide materials and products of consistent quality in appearance
and physical properties
C Mockups Before installing unit pavers build mockups for each form and pattern of unit pavers
required to verify selections made under sample Submittals and to demonstrate aesthetic effects
and qualities of materials and execution Build mockups to comply with the following
requirements using materials indicated for the completed Work including same base
construction special features for expansion joints and contiguous work as indicated
1 Build mockups in a location indicated as permanent installation and of the size indicated
as directed by Engineer
2 Notify Engineer seven days in advance of dates and times when mockups will be
constructed
3 Demonstrate the proposed range of aesthetic effects and workmanship
4 Obtain Engineer's approval of mockups before starting unit paver installation
5 Approved mockups may become part of the completed Work if undisturbed at time of
Substantial Completion
105 DELIVERY STORAGE AND HANDLING
A Protect unit pavers and aggregate during storage and construction against soiling or
contamination from earth and other materials
Cover pavers with plastic or use other packaging materials that will prevent rust marks
from steel strapping
PART2 PRODUCTS
201 MANUFACTURERS
A Available Manufacturers Subject to compliance with requirements manufacturers offering
products that may be incorporated into the Work include but are not limited to the following
B Manufacturers Subject to compliance with requirements provide products by one of the
following
Concrete Pavers
a Hanover Engmeerural Products Inc
b Hastings Pavement Co Inc
c Pavestone Inc
d Wassau Tile Inc Terra Paving Div
UNIT PAVERS 02780 2
CITY OF FORT COLLINS
10 January 2008
202 COLORS AND TEXTURES
OLD TOWN SQUARE IRRIGATION
A Colors and Textures As indicated by manufacturer's designations as follows
I Pavestone Plaza 1 Stones in random Pattern Color to be a random mix of 50% of each
Pavestone standard color Old Town Blend and Winter Blend
2 Pavestone Plaza 1 Stones running bond pattern Color to be a random mix of 50% of
each Pavestone standard color Old Town Blend and Winter Blend
203 UNIT PAVERS
A Concrete Pavers Solid interlocking paving units ASTM C 936 made from normal weight
aggregates in sizes and shapes indicated with minimum 28 day compressive strength of 5000
psi
204 AGGREGATE SETTING BED MATERIALS
A Graded Aggregate for Subbase Sound crushed stone or gravel complying with ASTM D 448
for Size No 57
B Graded Aggregate for Base Sound crushed stone or gravel complying with ASTM D 448 for
Size No 8
C Sand for Leveling Course and for Backfill around imgation pipe and conduit Sound sharp
washed natural sand or crushed stone complying with gradation requirements of ASTM C 33
for fine aggregate
D Sand for Joints Fine sharp washed natural sand or crushed stone with 100 percent passing
No 16 (1 18 mm) sieve and no more than 10 percent passing No 200 (0 075 mm) sieve
PART 3 EXECUTION
kill] cof.1185II2041Rlei
A Examine areas indicated to receive paving with Installer present for compliance with
requirements for installation tolerances and other conditions affecting performance Proceed
with installation only after unsatisfactory conditions have been corrected
302 PREPARATION
A Compact subgrade surface to check for unstable areas and areas requiring additional
compaction Proceed with unit paver installation only after deficient subgrades have been
corrected and are ready to receive subbase for unit pavers
3 03 INSTALLATION GENERAL
UNIT PAVERS 02780 3
CITY OF FORT COLLINS OLD TOWN SQUARE IRRIGATION
10 January 2008
A Do not use unit pavers with chips cracks voids discoloration and other defects that might be
visible or cause staining in finished work
B Mix pavers from several pallets or cubes as they are placed to produce uniform blend of colors
and textures
C Cut unit pavers with motor driven masonry saw equipment to provide clean sharp unshipped
edges Cut units to provide pattern indicated and to fit adjoining work neatly Use full units
without cutting where possible Hammer cutting is not acceptable
1 For concrete pavers a block splitter may be used
D Joint Pattern As indicated
E Tolerances Do not exceed 1/32 inch unit to unit offset from flush (lippage) nor 1/8 inch in 10
feet from level or indicated slope for finished surface of paving
F Provide edge restraints as indicated Install edge restraints before placing unit pavers
I Install Job built concrete edge restraints to comply with requirements in Division 3
Section "Cast in Place Concrete
304 AGGREGATE SETTING BED PAVER APPLICATIONS
A Compact soil subgrade uniformly to at least 95 percent of ASTM D 1557 laboratory density
B Place aggregate base in thickness indicated Compact by tamping with plate vibrator and screed
to depth required to allow setting of pavers
C Place leveling course and screed to a thickness of 1 to 1 1/4 inches taking care that moisture
content remains constant and density is loose and constant until pavers are set and compacted
Place leveling course such that installed unit pavers will set 1/8 to 1/4 niches above edge
restraints
D Treat leveling base with soil sterilizer to inhibit growth of grass and weeds
E Set pavers with a minimum Joint width of 1/16 inch and a maximum of 1/8 inch being careful
not to disturb leveling base If pavers have spacer bars place pavers hand tight against spacer
bars Use string lines to keep straight lines Fill gaps between units that exceed 3/8 inch with
pieces cut to fit from full size unit pavers
When installation is performed with mechanical equipment use only unit pavers with
spacer bars on sides of each unit
F Vibrate pavers into leveling course with a low amplitude plate vibrator capable of a 3500 to
5000 lbf compaction force at 80 to 90 Hz Perform at least three passes across paving with
vibrator Vibrate under the following conditions
1 After edge pavers are installed and there is a completed surface or before surface is
exposed to rain
UNIT PAVERS 02780 4
SECTION 00100
INSTRUCTIONS TO BIDDERS
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Before ending each day's work fully compact installed concrete pavers to within 36
inches of the laying face Cover open layers with nonstaining plastic sheets overlapped
48 inches on each side of the laying face to protect it from ram
G Spread dry sand and fill Joints immediately after vibrating pavers into leveling course Vibrate
pavers and add sand until Joints are completely filled then remove excess sand Leave a slight
surplus of sand on the surface for Joint filling
H Do not allow traffic on installed pavers until sand has been vibrated into Joints
Repeat Joint filling process 30 days later
3 05 REPAIR POINTING CLEANING AND PROTECTION
A Remove and replace unit pavers that are loose chipped broken stained or otherwise damaged
or that do not match adjoining units as intended Provide new units to match adjoining units
and install in same manner as original units with same joint treatment and with no evidence of
replacement
END OF SECTION
UNIT PAVERS 02780 5
No Text
CITY OF FORT COLLINS
10 January 2008
SECTION 02810 IRRIGATION
PART GENERAL
101 SCOPE
OLD TOWN SQUARE IRRIGATION
Furnish all labor materials supplies equipment tools and transportation and perform all operations
in connection with and reasonably incidental to the complete installation of the irrigation system and
guarantee/warranty as shown on the drawings the installation details and as specified herein Items
of work specifically included are
A Procurement of all applicable licenses permits and fees
B Marking of existing utility locations with chalk based paint for easy removal
C Connection of irrigation mainline from existing irrigation tap
D Installation of irrigation system
E Connection of irrigation control system
F Maintenance period
102 RELATED WORK
A Drawings and general provisions of the Contract including General and Supplementary
Conditions and Division 1 Specification Sections apply to this Section
103 SUBMITTALS
A Submit work schedule naming dates that each phase and task will be completed to ensure work
completion by May 2 2008
B Materials List Include pipe fittings mainline components water emission components
control system components Quantities of materials need not be included
C Manufacturers Data Submit manufacturer's catalog cuts specifications and operating
instructions for equipment shown on the materials list
D Shop Drawings Submit shop drawings called for but not included in the installation details
Shop products required for proper installation their relative locations and critical dimensions
Note modifications to the installation detail
E Controller Charts Submit controller charts for review
IRRIGATION 02810 1
CITY OF FORT COLLINS
10 January 2008
104 RULES AND REGULATIONS
OLD TOWN SQUARE IRRIGATION
A Work and materials shall be in accordance with the latest edition of the National Electric Code
the Uniform Plumbing Code as published by the Western Plumbing Officials Association and
applicable laws and regulations of the governing authorities
B When the contract documents call for materials or construction of a better quality or larger size
than required by the above mentioned rules and regulations provide the quality and size
required by the contract documents
105 TESTING
A Notify the Owner s Representative three days in advance of testing
B Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure
test at anytime after partial completion of backfill Pipelines Jointed with solvent welded PVC
Joints shall be allowed to cure at least 24 hours before testing
C Subsections of mainline pipe may be tested independently subject to the review of the Owner s
Representative
D Furnish clean clear water pumps labor fittings and equipment necessary to conduct tests or
retests
E Hydrostatic Pressure Test
Backfill to prevent pipe from moving under pressure Expose couplings and fittings
Subject mainline pipe to a hydrostatic pressure equal to 100 psi for two hours Leakage
will be detected by visual inspection Upon detection of leaks replace defective pipe
fitting joint valve or appurtenance as appropriate to eliminate leak Repeat the test until
the pipe passes test (no leaks) The Owner s Representative must visually verify the test
result and provide written approval
F Coverage Test
Activate each remote control valve in sequence The Owner's Representative will visually
observe water application patterns
Adjust or move system components to correct coverage deficiencies Repeat the test until
the system passes test
G Cement or caulking to seal leaks is prohibited
106 REVIEWS
A Sprinkler Layout Review
IRRIGATION 02810 2
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
1 Notify Owner's Representative three days in advance of review Static pressure at water
supply must be venfied prior to review
2 Stake each sprinkler location remote control valve assembly gate valve and all other
irrigation system assemblies (including mainline and lateral lines) Different sprinkler
types shall be clearly marked Revise layout as directed by Owner's Representative
Layout review may be repeated at discretion of Owner's Representative
3 All landscape edging tree locations and other known site features must be staked or
clearly marked prior to sprinkler layout review
4 Where the irrigation system must be modified due to discrepancies between the irrigation
plans and actual site conditions the layout shall be modified per the direction of the
Owners Representative Where modifications result in the addition or deletion of
irrigation equipment the Contractor shall be paid or the Owner credited perirrigation
unit cost schedule
5 Layout review shall occur prior to installation of irrigation system unless otherwise
directed by Owner's Representative
B Review will occur at substantial completion of irrigation system
C Final review will be performed after completion of punch list items and the completion of
record (as built) drawings
107 GUARANTEE/WARRANTY AND REPLACEMENT
The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of
prime quality installed and maintained in a thorough and careful manner
A For a period of one year from the date of final acceptance guarantee/warranty irrigation
materials equipment and workmanship against defects Fill and repair depressions Restore
landscape or structural features damaged by the settlement of irrigation trenches or excavations
Repair damage to the premises caused by a defective item Make repairs within three days of
notification from the Owner's Representative
B Contract documents govern replacements the same as new work Make replacements at no cost
in contract price
C Guarantee/warranty applies to originally installed materials and equipment and replacements
made during the guarantee/warranty period
IRRIGATION 02810 3
CITY OF FORT COLLINS OLD TOWN SQUARE IRRIGATION
10 January 2008
PART 2 MATERIALS
201 QUALITY
A Materials used in the system shall be new and without flaws or defects of any type and shall be
the best of their class and kind
202 SUBSTITUTIONS
A Substitutions are not encouraged and as a general rule will not be allowed
B Submit requests for substitutions prior to bidding Subsequent requests for substitutions will be
considered only when a product becomes unavailable
C Submit complete data showing compliance with the Contract Documents
D In making a request for substitution the Contractor represents that he
Has investigated the proposed substitution and found that it is of the same or better quality
level capacity function or appearance than the specified product
Will coordinate installation and make modifications to the work which may be required
for complete installation
Will bear all costs resulting from necessary changes caused by the substitution
The Owner will determine acceptability of proposed substitution and will notify Contractor of
acceptance or rejection
F Pipe sizes referenced in the construction documents are minimum sizes and may be increased
at the option of the Contractor
203 ALTERNATE CONTROL SYSTEM
A Bid may be submitted for installation of Phase 1 only in 2008
B Bid may be submitted for installation of two wire control system as sold by Weathermatic
Toro or Underhill International as an alternative to existing controller and conventional
multiple control wiring system
C Bid may be submitted for irrigation pipe access to pavilion area by altenative means
204 SLEEVING
A Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle
as shown on drawings
B Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent
welded Iomts
IRRIGATION 02810 4
CITY OF FORT COLLINS OLD TOWN SQUARE IRRIGATION
10 January 2008
C Sleevmg beneath drives and streets shall be PVC Schedule 40 pipe with solvent welded Joints
D Sleevmg diameter As indicated on the drawings and installation details but not less than twice
the nominal size of pipe held within
205 PIPE AND FITTINGS
A Mainline Pipe and Fittings
Use rigid unplasticized polyvinyl chloride (PVC) 1120 1220 National Sanitation
Foundation (NSF) approved pipe extruded from material meeting the requirements of
Cell Classification 12454 A or 12454 B ASTM Standard D 1784 with an integral belled
end
Use Schedule 40 conforming to the dunensions and tolerances established by ASTM
Standard D1785
Use Schedule 40 Type 1 PVC solvent weld fittings conforming to ASTM Standards
D2466 and D1784 Use primer approved by the pipe manufacturer Solvent cement to
conform to ASTM Standard D2564
B Lateral Pipe and Fittings
Use rigid unplasticized polyvinyl chloride (PVC) 1120 1220 National Sanitation
Foundation (NSF) approved pipe extruded from material meeting the requirements of Cell
Classification 12454 A or 12454 B ASTM Standard D1784 with an integral belled end
suitable for solvent welding
2 Use Class 200 SDR 21 rated at 200 psi conforming to the dimensions and tolerances
established by ASTM Standard D2241
a Fittings for PVC pipe shall be Schedule 40 Type I PVC solvent weld fittings ASTM
Standards D2466 and D1784
b Use primer approved by the pipe manufacturer Solvent cement to conform to
ASTM Standard D2564 of a type approved by the pipe manufacturer
C Specialized Pipe and Fittings
Copper pipe Type K" rigid conforming to ASTM Standard B88
Fittings shall be wrought copper or cast bronze soldered or threaded per the
installation details Solder shall be 95% tin and 5% antimony
Use a dielectric union wherever a copper based metal (copper brass bronze) is Joined to
an iron based metal (iron galvanized steel stainless steel)
Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples
and PVC Schedule 40 threaded fittings
IRRIGATION 02810 5
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Joint sealant Use only Teflon type tape pipe Joint sealant on plastic threads Use
nonhardening nontoxic pipe Joint sealant formulated for use on water carrying pipes on
metal threaded connections
206 MAINLINE COMPONENTS
A Isolation Ball Valve Assembly as presented in the installation details
B Quick Coupling Valve Assembly swing Joints as presented in the installation details
C Remote Control Master Valve install as presented in the installation details
D Winterization Assembly Install as presented in the installation details on backflow preventer
at approximate location shown on plan Install quick coupler valve assembly for the purpose of
winterization on PVC pipe near Old Town Square point of connection
207 SPRINKLER IRRIGATION COMPONENTS
A Remote Control Valve (RCV) Assembly for Sprinkler and Drip Laterals as presented in the
installation details
B Sprinkler Assembly as presented in the drawings and installation details
C Irrigation Controller Unit
Attach control wire to existing controller as shown on plan
Wire markers Prenumbered or labeled with indelible nonfadmg ink made of permanent
nonfadmg material
D Control Wire
1 Electric wire from the controller unit to each remote control valve shall be American Wire
Gauge (AWG) No 14 solid copper Type OF cable UL approved for direct underground
burial Common wire shall be AWG No 12 solid copper Type OF cable UL approved
for underground burial
2 Color Wire color shall be continuous over its entire length Use white for common
ground wire Make no underground splices in common wire except at valves Use easily
distinguished colors for other control wires Spare control wires shall be of a color
different from that of the active control wire Use different wire colors for the common
control and spare for each controller NO EXCEPTIONS
3 Splices As presented in installation details
4 Encase wiring not located near PVC irrigation pipe in PVC Schedule 40 electrical conduit
All wire under sidewalks and pavements shall be encased in a sleeve
208 DRIP IRRIGATION
IRRIGATION 02810 6
CITY OF FORT COLLINS
10 January 2008
A As shown on plan and details
209 OTHER COMPONENTS
OLD TOWN SQUARE IRRIGATION
A Tools and Spare Parts Provide operating keys servicing tools test equipment other items and
spare parts indicated in the General Notes of the drawings
PART 3 EXECUTION
301 INSPECTIONS AND REVIEWS
A Site Inspections
1 Verify site conditions and note irregularities affecting work of this section Report
irregularities to the Owner s Representative prior to beginning work
2 Beginning work of this section implies acceptance of existing conditions
B Irrigation System Layout Review Irrigation system layout review will occur after the layout
has been completed Notify the Owner s Representative two days in advance of review
Modifications will be identified by the Owner's Representative at this review
C Verify locations of underground utilities and make markings with chalk based paints for easy
removal
302 LAYOUT OF WORK
A Stake out the irrigation system Items staked include sprinklers pipe control valves
controller and isolation valves Any markings must be made with chalk based paint
3 03 EXCAVATION TRENCHING AND BACKFILLING
A Excavate to permit the pipes to be laid at the intended elevations and to permit work space for
installing connections and fittings
B Minimum cover over all pipe and wire shall be as presented in the installation details
C PVC lateral pipes may not be pulled into the soil utilizing a vibratory plow device Minimum
burial depths per installation details
D Backfill only after lines have been reviewed and tested
E Excavated material is generally satisfactory for backfill Backfill shall be free from rubbish
vegetable matter frozen materials and stones larger than two inches in maximum dimension
IRRIGATION 02810 7
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Remove material not suitable for backfill Backfill placed next to pipe shall be free of sharp
objects and rocks which may damage the pipe
Backfill unsleeved pipe in either of the following manners
Backfill and puddle the lower half of the trench Allow to dry 24 hours Backfill the
remainder of the trench in 6 inch layers Compact to density of surrounding soil
Backfill the trench by depositing the backfill material equally on both sides of the pipe in
6 inch layers and compacting to the density of surrounding soil
G Enclose pipe and wiring beneath roadways walks curbs etc in sleeves Mimmum
compaction of backfill for sleeves shall be 95% Standard Proctor Density ASTM D 698 78
Use of water for compaction around sleeves "puddling " will not be permitted
H Dress backfrlled areas to original grade Incorporate excess backfill into existing site grades
Where utilities interfere with irrigation trenclung and pipe work contact the Owners
Representative for trench depth adjustments
304 IRRIGATION TAP AND WATER METER
A Connect to tap and water meter as shown on irrigation plan
305 SLEEVING AND BORING
A Install sleevmg at a depth which permits the encased pipe or wiring to remain at the specified
burial depth
B Extend sleeve ends six inches beyond the edge of the paved surface Cover pipe ends and mark
with stakes Mark concrete with a chiseled "X" at sleeve end locations
C Bore for sleeves under obstructions which cannot be removed Employ equipment and methods
designed for horizontal boring
306 ASSEMBLING PIPE AND FITTINGS
A General
Keep pipe free from dirt and pipe scale Cut pipe ends square and debur Clean pipe ends
Keep ends of assembled pipe capped Remove caps only when necessary to continue
assembly
B Mainline Pipe and Fittings
Use only strap type friction wrenches for threaded plastic pipe
2 PVC Solvent Weld Pipe
IRRIGATION 02810 8
SECTION 00100
INSTRUCTIONS TO BIDDERS
1 0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No 1910-8
1990 ed ) have the meanings assigned to them in the General Conditions
The term "Bidder means one who submits a Bid to OWNER as distinct from
a sub -bidder who submits a Bid to Bidder The terms "Successful Bidder, -
means the lowest qualified responsible and responsive Bidder to whom
OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award The term "Bidding Documents" includes the Advertisement or
Invitation to Bid Instructions to Bidders the Bid Form and the
proposed Contract Documents (including all Addenda issued prior to
receipt of Bids)
2 0 COPIES OF BIDDING DOCUMENTS
2 1 Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid No partial sets will be issued The Bidding
Documents may be examined at the locations identified in the Invitation
to Bid
2 2 Complete sets of Bidding Documents shall be used in preparing Bids
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents
2 3 The submitted Bid proposal shall include Sections 00300 00410
00420 and 00430 fully executed
2 4 OWNER and Engineer in making copies of Bidding Documents available
on the above terms do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use
3 0 QUALIFICATION OF BIDDERS
3 1 To demonstrate qualifications to perform the Work each Bidder must
submit at the time of the Bid opening a written statement of
qualifications including financial data a summary of previous
experience previous commitments and evidence of authority to conduct
business in the jurisdiction where the Project is located Each Bid must
contain evidence of Bidder's qualification to do business in the state
where the Project is located or covenant to obtain such qualification
prior to award of the contract The Statement of Qualifications shall be
prepared on the form provided in Section 00420
3 2 In accordance with Section 8-160 of the Code of the City of Fort
Rev 10/20/07 Section 00100 Page 1
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Use primer and solvent cement Join pipe in a manner recommended by the
manufacturer and in accordance with accepted industry practices
Cure for 30 minutes before handling and 24 hours before allowing water in pipe
Snake pipe from side to side within the trench
Snake pipe from side to side within the trench
Install thrust blocks as specified in the installation details
C Lateral Pipe and Fittings
Use only strap type friction wrenches for threaded plastic pipe
PVC Solvent Weld Pipe
a Use primer and solvent cement Join pipe in the manner recommended by
manufacturer and in accordance with accepted industry practices
b Cure for 30 minutes before handling and 24 hours before allowing water in pipe
c Snake pipe from side to side within the trench
D Specialized Pipe and Fittings
Copper Pipe
Buff surfaces to be Joined to a bright finish Coat with solder flux
Solder so that a continuous bead shows around the Joint circumference
Insert a dielectric union wherever a copper based metal (copper brass bronze) and an
iron based metal (iron galvanized steel stainless steel) are Joined
PVC Threaded Connections
Use only factory formed threads Field cut threads are not permitted
Use only Teflon type tape
When connection is plastic to metal the plastic component shall have male threads
and the metal component shall have female threads
Make metal to metal threaded connections with Teflon type tape or pipe Joint compound
applied to the male threads only
307 INSTALLATION OF MAINLINE COMPONENTS
A Backflow Prevention Assembly Install where indicated on the drawings Install assembly so
that its elevation orientation access and drainage conform to the manufacturer's
recommendations and applicable health codes Include Strong Box enclosures
B Isolation Ball Valve Assembly Install where indicated on the drawings
IRRIGATION 02810 9
CITY OF FORT COLLINS OLD TOWN SQUARE IRRIGATION
10 January 2008
C Quick Coupling Valve Assembly Install where indicated on the drawings
D Winterization Assembly Install where indicated on the drawings on backflow if possible
308 INSTALLATION OF SPRINKLER IRRIGATION COMPONENTS
A Remote Control Valve (RCV) Assembly for Sprinkler Laterals
Flush mainline before installation of RCV assembly
Install where indicated on the drawings Wire connectors and waterproof sealant shall be
used to connect control wires to remote control valve wires Install connectors and sealant
per the manufacturer's recommendations
Adjust RCV to regulate the downstream operating pressure
B Sprinkler Assembly
Flush lateral pipe before installing sprinkler assembly
Install per the installation details at locations shown on the drawings
Set sprinklers perpendicular to the finish grade
Supply appropriate nozzle or adjust arc of coverage of each sprinkler for best
performance
Adjust the radius of throw of each sprinkler for best performance
309 INSTALLATION OF DRIP COMPONENTS
A Remote Control Valve (RCV) Assembly for Drip Laterals
Flush mainline before installation of RCV assembly
B Dnpperlme Install as shown drawings and details and as recommended by manufacturer
Flush drip laterals and dripperline thoroughly before completion of each lateral
At completion of lateral installation note and record pressure at flush/test valve
3 10 INSTALLATION OF CONTROL SYSTEM COMPONENTS
A Imgation Controller Unit
The location of the controller unit as depicted on the drawings is approximate
Lightning protection Provide on all remote control valve wiring as recommended by the
manufacturer Provide other components such as ground rod grounding wire etc to
manufacturer's recommendations
Install primary surge protection arrestors on incoming power lines
Install one valve output surge protection arrestor on each control wire and one for the
common wire
IRRIGATION 02810 10
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Attach wire markers to the ends of control wires inside the controller unit housing Label
wires with the identification number (see drawings) of the remote control valve to which
the control wire is connected
Connect control wires to the corresponding controller terminal
B Control Wire
1 Bundle control wires where two or more are in the same trench Bundle with pipe
wrapping tape spaced at 10 foot intervals
2 Provide a 24 inch excess length of wire in an 8 inch diameter loop at each 90' change of
direction at both ends of sleeves and at 100 foot intervals along continuous runs of
wiring Do not tie wiring loop Coil 24 inch length of wire within each remote control
valve box
3 Install common ground wire and one control wire for each remote control valve
Multiple valves on a single control wire are not pemutted Install Four (4) spare control
wires and one (1) spare common wire along the entire length of the mainline Provide a
24 inch length of wire from each end of the spare control wires coiled in the control
enclosure and provide a 24 inch length of coiled wire for each spare control wire in a
6 inch round valve box at each distal end of the mainline pipe
4 If a control wire must be spliced make splice with 3M DBY type wire connectors
installed per the manufacturer's instructions Locate splice in a valve box which contains
an irrigation valve assembly or in a separate appropriately sized valve box Use same
procedure for connection to valves as for in line splices
5 Unless noted on plans install wire parallel with and under PVC mainline pipe
6 Encase wire not installed with PVC mainline pipe in electrical conduit
10 INSTALLATION OF OTHER COMPONENTS
A Tools and Spare Parts Prior to final acceptance supply to the Owner operating keys servicing
tools test equipment spare parts indicated in the General Notes on the drawings and any other
items indicated on the drawings
B Other Materials Install other materials or equipment shown on the drawings or installation
details to be part of the irrigation system even though such items may not have been referenced
in these specifications
11 PROJECT RECORD DRAWINGS
A Prior to substantial completion obtain from the Owner s Representative copies of the
appropriate Drawings in AutoCAD format Using AutoCAD duplicate information contained
on the Record Drawings maintained on site Provide electronic AutoCAD format as built
drawings on compact disc to the Owner
Label each sheet' Record Drawing" On the first sheet the Contractor or resident
superintendent shall execute the following statement
IRRIGATION 02810 11
CITY OF FORT COLLINS
10 January 2008
OLD TOWN SQUARE IRRIGATION
Having reviewed this document and all attachments I affirm that to the best of my
knowledge the information presented here is true and accurate
Signed
Position
B Record pipe and wiring network alterations Record work which is installed differently than
shown on the construction drawings Record accurate reference dimensions measured from at
least two permanent reference points of each irrigation system valve each backflow prevention
device each controller or control unit each sleeve end and other imgathon components
enclosed within a valve box
3 12 CONTROLLER CHARTS
A Prior to final acceptance prepare a reduced copy of the as built plans with valve numbering
clearly highlighted at the reduced scale The reduced plan shall be sized to fit flat within the
controller laminated in plastic and placed in the controller
313 CLEANUP
A Upon completion of work remove from the site all machinery tools excess materials and
rubbish
END OF SECTION
IRRIGATION 02810 12
EOUPMENT SCH DOLE SPRWLER SCHEDULE GENERAL IRRIGATION NOTES
SYMBOL DESCRIPTION
Ooy' a dN IXn v5 W WR P'AN k 44
men u.or. as NE. q us a»x
®EIEwvR w.K q R Ws ss WzswH n w
EIEf.Y% MW[U CP'WR �Nfq MwW Rm mu en' rt
u I �w/ Es RRq .qYA Eot
ww.ac ort nnss.cKm ss w .E wEs acRrs Pw.
O P.c mnw.zK .es• Rw am W
e n W PoIR Wi uII R w5 4E Yv3 aw mm R ss wvw
H R KKA Sfi9. W lw W w.w p.9 WI
e Ruw/R vNH vN WLL MN R R
OewW iW LP'mIX v5 W
A I4 ww w mwoa m uR
1 55 i0u �[ cw�iwavxK� ACM
O �[ PoLrt �Hu(W wd Aq.M rt Y ��
Aim x[ [ Ymax Swa'c } pT pNW aT uwx [
f a WR w K' 1. Y.VAW wM } wwd b IN W W
Evq wwAlwd%.w WttIN )xaµ 4H w&dMtl W[
wM aM. H O.wFn xn wd
�' NH w.�survwRusMai.a R Wui WWWRIX / rtRh
PPE SCHEDULE
(MP oP�rol B Im I n wIKI In I1— n ex )
M m m R R I PI 1 P P
PP S M m m fl (GPM)
Pa cPoP.
SLEEVNG SCHEDULE
% .a/ wRR o�wnn. xwao s.EE.c
/
n
�omm�.a
n oqm ra
�aMw 4�wtlw pMv 2,04MYM�
.... R•+. .« caa. ceN
.N P.... Pww..A
SYNBCI CEENEENiq WM1E ✓-0[ xOZRE
c s li PN
mro.N msw Ws w
NON901.11
nYI pYP[ GG
gp/ry}n[
}t WwE LFif
SW� i[q wx Aq/xq[
O W em, ,, VAS ED
SEE
eORWs u W
au n Wi w.
e avu Ws m
® w.avngn au W W
o .moo/wu wu Was
m W
w[S W8 _ R IXRq w 4AEx [e gEfiluE R N Wi[xtl
aw4�fl[ ad
IqE LLS pL 'A 44 iMIR[�W &NWS [0 q�w.�P/p qV EVIM inlR[56fR�
DRPLNE NOTES
cR pR RqM' axl w [Na YFLO 6E PV xKK.� w im vgMw4 w�.e�ua
w caa.. ma.w"'r.�`R ma"wiars �ai�W aA�`nmss�[w ism
IN
W 0.H d d R�Fl 4a M4:K NYNM PAv YN. fP[AS M f
6 4 [P O Itw WG If!£q R Rwl w[MW xuf /WAEw ryS NftlM R M C Y.YIW MO.V'OIXMY
w RN.%'[ aH l 1 6M WH 6Aufl [�[ R4 [ M pM Y M �S KfMtq[0 m a9k ww(NNRA
omrz sx mam iWwXNss a vR ac Wrc sWi Aw Eu E s ED R urmo ME na »ounc
w uE 6 m[ ws MauMw' mJ R4 CwRC�6 HSOHHi Hm wIrs IxwW Eu mV v(u wi wo
ENIT
,,NngmaPu wa aaue Lac aroma P.ac .o .� wrap awKaas o<a.Nc .wrxnR s
R�wW[59M M' Sxn WK Wa dgwWUR[pA am�w4
SYSTEM OPERATION
OLD TOWN SQUARE
IRRIGATION
V JANUARY 2008
SPRWLER NOTES
SEw i0 Cf Imw EP L P M GPeRE NI E W EN,
�RaRwpC01M 0 S 4N01
E R e+oxERnsE u
.s N o+e W u as
W w I EK ERR WEPA4E w� S IXE SSfm
nvG iw w µV YK 50 45
FPOn RCP[ OA MOE � NV St W COSE Cw
[mWwx
u vneoN.rz � o s f , a c w n oN m a rH NH
W wmss R� x�wu o.rcm Rww u E Yw
eEw EPM xa
PEuax Pau
OR.EM11i TIIE
1.1100
a@T NP
\
rem wrc [
rco wiu m usu cwrn m ai . sw. sum m
o wmxc rx[u mi�rt mnvaz
i
s
�
Q�s
wawipd CURFdAHi�
G
\
POND OF CONECTId1 \ \
\VA
mm I �� mn wn \VA
1 \
vv
n
L
rzm u [ .maw [ass
n.x [ w //
q
Y[M Wl�S M
11
s¢ sx[n oz
mwmoan
eev cauexr o.[re eew
ne xw
o[v[[oeee:m
®
oenmx er
ocm
WMObIr
__
aeG
eu
OLD TOWN SQUARE
aeem.e,
IRRIGATION
IRRIGATION PLAN
n
� s�meflV coos V
xm sr
oenww m[f.
m
mee.
L1101
1u m IN PW
� ��a
XEY 0.N1
D
U
—_—_—_--_— ��
m
A
c
t
—ddeooMF aEv cw¢rt o a eE.w ,oeww
OfVFIOPIRM ® Y41
•YIIgEIY EI[C 9U
OLD TOWN SQUARE omem.a
IRRIGATION n. ,IRRIGATION PLA
w JJiMN1RY'NOe
•• w o.i e..eNn. N.Mu JJo er Nsnr� .... ¢c v , LI102 VUNN➢
02
M TO 4a 9YY ����� NEY 0.JN
b �
i
D erwu w1 aFerz
G vt.o.ta rre
� � 1
/ p.4 tl •F N Y Y Ra6[ �� 1
6 t Y 4 9 p+
\+1
'tb 11 Ip E 5 RXM 5 W40.W WIIC VF' 6 VIIKS C Y1 '�'.
�' \\ 11 4MNt[0 ft.WIW 6MNE 0.NXGMw W SM '�
\\ 11 t
� VA 11 i
103 A
i
i
1
1
_
i
F�
9
t
u
i
103 B
ooxwowo
pfVFlppE(M
�YIMWIIY
L14 Yati 4wW�wws
uo Fat YVY61 `r
i pl Taw FGwa
fat La�M1 CWW
SW MO
fst LeF LMwW
IOYt
Y TO W N18
M iN IN tYY
�Yab�w
M J AW 2M
%flE
f Otl
w.,
,oF xo,
O BV OfY
O!c BG
O
IRRIGATION
wwNB TIIF.
L1103
81EEI ND
,., M.o.,...,.,. .,.��. ,.e..��..w..~•R R,,.. C
��
VV/LNAfpa NEV M AMKY . x1sT91 ME A39xRLY V 1NNIUEx a� V NATO" BNL yaw A omy N o POP Nd1O1E OONIM VALVE ASSBKY IF S—PPVY xVENl91 AB0RY
,
III
go-•••
\ .a wove•
�"n`
G IIOff NB MOIfIM B®OYx 1 `""'°°"' nA$xNA�N®IT1P1
N �
LOx ROx M VALVE ABSEMLY 0 ON ROE M VXV6 &Mfty /1_ya cmm VALVE AANNEIY
P
------------
A
EINxE W.. M wx.v wo n a w. w /LRVEI VALVE A88BxLY ..V n �NANONO POT xATEM -
wvwOvwEm � m ww nxxomr eu
® OLD TOWN SQUARE
IRRIGATION u.re rYMRRIGATION DETA I
Oy YVv E�wW�wavv tlp Fal lloN�M Anew VJA APY ROOM
.: ca 'P� eaw Ctli°° L1501
war xw
Iw am w xm
1 wO 1M P0M ��� � RE RNI
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
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
Rev 10/20/07 Section 00100 Page 2
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
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
Rev 10/20/07 Section 00100 Page 3
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
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
Rev 10/20107 Section 00100 Page 4
EOUPMENT SCHEDULE SPRWLER SCHEDULE GENERAL RRIGATION NOTES
m Pw ¢cw<Hx d.. w mz �WpM«
O °Y a xf4u[0 az P[ox' m[ YKK LLurz
_ _ _ _ wG YM M d eMs d M IFl Mewl rc weG
S M5' SCN rc fvwlu W d W�
/ �MFWY WCl (YI
M� M p�wro �nw,lof Mr M wwEss MMn4 wG
LL vl qu WH P4Cg K
0 px caaM wrclaww Pr w A
&Ol dlpl wYS pl M¢bpW4 Px S.pR Z(.aS Mrs
Ul FO f4 P+l Y R 4 `R'
� 9Z�K MiGH Y & pl pn Ml 0.w 9W Frt
B w� A Nrc P,I e-. a vn
Op � w: cm xa n5 w
[d M E q5 ✓�.' i5
III 12 �� rtu wlm M¢ wiq na M�eq
w]R lunvJ. W R 9Z[ uNH
O MYA W.ttI fK M PM IJYC 4Pou4 M Mf M
fYR[ ROw Wf Mn Ewif �WVG E W PipUSr[M uw app
Su16K1 PEA
2n cwmM�PCM [wlR Y.b vMe WEw �W
y NN RNt Y m.FR Ww M 1 4a d[ ✓[ & w M
x MZ M.YI 6 9EYM PX %IM Po H 03q[ owi WYB.tl IX / ¢ Y
PPE SCHEDULE
Imp w l f I m p ml l lroH n a)
M m m E R 1 P 1 Ppe
Pp SE M m m f fCPM1
P.c sc w
i w
SSLLEEV14G SCHEDULE _
n
M WI MQ
'A MM('PRS
SnBh LfsLRTp uDJE WEE E
5 rt RN
O
e
O
rtv uw
®
0.V
®
spP m PmNw Aw P..r.mn u
m
f3
_ F. IXRW W 9nlµ[ /0115� ryp
wgfiW wMl gHOn °W
¢ pl wxER W r� OA{ N n
DRPLIFE NOTES
M1P vgiE K RMI W EIXN YmF F9 �.mf M� M
u%Y(S KK °w¢ wwHK 3
IH.N .mMCP w Ewdl q ua mf Hw 'ssr°P¢N' wd� s a
rcM�� dM[R PM Pow w Wl [ ¢ lWE ftw w [ 4 wW.'
��� H Lwl w Ph Ww f uN MrH IX F R R 4H w vnMd.nV
wSVYMWPmIw W✓.Ed � uwuG m 49 mE TK wPX/R RMK wE.PS H
va 5 wlmMt pH uB wlw.' VS M u[ A vN FW w uKKx rc ma Ln WNW %Np
M¢W p ftw M ¢r0 R R.w w W WM /BAIw 4n S4 NPW w tl m:N
wPa rrt 1 us wEH»u la Zed[ � rI9 tt�E pu a xrwM a s uew uuFK urt
H. s. rs u or va wW
K W i �«u d r`xNE aMa°re w`P[vwsa E nEew ors 4wwrp° w wM «�irw w
w v aE qmw[ [ d cw.wNd H SHPN wRM APE paE wr dl W ue .Ns
uY W qx5 � UAW obC HRPL IXYM .w N YWiC EUw.'F pu 0. CN,r.'E uuN![ HF
id ¢9 wL wE a / WK M uY d wPu vry M N w pP...N
SYSTEM OPERATION
E
OPo Oq N
N R0.M1 wn H ODIC W Mtt W pp
MWM(W/N
LEVEIopMEWr
OLD TOWN SQUARE
IRRIGATION
10 J M mY ROpp 6
W Otl town eaww Gwww An O pdswne~
a wo m
E P0.µ p M
4 BE dl
w ut k
W EP wp
mp W
b
s Pa
W
W
W d
OxxE Z[Oµw
GQ 0
M KW
Oxs W
K PEA R Eft
d+ w[ EsaW
M
EMp
�µ
Cx
0 Ol E CWNELT
m
<W 1000A w°W M
en
msa
ncPw
N Hsi M
W
w
Kw .P FP
v.m
sru NMP w AaEw
P
E ala[ w
N
ala' h5 RE 0E NWN
nrt ax
MWPo
W N K �Pf
M E
rcm
o
ME
K
w pP
OI W q E El M 0 uFP E
IGM
E
�£ Rf M pE EO W GWOESGv Ba uE OPs
W EWxNE W FE
q5 M
OM W M
bHs
N
W N u+
c5 Ow w R
m
5W NKO SPWSP ME w e0E R[WES in
N Po rtm0 K m sx H m ry m CM
NSµK ME C455 L(xG� MnC CW ESLEK asd CfE [
E 0 ECw WE Z EC W W ZE
iA �N 5 OG 6E M W USE 4Eµ [ � Nl[° w u1
M w SWm r� w K N
L rc UU Mf CW qF wSW WE s ECVU� Pos M
r5 u M 45'E°Bo W wdE K NP µ 4K
SPRINKLER NOTES
op o[ sw+ FE s w. ww .xP sf s Errs �PEPw .a m
o< a E wu E a
as r owE wN srcwu
S K W«OBSm GTw15I PO w's RE R Ei � EfliE
SG 0 S PPEVE 0 Oh NS N SMM1 MK F
E�
w0 POP W NEE AA° pEm C� V/.xE M 50
u sKWwwcK ago au oP Pr N' PEK aK
Mc �s s c�a Pr Ew P� n E �pw w Pa w .c NK °E 1°E o
N Se gEus vM M pE 4 E Yf W M Nf E+0
arm
u
■
•
ePu wpP xw.
°R1NN
wwle mrr,
L1100
war Iw
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
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
Rev 10120107 Section 00100 Page 5
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 time prior to the opening of Bids
14 3 Withdrawn Bids may be resubmitted up to the time designated for
the receipt of Bids provided that they are then fully in conformance with
these Instructions to Bidders
15 0 OPENINGS OF BIDS
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid An abstract of the
amounts of the Base Bids and major alternates (if any) will be made
available after the opening of Bids
16 0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE
All Bids shall remain open for forty-five (45) days after the day of the
Bid Opening but OWNER may in his sole discretion release any Bid and
return the Bid Security prior to that date
17 0 AWARD OF CONTRACT
17 1 OWNER reserves the right to reject any and all Bids to waive any
and all informalities not involving price time or changes in the Work
to negotiate contract terms with the Successful Bidder and the right to
disregard all nonconforming nonresponsive unbalanced or conditional
Bids Also OWNER reserves the right to reject the Bid of any Bidder if
OWNER believes that it would not be in the best interest of the Project
to make an award to that Bidder whether because the Bid is not
responsive or the Bidder is unqualified or of doubtful financial ability
or fails to meet any other pertinent standard or criteria established by
OWNER Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum
17 2 In evaluating Bids OWNER will consider the qualifications of the
Bidders whether or not the Bids comply with the prescribed requirements
and such alternates unit prices and other data as may be requested in
the Bid Form or prior to the Notice of Award
Rev 1020/07 Section 00100 Page 6
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 the required Contract Security
19 0 SIGNING OF AGREEMENT
When OWNER gives a Notice of Award to the Successful Bidder it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached Within
fifteen (15) days thereafter CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents
to OWNER with the required Bonds Within ten (10) days thereafter OWNER
shall deliver one fully signed counterpart to CONTRACTOR Each
counterpart is to be accompanied by a complete set of the Drawings with
appropriate identification
20 0 TAXES
Rev 10/20/07 Section 00100 Page 7
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
END OF SECTION
Rev 10/20107 Section 00100 Page 8
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT 6084 Old Town Square Irrigation
Place Broomfield Colorado
Date 02/06/08
1 In compliance with your Invitation to Bid dated January 16 CCP 8 and
subject to all conditions thereof the unaersigned
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 ana that it is made in
pursuance of ana subject to all the terms a^a conaitions of
t7e _^citation to B_a and Inst_.ac=_o-s -
_a B,.aa=rs t7=_ Aareemer� tea
ae=a_..ec Spec-=-ca=-c-_ :..a
uC_ __ V___ a
3 Acco-nnanying to-s Bid �s a certifiea or cas'n er s c-iec} or standard B.d
bond in the sum of 5% of total amount
($ ) in accordance with the Invitation To Bid ana Instructions
to Bidders
4 The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this
Bid The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and a
follows Mood Insurance Agency, 3773 Cherry Creek NorthoDrive, as
Suite 800, Denver, Colorado 8020g-380
5 All the various phases of Work enumerated in the Contract Documents with
their individual lobs 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 7ereby acYnowleages receipt of Adaenda No
- through -
Rev 10,20/07 SeCtlorl 00300 Page 1
8 BID SCHEDULE (Base Bid) Lump Sum for Two Work Phases
Phase I -Sixes Eight Thousand and Fourty Dollaftllars ($68,040.00
In words
Phase II Sixteen Thousand One Hundred and Dollars ($16,165 00
Sixty FIave7oVd4_lars
TOTAL -Eighty Four Thousand Two Hundred Dollars ($84,205 00
and Five Drolvbads
ALTERNATE BIDS
Deletion of Phase II
Two -wire Control System
v. : .
Dollars ($---NOBYR
Dollars ($ --- No Bid
In words
Upright Steel Pipe --- No Bid Dollars ($ --- No Bid
In words
9 PRICES
The foregoing prices shall include all labor materials transportation
shoring removal dewatering overhead profit insLrance etc to cover
the complete Work in place of the several kinds called for
In words
--- No Bid
Bidee_ ac}novieoges znat =n OWNE'F n=_ _ --art =c c__eze -=Ts -
_ is
Bic. ci cnange qua.t�=ies at -is scie ciscrezion viz ouz azxecz-ng tZe
Agreement or prices of any item so long as the dele-ior or c'iange does
not exceed twenty-five percent (25-s) of the total Agreement Price
RESPECTFULLY SUBMITTED
The Green Plan, Inc
CONTRACTOR BUSINESS NAME
BY Jeffrey Pope President
' 02/06/08
Signature Date
Jeffrey Pope
Printed Name
LNumDer lit Applicable)
Address 645 Compton Street
Broomfield, CO 80020-1634
Telephone 303-938-8230
Fax 303-938-8137
President
Title
Email_]pope@thegreenplan com
(Seal- if Bid is by corporation) NO CORPORATE
SEAL
Attest
Check
One
Individual Doing Business in Company Name
R Corporation
Partnership
Rev 10/20/07
Section 00300 Page 2
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
SECTION 00410
Rev 1020107 Section 00410 Page 1
00410 BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned The Green Plan
Inc as Principal, and Contractors Bonding and
Insurance Company as Surety, are hereby held and firmly bound unto the
City of Fort Collins, Colorado, as Owner, in the penal sum of Five Percentof
Amount Bid ($ 5% )for the payment of which, well and truly to be made, we
hereby jointly and severally bind ourselves, successors, and assigns
THE CONDITION of this obligation is such that whereas the Principal
has submitted to the City of Fort Collins, Colorado the accompanying bid
and hereby made a part hereof to enter into a Contract Agreement for the
construction of City of Fort Collins Project, Old Town Square lrngationSystem as
per Protect No 6084
WHEREAS, the Owner, as a condition for receiving said bid, requires
the Principal to deposit with the Owner a Bid Guaranty equal to five
percent (5%) of the amount of said bid
NOW, THEREFORE,
(a) If said bid shall be rejected, or in the alternate,
(b) If said bid shall be accepted and the Principal
shall execute and deliver a Contract Agreement
(properly completed to accordance with said bid) and
shall furnish a Performance and Payment Bond upon
the forms prescribed by the Owner for the faithful
performance of said Agreement, and shall in all
other respects perform the agreement created by the
acceptance of said bid,
then this obligation shall be void, otherwise the same shall remain in
force and effect, it being expressly understood and agreed that the liabi-
lity of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated
00410 continued
The Surety, for value received, hereby stipulates and agrees that the
obligations of said Surety and its bond shall be in no way impaired or
affected by any extension of the time within which the Owner may accept
such bid, and said Surety does hereby waive notice of any such extension
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set
their hands and seals this 7th day of February , 2008 , and such of them
as are corporations have caused their corporate seals to be hereto affixed
and these presents to be signed by their proper officers, the day and year
first set forth above
PRINCIPAL
Name The Green Plan, Inc
645 Compton Street
Address Broomfield, CO 800 634
By
SURETY
Contractors Bonding
and Insurance Company
5300 DTC Parkway Suite 490
Greenwood Village, CO 80111
By
Title Vera T Kalba Attorney In Fact
(SEAL) (SEAL) r�
�I ,
Orr-
;
NOTE Surety Companies executing bonds must be authorized to tran
business in the State of Colorado and be acceptable to the Owner
MOODY INSURANCE AGENCY, INC
3773 CHERRY CREEK NORTH DRIVE SUITE 800
DENVER COLORADO 80209 3804
PHONE (303) 824 6600
0
�f iwS IX F4M N W B[
u M 9u1
S M D Lw µ 4S IMM P.55BI[�
4
/ /.! � � FWGATpN LENi1P(1LLB1 /�
/ '% uM vui ww u MN
r 9
J
\\ wv 1 vvvum Mu \\
M\
\\ II
Po KMp WnY�'V CL NY CRRM$
wxMD Ruirt Po
/-u
� � MA�f LK WIpS Cf
Y[ L[EE Il W
my cwBlr o1re eEw Jn rEo.
A na m oxmR.s iz� oR.vxn
OLD TOWN SQUARE
IRRIGATION IRRIG.
V JR CRY 2p p s
pD � , — — YMMIId 1111E
L1101
M R BEET m
14,
Certificate of Appointment and Resolutions of the Board of Directors
The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed
the Attorney(s) in Fact identified on the front side of this power of attorney under and by the authority of the following resolutions
adopted b3 the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15 1993
RESOLVED that the CEO President CFO any Vice President Secretary or any Assistant Secretary and any other
employee as maybe specifically authorized by a particular board resolution (hereafter Authorized Officer or Employee )
may appoint attomeys in factor agents with authority as defined of limited in the instrument evidencing the appointment
in each case for and on behalf of the Company to execute and deliver and affix the seal of the Company to bonds
undertakings recogmzances and suretyship obligations of all kinds and any Authorized Officer or Employee may
remove any such attorney in fact or agent and revoke any power of attorney pre iously granted to such person
RESOLVED FURTHER, that any bond, undertaking recognizance or suretyship obligation shall be valid and
binding upon the Company
(1) when signed by the Authorized Officer or Employee and attested and sealed (if a
seal be required), or
(11) when signed by the Authorized Officer or Employee and countersigned and sealed
(if a seal be required) by a duly authorized attorney in fact or agent or
(in) when duly executed and sealed (if a seal be required) by one or more attorneys in
fact or agents pursuant to and within the limits of the authority evidenced by the
power of attorney issued by the Company to such person or persons
RESOLVED FURTHER that the signature of any Authorized Officer or Employee and the seal of the Company may
be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any
bond undertaking recognizance or other suretyship obligations of the Company (unless otherwise specified in the
power of attorney itself) and such signature and seal when so used shall have the same force and effect as though
manually affixed
RESOLVED FURTHER that all previous resolutions of the Board of Directors concerning powers of attorney and
attorneys in fact remain in full force and effect that all forms of powers of attorney previousl) or in the future
appooed by the Board of Directors including but not limited to so called fax or facsimile powers of attorney
where the entire power of attorney is a facsimile remain in full force and effect and that one form of a power of
attorney may be attached to one bond (for example the form for which this resolution is a part may be attached to a
bid bond) and another form of power of attorney may be attached to another bond (for example a fax power of
attorney may be attached to the final bond for a project for which the different form of power nas attached to the bid
bond) without affecting the validity of either power of attorney or bond
IN WITNESS WHEREOF Contractors Bonding and Insurance Compan} has caused these presents to be signed by its president and
secretary and its corporate seal to be hereunto affixed this 13th day of May 2004
on it ifc n F'residen<
State of Washington
County of King
6���
Attest R Kirk Eland Secretary
On May 13 2004 before me Brenda J Scott Notary Public personally appeared Don Sirkin and R Kirk Eland personally known to me
to be the persons whose names are subscribed to the within instrument and acknowledged to me all that they executed the same in their
authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument
WITNESS my hand and official seal
Brenda Scott Notary Public
``a..a.J titi4
3
(seal) '�4�
i Af' &8i :
T�s s 8o-p, ,A =
' .0 .. o
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 The Green Plan Inc
2 Permanent main office address 645 Compton St Broomfield, CO R0020-
3 When organized 04/1996 1634
4 If a corporation where incorporated Colorado
5 How many years have you been engaged in the contracting business
under your present firm or trade names 11 years
6 Contracts on hand (Schedule these showing the amount of each
contract and the appropriate articlpated dates of completion )
_Arnett Hall Renovation - CU Boulder
aa,) ion nn
General character of Work performed by your company
Landscaping and Irrigation
8 Have you ever failed to complete any Work awarded to your NO
If so where and whys
9 Have your ever defaulted on a contract
If so where and whys
10 Are you debarred by any government agency
If yes list agency name
Rev 10/20/07 Section 00420 Page 1
11 List the more important prolec-s recently completed by your company
stating the approximate cost of each and the month and year completed
location and type of construction
See Attached
12 List your maDor equipment available for this contract
Bit skirlsfeer D1tchwitrh
13 Experience in construction Work similar in importance to this
proDect
See Attached
14 Background and experience of the principal members of your organization
including officers
See Attached
15 Credit available $ Unlimited at this time
16 Bank reference Wells Fargo Bank Kiva Stram 303-441 0344
17 Will you upon request fill out a detailed financial statement and
furnish any other information that may be required by the OWNER
vex
18 Are you licensed as a General CONTRACTORS No
If yes in what city county and states What
class license and numbers
19 Do you anticipate subcontracting Work under this
Contracts No
If yes what percent of total contract
and to whom
20 Are any lawsuits pending against you or your firm at this time' No
IF yes DETAIL
aevioizoim Section 00420 Page 2
21 What are the limits of your public liability DETAIL
See Attached ,f,rate of 3n u ance
what company Moody Insurance Agency
22 What are your company's bonding limitations
23 The undersigned hereby authorizes and requests any person firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder s
Qualifications
Dated at Brnnmf,elr9. rn this Fth day of F 20 08
ehrua 'y
Name of Bidder
By
Title
I
State of (1�plQvadc)
County of Imo/ / cL 61
-� Oy �— being duly so
(name of organization)
the answers to the foregoing questions and all
are true and correct
deposes and says that he
mac and that
statements therein contained
Subscribed and sworn to before me this LO day of V�(
Dlq¢ary Publi
My commission expires
2000
Rev 10/20107 Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 10% of the contract
ITEM
SUBCONTRACTOR
NONE NONE
Section 00430 Page 1
The Green Plan, Inc
Professional Landscape Services
i
•
•
•
• •••
645 Compton Street
Broomfield Colorado 80020 1634
Phone 303 938 8230
Fax 303 938 8737
PARTIAL CONSTRUCTION REFERENCE LIST
PROJECT
FOOTHILLS COMMUNITY PARK -PHASE 2B
LOCATION
Boulder Colorado
OWNER
City of Boulder Parks and Recreation
CONTACT
Ms Maureen Spitzer
TELEPHONE
303-413-7227
AMOUNT
$150 406 00
COMPLETIONDATE
JULY 2007
PERCENTAGE OF COST
100%
PROJECT
BOULDER COUNTY TRANSPORTATIONAND
BOULDER CITY OPENSPACE BUILDING
LOCATION
Longmont Colorado
OWNER
Winston & Associates
CONTACT
Mr Dave Hopewell
TELEPHONE
303-440-9200
AMOUNT
$ 38 294 00
COMPLETIONDATE
OCTOBER 2006
PERCENTAGE OF COST
100%
PROJECT LARIMER COUNTY CORRECTIONS -PHASE II
LOCATION Ft Collins Colorado
CONTACT Nathan Lowery Hensel Phelps Construction
TELEPHONE 970-498-5926
AMOUNT $ 47 357 00
COMPLETIONDATE NOVEMBER 2006
PERCENTAGE OF COST 100%
PROJECT
DRY CREEK PEDLSTRIAN BRIDGE EXTENSION
LOCATION
Englewood Colorado
CONTACT
Mr Miguel Ochoa Kiewit Construction
TELEPHONE
303-930-9028
AMOUNT
$ 71 423 00
COMPLETIONDATE
AUGUST2007
PERCENTAGE OF COST
80%
PROJECT
BOULDER COUNTYDETOX FACILITY
LOCATION
Boulder Colorado
OWNER
Boulder County Architects
CONTACT
Mr Alan Watkins
TELEPHONE
303-441-3286
AMOUNT
$ 74 912 00
COMPLETION DATE
SEPTEMBER 2007
PERCENTAGE OF COST
100%
PROJECT DENVER NEWSPAPER OFFICE BUILDING
LOCATION Colfax and Broadway Denver Colorado
CONTACT Ms Jane Hood Cushman/Wakefield
TELEPHONE 303-954-3330
AMOUNT $ 80 415 00
COMPLETIONDATE JULY2006
PERCENTAGE OF COST 100%
The Green Plan, Inc
Professional Landscape Services
645 Compton Street
Broomfield Colorado 80020 1634
Phone 303 938 8230
Fax 303 938 8137
The Green Plan, Inc - Employee qualifications
Jeffrey S Pope- President 1981 Graduate of Purdue University in Landscape
Architecture, held positions in Sales Management and Operations Management with two
of the larger commercial landscape installation and maintenance firms in the Dallas,
Texas area for six years Started Landscape Specialties, Inc in Grapevine, Texas in 1989
and grew it to the third largest landscape firm in Tarrant County before selling the
operation in 1995 This firm now is part of the TruGreen Land Care Purchased The
Green Plan, Inc in 1996 with revenues of $ 490,000 00 in 1995, presently The Green
Plan, Inc is one of the largest landscape firms in Broomfield County with revenues in
excess of
$ 5,000,000 00
Raymond Tyler- Operations Manager 1988 Graduate of North Dakota State University-
Bottmeau and 1992 Graduate of University of Wisconsin- Stevens Point with a B S in
Urban Forestry and minors in Water Quality, Soils and Environmental Education
Qualified Supervisor licensed with Colorado Department of Agriculture, has been
working in the landscape industry for over 18 years
John L Bartley- Division Manager Graduate of University of Illinois, B S to
Floriculture & Ornamental Horticulture, specializing in Golf Course Management and
has been working in the landscape industry for over 30 years
Dale Coffinan- Irrigation Supervisor Has been working in the irrigation industry for 23
years, handles all phases of irrigation from design to in stall to maintenance His projects
have included small residential to 200 acre parks
Dan Monahan- Arbonst and Chief Estimator Has been working in the green industry for
5 years, attended classes in Arboriculture and Plant Health Care He is a Qualified
Supervisor licensed with Colorado Department of Agriculture in ornamental pest control
Jose Pedro Arellano- Tree Division Supervisor Has been trimming and removing trees
for 8 years He also conducts all the training He is well known at the City of Boulder
Forestry, for his quality of work
Thomas Ritner- Tree Division Forman Has been trimming and removing trees for 10
years
tat 2/6/2008 Time, 4120 PM To, Yvonne @ 303 938 8137
Pagel 002
US] ARF-A=7IIRkfd10M-11Z7_10100
PRODUCER (303)824-6600 FAX (30
V ody Insurance Agency Inc
73 Cherry Creek North Drive
Suite 800
_Denver CO 80209
I JRED
e Green Plan, Inc
645 Compton Street
I oomf3.eld CO 80020-1634
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
INSURER E
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY
PPOUIREM ENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN
E INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
GREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LTR
ADD
TYPE OF INSURANCE
POLICY NUMBER
pALTEYMMIDONYE
POAITE MMlDDNYCY N
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1 000 000
DAMAGE TO RENTED
PREMISES Eaoau"me
$ 100 000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE FRI OCCUR
ACPMCT07512410360
11/l/2007
11/1/2008
MED EXP An one .,son
$ 5 000
PERSONAL BADV INJURY
$ 1 000 000
Add 1 Insured Form
GENERAL AGGREGATE
$ 2 000 000
CG 20 10 10 01 Attached
GEN L AGGREGATE
LIMIT APPLIES PER
PRODUCTS COMPADPAGG
$ 2 000 000
POLICY FX1
PRO LOD
AUTOMOBILE
LIABILITY
My AUTO
1 a aoodeDl�1NGLE LIMIT
$ 1 000 000
X
ALL OWNED AUTO-
SCHEDULEDAUTOti
ACPBA7512410360
11/1/2007
ll/l/2008
BODILY INJURY
(Perpers n)
$
BODILY INJURY
(PBrsCPdBM)
$
HIREDAUTOS
NON OWNED AUTOS
PROPERTY DAMAGE
(Psracad.m)
$
GARAGE LIABILITY
AUTO ONLY EA ACCIDENT
$
OTHER THAN EA ACC
ANY AUTO
$
AUTO ONLY AGG
EXCESS/UMBRELLA LIABILITY
X OCCUR CLAIMS MADE
EACH OCCURRENCE
$ 5 000 000
AGGREGATE
$ 5 000 000
A
DEDUCTIBLE
ACPCAA7512410360
11/1/2007
11/1/2008
$
X RETENTION 10 000
WORKERSCOMPENSATIONAND
EMPLOYERS LIABILITY
X STATU OT
EL EACH ACCIDENT
$ 100 000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED'
Ilyes desmbeunaer
4044669
11/1/2007
11/l/2008
EL DISEASE EA EMPLOYEE
100 000
EL DISEASE POLICYUMIT
$ 500 000
SPECIAL PROVISIONS below
OTHER
SCRIPTION OF OPERATONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTSPECIAL PROVISIONS
RC Old Town Square Irrigation System project #6084 City of Fort Collins in named as Additional Insured with regards
to General Liability 10 Day Notice of Cancellation Applies to Non -Payment of Premium This certificate is subject
` the terms conditions and exclusions of the Policies
03)938-8137
City of Fort Collins
Purchasing Division
215 North Mason street
2nd Floor
Fort Collins CO 80524-4402
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING INSURER PALL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
ene Navarra,_..t�
ORD 25 (2001/08) V ACORD CORPORATION 1988
,025 (0108) 08a Page 1 of 2
No Text
Ge: 2/6/2008 Times 4i20 PM Tos Yvonne 0 303 938 8137
Page, 003
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an
endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing
insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively
amend extend or after the coverage afforded by the policies listed thereon
DRD 25 (2001I08)
No025 (o f m oea Peg.2 of 2
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date February 13, 2008
TO The Green Plan, Inc
PROJECT 6084 Old Town Square Irrigation
OWNER CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER )
You are hereby notified that your Bid dated February 7, 2008 for the
above project has been considered You are the apparent successful
Bidder and have been awarded an Agreement for 6084 Old Town Square
Irrigation Replacement of irrigation system main line and lateral
lines, valves, sprinkler irrigation components including sprinkler
heads, drip irrigation, controller unit, and reinstallation of
decorative paver plaza surface
The Price of your Agreement is Eighty Four Thousand Two Hundred Five
Dollars ($84,205)
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 February 28,
2008
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
By
Ja s B 'Neill, II, CPPO, FNIGP
14�"lrector of Purchasing & Risk Management
Section 00510
Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 131h day of February in the year of
2008 and shall be effective on the date this AGREEMENT is signed by
the City
The City of Fort Collins(acting on behalf of the Downtown
Development Authority hereinafter
called OWNER) and
The Green Plan, 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 the 6084 Old Town Square Irrigation including
replacement of irrigation system main line and lateral lines, valves,
sprinkler irrigation components including sprinkler heads, drip
irrigation, controller unit, and reinstallation of decorative paver
plaza surface
ARTICLE 2 ENGINEER
The Project has been designed by EDAW, but the Downtown Development
Authority, 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 on April 25, 2008
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 on May 2, 2008
the date when the Contract Times commence to run
3 2 Liquidated Damages OWNER and CONTRACTOR recognize that
time is of the essence of this Agreement and that OWNER will suffer
financial loss if the Work is not completed within the times specified
in paragraph 3 1 above, plus any extensions thereof allowed in
accordance with Article 12 of the General Conditions
They also recognize the delays, expenses and difficulties involved in
proving in a legal proceeding the actual loss suffered by OWNER if the
Work is not completed on time Accordingly, instead of requiring any
Section 00520 Page 1
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 ($1,000) for each calendar day or
fraction thereof that expires after April 25, 2008, the
date 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 May 2, 2008 the date 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
Eighty Four Thousand Two Hundred Five Dollars ($84,205), in accordance
with Section 00300, attached and incorporated herein by this
reference
ARTICLE 5 PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance
with Article 14 of the General Conditions Applications for Payment
will be processed by ENGINEER as provided in the General Conditions
5 1 PROGRESS PAYMENTS OWNER shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Application
for Payment as recommended by ENGINEER, once each month during
construction as provided below All progress payments will be on the
basis of the progress of the Work measured by the schedule of values
established in paragraph 2 6 of the General Conditions and in the case
of Unit Price Work based on the number of units completed, and in
accordance with the General Requirements concerning Unit Price Work
5 1 1 Prior to Substantial Completion, progress payments will
be in the amount equal to the percentage indicated below, but, in each
case, less the aggregate of payments previously made and less such
amounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with paragraph 14 7 of the General Conditions 90% of the
value of Work completed until the Work has been 50- completed as
determined by ENGINEER, when the retainage equals 5% of the Contract
Price, and if the character and progress of the Work have been
satisfactory to OWNER and ENGINEER, OWNER on recommendation of
ENGINEER, may determine that as long as the character and progress of
the Work remain satisfactory to them, there will be no additional
retainage on account of Work completed in which case the remaining
Section 00520 Page 2
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 95s of
the Contract Price, less such amounts as ENGINEER shall determine or
OWNER may withhold in accordance with paragraph 14 7 of the General
Conditions or as provided by law
5 2 FINAL PAYMENT Upon Final Completion and Acceptance of the
Work in accordance with paragraph 14 13 of the General Conditions,
OWNER shall pay the remainder of the Contract Price as recommended by
ENGINEER as provided in said paragraph 14 13
ARTICLE 6 CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR
makes the following representations
6 1 CONTRACTOR has familiarized himself with the nature and
extent of the Contract Documents, Work, site, locality, and with all
local conditions and Laws and Regulations that in any manner may
affect cost, progress, performance or furnishing of the Work
6 2 CONTRACTOR has studied carefully all reports of
explorations and tests of subsurface conditions and drawings of
physical conditions which are identified in the Supplementary
Conditions as provided in paragraph 4 2 of the General Conditions
6 3 CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such
examinations, investigations, explorations, tests, reports, and
studies (in addition to or to supplement those referred to in
paragraph 6 2 above) which pertain to the subsurface or physical
condition at or contiguous to the site or otherwise may affect the
cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at
the Contract Price, within the Contract Times and in accordance with
the other terms and conditions of the Contract Documents, including
specifically the provisions of paragraph 4 2 of the General
Conditions and no additional examinations, investigations,
explorations, tests, reports, studies or similar information or data
are or will be required by CONTRACTOR for such purposes
6 4 CONTRACTOR has reviewed and checked all information and
data shown or indicated on the Contract Documents with respect to
existing Underground Facilities at or contiguous to the site and
assumes responsibility for the accurate location of said Underground
Section 00520 Page 3
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 1 Certificate of Substantial Completion
7 2 2 Certificate of Final Acceptance
7 2 3Lien Waiver Releases
7 2 4Consent of Surety
7 2 SApplication for Exemption Certificate
7 2 6Application for Payment
7 3 Drawings, consisting of a cover sheet and sheets numbered as
follows
COVER EQUIPMENT,
SCHEDULE
L101 IRRIGATION
L102 IRRIGATION
L103 IRRIGATION
L501 IRRIGATION
SPRINKLER, PIPE, SLEEVING
PLAN
PLAN
PLAN
DETAILS
The Contract Drawings shall be stamped Final for Construction' and
dated Any revisions made shall be clearly identified and dated
Section 00520 Page 4
7 4 Addenda Numbers 1 to 1, inclusive
7 5 The Contract Documents also include all written amendments
and other documents amending, modifying, or supplementing the Contract
Documents pursuant to paragraphs 3 5 and 3 6 of the General
Conditions
7 6 There are no Contract Documents other than those listed or
incorporated by reference in this Article 7 The Contract Documents
may only be amended, modified or supplemented as provided in
paragraphs 3 5 and 3 6 of the General Conditions
ARTICLE 8 MISCELLANEOUS
8 1 Terms used in this Agreement which are defined in Article I
of the General Conditions shall have the meanings indicated in the
General Conditions
8 2 No assignment by a party hereto of any rights under or
interests in the Contract Documents will be binding on another party
hereto without the written consent of the party sought to be bound
and specifically but not without limitations, moneys that may become
due and moneys that are due may not be assigned without such consent
(except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in any
written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the
Contract Document
8 3 OWNER and CONTRACTOR each binds itself, its partners,
successors, assigns and legal representatives to the other party
hereto, its partners, successors, assigns and legal representatives in
respect to all covenants, Agreement and obligations contained in the
Contract Document
Section 00520 Page 5
DOWN TOWN DEVELOPMENT AUTHORITY
BY
Jack
Dat/
Attest
fe,,DDA.q�airperson
(CORPORATE SEAL)
Attest
DOWNTOWN
DEVELOPMENT AUTHORITY
ACTING THROUGH ITS AGENT
THE CITY
OF FORT
By
/C'OLLLLIIJN�S.,. ��CO(LLORADO
° ( 0 ;-�1[ V�
James
B
O'Neill, II, CPPO, FNIGP
Direct
of Purchasing & Risk Management
k Address for giving notices
5S A Po Box sso
a 1� Fort Collins, CO 80522
CONTRACTOR The FFen Plan, Inc
Title ti,/e1r/�j�yt
Date
Addressorv/ing� ids s
LICENSE NO
Section 00520 Page 6
SECTION 00530
NOTICE TO PROCEED
Description of Work 6084 Old Town Square Irrigation
To The Green Plan, 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 Acceptance shall be
20 and , 20, respectively
City of Fort Collins
OWNER
M
Title
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day
of , 20
CONTRACTOR The Green Plan, Inc
Title
Section 00520 Page 1
103 A E
1
I
I
d
u
h
�i
103 B
1
WM(WM
RVELbMM
d ft
Aumwm
PV &iwr E �a1F� M ele
Np � IbuYwe
B Otl iow 9P/
farl hi�.CW Oaw
ew m
eoez
I YN IN IW
� N w
V JA AFY 2p
OIL nS 0.SIGv SLYVFIUWR fWC W.11 LIL Wµ
mo.x m ko.wvs w u w u.
hw �S KR 4&L
9CILE
AtN 1IJ.
Wuwx ev ool
uec eu
IRRIGATION
onewEa ilna
L1103
War xo
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
SECTION 00610
PERFORMANCE BOND Bond No KA3869
KNOW ALL MEN BI TFEbE PRESENTS that
(Firm) The Green Plan, Inc
(Addre33)645 Compton Street, Broomfield, C a 80020 oration), hereinafter
( an i i�rl�}real) , ( a Partnex3h�g) ( P
referred to as the "Principal" and
(Firm) Contractors Bonding and Insurance Company
(Address) 5300 DTC Parkway, #490, Greenwood Village, CO 80111
hereinafter referred to as the Surety' are held and firmly bound
unto City of Fort Collins, 300 Laporte Ave, Fort Collins Colorado
60522 a (Municipal Corporation) hereinafter referred to as the
OWNER in the penal sum of ht Four Thousand Two Hundred Five Dollars AND
00/100 ($84,205 00)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, dared February 13,
2008 a copy of which is hereto attached and made a part hereof for the
performanc- cf The City of Fort Collins project, 6084 Old Town Square
Irrioarion
NOW, THERC�ORE, of the Principal sha_1 well, truly ano faithfulli
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 guararty
period and if the Principal shall satisfy all claims and demands
incLrred under such Agreement and shall fully indemnify and save
harmless the OWNER from all cost and damages which it may suffer
OWNER
reason of failure to do so, a -id shall reimburse and repay
the all outlay and expense which the OWNER may incur in making good any
default ther this obligation shall be void otherwise to remain in
full force and effect
Rev M20/07 Sect -on 00610 Page
1
PROVIDED, FURTHER, lhdt tke said Surety, for .7alue received, hereby
stipulates and agrees that no change, extension of time dlteration or
addition to the terms of the Agreement or to the Mork 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 sucn 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 OWNED and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose
claim may be unsatisfied
PROVIDED, FURTHER that the Surety Company must be aurhorized 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 18th
day of February , 20.Ig
TN PRESENCE OF Principal The Gree P an, Inc
(Title)
645 Compton Street, Broomfield, Cg 80910
(Address)
(Corporate Seal)
IN PRESENCE OF Other Partners
By
By
IN PRE 0 Surety Contractors Bonding and Ipsutdnee- CQ*Rapy
By
C R Mueller, Witness Vera T Kalba, Attorney -In -
By 5300 DTC Parkway, #490 7 y
(Address) Greenwood Village?,^��g
19 i(,t� R di1,618�i`
(surety Seal)
NOTE Date of Bond must not be prior to date of Agreement
If CONTRACTOR is Partnership all partners should execute Bond
K
OODY INSURANCE AGENCY, INC
73 CHERRY CREEK NORTH DRIVE SUITE 800
DENVER COLORADO 80209 3804
PHONE (303) 824 6600
Reif 10120/07 Section 00610 'Page 2
SEC ---ON 00615
PAYMENT BOND
Bond NO KA3869
KNOW ALL MEN BY THESE PRESENTS that
(Firm) The Green Plan, Inc
(Addrebs)645 Compton Street, Broomfield, CO 80020
(an (a(a corporation), hereinafter
referred to as the Principal" and
(Firm) Contractors Bonding and Insurance Company
(Address)5300 DTC Parkway, #490, Greenwood Village, CO 80111
hereinafter referred to as "the Surety', are held and firmly bound
unto the CitV Of Fort Collins 300 Laloorte Ave , Fort Collins
Colorado 80522 a (Municipal Corporation) hereinafter referred to an
the OWNER" in the penal sum of
lawful money of the United States for the payment of which sum well
and truly to be made, we bind ourselves, successors and assigns,
301ntly and severally, firmly by these presents
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal
entered into a certain Agreement with t1le OWNER dated February 13
200" � 'o- = h .- Itrpto attacred and made a oar- hereof far
the perrormnnce it the C_tf or Fort Colllnb pro1cc-, 6084 0-d Icvn
Square Irrigation
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 obl-gation shall be void
otherwise to remain in full force and effect
*Eighty Four Thousand Two Hundred Five Dollars AND 00/100 ($84,205 00)
Rev 10/2WUl Section 00615 Page 1
I
PRO,1ID D, 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 accomparying the same shall in any
way affect its obligation on this bond and it does hereby waive
notice of any such change, e<tension of time, alteration or addition
to the terms of the Agreement or to the 4orh 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 18th
day of February , 20 08
IN PRESENCE OF Principal The Green Pla n
By :: sPncr S �-
(Title)
(Corporate Seal)
IN PRESENCE OF
IN PRE�ENCE�
C CyRRMMueller, Witness
(Surety Seal)
NOTE
645 Compton Street, BroomfieldCO 80070
(Andress)
Other Partners
Surety Contractors Bonding and �a'tura►ggj,tmpany
w
By
Vera T Kalba
By 5300 DTC Parkway, "'0' `fir
(Address) GreenwoodAddress)Greenwood Vi118ge- 09 80111
Date of Bond must not be prior to date of Agreement 10�
If CONTRACTOR is Partnership, All Partner, should execute Bond
MOODY INSURANCE AGENCY, INC
3773 CHERRY CREEK NORTH DRIVE SUITE 800
DENVER COLORADO 80209 3804
PHONE (303) 824 6600
Rev 10/20/07
Section 00615 Page 2
E
READ CAREFULLY - to be used only with the bond sp
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance
Rev 10/20/07 Section 00630 Page 1
Date 2/20/2008 Time 2 16 PM To Michelle M 1 970 221 6707
Pagel 002
ACORD CERTIFICATE OF LIABILITY
INSURANCE 2DAi2oizo a'
PRODUCER (303)824-6600 FAX (303)370-0118
Moody Insurance Agency Inc
3773 Cherry Creek North Drive
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Suite 800
Denver CO 80209-3804
INSURERS AFFORDING COVERAGE
NAIL#
INSURED
INSURER A AMCO Insurance Company19100
The Green Plan Inc
INSURER Nationwide Insurance Co
ance25453
25453
645 Campton Street
INSURER C Pinnacol Assurance
41190
INSURER D
Broomfield CO 80020-1634
INSURER
OVrRAi
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY
REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
ii LIMITS SHOWN MAY AVE RFF N REDUCED BY PAID CLAIMS
INSR
ADD L
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE INIMIDI
POLICY EXPIRATION
DATE IMMIDDAI
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1 000 000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE X
❑ OCCUR
ACPMCT07512410360
ll/l/2007
11/1/2008
DAMAGE TO RENTED
PREMISES edccur ence
$ 100 000
MED EXP An one arson
$ 5 000
PERSONALN
$ 1 000 000
Add 1 Insured Form
GENERAL AGGRFGATF$
2 000 000
CG 20 SO 10 01 Attached
GEN L AGGREGATE
POLICYFx7
LIMIT APPLIES PER
JECT 17 LOC
PRODUCTS COMPIOP AGO
$ 2 000 000
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE OMIT
IEa eccben0
$ 1 000 000
X
B
ALL OWNED AUTOS
'CHEW LED AUTOS
ACPRA7512410360
ll/l/2007
11/1/2008
BODILY INJURY
(Per parson)
$
BODILY INJURY
(Per we dent)
$
HIRED AUTOS
NON OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY EA ACCIDENT
$
ANY AUTO
OTHERTHAN
$
AUTO ONLY AGO
$
E%CESSAIMBRELLA LIABILITY
X OCCUR ❑CLAIMS MADE
AGGREGATE
gg
A
DEDUCTIBLE
X R-T TION T10,000
AceCAA7512410360
11/1/2007
11/1/2008
$
C
WORIKERSCOMPE
EMPLOYERS LIABIL�ITYTION AND
X WCSTATU OTH
EL EACH ACCIDENT
$ 100 000
ANY PPOPRIETORAPARTNEREXECUTIVE
OFFICER/MEMBER EXCLUDED?
It yes describe under
SPECIAL PROVISIONS be.
4044669
11 1/2007
/
11 1 2008
/ /
EL Ti EA EMPLOYE
8 100 000
EL DISEASE POLICY LIMIT
$ 500 000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSIVEHCLESIE%CLUSIONS ADDED BY ENDORSEMENDSPECIAL PROVISIONS
Re Old Town Square Irrigation System project 86084 City of Fort Collins and Downtown Development Authority are name
as Additional Insureds with regards to General Liability 10 Day Notice of Cancellation Applies to Non-payment of
Premium This certificate is subject to the terms conditions and exclusions of the policies
City of Fort Collins
Purchasing Division
215 North Mason Street
2nd Floor
Fort Collins CO 80524-4402
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING INSURER WILL ENOEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT
FAILURE TO 00 SO SMALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
(Charlene Navarra-�t,0.+_.ern•.w- A'l
ACORD 26 (2001/08) NcmA CACORD CORPORATION 1988
P 1 tJ
Date 2/20/2008 Timer 2,16 PM To Michelle ® 1 970 221 6707
Page 003
If the certificate holder is an ADDITIONAL INSURED the pollcy(les) must be endorsed A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an
endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing
insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively
amend extend or alter the coverage afforded by the policies listed thereon
INS025(otoa) oae Page 2of 2
Date. 2/20/2008 Time 2.16 PM To Michelle 0 1 970 221 6707
Page. 004
POLICY NUMBER COMMERCIAL GENERAL
LIABILITY
CG20101001
THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization -7
(If no entry appears above information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement )
A Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the
Schedule but only with respect to liability arising out of your ongoing operations performed for that insured
B With respect to the insurance afforded to these additional insureds the following exclusion is added
2 Exclusions
This insurance does not apply to bodily injury or "property damage occurring after
(1) All work including materials parts or equipment fumished in connection with such work on the
project (other than service maintenance or repairs) to be performed by or on behalf of the additional
insured(s) at the site of the covered operations has been completed or
(2) That portion of your work out of which the injury or damage arises has been put to its intended
use by any person or organization other than another contractor or subcontractor engaged in
performing operations for a principal as a part of the same project
1 1 uaaow�PrErenvx �8E99Y� 0 xes� vkw M% y
� Rai Roxm e®rtrn _a
Cno w m wMF� MMo
fal CNL CtlwMo
ue o .e. ewo
no gee voee
0 p mx euL van e9ExBLYeuL van ess y tAat�eowr snur��s93ar�_T
H
/'1 LOx FLOx Wi YaYE A9 Y 0 1®IM KM M YaYE &Vfty /1 glpt CgRIIG Ya4E A99BlLY
d
--------------
M w,,. • � �'•.p d �. w n RW1N vavE �ssee�r
N d
0 gm POT"A " W
®
OLD TOWN SQUARE
IRRIGATION
V JN RY R0p9 O1
m_
ao axsmrs
boa
—
no uw ee�ew rwy
_
�eCMw. CW]o
S
� v�w�eee
�L1501
>@ L1
ow
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION PROJECT TITLE 6084 Old Town Square
Irrigation
PROJECT OR SPECIFIED PART SHALL
INCLUDE
OWNER City of Fort Collins
CONTRACT DATE February 13, 200
LOCATION Fort Collins, Colorado
CONTRACTOR The Green Plan, Inc
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
IWOMETTITE MIN.
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 AUTHORIZED REPRESENTATIVE
DATE
Rev 10/20/07 Section 00635 Page 1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
20
TO The Green Plan, 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, 6084 Old Town Square Irrigation
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
20
In conformance with the Contract Documents for this project, your
obligations and guarantees will continue for the specified time from
the following date 20
Sincerely,
OWNER Citv of Fort Collins
By
Title
ATTEST
Title
Rev 10/20/07 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO City of Fort Collins, Colorado (OWNER)
FROM The Green Plan, Inc (CONTRACTOR)
PROJECT 6084 Old Town Square Irrigation
1 The CONTRACTOR acknowledges having received payment, except
retainage from the OWNER for all work, labor, skill and material
furnished, delivered and performed by the CONTRACTOR for the OWNER or
for anyone in the construction, design, improvement, alteration,
addition or repair of the above described project
2 In consideration of such payment and other good and valuable
consideration, the receipt and adequacy of which are hereby
acknowledged, the CONTRACTOR voluntarily waives all rights, claims and
liens, including but not limited to, mechanic's liens, Miller Act
claims (40 U S C A 270 a and b), stop notices, equitable liens and
labor and material bond rights which the CONTRACTOR may now or may
afterward have, claim or assert for all and any work, labor, skill or
materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above
described project, against the OWNER or its officers, agents,
employees or assigns, against any fund of or in the possession or
control of the OWNER, against the project or against all land and the
buildings on and appurtenances to the land improved by the project
3 The CONTRACTOR affirms that all work, labor and materials,
furnished, delivered or performed to or for the construction, design,
improvement, alteration, addition or repair of the project were
furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants
and further affirms the same have been paid in full and have released
in full any and all existing or possible future mechanic's liens or
rights or claims against the project or any funds in the OWNER'S
possession or control concerning the project or against the OWNER or
its officers, agents, employees or assigns arising out of the project
4 The CONTRACTOR agrees to defend and hold harmless the OWNER, the
lender, if any, and the Surety on the project against and from any
claim hereinafter made by the CONTRACTOR'S Subcontractors,
materialmen, employees, servants, agents or assigns against the
project or against the OWNER or its officers, employees, agents or
assigns arising out of the project for all loss, damage and costs,
including reasonable attorneys fees, incurred as a result of such
claims
Rev 10/20/07 Section 00650 Page 1
5 The parties acknowledge that the description of the project set
forth above constitutes and adequate description of the property and
improvements to which this Lien Waiver Release pertains It is
further acknowledged that this Lien Waiver Release is for the benefit
of and may be relied upon by the OWNER, the lender, if any, and Surety
on any labor and material bonds for the project
Signed this day of , 20
CONTRACTOR The Green Plan, 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
Rev 10/20/07 Section 00650 Page 2
SECTION 00660
CONSENT OF SURETY
TO City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER )
CONTRACTOR The Green Plan, Inc
PROJECT 6084 Old Town Square Irrigation
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)
ATTACH Power of Attorney and Certificate of Authority of
Attorney(s)-in-Fact
Rev 10/20/07 Section 00660 Page 1
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232 2416
SECTION 00670 6
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26 114(1)(a)(XIX)
Do not write in this space
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and Dunaing matenal
for the exempt project described below This exemption does not Include or apply to the purchase or rental of equipment supplies and
materials which are purchased rented or consumed by the contractor and which do not become part of the structure highway road
street or other public works owned and used by the exempt organization
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law
A separate certificate is required for each contract
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors (See reverse side)
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED
RegistrabordArznuntNo (to beassigned byDOR)
Period
0170-750 (999)
89 -
$0 00
Trade name/DBA Owner partner or corporate name
Mailing address (City State Zip) Contact Person
E Mail address Federal Employer's Identification Number Bid amount for your contract
Fax Number
Business telephone number
Name of exempt organization (as shown on contract) Exempt organization s number
98 -
Address of exempt organization (City State Zip)
Principal contact at exempt organization Principal contact s telephone number
Physical location of protect site (give actual address when applicable and Cities and/or County (ies) where protect is located)
Scheduled Month Day Year Estimated Month Day Year
construction start date completion date
I declare under penalty of perjury in the second degree that the statements made in this application are true and complete tc
the hest of my knowledge
Signature of owner partner or corporate officer Title of corporate officer Date
DO NOT WRITE BELOW THIS LINE
Rev 10/20/07 Section 00660 Page 2
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 exemption to subcontractors Only prime
contractors will receive a Contractors 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 subcontractors name and address and signing it
The original Certificate should always be retained by the prime contractor Copies of all Certificates that
the prime contractor issued to subcontractors should be kept at the prime contractors place of
business for a minimum of three years and be available for inspection in the event of an audit
Once an 89# has been assigned to you please use the next five numbers following it for any applications
submitted for future protects 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 succeeding 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
Rev 10/20/07 Section 00660 Page 3
Section 00670 Page 4
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee EJCDC No 1910-8 (1990 Edthon) as a base Changes to
that document are shown by underlining text that has I=n added and
sinking through text that has been deleted
EJCDC GENERAL CONDITIONS 1910-8 (1990 FDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
6
0
TRENCHING
CONCRETE EDGE
UNIT PAVERS W/ SAND SWEPT
JOINTS
AGGREGATE BASE
SUBBASE
SAND SETTING BED
SCHED 40 MAINLINE IN SCHED 40
SLEEVE IN HEAVY TRAFFIC AREA
GEOTEXTILE FABRIC UNDER SAND
SETTING BED
SAND LAYER 2 MINIMUM AROUND
PIPE
SCHED 40 MAIN LINE IN SAND BED
CONTROL WIRE IN SCHED 40
CONDUIT
SCALE NTS DT-OTS-Trenching Gwg
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Number & Title
DEFINITIONS
1 I
Addenda
12
Agreement
1 3
Application for Payment
14
Asbestos
1 5
Bid
16
Bidding Documents
1 7
Bidding Requirements
18
Bonds
19
Change Order
I In
Contract Documents
1 11
Contract Price
112
Contract Times
113
CONTRACTOR
114
defective
I IS
Drawings
1 16
Effective Date of the Agreement
117
EN(ANEER
1 18
ENGINEERs Consultant
1 19
Field Order
1 20
Goneral Requirements
121
Hazardous Waste
1 22 a
Laws and Regulations laws or
Regulations
1 12 b
Legal Holidays
123
Liens
1 .4
Milestone
125
Notice of Award
1 26
Notice to Proceed
117
OWNER
128
Partial Utilization
129
PCBs
130
Petroleum
131
Project
1 32 a
Radioactive Material
1 32 b
Regular Working Hours
133
Resident Project Representative
134
Samples
13S
Shop Drawings
136
Specifications
137
Subcontractor
1 38
Substantial Completion
139
Supplementary Conditions
140
Supplier
141
Underground FactEties
142
Unit Price Worl,
143
Work
144
Work Change Directive
145
Written Amendment,
Page Article or Paragraph
Number Number &Title
Page
Number
1
2 PRELIMINARY MATTERS
3
1
21
Delivery of Bonds
3
1
22
Copies of Documents
3
I
I
Commencement of Contract
I
Times Notice to Proceed
3
1
24
Starting the Work
3
1
25 27
Before Starting Construction
1
CONTRACTOR s Responsibility
j
to Report Prelim nary Scheddes
1
Delivery of Certificates of
1
Insurance
34
1
28
Precanstructicn Conferencq
4
1
29
Initially Acceptable Schedules
4
1
I
3 CONTRACT DOCUMENTS INTENT
I
AMENDING REUSE
4
I
3 1 32
Intent
4
1
33
Reference to Standards and Speci
1
lications of Technical Societies,
I
Reporting and Resolving Dis,
2
crepancies
45
_
34
Intent of Certain Terms or
Adjecttvm
5
2
3 S
Amending Contract Documents
S
2
36
Supplementing Contract
2
Documents
5
2
37
Reuse of Docunents
5
2
2
4 AVAI ABILITY OF I ANDS
2
SUBSURFACE AND PHYSICAL CONDITIONS
2
REFERENCE POINTS
5
2
41
Availability of Lands
56
2
4 2
Subsurface and Physical
2
Conditions
6
2
42 1
Reports and Drawings
6
2
4 2 1
Limited Reliance by CONTRAC
2
TORAuthorized Technical
2
Data
6
2
4 2 3
Notice of Differing Subsurface
2
or Physical Conditions
6
2
424
FNGINEERsReview
6
2
4 2 5
Possible Contract Documents
Change
6
2
426
Possible Price and Times
3
Adjustments
67
3
43
Physical Con6twns Underground
3
Facilities
7
3
43 1
Shown or Indicated
7
3
432
Not Shown or Indicated
7
44
Reference Points
7
EICOC OENtRAL cominoN 1910 8(1999 minOM
w/ CITY OF FORT COLI.INS MODIFICAMONS (REV 9/99)
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
45 Asbestos, PCBs Petroleum
Hazardous Waste or
Radmactiv, Material
5 BONDS AND INSURANCE
5 1 5 2 Performance Payment and Otha
Bonds
Licensed Sureties and Insurers
Certificates of Insurance
53
54
55
56
56
59
S IU
tl]
CONTRACTOR S RESPONSIBILITIFS
6 I-6 2 Supervision and Supenntendenc@
6 3 6 5 Labor Materials and Fqwpmcnt
66 Progress Schedule
67
Substitutes and Or Equal Items
CONTRACTOR s Expense
Substitute Construction
Methods or Procedures
FNG[NEERs Evaluation
6 B-6 I I
Concerning Subcontractors
Suppliers and Others
Waiver of Rights
612
Patent Fees and Royalties
613
Permits
614
I ours and Regulations
615
Taxes
614
Use of Premises
617
Site Cleanliness
618
Safe Structural Loading
619
Record Documents
620
Safety and Protection
621
Safety Representative
62'
Hazard Communication Programs
623
Emergencies
624
Shop Drawings and Samples
rEa
I1
Il
Il 12
12
12 13
13 14
14
14
14
14 IS
Is
IS
15
t5
15 16
16
16
16
14
625
Submittal Praceedures CON
TRACTOR s Review Prior
to Shop Drawing or Sample
Submittal
16
626
Shop Drawing &Sample Submit
talc Review by ENGINEER
16-17
627
Responsibility for variations
Frain Contract Docuriirnts
17
628
Related Work Performed Prior
to fiNGNEER s Review and
Approval of Required
Submittals
17
629
Continuing the Work
17
630
CONTRACTORS General
Warranty and Guarantee
17
431433
Indemnification
17 18
634
Survival of Obligations
18
7 OTHER WORK
7 1 7 3 Related WiaV. at Site
74 Coordination
ri
OWNFR S RFSPONSBTLTfBS
8 1
C anmunicanons to CON
TRACTOR
8-
Replacement of ENGINEER
83
Furnish Data andPay Promptly
When Due
84
Lands and Eesi,ments Reports
and Tests
85
Insurance
86
Change Orders
87
Inspections Tests and
Approvals
S 8
Stop or Suspend Wart.
Terminate CONTRACTORS
Services
89
Limitations on OWNERS
Responsibilities
810
Asbestos, PCBs Petroleum
Hazardous Waste a
Radioactive Material
811
Evidence of Financial
Arrangements
ENGINEERS STATUS DURING
CONSTRUCTION
91
OWNERS Representative
92
Visits to Site
93
Protect Representative
94
Clarifications and Interpre
rations
95
Authorized Va
18
18
to
la
18
18
18 19
19
19
19
19
19
19
19
19
19
19
1921
21
21
Ex:IX' QENFRN. CONDITION51910 8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Page
Anicic or Paragraph
Page
Number &Title
Number
Number &Title
Number
96
Rejecting Defective Work
-1
138 139
Uncovering Work at ENGI
9799
Shop Drawings Change Orders
NEER s Request
p 28
and Payments
21
1310
OWNER May Stop the Work
28
910
Determmatiats for Unit Prices
21 22
1111
Correction or Removal of
911 912
Decisions on Disputes ENG1
Defective Work
r8
NEER as Initial Interpreter
22
13 12
Correction Period
28
9 13
Limitations on ENGINEERS
13 13
Acceptance ofDefective Work
28
Authority and Responsibihues
2123
1314
OWNER May Correct Defechle
Work
2829
CHANGFS 1N
THE WORK
23
101
OWNER a Ordered Change
23
14 PAYMENTS TO CONTRACTOR AND
102
Claim for Adjustment
23
COMPLETION
29
103
Work Not Required by Contract
141
Schedule of Values
29
Documents
23
142
Application for Progress
104
Change Orders
23
Paym ent
29
105
Notificatiort of Surety
23
143
CONTRACTOR s Warranty of
Tuk
°9
CHANGF OF CONS PACT PRICE
23
144 147
Review of Applications for
I 1 1 113
Contract Price Claim for
Progress Payments
2930
Adjustment Value of
148 149
Substantial Completion
30
the Work
2324
1410
Partial Utilization
3031
11 4
Cost of the Work
�4-25
1411
Hnal Inspection
31
11 o
Exclusions to Cow of the Work
'5
1411
Final Application for Payment
31
116
CONTRACTORS Fea
'S
1413 1414
Final Payment and Acceptance
31
117
Cost Records
2526
1415
Waiver of clams
31.32
118
Cash Allowances
26
119
Unit Price Worl,
2(
I5 SUSPENSION OF WORK AND
TERMINATION
32
CHANGE OF CONTRACT TIMES
16
151
OWNER May Suspend Work
32
121
Chum for Adjustment
26
152154
OWNFR May Terminate
31
122
Time of the Essencq
36
15 5
CONTRACTOR May Stop
123
Delays Beyond CONTRACTORS
Work or Terminate
32 33
Control
2627
124
Delays Beyond OWNERS and
16 DISPUTF RESOLUTION
33
CONTRACTORs Control
z7
17 MISCELLANEOUS
33
TESTS AND INSPECTIONS CORRECTION
171
Giving Notice
33
REMOVAL OR
ACCEPTANCE OF
172
Computation of Times
33
DEPEC77VE WORK
27
173
Notice of Clain
33
131
Notice of Defects
27
174
Cumulative Remedies
33
132
Access to the Work
27
175
Professional Fees and Court
13 3
Teats and Inspections
Costs Included
33
CONTRACTORS Cooperation
27
176
Applicable State Laws
33-34
134
OWNERS Responsibilities
Intentionally left blank
35
Independent Testing Laboratory
27
135
CONTRACTORS
EXHIBIT GC A
(Optimal)
Responsibilities
27
Dispute Resolution Agreement
GC AI
li 613 7
Covering Work Prior to Inspee
161 166
Arbitration
GC AI
tion Testing or Approval
27
167
Mediation
GC At
EI GENERAL MO Flom 1910 a (199a EDrnON)
w/ CITY OF FORT COLUNS MODIFICATIONS (REV 9/99)
INDEX TO GENIaZAI CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown In this index
Article or Paragraph
Number
Acceptance of
Bolds and Insurance
5 14
defective Work 10
4 1 13 5 13 13
final payment
912, 14 15
Insurance
5 14
other Work, by CONTRACTOR
73
Substitutes and Or Equal Items
6 7 1
Work by OWNER
25 630 634
Access to the
Lands OWNER and CONTRACTOR
responsibilities
41
site related Work
72
Work 132
13 14 149
Acts or Omissions Acts and Omissions
CONTRACTOR
691 9133
ENGINFER
6 20 9 13 3
OWNER
620 89
Addenda definition of (also see
definition of Specifications) (1 6
1 10 6 19) 1 1
Additional Property Insurances
57
Adjustments —
Contract Rice or Contract
Times 15 35 41 432 452
453 94
95 102104
11
12 148 151
progress schedule
66
Agreement
definition of
12
All Risk Insurance policy form
562
Allowances Cash
Il 8
Amending Contract Documents
35
liiendment Witten
in general 110 145 35 �10 512 662
682 619
101 104 112
121
13122 1472
Appeal, OWNER or CONTRACTOR
intent to 910 9It
104 162 165
Applcafion for Payment
definition of
13
FNGBQEERs Responsibility
99
final payment 9 13 4 9 13 5 14 12 14 15
in general 28 29 564 910 155
progress payment
141 147
review of
14 4 14 7
Arbitration
161 166
Asbestos -
claims pursuant thereto
4 5 2 4 5 3
CONTRACTOR authorized to stop Work 4 5 2
definition of
14
Article or Paragraph
Number
OWNER responsibility for
451 810
Possible price and times change
452
Authorized Variations in Work
36 6 25 627 95
Availability of Lands
4 1 84
Award, Notice of -defined
1 '5
Before Starting Construction
2 2 8
Bid definition of 1 5 (1 1 1 10 2 3 3 3
4264 613 1143 1191)
Bidding Documents—defmition
Of
Bidding Requirements definition
Of
Bonds
acceptance of
additional bonds
Cost of the Work
definition of
delivery of
final Application for Payment
general
Performance Payment and Other
Bonds and Insurance in general
Builder's risk all risk policy form
( aneellation Provisions Insurance
Cash Allowances
Certificate of Substantial Completion
Certificates of Inspection
Certificates of Insurance 17
)65 58
Change in Contract Rice
Cash Allowances
clam for price
adjustment 41 426 45 515 682 94
95 911 102 105 112 139
1313 1314 147 151 15�
116
16(682)
17(11 4262)
5 14
105 11459
11 5 4
18
rl 51
1412 1414
110 5153 513
913 105 1476
5152
5
562
5411 58 515
11 8
138 63023
148 14 10
9134 135 1412
53 5411 5413
514 9 13 4 1412
CONTRACTORS fee
Cost of the Work
general
Exclusions to
Cost Records
ingeneral 119 144 911 1042
Lump Sum Pricing
Notification of Surety
Scope of
Testing and Inspection
Uncovermg the Work
11 8
114It7
11 5
11 7
1043 II
113_'
105
103 104
139
E OENEf CONDITION51910 8(1990 EDITION)
w/ (7TY OF FORT COLLINS MODIFICAMONS (REV 9/991
Unit Price Work 119 CONTRACTORshee
Article or Paragraph
Number
Value of Work
C hange in Contract Times
Claim for times adjustment 4142645
682 94 95 911 102 105
139 1313 1314 147 151
Contractual time limits
Delays beyond CONTRACTORS
control
Delays beyond OWNERs and
CONTRACTORS control
Notification of surety
Scope of change
Change Orders
Acceptance ofLiefecnve Work
Ami.ndmg Contract Documents
Cash Allowances
Change of Contract Price
Change of Contract Times
Changes in the Work
( ONTRACTOR s fee
Cost of the Work
Cost Records
definition of
emergencies
ENGINEER s responsibility 98 104
execution of
Tridemnifictnoq 612 616
Insurance, [fonds and 510
OWNERmay terminate
OWNERS Responsibility
Physical Conditions
Subsurface and.
Underground Facilities -
Record Documents
Scope of Change
Substitutes
Unit Pnce Work
value of Work covered b5
Changes in the Wok
Notification of surety,
OWNERs and CONTRACTORS
responsibilities
Right to an adjustment
Scope of change
Claims
against CONTRACTOR
against ENGINEER
against OWNER
Change of Contract Price
Change of Contract Tunes
CONTRACTORS 4 71 94 95
11 2, 119 121
151
M.
Article or Paragraph
Number
113
CONTRACTOR s liability 14 612
Cost of the Work
5 15
Decisions on Dispute$
121
Dispute Resolution
155
Dispute Resolution Agreement
122
ENGINEER as initial mterpretor
Lump Sum Pricing
123
Nonce of
114
103
103 104
13 13
�5
11 8
12
10
116
114117
117
19
023
112 121
104
631633
513 105
152114
$6 104
42
432
619
103104
673 682
119
113
la
105
104
102
103 104
616
632
632
94 112
94 121
911 102
139 148
155 173
616 631
114115
911 912
161
161 166
911
1132
173
OWNERs 94 95 911
102 112 H 9
121 139 13
13 1314 173
OWNERS Lability
5 5
OWNER may refuse to male payment
147
Professional Fees and Court Costs
Included
175
request for formal decision ep
9 11
Substitute Items
6 7 12
Time Extension
121
Time requirements
9 11 121
Unit Price Work
1193
Value of
11 3
Waiver of on Final Payment
14 14 14 1�
Work Change Directive
102
written notice required
9 11 112 121
Clarifications and Interpretations
363 94 911
Clean Site
617
Codes of Technical Society Organization
or Association
$ 3 3
Commencement of Contract Times
23
Communications
general
62 692 8 1
Hazard Communication Programs
622
Completion
Final Application for Payment
14 12
Amal Inspection
14 11
Final Payment and Acceptance
1413 1414
Partial Utilization
1410
Substantial Completion
t 38 148 149
Waiver of Claims
1415
Computation of Times
1721 1722
Concerning Subcontractors Suppliers
and Others
6" 11
Conferences
initially acceptable schedules
29
preconsiructioq
28
Conflict. Error Ambiguity Discrepancy
CONTRACTOR to Report
25 3 3 2
Construction before starting by
CONTRACTOR
2 5 2 7
Construction Machinery Equipment etc
64
Continuing the Work
629 104
Contract Documents —
Amending
3 5
Bonds
5 1
E9 OENERAI. COt ITIOM 1910 8 (1990 FDITIOM
w/ aTY OF FORT COLUNS MODMCA71(M (REV 9/99)
(a9h Allowances 118 Stop Work requirements 4 5 2
CONTRACTORs—
Article or Paragraph
Number
Change of Contract Price
I 1
Change of Contract Times
12
Changes in the Work
10 4-1(15
check and verify
25
Clarifications and
Interpretations 32 36
94 9 11
definition of
1 10
ENGINEER as initial interpreter of
911
ENGINEER as OWNER s representative
91
genera13
Insurance
53
Intent
31 34
minor variations in the Work
3 6
OWNER responsibility to famish data
83
OWNERS responsibility to make
prompt payment 83 144 1411
precedence
3 1 3 3 3
Rewrd Dmuments
6 19
Reference to Standards and Specifications
of Technical Societies
33
Related Work
72
Reporting and Resolving Discrepancies
2 5 31
Reuse of
37
Supplementing
36
Term matron ofENbINEER s Employm ent
82
Unit Price Work
119
variations 36
623 627
Visits to Site ENGINEER s
92
Contract Price —
adjustment of 35 41 94 103
112113
Change of
J 1
Decision on Disputes
911
delmition of
j 11
Contract Times
adlustm ent of
3 5 4 1 9 4 10 3 12
Change of
J 2 1 124
Commencement of
23
def ration of
1 12
CONTRACTOR —
Acceptance of Insurance
5 14
Communications
62,692
Continue Work
629 104
coordination and scheduling
692
definition of
1 13
Limited Reliance on Technical
Data Authorized
4 2 2
May Stop Work or Terminate
I S 5
provide site access to others
72 132
Safety and Protection
43 12 616 618
6 21623 72 132
Shop Drawing and Sample Renew
Pnor to Submittal 615
Article or Paragraph
Number
Compensation
11 1 112
Continuing Obligation
1415
Defective Work 96 13
10-1314
Duty to correct defective Work
J3 11
Dutv to Report
Changes in the Work caused by
Emergency
623
Defects in Work of Others
73
Differing conditions
4 2 3
Discrepancy in Documents 25 3 3 ^_ 6 14 2
Underground Facilities not indicated
432
Emergencies
623
Equipment and Machinery Rental Cost
of the Work
11453
Fee Cast Plus 11 4 5 6 11
5 1 11 6
General Warranty and (ruararace
630
Hazard Communication Programs
622
Indemnification 612, 616
631 633
Inspection of the Work
73 134
Labor Materials and Fquipment
6 3 6 0
1 aws and Regulations, ( omphance by
6 14 1
Liability Insurance
54
Notice of Intent to Appeal
910 104
obligation to perform and complete
the Work
6 30
Patent Fees and Royalties paid for by
612
Performance and Other Bonds
5 1
Permits obtained and paid for by
013
Progress Schedule � 6 28 29 66
629 104 1521
Request for formal decisionon disputes
911
Responsibilities
Changes in the Work
101
Concerning Subcontractors Suppliers
and Others
68611
Continuing the Work
629 104
CONTRACTORsexpense
071
CON PACTORs General Warranty
and Guarantee
630
CONTRACTOR s review prior to Shop
Drawing or Sample submittal
625
Coordination of Wad
692
Emergencies
623
ENGINEERS evaluation Substitutes
or Or Equal Items
6 7 3
For Acts and Omissions
of Others 6 9 1 692 913
for deductible am ounts insurance
59
general 6 72
73 89
Hazardous Communication Programs
622
Indemnification
631 633
ni DICDC O6NFRAi. COimmoxs 191a 8 (199a EDIMON)
wJ CITY OF FORT COLLIM MODiFTCA11ONa MV 91"
Labor Materials and Equipment
6 3-6 5
CONTRACTORS -other
7
Laws and Regulations
614
Contractual Liability Insurance
54 10
Liability Insurance
5 4
Contractual Time Limits
122
Article or
Paragraph
Article or Paragraph
Number
Number
Notice of variation from Contract
Coordination
Documents
627
CONTRACTORS responsibility
69.
Patent Fees and Royalties
612
Copies of Documents
22
Permits
613
Correction Period
1312
Progress Schedule
66
Correction Removal or Acceptance
Record Documcna
619
of Defective Work
related Work performed prior to
in general 10 41
13 W-13 14
ENGINEERS approval of required
Acceptance ofDefechve Work
1313
submittals
628
Correction or Removal of
safe structural loading
6 18
Defective Wort.
630 13 11
Safety and Protection 620
72 13 2
Correction Period
13 12
Salety Repreuntative
621
OWNER May Correct Defective Work
1314
Scheduling the Work
692
OWNER May Stop Work
13 10
Shop Drawings and Samples
624
Cost
Shop Drawings and Samples Review
of Tests and Inspections
134
by ENGINEER
626
Recadsl17
Site Cleanliness
617
Cost of the Work
Submittal Procedures
625
Bonds and insurance additional
11459
Substitute Construction Methods
Cash Discounts
)1 4 2
and Procedures
6 7 2
CONTRACI ORs Fee
116
Substitutes and Or Equal Items
67 1
Employee Expenses
1 t 4 5 1
Superintendence
62
Exclusions to
115
Supervision
6 1
Oeneralll 4-11 5
Survival of Obligations
634
Home offic, and overhead expenses
115
Taxes
615
Losses and damages
114 5 6
Tests and inspections
13 5
Materials and equipment
1142
To Report
2 5
Minor expenses
11458
Use of Premises 6 16-6 18 6 30 2 4
Payroll costs on changes
11 4 1
Res iew Prior to Shop Drawing a
performed by Subcontractors
I 1 4 3
Sample Submittal
625
Records ll7
Right to adjustment for changes in the Work 102
Rentals of construction equipment
right to claim 4 7 1 9 4 9 5 9 11
10 2 11 2
and machinery
11453
119 12 1 13 9 14 8 15 1
15 s 173
Royalty payments, perm its and
Safety and Protection 6 M6 22
72 132
1 rcense fees
114 5 5
Safety Representative
621
Site office and temporary facilities
11452
Shop Drawings and Samples Submittals
6 24-6 28
Special Consultants CONTRACTOR s
1144
Special Consultants
1144
Supplemental
1145
Substitute Construction Methods and Procedures 6 7
Taxes related to the Work
11454
Substitutes and Or Equal Items
Tests and Inspection
134
Expense 67 1 6 7 2
fride Discounts
1142
Subcontractors Suppliers and Others
68 6 11
Utilities fuel and sanitary facilities
114 5 7
Supervision and Superintendence 61
62 621
WW ork after regular hours
11 41
Taxes, Payment by
615
Covering Wort.
13 6-13 7
Use of Premises
6 16-6 18
Cumulative Remedies
174 175
Warranties and guarantees
65 630
Cutting, fitting and patching,
72
Warranty of Title
143
Dam, to be furnished by OWNER
83
Written Notice Required
Day —definition of
17 2 2
CONTRACTOR stop Work a terminate 15 5
Decisions on Disputes
911 912
Reports of Differing Subsurface
defecnre definition of
1 14
and Physical Conditions
4 2 3
defective Work
Substantial Completion
148
Acceptance of
1041 1313
vin
EICDC GENERAL COND1110M
1910 8 (199s FDITION)
w/ CITY OF FORT COI LINS MODIFICATIONS (RFV 91")
Correction or Removal of 1041 13 11
Correction Period
13 P
in general 13
147 1411
Article or Paragraph
Number
Observation by ENGINEER
92
OWNER May Stop Work
1310
Prompt Nutt" of Defects
131
Rejecting
96
Uncovering the Work
138
Definitions
1
Delays 41 629 123 124
Delivery of Bonds
21
Delivery of certs[eates of insurance
17
Determmations for Unit Prices
910
Differmg Subsurface or Physical Conditions
Notice of
4 2 3
FNGINEERs Review
4 2 4
Possible Contract Documents ents ( hange
4 ^ 5
Possible Price and Times Adjustments
426
Discrepanues-Reporting
and Resolving 2 5 3 3 2 6 142
Dispute Resolution —
Agreement
161 166
Arbitration
161 16 5
genera116
Mediation
166
Dispute Resolution Agreement
161 166
Dispir" Decisions by FNGINEER
911 912
Documents
Copies of
22
Record 6 19
Reuse of
3 7
Drawings -0efinnicn of
1 15
Fasements
41
Effective date of Agreement definition of
J 16
Emergencies
623
ENGINEER
as initial interpreter on disputes
911 912
definition of
117
Limitations on authority and responsibilities
9 13
Replacement of
8.
Resident Project Representative
93
ENGINEER Consultant definnronof
118
ENGINEERS
authority and responsibility line tations on 913
Authorized Variations in the Work
95
Change Orders, responsibility for 97
10 11 12
Clarifications and Interpretations
363 94
Decisions on Disputes
9 11 912
defective Work notice of
131
Evaluation of Substitute Items
6 7 3
Liability
632 912
Notice Work a Acceptable
14 13
Observations
6302 92
OWNER s Representative
91
Payments to the CONTRACTOR
Responsibility for
99 14
Recommendation of Payment
144 1413
Article or Paragraph
Number
Responsibilities Limitations on,
911 913
Review of Reports on. Differing Subsurface
and Physical Conditions
424
Shop Drawings and Samples review
responsibility
626
Status During Construction
authorized variations in the Work
95
Clanfications and Interpretations
94
Decisions on Disputes
911 912
Determinations on Unit Price
910
ENGINEER as Initial Interpreter
911 912
FNGINEERs Responsibilities
9 1 9 1'
Lim imtions on ENGINEER s Authority
and Responsibilities
913
OWNERs Representative
91
Project Representative
93
Rejecting Defective Work
96
Shop Drawings Change Orders
and Payments
9799
]sits to Site
92
Unit Price determinations
9 10
S Isits to Site
9
Written consent required
72.91
Equipment Labor Materials and
o 3-6 5
Equipment rental Cost of the Work
11 4 5 3
Equivalent Materials and Equipment
07
error or oar Isslons
633
Evidence of Financial Arrangements
g l l
Explorations of physical conditions
4 2 1
Fee CONTRACTORS —Costs Plus
J16
Field Order
definition of
1 19
issued by ENGINEER
361 95
Final Application for Payment
14 12
Final Inspection
1411
Final Payment
and Acceptance
14 13 1414
prior to for cash allosences
jig
General Provisions
173 174
General Requirements —
definition of
J 20
prmupal references to 2 6 64
6 6-6 7 6 24
Giving Notice
171
Guarantee of Work —by CONTRACTOR
630 1412
Hazard Communication Programs
622
Hazardous Wasto-
dofmnion of
J 21
general
45
OWNERs responsibility for
810
E)C - 06NERAi. CONDITIONS 1910 5 nW EDITION)
a/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Indemnification 6 12, 6 16 611 613
Insurance
5 1
Initially Acceptable Schedules
29
Precedence
3 1 3 3 3
Inspection
Reference to
3 3 1
Certificates of 9 13 4 13
5 14 12
Safety and Protection
620 132
final
14 11
Subcontractors Suppliers and Others
6 M I
Article or Paragraph
Article or
Paragraph
Number
Number
Special requred by ENGINEER
9 6
Tests and Inspections
13 5
Tests and Approval 87
133 134
Use of Premises
616
Insurance
Visits to Site
9 2
Acceptance of by OWNER
514
Liability Insurance
Additional required by changes
CONTRACTORS
54
in the Work
11459
OWNERS
55
Before starting the Work
27
Lcensed Sureties and Insurers
53
Bonds and in general
5
Liens
Cancellation Provisions
58
Application for Progress Payment
142
Certificates of 27 e 53 5 4
11 5413
CONTRACTOR s Wwmty of Title
143
> 6 5 58 514 9
13 4 1412
Final Application for Payment
1412
completed operations
54 11
definition of
1 23
CONTRACTORS Liability
5 4
W aiver of Claims
14 h
CONTRACTOR objection to coverage
5 14
Limitations on ENGINEER s authority and
Contractual Liability
54 10
responsibilities
913
deductible amounts CONTRA( TORs
I united Reliance by CONTRACTOR
responsibility
59
Author ved
4-2
Final Applmalon for Payment
1412
Maintenance and Operating Manuals
Licensed Insurers
53
final Application for Payment
1412
Notice requirements material changes
5 8 105
Manuals (of others)
Option to Replace
5 14
Precedence
3 13 1
other special insurances
5 10
Reference, to in Conir"t Documen4
3 3 1
OWNER as fiduciary for insureds
512 5 13
Materials and equipment
OWNERS Liability
55
furnished by CONTRACTOR
63
OWNER s Responsibility
81
not incorporated in Work
142
Partial Utilization Property Insurance
5 15
Materials or equipment equtvalent
07
Property
56 5 10
Mediation (Optional)
167
Receipt and Application of Insurance
Milestones- definition of
124
Proceeds
125 13
Miscellaneous
Special Insurance
510
Computation of Times
172
Waiver of Rights
5 11
Cumulative Remedies
174
Intent of Contract Documents
3 1 3 4
Giving Notice
171
Interpretations and Clarifications
363 94
Notice of Claim
173
Investigations of phywcal conditions
4 2
Professional Fees and Court Costs Included
171
Labor Materials and Equipment
065
Multi prime contracts
7
lands
Not Shown or Indicated
4 3 2
and Easements
84
Notice of
Availability of
41 84
Acceptability of Project
1413
Reports and Tests
84
Award, definition of
1 25
Laws and Regulations- Laws or Regulations
Claim
J7 3
Bonds
51 12
Defects 13 1
Changes in the Work
104
Differing Subsurface or Physical Conditions 423
(,ontract Documents
31
Giving
17 1
CONTRACTORS Responsibilities
614
Correction PenodAfeceve Work
13 12
Tests and Inspections
133
Cost of the Work taxes
11454
Variation, Shop Drawing and Sample
027
definition of
122
Nance to Proceed—
guiera16 14
definition of
126
Indemnification
631-633
giving of
23
F1 GENERAL CONDITIONS 1910 6 O"o MITION )
w/ Oi OF FORT COI UNS MODIFICATIONS (RFV 9/99)
Notification to Surety
105
Observations, by ENGINEER
63092
Occupancy of the Work
5 15 6 30 2 4 14 10
Omissions or acts by CONTRACTOR: 69 913
Open Peril policy form Insurance
562
Option to Replace
5 14
Article or Paragraph
Number
Or Equal Items
67
Other weak 7
Overtime Work prohibition of
63
OWNER
Acceptance ofdefecbve Work
13 13
appoint an ENGINEER
8 2
as fiduciary
5 125 13
Availability of Land; responsibility
4 1
definition of
127
data furnish
83
May Corset Defective Work
1314
May refuse to make payment
147
Mav Stop the Work
1310
May Suspend Work
Terminate 8 8
13 10 15 1 154
Payment make prompt
83 144 1414
performance of other work
71
permits and licenses requirements
613
purchased insurance requirements
5 6-5 10
OWNER s.
Acceptance of the Work
Change Orders obligation to execute
Communications
Coordination of the Work
Disputes, request for decision
Inspections, tests and approvals
Liability Insurance
Notice of Defects
Representative- During Construction
ENGINEFRs Status
Rcsponsrbihtts
Asbestos PCBs, Petroleum Hazardous
Waste or Radioactive Material
Change Orders
Changes in the Work
communications
CONTRACTOR s responsibilities
evidence of financial arrangements
inspections tests and approvals
insurance
lands and easements
prompt payment by
replacement of ENGINEER
reports and tests
stop or suspend Work
terminate CONTRACTORs
services
separate representative at site
63025
86 104
81
74
911
87 134
55
131
88 1310
91
8 10
86
101
81
89
8 11
87
85
84
83
82
84
151
88 152
93
testing independent
use a occupancy
of the Wok
written consent or approval
required
134
515 630�4 1410
91 63 114
E1C13C OENQtAI. CONDITIONS 1910 8 (1990 tDITiOM
w/ CITY OF FORT COLLMS MODIFICATIONS (REV 91")
ATTENDANCE RECORD
PREBID CONFERENCE
Project 6084 Old Town Square Irrigation
Time 10 30 amDate January 24 2008
Location Old Town
Ice Rink
PRINT
NAME
PRINT
FIRM NAME
ADDRESS
ELEPHONE
FAX #
E-MAIL ADDRESS
�r7
"2rUa,r
GJ
O1 t rYiti��*rx
q-10 5�
970 c%^ rx
�Fff�2�kv HLaa ft�x�+
G
'i�a�3
v
$o5d9
%�rli� �( N7el
?i�19( L/}1C�5c�tfie
�j /��76
o0l;7
5
u�
(`7l
r i
/
/VC,
Article or Paragraph
Number
written notice required
71 94 911
It
119 147 154
PCBs
definition of
129
general
45
OWNER s responsibility for
810
Partml Utilization
definition of
1 28
general 6 30 2 4 14 10
Property Insurance
15
Patent Fees and Rovalties
6 12
Payment Bonds
5 152
Payments Recommendation of
144147 1413
Payments to CONTRACTOR and Completion —
Application for ProgressPayments
J42
( ONTRA(TOR s Warranty of Title
143
Final Application for Payment
1412
hmal Inspection
1411
Final Payment and Acceptance
1413 1414
general
$ 3 14
Partial Utilization
14 10
Retamage
142
Review of Applications for
Progress Payments
144 147
prompt payment
83
Schedule of Values
141
Substantial Completion
148 149
Wa)v,r of Claims
14 U
when payments due
144 14 13
withholding payment
147
Performance Bonds
5 1 52
Perm its
6 13
Petroleum
definition of
110
general
4 5
OWNERS responsibility for
810
Physical Conditions
Drawings of in or relating to
4112
FNGTNEER s review
4 2 4
existing structures
4 2 2
general 21 2
Notice of Differing Subsurface or
4 2 3
Possible Contract Documents Change
42 5
Possible Price and Times Adjustments
4 2 6
Reports and Drawings
42 1
Subsurface and
42
Subsurface Conditions
4 0 1 1
Technical Data Limited Reliance by
CONTRACTOR Authorized
4'-
Underground Facilities
general
4 3
Not Shown or Indicaed
4 3 2
Protection of
43 620
Article or Paragraph
Number
Shown or Indicated
Technical Data
Preconstructlon Conference
Preltminary Matters
Preliminary Schedules
Premises Use of
Price Change of Contract
Price Contract. definition of
Progress Payment Applications for
Progress I ayment retarnage
Progress schedule CONTRA( TORs
66
431
422
28
26
6 16-6 18
11
1 11
J4
142
26 28 29
104 1521
Project —definition of 131
Project Representative
ENGINEERS Status During Construction
Project Representative, Resident -definition of
prompt payment by OWNER
Property Insurance
Additional
generals 6-5 10
629
93
133
83
57
Partial Utilization 515 14102
rec.opt and application of proceeds � 12 5 13
Protection Safety and (,20-6 21 13-
Punch list 14 11
Radioactive Mmerial
defnton of
general4 5
OWNERS responsibility fm
Recommendation of Payment 144 145
Record Documents 619
Records procedures for maintsrning
Reference Points
Reference to Standards and Specifications
of Technical Societies
Regulations Laws and (u)
Rejecting Defective Work
Related Work
at Site
Perfumed prior to Shop Drawings
and Samples submittals review
Remedies cumulativ,
Removal or Correction ofDefecnve Work
rental agreements OWNER approval requued
replacement of ENGINEER, by OWNER
Reporting and Resolving
1 32
5 10
14 13
14 12
28
44
33
6 14
96
7173
629
174 175
13 11
11453
82
Discrepancies 25 3 3 2 6142
Reports
and Drawings 42 1
and Tests. OWNER s responsibility 84
Resident and Project Representative
definition of 1 33
provision for 93
an C)COC (ENE2V. CONDRIONS 191a ROM MMOM
w/ CITY OF FORT COI UNS MODMCA17ONS (RFV 9/99)
Article or Paragraph
Number
Article or Paragraph
Number
Resident Superintendent, CONTRACTORS 62
Responsibilities
submittal required
6 24 1
CONTRACTOR s-m. general
6
Submittal Procedures
625
use to approve substitutions
673
Shown or lndicat d
4 3 1
ENGINEER s-in general
9
Site Access
72 132
Limitations on
913
Site Cleanliness
617
OWNERS in general
8
Site Visits to—
Remmage
142
by ENGINEER
92 132
Reuse of Documents
37
by others
132
Review by CONTRACTOR Shop Drawings
special causes of loss policy farm
and Samples Prior to Submittal
6 25
insurance
562
Review of Applications far
definition of
1 36
Progress Payments
144147
Specifications —
Right to an adjustment
102
deftnatiort of
1 36
Rights of Way
4 1
of Technical Societies reference
to 3 3 1
Royalties Patent Fees and
612
precedence
3 3 3
Safe Structural Loading
618
Standards and Specifications
Safety
of Technical Societies
33
and Protection
4 3 2 6 16 618
Starting Construction Before
15 18
6 20-6 21 7 2 13 2
Starting the Work
24
general
020 623
Stop or Suspend Work
Representative CONTRACTOR s
¢ 21
by CONTRACTOR
15 5
Samples
by OWNER
88 13W 151
definition of
134
Storage of matertals and equipment
4 1 72
general
6 N 6 28
Structural Loading Safety
618
Review by CONTRACTOR
6 25
Subcontractor
Review by ENGINEER
626 6 _7
Concerning,
6 S 6 11
related Work
¢ °8
definition of
J 37
submittal of
6242
delays
123
submittal procedures
625
waiver of rights
611
Schedule of progress
26 28 2 6 66
Subcontractors in general
68611
629 104 I s 2 1
Subcontracts- required provisions
5 11 6 11 1143
Schedule of Shop Drawing and Sample
Submittals —
Submittals 2 6 2 8 2 9 6 24 6 28
Applications for Payment
142
Schedule of Values
26 2 8 2 9 141
Maintenance and Operation Manuals 14 12
Schedules—
Procedures
625
Adherence to
J 5 2 1
Progress Schedules
26 29
Adjusting
66
Samples
624628
Change of Contract Time;
104
Schedule of Values
26 141
Initially Acceptable
8 19
Schedule of Shop Drawings and
Samples
Preliminary
,6
Sabot lssions
262829
Scope of Changes
103 104
Shop Drawings
6 24b 28
Subsurface Conditions
4 2 1 1
Substantial Completion —
Shop Drawings—
certification of
6 30 2 3 14 8 14 9
and Samples general
6 24-6 28
defnation of
J 38
Change Orders 9c Applications for
Substitute Construction Methods or Procedures 672
Payments and
9 7 9 9
Substitutes and Or Equal Items
67
definition of
135
CONTRACTOR s Expense
07 13
ENGINBERs approval of
362
ENGINEERS Evaluation
673
ENGINEER s responsibility
Or Equal
67 11
for review
97 624628
Substitute Construction Methods
related Work
628
review procedures
28 6146 28
>< E1COC 013IrERAi. CONDi7101,13 1910 8 (1990 M11010
.1 CITY OF FORT COLLINS MODIFICATIONS (FIFV 91")
rem porary construction facilities 41
Article or Paragraph Article o Paragraph
Number Number
a Procedures
Substitute Items
Subsurface and Physical Conditions
Drawings of in or relatng to
ENGINEER Review
general
Limited Reliance by CONTRACTOR
Authorized
Notice of Differing Subsurface or
Physical Conditions
Physical Conditions
Possible Contract Documents Change
Possible Price andTunes Adjustments
Reports and Drawings
Subsurface and
Subsurface Conditions at the Site
Technical Data
Supervision —
CONTRACTORS responsibility
OWNER shall not supervise
FNGINFER shall not supervis4
Superintendence
Superintendent CONTRACTOR s resident
Supplemental costs
Supplsmentar3 Conditions
672
6712
4212
424
42
42'
423
4212
425
426
421
42
4211
422
61
89
92.9132
61
62
1145
definition of 139
principal references to 1 10 118 22 27
42 43 51 53 54 5659
511 68 613 74 811 93 910
Supplementing Contract Ibcuments 36
Supplier
definition of
principal references to 37 6� 68611
624 913
Waiver of Rights
Surety —
consent to final payment
ENGINEER has no duty to
Notification of
qualification of
Survival of Obligations
Suspend Wok, OWNER May
Suspension of Work and Termination —
CONTRACTOR May Stop Work
or Term mate
OWNFR May Suspend Work
OWNER May Terminate
3 axes- Payment by C ONTRACFOR
Techntcal Data
Limited Reliance by CONTRACTOR
Possible Price and Times Adjustments
Reports of Differing Subsurfacx and
Physical Conditions
xry
140
6 20
14 12
611
Termmatron
by CONTRACTOR
by OWNER
of ENGINEERS employment
Suspension of Wort. in general
Terms and Adjectives
Tests and rnspecttons-
Aceess to the Work, by others
CONTRACTORS responsibilities
cost of 13 4
covering Work prior tq
Laws and Regulations (or)
Notice of Defects
OWNER May Stop Work
OWNER s independent testing
special required by ENGINEFR
timely notice required
Uncovering the Work. at ENGINEER!
request
Times-
AdjustingChange of C ontract
Computation of
Contract Times definition of
day
Milestones
Requirements
appeals
clarifications
claims and disputes
Commencement of Contract Tune!
Preconstructtan Conference
schedules
Starting the Work
Title Warranty of
Uncovering Work
155
88 151154
82
15
34
132
13 5
136137
135
131
1310
134
96
134
138139
66
1,
17'
1 12
1722
12
910 16
9 11 112 12
23
28
26 29 66
4
143
138139
14 12 14 14
Underground Facilities Physical Conditions-
913
definition of
1 41
101 105 151
Not Shown a Indicated
4 3 2
5 1� 3
protection of
43 610
634
Shown or Indicated
4 3 1
1310 151
Unit Price Work —
Is
claims
1193
definition of
141
151
generall 19 14 1 14 5
151
Unit Priaes-
1521S4
general 1131
615
Determination for
910
Use of Remises
616 618 63024
4 2 2
Utility owners
4 13 6 20 7 1 7 3 13 2
426
Utilization Partial
128 515 63024 1410
Value of the Work
113
423
Valw% Schedule of
2 6 2 8 2 9 141
EK OEN6RAi. CONOMOM 1910 S (isso FAir1ON)
.1 CITY OF FORT COLLINS MODIFICATIONS (aEV 9199)
Variations in Work Minor
Authorized 625 627 95
Article or Paragraph
Number
Visits to Site by ENGINEER,,
92
Waiver of Claims -on Final Payment
1415
Waiver of Rights by insured panic*
511 611
Warrantyand Guarantee General by
CONTRACTOR
030
Warranty of Title CONTRACTORS
143
Work
Access to
132
by others
7
Changes in the
10
Continuing the
629
CONTRACTOR May Stop Work
or Term mate
15 5
Coordmation of
74
Cost of th,
114 115
definition of
1 43
neglected by CONTRACTOR
13 14
other Work
7
OWNER May Stop Work
1310
OWNER May Suspend Work
13 10 U 1
Related, Work at Sitc
7 17 3
Starting the
14
Slipping by CONTRACTOR
I S 5
Stopping by OWNER
I S 1 04
Variation and deviation authorized
minor 16
Work Change Diruaive
claims pursuant to
102
definition of
144
principal references to
3 5 3 101 10 2
Written Amendment
definition of 145
principal references to 1 10 3 5 5 1015 12
¢62 682 619 101 104
112 121 13 12 . 147'
Written Clarifications and
Interpretations 363 94 911
Written Notice Required —
by CONTRACTOR 71 910 9 11
104 112 121
by OWNER 910911 104 112 1314
zv FJ(.'DC OENEIrAL CONDITIONS 1910- (1990 EDITION)
.1 CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
(This page left blank intentionally)
EK OCNLRAL COImmONS 1910 8 (1990 minx)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 91")
GENERAL CONDMONS
ARTICLE 1—DEFINMONS
Wherever used in thew General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof
1 I Addenda —Written u graphic instruments issued
pnor to the opening of Bids which clarify correct or
change the Bidding Requirements or the Contract
Documents
1 2 Agreement —The written contract between OWNER
and CONTRACTOR covering the Work to be perfumed.
other Contract Documents are attached to the Agreement
and made a pan thereof as provided thereat
13 Applicaaort for Payment—Tlx form accepted by
ENGINEER which its to be used by CONTRACTOR m
requesting Progress or final payments and which its to be
accompanied by such supporting documentation as is
required by the Contract Documents,
14 Asbestos —Any material that contains more than one
percent asbestos and is linable or a releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration
15 Bid —The off r or proposal of the hiddds submitted
of the prescribed font setting forth the prices for the Work
to he performed
16 Bidding Docimm&—The advertisement or
invitation to Bid, instructions to bidders, the Bid form and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids)
1 7 Bedding Requirements The advertisement or
invitation to Bid, antnioonts to bidders, and the Bid form
18 Bonds —Performance and Payment bonds and other
instruments of security
19 Change Order —A document recommended by
ENGINEER., which is signed by CONTRACTOR and
OWNER and authaizes an addition deletmn or revision in
the Wort, a an adjustinent in the Contract Price or the
Contract Times, issued on or after the Ellective Date of the
Agreement
110 Contract Documents —The Agreement, Addenda
(winch pertain to the Contract Documents)
CONIRACIORs Bid (includingdoaTwadatien
accompanying the Bid and any post Bid documentation
submitted pna to the Notice of Award) when attached as
an exhibit to the Agreement, the Notice to proceed, the
Bads, these General Conditions, the Supplementary
Conditions, the Specifications and the Drawings as the
EJMCGENFRAL CONDITIONS 1910F (19W E6tam
w/ t7rY OF FORT OOLLINS MODIF=IONS (REV VIUM
saute are more specifically identified in the Agreement
together with all Witten Amendmcnu, Change Orders,
Work Change Duectives, Field Orders and ENGINEERS
wnnen interpretations and clarifications issued pursuant to
paragraphs 3 5 36 1 and 3 63 an or after the Effective
Date of the Agreement Shop Drawing submittals
approved pursuant to paragraphs 626 and 627 and the
reports and drawings referred to at paragraphs 4 2 1 and
4 2 2 are not Contract Documents.
111 Contract Pnce—The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 119 1 in the case of Unit Price Work)
112 Contmel Times —The numbers of days or the
dates stated in the Agreement () to achieve Substantial
Completion, and (a)to complete the Work so that it is
ready for final payment as evidenced by ENGII4EERs
written recommendation of 6ral payment in accordance
with paragraph 1413
1 13 CONTRACTOR The person, from or corporation
with whom OWNER has entered into the Agreement
1 14 defective —An adjective which when modifying
the word Work ref rs to Work that is unsatisfactory faulty
or deficient in that it does not conform to the Contract
Ibcuments, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documetts, a has been damaged pnor to
ENGLNEERs recommendation of Final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in amordana with
paragraph 14 8 or 14 10)
1 15 Drawings The drawings winch show the scope
extent and chmacder of the Work to be finished and
performed by CONTRACTOR and winch have been
prepared or approved by ENGINEER and are referred to
in the Contract Documents, Shop drawings are not
Drawings as so defined
116 Elective Dare of the Agreensent—The date
indicated m the Agreement on which t beoones effective
but if iso 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
117 ENGINEER —The person, fan a corporation
named as such in the Agreement
1 18 ENGINEER s Cansultam A person form or
corporation having a contract with ENGINEER to fimush
services as ENGINEERS independent professional
associate u consultant with respect to the Project and who
is identified as such in the Supplementary Conditions
119 Field Order —A written order issued by
ENGINEER winch orders minor changes in the Work in
accordancewith paralmsph 9 5 but which does not involve
a charge m the CutmctPna a the ContmctTimes
120 General Requirements —Sections of Division 1 of
the Specifications
121 Hazardous Waste —The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposal Act (42 USC Section 6903) as amended
From time to time
122 a Laws and Regulations laws or Regulaaons—Any
and all applicable laws, rules, regulations, ordinances,
codes and orders of any and all govenuoental bodies,
agatmes, authorities and courts having jurisdiction.
122 b, Legal Hohdays•-shall be those holidays observed
by the City of Fort Collins
123 Liens —Liens, charges, seamy interests or
encumbrances upon real property or personal property
124 Milestone A pprrincipal event specified inthe
Contract Documents relatug to an intermediate completion
date or nine poor to Substantial Completion of all the
Work
125 Notice ofAward—A written nonce by OWNER to
th apparent successful bidder stating that upon compliance
by the apparent successful bidder with the condmions
preoWent enumerated therein within the time specified,
OWNER will sign and deliver the Agreement
126 Notice to Proceed —A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date m wluLh the Contract Times will
commence to run and an which CONTRACTOR shall start
in perform CONTRACTORS obhgwona under the
Contract Doaments
127 OWNER —The public body or authority
corporation, association, firm or person with whom
CONTRACTOR has entered rmo th, Agreement and for
whom the Work is to be provided
128 Partial Unitzation—Use by OWNER of a
substantially completed part of the Work for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work
129 PCBs —Polychlorinated bipheryls
130 Peroleum—Petroleum including crude oil or any
@action thereof which is liquid at standard catdrbons of
temperature and pressure (60 degas Falueeeit and
14 7 pounds per square inch absolute) such as oil
petroleum fuel otk oil sludge, oil refuse gasoline kerosene
and oil mixed with oiler titan Hazardous Wastes and crude
oils
1.31 Project —The total construction of which the Work
to be provided under the Contract Docuicns may be the
whole, or a part as indicated elsewhere in the Conhacl
Documents,
132 a Radioactive MatenahSatoe special nuclear or
Nprodoct material as defined by the Atomic Energy Act of
EK'DCOLVEKAL CONDMOM 19108 (1990E6am)
W aTy OF FORT COLLIM MODIFICATIONS (REV 0000)
1954 (42 USC Section 2011 et seq) as amended from
nine in time
132 b Regular Working Bows—Re¢ulw working hours
are defined as 7 0(Am to 6 00 m unless oditaw se
specified in the General Requirements
133 Resident Protect Representative —The authorized
retresentatn a of ENGINEER who may be assigned to the
site or any pan thereof
134 Samples—Plwscal esamples of materials
equipment, or workmanship that we representative of
some portion of the Work and which establish the
siardards by which such portion of the Work will be
judged
135 Shop Drainngs—All drawings, diagrams
dlustmtmns, schedules and other data or information
which are s}xci6ca11y prepared or assembled by or for
CONTRACTOR end submitted by CONTRACTOR to
illustrate some portion of the Work
136 Speofrcanons—Those pomats of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to fix Work and certarn
administrative details applicable thereto
137 Subcontractor —An individual hum or corporation
having a direct contract with CONTRAC fOR or with any
other Subcmhactor for the performance of a part of the
Work at the site
118 Subsumnal Compfenoe—The Work for a
specified part thereol) has progressed to the pout where
in the opinion of FNGINEE'R as evidenced by
ENGINEERS definitive certificate of Substantial
Completion it is sufficiently complete in accordance with
the Contract Documents so that the Work (or spec fi d
part) can be utilized for the purposes for which it is
intended or if no such certificate is timed, when the
Work is complete and ready for fual payment as
widened by FNGINEERs written recommendation of
final payment in accordance with paragraph 14 13 The
terms substantially complete and substantially
completed as applied to all or part of fhe Work refer to
Substar ml Completion thereof
139 Supplementary Condrons—The part of the
Contract Documents which amends or supplements these
General Conditions
140 Suppher--A manufacturer fabricator wppha
distributor matenalmm or vendor having a direct contract
with CONTRACTOR a with any Subcontractor to
furnish materials or equipment to be mootpomted in the
Wank by CONTRACTOR or am Subcontractor
141 Undergrotmd Famhnes—All ptpehn e& conduits,
ducts, cables, wires, manholes, vault; tanks, tunnels or
other such facilities or attachments, and arty erczsemenis
comstrung such facilities which have been installed
underground to furntish any of the following services or
materials electricity gazes. steam liquid petroleum
products, telephone or other commumcatiom cable
television, sewage and drainage removal traffic or other
control systems cr water
142 Unit Pnce Work —Wank to be paid for m the basis
of unit prices
143 WorA—The entue completed construction or the
various separately xlentrfiable parts thereof required to be
furnished under the Contract Dacmnents Wok includes
and is the result of performing m furnishing labor and
furmslnng and incorporating materials and equipment into
the construchm, and performing or f rmashi g services and
furnishing documents, all as reputed by the Contra
Doettmems
144 Work Change Drrecnve—A written dneaivc to
CONTRACTOR issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER ordaug an addition. deletion o revision
in the Work or respordag to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in pamgmph42 or 43 or to
emergenaes under paragraph623 A Work Change
Directive will not change the Contract Price or the Contract
Time, but is evidence that the parties expect that the
change directed or docmnented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any m the Contract Price or Contact Times as
provided in paragraph 102
145 Written Imendbtrem—A written amendment of the
Contract Documents, signed bI OWNER and
CONTRACTOR on or after the Effective DTte of the
Agreement and normally dealing with the norsngm enng
or nontechnical rather than strictly consiruchonaelated
aspects of the Contract Documents
ARTICLE 2—PRELIMINARY MATTERS
DeliveryofBondr
21 When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
dealer to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5 1
Copies of Documents.
22 OWNER shag finish to CONTRACTOR up to ten
copies (unless otherwise speafied in the Supplementary
Conditions) of the Contract Documents ds are reasonably
necessary for the execution of the Work Additional copes
will be famished upon request, at the cost of reproduction
Commencement ofConnaa Times Notice m Proceed
23 The Contract Tunes will commence to not on the
thuheth day after the Effective Date of the Agreement, or
LXDCOENERAL CONDITIONS 191041(1990 Edam)
w/ CITY OF FORT ODLLINS MODIFICATIONS (REV 412000)
If a Notice to Proceed is given, on the day Indicated in the
Notice to Proceed A Nottee to Proceed may be given at
any time withm lhuty days after the Effective Date of the
Agreement In noP.-ma...ai .h_
•.mom+-�+sen��r,m_ .rwe�r�n+�we _
Smrtmg the Work
24 CONTRACTOR shall stint to perform the Work
on the date when the Contract Tuna commence to runt
but no Weak shell be done at the site prior to the date on
which the Contract Times commerce to run
Before Starting Construction
25 Before undertaking each part of the Work
CONTRACTOR shall carefully study and oonpare the
Contract Docunents and check and verify ere
figures shown thereon and all applicable field
mcasuranents CONTRACTOR shall promptly report in
writing to ENGINEER any conflict, error ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written urterpretahon or elartficanon fnxn
ENGINEER before proceeding with any Work affected
thereby however CONTRACTOR shall not be liable to
OWNER or ENGINFER for failure to report any conflict,
errce ambiguity or discrepancy in the Contract
Documents, unless CONTRACTOR knew, or reasorrabiv
should have known thereat
26 Within ten days after the Effective Date of the
Agreement (unless otherwise specified in the General
Requirements) CONTRACTOR shall submit to
INGINEER for review
261 a preliminary progress schedule Indicating
the tunes (numbers of days or dates) for starting and
completing the various stages of the Work including
MY Milestones specified in the Contract Documents
262 a preliminary schedule of Shop Drawing and
Sample submittals which will list ach required
submittal and the tunes for submitting reviewing and
processng such submittal
2621 In no case will a schedule be
accedable which allows less than 21 calendar
dais for each review by F MgsUr
263 A prehmmary schedule of values for all of
the Wod, which will include quantities and prices of
items agppegat rig the Contract Price and will
subdivide the Work Into component pans in sufficient
detail to serve as the bests for progress payments
dung construction Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work
2 "7 Before any Work at the site is Started,
CONTRACTOR and 05AWSR shall e&A deliver to the
ellier O� with copia to wGia ...h.h.•.__h _iians
ENGINEER
certificates of lnsim nce (and other evidence of assurance
neuated by OWNER) which
CONTRALTO --,• ^a.o- :,.m.1°'n _ :v ads -
to punchaserequired
end mannram in accordance with
paragraphs 54 56and 57
Preconstnicrron Conference
28 Within twenty days after the Contract Times start to
run but before any Work at the site is started a conference
attended by CONTRACTOR ENGINEER and otlus as
appropriate will be held to establish a working
understanding among tie parties as to the Work and to
discuss the schedules relented to in paragraph 2 6,
procedures for hand)uig Shop Drawmgs and other
submittals processing Appbeatmre for payment and
maintaining required records
Inidrsty Acceptable Schedules
29 Unless othemm provided in the Contract
Documents,f OR afthg first
before anv work at the site beams.
a uatkrence attended by CONTRACTOR FNGINFER
and others as reon ate dostmarad by OWNER. will be
held to review of aemptabdity to ENGINEER as provided
below the schedules submitted in m.cordence with
peragraph'i 6 and Drvnson 1 Geiural R{gLniregtgLits,
( ONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules No progress payment shall be made to
CONTRACTOR and the schedules are submitted to and
acceptable to ENGINEER as provided below The
progress schedule will be acceptable m FNGTNFER as
providing an orderly progression of the Work to
completion within any specified Milestones and the
Contract Tones, but such acceptance will neither impose on
ENGINEER responsibility for the sseeqquencing schedulml,
a progress of the Work nor mterfae with or reheve
CONTRACTOR from CONTRACTORS full
respmsbility therefor LONTRACTORs schedule of
Slop Drawing and Sample submissions will be acceptable
in ENGINFFR as providing a workable arrangement for
reviewing and processing the required sibmnnats
CONTRACTORS schedule of values will be acceptable to
ENGINEER as to form and substance
ARTICLE 3—CONTRACT DOCUMENTS INTENT
AMF.NIDING REUSE
Intent
31 The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are
complementary what is called for by me its as binding as of
called fa by all The Contract Documents will be
mnshued in accordance with the law of the place of the
Project
32 It Is the intent of the Contract Documents to
EKI)COENEF-a CONDMOM 19104 MW E(Mam)
cal CITY OF FORT COUI NS MODIFICATIONS QtEV 4nW)
descnbe a functionally complete Project (or part thaeot)
to be constructed in accordance with the Contract
Documents Am Wodti materials or equipment that may
reasonably be inferred from the Contract Documents or
from prevailing custom or trade usage as being required to
produce the intended result will be furnished and
performed whether or not specifically called for When
words or phrases which have a well-known technical a
conslnmum industry or trade mcmmg are used to
describe Work materials or equipment. such words or
phrases shall be interpreted in accordance with that
meaning Clanfiwuonns and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9 4
33 Reference ro Sttcndurdr and Sruic#leeaons of
Tecamcal Socrenes Reporang and Resolving
Discrepancies:
331 Reference to standards, specifications
manuals or codes of any teemed society nganvation
or association, or to the Laws or Regulations of am
governmental authority whether such reference be
specific or by triplication, shall mean the latest
standard specificahm, manual code or I am or
Regulations in effect at the time of oliga ng of Aids (a
on the Effective Date of the Agreement if that were
no Aids) except as may be otherwise specifiaaliv
stated in the Contract Documents
3 3 2 IC during the performance of the Work
CONTRACTOR discovers any conflict, error
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of my such Taw or Regulanm
applicable m the perfomience of the Wo 1 or of anv,
sud.h standard specificatron, manual a date or of any
Instruction of any Supplier referred to in paragraph 6 5
CONTRACTOR shall report it to ENGINEER in
writing at once and. CONTRACTOR shall net
proceed with the Work affected thereby (except in an
emergency as authonmd by paragraph 623) until an
amendment or sopplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3 5 or 3 6 provided however that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for failure to report anv such eonfliCt,
error ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof
333 hxoept as otherwise specifically stated in the
Contract Documents or as may be pmvnded by
amendment or supplement thereto issued by me of the
methods mdrmted in pamgraph35 or 36 the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error ambigmty
or discrepancy between the provisions of the Contract
Documents and
3 3 3 1 to provisions of any such standard
specification, manual, code or instruaim (whether
or not specifically incorporated by refererce in the
Contract Documents) a
3 3 3 2 the provisions of my such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
prwsicns of the Contract Documents would result
in violation of such Law or Regulation)
No provision of any such standard, specification marmal
code or mstructton shall be effective to d mmge the duties
and responsibilities of OWNER, CONTRACTOR or
FNGWEER, or arty of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall a be effective to assngn to OWNER
ENGINEER or any of ENGINEERs Consultants, agents or
employees any duty or authority to supervnse or direct the
fumshmg or performance of the Work or any duty or
authority to undertake resportsibdrty mconsnstem with the
provisions of paragraph 9 13 or any other provision of the
(,ontmet Documents
34 Whenever in the Contract Documents the terms as
ordered as directed as regwmd as allowed as
approved or tumor of like effect or comport are used, or the
adjectives reasonable suitable acceptable proper"
a satisfactory or adjectives of like effect or import are
used to describe a requirement, duectnon. review or
judgment of ENGINEER as to the Work, dins intended that
such requirement direction, review or judgment will be
solely to evaluate to geneak the completed Work for
compliance with the reclumements of and information in the
Contract Documents and conformance with the design
concept of the completed project as a fancbming whole as
shown or indicated in the Contract Documents (unless there
A; a specific statement Indicating otherwise) The use of
my such term or adjective shall not be effectrve to assmyn to
ENGINEER any duty a authority to supervise or direct the
furishmg or performance of the Work or any dray or
authority to undertake responsibility contrary to the
provisions of paragraph 9 13 or any other provision of the
Contract Doalments
4menrbng and Suppfon ewtmg Contend Documents
35 The Coraract Documents may be amended to
provide for additions, deletias and revisions in the Work
or to modify the terms and conditions thereof in one or
more of the following ways
35 1 a formal Written Amendment,
352 a Change Order (ptasuma to paragraph 10 4)
or
EICDCOENQIAL CONDITIONS 191043 (1990 EAU.)
w/ a ry OF FORTOOLLINa MODIFICATIONS (REV 4r2000)
3 5 3 a Work Change Duective (pursuant to
paragraph 10 1)
36 In addition, the requirements of the Contract
Documents may be supplemented, and mmor variations
and deviations in the Work may be authorized in one or
more of the following ways
36 1 A Field Order (pursuant to paragraph 9 5)
362 ENGINEERS approval of a Shp Drawing or
Sample (purstant to paragraphs 6 26 and 6 27) or
363 ENGINEERS written interpretation or
clanticanon (pursuant to paragraph 9 4)
Reuse oJDocnmrentc
37 CONTRACTOR, and any Subcontractor or
Supplier sir other person or orgammuon pafarmmp or
liumsfung any of the Work under a direct or mduect
contract with OWNER (m) shall not have or acquire am
title to or ownershp rights many of the Drawtngs,
Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of FNG[N EFR or
FNGINEERs Consultant, and (u) shall nor reuse any of
such Drawings Specifications other documents a topics
on euensions of the project or any other project without
written consent of OWNER and ENGINEER and specific
written vutficatinn or adaptation by ENGINEER
ARTICLE 4—AVAILABILITY try OF LANDS
SIlBSCRFACE AND PHYSICAI CONDITIONS
REFFRENCE POINTS
4vadabibry ofLands
41 OWNER shall funusli as indicated in the Contract
Documents, the lands upon which the Work is to be
performed nghtsof way and easements for access
thereto and such other lands which are designated for the
OWNER shall identify any exmmbances or restrictions
not of general application but specifically related to use of
lands so f nvushed with wlucb CONTRACTOR writ have
to comply in performing the Work Easements for
permanent structures or permanent changes in existing
fambbes will be obtained and prod for by OWNER, unless
otherwise provided in the Contract Documents If
CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contact Tries as a result of
any delay in OWNFRs fumidtmg these lands, nghts-of
way or easements, CONTRACTOR may make a than
therefor as provided in Articles 11 and 1'
ATTENDANCE RECORD
PREBID CONFERENCE
Protect 6084 Old Town Square Ircigat on
Time 10 30 amDate January 24 2008
PRINT
NAME
PRINT
—u-101, viu iuwn
ADDRESS
Ice RmK
TELEPHONE
FAX #
E-MAIL ADDRESS
FIRM NAME
L Cl�p,
3 S CsAv Gy
Creh�IbF
. �,n�-1 �,��E
L�K� ����.s c�
)°
l t 2c�Y 67) E c
Matt Ro m
VC-
19 014 s
g'0�
9�Dy19y3,!
►tit ra�vva����G�B�!'�n:k
Cr�
L,�13 L
Si��Co�s�c.a��tyo�cov
l?Vy ��y�
y�c 5/E�06�
`l70 x
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment
42 Subsurface and Physical Condhons
4 2 1 Reports and Drawings Reference is made to
the Supplementary Conditions for identification of
421 1 Subsurface Lonabdons Those reports of
explorations and tests of subsurface conditions at or
contigguuoous to the %it thin have been ublized by
ENGWEER in preparing the Contract Documents
and
4 2 12 Phymml Conchirons Those drawings of
physical condiuons in or relating to existing surface
Or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents
422 Limited Rebance by CONTRA(TOR Authonzed
7echmcal Data CONTRACTOR may rely upon the
general accuracy of the technical data contained in such
repots and drawings, but such reports and drawings are not
Contract Documents. Such technical data is identified in
the Supplementary Conditions Except for such rehance on
such technical data CONTRACTOR may not rely upon
or make any claim against OWNER, IDJGINFER or any of
ENGINFERs Consultants with respect to
4221 the completrness of such repots and
drawmgs for CONTRACTORs purpoec%
including but not limited to any aspects of the
means methods techniques, sequences and
procedures of construction to be employed by
CONTRACTOR aid safety precautions and
programs incident thereto or
4222 other data, utcrpretahcns, opinions
and information contained in such reports or shown
or mchented in such drawings, or
4223 any CONTRACTOR interpretation of
or conclusion drawn from any technical data or
an' such dam mterpxemtiors, opinions or
mtormation
423 Notice of D�errig Submurface or Phjsical
Condrboni If CONTRACTOR believes that anv
subsurface or physical oenditnon at or contiguous to the site
that is uncovered or revealed either
42.3 1 is of such a nature as to establish that
any technical data on which CONTRACTOR is
entitled to rely as provided in paragraphs 4 2 1 and
4 2 2 is materially macanatm or
4232 is of such a nature as to require a
change in the Contract Documents. or
4233 differs materially from that shown or
EICDCOENEAAL CONDITION 19108 (199UE6am)
wl CITY OF FORT COILINS MONFICATION MEV 4n000)
indicated in the Contract Documents, or
4234 is of an unusual nature and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Doc anents, then
CONTRACTOR shall, preapdy um aediately after
bxonug aware thereof and before feather disturbing
co tchturs affected thereby or performing any Work in
conotion therewith (except in an emergency as
permmed by paragraph623) notify OWNER and
ENGINEER in writing about such condition
CONTRACTOR shall not fimher ds2urb such conditions
or perfmn any Work in connection therewith (except as
aforesaid) until receipt of wntten order to do so
424 ENGINEERS Rewew ENGINEER will
promptly review the pertinent conditions, determme the
necessity of OWNERs obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEERs
finding, and conclusions
425 Pon 15L Cordmet Documents Change If
FNGINEER concludes that a change in the Contract
Donum ants s required as a result of a condition that meets
one or more of the categories in paragraph 4 2 3 a Wort.
Change Directive a a Change Order will b, isstied as
provided in Article 10 to reflect and document the
consequences of such change
426 Posable Price and limes degurmneno 4n
equitable adjusmn,ra in the Contract Price or in th
Contract Tonnes, or both, will be allowed to tht event that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACfORs cost
of, or Ume required for performance oC the Wcik, subject
however to the following
4261 such condition must meet any one or
more of the categones described in
paragraphs 4 2 3 1 through 4 2 3 4 mclugve
4262 a change in the Contract Documents
pursuant to paragraph 4 2 5 will no be an
automatic authomntion of nor a condition
precedent to entitlement to any such adjustment
4263 with respect to Work that s pad for
on a Unit Price Basq any adjustment in Comract
Price will be subject to the provusions of
pumgmphs 910 and 119 and
4264 CONTRACTOR shall not be entitled
to any adjustment in the Contract Rice or Times
if
42641 CONTRACTOR knew of
the existence of such conditions at the
ume CONTRACTOR made a final
commitment to OWNER in respect of
(unmact Price and Contract Times by the
submission of a bid or becoming bound
under a negotiated contract, or
42642 the existence of such
condtuon could reasonably have been
discovered or revealed as a result of any
examination, mvestgationn, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted br or for CONTRACTOR prim
to CONTRACTORS making such final
cmnmttmenr or
42643 CONTRACTOR faded to
give the widen notice wtfun the time and
as required by paragraph 4 2 3
If OWNER and CONTRACTOR we unable to agree on
entidement to or as to the amount or kno of any such
aputable adjustment m the Contract Price or Contract
Times a clan ma} be made therefor as provided in
Articles 11 and 12 However OWNER ENGINEER and
RNGINEERs Consultants shall not be liable to
CONTRACTOR fm any claims, costs losses or damages
sustained by CONTRACTOR on or in connection w ith anv,
other project m anticipated project
4.3 Pbjnreal Condihons—Underground Foebues
43 1 Shourr or Indcored The information and data
shown or mdncated in the Contract Uomments with
respect to axistirig Underground Facilities at or
contiguous o the site is based on information and data
furmshed to OWNER or ENGTNFFR by the owners of
such Underground Facilities or by others Unless it is
Conditions
e�7rressly provided m the Supplementary
ondinons
43 11 OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such idonmation m data and
43 12 The cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for (n) reviewing and
checking all such information and data (u) locating
all underground Facilnes shown or indicated in the
Contract Docunends,(lu) coadmabon of the Work
with the owners of such Underground Facilities
during construction, and (w) the safety and
protection of all such Underground Facilities as
provided in pemgraph (520 and repaving any
damage thereto resulting from the Work
4 3 2 Nor Shown or Indtcared If an Underground
Facility its u vered or revealed at or comiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall, {
unmediately after becoming aware thereof and berme
further disturbing conditions affected thereby or
performing any Work in o mtecton therewith (except
in an emergency as required by peragtaph623
identify the owner of such Underground Facility and
EICOC GENERAL CONDITIONS 19104 (1990E(lum)
w/U y OFFORT COLLIM MMIRCATIONS OtEV 4R00m
give written notice to that owner and to OWNER and
ENGINEER ENGINEER will promptly review the
Underground Facthty and determux the e�deM if
any to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Famtiry If
ENGINEER concludes that a change in the Contract
Documents is required, a Work Charge Directive a a
Change Order will be issued as provided in Article 10
to reflect and document such conssequenas Ihrmg
such time CONTRACTOR shall be responsible for
the safety and protection of such Underground
Facility as provided in paragraph 620
CONTRACTOR - r be allowed an mocase m
the Corona Price or an extension of the Contract
Timm or both, to the a Unt that they are attributable
to the existence of an y Underground Facility that was
not shown a indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been affected to be aware of a
to have amtctpated ITOWNER and CONTRACTOR
are unable to agree on entitlement to or the amount or
leggth of any such adJ usboent in Contract price or
Contract Tones, CONTRACTOR may make a claim
therefor as provided in Articles I I and 12 However
OWNER ENGINEER and ENGINEER
C,misultants shall not be liable to CONTRACTOR fa
any claim% costs, losses m damages incurred or
sustained by CONTRACTOR on or in connection
with an) other project or anticipated project
Reference Points
44 OWNFR shall provide engmeenng surveys to
establish reference points for construction which in
6NGINEERs judgment are necessary to enable
CONTRACTOR to proca.d with the Work
CONTRACTOR shall be responsible for laying out the
Wort., shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER CONTRACTOR
shall report to ENGINEER whenever any reference point
is lost or destroyed or requires relocation because of
necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference pouts by professionally quahfied
personnel
4.5 Asbestos PCBs Pebofam Hazardous Waste or
Rarhoactive Material
451 OWNER shall be responsible for dnv
Asbestos, PCBs, Petroleum Hazardous Waste or
Radioactive Maternal uncovered or revealed at the site
which was not shown or mdtcated in Drawings or
bpecificetions or identified in the Contract
Dauments to be within the scope of the Wmk and
which may present a substantial danger o persons or
at the sync OWNER shop not d thereto in ection with the Work
responsible for am
such materials brought to the site
CONTRACTOR buhcontractoM Suppilm or
anyoic else Tm whom CONTRACTOR is
responsible
C9NT-RAC�9R%ece Diet egrec�to-rusmie�icti-werk
Regulatoe —9WN£R-sball—uidammfy—and—heW
ItarfMla%— — orn.rro nrrr�n
bXDC0EFrF7tAL CONDITIONS 19104 (19" E6tium)
col CITY Of FORTCOLLINS MODIFICATIONS OLEV 4aW)
ARTICLE 5-BONDS AND INSURANCE
Performance PaymentandOMerBands
5 1 CONTRACTOR shall fiirrush Performance and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the feuhful performance and
payment of all CONTRACTORS obh¢alwns under the
Contract Documents These Bonds sh remain in effect
at least until orre year after the date when fail payment
becomes due except as provided otherwtu by Laws or
Regulations or by the Contract Documents
CONTRACTOR shall also fianush such other Bonds as
are required by the Supplementary Conditions All Bonds
shell be inthe form proscribed by the Corismut Documents
except as provided otherwise by Laws or Regulations and
shall be executed by such sureties as are named in the
current list of Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Remaining Companies as published in
Circular570 (amended) by the Audit Smtfi Bureau of
Co crnnent Fomnmal Operations US Treasury
Department. All Bonds signed by an agent must be
accompanied by a ceinfied copy of such agents authority
M act
52 If the surety on any Bond finushed by
CONTRACTOR is declared a banlaupt o beromcs
insolvent or Its Tight to do busman is terminated in any
slat where any part of the Pmlw is located or it ceases to
ice[ the requirements of paragraph 5 1 CONTRACTOR
shall within tin days thereafter substitute another Bond
and surety Both of which must be it a pteble to OWNER
5.3 Ln.e�enttd Sarehes and Insarm Cerhfresres of
Insarunee
5 3 1 All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that me duly
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or msurance policies
tot the limits and coverages so required Such surety
and insiinnoe compmues shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary Conditions
53 2 CONTRACTOR shall deliver to OWNER
with copies to each additional insured identified in the
Supplementary Condihoms, certificates of insurance
(and other evidence of insurance requested by
OWNER or any other additional ussued) which
CONTRACTOR s Ltabihty Insurance
54 CONTRACTOR shall purchase and mountain such
liability and other insurance as is apprapnate for the Work
being performed and famished and as will provide
protection from clans set forth below which may arise out
of or result from CONTRACTORS performance and
furmahig of the Work and CONTRACTORs other
obligations under the Contract Documents, whether it is to
be performed or fmnashed by CONTRACTOR, any
Subcontractor or Supplier or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Work or by anyone for whose acts any of them
may be liable
5 4 1 clauns under workers' wmpensatioA dnsabnhty
benefits and other samlar employee benefit acts
542 clans for damages because of bodily injury
occupational saclawss m disease ot death of
CONTRACTOR s employees,
543 claims for damages because of bodrty injury
Slckrness or discaic or death of any person other than
CONTRACTOR s employees,
544 -oceans--fin damages cured 4ny-asunnary
ad to
MLtT�A!Tl�O e m
ether-reasem
545 claims for damages, other than to thL Work
itself because of mjury to a destruction of tangible
property wherever located, including loss of use
resulting therefrom and
546 clams for damages because of badly injury or
death of any person or property damage arising out of
the ownership maintenance or use of any motor
vehicle
The policies of insurance so reeiunred by this paragraph S 4
to be purchased and maintained shag
347 with respect to insurranim required by
paragraphs $ 4 3 through 146 inclusive and 542
include as additional Insureds (subject to any
customary excfusmn in respect of professional
habiM OWNE2. ENGINEER, ENGINEERS
Consu [ants and ary other persons or entities identified
in the Supplementary Co ditiors, all of whom shell be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds
5 4 8 include the specite coverages and be written
for not less than the lvnits of balmlity provided in the
Supplementary Conditions; or required by Laws or
Regulabons, whichever isgreater
549 mchudecomphetedoperaoonsmmureace,
ERDC OENSM CONDIMON319104 (1990 Eduen)
wi QTy OF FORT COW.INS MODIFt CATIOM(M 4
5410 include contractual babibty insurance
covering CONTRACTORs indemnity obligations
under paragraphs 6 12 6 16 and 6 31 through 6 33
14 11 ootlain a provmon or endorsement that the
coverage afforded will not be carncelled matenally
changed or renewal refused until at least days
prior written notice has been given to O and
CONTRACTOR aid to each other additional insured
identified in the Supplementary Condiuons to wham
a artificae of ins[ ance has been issued (and the
certificates of minmince famished by the
CONTRACTOR pursuant to paragraph 5 3 2 will so
provide)
S 4 12 imam in effect at least umd final payment
and at all tunes thereafter when CONTRACTOR ma
be correcting removing or replacing defective Wak
in accordance with paragraph 13 12 and
14 13 with respect m completed operations
insurance and any insurance coeerage written on a
clinms n ode basis, remam in effect for at least two
yeah after final payment (and CONTRACTOR shall
furnish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satsfactoq to OWNER and an) such additional
insured of commuanon of such msurance at final
payment and one year thereafter)
ODtA R s Liability Insurance
5 S In addition to mwrance required to M. provndLd
by CONTRACTOR under paragraph 5 4 013'NM at
OWNERS option, may purchase and maintain at
OWNERs expense OWNERS own liability costume a as
will protect OWNER against clamps winch may arse from
operations under the Comma Documents
pmperiv In airs nee
5-6 Unlaw-oWswea, provided urdie Supplemenany
Cordatem- OWNER—sh ll-pupelase -aid-meatiam
of te-wch
de&tsnble-amounie--as may be iFmided--in -the
Suppkmertery-Candiucru�:-=evaaeQ' by-L-axs-aril
Ragiileaieiis)- T1ts-wsarence dall-
9Q) Ar-TQ& `z--mterosis-af--HWi�i6FE
^^''""RACTOR g irk tkeeFosc h'A16$1$EES
anFiFFae'Idatarflad-lo-ihe-bttppkmeraary-EewlNiers
eaeh�fw
artdrJtagbahrtedu -waned
464 - repas—er
re-ii11F110(
Brdawc*
r_f yl�lrTRt•T... .P.f1�.j'.Fy�'�. y�_
_ :.RI.. ..: .: .. ..
r.11
WhfMn- eeft+wwe-ot ham tswued-md W14
aotitaaf — arvsr, —@ids — W--flccmdenee- -xvFlf
per}
59 OWNER shall not be resporuable for purchasm—
and maaltavung any property v I,e to protect the
mterests of CONTRACTOR, Subcontractors or others m
EICDCOENaLAL CONDITIONS I910-9 (1990Ediam)
l0 wI CITY OF FORT COLLINS MODIFICAIIONS(EEV 42000)
1 2 in .AA
-w-
WM--CONTRACTOR�—SuboarIvamm
�
Ifi 150r
or
beYOt�--'A �m� �-�emege--to
ndlet}tar-eo-nok3r�red-� 9ao�§R.�nd�"�F �4
Receipt malApphommr ofTnsalonce Proceeds,
5 12 Any insured loss under the policies of insurance
required by gmphs 5 6 and 5 7 will be adjusted with
OWNER and made payable to OWNER w fiduciary for the
insureds, as their interests may appear subject to the
requirements of any applicable mortgage clause and of
pangraph513 OWNER shall deposit in a separate
Account any money so received. and shall distribute it in
accordance with such agreement as the parties in interest
may reach If m other special agreement is reached the
damaged Work shall be repaired Or replaced the moneys so
received applied on account thereof and the Work and the
cos[ thereof covered by an appropriate Charge Order or
Written Amendment
5 13 OWNER as fiductary shall have power to adjust
and settle any loss with the insurer; unless one of the
parties in interest shall object in writmg within fifteen days
after the Occurrence,of Ices to OWNERS exercise Of this
power If such objemm be made OWNER as fiduciary
shall maki settlement with the insurers in accordance with
such agreement as the parum in interest may reach If no
such agreement among the parties in interest is rcacfsAd
OWNER as fiduciary shall adjust and seine the loss with
the insurers
AccepmnceafBondsondlnnurance Opnonto Replace
5 14 IF
OWNER has any objechm W the coverage afforded by or
other provisions of the lionis-dar insurance required to be
purchased and ma nsi ed by the eU�a—tom
CONTRACTOR in accordace with Article 5 m the lasts
of non-conformance with the Contract Documents the
ebjeetegpartyOWNER will
njltj(y CONTRAMR in winWWgg walun ten fifteen days
atter moo" dellvery of the ceru6cates (or-ocher-evRkwae
requested) 74_9WAa-qs required by paragraph 2 7
-13f iflaiFBnCC
dGk—If-CIf718F
x-Bendrend
Partial Ufthmmm-Property Tnsnranee
5 15 If OWNER finds it necessary to occupy or use a
prelim or potions of the Work prior to substantial
EICDC GENERAL COMMONS 19108 (1990 E311m)
w/CdTY OF FORT MLLI NS MODIS CATIONS (REN 4/2000)
Completion of all the Work. such use or oampancy may
be accmuplishel in accordance with paragraph 14 ltr
�vovided that no such use or occupancy shell commence
before the usurers providing the property insurance have
acknowledged notice thereof and in writing effected any
chars es in coverage necessitated thereby The insurers
providing the property assurance shall consent by
endorsement on the policy or policies. but the property
insurance: shall not be cancelled or permitted to lapse on
account of any such partial use or Ocupancy
ViT1CLE 6-CONTRACTOR S
RESPONSIBILITIES
Supervamu andSupenntendenee
61 (.ONTRAC.TOR shall supervise, inspect and
direct the Work competently and efficiently devoting
such attenhm thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the (.mtmct Documents
( ONTRACTOR shall be solely respormble for the means,
mittiods, techniques. sequences and procedures of
consstrucuon. but CON7 RACI OR shall not be responsible
for the negligence of others in the design or specification
of a specific means. method technique sequence or
procedure of construcum which is shown Or indicated in
and expressly required by the Contract Documents
CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents
62 CONTRACTOR stall kip on the Wok at all
umx during its program a competent resident
superintendent, who shall rat be replaced without written
notice to OWNER and ENGINEM except under
avaorduiary circumstances The superintendent will be
CONTRACTORS representative at the site and shell have
authority to ad m behalf of CONTRACTOR All
commumcatios to the superintendent shall be as biding
as of given to CONTRACTOR
Labw Malcials and Equipment
63 CONTRACTOR shall provide competem
suitably qualified personnel to survey lay out and
construct the Work as required by the Contract
Documems CONTRACTOR shall at all tunes maintain
good discs Ime and order at the ate Except as otherwise
required lot the safety Or protection of person or the
Work or property at the site or adjacent thereto and
except as otherwise indicated in the Contract Documents
all Work at the ate shall be performed during regular
workag hours and CONTRACTOR will not permit
overtime work or the performance of Work m baturday
Sunday Or any legal holiday without OWNERS written
consent given after prior widen notice to ENGINEER
CONTRACTOR shall submit repLects to the EN(r(NEER
no less than 48 hours in advance of atw Work to be
performed m Saturday. Sunday. Holidays or outside the
Regular Work= Hours
64 Unless otherwise specified in the General
contairs a is followed by words reading that no like
Requnements� CONTRACTOR shall furnish and asarme
equivalent or a equal item or no substitution s
full responsibility for all materiels, equipment, labor
permitted, other items of material or equipment a
transportation, oonstnutmn equipment and machinery
material or equipment of other Suppliers may be
tools, appliances, fuel, power Rills, heat telephone water
accepted by ENGINEER under the following
sanary, facilities, terrin facilities and all other
=a stances
facilities and inerdcmak necessary for the furnishing,
performance ttstuig start up and completion of the Wale
6 7 1 1 Or Equal If in ENGINEERS sole
discretion an item of material or equipment
641 Rachasme Restrictions CONTRACTOR
proposed by CONTRACTOR is frrictiaslly
must comply with the City s mamhasmt restrictions A
equal to that named and sufficiently sunilar so that
copy of the resolutions are available for review in the
no change in related Work will be required, it may
offices of the Purchasing and Risk Marinusin [
be cawdered by ENGINEER as an or -equal
Division or the City Clerk's office
item in which case review and approval of the
proposed neon may in FNGMFRs sole
642 Cement Restriction ( itv of Fort Collins
dscrettoR be accouphshed without compliance
Resolution 91 121 requires that suppliers and oraluceis
with some or all of the requirements for
f mein a inducer comamana cement to cemfy that
acceptance of proposed substitute items
tLe_eanem was rot made m cement kilns that bum
6712 Subshndeltemo IfmENGINEERssile
hazardous waste as a fuel
discretion an item of material a equipment
proposed by CONTRACTOR does not qualify as
65 All materials and equipment shall he of good
an oraqual item under subparagraph 6 7 1 1 it
I
quality and new except as otherwise provided in the
will be considered a proposed subsatutc tarn
Doamtents All warranties and guarantees
CONTRACTOR shall submit sufficient
specifically called for by the Speeifieatiom shall expressly
information as provided below to allow
run to the benefit of OWNER If required by ENGINEER
ENGINEER to ddemme thu the item of materml
CONTRACTOR shall furnish satisfactory evidence
or equipment proposed is essentially equivalent to
(including reports of required tests) as to the kind and
that named and an acceptable substitute therefor
quality of materials and equipment All materials and
The procedure for review by the ENGINEER will
equipment shall be applied, installed, connected, erected
used, cleaned and conditioned inaccordance
include tlx following as supplemented in the
General Requirements
with
instructions of the applicable Supplier except as otherwise
and as FNGINEFR may
decide is appropriate under the circumstances
provided in the Contract Documents
Requests for review of proposed substitute items
of material or equipment will not be accepted by
Progress Schedule
ENGINEER from anyone other than
CONTRACTOR If CONTRACTOR wishes to
66 CONTRA( TOR shall adhere to the progress
furnish or use a substitute item of material or
schedule established in accordance with paragraph 2 9 as it
equipment. CONTRACTOR shall fast make
may be adjusted from time to time as provided below
written application to ENGINEER for acceptance
thereof certifying that the proposed substitute w ill
6 6 1 CONTRACTOR shellsubmitto ENGINEER
performly funerals and achieve the
acceptance (to the extent indicated in
results called Ca the pe
by general debe be similar
9) proposed adjustmentsCo tr the progress
m to that specified and suited to the
sparchwic t2
schedule that will not charge the Contract Times (a
mine uan
same use as that specified The ¢pplmation will
application
Milestones) Such adjustmemswdl conform generally
state the extent, if arty to which the evaluation
to the progress schedule then in effect and additionally
and acceptance of the proposed substitute will
will comply with any provisions of the General
prejudice CONTRACTORS achievement of
Requirements applicable thereto
Substantial Completion an time whether or not
acceptance of the substitute for use in the Work
6 6 2 Ropused adjustments in the progress schedule
that will change the Contract Times (or Milestones)
will require a change m any of the Contract
Documents (or in tFie provisions of any other
shall be submitted in accordance with the requirements
duel commit with OWNER for work on the
of paragraph 12 1 Such adjustments may only be
Project) to adapt the design to the proposed
made by a Change Order or Written Amendment in
substitute and whether in not incorporation Or use
accordance with Article 12
of the substitute in connection with the Work is
to fee a royalty
subj6.7
Substdatesand O7 E al Items
9a
All variatt ions sy ftheent partylicense sub
proposed substitute from that
in
specified will be identified m the and
and
6 7 1 Whenever an ilea of material or eywpment s
available mauuenarpe. repair and replacement
d replace
specified or described in the Contract Documents by
service will be indicated The application will
using the name of a proprietary item a the name of a
also contain an temrml estimate of all costs or
particular Supplier the specifcation or description is
credits that will result directly a indirectly from
intended to establish the type, function and quality
acceptance of such substitute, moluding toss of
required Unless the spectfimnon or description
redesign and claims of other contractors affected
EICDCGE 4kMAL CONDITION 19104 (1990E(fiam)
12 -1 MY OF FORT COLLINS MODIFICATION(REV 4,20M)
by the resulting charge, all of which will be
considered by ENGINEER in evaluating the
prosubstitute ENGINEER me require
CO RACTOR to furnish additional me
about
the proposed substitute
67 13 CONTRACTOR s Espense All data to be
provided by CONTRACTOR in support of any
professed or -equal a substrate item will be at
CONTRACTORsexpa m
672 Srbshhde Conshuehon Medrodr or
Procedures If a specific means method technique
sequence or procedure of construcuon is shown or
indicated in and expressly required by the Contract
Document; CONTRACTOR may tumish or utilize a
substitute means. indhod, techmque, sequence or
procedure of construction acceptable to ENGINEER
CONTRACTOR shall submit sufficient information to
allow ENGINEFR, in ENGINEERs sole discretion to
determine that the substitute proposed s equivalent to
that expressly called for by the C ntmct Documents
The procedure fee review by ENGINEER will be
similar to that provided in subparagraph 6 7 12
6 7 3 Engineer's Evaluation FNGINFER will he
allowed a reasonable time within which to saluatc
each proposal or submittal made pursuant to
paragraphs 6 7 12 and 6 7 2 ENGINEER will be the
sole judge of acceptability No or-�quaI a
substrate will be ordered, installed or un!' with t
ENGINEERs price wrimen acceptance which will be
evidenced b) either a Change Order or an approved
Shop Drawing OWNER may require
CONTRACTOR ro furnish at CONTRACTORS
expense a special performance guarantee or other
surety with respect many or -equal or submarte
ENGINEER will record time required by
ENGINEER mad ENGINEERS Consultants in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 67 12 and
6 7 ^_ and in making charges in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for wok on the Project)
occasioned thereby Whether or not ENGINEER
accepts a substitute item so proposed a submitted by
CONTRACTOR, CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEERS Consultants fee evaluating each such
proposed substitute item
(L8 Concerning Subcontractors, Supphiers and
hers
681 CONTRACTOR shall not employ arty
Subcontractor Supplier a other person or organeration
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6 8 2) whether
initially or as a substitu a against whom OWNER or
ENGINEER may have reasonable objection
CONTRACTOR shall not be required to employ any
Subcontractor Supplier or other person or aganiration
to furtush w perform any of the Work against whom
CONTRACTOR has reasonable objection
G9
CONTRACTOR shall albrin net less than 20
percent of the Work with its own forces (that 1%
without subcontranuial. The 20 Percent remuuernenl
shall be understomd m refer m the Work the value of
which totals not less Chart 20 percent of the Contract
Pnce
6 8 2 If -the Hiddu
Documents require the identify of certain
Subcontractors, Suppliers or other persons or
orgarnucations (including those who are to famish the
principal items of maknals or equipment) to be
submitted to OWNER xi-advenee-af-tYro-spmified
date price to the Effective Date of the Agreement fa
acceptance by OWNER end ENGMFbR--vnd-4
OWNERs or ENGINEER's acceptance (either in
writing or by failing to make written objection thereto
by the date indicated for acceptance or objection in
the lnddug documents or the Contract Documents) of
PINULNnnic No aceeptance by c)want< or
FNGINFFR of any such Subcontractor Supplier or
other person or organization shall constitute a waver
of any right of OWNER or ENGINFhR to reject
defecrne Work
691 CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and cramons
of the Subcontractors, Suppliers and other persmre;
and agariiatrom performing a fumsiung any of the
Work raider a direct a mdirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTORS own acts and
amnions Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor
Supplier or other person or organization any
contractual relationship between OWNER or
ENGINEER and any such Subcontractor Supplier or
other person or regeneration, nor shall it create any
obligation on the pan of OWNER a ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor Supplier or other person or
organization except as may otherwise be required by
Laws and Regulslions OWNER a ENGINEER may
furnish to any subcontractor, sir her a other
or crammatiat evidence of amounts Paid to
CONTRACTOR in accadarice with
CONTRACTORS ALohcetiasfa Payment
hrCDCOENERAL CONDIMOM 19104 09906dam) 13
w/ CTTY OF FORT 00LUM MODIFICATIONS (REV 9R00a)
692 CONTRACTOR shall be solely responsible
far scheduhng and coordinating the Work of
Subcontractors, Suppliers and other persors and
organizations; performing or fmrushmg city of the
Work under a direct or inducer contract with
CONTRACTOR CONTRACTOR shall require all
Subcontractors Suppliers and such otter persons and
orgamations perfamug or burnishing any of the
Work to commumcale with the ENGINEER through
CONTRACTOR
610 The divmu and sections of the $pecificahos and
the identificatiore of any Drawings shall not control
CONTRACTOR in dividing the Work amorny
Subcontractors or Suppliers or Mintaung the Work to be
performed by any specific trade
611 All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be paseam to an
a to agreement between CONTRACTOR and the
SubP wrilrador or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documems far the beriefit of
OWNER and ENGINEER
Patent Fees and Raynlnes
612 CONTRACTOR shall pay all license fees and
royalties and assume all costs mctdenl to the use in the
performance of the Work or the incorporation in the Work
of city invention, design, process, product or device whuch
is the subject of patent rights or copyrights held by others
If a particular invention, design, process product or device
is specified in the Contract Documents for use m the
perfomance of the Work and if to the actual knowledge of
OWNER or I NGINEER its use its subject to patent rights
a copyrights calling for the payment of any license fee or
royalty to others, the antistatic: of such rights shall be
disclosed by OWNER in the Contract Documents To the
fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold hamles
OWNER ENGINEER, ENGINEERS Consultants and the
officers directors employees, agents and other consultants
of each and anof them from and against all claims, costs
losses and damages meat; out of or resulting from any
utGmgemenl of patent nghs or copynghs madmt to the
use in perfomancx of the Work or resulting from the
incorporation in the Work of any mention, design,
process, product or device not specified in the Contract
Documents
14 EXI)COINERAL CONDITIONS 1910.8(19"Edann)
wf CITY OF FORT COLD NS MODIFICATIONS OtEV 4/E000)
Pmmds
613 Unless otherwise provided inthe Supplementary
Conditaim CONTRACTOR shall obtain and pay for all
construction permits and laerses. OWNER shall assist
CONTRACTOR, when necessary in obtaining such
permits and lieemes CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of tie Work which are applicable at the
time of opening of Bids, or if there are no Bids, on the
Effective Date of the Agreement CONTRACTOR shall
pay all charges of utility owners for connections to the
Wok, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment rem
6.14 LawsandRegafa ens
6 14 1 CONTRACTOR shell give all nuum and
comply with all I aws and Regulations applicable w
hunisbrig and performance of the Work Except
where otherwia expressly required by applicable
Laws and Regulattora, neither OWNER net
ENGINEER shall be responsible for monitoring
CONTRACTORs compliance with any I awn or
Regulations
0142 If CONTRACTOR performs any Work
knowing or haveureason to kneav that it a contrary
to Taws or Reg2tios. CONTRACTOR shag bear
all claims, costs, losses and damages caused by
ansing out of or milting therefrom however it shall
not be CONTRACTORS ewary responsibility to
make certain that the Specifications and Drawings are
in accordance with I awn and Regulations, but this
shall not reheve CONTRACTOR of
CONTRACTORs obligations under paragraph 3 3 2
Taxes
615 CONTRACTOR shall pay all sales, eoistuner
use and other snider taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulabona of the place of the Project which arc
applicable dung the performance of the Work
615 1 OWNER is exempt fimn Colorado Sate and
local sales and use axes on materials to be
Permanently incorporated unto the Project Said awes
shall not be Included in tl>z Contract Price
CONTRACTOR must apply for and reran, a
Certificate of Exemption It= the Colorado
Department of Reverme for construction materials to
Ire physically incorporated coo the mojecL This
CertiLcatwn of Exemption provides that the
CONTRACTOR shall neither pair nor include in Its
kit es and Use Taxes on three building and
construction mat Is Plimcally me ated mto
the project
Address
Colorado Department of Reverme
State Carnal Armax
1375 Sherman Street
Derrver. Colorado. 80261
Sales and Use Taxes fa the State of Colorado
Regional Tramoortauon District (RTD) and anon
Colorado eomtim am collected the Stine of
Colorado grid are mflu�5d_jp _Cau6_Sah�i _of
Exemption
All apphwble Sales and Use faxes funcltdine State
colkcied axes). on any items other than cmstrumton
ansl6urldtra materials diysncally mcorpomted into the
mLn�ect are to be }mid by CONTRACTOR end are to
bbee mcirided m aopm rpmte bid items
Use ofPremases
616 CONTRACTOR shall confine construction
equipment, the staege of materials and equipment and the
ror�p+eerraations of workers to the site and laid and areas
mt:l m and per 'ated by the Contract Documents and
other lard and areas permitted by Laws and Regulations,
nghta-of way permits and easements, and shall not
unreasonably imeaiber the premises with construction
equipment or other materials or equipment
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thcrwf a of any adjacent land or areas, resulting
from the performance of the Work Should any clam be
made by any such owner a occupant because of the
pedbirmarrc of the Work CONTRACTOR shall promptly
settle with such other party by negotiauon m othervnse
resolve the claw by arbitration or other dispute resolution
proceeding or at law CONTRACTOR shall to the fullest
extent permitted by Laws and Regulations, mdemmfy and
hold harmless OWNER ENGINEER LNGWEERs
Consultant and anyone directly a indirectly employed by
any of them from and against all claws, costs, losses and
damages analog out of a resulting from any clam or
aanon legal or equtable, brought by any such owner or
occupant against OWNER ENGINEER or any other part)
indemnified hereunder to the extent caused by or based
upon CONTRACTORS performance of the Work
617 During the progress of the Worl, CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances.
construction equipment and machinery and surplus
materials CONTRACTOR stall leave the site clean and
ready for occupancy by OWNER eu Substantial
Completion of the Work CONTRACTOR shall restore to
mgmal condition all properly not designated for alteration
by the Contract Documents
618 CONTRACTOR shall not lead oar permit arty pan
of any structure to be leaded of airy manner that will
endanger the structure tux shall CONTRACTOR subject
any pan of the Work a adjacent property to stresses or
pressures that will endanger a
Record Dacumems
619 CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings. Specifications,
Addenda, Written Amendments, Change Orders, Work
Change Daeeuvm Field Orders and written
interpretations and clari6cabons (issued pursuant to
paragraph 94) in good ceder and annotated to shot all
changes made during conCruction These record
documents together with all approved Samples and a
counterpe t of all approved Shop Drawings will be
available to ENGINEER for reference. Upon completion
of the Work and nor to release of 6neI payment, these
record documents, Samples and Shop Drawings writ be
delivered to ENGINEER for OWNER
Safety arrd Prorecasa
620 CONTRACTOR stall be responsible for
mnating, mamamng and supervising all safety
precautions and programs in connection with the Work
CONTRACI OR shall take all necessary precautions for
the safety o[ and shall provide the necessary protection to
prevent damag5 injury or loss to
6201 all personsonthe Work srte m who maybe
affected by the Work
6 20 2 all the Work and materials and equipment to
be incorporated therein, whether in sioage on or off
the sue and
6 20 3 other property at the site or adjacent thereto
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of axnsmiamn
CONTRA( TOR shall compl) with all applicable Laws
and Regulations of any public body having jurisdiction for
safety of persons or property m to protect them from
damage, injury or lass and shall erect and matrain all
necessmv safeguards for such safety and protection
CONTRACTOR shall notify owners of adjacent property
and of Underground Facihues and utility owners when
prosecution of the Work ma) affect them and shall
cooperate With them in the protection removal relocation
and replacement of their property All damage injury or
loss to am property referred to in paragraphs 6 20 2 or
6 20 3 caused, directly or indirectly in whole a in pen, by
CONTRACTOR any Subcontractor Supplier or any
other person or organuiation directly or indirectly
employed bt any of then to perform Or furnish any of the
Wink or anyone for whose acts any of them may be liable
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Sp ectfrcauons
or to the acts or o nissons of OWNER Or ENGINEER or
ENGINEERs Consular or anyone employed by any of
than Or anyone fm whose acts my of them may be hable
and net attributable, directly or indirectly in whole or in
part, to the fault o negligence of CONTRACTOR or any
Subcontractor Supplier or other person a agawauon
directly Or indirectly employed by any of them)
CON 17RACTORs duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed end ENGrNEFR has issued a
EXI)CGEMPUL (1ONDIMONS 19104 (IME0ae 15
w/aTY OF FORT WLUI S MODIFICATIONS (REV 4/2")