Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutBID - 7081 BRIDGE REPLACEMENT - WHITCOMB AND MAGNOLIA/"Fort of
"�PurcM1asing
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. com/purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Bridge Replacement - Whitcomb and
Magnolia
BID NO. 7081
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
October 21, 2009 — 3:00 P.M. (OUR CLOCK)
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 10/20/07 Section 00100 Page 4
cPhis page Icft blank intentionally.)
EJCDC GENERAL CONDITIONS 1910-8 (1990 Editiao) 35
w/ CITY OF FORT COLLINS MODIFICATIONS (RL•'V 4n000)
36 EJCDC GENERAL CONDMONS 1910-5 (1990 Edition)
w/ CITY OG FORT COLLI NS iIODIGICATIONS (REV d/?000j
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RI:.SOLUTiON AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended to include the following agreement of the parties:
16.1. All claims, disputes and other matters in
question between OWNER and CONTRACTOR arising
out of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
making or acceptance of final payment as provided by
paragraph 14.15) will be decided by arbitration in
accordance with the Construction industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court having jurisdiction
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
ENGINEER initially for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which FNGTNEER has rendered a written decision or
(b) the thirty-first day after the parties have presented their
evidence to LNG[NEER if a written decision has not been
rendered by 6NGINF..ER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
ENGINEER has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand. arbitration within said thirty days' period will
result in ENGI`i IEER's decision being final and binding
upon OWNER and CONPRACPOIL If L-'NGWEER
renders a decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the ponies concerned. No demand
for arbitration of any written decision of ENGINEER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.10.
16.3. Notice of the demand for arbitration w711 be
filed in writing with the other party to the Agreement and
with the American Arbitration Association and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thirty=day or ten-day
period specified in paragraph 16.2 as applicable, and in all
other cases within a reasonable litre after the claim, dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would lx barred by the
applicable statute of limitations.
EJCM GENERAL CONDITIONS 1910.8 (1990 Editiun)
evt CiTY OF FORT COLLINS \MODIFICATIONS (REV 9199)
10.4, Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in any
other mariner any other person or entity. (including
ENGINEER ENGiNF,ER's Consultant and the officers,
directors, agents, employees or consultants of any of them)
who is not a party to this contract unless:
16.4.1. the inclusion of such -other person or entity is .
necessary if complete relief is to be afforded among
those who are already parties to the arbitration, and
16.4.2. such other person or entity is substantially
involved in a question of law or fact which is common
to those who are already parties to the arbitration and
which will arise in such proceedings, and
16.4.3. the written consent of the other person or
entity sought to be included and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragmph; but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such consent.
16.5. Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONCRAC"fOR may join such
Subcontractor as a party to the arbitration between OWNER
and CONTRACTOR hereunder. .CONTRACi'OR shall
include in all subcontracts required by paragraph 6:11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontractor: Nothing in this paragraph 16:5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINEER's Consultants that does tot otherwise exist.
16.6. The award rendered by. the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereof; and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall first submit any and all unsettled claims,
counterclaims, disputes. and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes") '. to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to [tie a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those: same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
agreed:
GC -At
F. XW GENERAL CONDITIONS 1910-9 (1990 Edlim)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9194)
GC -Al
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.
5.4.6The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9This policy will include completed operations coverage/product
liability coverage with limits of $1,000,000 combined single limits
(CSL) .
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule days lost due to
abnormal weather conditions.
Rev 10/20/07 Section 00800 Page 1 '
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960Application for Payment
Rev 10/20/07
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE:
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
Rev10/20/07 Section 00950 Page 1
v
LL
O
LLI
C�
a
0�wc9CDo�
m¢ zZm
20 z o 2
zz
z zO U` w z
Z � m O ~
U 0 w w
U LL w d 0
aLU
a¢a LL
LL
F
z
W
Q
d
O
LL
z
O w
p n
¢ O
U W
J LL
LL
a
¢
1
W
z
O
Of
O
F
U
F
z
O
U
0
0
0
C)
0
0
613,
0
0
cn
m
U
(0
aj
c
O)
M
O
U
c
O
N
�
0
c
p
a
co
O
U
a3
a O
N
c
O
C
«
0 0)
j (n
V
U1
¢ L
O -O U
Q N n
a-0
Q
CL
¢
O
a5
U V
T
a
�
V)
L
` V1
N 7
.L.-. 01
a3
C
0
U cm
u0i
a)
Co
c
n
a) O
U
O)
is rn
to
O rn
a)
_
F
O z
U F J
¢ J
F
z
Z)
O
¢
Q' — N CO
W
m
z
L
z
c 0
O
N
a) c
U
cU
J
LL
U a)
C .L
LL
—
¢
o
U
O
U .0
W
c
o
O O
U
z
m
z
D
O
c
o
¢
O a)
w
_U
O O
T
(n M
a) m
O �
Y
O
v1
�
td
a)
a)
c
O
_
a •c
S
�
U_
a
O a)
a5
~
O_
¢
-o
U a
¢ 0
,n
t
O
n
h
Z
rn
U)
M
cc
L
c
U a)
c
a
T
a)
O a) .0O
C a)
a)
F- a)>
V Fn
¢O
U
Y
(D
L
LL C O
3 3:
-0U
f6 z
a
a)
z
UFL-w
HOU O
T
m
a
O
O
O
F4
O
. rl
U
N
U)
C
N -p
� O
� N
LL m
O
N O O O O O O O O O O O O O O O O O O O O O O O O O O O O CD CD CD O O O CDa O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
0 O - V! V3 V3 V3 EA EA 69 V3 EA 0916F). 64 69 64 64 b9 69 63 V4 64 64 69 64 6464 V> V3 V> 69 Vf 64 64 64 64
a H W F-
A
a �
N N N O
_ `
O @ L N
O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
a E6'6'6" R6Rv)-" A0969EA09696969Efl6AEA69646HE01,60,69696901-b9d961-696F?6lVA
N Q
N
d
E 2
U H O O
000000000000000ooO0oo0000000000000
O.O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
p
0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
E V} V) " 63 69 64 " 69 64 Vi V , Vf 69 64 6413 64 Vl V) Vl 64 64 64 EA EA V> EA V> fA 64 64 64 V , V) 64
(D
Q
0
:3
a.0 a
Z
.4 E > •0
��CD
U a
C�
Q Z
U W
O o 0 0 0 0 0 0 0 o O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 o 0 0
J
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
a}
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
a Q
E 64 64 Va Va Va V> Vt 64 69 64 Va 64 Efl 69 Vs 64 EA V , EA 64 64 63 61 64 64 V} 64 64 Va EA V> 63 EH 64
Q a
Q
a�
Y d L
0 E NC
O
U
�H�
Ci
-z!OOOOOOoo0000000000000000o0o0Oo0oCDC)
S9oo0oo0000000000000000000000000000
0oo00000000000000000000000000000000
E V)V)V9,Vi646469-63636+6q-69i646464V9,646464Vi640)64V3I6364696k6iV361E9,6464
Q
aD
U
5a
'c
N
Z
�
c
O
m
Q
O
H
U
�
.Q
�
U
J
O
U
m
E
E
00 Y
Z
V
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.
Rev 10/20/07 Section 00100 Page 5
c
m �
v � �
LL coO
Cl) 'a O O O O O CD CD CD O O CD Cl O CD O CD CD CD CD CD CD CD Co CD O O O O O O O CD CD O O
W _ a) 0 00 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 O O O O O O O CD CD O O O
CD f E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Q< � W Q 63636t6i696)-6`ibi636iV46t6.646i63<fi696i6i636i636463696i6%636%696}6%bi6%
ti
m
N
0
L
0 ia L
N
a
:3OOOOo00oo00000000000oo0o.Ooo0o000000
OOOOOoo0oo0000000000000000000000000
000000000000000000000000000000000000
EER6160:3'696'36--bib}6469'696969VJ,Ul
i6-6+63696k696i6363169636963ER636969,6309-
Q
au
15 O'
.0)
W
UFO-0
C7
>-
Q:300000000000000000000000000000000000
00000000000000000000000000000000000
IL
a
000000000000000000000000000000000000
E
69 " 6) ` 6% " 69 bi 63 6'i 6i 64 69 69 EA 6, 6, 61 61 64 69 bi 69 69 V% 69 63 64 64 6i 69 69 6i
6,
Ui
O
am�v)
Q
LL
Q0-0
ZYE>•0
L
0�caa
c�
Ua
J
00.000000000000000000000000000000000
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
CL
N
0
E
0 0 0 0 0 Co 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
6i 69 61 6Fa ER 63 69 69 63 69 63 69 69 bi EA 69 69 64 63 EA 69 63 69 69 63 69 69 69 69 bi 69 EA EA
0
EFT
0
bi
a
CL
E
Q
0
U
L
3:F,-m
C1
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 66
0 63696i 64636-16'i 636i 69696464 bi 6'i to-,bi bi bi 6i 6'} bi 6k EA Q% 696369646'i 6% 63� 6), ER to:),
Q
N
'= U
�a
c
D W
O
tOd W J
0 Q
O C U O
LLB O
(> _ J W
Z
U
L H O
0 Of
00 Z
rn
Q)
�1
rd
a
0
rn
0
0
rl
0
-11
4-3
U
N
U)
J
Q a rn
Wr0 O
F- _ >
Q C d)
g�0a
o�
O2
�-Z)
U)U)
U
N
N
Cl
N N
0.0
O E
cZ
N
E E
N :3
=Z
0
0
000000000000000000000000000000000 0
0000000000000000000o0000000000000
000000000000000000000000000000000
es Es6-ilvse»v3-Esu3e»cflV3,U3, V3, W� 69�rsV3,E»69j� 6c)..691 69),64),613.Vy69� 61>61-> 6.31c�VD. V»69-
H
of
0
0
va
M-
J
O
H
144
O
tp
rd
rw
0
rn
0
0
r.
O
.H
U
O
cn
PROJECT AND STANDARD SPECIAL
PROVISIONS
Bridge Replacement -
Whitcomb and Magnolia
Bid No. 7081
Prepared for:
City of -
F6rt Collins
281 North College Avenue
Fort Collins, CO 80522-0580
(970) 221-6605
Prepared by:
City of Fort Collins
Engineering Department
Capital Projects
281 North College Avenue
Fort Collins, CO 80522-0580
(970) 221-6605
October 21, 2009
CITY OF FORT COLLINS, COLORADO
WHITCOMB AND MAGNOLIA BRIDGE REPLACEMENT
PROJECT SPECIAL PROVISIONS
The General Conditions of the Construction Contract and the Colorado Department of
Transportation's (CDOT) 2005 Standard Specifications for Road and Bridge Construction
control construction of this project. Where there are conflicts between the two, the General
Conditions shall control.
The following Special Provisions supplement or modify the CDOT Standard Specifications and
take precedence over the CDOT Standard Specifications and plans. When specifications or
special provisions contain both English and metric (SI) units, the English units apply and are the
specification requirement.
Item
Index Pages
Pages
NoticeTo Bidders-----------------------------
------------------------------------------------------------------------ 1
PayApplication------------------------------------------------------------------------------------------------------2-3
Commencement and
Completion of Work----------------------------------------------------------------------
4
Revision
of Section
100
- General Provisions----------------------------------------------------------------- 5
Revision
of Section
101
- Definition of Terms-----------------------------------------------------------------
6
Revision
of Section
102
- Project Plans and Other Data---------------------------------------------------- 7
Revision
of Section
104
- Scope of Work -------------------------------------------------------------------
8-12
Revision
of Section
105
- Control of Work----------------------------------------------------------------
13-18
Revision
of Section
106
- Control of Material --------- --------------------------------- ------------------
19-23
Revision
of Section
107
- Environmental Controls ----------------------------------------------------- 24-26
Revision
of Section
108
- Prosecution and Progress--------------------------------------------------
27-28
Revision
of Section
601
- Structural Concrete ---------------------------------------------------------------- 29
Revision
of Section
608
- Sidewalks and Driveways --------------------------------------------------------
30
Revision
of Section
608
- Detectable Warnings---------------------------------------------------------
31-33
Revision
of Section
609
- Curb and Cutter ---------------------------------- ----------------------------------
34
Utilities--------------------------------------------------------------------------------------------------------35
CITY OF FORT COLLINS, COLORADO
WHITCOMB AND MAGNOLIA BRIDGE REPLACEMENT
STANDARD SPECIAL PROVISIONS
No. of
Date Pages
Revision of Section 101 — Falsework, Formwork, and Shoring
(Nov. 30, 2006)
1
Revision of Sections 101, 107, and 208 — Water Quality Control
(Dec. 23, 2008)
11
Revision of Section 104 — Value Engineering Change Proposals
(Aug. 1, 2005)
5
Revision of Section 105 — Conformity to the Contract
(Jan. 17, 2008)
1
Revision of Section 106 — Certificates of Compliance and Certified Test
Reports
(June 29, 2006)
1
Revision of Sections 106 & 601 — Concrete Sampling and Pumping.
(April 30, 2009)
2
Revision of Section 107 — Project Safety Planning
(April 30, 2009)
3
Revision of Section 107 — Ton -Mile Taxes
(April 12, 1007)
1
Revision of Section 109 — Compensation of Compensable Delays
(Jan. 17, 2008)
1
Revision of Section 109 — Fuel Cost Adjustment
(June 5, 2009)
2
Revision of Section .109 — Measurement of Quantities
(Aug. 1, 2005)
1
Revision of Section 601 — Forms and Falsework
(Nov. 30, 2006)
1
Revision of Sections 601, 606, 608, 609 & 618 — Concrete Finishing
(April 12, 2007)
1
Revision of Sections 601 & 701 — Structural Concrete
(April 30, 2009)
7
PROJECT SPECIAL PROVISIONS
Bridge Replacement -
Whitcomb and Magnolia
Bid No. 7081
F 7m City of
:ort Collins
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
NOTICE TO BIDDERS
September, 2009
It is recommended that bidders on this project review the work site and plan details with an
authorized City representative. Prospective bidders shall contact one of the following listed
authorized City representatives at least 12 hours in advance of the time they wish to review the
project.
Project Engineer: Tim Kemp, PE Phone:(970) 416-2719
Engineering Department Fax: (970) 221-6378
City of Fort Collins
281 North College Avenue
Fort Collins, CO 80522-0580
The above referenced individual is the only representative of the City with authority to provide
any information, clarification or interpretation regarding the plans, specifications, and any other
contract documents or requirements.
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
COMMENCEMENT AND COMPLETION OF WORK
September, 2009
The Contractor shall commence work under the Contract on or before the 5th day following
Contract execution or the 20th day following the date of award, whichever comes later, unless
such time for beginning the work is changed by the City in the "Notice to Proceed". The
Contractor shall complete all work in accordance with the "Notice to Proceed".
Salient features to be shown on the Contractor's Progress Schedule are:
• Mobilization
• Phasing for Forming, Steel Tying and Concrete Pouring
• Curb, Gutter, Sidewalk and Driveway Construction
Section 108 of the Standard Specifications is hereby revised for this project as follows:
H
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 100
GENERAL PROVISIONS
September, 2009
Section 100 of the Standard Specifications is hereby revised for this project as follows:
Subsections 102 and 103 of the Standard Specifications are hereby deleted. See Contract
Documents for additional information.
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 101
DEFINITION OF TERMS
September, 2009
Technical Specifications related to construction materials and methods for the work embraced
under this Contract shall consist of the "Colorado Department of Transportation, State of
Colorado, Standard Specifications for Road and Bridge Construction" dated 2005.
Certain terms utilized in the Specifications referred to in the paragraph above shall be
interpreted to have different meanings within the scope of this Contract. A summary of
redefinitions follows:
Where reference is made in the plans and specifications to Owner, Department, Chief
Engineer, Resident Engineer, Project Engineer, Engineer, and Inspection and Testing
Agency it is understood to mean the City of Fort Collins, Colorado representative.
The sections shown on the following pages are revisions to the Technical Specifications for this
project.
on
13.2. Bids shall be deposited at the designated location prior to the
time and date for receipt of Bids indicated in the Invitation to Bid, or
any extension thereof made by addendum. Bids received after the time and
date for receipt of Bids will be returned unopened. Bidder shall assume
full responsibility for timely delivery at the location designated for
receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and
will not receive consideration.
13.4. No Bidder may submit more than one. Bid. Multiple Bids under
different names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or
an authorized representative provided he can prove his identity and
authority at any 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.O 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
Rev10/20/07 Section 00100 Page 6
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 102
PROJECT PLANS AND OTHER DATA
September, 2009
Section 102 of the Standard Specifications is hereby revised for this project as follows:
Subsection 102.05 shall include the following:
The following plans and specifications will be available for review at the Purchasing Division for
the City of Fort Collins, 215 N. Mason Street, 2"d Floor, Fort Collins, Colorado 80522 and may
be examined online at:
City of Fort Collins: https://fcgov.com/purchasing
2. https://secure3.fcgov.com/bso/
WHITCOMB AND MAGNOLIA BRIDGE REPLACEMENT
Plan Sheet No's. 1 to 8
7
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 104
SCOPE OF WORK
September, 2009
Section 104 of the Standard Specifications is hereby revised for this project as follows:
Subsection 104.02 shall include:
Site Conditions
A. General:
The Contractor acknowledges that he has satisfied himself as to the nature and
location of the work, the general and local conditions, particularly those bearing
upon access to the site; handling, storage, and disposal of materials; availability
of water, electricity and roads; uncertainties of weather, river. stages, or similar
physical conditions at the site; the conformation and conditions of the ground; the
equipment andfacilities needed preliminary to and during the execution of the
work; and all other matters which can in any way affect the work or the cost
thereof under this Contract.
2. The Contractor further acknowledges that he has satisfied himself as to the
character, quality and quantity of surface and subsurface materials to be
encountered from his inspection of the site and from reviewing any available
records of exploratory work furnished by the Owner or included in these
Documents. Failure by the Contractor to acquaint himself with the physical
conditions of the site and all the available information will not relieve him from
responsibility for properly estimating the difficulty or cost of successfully
performing the work.
3. The Contractor warrants that as a result of his examination and investigation of
all the aforesaid data that he can, perform the work in a good and workmanlike
manner and to the satisfaction of the Owner. The Owner assumes no
responsibility for any representations made by any of its officers or agents during
or prior to the execution of this Contract, unless (1) such representations are
expressly stated in the Contract, and (2) the Contract expressly provides that the
responsibility therefore is assumed by the Owner.
B. Information on Site Conditions
Any information obtained by the Engineer regarding site conditions, subsurface information,
groundwater elevations, existing construction of site facilities, and similar data will be available
for inspection, as applicable, at the office of the Engineer upon request. Such information is
offered as supplementary information only. Neither the Engineer nor the Owner assumes any
responsibility for the completeness or interpretation of such supplementary information.
0
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-2-
REVISION OF SECTION 104
SCOPE OF WORK
Differing Subsurface Conditions:
September, 2009
In the event that the subsurface or latent physical conditions are found materially
different from those indicated in these Documents, and differing materially from
those ordinarily encountered and generally recognized as inherent in the
character of work covered in these Contract Documents, the Contractor shall
promptly, and before such conditions are disturbed, notify the Engineer in writing
of such changed conditions.
The Engineer will investigate such conditions promptly and following this
investigation, the Contractor shall proceed with the work, unless otherwise
instructed by the Engineer. If the Engineer finds that such conditions do so
materially differ and cause an increase or decrease in the cost of or in the time
required for performing the work, the Engineer will recommend to the Owner the
amount of adjustment in cost and time he considers reasonable. The Owner will
make the final decision on all Change Orders to the Contract regarding any
adjustment in cost or time for completion.
2. Underground Utilities: Known utilities and structures adjacent to or encountered
in the. work are shown on the Drawings. The locations shown are taken from
existing records a topographic survey and the best information available from
existing utility plans. However, it is expected that there may be some
discrepancies and omissions in the locations and quantities of utilities and
structures shown. Those shown are for the convenience of the Contractor only,
and no responsibility is assumed by either the Owner or the Engineer for their
accuracy or completeness.
C. Execution
Where the Contractor's operations could cause damage or inconvenience to
railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or
irrigation systems, the operations shall be suspended until all arrangements
necessary for the protection of these utilities and services have been made by
the Contractor.
Notify all utility offices which are affected by the construction operation at least 48
hours in advance. Under no circumstances expose any utility without first
obtaining permission from the appropriate agency. Once permission has been
granted, locate, expose, and provide temporary support for all existing
underground utilities.
Es'
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-3-
REVISION OF SECTION 104
SCOPE OF WORK
September, 2009
3. The Contractor shall protect all utility poles from damage. If interfering power
poles, telephone poles, guy wires, or anchors are encountered, notify the
Engineer and the appropriate utility company at least 48 hours in advance of
construction operations to permit the necessary arrangements for protection or
relocation of the interfering structure.
4. The Contractor shall be solely and directly responsible to the Owner and
operators of such properties for any damage, injury, expense, loss,
inconvenience, delay, suits, actions, or claims of any character brought because
of any injuries or damage which may result from the construction operations
under this Contract.
5. Neither the Owner nor its officers or agents shall be responsible to the Contractor
for damages as a result of the Contractor's failure to protect utilities encountered
in the work.
6. If the Contractor, while performing the Contract, discovers utility facilities not
identified in the Drawings or Specifications, he shall immediately notify the
Owner, utility, and the Engineer in writing.
7. In the event of interruption to domestic water, sewer, storm drain, or other utility
services as a result of accidental breakage due to construction operations,
promptly notify the proper authority. Cooperate with said authority in the
restoration of service as promptly as possible and bear all costs of repair.
8. The Contractor shall replace, at his own expense, any and all other existing
utilities or structures removed or damaged during construction, unless otherwise
provided for in these Contract Documents or ordered by the Engineer.
9. Interfering Structures - The Contractor shall take necessary precautions to
prevent damage to existing structures whether on the surface, above ground, or
underground. An attempt has been made to show major structures on the
Drawings. The completeness and accuracy cannot be guaranteed, and it is
presented simply as a guide to avoid known possible difficulties.
10. Field Relocation - During the progress of construction, it is expected that minor
relocations of the work will be necessary. Such relocations shall be made only
by direction of the Engineer. If existing structures are encountered that prevent
the construction, and that are not properly shown on the Drawings, notify the
Engineer before continuing with the construction in order that the Engineer may
make such field revision as necessary to avoid conflict with the existing
structures. If the Contractor shall fail to so notify the Engineer when an existing
structure is encountered, and shall proceed with the construction despite the
interference, he shall do so at his own risk.
10
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-4-
REVISION OF SECTION 104
SCOPE OF WORK
D. Easements:
September, 2009
Where portions of the work are located on public or private property, easements
and permits will be obtained by the Owner. Easements will provide for the use of
the property for construction purposes to the extent indicated on the easements.
Copies of these easements and permits are available upon request to the Owner.
It shall be the Contractor's responsibility to determine the adequacy of the
easement obtained in every case and to abide by all requirements and provisions
of the easement. The Contractor shall confine his construction operations to
within the easement limits or make special arrangements with the property
Owners or appropriate public. agency for the additional area required. Any
damage to property, either inside or outside the limits of the easements provided
by the Owner, shall be the responsibility of the Contractor as specified herein.
The Contractor shall remove, protect, and replace all fences or other items
encountered on public or private property. Before final payment will be
authorized by the Engineer, the Contractor will be required to furnish the Owner
with written releases from property Owners or public agencies where side
agreements or special easements have been made by the Contractor or where
the Contractor's operations, for any reason, have not been kept within the
construction right-of-way obtained by the Owner.
2. It is anticipated that the required easements and permits will be obtained before
construction is started. However, should the procurement of any easement or
permit be delayed, the Contractor shall schedule and perform the work around
these areas until such a time as the easement or permit has been secured.
E. Land Monuments: The Contractor shall notify the Engineer of any existing Federal,
State, Town, County, and private land monuments encountered. Private monuments
shall be preserved, or replaced by a licensed surveyor at the Contractor's expense.
When Government monuments are encountered, the Contractor shall notify the
Engineer at least two (2) weeks in advance of the proposed construction in order that' the
Engineer will have ample opportunity to notify the proper authority and reference these
monuments for later replacement.
11
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-5-
REVISION OF SECTION 104
SCOPE OF WORK
Subsection 104.05 shall include:
Contractors Use of Premises
September, 2009
The Contractor may use the Owner's property designated within the construction limits shown
on the Plans for equipment and materials as long as he confines his operations to those
permitted by local laws, ordinance and permits and meet the following requirements:
1. Do not unreasonably encumber site with materials or equipment.
2. Assume full responsibility for protection and safekeeping of products stored on
premise.
3. Move any stored products which interfere with operations of the Owner.
4. Obtain and pay for use of additional storage or work areas needed for
operations.
Limits of Construction
The Contractor must maintain all of his construction activities within the Owner's property and/or
construction easements and limits of the project, or other stated areas, unless permits and/or
written permission are obtained by the Contractor, from appropriate authorities or private
property Owners, outside of these areas. Contractor to fence all easements and work areas.
The temporary permits must be secured and paid for by the Contractor at no extra cost to the
Owner. Any temporary permits secured must be in writing and a copy of same provided to the
Engineer.
Security
The Contractor shall at all times be responsible for the security of his facilities and equipment.
The Owner will not take responsibility for missing or damaged equipment, tools, or personal
belongings of the Contractor.
12
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 105
CONTROL OF WORK
September, 2009
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.02 shall be replaced with:
Submittals
A. Requirements:
Where required by the Specifications, the Contractor shall submit descriptive
information that will enable the Engineer to determine whether the Contractor's
proposed materials, equipment, methods of work are in general conformance to
the design concept and in accordance with the Drawings and Specifications. The
information submitted may consist of drawings, specifications, descriptive data,
certificates, samples, test results, product data, and such other information, all as
specifically required in the Specifications. In some instances, specified submittal
information describes some, but not all features of the material, equipment, or
method of work.
2. The Contractor shall be responsible for the accuracy and completeness of the
information contained in each submittal and shall assure that the material,
equipment, or method of work shall be as described in the submittal. The
Contractor shall verify that all features of all products conform to the
requirements of the Drawings and Specifications. The Contractor shall ensure
that there is no conflict with other submittals and notify the Engineer in each case
where its submittal may affect the work of another Contractor or the Owner. The
Contractor shall ensure coordination of submittals among the related crafts and
subcontractors.
3. Submittals will be reviewed for overall design intent and returned to Contractor
with action to be indicated by the Engineer. It shall be the Contractor's
responsibility to assure that previously accepted documents are destroyed when
they are superseded by a re -submittal as such.
4. It shall be the Contractor's responsibility to ensure that required items are
corrected and resubmitted. Any work done before approval shall be at the
Contractor's own risk.
B. Submittal Procedure:
Unless a different number is called for in the individual sections, six (6) copies of
each submittal and sample are required, four (4) of which will be retained by the
Engineer. The Contractor shall receive two (2) copies in return. Faxed
submittals will not be accepted.
13
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-2-
REVISION OF SECTION 105
CONTROL OF WORK
September, 2009
2. Submittals that are related to or affect each other shall be forwarded
simultaneously as a package to facilitate coordinated review. Uncoordinated
submittals will be rejected.
3. If the items or system proposed are acceptable but the major part of the
individual drawings or documents are incomplete or require revision, the
submittal will be returned with requirements for completion.
4. The right is reserved for the Engineer to require submittals in addition to those
called for in individual sections.
5. Submittals regarding material and equipment shall be submitted directly to the
Engineer and will be accompanied by a transmittal form. A separate form shall
be used for each specific item, class of material, equipment, and items specified
in separate discrete sections for which the submittal is required. Submittals for
various items shall be made with a single form when the items taken together
constitute a manufacturer's package or are so functionally related that
expediency indicates checking or review of the group or package as a whole.
6. A unique number, sequentially assigned, shall be noted on the transmittal form
accompanying each item submitted. Original submittal numbers shall have the
following format: "XXX-Y;" where "XXX" is the originally assigned submittal
number and "Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C
being the first, second and third resubmittals, respectively). Submittal 25-13, for
example, is the second resubmittal of Submittal 25.
If the Contractor proposes to provide material, equipment, or method of work that
deviates from the Contract Documents, it shall indicate so under "deviations" on
the transmittal form accompanying the submittal copies.
8. Submittals that do not have all the information required to be submitted, including
deviations, are not acceptable and will be returned without review.
C. Review Procedure:
Submittals are specified for those features and characteristics of materials, equipment,
and methods of operation that can be selected based on the Contractor's judgment of
their conformance to the requirements of the Drawing and Specifications. Other features
and characteristics are specified in a manner that enables the Contractor to determine
acceptable options without submittals. The review procedure is based on the
Contractor's guarantee that all features and characteristics not requiring submittals
conform to the Drawings and Specifications. Review shall not extend to means,
methods, techniques, sequences, or procedures of construction or to verifying quantities,
dimensions, weights or gages, or fabrication processes (except where
14
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-3-
REVISION OF SECTION 105
CONTROL OF WORK
September, 2009
specifically indicated or required by the Specifications) of separate items, and as
such, will not indicate approval of the assembly in which the item functions.
Unless otherwise specified, within twenty-one (21) calendar days after receipt of
the submittal, the Engineer will review the submittal and return copies. The
returned submittal will indicate one of the following actions:
a. If the review indicates that the material, equipment, or work method complies
with the Specifications, submittal copies will be marked "NO EXCEPTIONS
TAKEN". In this event, the Contractor may begin to implement the work
method or incorporate the material or equipment covered by the submittal.
b. If the review indicates limited corrections are required, copies will be marked
"Furnish as noted". The Contractor may begin implementing the work method
or incorporating the material and equipment covered by the submittal in
accordance with the noted corrections.
Where submittal information will be incorporated in Operation and
Maintenance data., a corrected copy shall be provided.
c. If the review indicates that the submittal is insufficient or contains incorrect
data, copies will be marked "REVISE AND RESUBMIT". Except at its own
risk, the Contractor shall not undertake work covered by this submittal until it
has been revised, resubmitted and returned marked either "NO
EXCEPTIONS TAKEN" or "FURNISH AS NOTED".
d. If the review indicates that the material, equipment, or work method do not
comply with the Specifications, copies of the submittal will be marked
"REJECTED". Submittals with deviations that have not been identified clearly
may be rejected. Except at its own risk, the Contractor shall not undertake
the work covered by such submittals until a new submittal is made and
returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS
NOTED".
D. Drawing:
The term "shop drawings" includes drawings, diagrams, layouts, schematic,
descriptive literature, illustrations schedules performance and test data, and
similar materials furnished by Contractor to explain in detail specific portions of
the work required by the Contract
2. Contractor shall coordinate all such drawings, and review them for legibility,
accuracy, completeness and compliance with contract requirements and shall
indicate this approval thereon as evidence of such coordination and review.
Shop drawing submitted to the Engineer without evidence of Contractor's
approval will be returned for resubmission.
15
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-4-
REVISION OF SECTION 105
CONTROL OF WORK
September, 2009
3. Shop drawing shall be clearly identified with the name and project number of this
contract, and references to applicable specification paragraphs and contract
drawings. When catalog pages are submitted, applicable items shall be clearly
identified.
4. Contractor shall stamp his approval on shop drawings prior to submission to the
Engineer as indication of his checking and verification of dimensions and
coordination with interrelated items. Stamp shall read:
"(Contractor's Name) represents that we have determined and verified all field
dimensions and measurements, field construction criteria, materials, catalog
numbers and similar data, and that we have checked with the requirements of
the Specifications and Drawings, the Contract Documents, and General
Conditions".
Marks on drawings by Contractor shall not be in red. Any marks by Contractor
shall be duplicated on all copies submitted.
5. If shop drawings show variations from contract requirements, Contractor shall
describe such variations in writing, separate from the drawings, at time of
submission. All such variations must be approved by the Engineer. If
Engineer approves any such variations, he shall issue an appropriate contract
modification, except that, if the variation is minor and does not involve a change
in price or in time of performance, a modification need not be issued.
6. Should the Contractor propose any item on his shop drawings or incorporate an
item into the work, and that item should subsequently prove to be defective or
otherwise unsatisfactory, (regardless of the Engineer's preliminary review), the
Contractor shall, at his own expense, replace the item with another item that will
perform satisfactorily.
E. Certificates:
For those items called for in individual sections, furnish six (6) certificates of compliance
from manufacturers or suppliers certifying that materials or equipment being furnished
under the Contract comply with the requirements of these Specifications.
F. Samples:
Samples shall be sufficient in size to clearly illustrate functional characteristics and full
range of color, texture, and pattern.
16
or fails to meet any other pertinent standard or criteria established by
OWNER. Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the
Bidders, whether or not the Bids comply with the prescribed requirements,
and such alternates, unit prices and other data, as may be requested in
the Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed
for those portions of the Work as to which the identity of
Subcontractors, Suppliers, -and other persons and organizations is
submitted as requested by OWNER. OWNER also may consider the operating
costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations.as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of
the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful
Bidder delivers the executed Agreement to the OWNER, it shall be
accompanied by 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
Rev 10/20/07 Section 00100 Page 7
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-5-
REVISION OF SECTION 105
CONTROL OF WORK
G. Effect of Review of Contractor's Submittals:
September, 2009
Review of drawings, data, methods of work, or information regarding materials or
equipment the Contractor proposes to provide, shall not relieve the Contractor of its
responsibility for errors therein and shall not be regarded as an assumption of risks or
liability by the Engineer or the Owner, or by any officer or employee thereof, and the
Contractor shall have no claim under the Contract on account of the failure or partial
failure, of the method of work, material, or equipment so reviewed. A mark of "NO
EXCEPTIONS TAKEN" or "FURNISH AS NOTED" shall mean that the Owner has no
objection to the Contractor, upon its own responsibility, using the plan or method of work
proposed, or providing the materials or equipment proposed.
Subsection 105.04 shall be revised as follows:
Delete the second paragraph and replace with the following:
In case of discrepancy the order of precedence is as follows:
A. General Conditions of the Construction Contract
B. Special Provisions
1. Project Specifications
2. Standard Special Provisions
C. Plans
1. Detailed Plans
2. Standard Plans
Calculated dimensions will govern over scaled dimensions.
D. Supplemental Specifications
E. Standard Specifications
Subsection 105.05 shall include:
Coordination with Land Owners
The City of Fort Collins is committed to maintaining a positive working relationship with the
businesses and residents in the project area. Every effort will be made to maintain pedestrian
and bicycle flow and to accommodate special events and high volume holidays for businesses,
pedestrians, parking, and vehicle traffic. The Contractor shall be responsible for communicating
accurate scheduling information to the project team to assure proper notification of businesses
and residents.
17
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-6-
REVISION OF SECTION 105
CONTROL OF WORK
September, 2009
In particular, any proposed disruption or closure to an existing access must be communicated to
the property Owner and (if property is a rental) to the building tenant with as much notice as
possible - 48 hours is the minimum notice that will be allowed for any proposed access change:
The Contractor shall ensure that adequate alternate access is in place for vehicles and
pedestrians and any property -specific access needs are addressed prior to any change in
existing access. The Contractor shall identify his method of maintaining these accesses on the
Construction Traffic Control plans (see Traffic Control — General).
Subsection 105.07 shall include:
Coordination with Traffic Engineer
The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities.
This shall include, but not be limited to, installation and timing of traffic signals, lane closures,
and lane reductions.
Subsection 105.08 shall include:
Surveying Coordination
1. The Owner will provide construction surveying for the project. City Survey Crews will
perform the surveying required.
2. The Contractor must submit a survey request form to the City Surveyors a minimum of 48
hours prior to needing surveying.
3. If the requested surveying cannot be accomplished in the time frame requested by the
Contractor, the survey personnel shall notify the Contractor with the date on which the
requested work will be completed.
4. Should a sudden change in the Contractor's operations or schedule require the survey
personnel to work overtime, the Contractor shall pay the additional overtime expense.
5. The Contractor shall protect all survey monuments and construction stakes. If it is
unavoidable to remove a survey monument or construction stakes, the Contractor is
responsible for notifying the Surveyor and allowing enough time for the monuments or
stakes to be relocated. The Contractor will be responsible for the cost of restaking
construction stakes and for the cost of re-establishing a destroyed monument.
6. The Contractor shall be responsible for transferring the information from the construction
staked to any necessary forms and for constructing all pipelines, drainage ways, pavements,
inlets, walls, and other structures in accordance with the information on the stakes and
grade sheets supplied by the Owner.
18
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 106
CONTROL OF MATERIAL
September, 2009
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.01 shall include:
Substitutions and Product Options
A. Description:
This section describes the procedure required by the Contractor for product
substitutions.
2. Requests for Substitution:
Base all bids on materials, equipment and procedures specified.
b. Certain types of equipment and kinds of material are described in
specifications by means of trade names and catalog numbers, and/or
manufacturer's names. Where this occurs, it is not intended to exclude
from consideration such types of equipment and kinds of material bearing
other trade names, catalog numbers and/or manufacturer's names,
capable of accomplishing purpose of types of equipment or kinds of
material specifically indicated.
Other types of equipment and kinds of material may be acceptable to the
Owner and Engineer.
a. Types of equipment, kinds of material and methods of construction, if not
specifically indicated must be approved in writing by Engineer and the Owner.
Submission of Requests for Substitution:
a. After Notice to Proceed, the, Owner/Engineer will consider written requests
for substitutions of products, materials, systems or other items.
b. The Engineer reserves the right to require substitute items to comply color
and pattern -wise with base specified items, if necessary to secure "design
intent".
Submit six (6) copies of request for substitution. Include in request:
1) Complete data substantiating compliance of proposed substitute
with Contract Documents.
19
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-2-
REVISION OF SECTION 106
CONTROL OF MATERIAL
2) For products:
September, 2009
i. Product identification, including manufacturer's
name.
ii. Manufacturer's literature, marked to indicate
specific model, type, size, and options to be
considered: Product description; performance and
test data; reference standards; difference in power
demand; dimensional differences for specified unit.
iii. Name and address of similar projects on which
product was used, date of installation, and field
performance data:
3) For construction methods:
i. Detailed description of proposed method.
ii. Drawings illustrating methods.
4) Itemized comparison of proposed substitution with product or
method specified.
5) Data relating to changes in construction schedule.
6) Relation to separate contracts.
7) Accurate cost data on proposed substitution in comparison with
product or method specified.
d. In making request for substitution, or in using an approved substitute
item, Supplier/Manufacturer represents:
1) He has personally investigated proposed product or method, and
has determined that it is equal or superior in all respects to that
specified and that it will perform function for which it is intended.
2) He will provide same guarantee for substitute item as for product
or method specified.
3) He will coordinate installation of accepted substitution into work, to
include building modifications if necessary, making such changes
as may be required for work to be complete in all aspects.
99
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-3-
REVISION OF SECTION 106
CONTROL OF.MATERIAL
September, 2009
4) He waives all claims for additional costs related to substitution
which subsequently become apparent.
4. Substitutions: Request sufficiently in advance to avoid delay in construction.
Contractor's Option:
For products specified only by reference standards, select any product
meeting standards by any manufacturer, indicate selected type in
submission.
b. For products specified by naming several products or manufacturers,
select any product and manufacturer named, indicate selected type in
submission.
For products specified by naming one or more products, but indicating
option of selecting equivalent products by stating "or equivalent" after
specified product, Contractor must submit request, as required for
substitution, for any product not specifically named.
6. Rejection of Substitution or Optional Item: Substitutions and/or options will not be
considered if they are indicated or implied on shop drawings, or project data
submittals, without formal request submitted in accordance with this section.
Subsection 106.03 shall include:
Materials Testing
A. Provide such equipment and facilities as are required for conducting field tests
and for collecting and forwarding samples. Do not use any materials or
equipment represented by samples until tests, if required, have been made and
the materials or equipment found to be acceptable. Any product which becomes
unfit for use after approval thereof shall not be incorporated into the work.
B. Tests shall be made by an accredited testing laboratory selected by the Owner.
Except as otherwise provided, sampling and testing of all materials and the
laboratory methods and testing equipment shall be in accordance with the latest
standards and tentative methods of the American Society for Testing Materials
(ASTM), and the American Association of Highway and Transportation officials
(AASHTO).
21
Whitcomb and Magnolia Bridge Replacement September, 2009
Project Special Provisions
-4-
REVISION OF SECTION 106
CONTROL OF MATERIAL
C. Where additional or specific information concerning testing methods, sample
sizes, etc., is required, such information is included under the applicable sections
of the Specifications. Any modification of, or elaboration on, these test
procedures which may be included for specific materials under their respective
sections in the Specifications shall take precedence over these procedures.
D. Owners Responsibilities
1. The Owner shall be responsible for and shall pay all costs in connection
with the following testing:
a. Soils compaction tests.
b. Trench backfill.
C. Pipe and structural bedding.
d. Tests not called for by the Specifications of materials delivered to
the site.
e. Concrete tests.
f._ Pavement tests.
E. Contractors Responsibilities
1. In addition to those inspections and tests called for in the General
Conditions, Contractor shall also be responsible for and shall pay all costs
in connection with testing required for the following:
a. Concrete materials and mix designs.
b. Design of asphalt mixtures.
C. All performance and field-testing specifically called for by the
Specifications.
d. All retesting for work or materials found defective or
unsatisfactory, including tests covered above.
22
Whitcomb and Magnolia Bridge Replacement September, 2009
Project Special Provisions
-5-
REVISION OF SECTION 106
CONTROL OF MATERIAL
F. Transmittal of Test Reports
Written reports of tests and engineering data furnished by Contractor for Engineer's
review of materials and equipment proposed to be used in the work shall be submitted
as specified for Shop Drawings.
The testing laboratory retained by the Owner or Engineer will furnish three (3) copies of
a written report of each test performed by laboratory personnel in the field or laboratory.
Two (2) copies of each test report will be transmitted to the Engineer and one (1) copy to
the Contractor within seven (7) days after each test is completed.
491
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
September, 2009
Section 107 of the Standard Specifications is hereby modified to include the following:
Environmental Controls
The work of this section consists of obtaining permits and providing environmental controls
consistent with regulatory permits through the duration of the work required under this project.
A. Dust Control Application:
The Contractor shall execute work by methods to minimize raising dust from
construction operations.
2. The Contractor shall provide and apply dust control at all times, including
evenings, holidays and weekends, as required to abate dust nuisance on and
about the site that is a direct result of construction activities. The use of non -
approved chemicals, oil, or similar palliatives will not be allowed. Dust control
agents may be used only after prior approval of the Owner. The Contractor shall
be required to provide sufficient quantities of equipment and personnel for dust
control sufficient to prevent dust nuisance on and about the site.
3. The Owner will have authority to order dust control work whenever in its opinion it
is required, and there shall be no additional cost to the Owner. The Contractor
shall be expected to maintain dust control measures effectively whether the
Owner or Engineer specifically orders such Work.
B. Preservation of Natural Features: Confine operations as much as possible. Exercise
special care to maintain natural surroundings in an undamaged condition. Within the
work limits, barricade trees, rock outcroppings, and natural features to be preserved.
C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and
use equipment, tools, and materials in a'manner that does not present a hazard.
Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on -site
containers for collection of rubbish and dispose of it at frequent intervals during progress
of work.
D. . Disposal
Disposal of Waste (Unsuitable) Materials: All material determined by the
Engineer to be waste will be disposed of in approved landfill in a manner meeting
all regulations. Dispose of waste materials, legally, at public or private dumping
areas. Do not bury wastes inside of the limits of construction. All costs for dump
fees, permits, etc., are to be borne by the Contractor.
24
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-2-
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
September, 2009
2. Disposal of Garbage and Other Construction Materials: Provide sanitary
containers/dumpsters and haul away contents such that no overflow exists.
3. Excess excavation shall become the property of the Contractor and shall be
legally disposed of by him outside the limits of construction to an approved
disposal site. Excess excavated material suitable for backfill shall not be
disposed of until all backfill operations are complete.
4. The Contractor is to immediately inform Engineer of any hazardous materials
encountered during construction. Dispose of waste materials legally at private or
public facilities.
E. Burning: No burning of debris will be permitted.
F. Water Control: A portion of the project work is located within a natural drainage course
and is subject to periodic flooding due to rainfall and snowmelt, flows for adjacent
developed areas and storm water pipes and ground water flows from saturated soils or
other ground water sources. The Contractor is responsible for managing water within
the construction site and protecting property.
G. Noise Control
All mechanical equipment shall be equipped with the best available mufflers to
reduce noise. The Contractor shall be responsible for obtaining any necessary
permits and shall limit noise to the permitted levels. Noise level monitoring shall
be performed by the Contractor as necessary to show that the permitted levels
are not being exceeded.
2. Permission from Owner must be obtained prior to the operation of any machinery .
and/or vehicles between the hours of 6 p.m. and 7 a.m.
H. Aquatic Resource Protection: If heavy equipment is used that was previously working in
another stream, river, lake, pond, or wetland within 10 days of work in this project, one of
the following disinfection practices is necessary prior to construction to prevent the -
spread of New Zealand Mud Snails and other aquatic hitchhikers into this drainage.
These practices are also necessary after project completion, prior to this equipment
being used in another stream, river, lake, pond, or wetland for the same purpose:
1. Remove all mud and debris from equipment (tracks, turrets, buckets, drags,
teeth, etc.) and the equipment must be kept dry for 10 days OR
2: Remove all mud and debris from equipment (tracks, turrets, buckets, drags,
teeth, etc.) and spry/soak equipment with a 1:1 solution of Formula 409
Household Cleaner and water or a 1:15 solution of Sparquat institutional cleaner
and water. Keep equipment moist for at least 10 minutes OR
25
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-3-
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
September, 2009
3. Remove all mud and debris from equipment (tracks, turrets, buckets, drags,
teeth, etc.) and spray/soak equipment with water greater than 130 degrees F for
at least 10 minutes.
4. Clean hand tools, boots, and any other equipment that will be used in the water
using one of the above options, as well.
Permits
All work must be performed in accordance with all applicable regulatory permits.
It shall be the responsibility of the Contractor to obtain a Construction Dewatering
Permit from the Colorado State Health Department for any dewatering operations
that will be discharged into any drainageways, open channels, or irrigation
ditches. The Contractor shall be responsible for any testing required under the
Construction Dewatering Permit.
The Owner will obtain the following permit:
• City of Fort Collins Excavation on Public Property Permit
The Contractor must obtain all other applicable permits.
26
to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each
counterpart is to be accompanied by a complete set of the -Drawings with
appropriate identification.
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be
included in the Contract Price. Reference is made to the General and
Supplementary Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid
assures the Bidder's compliance with the City's purchasing restrictions.
A copy of the resolutions ate 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
Rev10/20/07 Section 00100 Page 8
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
September, 2009
Section 108 of the Standard Specifications is hereby revised as follows:
Subsection 108.03 shall include the following:
Project Meetings
A. . Pre -Construction Conference: A Pre -Construction Conference will be held after Notice
of Award and before the Notice to Proceed, the date, time and location will be
determined after Notice of Award.
The conference shall be attended by:
1. Contractor and Contractor's Superintendent
2. Contractor's Subcontractors
3. Engineer
4. Owner
5. Utility Companies
6. Others as requested by the Contractor, Owner, or Engineer.
Unless previously submitted to the Owner, the Contractor shall bring to the conference a
tentative schedule of the construction project, including in the schedule shop drawings
and other submittals.
The purpose of the conference is to designate responsible personnel and establish a
working relationship. Matters requiring coordination will be discussed and procedures
for handling such matters established. The agenda will include:
1. Contractor's tentative Schedule
2. Permit applications and submittals (Dewatering Permit)
3. Transmittal, review and distribution of Contractor's submittals
4. Processing applications for payment
5. Maintaining record documents
6. Critical work sequencing
7. Field decision and change orders
8. Use of premises, office and storage areas, staging area, security,
housekeeping, and Owner's needs
9. Contractor's assignment of safety and first aid
27
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-2-
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
September, 2009
B. Construction Progress Meetings: Progress meetings will be conducted weekly or at
some other frequency, if approved by the Engineer. These meetings shall be attended
by the Owner, the Engineer, the Contractor's representative and any others invited by
these people.
The Engineer will conduct the meeting and the Engineer will arrange for keeping the
minutes and distributing the minutes to all persons in attendance.
The agenda of these project meetings will include construction progress, the status of
submittal reviews, the status of information requests, critical work sequencing, review of
strategies for connections into existing facilities, status of field orders and change orders,
and any general business.
The Contractor will prepare a "two week look ahead" schedule to facilitate coordination
of work items.
Subsection 108.04 shall include the following:
Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be
permitted on weekends or holidays without written approval from the Project Manager. Work
activity done at times other than during normal working hours may require reimbursement to the
City for the overtime cost to the City. Work requests beyond normal working hours must be
submitted to the Project Manager a minimum of five (5) working days prior to the requested
date.
28
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is revised as follows:
Subsection 601.01 shall include the following:
September, 2009
This work consists of furnishing and placing portland cement concrete, 48 hour high
early, in accordance with these specifications and in conformity with the lines, grades
and dimensions as shown on the plans or established. This work will be required for the
top slab construction of the proposed Box Culvert.
The required field compressive strength for the Concrete, Class D (Box Culvert) (48
Hour High Early) shall be a minimum of 75% of the ultimate strength (3,375 psi) after 48
hours measured from time of placement. The required field compressive strength at 28
days shall be in accordance with Table. 601-1.
Subsection 601.20 shall include the following:
Payment will be made under:
PAY ITEM
PAY UNIT
Concrete, Class D (Box Culvert) (48 Hour High Early) Cubic Yard
All additives, admixtures, cements and alternate materials, and all other work and materials
necessary for batching, transport, and installation will not be measured and paid for separately,
but shall be included in the work.
29
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is revised as follows:
Subsection 608.01 shall include the following:
September, 2009
This work consists of the construction of concrete sidewalks, driveways and curb ramps
in accordance with these specifications and in conformity with the lines and grades
shown on the plans or established.
Subsection 608.06 shall include the following:
Payment will be made under:
PAY ITEM
Concrete Sidewalk (6")
Concrete Driveway (6")
PAY UNIT
Square Foot
Square Foot
All work necessary and incidental to the construction of sidewalks, driveways and curb ramps
will not be measured and paid for separately but shall be included in the work.
30
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 608
DETECTABLE WARNINGS
September, 2009
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work includes the installation of detectable warnings on concrete curb ramps at the
locations shown on the plans and in accordance with the plans.
Subsection 608.02 shall include the following:
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the
plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or masonry
pavers.
Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes,
and when installed, shall be capable of producing the pattern of domes as shown on the plans.
Pavers shall meet the requirements of ASTM C 902 or ASTM C 936.
Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit
a sample of the product, the name of the selected supplier, and documentation that the product
meets all contrast requirements and will be fully compatible with the curb ramp surface to the
Engineer for approval prior to start of work. Known vendors of alternate products include but
are not limited to the following:
VENDOR NAME
PRODUCT
PHONE NUMBERS
TMA Construction Supply
CAST in TACT Warning
303-295-6050
Panels
East Jordan Iron Works, Inc.
Truncated Dome Plates
800-626-4653
Neenah Foundry Company
R-4984 Detectable
800-558-5075
Warning Plate
The domes and the underlying surface shall have a minimum of 70% contrast with the light
reflectivity of the adjoining surface. The contrast shall be verified using the following equation:
Contrast = B' — B' x 100
Bi
Where B, = Light Reflectance Value (LRV) of the lighter area
B, = LRV of the darker area
Absolute black and white will not be permitted.
31
Whitcomb and Magnolia Bridge Replacement September, 2009
Project Special Provisions
-2-
REVISION OF SECTION 608
DETECTABLE WARNINGS
The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to
start of work, the Contractor shall submit appropriate documentation from the manufacturer
verifying that the contrast has been met, along with a sample paver, to the Engineer for
approval.
Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural
or manufactured from crushed rock. Limestone screenings or stone dust shall not be used.
Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between
joints shall conform to ASTM C 144.
Subsection 608.03 shall include the following:
(g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the
site in steel banded, plastic banded or plastic wrapped cubes capable of being transported by a
fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner which results in
the least amount of damage. All pavers that are damaged during transport or delivery will be
rejected and shall be replaced at the Contractor's expense. Minor cracks or chipping due to
transport and handling that do not interfere with the structural integrity of the paver or the overall
pattern of truncated domes will not be deemed as grounds for rejection.
The Contractor shall spread the bedding sand evenly in the area defined and shall screed the
sand to an appropriate embedment depth as shown on the plans or as directed by the Engineer.
Sufficient sand should be placed to stay ahead of laid pavers
Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square
grid in the predominant direction of travel as shown in the plans. Pavers shall be installed such
that the base of the truncated dome is at the same elevation as the adjoining surface, allowing
for a smooth transition between the curb ramp and the detectable warning.
When cut pavers are required to fill gaps between the pavers and the edge of concrete, the
Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a smooth
transition between the partial dome and the curb ramp surface. Unless otherwise directed by
the Engineer, pavers shall be cut and installed in such a manner that the domes on the cut
sections will not significantly impact the overall pattern of the truncated domes.
The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and type
of plate vibrator shall be in accordance with manufacturer's recommendations, or as directed by
the Engineer. All pavers that are damaged during embedment shall be replaced at the
Contractor's expense.
Joint spacing between paver units shall be in accordance with the manufacturer's
recommendations, or as approved by the Engineer. Joints shall be filled completely with joint
sand. Excess sand shall be removed by sweeping.
(h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's
recommendations.
32
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
-3-
REVISION OF SECTION 608
DETECTABLE WARNINGS
September, 2009
The concrete surface to which alternate materials are to be applied shall be prepared in
accordance with manufacturer's recommendations. Material requirements, color and application
shall be in accordance with manufacturer's recommendations and as approved by the Engineer.
Subsection 608.05 shall include the following:
Detectable warnings on curb ramps, includingsand, pavers, alternate materials, and all other
work and materials necessary for fabrication, transport, and installation will not be measured
and paid for separately, but shall be included in the work.
Subsection 608.06 shall include the following:
Payment will be made under:
PAY ITEM
INY_\'A1111►t"
Concrete Ramp w/ Truncated Domes (8") Square Foot
33
Whitcomb and Magnolia Bridge Replacement
Project Special Provisions
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is revised as follows:
Subsection 609.01 shall include the following:
September, 2009
This work consists of the construction of curb, gutter, driveway curb cut or combination
curb, gutter and driveway curb cut in accordance with these specifications and in
conformity with the lines and grades shown on the plans or established.
Subsection 609.07 shall include the following:
Payment will be made under:
PAY ITEM
PAY UNIT
Curb, Type 2 (Section 116) (Driveway Curb Cut) Linear Foot
All work necessary and incidental to the construction of curb, gutter and driveway curb cut will
not be measured and paid for separately but shall be included in the work.
34
Whitcomb and Magnolia Bridge Replacement September, 2009
Project Special Provisions
UTILITIES
The following Utilities are known to be within the project limits:
Utility/Agency
Contact
Phone
Sanitary Sewer - City of Fort Collins
Roger Buffington
(970) 221-6854
Water— City of Fort Collins
Roger Buffington
(970) 221-6854
Storm Water — City of Fort Collins
Glen Schlueter
(970) 224-6065
Electric — City of Fort Collins
Doug Martine
(970) 224-6152
Forester — City of Fort Collins
Ralph Zentz
(970) 221-6302
Lighting — City of Fort Collins
Doug Martine
(970) 224-6152
Gas — Xcel Energy
Randy Blank
(970) 225-7847
Telephone — Qwest
Bill Johnson
(970) 377-6401
Cable TV — Comcast
Dennis Greenwalt
(970) 484-7166
The work described in these plans and specifications will require full coordination between the
Contractor and the Utility Companies, in accordance with. Subsection 105.06 and while
performing their respective operations, so the utility work can be completed with minimum
delays to all parties concerned.
The following utility work shall be performed by the Contractor:
The Contractor shall be responsible for coordinating the adjustment of all utilities on this project
and scheduling the work to coincide with construction activities.
The Contractor shall keep each utility company advised of any work being done to their facilities
by the contractor's forces, so that each utility company can coordinate their inspections for final
acceptance with the Engineer.
Provide written notice to each utility company, with a copy to the Engineer, prior to any work by
a utility company that is to be coordinated with project construction. A minimum of three (3)
calendar weeks of prior notice is required.
General
The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements"), when
excavation or grading is planned in the area of underground utility facilities. The Contractor
shall notify all affected utilities at least three (3) business days prior to commencing such
operations. Contact the Utility Notification Center of Colorado (UNCC) to have locations of
UNCC-registered lines marked by member companies. Call 1-800-922-1987 for locate requests
outside the Denver Metro area. All other underground facilities shall be located by contacting
the respective company. Utility service laterals shall also be located prior to beginning
excavation or grading.
The location of utility facilities, as shown on the plans and profile sheets and described herein,
were obtained from the best available information.
All costs incidental to the foregoing requirements will not be paid for separately, but shall be
included in the work.
35
STANDARD SPECIAL PROVISIONS
Bridge Replacement -
Whitcomb and Magnolia
Bid No. 7081
F6rtCollins
SECTION 00300
BID FORM
November 30, 2006
REVISION OF SECTION 101
FALSEWORK, FORMWORK AND SHORING
Section 101 of the Standard Specifications is hereby revised for this project as follows:
Add subsection 161.89 as follows:
101.89 Falsework. Falsework is temporary construction used to support structural elements of concrete, steel,
masonry or other materials during their construction or erection until they become self-supporting. Falsework may
also be used to provide temporary support to elements of a structure during demolition or reconstruction.
Add subsection 101.90 as follows:
101.90 Formwork. Formwork is the temporary structure or mold used to retain plastic or fluid concrete in its
designated shape until it hardens.
Add subsection 101.91 as follows:
101.91 Shoring. Shoring is temporary construction that is used to support the earth adjacent to excavation or
embankment.
December 23, 2008
1
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
Sections 101, 107, and 208 of the Standard Specifications are hereby revised for this project as follows:
Add subsections 101.92 and 101.93 which -shall include the following:
101.92 Stormwater Management Plan (SWMP). The Stormwater Management Plan comprises those contract
documents containing the requirements necessary to protect and identify sensitive environments (state. waters,
wetlands, habitat and existing vegetation), minimize the amount of disturbed soil, control and minimize erosion
and sedimentation during and after project construction, minimize runoff from offsite areas from flowing across the
site, slow down the runoff, and reduce pollutants in stormwater runoff.
101.93 Best Management Practices (BMPs) for. Stormwater Pollution Prevention. BMPs prevent or reduce
the pollutants in stormwater discharges from the construction site.
Delete subsection 107.25(b)5., and replace it with the following:
5. At least ten days prior to the beginning of construction the Erosion Control Supervisor (ECS), identified in
subsection 208.03(c), shall identify and describe all potential pollutant sources, including materials and
activities, and evaluate them for the potential to contribute pollutants to stormwater discharges associated
with construction activities. At a minimum each of the following shall be evaluated for the potential for
contributing pollutants to stormwater discharges and identified in the SWMP, if found to have such potential:
all exposed and stored soils; vehicle tracking of sediments; management of contaminated soils; vehicle and
equipment maintenance and fueling; outdoor storage activities (building materials, fertilizers, chemicals, etc.);
significant dust or particle generating processes; routine maintenance involving fertilizers, pesticides,
detergents, fuels, solvents, oils, etc.; on -site waste management practices (waste piles, dumpsters, etc.);
dedicated asphalt and concrete batch plants; concrete truck/equipment washing, including the concrete truck
chute and associated fixtures and equipment; non -industrial waste sources that may be significant, such as
worker trash and portable toilets; loading and unloading operations; and other areas or procedures where
potential spills can occur.
The ECS shall record the location of potential pollutants on the site map. Descriptions of the potential
pollutants shall be added to the SWMP notebook.
The Contractor shall provide a Spill Prevention, Control, and Countermeasure Plan (SPCC) for any petroleum
product, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. Work shall
not be started until the plan has been submitted to and approved by the Engineer.
Subsection 107.25(b) shall include the following:
21. The Contractor shall certify in writing that construction equipment has been cleaned prior to site arrival.
Vehicles shall be free of soil and debris capable of transporting noxious weed seeds or roots onto the site.
Vehicle cleaning may occur on site, in approved areas, where wash water can be properly contained.
22. At the end of each day the Contractor shall collect all trash and dispose of it in appropriate containers.
Containers shall be emptied as needed.
Subsection 208.01, second paragraph, shall include the following:
When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken
immediately, it shall be understood that the Contractor shall at once begin effecting completion of the action and
pursue it to completion in a manner acceptable to the Engineer, and in accordance with the Colorado Discharge
Permit System (CDPS) Stormwater Construction Permit (SCP) requirements.
December 23, 2008
2
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
Subsection 208.02(k) shall include the following:
When approved by the Engineer a fabricated concrete washout structure may be used. Fabricated concrete
washouts are pre -manufactured watertight containers designed to contain liquid and solid waste from concrete
washout. Above ground systems designed for washout and hauling may also be used. After use the structure
must be removed from the project site and disposed of at the Contractor's expense. Insubstantial structures,
such as children's wading pools or swimming pools are not acceptable, and will be rejected by the Engineer.
Subsection 208.03 shall include the following:
Prior to construction, an on -site environmental preconstruction conference shall be held. The conference shall be
attended by the Engineer, the Superintendent, the Contractor's ECS, subcontractors beginning work on the
project that could adversely affect water quality ,the Region Water Pollution Control Manager, other CDOT Region
Environmental personnel, a CDOT hydraulics engineer as needed, and the CDOT Landscape Architect or CDOT
personnel who prepared or reviewed the SWMP. At this conference, the attendees shall discuss the stormwater
management plan, CDPS-SCP, sensitive habitats on site, wetlands, and other vegetation to be protected.
Prior to construction the Contractor shall implement erosion control measures in accordance with the approved
schedule.
Prior to the initiation of construction activities the Engineer, the Region Water Pollution Control Manager, ECS
and the Superintendent shall inspect the project to determine whether the BMPs described in the schedule and
the site -specific SWMP are installed and located correctly. Notice shall be given to all participants at least 3
working days in advance.
Prior to construction the Contractor shall evaluate the project site for water draining into or through it. If such
drainage is identified, if possible BMPs shall be used to prevent stormwater from running on -site and becoming
contaminated with sediment or other pollutants via a temporary pipe or other conveyance to prevent water
contamination. Run-on water that cannot be diverted shall be treated as construction runoff and adequate BMPs
shall be employed.
The ECS shall evaluate any non-stormwater coming onto the site, such as springs, seeps, and landscape
irrigation return flow. If such flow is identified, BMPs shall be used to protect off -site water from running on -site
and becoming contaminated with sediment or other pollutants.
The ECS shall review existing inlets and culverts to determine if inlet protection is needed due to water flow
patterns. Prior to construction commencing, inlets and culverts needing protection shall be protected and the
location of the implemented BMP added to the SWMP site map.
When additional BMPs are required, the Contractor shall implement the additional BMPs and the ECS shall
record and describe them on the SWMP site map. Additional BMPs will be measured and paid for in accordance
with subsections 208.07 and 208.08.
Subsection 208.03(b) shall include the following:
If necessary, the ECS shall update proposed sequencing of major activities in the SWMP.
Subsection 208.03(c), first paragraph, shall include the following:
The ECS shall act as the Stormwater Management Plan (SWMP) Administrator on the project. The SWMP
Administrator shall be responsible for oversight of the implementation, maintenance, and revision of the SWMP
for the duration of the project. The ECS shall read, be familiar with, and use the information provided in CDOT's
Erosion Control and Stormwater Quality Guide and the CDPS-SCP.
December 23, 2008
3
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
Delete subsection 208.03(c), item (4) and replace with the following:
(4) Inspect and record with the Superintendent and the Engineer the stormwater management system at least
every 14 calendar days. Post storm event inspections shall be conducted within 24 hours after the end of
any precipitation or snow melt event that may cause surface erosion. If no construction activities will occur
following a storm event, post -storm event inspections shall be conducted prior to commencing construction
activities, but no later than 72 hours following the storm event. The occurrence of any such delayed
inspection must be documented in the inspection report. Recorded inspections still must be conducted at
least every 14 calendar days. CDOT Form 1176 shall be used for all 14 day inspections.
The project is subject to inspections by CDPHE, US Army Corps of Engineers (USAGE), Environmental
Protection Agency (EPA) and CDOT at any time. If CDPHE reviews the project site and requires additional
measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist
activities resulting in pollutant discharge and immediately implement these measures.
Subsection 208.03(c), second paragraph shall include the following:
(8) During construction the ECS shall update and record the following items on the site map as changes occur:
(i) Construction boundaries
(ii) .Areas of disturbance, as they occur
(iii) Areas used for storage of construction materials, equipment, soils, or wastes
(iv) Location of any dedicated asphalt or concrete batch plants
(v) Location of work access routes during construction
(vi) Location of borrow and waste
(vii) Location of temporary and/or permanent stabilization
(9) The ECS shall amend the SWMP whenever there are: additions, deletions, or changing locations of BMPs.
SWMP revisions shall be recorded immediately. Items shall be dated and signed at time of occurrence.
Specifically, amendments shall include the following:
(i) A change in design, construction, operation, or maintenance of the site which would require the
implementation of new or revised BMPs; or
(ii) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling
pollutants in stormwater discharges associated with construction activity.
(iii) Changes when BMPs are no longer necessary and are removed.
(10) All inspection and maintenance activities or other repairs shall be documented by the ECS and kept on the
project site.
(11) The ECS shall modify the site map with arrows to indicate direction of water flowing across the project site.
(12) When adding new BMPs to the SWMP the ECS shall add a narrative explaining what, when, where, why,
and how the BMP is being used, a description of BMP application, and a detail to the SWMP notebook.
(13) If using existing topography, vegetation, etc. as a BMP it shall be labeled as such on the SWMP site map;
the ECS shall add a narrative as to why and how the BMP is being used to the SWMP site map.
(14) The ECS shall cross out all BMPs that do not apply or highlight those details and notes on the Department's
Standard Plans and SWMP that apply to the project. The ECS shall write an explanation as to why the
detail has been removed or what is being used instead as a BMP ("not applicable" is not an acceptable
explanation).
(15) The ECS shall develop, record on the SWMP, and implement a plan for saw cutting containment to be
approved by the Engineer,
(16) The ECS shall keep accurate and complete records; enforcement action, including fines could result if
records are not adequate.
December 23, 2008
4
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
(17) The ECS or the Superintendent shall conduct an inspection on each day in which active construction has
occurred. At this inspection the entire site shall be reviewed to determine whether construction is being
conducted in accordance with the project's site -specific SWMP and the CDPS-SCP. The ECS or
Superintendent shall observe, record, and determine the effectiveness of all BMPs. Inspections shall be
recorded on the Daily Stormwater Log and kept in the project SWMP notebook.
Completed 1176 reports shall be kept in the SWMP notebook.
Spills, leaks or overflows that result in the discharge of pollutants shall be documented and maintained by the
ECS. The ECS shall record the time and date, weather conditions, reasons for spill, etc. Some spills may need
to be reported to the Water Quality Control Division immediately.
The Permittee shall report to CDPHE Water Quality Division the following instances of noncompliance:
(1) Noncompliance, which may endanger health or the environment;
(2) Spills or discharge of hazardous substance or oil, which may cause pollution of the waters of the state;
(3) Discharge of stormwater, which may cause an exceedance of a water quality standard.
For all instances of noncompliance based on environmental hazards and chemical spills and releases, all needed
information shall be provided orally to the Colorado Department of Public Health and Environmental spill reporting
line within 24 hours from the time the permittee becomes aware of the circumstance. For all instances of
noncompliance identified here, a written submission shall also be provided within five calendar days of the time
the permittee becomes aware of the circumstances. The written submission shall contain a description of:
(1) The noncompliance and its cause;
(2) The period of noncompliance, including exact dates and times, and if the noncompliance has not been
corrected, the anticipated time it is expected to continue; -
(3) Steps taken or planned to reduce, eliminate, and prevent recurrence of the noncompliance.
After measures to correct any problems have been taken and recorded, or where a report does not identify
incidents of noncompliance, the report shall be signed indicating the site is in compliance.
Add subsection 208.03(d) which shall include the following:
(d) Documentation Available on the Project. The following Contract documents and references will be made
available for reference at the COOT field office during construction.
1. SWMP Notebook. The Engineer will provide a SWMP Notebook, which is and shall remain the property
of COOT, in which the following Contract documents and reports shall be kept by the ECS:
(1) SWMP Plan Sheets
(2) SWMP site map and project plan title sheet
(3) Copies of subsection 107.25 and sections 207, 208, 212, 213, and 216 of the Standard
Specifications, and the standard and project special provisions that modify them
(4) Standard Plan M-208-1
(5) Details of BMPs used on the project not covered in Standard Plan M-208-1
(6) Narratives related to BMPs used on the project not covered on the SWMP plans or site maps
(7) Calendar for marking when the regular 14 day inspections take place and when the storm event
inspections take place
(8) All project environmental permits and associated applications, including, CDPS-SCP, Senate Bill
40, USACE 404, Dewatering, and all other permits applicable to the project, including any CDPS-
SCP obtained by the Contractor
(9) List of potential pollutants as described in subsection 107.25
(10) Spill Prevention, Control and Countermeasure Plan
(11) Form 1176 Inspection reports and RECAT reports
(12) Form 105s relating to water quality
December 23, 2008
5
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
(13) Description of inspection and maintenance methods implemented at the site to maintain all erosion
and sediment control practices identified in the SWMP
(14) Schedule for accomplishing temporary and permanent erosion control work in accordance with
subsection 208.03(b).
(15) Erosion Control Supervisor's certification.
(16) Environmental Preconstruction Conference agenda with a certification of understanding of the
terms and conditions of the CDPS-SCP and SWMP. The certification shall be signed by all
attendees. A certification shall also be signed by all attendees of meetings held for new
subcontractors beginning work on the project that could adversely affect water quality after the
Environmental Preconstruction Conference has been held.
(17) Daily Stormwater Log.
(18) Monthly audit reports provided by the Region Water Pollution Control Manager.
(19) Project photographs documenting existing vegetation prior to construction commencing.
The Engineer will incorporate the documents and reports available at the time of award. The Contractor
shall provide and insert all other documents and reports as they become available during construction.
2. Reference Materials
(1) CDOT Erosion Control and Stormwater Quality Guide
(2) COOT Erosion Control and Stormwater Quality Field Guide
(3) Copy of biological opinion, if applicable
Add subsection 208.03(e) which shall include the following:
(e) Weekly Meetings: The Engineer, Superintendent and the ECS shall conduct a weekly meeting with all
persons involved in construction activities that could adversely affect water quality. At this meeting
requirements of the SWMP, CDPS-SCP, problems that may have arisen in implementing the site specific
SWMP or maintaining BMPs and any unresolved issues from the daily stormwater log shall be discussed. If a
subcontractor begins work at the site that could adversely affect water quality after the Environmental
Preconstruction Conference has occurred, the Engineer and Superintendent shall brief that subcontractor on
the site's SWMP and the CDPS-SCP requirements at that subcontractor's first weekly meeting before the
subcontractor begins work at the site.
Subsection 208.04 shall include the following:
The ECS shall modify the SWMP to clearly describe and locate all BMPs implemented at the site to control
potential sediment discharges from vehicle tracking.
Stabilized construction entrances shall be used at all vehicle and equipment exit and entrance points to the site to
prevent sediment exiting the project site onto paved public roads. Access shall be provided only at a stabilized
construction entrance. The ECS shall record required stabilized construction entrances on the SWMP site map.
Perimeter control shall be established as the first BMP to be implemented on the SWMP. Perimeter control shall
be approved by the Engineer prior to installation. The ECS shall describe and record perimeter control on SWMP.
Newly constructed inlets and culverts shall be protected throughout construction and immediately upon
completion. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours upon completion
of each pipe. The Contractor shall remove sediment, millings, debris and other pollutants from within the project
drainage system, prior to use, at no additional cost to the project.
In subsection 208.04(d), first paragraph, delete the second sentence and replace with the following:
When required by the plans, a soil retention blanket shall be used in combination with the final seed and mulch.
December 23, 2008
6
.REVISION OF SECTIONS 101, 1.07, AND 208
WATER QUALITY CONTROL
In subsection 208.04(d), first paragraph, delete the third sentence and replace with the following:
Temporary stabilization is defined as the covering of disturbed areas with seed, mulch with a tackifier, soil
roughening, soil binder, or a combination thereof.
In subsection 208.04(d), after the first paragraph, add the following:
During the summer and winter when seeding is not allowed, temporary stabilization shall be placed. Temporary
stabilization shall consist of: surface roughening via scarifying surface to 2-4 inches variation of surface or vertical
tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre mechanically crimped into the soil
in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier, or a combination
thereof as approved. Surface roughening shall not be used alone.
In subsection 208.04(d), second paragraph, delete the fourth sentence and replace with the following:
If approved by the Engineer, slopes from the edge of pavement to the point of slope selection may be left
unseeded until paving has been completed but shall be temporarily stabilized as approved by Engineer.
In subsection 208.04(d), third paragraph, delete the second and third sentences and replace with the following:
Areas shall be permanently stabilized within 48 hours after completion. Disturbed areas where work is
temporarily halted shall be temporarily stabilized immediately after the activity ceased.
Temporary stabilization shall consist of: surface roughening via scarifying surface to 2-4 inches variation of
surface or vertical tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre, mechanically
crimped into the soil in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier,
or a combination thereof, as approved.
In subsection 208.04(e) delete the first paragraph and replace with the following:
Erosion and sediment control practices and other protective measures identified in the SWMP as BMPs for
Stormwater Pollution Prevention shall be maintained in effective operating condition. BMPs shall be continuously
maintained in accordance with good engineering, hydraulic and pollution control practices, including removal of
collected sediment when silt depth is 50 percent or more of the height of the erosion control device. Removal
and disposal of sediment shall be in accordance with 208.04(f). Where necessary, the Contractor shall use
appropriate size equipment with operator to remove the sediment. The Contractor shall obtain the Engineer's
approval of proposed equipment and methods for removal and disposal of sediment prior to performing the work.
Maintenance of Erosion and Sediment Control devices shall include replacement of such devices upon the end of
their useful service life as recommended by the ECS or the Engineer, and approved by the Engineer.
Maintenance of Rock Check Dams, and Stabilized Construction Entrances shall be limited to removal and
disposal of sediment. Devices damaged due to the Contractor's negligence shall be replaced at Contractor's
expense.
Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures,
to assess the adequacy of BMPs at the site and the necessity of changes to those BMPs to ensure continued
effective performance. Where site assessment results in the determination that new or replacement BMPs are
necessary, the BMPs shall be installed to ensure continuous implementation. When identified, BMPs shall be
added, modified or replaced as soon as possible, immediately in most cases.
Where BMPs have failed, resulting in noncompliance, they shall be repaired or replaced as soon as possible,
immediately in most cases, to minimize the discharge of pollutants.
The ECS shall update the SWMP Notebook by describing and recording new and replacement BMPs.
New or replacement BMPs will be measured and paid for in accordance with subsections 208.07 and 208.08.
December 23, 2008
7
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
Subsection 208.04(f) shall include the following:
Wheneversediment is transported onto the highway, the road shall be cleaned. Street washing will not be
allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping
shall be completed with a pickup broom or equipment capable of collecting sediment. Street washing and kick
brooms shall not be used. Street cleaning will not be paid for separately, but shall be included in the work.
Add subsection 208.04(g) which shall include the following:
Material from saw cutting operations shall be cleaned from the roadway surface as soon as possible, immediately
in most cases, after operations. Particles shall be picked up with a pick up broom or vacuum. Sweeping and
street washing will not be allowed. Street cleaning will not be paid for separately, but shall be included in the
work.
Subsection 208.05 (j) shall include the following:
The Contractor shall protect all storm drain facilities adjacent to locations where pavement cutting operations
involving wheel cutting, saw cutting, sand blasting, or abrasivd water jet blasting are to take place.
In subsection 208.05(I) delete the first sentence and replace with the following:
The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or
under the logs or from sediment accumulation greater than 50 percent of the original exposed height of each
erosion log.
Subsection 208.05(n) shall include the following:
Washout areas shall be checked by the ECS and maintained as required. On site permanent disposal of concrete
washout waste is not allowed.
In subsection 208.05(n), first paragraph, delete the second sentence and replace with the following:
At least ten days prior to start of concrete operations, the Contractor shall submit in writing a'method statement
outlining the design, site location, and installation of a concrete structure that will contain washout from concrete
placement operations.
Subsection 208.05(n) shall include the following:
(1-1) The use of earthen, in ground concrete washout sites shall be less than one year.
In subsection 208.05(n) delete the last paragraph and replace it with the following:
All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be
hauled away from the site. Removal shall be included in the price of the concrete washout structure.
Subsection 208.05 shall include the following:
(q) Detention Pond. Permanent detention ponds shown in the construction plans may be used as temporary
BMPs if:
(1) the pond is designated as a construction BMP in the SWMP,
(2) the pond is designed and implemented for use as a BMP during construction in accordance with good
engineering, hydrologic, and pollution control practices, and
(3) the pond is inspected and maintained
(4) All silt shall be removed and the pond returned to the design grade and contour prior to project
acceptance.
December 23, 2008
8
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
Add subsections 208.051 through 208.055 immediately following subsection 208.05 which shall include the
following:
208.051 Materials Handling and Spill Prevention. The ECS shall clearly describe and record on the SWMP, all
practices implemented at the site to minimize impacts from procedures or significant material that could contribute
pollutants to runoff. Areas or procedures where potential spills can occur shall have spill procedures and
responses specified in subsection 107.25.
(a) Bulk storage structures *for petroleum products and any other chemicals shall have secondary containment or
equivalent adequate protection so as to contain all spills and prevent any spilled material from entering state
waters.. If secondary containment is used and results in accumulation of stormwater within the containment, a
plan shall be implemented to properly manage and dispose of accumulated stormwater.
(b) The Contractor shall inspect equipment, vehicles, and repair areas to ensure petroleum, oils, and lubricants
(POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer
shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite
approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably
be foreseen. All materials resulting from POL leakage control and cleanup shall become the properly of the
Contractor and shall be removed from the site. The cost for control, cleanup and removal of by-products
resulting from POL leaks will not be paid for separately, but shall be included in the work.
(c) Spill Prevention, Control and Countermeasure Plan shall be developed and implemented to establish
operating procedures and the necessary employee training to minimize the accidental releases of pollutants
that can contaminate stormwater runoff.
The Spill Prevention, Control, and Countermeasure Plan shall contain the following information:
(1) Identification of the spill cleanup coordinators
(2) Location of cleanup kits
(3) Quantities of chemicals and locations stored on site.
(4) Label system for chemicals and Materials Safety Data Sheets (MSDS) for products
(5) Notification and clean up procedures to be implemented in the event of a spill for spills which do not enter
state waters or are under reporting limits of the chemical of concern (diesel fuel, hydraulic fluid, motor oil,
used hydraulic fluid and motor oil, tack oil).
(6) Significant spill procedures for spills of any size that enter state waters or have the potential to do so.
CDOT's Erosion Control and Stormwater Quality Guide (current edition) contains Spill notification
contacts and phone numbers required in the SPCC.
Subsection 208.052 Stockpile Management. Material stockpiles shall be located away from sensitive areas
and shall be confined so that no potential pollutants will enter state waters or conveyances to state waters (e.g
ditches). Locations shall be approved by the Engineer.
Erodible stockpiles (including topsoil) shall be contained with acceptable BMPs at the toe (or just beyond toe)
throughout construction. BMPs shall be approved by the Engineer. The ECS shall describe, detail, and record the
sediment control devices on the SWMP.
There shall be no stockpiling or side casting of waste materials including but not limited to paint chips, asphalt,
and concrete that result from project activities within 50 horizontal feet of the ordinary high water line of any state
waters.
208.053 Grading and Slope Stabilization. The Contractor shall limit construction activities to those areas within
the limits of disturbance to toe of slope and top of cut and as otherwise shown on the plans and cross -sections.
Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment,
on -site staging, on -site batch plants, haul roads or work access, and any other action which would disturb existing
conditions. Off road staging areas must be pre -approved by the Engineer, unless otherwise designated in the
Contract. Disturbances beyond these limits shall be restored to the original condition by the Contractor at the
December 23, 2008
9
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
Contractor's expense. The ECS shall tabulate additional disturbances not identified in the SWMP or documented
in the permit and indicate locations and quantities on the SWMP and report to the Engineer.
The Contractor shall pursue and stabilize all disturbances to completion. The Contractor shall provide a
stabilization schedule showing dates when areas are to be completed and stabilized. The Contractor shall
maintain revisions to the schedule and obtain approval for schedule changes in accordance with subsection
108.03.
208.054 Surface Roughening and Vehicle Tracking. Disturbed surfaces shall be left in a roughened condition
at the end of each shift by equipment vertical tracking, scarifying, or disking the surface on contour to create a 2
to 4 inch minimum variation in soil surface. Deep sands or soils that are primarily rock need not be roughened.
Surface roughening will not be paid for separately, but shall be included in the work.
Subsection 208.06 shall include the following:
Failure to implement the Stormwater Management Plan puts the project in automatic violation of the CDPS — SCP
and CDOT specifications. Penalties may be assessed to the Contractor by the appropriate agencies. All fines
assessed to the Department for the Contractor's failure to implement the SWMP shall be deducted from moneys
due the Contractor in accordance with subsection 107.25(c) 2.
In subsection 208.06, delete the last sentence of the first paragraph and replace with the following:
Liquidated damages will be applied for failure to comply with the CDPS-SCP, including, but not limited to the
following:
In subsection 208.06, delete items (3), (4), (7) and (8) and replace with the following:
(3) Failure of the ECS to implement necessary actions required by the Engineer as required by subsection
208.03 (c).
(4) Failure to amend SWMP and implement erosion and sediment control measures as required by subsection
208.04.
(7) Failure to immediately stabilize disturbed areas as required by subsections 208.04(d) and 208.054.
(8) Failure to replace or. perform maintenance on an erosion control feature within 48 hours after notice from the
Engineer to replace or perform maintenance as required by subsection 208.04(e).
In subsection 208.06 add items (11), (12), (13), and (14) which shall include the following:
(11) Failure to perform permanent stabilization as required by subsection 208.04 (d).
(12) Failure of Superintendent or ECS to perform inspections and record findings in the Daily Stormwater Log.
(13) Failure of Superintendent or ECS to attend 14 day inspections.
(14) Failure to remove unnecessary BMPs.
In subsection 208.06, second paragraph, delete the first three sentences and replace with the following:
The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control
in accordance with the CDPS-SCP, including, but not limited to items (1) through (14) above. The Contractor will
be allowed 48 hours, but correction shall be made as soon as possible from the date of notification to correct the
failure. The Contractor will be charged liquidated damages in the amount of $875 for each calendar day after the
48 hour period has expired, that one or more of the incidents of failure to perform the requirements of CDPS-SCP,
including, but not limited to items (1) through (14) above, remains uncorrected.
SECTION 00300
BID FORM
PROJECT:
Place
Date
1. In compliance with your Invitation to Bid dated 20 and
subject to all conditions thereof, the undersigned
a (Corporation, Limited Liability Company, Partnership, Joint Venture, or
Sole Proprietor) authorized to do business in the State of Colorado
hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed
on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this
proposal is made in good faith, without collusion or connection with any
other person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the
Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be
done, all of which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid
bond in the sum of
($ ) in accordance with the Invitation To Bid and Instructions
to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this
Bid. The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows:
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by
the CONTRACTOR. under one of the items listed in the Bid Schedule,
irrespective of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through
Rev10/20/07 Section 00300 Page 1
December 23, 2008
10
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
When a failure may endanger health or the environment, consists of a spill or discharge of hazardous substances
or oil which may cause pollution of the waters of the state, or consists of a discharge of stormwater which may
cause an exceedance of a water quality standard, the Engineer may issue a Stop Work Order in accordance with
subsection 105.01.
If all failures are not corrected within 48 hours after liquidated damages have begun to be assessed, the Engineer
may issue a Stop Work Order in accordance with subsection 105.01. Work shall not resume until the Engineer
has approved a written corrective action plan submitted by the Contractor that includes measures to prevent
future violations and a schedule for implementation.
If the Contractor's corrective action plan and schedule are not submitted and approved within 48 hours of the Stop
Work Order or the corrective action plan is not implemented by the Contractor, the Engineer will have an
immediate on -site meeting with the Superintendent and the Superintendent's supervisor. This meeting will also be
attended by the Resident Engineer, the Region Water Pollution Control Manager, and the Region Program
Engineer. This meeting will identify and document needed corrective actions and a schedule for completion. If
after the meeting, the unacceptable work is not remedied within the schedule as agreed to in the meeting, the
Engineer will take action to effect compliance with the CDPS-SCP by utilizing maintenance or other non -
Contractor forces and deduct the cost from any moneys due or to become due to the Contractor pursuant to
subsection 105.16. The Stop Work Order shall be in place until the project is in CDPS-SCP compliance.
If the Contractor remains non -responsive to requirements of the on -site meeting, the Engineer will start default
and Contract termination procedures in accordance with subsection 108.09. CDOT will proceed with corrective or
disciplinary action in accordance with the Rules for Prequalification, Debarment, Bidding and Work on
Transportation, Road, Highway and Bridge Public Projects.
Add subsection 208.061 immediately following subsection 208.06 which shall include the following:
208.061_ Items to Be Accomplished prior to Final Acceptance. After concrete operations are complete,
washout areas shall be reclaimed in accordance with subsection 208.05(n) at the Contractor's expense.
Prior to final acceptance, a final walk through of the project shall occur with the Engineer, CDOT Landscape
Architect, CDOT Region Environmental personnel, the Region Water Pollution Control Manager, CDOT
Hydraulics Engineer, and CDOT Maintenance personnel in attendance. At this time final stabilization shall be
reviewed and BMPs shall be inspected for needed cleaning, maintenance, or removal. Areas will be inspected for
any additional BMPs that may be required. Permanent BMPs shown in the construction plans shall be inspected
to confirm that as constructed location, condition and other plan requirements have been met. The required work
shall be performed in accordance with subsection 105.20.
BMPs shall be removed when 70% of pre-existing vegetative cover has been re-established within the disturbed
project limits. BMPs subject to removal shall be determined at the final walk through of the project. The
Contractor shall remove approved BMPs; cost of BMP removal will be included in the BMP.
Upon completion of work required by walk through the ECS will modify the SWMP to provide an accurate
depiction of what remains on the project site.
In subsection 208.07 delete the sixth and seventh paragraphs and replace with the following:
Erosion Control Supervisor will be measured by the one of the following two methods shown on the bid schedule:
(1) The total number of hours the ECS is required to be on the project performing the duties outlined in
subsection 208.03(c) specific to this project. Commute time will not be measured and paid for separately, but
shall be included in the work. The Contractor shall record the tasks that were assigned to the Erosion Control
Supervisor and the hours that were required to complete each task. The records shall be submitted to the
Engineer weekly, after completion of the work, for approval and acceptance.,
December 23, 2008
11
REVISION OF SECTIONS 101, 107, AND 208
WATER QUALITY CONTROL
(2) The total number of authorized 24 hour days used for erosion control services specific to this project. An
authorized 24 hour day of ECS will be every calendar day that the ECS is required to be on the project
performing the duties outlined in subsection 208.03(c). The Contractor shall record the tasks that were
assigned to the Erosion Control Supervisor. The records shall be submitted to the Engineer, weekly, after
completion of the work, for approval and acceptance.
Excavation required for removal of accumulated sediment from traps, basins, areas adjacent to silt fences and
erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will
be measured by the number of hours that equipment, labor, or both are used for sediment removal.
In subsection 208.08 delete the pay item Sediment Removal and Disposal and the pay item for Erosion Control
Supervisor (Lump Sum), and replace them with the following:
Pay Item
Pay Unit
Removal and Disposal of Sediment (Labor) Hour
Removal and Disposal of Sediment (Equipment) Hour
Erosion Control Supervisor Hour
Erosion Control Supervisor Day
Subsection 208.08 shall include the following:
Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment,
including the operator.
Payment for Erosion Control Supervisor will be full compensation for the erosion control supervisor and all
materials and equipment necessary for the ECS to perform the work.
Payment will be made for erosion and sediment control devices replaced as approved by the Engineer.
In subsection 208.08, the third paragraph shall include the following:
Removal and Disposal of Sediment from the stabilized construction entrance will be measured and paid for
separately.
August 1, 2005
1
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
Section 104 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 104.07 and replace with the following:
104.07 Value Engineering Change Proposals by the Contractor. The Contractor is encouraged to develop
and offer proposals for improved construction techniques, alternative materials and other innovations. Proposals
must provide a project comparable to the COOT's original design either at lower cost or improved quality, or both.
No proposals will be accepted that lowers the quality of the intended project. Bid prices shall not be based on the
anticipated approval of a Value Engineering Change Proposal (VECP). Proposals shall be submitted only by the
successful bidder after contract award. If a VECP is rejected, the work shall be completed in accordance with the
Contract at contract bid prices. Any delay to the project due to a VECP submittal and review shall be considered
within the Contractor's control and will be non -excusable with the exception of those delays that are approved as
part of the VECP.
Proposals shall be categorized as VECP (Category A) or VECP (Category B)
VECP (Category A)s will be all proposals that involve the design and construction of a structure including but not
limited to a bridge, retaining wall, concrete box culvert, or building. A VECP (Category A) will also include any
proposal that would result in a change of original bid items that totals over $250,000. Alternatives investigated and
not selected in the project Structural Selection Reports may be presented in a VECP, if significant benefits can be
demonstrated to the Engineer. In addition, any design criteria and constraints listed in the Structural Selection
Report can not be modified or relaxed as part of a VECP unless significant and previously unknown benefits can
be proven to the Engineer. Experimental or demonstration -type design concepts, products, structures, or
elements that have not been pre -approved by COOT, in writing, for general use will be considered a VECP
(Category A). Category A proposals will also result in a realized and shared cost savings to COOT. Cost savings
generated to the Contract as a result of VECP offered by the Contractor and accepted by the COOT shall be
shared between the Contractor and the COOT.
All other VECPs that do not meet the previous requirements will be classified as a VECP (Category B).
Net cost savings on VECPs that are less than $25,000 can be kept by the Contractor. Net cost savings greater
than $25,000 shall be split equally between the Contractor and COOT as defined in the Basis of Payment section
of this specification.
Both VECP (Category A) and VECP (Category B) will produce savings to the CDOT or provide improved project
quality without impairing essential functions and characteristics of the facility. Essential functions include but are
not limited to: service life, requirements for planned future development, prior commitments to governmental
agencies or the public, corridor requirements; economy of operation, ease of maintenance, desired appearance,
safety, and impacts to the traveling public or to the environment during and after construction.
The Contractor may submit either a full VECP or a preliminary Conceptual VECP, followed by a full proposal.
These proposals are subject to rejection at any time if they do not meet the criteria outlined in this subsection.
(a) Submittal of Conceptual Proposal. For a VECP (Category A) that requires a significant amount of design or
other development resources, the Contractor may submit an abbreviated Conceptual Proposal for preliminary
evaluation. The Engineer will evaluate the information provided. The Contractor will then be advised in writing
if any conditions or parameters of the Conceptual Proposal are found to be grounds for rejection. Preliminary
review of a conceptual proposal reduces the Contractor's risk of subsequent rejection but does not commit
the COOT to eventual approval of the full VECP. The following information shall be submitted for each
Conceptual Proposal:
August 1, 2005
2
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
(1) Statement that the proposal is submitted as a Conceptual VECP
(2) General description of the difference between the existing Contract and the proposed change, and the
advantages and disadvantages of each, including effects on service life, requirements for planned future
development, prior commitments to governmental agencies or the public, corridor requirements,
economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling
public or to the environment during and after construction. The Contractor shall request in writing the
necessary information from the Engineer.
(3) One set of conceptual plans and a description of proposed changes to the Contract specifications
(4) Estimate of the anticipated cost savings or increase
(5) Statement specifying the following:
(i) when a response to the conceptual proposal from the CDOT is required to avoid delays to the
existing contract prosecution
(ii) the amount of time necessary to develop the full Proposal
the date by which a Contract Modification Order must be executed to obtain maximum benefit from
the Proposal
(iv) the Proposal's impact on time for completing the Contract
(b) Submittal of Full Value Engineering Change Proposal. The following materials and information shall be
submitted for both a Category and VECP (Category B):
(1) A statement that the proposal is submitted as a VECP:
(2) A description of the difference between the existing Contract and the proposed change, and the
advantages and disadvantages of each, including effects on service life, requirements for planned future
development, prior commitments to governmental agencies or the public, corridor requirements,
economy of operation, ease and cost of maintenance, desired appearance, safety, and impacts to the
traveling public or to the- environment during and after construction. . The Contractor shall request in
writing the necessary information from the Engineer.
(3) A complete set of plans and specifications showing the proposed revisions relative to the original
Contract. This portion of the submittal shall include design notes and construction details. The proposed
plans and specifications shall be signed and sealed by the Contractor's Engineer.
(4) A cost comparison, summarizing all of the items that the proposed VECP replaces, reduces, eliminates,
adds, or otherwise changes from the original Contract work, including all impacts to traffic control,
detours and all other changes. The cost comparison shall not include cost savings resulting from
purportedly decreased inspection or testing requirements, or CDOT overhead; All costs and proposed
unit prices shall be documented by the Contractor.
(5) A statement specifying the date by which a Contract Modification Order must be executed to obtain the
maximum cost reduction during the remainder of the Contract and the date when a response from the
CDOT is required to avoid delays to the prosecution of the Contract.
August 1, 2005
3
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
(6) A statement detailing the effect the Proposal will have on the time for completing the Contract.
(7) A description of any previous use or testing of the proposed changes and the conditions and results. If
the Proposal was previously submitted on another CDOT project, the proposal shall indicate the date,
Contract number, and the action taken by the CDOT.
(8) An estimate of any effects the VECP will have on other costs to the CDOT.
(9) A statement of life cycle costs, when appropriate. Life cycle costs will not be considered as part of cost
savings but shall be calculated for additional support of the Proposal. A discount rate of four percent shall
be used for life cycle calculations.
(c) Evaluation. VECP will be evaluated by CDOT in accordance with the CDOT Construction Manual.
Additional information needed to evaluate Proposals shall be provided in a timely manner. Untimely submittal
of additional information will result in rejection of the Proposal. Where design changes are proposed, the
additional information shall include results of field investigations and surveys, design and computations, and
changed plan sheets required to develop the design changes.
1. The Engineer will determine if a Proposal qualifies for consideration and evaluation. The Engineer may
reject any Proposal that requires excessive time or costs for review, evaluation, or investigation. The
Engineer may reject proposals that are not consistent with the CDOT's design and criteria for the project.
2. VECP, whether or not approved by the CDOT, apply only to the ongoing Contracts referenced in the
Proposal and become the property of the CDOT. Proposals shall contain no restrictions imposed by the
Contractor on their use or disclosure. The CDOT has the right to use, duplicate and disclose in whole or
in part any data necessary for the utilization of the Proposal. The CDOT retains the right to utilize any
accepted Proposal or part thereof on other projects without obligation to the Contractor. This provision is
subject to rights provided by law with respect to patented materials or processes.
3. If the CDOT is already considering revisions to the Contract or has approved changes in the Contract
that are subsequently proposed in a VECP, the Engineer will reject the Proposal and may proceed to
implement these changes without obligation to the Contractor.
4. The Contractor shall have no claim against the CDOT for additional costs or delays resulting from the
rejection or untimely acceptance of a VECP. These costs include but are not limited to: development
costs, loss of anticipated profits, increased material or labor costs, or untimely response.
5. Proposals will be rejected if equivalent options are already provided in the Contract.
6. Proposals that only reduce or eliminate contract pay items will be rejected.
7. The cost savings and other benefits generated by the Proposal must be sufficient to warrant review and
processing, as determined by the Engineer.
B. A proposal changing the type or thickness of the pavement structure will be rejected.
9. No VECP proposal can be used to alter incentive and disincentive rates and maximums on A+B
projects.
August 1, 2005
4
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
10. Right of Way cannot be bought as part of a VECP to eliminate phasing on a project.
11. A VECP changing the design of a structure maybe considered by the CDOT, if the design meets the
following conditions:
(1) The design shall not involve detouring of traffic onto local roads or streets to an extent greater than
the original plans, unless previously approved by the affected local agencies
(2) The design has the same roadway typical section as the original plans
(3) The design meets or exceeds the benefits of the construction -handling or traffic phasing scheme
shown in the original plans
(4) The design meets or exceeds all environmental commitments and permit requirements of the
original Contract.
(5) The design shall not increase environmental impacts beyond those of the original Contract.
(6) The design meets or exceeds the vertical and horizontal clearances and hydraulic requirements
shown in the original plans
(7) The design has the same or greater flexibility as the original design to accommodate future widening
(8) The design shall not change the location of the centerline of the substructure elements, without
demonstrating substantial benefits over the original plans
(9) The design shall not change the grade or elevation of the final riding surface, without demonstrating
substantial benefits over the original plans
(10) The design shall match corridor future development plans, architectural, aesthetic and pavement
requirements, if applicable
(11) The design shall not adversely impact the CDOT's Bridge Inspection, maintenance or other long-
term costs or operations.
(12) The design shall meet all CDOT design standards and policies
(13) The design shall include all additional costs and coordination necessary to relocate utilities
(14) Major structure designs provided by the Contractor shall include an independent plan review and
design check by a Professional Engineer registered in the State of Colorado and employed by a firm
other than the engineer -of -record. This design review will be performed at no additional cost to
CDOT and shall be included in the Contractor's engineering costs.
(15) The Contractor shall provide CDOT with all design calculations, independent design check
calculations, a rating package for each bridge prepared in accordance with the current CDOT Bridge
Rating Manual, and a record set of quantity calculations for each structure.
12. The Engineer will reject all or any portion of the design or construction work performed under an
approved VECP if unsatisfactory results are obtained. The Engineer will direct the removal of such
rejected work and require construction to proceed under the original Contract requirements without
reimbursement for work performed under the proposal, or for its removal.
If a structure design VECP meets these and all other requirements, the CDOT may, at its sole option,
accept or reject the proposal.
(d) Basis of Payment. If the VECP is accepted, a Contract Modification Order will authorize the changes and
payment. Reimbursement will be made as follows:
August 1, 2005
5
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
The changes will be incorporated into the Contract by changes in quantities of unit bid items, new
agreed unit price items, lump sum or any combination, as appropriate, under the Contract. Unless there
is a differing site condition as described in subsection 104.02, the Contractor shall not receive additional
compensation for quantity overruns, design errors, supplemental surveys, geotechnical investigations,
additional items or other increases in cost that were not foreseen in the accepted VECP, unless
otherwise approved by the Engineer.
2. For all VECPs, the incentive payment shall be calculated as follows. -
(gross cost of deleted work) - (gross cost of added work) = (gross savings)
(gross savings) - (Contractor's engineering costs) - (CDOT's engineering costs) = (net savings)
Any net savings less than $25,000 can be kept by the contractor.
If the net savings are greater than $25,000 then the amount over $25,000 will be shared equally with
CDOT and calculated as follows:
(net savings)- $25,000 = shared savings
Contractor's total incentive = (shared savings) /2 + $25,000
The Contractor's engineering costs will be reimbursable only for outside consultant costs that are
verified by certified billings. CDOT's engineering costs shall be actual consultant costs billed to CDOT
and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed
amount of $50.00 per hour per employee. Project personnel assigned to the field office or who work on
the project on a regular basis shall not be included in CDOT's portion of the cost.
3. At the completion of the VECP design work, the Contractor shall furnish the CDOT any additional
documentation such as surveys, geotechnical reports, documentation or calculations and shop
drawings required to complete the work.
At the completion of the project, the Contractor shall furnish the CDOT with PE -stamped Record sets,
and As -Constructed plans showing the VECP work.
(e) Contractor Appeal Process. Appeals can only be made on VECP (Category A)s. The Prime Contractor
submitting the VECP may file a one-time appeal to the Region Transportation Director (RTD) on the denial of
any VECP (Category A). The Contractor must have a valid reason for the appeal and the decision of the
Region Transportation Director will be final.
January 17, 2008
REVISION OF SECTION 105
CONFORMITY TO THE CONTRACT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.03 shall include the following, after the first paragraph:
All Hot Mix Asphalt (HMA) materials or work will be evaluated for conformity to the Contract in accordance with
subsection 105.05 except HMA that is used for patching and temporary pavement.
In subsection 105.03 (c), delete the Table of Price Reduction Factors and replace with the following:
TABLE OF PRICE REDUCTION FACTORS
Element
Factor "F"
100 percent size sieve
1
12.5 mm (1/2") sieve and larger
1
150 pm (No. 100) sieve to 9.5 mm (3/8") sieve inclusive
(except 100 percent size sieve)
3
75 pm (No. 200) sieve
6
75pm (No. 200) sieve (cover coat material)
25
Liquid Limit
3
Plasticity Index
10
Asphalt penetration
1
Asphalt residue
3
Portland Cement Concrete Pavement Fine Aggregate Sand
Equivalent
0.3
Hydrated Lime Gradation
0.3
Toughness, inch -pounds, minimum
0.8
Tenacity, inch -pounds, minimum
0:8
Elastic Recovery, 25 °C, percent minimum
1.25
Ductility, 4 °C (5cm/min) cm, minimum
1.25
In subsection 105.03 (c), delete the seventh paragraph, including the table of the multiplier for price reductions,
and replace with the following:
If the P for aggregate gradation for Items 206, 304, or the gradation of hydrated lime for item 403 is 3 or greater
the reduction will apply to the contract price multiplied by the Multipliers (M) listed in the following table:
MULTIPLIER FOR PRICE REDUCTIONS FOR MISCELLANEOUS ITEMS
Item Number -Name
Element
Multiplier M
206- Structural Backfill.
Gradation
0.60
304-Aggregate Base Course
Gradation
0.60
4037Hot Mix Asphalt*
Hydrated Lime Gradation
0.60
" The P value for hydrated lime shall be applied to the price of the HMA item when asphalt cement is not paid for
separately. Lime gradation P values will not be combined with Pay Factors for other elements.-
June 29, 2006
REVISION OF SECTION 106
CERTIFICATES OF COMPLIANCE AND
CERTIFIED TEST REPORTS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
In subsection 106.12 delete item (11) of the list following the first paragraph and replace with the following:
(11)The following certification, signed by a person having legal authority to act for the Contractor:
I hereby certify under penalty of perjury that the material listed in this Certificate of Compliance
represents (quantity and units) of pay item (pay item number and
Description) that will be installed on project number
Contractor Date
In subsection 106.12, delete the second paragraph and replace with the following:
The original Certificate of Compliance shall include the Contractor's original signature as directed above, and the
original signature (including corporate title), under penalty of perjury, of a person having legal authority to act for
the manufacturer. It shall state that the product or assembly to be incorporated into the project has been sampled
and tested, and the samples have passed all specified tests. One copy or facsimile of the fully signed Certificate
of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to
the Engineer before payment for the represented item will be made. Failure to comply may result in delays to the
project or rejection of the materials.
In subsection 106.13, delete item (11) of the list following the first paragraph and replace with the following:
(11)The following certification, signed by a person having legal authority to act for the Contractor:
I hereby certify under penalty of perjury that the material listed in this Certified Test Report represents
(quantity and units) of pay item (pay item number and Description) that will
be installed on project number
Contractor Date
In subsection 106.13, delete the second paragraph and replace with the following:
The original Certified Test Report shall include the Contractor's original signature as directed above, and the
original signature (including corporate title), under penalty of perjury, of a person having legal authority to act for
the manufacturer or the independent testing laboratory. It shall state that the test results show that the product or
assembly to be incorporated into the project has been sampled and tested, and the samples have passed all
specified tests. One copy or facsimile of the fully signed Certified Test Report shall be furnished to the Engineer
prior to installation of material. The original shall be provided to the Engineer before payment for the represented
item will be made. Failure to comply may result in delays to the project or rejection of the materials.
April 30, 2009
1
REVISION OF SECTIONS 106 AND 601
CONCRETE SAMPLING AND PUMPING
Sections 106 and 601 of the Standard -Specifications are hereby revised for this project as follows:
In subsection 106.03, delete the fifth paragraph and replace with the following:
Samples will be taken by the Department except that the Contractor shall take samples of Portland Cement
Concrete in accordance with CP 61; samples of asphalt cement, in accordance with AASHTO T 40; hot mix
asphalt, in accordance with CP 41 and a composite of aggregates for hot bituminous mixtures, in accordance with
CP 30. The Engineer will determine the sampling locations, and the samples shall be taken in the presence of the
Engineer. The Contractor may retain a split of each sample.
Delete subsection 601.08 and replace with the following:
601.08 Air Content Adjustment. When a batch of concrete delivered to the project does not conform to the
minimum specified air content, an air,entraining admixture conforming to subsection 711.02 may be added in
accordance with subsection 601.17. After the admixture is added, the concrete shall be re -mixed for a minimum
of 20 revolutions of the mixer drum at mixing speed. The concrete will then be re -tested by QC.
Subsection 601.12(d) shall include the following:
The Contractor shall not use pipes, chutes, troughs, spouts, or tremies that are fabricated of aluminum materials
for pumping, conveying, or placing concrete.
Subsection 601.12(g) shall include the following:
When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete
placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the
Contractor's expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At
least 0.25 cubic yard of concrete shall be pumped and discarded to prime the pump. Water shall not be added
directly into the concrete pump hopper after placement has commenced. If water is added to the concrete pump
hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump re -primed at the
Contractor's expense. _
The pump operator shall have a valid operator's certification from the American Concrete Pumping Association, or
approved equal. Boom pumps shall have a documented current inspection as required by ASME B30.27.
Equipment added to the pump shall meet the pump manufacturer's specifications. The Contractor shall submit
the specifications of the pumping equipment and the qualifications of the operator to the Engineer for review at
least two weeks prior to pumping concrete. Equipment and operators rejected by the Engineer shall be replaced
at the Contractor's expense.
The pump shall be operated so that a continuous stream of concrete is produced. The pump equipment shall use
a minimum of one of the following to maintain concrete uniformity:
(1) A 360 degree loop immediately prior to the delivery end of the pump line.
(2) A minimum one inch reducer installed at the entry to the delivery hose.
(3) A minimum one inch reducing delivery hose.
(4) A cable attached to the pump boom creating a minimum 90 degree bend in the steel braded flexible hose.
The point of discharge from the flexible hose at the end of the boom shall be at or above the lowest point
of the bend.
(5) On horizontal pours a 10-foot minimum horizontal delivery system placed on the deck.
(6) Other approved methods.
W
a
Q
w
x
u
U)
m
97,2
m m
J
a
0
O
N
V
O
a
~
z
O
J
(n
U
U
J
(n
(n
(n
J
J
J
}
H
CO
F-
Z
•-
(n
00
O
CV)
Cl)U)
N
0)
(n
O
(n
a
04
N
r-
00
(0
.-
Lr)
d
T
(9
W
�
U
e
Z
°
bo
U
O
2
CA
>,
0o
ct
d)
E
c9
ai
>
>
o
o
m
m
x
x
x
>
c
=
_
. c
o
mm
o
a
o
zo
zo
2
o
p
p
—
v
Y
�p
3
.0-0-
U
U
U
N
N
a°'i
m
3
in
(n
CI
N
•�
0
U
U
c
c
•'00
(n
m
Q'
N
N
N
N
0
C
O`
w
w
U
N
a0
.O.
.O.
f"0
N
N
0
N
N
F-
H
N
U
c
C
U
oc
U
-
0)
O
�
0
UU
0
N
m
co)UU
O
O
1
10U
3
O
O
—
N
—
N
M
—
N
r-
Z
O.
Oo
O
O
O
O
O
O
O
Cl
O
O
.-
N
00
00
00
0)
O
(D.
0
fW.
04
LO
((00
((00
((D
(0
(OO
(O
co
(0
(D
(NO
April 30, 2009
2
REVISION OF SECTIONS 106 AND 601
CONCRETE SAMPLING AND PUMPING
Metal pump lines or couplings shall not rest directly on epoxy coated reinforcing steel.
The point of discharge of the pump shall be as close to the bridge deck elevation as possible.
Subsection 601.17 shall include the following:
The Contractor shall sample 601 pay items for both QC and QA in accordance with CP 61. The Engineer will
witness the sampling and take possession of the QA samples at a mutually agreed upon location.
Delete subsection 601.17(a) and replace with the following:
(a) Air Content. The first three batches at the beginning of production shall be tested by QC and QA for air
content. When air content is below the specified limit, it may be adjusted in accordance with subsection
601.08. Successive batches shall be tested by QC and witnessed by the Engineer until three consecutive
batches are within specified limits. After the first three batches, CDOT will follow the random minimum testing
schedule. Air content shall not be adjusted after a QA test.
At any time during the placement of the concrete, when a QA test on a batch deviates from the minimum or
maximum percent of total air content specified, the following procedure will be used to analyze the
acceptability of the concrete.
1. A batch that deviates from the specified air content by more than 1 percent and all Class D, DT, HT and
H concrete placed in bridge decks with air content exceeding 8 percent will be rejected. Portions of loads
incorporated into structures prior to determining test results which indicate rejection as the correct course
of action shall be subject to acceptance at reduced price, no payment, or removal as determined by the
Engineer.
2. A batch that deviates from the specified air content by 1 percent or less may be accepted at a reduced
.price using Table 601-3.
April 30, 2009
1
REVISION OF SECTION 107
PROJECT SAFETY PLANNING
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 107.06 and replace with the following:
107.06. Safety, Health, and Sanitation Provisions.
(a) Contractor Responsibilities. The Contractor shall ensure compliance with applicable Federal, State, and local
laws, rules, regulations, and guidelines governing safety, health and sanitation, including but not limited to the
Project Safety Management Plan (Plan) described below, the Occupational Safety and Health Act, 29 CFR
1910, 29 CFR 1926, 23 CRF 634, Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado
Work Zone Best Practices Safety Guide", national consensus standards, and the Drug -Free Workplace Act
(Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). The Contractor shall provide all safeguards,
safety devices, and protective equipment, and shall take all other actions necessary to protect the life, safety
and health of persons working at or visiting the project site, and of the public and property in connection with
the performance of the work covered by the Contract. In the case of conflicting requirements, the more
stringent of the requirements shall apply. The Contractor shall require that all operations and work practices by
Contractor, subcontractors, suppliers, and Department personnel comply with the provisions of the Plan.
(b) Safety Officer. Prior to the start of construction, the Contractor shall designate a Safety Officer and an
alternate, who shall be responsible for the coordination of safety activities, and preparation and implementation
of the Plan.
(c) Competent Persons. Prior to the start of construction, the Contractor shall designate at least one competent
person for each of the construction activities being completed. Construction activities and safety considerations
that must be addressed shall include, but are not limited to: lead abatement, hearing protection, respiratory
protection, rigging, assured grounding, scaffolding, fall protection, cranes, trenching and excavating, steel
erection, underground construction (including caissons and cofferdams), demolition, blasting and the use of
explosives, stairways and ladders, asbestos, and confined space. The appropriate competent persons shall be
present on the project site at all times during construction activities. A competent person is an individual who,
by way of training, experience, or combination thereof, is knowledgeable of applicable standards, is capable of
identifying existing and predictable workplace hazards relating to a specific construction activity, is designated
by the employer, and has authority to take appropriate actions.
(d) Project Safety Management Plan. Prior to the start of construction, the Contractor shall prepare a written
Project Safety Management Plan (Plan) which shall be specific to the project. The Plan shall include:
(1) Designation of a Safety Officer and an alternate, and competent persons for each construction activity as
described above.
(2) A list of all significant and/or high -risk construction activities and safety considerations as described
Above, and a hazard assessment for each.
(3) Direction as to whether engineering, administrative, personal protection measures, training, or a
combination thereof, shall be implemented to address the hazards identified in (2) above.
(4) Provisions for field safety meetings. The Contractor shall conduct field safety meetings at the frequency
specified in the Plan, once per week at a minimum. The Contractor shall encourage participation by all
persons working at the project site. Participants at these meetings shall discuss specific construction
activities for that work period, results from safety inspections, .required_personal protective equipment,
and all other necessary safety precautions.
(5) Provisions for project safety meetings. The Contractor shall conduct project safety meetings to discuss
accidents, incidents, safety goals, near misses, and results of safety inspections. The Contractor shall
notify the Engineer of the time, date, and location of these meetings, shall require participation by all
persons (including Department personnel) working at the project site, and shall track attendance through
sign-up lists.
(6) Procedures for assuring compliance by subcontractors, suppliers, and authorized visitors to the project.
In addition, the Plan shall specify the measures that will be taken to discourage unauthorized personnel
from entering the site.
April 30, 2009
2
REVISION OF SECTION 107
PROJECT SAFETY PLANNING
(7) Procedures to be followed in cases where workers are suspected of drug or alcohol impairment.
(8) Provisions for project safety inspections. The Contractor shall conduct regular project safety inspections
at the frequency specified in the Plan, once per month at a minimum. The Contractor shall maintain
documentation on the project site, including the date of these inspections, the findings, and the corrective
measures taken to address the findings.
(9) Procedures to be followed to correct violations of the Plan by any personnel.
(10) The notification, investigation, and implementation procedures that the Contractor shall follow in the case
of a safety stand down.
(11) The Contractor's certification as follows:
By authorized signature below, (Contractor name), hereinafter referred to as 'the Contractor', hereby
certifies that this Project Safety Management Plan (Plan) complies with and meets applicable Federal,
State, and local laws, rules, regulations and guidelines governing safety, health and sanitation,
including but not limited to the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, Mine
Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices
Safety Guide", national consensus standards, and the Drug -Free Workplace Act (Public Law 100-690
Title V, subtitle D, 41 USC 701 et seq.). All operations and work practices of the Contractor will comply
with this Plan. The Contractor requires that all subcontractors, suppliers and Department personnel
comply with this Plan.
(Signature of Contractor's Safety Officer or alternate)
Title
Date
The Contractor shall submit the Plan to the Engineer for the project records, and shall provide updates to the
Plan as necessary. An up-to-date copy of the Plan shall be on the project site in the Contractor's possession at
all times.
(e) Project Safety & Health Requirements. All personnel on the project site shall wear the following personal
protective equipment (PPE) at all times when in the Highway Right of Way, except when in their vehicles:
(1) Head protection and high visibility apparel, reflectorized for night use, and footwear, all of which shall
comply with the latest appropriate national consensus standards.
(2) All other PPE that is stipulated by the Plan. All PPE shall comply with the latest appropriate national
consensus standards.
(f) Safety Stand -Down. The Engineer may immediately suspend all or part of any work in the case of an accident
(including property damage), or catastrophe (three or more persons hospitalized in a single incident), or other
situation presenting an imminent danger to life or health, such as a near -miss; violation of -the- Plan, and/or -
presence of a hazardous situation. In the case of a worksite fatality directly related to the Contractor's or any
subcontractor's work operations, the safety stand -down shall be mandatory. In the case of a traffic fatality
unrelated to a work -zone incident in the opinion of the Engineer, the safety stand -down will not be mandatory.
During any mandatory safety stand -down due to a fatality, all work on the project shall cease, except that work
deemed necessary by the Engineer to immediately correct unsafe conditions. The Contractor shall be allowed
to resume operations only after providing documentation, certified by the Safety Officer or alternate, regarding
the corrective actions taken to prevent recurrence. The Contractor may be granted a non-compensable,
excusable delay, up to three days, for the period of time during which no work was pursued due to each safety
stand -down.
April 30, 2009
3
REVISION OF SECTION 107
PROJECT SAFETY PLANNING
(g) Regulatory Enforcement Actions. The Contractor shall provide written notifications of all Regulatory agency
actions relating to safety to the Engineer.
All costs associated with the preparation and implementation of the Plan, and complying with all safety, health, and
sanitation provisions and requirements will not be measured and paid for separately, but shall be included in the
work.
April 12, 2007
REVISION OF SECTION 107
TON -MILE TAX
Section 107 of the Standard Specifications is hereby revised for this project as follows;
In subsection 107.02, delete the third paragraph.
January 17, 2008
1
REVISION OF SECTION 109
COMPENSATION FOR COMPENSABLE DELAYS
Section 109 of the Standard Specifications is hereby revised for this project as follows:
In subsection 109.10 delete the first paragraph and replace.with the following:
109.10 Compensation for Compensable Delays. If the Engineer determines that a delay is compensable in
accordance with either subsection 105.21, 105.22, 105.23, or 108.07, monetary compensation will be determined
in accordance with this subsection.
Delete subsection 109.10(a) and replace with the following:
(a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories
of costs are not recoverable:
(1) Actual wages and benefits, including FICA, paid for additional non -salaried labor;
(2) Costs for additional bond, insurance and tax;
(3) Increased costs for materials;
(4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned equipment and
based on invoice costs for rented equipment;
(5) Costs of extended job site overhead;
(6) Salaried employees assigned to the project;
(7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is
required for all such claims);
(8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for items for
which no specific allowance is provided, including profit and home office overhead.
June 5, 2009
I
REVISION OF SECTION 109
FUEL COST ADJUSTMENT
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Subsection 109.06 shall include the following:
(h) Fuel Cost Adjustments. Contract price adjustments will be made to reflect increases or decreases in the
monthly average prices of gasoline, diesel and other fuels from the average prices for the month preceding the
month in which bids were received for the Contract. When bidding, the Contractor shall specify on the Form 85
whether the price adjustment will apply to the Contract. After bids are submitted, the Contractor will not be
given any other opportunity to accept or reject this adjustment. If the Contractor fails to indicate a choice on the
Form 85, the price adjustment will not apply to the Contract. If the fuel cost adjustment is accepted by the
Contractor, the adjustment will be made in accordance with the following criteria:
1. Price adjustments will be based on the fuel price index established by the Department and calculated as
shown in subsection 109.06(h)2.D below. The index will be the monthly average of the rates posted by the
Oil Price Information Service (OPTS) for Denver No. 2 Diesel. The rate used will be the OPTS Average
taken from the OPIS Standard Rack table for Ultra -Low Sulfur w/Lubricity Gross Prices (ULS column),
expressed in dollars per gallon and rounded to two decimal places.
2. Price adjustments will be made on a monthly basis with the following conditions:
A. Adjustment will be based on the pay quantities on the monthly partial pay estimate for the following pay
items for which fuel factors have been established:
Item
Fuel Factor FF
202-Removal of Asphalt Mat (Planing)
0.006 Gal/SY/Inch depth
203-Excavation (muck, unclassified), Embankment, Borrow,
0.29 Gal/CY
203-Excavation (rock)
0.39 Gal/CY
206-Structure Excavation and Backfill [applies only to quantities
0.29 Gal/CY
paid for by separate bid item; no adjustment will be made for
pay items that include structure excavation & backfill, such as
RCP(CI P)j
304-Aggregate Base Course (if ABC is paid for by the CY) (if
0.85 Gal/CY
ABC is paid for by the ton, convert to CY by multiplying the
quantity in tons by 0.557)
307-Lime Treated Subgrade
0.12 Gal/SY
310-Full Depth Reclamation
0.06 Gal/SY
403-Hot Mix Asphalt (HMA)
2.47 Gal/Ton
403-Stone Mastic Asphalt
2.47 Gal/Ton
405-Heating and Scarifying Treatment
0.44 Gal/SY
406-Cold Bituminous Pavement Recycle
0.01 Gal/SWInch depth
412-Portland Cement Concrete Pavement
0.03 Gal/SWInch thickness
B. A price adjustment will be made only when the current fuel price index varies by more than 5 percent
from the price index at the time of bid, and only for that portion of the variance in excess of 5 percent.
Price adjustments may be either positive or negative dollar amounts.
C. No fuel price adjustments will be made for any partial estimate falling wholly after the expiration of
contract time.
June 5, 2009
2
REVISION OF SECTION 109
FUEL COST ADJUSTMENT
D. Adjustment formula:
EP greater than BP:
FA = (EP —1.05 BP)(Q)(FF)
EP less than BP:
FA = (EP — 0.95 BP)(Q)(FF)
Where:
BP = Average fuel price index for the calendar month prior to the calendar month in which bids
are opened
EP = Average fuel price index for the calendar month prior to the calendar month in which the
partial estimate pay period ends
FA = Adjustment for fuel costs in dollars
FF = Fuel usage factor for the pay item
Q = Pay quantity for the pay item on the monthly partial pay estimate
Note: When the pay item is based on area, and the rate of fuel use varies with thickness, Q
should be determined by multiplying the area by the thickness. For example: for 1000
square yards of 8-inch concrete pavement Q should be 8000.
Example: Bids are opened on July 16. The BP will be the average of the daily postings for June 1
through June 30. For an estimate cut-off date selected by the Contractor at the Pre -
Construction Conference of the 20th of the month a February estimate will include HMA
quantities measured from the 21s1 of January through the 201h of February, and the EP
index used to calculate ACCA will be the average of the daily postings for January 1
through January 31 as established by CDOT)
E. No adjustment will be allowed for the quantity of any item that is left in place at no pay.
The fuel cost adjustment will be the sum of the individual adjustments for each of the pay items shown. No
adjustment will be made for fuel costs on items other than those shown. The factors shown are aggregate
adjustments for all types of fuels used, including but not limited to gasoline, diesel, propane, and burner fuel.
No additional adjustments will be made for any type of fuel.
Fuel cost adjustments resulting in an increased payment to the Contractor will be paid for under the planned
force account item: Fuel Cost Adjustment. Fuel cost adjustments resulting in a decreased payment to the
Contractor will be deducted from monies owed the Contractor.
August 1,2005
REVISION OF SECTION 109
MEASUREMENT OF QUANTITIES
Section 109 of the Standard Specifications is hereby revised for this project as follows:
In subsection 109.01, following paragraph 15, add the following:
The Engineer will randomly verify the accuracy of the certified weigher on every project where the weights are
manually entered on the scale ticket. This verification will consist of at least one comparison check on the project
Additional verification checks may be required as determined by the Engineer. The Engineer will randomly select
a loaded truck after the truck has been issued a scale ticket by the certified weigher. The loaded truck will then be
reweighed, in the presence of the Engineer, on the same scale and the weight compared with the weight on the
scale ticket. Reweighed loads shall be within the tolerance of 200 pounds plus or minus.
The Engineer will also verify the accuracy of computerized scales. Computerized scales are scales that:
automatically print weights on the scale ticket. This verification will consist of at least one comparison check when
the project requires more than 2500 tons of material to be weighed. This comparison check shall be made by
reweighing a loaded vehicle. The Contractor shall either provide a second certified scale or select a second
certified scale in the vicinity to be used for the comparison check. Comparison checks shall be performed using
the following procedures:
(1) Hopper Scale. A loaded truck will be randomly selected by the Engineer. The loaded truck shall be weighed
on a certified platform scale to record the gross weight. The truck shall be unloaded and weighed again on
the same scale to record the tare weight. The tare weight shall be subtracted from the gross weight and
compared against the net weight recorded on the scale ticket.
(2) Platform Scales. A loaded truck will be randomly selected by the Engineer. The loaded truck shall be
reweighed on a second certified scale and the gross weight shall be compared against the gross weight on the
first scale ticket.
Should a comparison check reveal a weight difference of more than one percent, a second comparison check
shall be performed immediately. If the weight differences of both comparison checks exceed the one percent limit,
the Contractor shall immediately stop weighing and the scale shall be recertified and resealed at the Contractor's
expense. The necessary adjustments as indicated by the recertification will be made to all scale tickets issued
since the last certification or on the entire project, whichever occurred later, unless the Contractor demonstrates to
the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time.
If it is necessary to recertify a scale, and more than 2500 tons of material remain to be weighed, another scale
comparison check shall be made.
All comparison checks shall be made at the Contractor's expense.
November 30, 2006
REVISION OF SECTION 601
FORMS AND FALSEWORK
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Subsection 601.09 (b) shall include the following:
Forms for the placement of deck concrete or other concrete work associated with structural steel girders shall be
constructed so that any concentrated loads applied to girder webs shall be within 6 inches of a flange or stiffener.
Where loads are applied to steel girder webs, they shall be applied in a manner that will not produce distortion to
the web.
For structural steel girders, temporary struts and ties shall be provided as necessary to resist lateral loads applied
to the girder flanges and to prevent appreciable relative movement between the edge of deck form and the
adjacent steel girder.
In subsection 601.11 (a), delete the first three paragraphs and replace with the following:
(a) General. The Contractor shall be responsible for designing and constructing falsework.
The Contractor's Engineer shall determine whether falsework is necessary. When the Contractor's Engineer
determines falsework is unnecessary, the Contractor shall submit a written statement signed by the
Contractor's Engineer so stating. All falsework drawings, including revisions, shall be prepared by the
Contractor's Engineer, shall meet the requirements of subsection 601.11, and shall be provided by the
Contractor to the Engineer for record purposes only. The drawings shall be signed and sealed by the
Contractor's Engineer. These drawings shall be stamped "Approved for Construction" and signed by the
Contractor prior to providing them to the Engineer. The drawings will not be approved by the Engineer.
In subsection 601.11 (d), delete the second and third paragraphs and replace with the following:
Falsework and formwork for the placement of deck concrete or other concrete work associated with structural
steel girders shall be constructed so that any concentrated loads applied to girder webs shall be within 6 inches of
a flange or stiffener. Where loads are applied to steel girder webs, they shall be applied in a manner that will not
produce distortion to the web.
For structural steel girders, temporary struts and ties shall be provided as necessary to resist lateral loads applied
to the girders and to prevent movement between adjacent steel girders. Where the deck overhang exceeds 1/3 of
the distance between steel girders, bracing shall be provided to prevent rotation of the exterior girder due to the
weight of the overhang falsework and formwork and concrete placement operations. Struts and ties shall also be
provided between interior steel girders to prevent movement between girders. Falsework drawings for bracing,
struts, and ties shall be submitted and conform to the requirements of subsection 601.11 (a).
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the
Bid or change quantities at his sole discretion without affecting the
Agreement or prices of any item so long as the deletion or change does
not exceed twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
CONTRACTOR
BY:
Signature
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address
Telephone
Email
Date
Rev10120/07 Section 00300 Page 3
April 12, 2007
REVISION OF SECTIONS 601, 606, 608, 609, AND 618
CONCRETE FINISHING
Sections 601, 606, 608, 609, and 618 of the Standard Specifications are hereby revised for this project as follows:
Subsection 601.12 (a) shall include the following:
Unless otherwise specified, hand finishing methods will be permitted only when performed under the direct
supervision of a Craftsman holding the following certificate: ACI Concrete Flatwork Finisher and Technician
(ACICFFT) or other Flatwork Finisher certification program approved by the Department. A minimum of one
certified Craftsman is required at each finishing operation. A minimum of one certified Craftsman is required for
each three or fewer finishers (non -certified ACICFFTs) at each operation.
Subsection 601.14(a) shall include the following:
The finishing of hardened concrete surfaces shall not require a certified Concrete Flatwork Finisher as described
in subsection 601,12(a).
Subsection 606.04(a), second paragraph, shall include the following:
When hand finishing is allowed, it shall be performed under the supervision of a certified Concrete Flatwork
Finisher in conformance with revised subsection 601.12(a).
Subsection 606.04(b), first paragraph, shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in
conformance_ with revised subsection 601.12(a).
Subsection 608.03(d), first paragraph, shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in
conformance with revised subsection 601.12(a).
Subsection 609.03 shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in
conformance with revised subsection 601.12(a).
Subsection 618.11(f), first paragraph, shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in
conformance with revised subsection 601.12(a).
April 30, 2009
1
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
Sections 601 and 701 of the Standard Specifications are hereby revised for this project as follows:
Delete subsection 601.02 and replace with the following:
601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when specified in the
Contract.
Table 601-1
CONCRETE TABLE
Concrete
Class
Required Field
Compressive
Strength(psi)
Cementitious
Content: Minimum
or Range Ibs/ d3
Air Content:
% Range
'(Total)
Water Cementitious
Ratio: Maximum or
Range
B
4500 at 28 days
N/A
5-8
0.45
BZ
4000 at 28 days
610
N/A
0.45
D
4500 at 28 days
615 to 660
5-8
0.45
DT
4500 at 28 days
700
5-8
0.44
E
4200 at 28 days
660
4-8
0.44
H
4500 at 56 days
580 to 640
5-8
0.38 - 0.42
HT
4500 at 56 days
580 to 640
5-8
0.38 - 0.42
P
4200 at 28 days
660
4-8
0.44
S35
5000 at 28 days
615 to 720
5-8
0.42
S40
5800 at 28 days
615 to 760
5-8
0.40
S50
7250 at 28 days
615 to 800
5-8
0.38
Class B concrete is an air entrained concrete for general use. Class D, H or P concrete may be substituted for
Class B concrete. Additional requirements are: The coarse aggregate shall have a nominal maximum size of 1'/2
inches or smaller.
Class BZ concrete is concrete for drilled piers. Additional requirements are: Entrained air is not required unless
specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5-8 percent.
High range water reducers may be added to obtain desired slump and retardation. Slump shall be a minimum of
5 inches and a maximum of 8 inches. The concrete mix shall be made with AASHTO M 43 size No. 67, No. 7 or
No. 8 coarse aggregate.
Class D concrete is a dense medium strength structural concrete. Class H may be substituted for Class b
concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix.
The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6 or No. 67 coarse aggregate. When
placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67
coarse aggregate by weight of total aggregate.
Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted for Class DT
concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix.
The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by
weight of total aggregate.
--------------
Class E concrete may be used for fast track pavements needing early strength in order to open a pavement to
service soon after placement. Additional requirements are: Type III cement may be used The concrete mix shall
consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total
aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO
M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The
laboratory trial mix shall produce a minimum average 28 day flexural strength of 650 psi. Class E concrete shall
contain a minimum of 10 percent pozzolan by weight of total cementitious material.
April 30, 2009
2
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
Class H concrete is used for bare concrete bridge decks that will not receive a waterproofing membrane.
Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The
concrete mix shall consist of a minimum of 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of
total aggregate. Class H concrete shall contain 'cementitious materials in the following ranges: 450 to 500
pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per
cubic yard silica fume. The total content of Type II portland cement, fly ash and silica fume shall be 580 to 640
pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56 days
(ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO T334).
Class HT concrete is used as the top layer for bare concrete bridge decks that will not receive a waterproofing
membrane. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix
The concrete mix shall consist of a minimum of 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate
by weight of total aggregate. Class HT concrete shall contain cementitious materials in the following ranges: 450
to 500 pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30
pounds per cubic yard silica fume. The total content of Type II portland cement, fly ash and silica fume shall be
580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56
days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO
T334).
Class P concrete is used in pavements. Additional requirements are: The concrete mix shall consist of a
minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all
transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No.
57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The laboratory trial mix
shall produce a minimum average 28 day flexural strength of 650 psi. Class P concrete shall contain a minimum
of 10 percent pozzolan by weight of total cementitious. If acceptance is based on flexural strength, the total
weight of cementitious shall not be less than 520 pounds per cubic yard.
Class S35 concrete is a dense high strength structural concrete. Additional requirements are: An approved
water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43
sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix
shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate.
Class S40 concrete is a dense high strength structural concrete. Additional requirements are: An approved
water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43
sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix
shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate.
Class S50 concrete is a dense high strength structural concrete. Additional requirements are: An approved
water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43
sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix
shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of_ total -aggregate.
The laboratory trial mix must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO
T334).
J
April 30, 2009
3
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
Subsection 601.04 shall include the following:
601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures
and pavements by providing concrete manufactured with requirements according to Table 601-4. The sulfate
exposure for all concrete shall be Class 2 unless otherwise stated on the plans. A higher level of requirements
may be used for a lower level of exposure.
If the Contractor can provide a test report that shows another class of exposure exists at a structure location, then
the Engineer may accept a concrete mix for that location that meets the corresponding sulfate protection
requirements in addition to other requirements shown in this section.
Table 601-4
REQUIREMENTS TO PROTECT AGAINST DAMAGE TO
CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE
Severity of
Water-soluble
Sulfate (SO4) in
Water cementitious
Cementitious
sulfate
sulfate (SO4) in
water, ppm
ratio, maximum
material
exposure
dry soil, percent,
requirements
Class 0
0.00 to 0.10
0 to 150
0.45
Class 0
Class 1
0.11 to 0.20
151 to 1500
0.45
Class 1
Class 2
0.21 to 2.00
1501 to 10,000
0.45
Class 2
Class 3
2.01 or greater
10,001 or greater
0.40
Class 3
Cementitious material requirements are as follows:
Class 0 requirements for sulfate resistance shall be one of the following:
(1) ASTM C 150 Type I, II or V
(2) ASTM C 595 Type IP, IP(MS) or IP(HS)
(3) ASTM C 1157 Type GU, MS or HS
(4) ASTM C 150 Type III cement if it is allowed, as in Class E concrete
Class 1 requirements for sulfate resistance shall be one of the following: .
(1) ASTM C 150 Type II or V; Class C fly ash shall not be substituted for cement
(2) ASTM C 595 Type IP(MS) or IP(HS); Class C fly ash shall not be substituted for cement.
(3) ASTM C 1157 Type MS or HS; Class C fly ash shall not be substituted for cement.
(4) When ASTM C 150 Type III cement is allowed, as in Class E concrete, it shall have no more than 8 percent
C3A. Class C fly'ash shall not be substituted for cement
Class 2 requirements for sulfate resistance shall be one of the following:
(1) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by weight
(2) ASTM C 150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash by weight. The
Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according
ASTM C 452
(3) ASTM C 1157 Type HS; Class C fly ash shall not be substituted for cement.
(4) ASTM C 1157 Type MS plus Class F fly ash where the blend has less than 0.05 percent expansion at 6
months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012
(5) A blend of portland cement meeting ASTM C 150 Type II or III with a minimum of 20 percent Class F fly ash
by weight, where the blend has less than 0.05 percent expansion at 6 months -or 0.10 percent expansion at
12 months when tested according to ASTM C 1012.
(6) ASTM C 595 Type IP(HS); Class C fly ash shall not be substituted for cement.
Class 3 requirements for sulfate resistance shall be one of the following:
(1) A blend of portland cement meeting ASTM C 150 Type II, III, or V with a minimum of a 20 percent substitution
of Class F fly ash by weight, where the blend has less than 0.10 percent expansion at 18 months when tested
according to ASTM C 1012.
(2) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to
ASTM C 1012. Class C fly ash shall not be substituted for cement
(3) ASTM C 1157 Type MS or HS plus Class F fly ash where the blend has less than 0.10 percent expansion at
18 months when tested according to ASTM C 1012. .
April 30, 2009
4
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
(4) ASTM C 595 Type IP(HS) having less than 0.10 percent expansion at 18 months when tested according to
ASTM C 1012. Class C fly ash shall not be substituted for cement.
When fly ash is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the
proportion tested in accordance to ASTM C1012 and it shall have a calcium oxide content no more than 2.0
percent greater than the fly ash tested according to ASTM 1012.
Delete subsection 601.05 and replace with the following:
601.05 Proportioning. The Contractor shall submit a Concrete Mix Design for each class of concrete being
placed on the project. Concrete shall not be placed on the project before the Concrete Mix Design Report has
been reviewed and approved by the Engineer. The Concrete Mix Design will be reviewed and approved following
the procedures of CP 62. The Concrete Mix Design will not be approved when the laboratory trial mix data are
the results from tests performed more than two years in the past or aggregate data are the results from tests
performed more than two years in the past. The concrete mix design shall show the weights and sources of all
ingredients including cement, pozzolan, aggregates, water, additives and the water cementitious ratio (w/cm).
When determining the w/cm, cementitious (cm) shall be the sum of the weight of the cement, the weight of the fly
ash and the weight of silica fume.
The laboratory trial mix data shall include results of the following:
(1) AASHTO T 119 (ASTM C 143) Slump of Hydraulic Cement Concrete.
(2) AASHTO T 121 (ASTM C 138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete.
(3) AASHTO T 152 (ASTM C 231) Air Content of Freshly Mixed Concrete by the Pressure Method
(4) ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two
specimens at 7 days and three specimens at 28 days. Three additional specimens tested at 56 days shall
be required for Class H and HT concrete.
(5) Class H and HT concrete shall include a measurement of permeability by ASTM C 1202 Electrical
Indication of Concrete's Ability to Resist Chloride Ion Penetration. The concrete test specimens shall be
two 2 inch thick disks sawed from the centers of two molded 4 inch diameter cylinders cured 56 days in
accordance with ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in the
Laboratory.
(6) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO T334.Standard
Practice for Estimating the Cracking Tendency of Concrete. The sample shall. be cu red at a temperature of
65 to 75 OF and relative humidity not exceeding 40 percent.
(7) Class E and P concrete shall include AASHTO T 97 (ASTM C 78) Flexural Strength of Concrete (Using
Simple Beam with Third -Point Loading) performed with at least two specimens at seven days and four
specimens at 28 days.
Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report of maturity relationships
in accordance with CP 69. The Contractor shall provide maturity meter and all necessary wire and connectors.
The Contractor shall be responsible for the placement and maintenance of_the.maturity- meter -and wire. -
Placement shall be as directed by the Engineer.
Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved
concrete mix design plus 11/2 inch. Except for class H and HT concrete, the laboratory trial mix must produce an
average 28 day compressive strength at least 115 percent of the required 28 day field compressive strength. The
laboratory trial mix for Class H or HT concrete must produce an average 56 day compressive strength at least
115 percent of the required 56 day field compressive strength.
April 30, 2009
5
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be added
to an approved Class BZ mix design. A new trial mix will not be required.
The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement Concrete Pavement is
paid with a volumetric pay quantity, the relative yield of the concrete produced on the project shall be 0.99 to 1.02
If the produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations
concrete production shall cease and the Contractor shall present a plan to correct the relative yield to the
Engineer.
Aggregate data shall include the results of the following:
(1) AASHTO T 11 (ASTM C 117) Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing.
(2) AASHTO T 19 (ASTM C.29) Unit Weight and Voids in Aggregate.
(3) AASHTO T 21 (ASTM C 40) Organic Impurities in Fine Aggregate for Concrete.
(4) AASHTO T 27 (ASTM C 136) Sieve Analysis of Fine and Coarse Aggregates.
(5) AASHTO T 84 (ASTM C 128) Specific Gravity and Absorption of Fine Aggregate.
(6) AASHTO T 85 (ASTM C 127) Specific Gravity and Absorption of Coarse Aggregate.
(7) AASHTO T 96 (ASTM C 131) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and
Impact in the Los Angeles Machine.
(8) AASHTO T 104 (ASTM C 88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate.
(9) CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test
(10)ASTM C 535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los
Angeles Machine . .
(11)ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar Method).
When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM
C1260 results.
Any aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive,
shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested
using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods:
(1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be
tested. The proportions of aggregates and mitigative measures shall be those used in the mix design.
(2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement
and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for
any individual aggregate shall be the minimum used in the mix design.
The Concrete Mix Design Report shall include Certified Test Reports showing that the cement, fly ash and silica
fume meet the specification requirements and supporting this statement with actual test results. The certification
for silica fume shall state the solids content if the silica fume admixture is furnished as slurry.
Approved fly ash may be substituted for ASTM C150 cement up to a maximum of 20 percent Class C or 30
percent Class F by weight of total cementitious.
For all concrete mix designs with ASTM C595 or C1157 cements, the total pozzolan content shall not exceed 30
percent by weight of the cementitious content.
Where the Contractor's use of fly ash results in any delay, necessary changes in admixture quantities or source,
or unsatisfactory work, the cost of such delays, changes or corrective actions shall be borne by the Contractor.
April 30, 2009
6
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change
occurs in the source, type, or proportions of cement, fly ash, silica fume or aggregate. When a change occurs in
the source of approved admixtures, the Contractor shall submit a letter stamped by the Concrete Mix Design
Engineer approving the changes to the existing mix design. The change will be approved by the Engineer prior to
use.
The use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs will be
permitted at the discretion of the Engineer when documentation includes the following:
(1) Manufacturers recommended dosage of the admixture
(2) A letter, stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design.
Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of
any one brand shall be used in a concrete mix design.
Review and approval of the Concrete Mix Design by the Engineer does not constitute acceptance of the concrete
Acceptance will be based solely on the test results of concrete placed on the project.
Subsection 601.12 (j), third paragraph, shall include the following:
When concrete is to be placed on or adjacent to hardened concrete surfaces, the surface shall be saturated
surface dry. Saturated surface dry concrete has no water on its surface. The pores of the concrete beneath the
surface are moist.
Delete subsection 701.01 and replace with the following:
701.01 Hydraulic Cement. Hydraulic cement shall conform to the requirements of the following specifications
for the type specified or permitted:
Portland Cement ASTM C 150
Blended Hydraulic Cement ASTM C 595
Hydraulic Cement ASTM C 1157
All concrete, including precast, prestressed and pipe shall be constructed with one of the following hydraulic
cements unless permitted otherwise.
ASTM C 150 Type I
ASTM C 150 Type II
ASTM C 150 Type V
ASTM C 595 Type IP consisting of no less than 70 percent portland cement,
ASTM C 595 Type IP(MS) consisting of no less than 70 percent portland cement,
ASTM C 595 Type IP(HS) consisting of no less than 70 percent portland cement,
ASTM C 1157 Type GU, consisting of no more than 10 percent limestone,
ASTM C 1151 Type MS, consisting of no more than 10 percent limestone,
ASTM C 1157 Type HS, consisting of no more than 10 percent limestone,
Cement shall be from a preapproved source listed on the Department's Approved Products List. The cement
intended for use on the project shall have been tested and accepted prior to its use. Certified Test Reports
showing that the cement meets the specification requirements and supporting this statement with actual test
results shall be submitted to the Engineer prior to the tested material being incorporated into the project. Certified
Test Reports shall indicate the percentage of pozzolan and/or limestone incorporated into the cement.
The cement shall be subject to sampling and testing by the Department. Test results that do not meet the
physical and chemical requirements may result in the suspension of the use of the cement until the corrections
necessary have been taken to insure that the material meets the specifications.
April 30, 2009
7
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
The Contractor shall provide suitable means for storing and protecting the cement against dampness. Cement
which, for an reason, has become partially set or which contains lumps of caked cement shall not be used.
Cement salvaged from discarded or used bags shall not be used.
Delete subsection 701.02 and replace with the following:
701.02 Fly Ash. Fly ash for concrete shall conform to the requirements of ASTM C 618, Class C or Class F with
the following exceptions:
(1) The loss on ignition shall not exceed 3.0 percent.
(2) The CaO in Class F fly ash shall not exceed 18 percent.
Fly ash shall be from a preapproved source listed on the Department's Approved Products List. The fly ash
intended for use on the project shall have been tested and accepted prior to its use. Certified Test Reports
showing that the fly ash meets the specification requirements and supporting this statement with actual test
results shall be submitted to the Engineer.
Preapproval shall include submission of a report from the supplier documenting the results of testing the fly ash
from that source in accordance with the Toxicity Characteristic Leaching Procedure (TCLP) described in 40 CFR
261, Appendix II. The report shall include the results of TCLP testing for heavy metals and other contaminants
found in the fly ash. The report shall list the contaminants tested, and the allowable levels for each contaminant
tested. A new report shall be submitted for each preapproved source annually. Additional TCLP testing may be
required when the Department suspects that the fly ash source may have been contaminated.
The fly ash shall be subject to sampling and testing by the Department. Test results that do not meet the physical
and chemical requirements may result in the suspension of the use of fly ash until the corrections necessary have
been taken to insure that the material meets the specifications.
Ln
w
Z
O
a
O
f
D
2�
G
N Z Z
J < V
na
Q pN �;3i�J
aoas�mo
Jm ag
O w¢uaa��
z-nnv�n mew
�
o
0
0
0
0
0
0
0
0
0
0
0
0
y
3
o
0
0
aa��
3
yy
8
yy
8
yy
d
yy
a
yy
d
yy
a
yy
d
yy
3
yy yy
d d
C
Z
Z
Z
Z
Z
_
U
Z
Z
=
Z
i0
U
U
V
cpi
cpi
U
U U
o
-
I
H
H
-
-
3
o
S
5
5
z
u
-
$
W
o
w
a
s
2
u
W
s
❑
z
'W
w
o
z
o
m
'O
W
m
o
m
J
u
r�
3
'�'
c�
_
G
i
F
u
rc
s
w
n
Z
<
3
u
u
N
z
W
H
o
s
o
s
O
s
O
s
O
❑
O
�
O
s
O
s
-
W��
j
G
z
s
o�
o
5
rc
c�
�t
�&
?;
W
u
W
u
o¢
z
G
o
W�
u
L��
s
u i W w
� p o�aiarc � rc� zcoi �o
p
u} w_� - - Qzww�� =
u �i oc o 8?
H Sp' 3 i iO m w� jio3 o.
goy m o gel w - = z " -
_ ��33�4'i W oi" yy
zN j i `^ w zo<� yyy}'],.' G< wa� uo
rKu O NO W < i ��w pFprO ai N x Oy< z.
pw
30~ it Y O � ?' O jW Z w p� w�< ri-?KN ZOw wp NO 2Wo J�u rcm
�W �� �'sa oaTqw a-? �m==4� a� °;
qua F .8". an
Jom O s; o wm U ]uo - O a wire �iiC z -z NWV o ¢Z �rc Fr O
73 u_-z
po a�q� x3 Y m mrc ono
JUN - mm N rl=¢O w? Wmy CO �b ZNp z— yTZ
p E N
W� ;3 ..w i�
arc_❑^ z> wi " y -„o ❑w� 3 -
w u� z z owN
r 2ow2 m u ow o w o6 W - - m Ho i�� N:S� < io W�c -z Nwrc ui'�'
m z am gg o i z A, ii o � sw u�Y dui o'N�oa ��� Sz�e ��w you
x q i NF NW 'p" io 0 oiN A
u u N U uu "'rcN -oRooa�i.m i �rcN .'o�"zzmpuciFu�L4<- _ �ouoc,.'.+ s: �4z (wiz� �o ? izi- i�-+m�aoo� Arco ioS� a .i-rcu: woL iHF
Nr i3 < <m j 1 o < 1rc, < uuuu N.. ... ..-w��-
oz
zz��
o �
°1i�aSo
s -.z
z.
iZF_ww
z % R_�:
a :ems
o<
m�o=Q4
pu ww
rv�rvzzz
ao i'p
rho
It
O N
A U
dW
JO
O�
U G
z �
z_
a
U U
I
a c�
a
oz
E O
E;z
W
+=wvm nex¢�oz�sooasc.e�rs�enarea.aa.�wew�.x��.aw.�m=.�+�m.u.ave.we.wa�wx.��we�ww=e ww.xa
a4
>
0
o
W w
W w o
o
i o` e lz
W
z
a a 3 w> `vi
F = z 0
>
N W
mZ i
a
3 N O
0¢
W
wFpN <f
�JN
3 O
w 2 w w N 2 0
0 Z w cai S vai �n S 3
2
3 3 N
oFoz
Go q
Q%,'$
b
ca ca a o ca o 0 o ca ca
V V V o ca o
o
a i w o—
g
<
z z z
3
N_
N_
VNO
p2, K
N N Q W N N to N N N_ N
KU w W X W W
N N N_ N_ N
W w w w w w
w
U _�
W G.c,- OF
'oil
<� uao
t-x�ffi�� wS
'WO-sF
w0-a
W
L
N
zNn N'b�aV�p3ob
U
o l o+
Y+ :yU
;gOOO�i^
�
Q<a ,4w
iv
J
z
t✓-�
oiWw�w�
o
a
W
zgW�a�
c,
W Z
O a
O
0 V1
2
m O
3
3 v
m
J,s
O
Z
3�
o�
F
00
iS
I
�OZ
Ion
I
o
0>>
Nazz
07
0
I wx ZE
v
3
z m n
O O rn
aO0D V^
0
v....n I ¢uoiZO
m m ° z m
rn rn < l
as
2 0 Z
0 2 Z O Q m
N ��' VI N
Q 00 > > > O
N O
NOZ
ZO r O00
12
O�
W K ® Ji s 00 rl n
�W�OWj W® $
< W I N
W.i+.r,
N S Ol %3 3 6 S _ _ 4ye ��F _
- '1T o
%Z£'l ® 83M3S -
- � < Z
V
a
/ 0 +y� y O\4y�•o'
00+1
OO+OI
•
O
/
G G—
y4 S�JQ4✓
G
/ P4l/y0
W
o
r
w® Joy
I
z —01 W
n `�
avi
U1NN 0 �
�a
PN0�
mrn
JO1Q mrnmmd
..ad
mo600
1O
3�� � rnmmrn
UU
�
d'OVz co
mrn
wmm
Sao m z Z Z z
I
�—> W 0 a�
0
N—
0W > Off» > > >
2 N N 2 2 2 2 Z
a
w K U z 2 r
M O
i y O
0 W>
\
N W
W�
O Z
W 4�
N Z
ow
W _
U fz
3
c
o
\
I
I
LU
\
N
Q
O
I
kD
n.o�oa.0 irmz� m¢au�oPwsn�.n awew.nwe.�we a�*wnvaw�vw.w�.wn.ewe.�e.vrvWo,�,mn.ewe�mwae wn•aca
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
Rev 10/20/07
a
0 W w
z
<
> j W
z „� ¢ z
3 z �' i u=i i s z s
oimz i
b
a W
r
o o
Z 3 w
W< w w w w W
N O
KpY Z
oZ
9f
S u o'vi
Ki
O
w U
o U
w N z 0
i N N
uwWi
ico
q
-O� 4
go�zau
U
o
a z 2;
W 2 2 Z 2 2 Z Z Z Z Z z Z Z Z
��� mN>
z W O
Como
W W
ry
-
'-o'N^
z
¢
< m U
O N N Q
x x
W N N i/� N N N_ N N_ N_ VI . N_ N N
x x is K K
W
0 O< v O O .-,--(•,,w,J—•
UP �J
N 9€Y=
6a3`'
~
Z
U w w w w w w w w w
j-aix
W�a
a
_
y0.?�s
_
< co
w
w
N
z boa
m��
Q
ui
w
c�
o
,
o a
oo
w
m
m a
<
i
3\
z�
Now
2 w
O 3
Z C
� N
U m
Q
_\
<
U ¢ ti
0 0 z
O1O
LL
o m o
inx
m
O
U
U U
I w LL ¢>V
F z N
N
0w ww
F
3
W¢0 xw
z�a�
J� ono
CL
D ^w zza
N O ^ a ¢ o
—
o
n
w� 3 mx
Om oY wOO
�K :2U Wu
LL
wO w� zLL
mU Km ZK¢ OK
O
-
Oj
Z JF
0 ` Y
rw NY
_ —
--r
i` �; N NO Na
m
izy ou
zUm Om O�
x�a wi w.21�
Y z O, O m
\ O O w m S M
aoo�' wN w
��� �` w¢� KU �O
�I
1
i
I
�
Y a3 - � )
w
w >w
� � w
O O V O O
W � U
nU � n3 wy ww y�n3 n
>� ¢ >� >� U > >0
om VO0 ON OUN 00 ON 0
W O W y W 0 W O W y i m
aU �m wO KL) ¢m KO w
=t
I
x
0
aN
a
O¢O
y ® ~
N N
o I Lu-,�
� � I
S.
yN� U
SJ wu FK>�
�_=
U-6�8;;OO 8
��¢��j�i oxi.
~ n��W���`��
Z �NZUc�zK
�O_�I�Np�OUIo
Zo-a�W<n,,,
n
N r
ZUO+= 203
OviE
O Q O a- O //
v
I I
o II
o u
+
N I I
� I I
wo6ov tO I II
S / OO� m JNOpN II
I
\ II II
\ I II II
II II
II II o
„ I I
I 1 "
II II �
I 'I
I ^ I I
I °
I „ W
'I >
Z
II II � Q
II II
III V
in
U
lii o+S ii oy �/ O
W
Ln
/ Z Q
O
II jj , I > " CL
O
a
a0
II � ii IFV ¢w
II ��
II II Q O
II W II
III .
� II
� I I
II � II
II t1 II V-\
I I ^ I
N n
, II
II II
n n
ll
!A� N II
`IV ❑ + II
c�`'''o^^ I IIII it /
o� II o
�� 0 m ZJ^NN III II OU�`'
J U m�ViZ WI 0 um
I II FW
ti
Zm
r
ui
W
Q
p
O OD
N O ill
vUi vUi
N
a o a
J
IIII
IIII III
IIII IIII
QW'
4 L664 ANI
CO -C
Q
L9'4Z+ZL 'V1S
ZO
LInOd 31tl2Jtld3S
O a
W
z
3AI80 30 N3V9
'V1S
99'9l+ZL
40+
o�
Q
Z
1'SNV211 'ZINOH
°0
^�
<
L9'OL+ZI 'V1S
41
kVM3AI80 1V
CO
m
98no 3o Nov9
'V1S
Z9'00+Zt
0
3
VIIONOVN IO
60'Z9+,ll 'V1S
O N
f
U
� O
Oa
(/j d
Z E.,
�d
U U
I
w
300189 'dO9d 1V
h I/ a. w M a8no 3o Noye z
6t'9Z+Ol 'V1S F�
GW00IIHM 10
40'SL+01 'V1S
zo
Uz
w
M,
'SNVdi 2180H
I
z
009t+Ot V1S
N
NOLLISNV81
3
m I
eVIS d01
44'CO+OI 'ViS
Q � Y
nOQ o
Z 3
69664
o M 0
RANI
III I
w JiOd Wd[I�CULi eOpiR[6'6+OiawSv'eAe�Myt♦yiypuvb a6rygawwpyM�s&uxupyueweagEen aOgiB eryou6eyyawmpyM�se6oyg�wajwdlmgaJF'd
LL w
a
W>< m e LL h
a o 3 J 7 W a f a w w wj w w zo��n <o� oro„ h yyLfl
¢ o o c> ¢ w co 3 N N x 3 3 3 N rn °: N lr�F a crew Q:;`'
u N co p a o p p c� c� p p o co p co p cl co Timm r�'ao
z z 3 N z z z z z z z z z z z z iz z �u �W;
0 o u in in �n in in in y in n �n �F �a ��Naa"s
o: x 0 u x R - - ow�r'J v,z =opt=z Z
's w w w w w w w w w =1 �Wrcpw iN = W
w U 3 N ZQZ
� 0 ZQ� 5N 2O V
N No g000� aUFowi���� _�
W
II IIIII w
N N 0 O O 0
nn nnnlol l� N N N N V p m Z
_
i+
f
W
J
J
y
u
zO
'A313
O4
00
l!
w
0
w
x
50
9L+OLtl15
o
O_
0_
j__j
69 00
'Ll
'A313
"tl
13
a
0
a
J
4
Zl
S I
del
a
o
06i00
"A313
1!
p
m
-I
o
W
00'OS+OI
'tllSryn
o
j
'A31
DT
+
W
ylj\
C9 00
'O6+1l
3
'tl
Ili
~
6
S
LL
m
in
O
ZZ
00 'A313
3
-
W
?I
i
x
U
1 4
'ZZ;+OII
'`11S
w
2
0 0 0 O
N N N N V
2
3
III�IIIII�
voi � voi � a
+nJ Z <NJ
LL Z + LL
W 2 a � 2
la-4 Q (DO Q4 Q
.0. 2" to0m
W
ZOOS
K LL
O
K
On
mot1O
FZ
m.
�Y
a.
VMl
ONiN
O�OQ Q
m
U�
O Q
+gym
�I� J
+ A LL
OW=
OW 2
KN
�W S
�ju2
W Q
HQ
W V
ra-4 a
rQ
lnOm
o
lnom
ZQ
NOS
o
NOS
/
w
czt
n3�3-i
Z
"Hb+ZI
tl
S
{�
0
S9
00
'A3
3
j
a
Z
Of
ZL
tl15�
R'
S6
00
'A3
3
J
b
60
Z L
tl
5 t
Lb
00
'n3
3
d
Z
'l6
a
'tlS
+
W
_J
0_
J O
O .
Z o
Q o
ap
J
a
~
O
m
O
0
3
0 0 0 0
N N N N Y
Z
O
Q
t h t\
W =
\
N �
V O 0=
F Z
U J
_
` a
O
T Z Q T� Y
00 U
\ullll
bl +� 2m
U U
0MM
C
w
N
F
Z
Z
dV
a0
s
s s s S
Z
Oa
U
_zoos--- -`
O
W
(A d
—
Ln
Z t
—
�
uj
:3 o.
°-
a d
Z
p U
of__
wz
II
JLU %
�Z '
F_Z
~
_ J
I
O
O
Z N
C.DOO
N- J
W
Y vmCC)
WQW:
U
X
c O
OOm J
a
L J a O
1 N2 wmm
�a OOU
��aam Wanr¢n macsze-ew.vYwe ew.a,uwaa.ewen�wm�+e�H.uawauw.p.n xweawe.wa�n.m".ewers�wae iwe.�ca
I�Wa0� s
W < w
mRRz ? r = a z a a w <081! a 00
Zvi > a i s b
m �r o , a a Fo ¢ ¢ sUwONc mSwon� z Ca $$ �
zo o N a a
3 .
3 3 3
z z z z z z z z z z z z z z �"�' :Wa�N� ag
< O O N F �- z s J- 3 z P R CM s'
3 3 3 a 3 in in a u�i in N N in in in �n ' vl in N %n in u z <> _ z o �ti - -N 3 0�
z i z� i°D '� '� rr i w w w w w w w w w w w w w w <Wo�J�oo< - iop�i;$• Z
x�WooW=off ��� aid W
<
o
.0'x �� � z�ozFo'-- Paz _ Q �
cJ� I zVJ�6O��ow�n W
O
L7 Z
K a
Z Z G Q
m J
ma i o00 a
~
m '0
m a twWOQoC
oo m� Zuz 30ou>-u 3 a
am
U 000� o> Z
F- ow 0
O CJ,
o0o0pp o O� p
o w 0 (L
z m�
o
u ��a ¢Q. amw QoU o $St°cZ5
0v2 N Q am a wm am a 0) a
aN0 0 I I
O 0 O
�Kd aKO Ua O0 Q m
a 03I xa ~ 2
O Q U 0]
z�ae �o uwc�i `''moo � 0< W^ 3
Ow x FN� J 05 •: Zw W,
uo VInm aJm li Z ovl '�O as Z
ova sw� zN r oa om „a,o O
u vlu w�z w Az ~ ao !> ao o F
0 z
ow Zc wz '�w a�M Wo
N m rn ova d'r �Ov3 lnn
Q. a
wNo wO wo wo 'N° woo nO p0 07<za�
So0 0 0 0
o mo 20 So o QON 0 �'" 'MIN „LL J_awo: K W
u uv�Fv���n o uz ow �o 'aau>_o
;aomao
¢om <d acj alj ..� o ��a NZu� Uz auuoa U'"
34� M. �� ��.. 'ml �3� NIW .9
I
Z 0
z
I O Ozoa
zw�m wo
Y191, k°j0 m> pOjwmN m $
DIX
morI 50
N0 I ^Ji`
LS0009l3 G[\10 w2 WOUOJm IIz 5ZU� --
Q Q0 p0 0� a mwa mr Noxo
a. pON I 32?Op Nw g I1
(M02I ,001) `94'z �0 m> n a : o
WOw aOm000 FO0 m �n 11 wO�ZV~-1 a�, as
133a1S BWOOlIHM i g a u u °' m o o< o <<
690009 l3 Nw amI_^ N G a~
VOO OOF w OW<W
m>aln
W Y
S
LU
W U -
W
F-
H- C n
O nn
wN0
��� (M021,001) \\ o o OO
T00 OV1
m 0 w 1338B 8WOOlIHM � u w 0 a a N c� o A E
o > or 1xl- > Y ,1\�G� Q �Odl sum X LUr]
><oo-oN o3 cu oN¢�� i� GGP �P\, ZJx ISo OQ
r�- w G 0 tl 0Nm m
=oo 00 x3 Wo oo moo �o'^I pF\�P1,F,F• unu
0 0 0 0 •� a 0 ii
�v7 win tn0 vi>w WOO NJm Q� S� \S Xvm w w v*j o 6��a` i V
aim o� o o& w U a u z lr 6� Gvt� w 0 o�x 0
y� O� a'�m Om0 'c p0 N /
SwF- ww uo uo... ww Owe- v�nu y0 1yL)) .p. SooN J mourn wine r Oo ti \�k fAd
zt
\Gk QQ\'�f� �`P�� aJm r N¢. mao 0 z� " �L1r
P�0 0 aw w
Z06 l LOS'0 LS LZb L r oa �^ u l J V U ..SL'000.
06 0009 .s 0 j zo & w = GS (y
'O.J w u o ', \ U O Z
J N wa
N
m, o w¢ OW
- o.. OR o FwQ O! }Z
/ \ H Uw v' a0 Z- E.
N Or 2� U W
o .2 m N N .-nn 2E .wa i0.: Q< U�
x w x� w x X zm� 3voi 3
O .0 WO w0 p00 m N z co > U �N
SN SN m N U0 SN 6.0n a OOWO 00-
aU aU aU U�U N:; Uh0 V"<
jai �LL u3 wp o wp w� o U3 �4 it< Swm ONW
0
�O 2O N =� O_o N �p mina uOVI
Nm r F N 00 ZO+�
Ow a0 0 <6 of O Ow a00.
UO 2 LI: L.: 21: 222 li UO ON
I N U n m
x m w o o 90' 1009 Tj
2000 a 'X3 H01VW
(Mod
.001)
w 1332115 BWOOlIHM
,� ._ .'..a �rroz� sue acs ewnwai awrr+xwm.ave a�wu+�+aw.+mwww,.wn bwe.aWe.wnwmurr�,.awe�.cwoa w�va
h00
W z 3
�o pio<aIi m1. -all 6Uo zW W 31.1-N
mu Was oaw wp:�t
Y 3< E�-
m itx
SUZN ¢ < 5 0 w 0 2 Z
Lj
SON y¢ US �¢ UW k'ii
3 . o�FnW iogZQ2< 2
N
04 ioo < �J's mmW oN of 'o�J =<m zaQo o Vjaw4Q Z"jw l.l.l J
�a� s <o� ms �jWw3 =ovxiu OO�W 6<C N 03FU w Yf ✓�� wa O V
wo wz do m F� uoi tl<x� os mwNc�o,o o 'Ji�i s wm" Q
��I az �� zd s a'n wo uawzzW c^ZNwz3s o='6ni d w
<W U<n0 x0 ~KO �O < =o� ao V�azO 0 <m F2Z� w.+yON.osa < W G
�mi NNW 'a ,. ^o wza zm sum a '` xFONam3 i+F s "'a Q:�
w< aw uqC ¢ 3 mU UW W3 o iW - u 3i F
3 zU w0 S < N� �56U N^oNxmi OOoVOiSm F== w
.qd Ow C26 o[e BUJ Ox 3<F pR < x "p0 uN m�4 w wK .nn U3m> WNj�O�otmj W`JSU OZ saN 3f wa ci x U acw w zz
i2`<2 4Szo OW Fm ouFyy�� u"' Fad o �Fa01wW inooc°<5_oNio ao' mu
O w W N O aOj < 6 0~ 2< O U U ~
<wc3 m i=.zo z� < o oz Na Wa �o<s 3Wzs is oo +o<���<<<w„< Q z
w < 2 2< < O V w< O u o o i w 0 VI J 2 U Q 0 p- U I O u
ZmCC J wJ2 N = X 2 V^Ulm 2w S S< Or- m_FOr U Kj <- < Q� < wmUV01 Ou
O w< W < w z Y J w O w N pp G F O r K w m w O 'S
r awmYi O K O O 3,^0 _ m0 O� ZI ~O<SviN FNWm ��Sw Z 2
O< W U O G i K F �i y 3 Q U ~ S < J 6 W 2 6 w N Q W I O N N O d U O 3<= a 5 2 0< Z p p p Q W
sZOp-'6O0wO Q an a will <mm as s c m
Z 3¢U Z 636 OU OJ ¢ S �OU? N.O.. Zi7f �� �.6�OZ
w 0 0 0 w O 0 0 o n N N p
O 0 0 0 0
m Z
Q
Os
3
� 00
d o 3
m O O o 3 Z
0
oa c9 �- oo x o J 'tmo pz O
zN Z" zz 0 wo F= m
U
2
�a xJ NO x3 0¢ Z w�
wl w3 wao z� m. �^
wQ X Z • 00 Z
Z Z O
=
\\_II —II m Ul w !r U i
o •
O z
I Z
n
(n w Z
x I I I I O O O. 00 a z O - •�/j C�,�
II o w z
U wz oww
OW
o III I m x "' a o3 Z N
-� I.I I mo v • • 30 om O
w
® I < II Z U
cn
052 on
LZ
3 mE< o
W oma
I' z CnI a O
wi ZQ
_ z �o mwo v
o mm m 10
mQ�Qo`^<
Sm „0-.1 wo w wOwno'~wma
N U U W = U— U— O�
L)
O�KV�m ti
a �
a
Zw o< V0.
z� a om O F
No
NwOz aN o w_
uz 00 .�✓ m , i
<rna cOz �i lal Z Oz
o
a v c ..e-,z W
w w v a w0 OW
� � cn � • � � m z z
as N m Z
o U � _ U in z ., V W
U
U o
d m Q Q oQ
0o w w ra O
im OW OJW �w
°-I1 xm Zu Z� x
KO K UK
O z O
w � � O
w
z O W O
Q ZU
dal V Um 5
aa•oim wa 6tvCZi eCaT.B/A'epyaw] CeK•�yaga aCwe �y,�sCyupiusuugaatl.CWe q'wCeyµwo�uMta.hV9lapywa �ep.]va
00
W 00
—
IS
rc U m 4 Z
[.Z/t 0-,l
Q ? o< z
..Z/t 9-.S W
o
O
�
to
U w r
i w
m
Z y
a�
U O
z
K
O toil
6
N
Oz
2 Z
Xo
Q
Z K
Fo
"'
z
J
H
c o
n T, z
o
u
O
O
m
m
'
w
�
r�
@J
o j
U
U1w
N
U N
m
Owm
<I
w 0
QZ
a
Z1
O
Z Z
ZO
F
N
O
O �m
O'
O\
o
a
of
X n
w W I
z
U;
��
N z
W
i ? z
o
-
®
w =O
I
o
U
w
(n
u
i w
Z N
O w
�'
U a
z
2 r
O
z m
S
U z
F
o< u
3 z
O O
< a
m
u
2
O
i
w 0
F x
N O
Z
Z
O
S U
w x
w
z-
zw
j ow
-z
ci
Sm
O
a i
~ z
i N
6
�'x'
p
Uz
auo
z 4 o
a o
g
z
_
o
N
o
a
m
N U
d
o
a
I
I
O
Z
W ^
=a
o�
O
a
a�
00
Z
a O
O U
f
w
O¢
u
UQ.
J
Ow
rn
Q'
i.Q
d
m
N
w
is J
Q F
Q
.o
:2
m
m C
a �
j F
® jo
Z z
o
o
Q
om
U
4'
m
o "o
O
ro
F
O �',
3
�7-
N O O r w U U 2 p m F t o
yZocwO Nwo3 Wuv3iwWz Fz a `i�xil� o3 wvi�ZZ"ooio� v
^
U(n Lj
WIoa oVdS 03as w i �o dAl)
xz'1NOO p-£ d 3 a
z r dS 03Ya
a N00 b#-£
O O O O O O O $Oa
- m
U o n � U o
a e �
a
a
W
„0 „ L „9-,3 „Z/( 0-,l
om
C� U `O
�a -
00d U
O 1
o zz o
rn w
m < W Z
Z a \ U > r O O
N O o r
z`~"� Z o^ 'a a GF
N O J
= o"o 0 cn�3 Q ow 3Q o CZ, d41
5 z<M < Q'z 0
d N owo a 00
�w� w UO, J j aN Obi
m zvl o LLJ oo�aQWj M Q Z
pW a o
a zm zw�z u
ZN a
�moooO
0
m Vl. m � O� OV
it Z ` L)
w w Q
LJ
E
w rM o� n� 4'C9
ao
moo z v,zm,_ OZ
zow �< m
z U o a !se Gcl
zU z oa OG7
oza
Nm0 *�mo UZ
W
i t I I z zzw
W W m OONWo
0
00 z r
o <
O©13M00 „O-.Z a HH oum tO w „ZL „9-,£
OL ..OL Ol ..9-.OL Ol .,OL ..9-s ou © 13MOO
x HH Lul�
megyJfOd V1e Bl5tIZl6WIJeE5'eweFeOdNw.x�wele ehVe awn+Wlt��NeqavewwMee ahV9 9WleWnwwpyMpeEWBlwNeb MWeJ�a
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020 Notice Inviting Bids 00020-1 - 00020-2
00100 Instruction to Bidders 00100-1 - 00100-9
00300 Bid Form 00300-1 - 00300-3
00400 Supplements to Bid Forms 00400-1
00410 Bid Bond 00410-1 - 00410-2
00420 Statements of Bidders Qualifications 00420-1 - 00420-3
00430 Schedule of Major Subcontractors 00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms 00500-1
00510 Notice of Award 00510-0
00520 Agreement 00520-1 - 00520-6
00530 Notice to Proceed 00530-1
00600 Bonds and Certificates
00600-1
00610 Performance Bond
00610-1 - 00610-2
00615 Payment Bond
00615-1 - 00615-2
00630 Certificate of Insurance
00630-1
00635 Certificate of Substantial Completion
00635-1
00640 Certificate of Final Acceptance
00640-1
00650 Lien Waiver Release(Contractor)
00650-1 - 00650-2
00660 Consent of Surety
00660-1.
00670 Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions 00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800 Supplementary Conditions 00800-1 - 00800-2
00900 Addenda, Modifications, and Payment 00900-1
00950 Contract Change Order 00950-1 - 00950-2
00960 Application for Payment 00960-1 - 00960-4
SPECIFICATIONS
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
as Principal, and as Surety, are hereby held and firmly bound unto the City of
Fort Collins, Colorado, as OWNER, in the sum of $ for the
payment of which, well and truly to be made, we hereby jointly and severally
bind ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins, Colorado the accompanying Bid and
hereby made a part hereof to enter into a Construction Agreement for the
construction of Fort Collins Project, 7081 Bridge Replacement - Whitcomb and
Magnolia.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver
a Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his, faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said
Bid, then this obligation shall be void; otherwise the same shall remain
in force and effect, it being expressly understood and agreed that the
liability of the Surety for any.and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the
obligations of said Surety, and its BOND shall be in no way impaired or
affected by any extension of the time within which the OWNER may accept such
Bid; and said Surety does hereby waive notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in
the State of Colorado and be accepted by the OWNER.
Rev10/20/07 Section 00410 Page 1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of , 20 , 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•
Address•
By:
Title:
ATTEST:
By:
(SEAL)
SURETY
By:
Title:
(SEAL)
Rev 10/20/07 Section 00410 Page 2
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder:
2. Permanent main office address:
3.' When organized:
4. If a corporation, where incorporated:
5. How many years have you been engaged in the contracting business
under your present firm or trade name?
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
7. General character of Work performed by your company:
0
9
Have you ever failed to complete any Work awarded to you?
If so, where and why?
Have your ever defaulted on a contract?
If so, where and why?
10. Are you debarred by any government agency?
If yes list agency name.
Rev10/20/07 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
12. List your major equipment available for this contract.
13. Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
15. Credit available: $
16. Bank reference:
17. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
18. Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state? What
class, license and numbers?
19. Do you anticipate subcontracting Work under this
Contract?
If yes, what percent of total contract?
and to whom?
20. Are any lawsuits pending against you or your firm at this time?
IF yes, DETAIL
Rev10/20/07 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
What company?
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 this day of , 20
Name of Bidder
By:
Title:
State of
County of
being duly sworn deposes and says that he
is of and that
(name of organization)
the answers to the foregoing questions and all statements therein contained
are true and correct.
Subscribed and sworn to before me this day of , 20
Notary Public
My commission expires
Rev10/20/07 Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
SUBCONTRACTOR
Section 00430 Page 1
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date:
TO:
PROJECT: 7081 Bridge Replacement - Whitcomb and Magnolia
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated 20 for the above
project has been considered. You are the apparent successful Bidder and have
been awarded an Agreement for 7081 Bridge Replacement - Whitcomb and Magnolia.
The Price of your Agreement is
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 20
1. You must deliver to the OWNER three (3) fully executed counterparts of
the Agreement including all the Contract Documents. Each of the Contract
Documents must bear your signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security
(Bonds) as specified in the Instructions to Bidders, General Conditions
(Article 5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle
OWNER to consider your Bid abandoned, to annul this Notice of Award and to
declare your Bid Security forfeited.
Within ten- (10) days after you comply with those conditions, OWNER will return
to you one (1) fully -signed counterpart of the Agreement with the Contract
Documents attached.
By:
City of Fort Collins
OWNER
James B..O'Neill, II, CPPO, FNIGP
Director of Purchasing & Risk Management
0
Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the day of in the year of 20
and shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
(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 7081 Bridge
Replacement - Whitcomb and Magnolia and is generally described in Section
01010.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Engineering Department,
who is hereinafter called ENGINEER and who will assume all duties and
responsibilities and will have the rights and authority assigned to ENGINEER
in the Contract Documents in connection with, completion of the Work in
accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall .be Substantially Complete within Forty Five (45)
calendar days after, the date when the Contract Times commence to run as
provided in the General Conditions and completed and ready for Final Payment
and Acceptance in accordance with the General Conditions within Fifty Two (52)
calendar days after the date when.the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving
in a legal proceeding the actual loss suffered by OWNER if the Work is not
completed on time. Accordingly, instead of requiring any such proof, OWNER
and CONTRACTOR agree that as liquidated damages for delay (but not as`penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
Four Hundred Thirty Dollars ($430.00) for each calendar day or
Section 00520 Page 1
fraction thereof that expires after the forty five (45) calendar
day period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial
for each calendar
seven(7) calendar
the Work is ready
ARTICLE 4. CONTRACT PRICE
Completion, Four Hundred Thirty Dollars ($430.00)
day or fraction thereof that expires after the
day period for Final Payment and Acceptance until
for Final Payment and Acceptance.
4.1. OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: ($ ),
$ Dollars, in accordance with Section 00300, attached and incorporated
herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with
Article 14 of the General Conditions. Applications for Payment will be
processed by ENGINEER as provided.in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account
of the Contract Price on the basis of CONTRACTOR's Application for Payment as
recommended by ENGINEER, once each month during construction as provided
below. All progress payments will be on the basis of the progress of the Work
measured by the schedule of values established in paragraph 2.6 of the General
Conditions and in the case of Unit Price Work based on the number of units
completed, and in accordance with the General Requirements concerning _Unit
Price Work.
5.1.1. Prior to Substantial Completion, progress payments will be in the
amount equal to the percentage indicated below, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with paragraph 14.7 of the
General Conditions. 90% of the value of Work completed until the Work has
been 50% completed as determined by ENGINEER, when the retainage equals 5% of
the Contract Price, and if the character and progress of the Work have been
satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be.no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 90% of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the application
for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total. payments to CONTRACTOR to 95% of the Contract
Section 00520 Page 2
SECTION 00020
INVITATION TO BID
Rev 10/20/07
Price, less such amounts as ENGINEER shall determine or OWNER may withhold in
accordance with paragraph 14.7 of the General Conditions or as provided by
law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:.
6.1. CONTRACTOR has familiarized himself with the nature and extent of
the Contract Documents, Work, site, locality, and with all local conditions
and Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and
tests of subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of the
General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or
to supplement those referred to in paragraph 6.2 above) which.pertain to the
subsurface or physical condition at or.contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary, for the performance or furnishing of the Work at the
Contract Price, within the Contract Times and in accordance with the other
terms and conditions of the Contract Documents, including specifically the
provisions of .paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information
or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provision of
paragraph 4.3. of the General Conditions.
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.
Section 00520 Page 3
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts,
errors or discrepancies that he has discovered in the Contract Documents and
the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as
are referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in' performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are not
limited to, the following:
7.2.1Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3Lien Waiver Releases
7.2.4Consent of Surety
7.2.5Application for Exemption Certificate
7.2. 6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as
follows:
INDEX OF DRAWINGS
1 COVER SHEET AND QUANTITY LIST
2 EXISTING CONDITIONS PLAN
3 REMOVAL PLAN
4 GENERAL LAYOUT
5 PROPOSED FLOWLINE PROFILES
6 PROPOSED GRADING PLAN AND DETAILS
7 MANHOLES, BEDDING AND CONNECTION DETAILS
8 TRANSITION DETAILS
The Contract Drawings shall be stamped "Final for Construction" and dated.
Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers to , inclusive
7.5. The Contract Documents also include all written amendments and
other documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
Section 00520 Page 4
7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only
be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of
the General Conditions.
ARTICLE S. 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
11
OWNER: CITY OF FORT COLLINS CONTRACTOR:
By:
JAMES B. O'NEILL II, CPPO, FNIGP
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Date:
Attest:
City Clerk
By:
Title:
Date:
(CORPORATE SEAL)
Attest:
Address for giving notices: Address for giving notices:
• 1:Z11
Fort Collins, CO 80522
LICENSE NO.:
Approved as to Form
Assistant City Attorney
Section 00520 Page 6
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7081 Bridge Replacement - Whitcomb and Magnolia
To.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by
the CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within ( ) calendar days from
receipt of this notice as required by the Agreement.
Dated this day of , 20_
The dates for Substantial Completion and Final Acceptance shall be
20 and 20 , respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this
day of 20_
CONTRACTOR:
By:
Title:
Section 00530 Page 1
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.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address)
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety", are held and firmly bound unto
City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 ,a
(Municipal Corporation) hereinafter referred to as the "OWNER", in the penal
sum of in lawful money of
the United States, for the payment of which sum well and truly to be made, we
bind ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the _ day of , 20_,
a copy of which is hereto attached and made a part hereof for the performance
of The City of Fort Collins project,7081 Bridge Replacement - Whitcomb and
Magnolia.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said Agreement during the original term thereof, and any extensions thereof
which may be granted by the OWNER, with or without Notice to the Surety and
during the life of the guaranty period, and if the Principal shall satisfy all
claims and demands incurred under such Agreement, and shall fully indemnify
and save harmless the OWNER from all cost and damages which it may suffer by
reason of failure to do so, and shall reimburse and repay the OWNER all outlay
and expense which the OWNER may incur in making good any default then this
obligation shall be void; otherwise to remain in full force and effect.
Rev 10/20/07 Section 00610 Page 1.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the Work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied..
PROVIDED, FURTHER, that the' Surety Company must be authorized to transact
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 day of , 20 .
IN PRESENCE OF: Principal
0
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
(Surety Seal)
(Title)
(Address)
Other Partners
By:
By:
Surety
By:
By:
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev 10/20/07 Section 00610 Page 2
SECTION 00615.
PAYMENT BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address)
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety", are held and firmly bound unto the
City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a
(Municipal Corporation) hereinafter referred to as "the OWNER", in the penal
sum of in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the _ day of , 20_,
a copy of which is hereto attached and made a part hereof for the performance
of The City of Fort Collins project, 7081 Bridge Replacement - Whitcomb and
Magnolia.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor
in the prosecution of the Work provided for in such Agreement and any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed,
rented or used in connection with the construction of such Work, and all
insurance premiums on said Work, and for all labor, performed in such Work
whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
Rev 10/20/07 Section 00615 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the Work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be 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 day of , 20 .
IN PRESENCE OF: Principal
By:
(Corporate Seal)
(Title)
(Address)
IN PRESENCE OF: Other Partners
IN PRESENCE OF: Surety
By:
By:
(Surety Seal)
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev10/20/07 Section 00615 Page 2
SECTION 00020
INVITATION TO BID
Date: September 29, 2009
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 October 21, 2009, for the Bridge Replacement - Whitcomb and Magnolia; BID
NO. 7081. 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 7081 Bridge
Replacement - Whitcomb and Magnolia. The project includes construction of a
14x2.5 foot cast -in -place concrete box culvert, curb and gutter, two
driveways, sidewalk and two access ramps with truncated domes. .
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 September 29, 2009.
A prebid conference and job walk with representatives of prospective Bidders
will be held at 10:00 a.m., on October 8th, 2009, at 215 N. Mason, Conference
Room 2E- Training Room, Fort Collins, CO.
Prospective Bidders are invited to present their questions relative to this
Bid proposal at this meeting.
The Contract Documents and Construction Drawings may be examined online at:
• City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp
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.
Rev10/20/07 Section 00020 Page 1
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
Rev10/20/07 Section 00630 Page 1
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7081 Bridge Replacement -
Whitcomb and Magnolia
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
-INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR:
CONTRACT DATE:
The Work performed under this contract has been inspected by authorized
representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or
specified part of the project, as indicated above) is hereby declared to be
substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto.
This list may not be exhaustive, and the failure to include an item on it does
not alter the responsibility of the CONTRACTOR 'to complete all the Work in
accordance with the Contract Documents.
ENGINEER
AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and
agrees to complete and correct the items on the tentative list within the time
indicated.
By:
CONTRACTOR
AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as
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
REMARKS:
Rev10/20/07 Section 00635 Page 1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO:
Gentlemen:
20
You are hereby notified that on the day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by
for the City of Fort Collins project, 7081 Bridge Replacement - Whitcomb and
Magnolia.
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:
Rev10/20/07 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM:
(CONTRACTOR)
PROJECT:7081 Bridge Replacement - Whitcomb and Magnolia
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.
Rev10/20/07 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
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
Rev10/20/07 Section 00650 Page 2
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: 7081 Bridge Replacement - Whitcomb and Magnolia
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
( Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final
Payment to the CONTRACTOR shall not relieve the Surety Company of any of its
obligations to the OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
day of ,
(Surety Company)
By
ATTACH: Power_ of Attorney and Certificate of Authority of Attorney (s)-in-
Fact.
Rev 10/20/07 Section 00660 Page 1
SECTION 00670
Section 00670 Page 1
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
ON
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
89 -
CONTRACTOR INFORMATION
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:
Colorado withholding tax account number:
Copies of contract, or 1.agreement'pages (1) identifying the coritractmg parties . '.
EXEMPTION INFORMATION;,and (2)contairiing>signatures.ofcontracting'partiesrn stbeattached
Name of exempt organization (as shown on contract):
Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
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 to the best of my knowledge.
Signature of owner, partner or corporate officer: TTitle
of corporate officer:
Date:
DO NOT WRITE BELOW THIS LINE
Section 00670 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 Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor
involved in the project and complete it by filling in the subcontractor's name and address and signing
it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates
that the prime contractor issued to subcontractors should be kept at the prime contractor's place of
business for a minimum of three years and be available for inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any
applications submitted for future projects. This should be your permanent number. For instance, if
you were assigned 89-12345-0001,_every application submitted thereafter should contain 89-12345
on the application. The 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.
Section 00670 Page 3
SECTION 00700
GENERAL CONDITIONS
No Bid may be withdrawn within a period of forty-five (45) days after the date
fixed for opening Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any
informalities and irregularities therein.
Bid security in the amount of not less than 50 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
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director
Rev10/20/07 Section 00020 Page 2
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS Of TIIE CONSTRUCTION
CONTRACT prepared by the Engineers Joint. Contract Documents
Committee, EJCDC No. 1910-8 (1990 Edition), as base. Changes to
that document are shown by underlining test that has been added and
striking through tem that has been deleted.
EJCDC GENERAL. CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (ItEV 9/99)
Article or Paragraph
Number $:Title
TABLE OF CONTENTS OF GENERAL, CONDITIONS
Page Article or Paragraph
Num her Number &s Title
DEFINITIONS
1
1.1
Addenda ............................... ..............
I
L2
Agreemenk.........................................1
1.3
Application for Payment.,.,,,,,„........
1.4
Asbestos _......:.
l
1.5
Bid......,.:....................:.......................I
1.6
Bidding Documents .........:..................1
1.7
Bidding Requirements......., .......
1.
1.8
Bonds..:..............................................1.
1.9
Change Order
1.10
Contract Documents„.................„..,.,_.1_
1.11
Contract Price,,,,;,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,I
1.12
Contract Times
1
1.13
CONTRAACTOR,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,;,1
L14
defective.............................................I
1.15
rawings............................................1
Drawings, ..... ......................................
1.16
Effective Date of the Agreement t.._........
1
1.17
ENGINEER
1
1.18
ENGINEER's Consultant
1.19
Field Order .........................................
1
1.20
General Requirements ..........................
1-21
Hazardous Waste .................................
2
i.22.a
Laws and Regulations; Laws or
Regulations., ........... ..............
2
L22.b
Legal Holidays ......................................
1.23
Liens ................:........:. ..........?
1.24
Milestone .............................................
2
125
Notice of Award
2
1.26
Notice to I'roc:42
1.27
OWNER ............ ........... .....:................
1.28
Partial Utilization................................2
129
FCBs ............................. ..................2
1.30
Petroleum ...... ..................................?
1.31
Project ------ .........................................
.?
1.32.a
Radioactive Material
1.31b
Regular Working Hours,,,,,_
133
Resident Project Representative..,. .........
2
1.34
Samples.."....
1.35
Shop Drawings ...........................
2
1.36
Specifications ........................ ...............
'-
1:37
Subcontractor
2
1.38
Substantial Completion. ........................2
1.39
Supplementary Conditions'...................2
1.40
Supplier.
1,41
...........
Underground Facilities ... ...... ...............
1.42
Unit Price Work..................................3
1.43
Work..........................:......................:3
1.44
Work Change Directive ........................
1.45
Written Amendment
Page
Number
2. PRELIMINARY MATTERS ..............._..._...._..,..3
2.1
Delivery of Bonds,,,,,,,,,,,,,,,,,,,,
2.2
Copies of Documents ........................
3
2.3
CommencementofContract
Times; Notice to Proceed
3
2.4
Starting the Work „_....*.................
3
2.5-23
Before Starting Construction;
CONTRACTOR'S Responsibility
to Report; Preliminary Schediles;
Delivery of Certificates of
Insurance
3-4
2.8
Preconstruction Conference;,,,,,,,,,,,,
4 .
2.9
initially Acceptable Sehedules,_.....,..4
3. CONTRACT DOCUMENTS: INTENT,
ASV R TDING, REUSE..........................................4
3.1-3.2
Intent .. ..........._........._................
4
3.3
Reference to Standards and.Speci-
fications of Technical Societies;
Reporting and Resolving Dis-
crepancies .................................
4-5
3.4
Intent of Certain Terms or
Adjectives .....................................
5
3.5
Amending Contract Docunents,........
5
3.6
Supplementing Contract .
Documents ...................................
5
3.7
Reuse of Documents_........................5
4. AVAILABILITY OF LANDS;
SUBSURFACE:AND PHYSICAL CONDITIONS;
REFERENCE POINTS
5
4.1
Availability of Lands .......... ..........
5-6.
4.2
Subsurface and Physical
Conditions....................................6
4.2.1
Reports and Drawings ......................6.
4.2.2
Lim itedReliancebyCONTRAC-
TORAuthorized: Technical
Data
6
4.2.3
Notice of Differing Subsurface
or Physical Conditions..................fi
4.2.4
FNGTNEER's Review .......................¢
4.2.3
Possible Contract Documents
Change. .............. .......... ..........
6
4.2.6
Possible Price and Times
.Adjustments... .......................... _0-7
4.3
Physical Conditions --Underground
Facili tics .................... ....4..............
7
4.11
Shown or Indicated .............7
4.3.2
Not Shown or Indicated_ ................7
4.4
Reference Points ..............................
7,
EJCDC CENERAt, CONDITIONS 19I0.3 (1990 EDITION)
w/ CITY OF FORT COMINS MODIFICATIONS (RF.V 9/99)
Article or Paragraph Page Article or Paragraph Page
Number ;Y Title Number Number &: Titic Number
4.5 Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material 7-8
.....................
5. BONDS AND INSURANCE .................................
8
5.1-5.2
Performance. Payment and Other
Bonds ...............................................
8
5.3
Licensed Sureties and Insurers;
Certificates of Insurance...,....... ...................
8
5A
CONTRACTOR'S Liability
Insurance ..........................................
9
5.5
OWNER's Liability Insurance,,,,,,,,,,,,,,
9
5-6
Property Insurance ................. :........
9-10
5.7
Boiler and Machinery or Addi-
tional Property Insurance.................10
5.8
Notice of Cancellation Proxision
10
5.9
CONTRACTOR's Responsibility
for Deductible Amounts ....................
10
5:10
Other Special Insurance, .....................
10
5.11
Waiver of Rights................................11
5.12-5.13
Receipt and Application of
Insurance. Proceeds ......................
10-11
3.14
Acceptance of Bonds and Irisa-
ance; Option to Replace.................:..I
I
5.15
Partial Utilization --Property
Insurance.......:....::...:.:....................1
l
6. CONTR.,\ 'fOR'S RESPONSIBILITIES ,,,,,,,,,,,,,,,
I i
6.1-6.2
Supervision and Superintendence .......
11
63-6.5
Labor, Materials and Equipment_._
11-12
6:6
Progress Schedule............................
..12
6.7
Substitutes and "Or -Equal" Items:
CONTRACTORS Expense;
Substitute Construction
Methods or Procedures;
ENGINEER's Evaluation.............12-13
6.8-6.11
Concerning Subcontractors,
Suppliers, and Others;
Waiver of Rights..... . ..... I ...........
J3-14
6:12
Patent Fees and Royalties ........ ...........
14
6.13
Permits, .........................................
_14
6.14
Laws and Regulations .......................
14
6.15
Taxes...........................................14-15
6.16
Use of Premises .................*...............
15
6.17
Site Cleanliness
IS
6.18
Safe Structural Loading.....................15
6.19
Record Documents..............................15
6.20
Safety and Protection
15-16
6.21
Safety Representative ........................16
6.22
Hazard Communication Programs,..,.,
16
6.23
Emergencies.....................................16
6.24
Shop Drawings and Samples ............
_16
6.25
Submittal Proceedures; CON-
TRACTORs Review Prior
to Shop Drawing or Sample
Submittal
16
6.26
Shop Drawing S- Sample Submit-
tals Review by ENGINEER .....16-17
6.27
Responsibility for Variations
From Contract Documents17
6.28
Related Work Performed Prior
to ENG1NLER's Review and
Approval of Required
Submittals17
6.29
Continuing the Work......................17
6.30
CONTR\CTOR's General
Warranty and Guarantee...............17
6.31-6.33
Indcm nitication,-.,.
6.34
Survival of Obligations ...................
Is
7. OTHER WORK .......<........:....:....:....:.................18
7.1-7.3
Related Work at Site.......................18
7A
Coordination.,.... .............. ...........
18
S. OWNER'S RESPONSIBILITIES .........................
I S
8.1
Communications to CON-
TRACTOR .................................
IS
8.2
Replacement of ENGINEER
Is
8.3
Furnish Data andPay Promptly
When Due............:.....................18
8.4
Lands and Easements; Reports
and Tests ............................
.18-19
8.5
Insurance........................................19
8.6
Change Orders. ..............................
19
83
Inspections, Tests and
Approvals...................................19
8.8
Stop or Suspend Work;
Terminate CON'rRAG1'0Rs
Services ......................................19
8.9
Limitations on OWNER'S
Responsibilities ............ . ........
......19
8.10
Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material..................
... 19
8. I 1
Evidence of Financel
Arrangements .............................19
9. ENGINEERS STATUS DURING
CONSTRUCTION.............................................19
9,1
OWNER's Representative ...............
19
9.2
Visits to Site ..............:...................
19
9.3
Project Representative,,,,,,,,,,,,,,,
19-21
9.4
Clarifications.and Interpre-
tat ions.........................................21
.9.5
Authorized Variations in Pbrk........
21
EJCDC GENER-AL CONllfr'IONS 1910.8 (1990 EDITI014)
wl CITY OF FORT COLLINS MODIFICATIONS 1REV 9199)
Article or Paragraph Page Article or Paragraph Page
Number & Title Num her Number &: Title Number
9:6
Rejecting Defective Work....................21
13.8-13.9
Uncovering Work atENGI-
9.7-9.9
Shop Drawings, Change Orders
NEERs Request .....................27-28
and Payments....................................21
13.10
OWNER May Stop the Work ..........28
9.10
Determinatirns for Unit Prices.__,,.
21-22
13.11
Correction or Removal of
9.11412
Decisions on Disputes; ENGI-
Defective Work ..........................28
NEERas;Initial Interpreter. . ............
22
13.12
Correction Period ......... ,,,,_.............28
9.13
Limitations on EATGINEER's
13.13
Acceptance of Defective Work .........
28
Authority and Responsibilities .....
22-23
13.14
OWNTER May. Correct Defective.
Work
2S <9
CHANGES IN THE WORK
23
16.1
OWNERS Ordered Change, ...............
23
14. PAYMEN-TS `To CONTRAcToiz AND
10.2
Claim for Adjustment .......................23
COMPLETION ...... ................ ........ ...................29
10.3
Work Not Required by Contract
14A
Schedule of Values ........................29
Documents......................................23
14.2
Application for Progress
10.4
Change Orders..................................23
Payment.....................................
10.5
Notification of Surety ..... ............
_.„23
14.3
CONTRACTOR's Warranty of
Title
)9
CHANGE OF CONTRACT PRICE .............................23
14.4-14.7
Review of Applications for
11.1-11.3
Contract Price; Claim for
Progress Payments ........... .......
29-30
Adjustment; Value of
14.8-14 9
Substantial Completion,,,,,,, ...., .......
30
the Work....................................23-24
14.10
Partial Utilization .....:...............
30-31
11.4
Cast of the Work ................... ........
,4-25
14.11
Final Inspection.............................31
11.3
Exclusions to.Cost of the Work,_,.,,,,,,
25
14.12
Final Application for Payment ........
31
11.6
CONTRACTOR'- Fee
.........................
25
14.13-14.14
Final Payment and Acceptance ,,,_
... 31
I IJ
Cost Records .........
25-26
14:15
Waiver of Claims
31-32
11.3
Cash.Allowances .................... ;.....
, .,26
11.9
Unit Price Work................................26
15, SUSPENSION OF WORK AND
TERMINATION................................................32
CHANGE OF CONTRACT TIMES ............................
26
15.1
OWNER May Suspend Work ..........
32
12.1
Claim for Adjustment.._.,.
M
15.2-15.4
OWNER Inlay Terminate._,.,
32
12.2
Time of the Essence,,,,,,,,,,,,,,,,,,,,;,,,,,
_6'
15.5
CONTRACTOR May Stop
12.3
Delays Beyond CONTRACTOR's
Work or Terminate;,,,,,,,,,,,,,,,;
32-33
Control .....:................................
Z6-27
12.4
Delays Beyond OWNER's and
16. DISPUTE RESOLUTION,,,,,:33
CONTRACTOR's Controlr7
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DE17EC77PE WORK ......... :......................... ............
...27
13.1
Noticc of Defects...............................27
13.2
Access to the Work
,,;47
13.3
Tcsts and lnspcctions;
CONTRACTOR's Cooperation,,,,,,,,,
27
13.4
OWNER's Responsibilitim
Independent Testing Laboratory,.......27
13.5,
CONTRACTOR's
Responsibilities ..... ...... ........... .: .......27
13.6-13.7
Covering.Work Prior to Inspec-
tion, Testing or A'pprovat...............27
iv
17, MISCELLANEOUS
33
17.1
Giving Notice................................33
17.2
Computation of Times.,,,,,,,,,,,,,,,,,,,
33
17.3
Notice of Claim ..........
..................
33.
....
17A
Cumulative Remedies....................33
175
Professional Fees and Court
Costs Included
33
17.6
Applicable State Laws ........ .....
. 33-34
Intentionally left blank......................................35
FXHIBIT GC -A:
(Optional)
Dispute Resolution Agreement.... .................
GC -AI
16.1-16.6
Arbitration _„....,.,__.„.__.GC
-AI
16.7
Mediation
GC -AI
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
wt CITY OF FORT COLUNS NIODIFICAPONS (RF.V 9199)
INDEX TO GENERAL. CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of -
Bonds and Insurance ........................
................ 5.14
defective Work .... ................ :.......
10.4.1, 13.5, 13.13
Final payment ............ ........... .•------.........
9.1 Z 14.15
insurance .........................................................
�.14
-.
other Work, by CONTRACTOR
..........................7.3
Substitutes and "Or -Equal" Items
......................
Work by OWNER..............................2.5,
6.30, 6.34
Access to the -
Lands, OWNTER and CONTRACTOR
responsibilities ................•
.................. .l
site, related Work...... ............. I ......
................. 17.2
Work ... :................... ..........I.,......13.2.
13.14, 14.9
Acts or Omissions--, Acts and Omissions--
CONTRACTOR.........................._........6.9.1,
9.13-3
ENGINEER..........................................6.20,
9.13.3
OWNER ...................................................
6.20. 8.9
Addenda --definition of (also see
definition of Specifications) .......
(1.6, 1.10, 6.19), 1.1
Additional Property Insurances .................................
5.7
Adjustm entc-
Contract Price or Contract
Times ...........................1.5,
3.5, 4.1. 4.3.2, 4.5.2.
.............................4.5.3, 9.4, 9.5, 10.2-10A,
.........................................11,
12, 14.8, 15.1
progress schedule,.. ..................
................ 6.6
Agreement --
definition of......................................................1.2
"All -Risk" Insurance, policy form............................5.6.2
Allowances, Cash ........ ...................
......... ............... 111-8
Amending. Contract Documents.., .................
I ........... 3.5
Amendment, Written--
in.gcneral................1.10, 1.45,
3.5, 5.10, 5.12; 6.6.2
............. ....... I .....G.8.2, 6.19, 10.1, 10.4, ll: 2
12.1, 13.12.2, 14.7.2
Appeal, OWNER or CONTRACTOR
intent to ..........................9.10, 9.11, 10.4, 16.2, 16.5
Application for Payment --
definition of......................................................1.3
ENGINEF.R's Responsibility .........•••_
.................. .9
final payment ..............•„ 9.13.4,
9.13.5, 14.12-14.15
in general ..... ..................... ? 8,
2.9, 5.6.4, 9.10, 15.5
progress payment .........................
.............. 14.1-14.7
review of..........................__......_.........•.,14.4-14.7
Arbitration ....... ............. .................................
16.1-16,6
Asbestos --
claims pursuant thereto ...................
........ 4.5.2, 4.5.3
CONTRACTOR authorized to stop Work..........4.5.2
definitionof ......................................................
I.A
Article or Paragraph
Number
OWNER responsibility for ........ ...............
...... 4.5-1, 8.10
Possible price and times change,„ ..........
:.......... .4.5.2
Authorized Variations in Work,,,_,,.-•
3.6, 6.25. 6.27, 9.5
Availability of Lands ........... .................
I ......... ,... 4.1, 8.4
Award, Notice of -defined', ... ............
. ..... ...... 125
Before Starting.ConstructioR.............................�.5=2.8
Bid --definition of ................... 5
(1.1, 1.10, 2.3, 3.3,
... 4.2.6.4, 6.13, 11.4.3, 11.9,1).
Bidding Documents -definition
of........................I..........................1.6
(6.8.2)
Bidding Requirements --definition
of ............. I ........... I ...............
1.7 (1.1, 4.2.6.2)
Bonds --
acceptance of ............................. _..
................... 5.14
additional bonds....., ......... ..................
10.51. 11.4.5.9
Cost of the Work.................:...........................11.5A
definition of.......................................................1.8
deliveryof ....................... ......... .„...................2.1,
5.1
Final Application for Payment..._
_ ,....._..14.12-14.14
general.....................................J.10,
5.175.3,.5.13,
......... .................... I .... I ....
9.13, 10.5. 14.7.6
Performance, Payment and Other .............
_..... 5.1-5.2
Bonds and Insurance --in general ...............
I.................5
Builder's risk "all-risk" policyform.......................
..5.6 2
Cancellation Provisions, Insurance_..__...5.4.11,
5.8, 5.15
Cash Allowances ......................... ...........................11.8
Certificate of substantial Completion•,••„•.1.38.
6:30.2.3.
14:8, 14.10
Certificates of Inspection ...................9.13.4,
13.5, 14.12
Certificates of Insurance.............2.7,
5.3, 5.4:11. 5.4.13,
.......................5.6.5, 5.8,
5.14, 9.13.4, 14.12
Change in Contract Price --
Cash Allowances ..............................................
11.8
claim for price
adjustment.............4.1, 4.2.6,
4.5, 5.15, 6.8.2, 9.4
................... 9.5, 9:11. 10.2, 10.5, 11.2. 13.9.
....................... 13.13, 13.14,
14.7. 15.1, 15.5
CONTRACTOR's fee..........................:..............11.6
Cost of the Work
general ...... .......................... ...............
11.4-11.7
Exclusions to,..:..:,
:..........11.5
'Cost Records.....................................................11.7
in general.............1.19, 1.44, 9.11,.10.4.2, 10.4.3, 11
Lump Sum Pricitg..........................................11.3.2
Notification of Surcty. ..................._..,..„•._.,.,...._10.5
Scope of ........................................
............. 10.3-10.4
Testing and Inspection,
Uncovering the Work ..................................
13.9
E1CDC GLNERAL CONDITIONS 1910.8 (1990 EDITION)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 9t99.)
Unit Price Work
Article or Paragraph
Number
Valueof Work ..................................................11.3
Change in Contract Times --
Claim for times adjustment .........
4. 1, 4.2.6, 4.5. 5.15,
6.8.2. 9A 9.5., 9.11,
1.0.2. 10.5, 12,1.
...............13.9, 1113, 13.14, 14.7, 15.1, 15.5
Contractual time limits,,,,,,,,,,,,,,,,,,,,,,,;,........
12.2
Delays beyond CONTRACTORs
control .................... .........
......... 12.3
Delays beyond OWNI ER's and
CONTRACTORS control ............
................ 114
Notification of surety .......... ..............................
10.5
Scope. of change... ........ ......................
10.3-10.4
Change Orders: -
Acceptance ofDefective Work ....
......... 13.13
Amending Contract Documents ............................
3.5
Cash Allowances. .......... .............
I .... I ............... 11.8
Change of Contract Price,,,,,,,,,,_„
I I
Change of Contract Times,,,,,,,,,,,,,
....................
................. I)
Changes in, the Work,_...__.........---
_1 0
CONTRAcTOR's fee ........................................11.6
Co st of the Work
11.4-11.7
Cost Records
11.7
definition of . .....................
1.9
:'
emergencies.., ................. ...........
....... 6.23
ENGINIEERs responsibility .......
9.S, 10.4, 11.2, 111
executionoC ......... ......... .................................
jo.4
frulemnifiction .........................0.12, 6.16, 6.31-6.33
Insurance, Bonds and,_,._,___
5,10,5_13, 10.5
OWNER may, terminate * ............
......... 15.2-15.4
ONkr?,JERs Responsibility. . ...............
__$A 10.4
Physi6al Conditions --
Subsurface and ......... ....... ........
........ ........ . 4.2
Underground Fa6litics-7 ............................4.3.2
4.3.2
Record Documents
Scope of Changq ............... ......................
10.3-10.4
Substitutes ...... ...................
6.7.3. 6.8.2
Unit Price Work
J 1.9
value of Work_ covered by ................................
11.3
Changes in the Work .................... ..........
......... ....... 10
Notification of surety ..................
....... ..... 10:5
OWNERS and CONTRACTORs
responsibilities ............................................10.4
Right to an, adjustment ...... ..........................
IR2
Scope ofchange ............................
............ 10.3-10.4
Claims --
against C(.)rrrRA(,-I'OR ....................................
& 16
against ENGINEER .....................
......... ...... _ 6.32
against QWNFP. ............ ; .......
...... ......... 6.32
Change of Contract Price ...........................
. §.4, 11.2
Change of Contract Times ...........................
9.4, 111
CONTRACTORs ..... ... -4. 7.1,
9.4, 95, 9,11. 10.2.
............... I ........... 11.2, 11.9,
12.1, 13.9, 14.8,
... I ....... ....................
... J5.1, 15.5. 17.3
CONYPRACTOR!s Fee 11.6
Article or Paragraph
Number
CONTIZACTORs liability ........... 5.4, 6.12, 6.16, 6.31
Cost of the Work-
11.4, 11.5
Decisions on Disputes ..... ....... .................
9,11,9.12
Dispute Resolution,,,,,,,,,,,,,,, I .....
.................116.1
Dispute Resolution Agreement. ..........
........ 1&1-166
ENGINEER as initial interpretor .....................
' 9.11
Lump Stun Pricing ............ ........... -.1
........... 11. 3.2
Notice of
OWNEWs .................... ?.4, 9.5, 9.11,
10.2, 11 . 2, 11.9
......... . .............. 12.1, 13.9, 13.13,
13.14, 17.3
OWNERs liability...............................................5.5
'' -
"'*...*''*
5. 5
OWNER may refuse Iomake payment-
................14.7
Professional Fees and Court Costs
Included
17.5
request for formal decision on ............................
9.,11
Substitute Items * ...... * ...... ....... * ...... * ......
6-7.1-2
*** .....
Time Extension .._ ...........................
......... ...... 12.1
Time requirements ......................... ..........
9.11, 12.1
Unit Price Work....._.............................
11.9.3
Value of
j.1.3
Waiver of --on Final Payment .................
14.14, 14.15
Work Change Pirective ........... ................
* 10.2
written notice required ... ................. 11-2, 12.1
Clarifications.and Interpretations .............
3.6.3. 9.4. 9.11
CleanSite ...... ......................................
.............. 6.17
Codes of'rechnical Society, Organization
or Association, ............................................
....33.3
Commencement of Contract Times...._..._..........
..2.3
Communications--
general...............................................
6.21. 6.9.2. 8.1
Hazard Communication Programs,,,,.,,,
„0.22
Completion- '
Final Application for Payment ..........................14.12
Final Inspection ...............................................14.11
....... ............. ....... * ......
......... 14.11
Final Payment and Acceptance,,,,,,,,,,,,,,,
14.13-14.14
Partial Utilization .......................................
14.10
Substantial Completion ......................1.38,
14.8-14.9
Waiver of Claims............................................14.15
Computation of Times .. ........... * ........ * .....
17.2.IA7.2.2
Concerning Subcontractors, Suppliers
andOthers., -I .................. 1- ........ I ...............
6.M.1 I
Conferences --
initially acceptable schedules., ............
................. 2.9
preconstruction .....................................................
2:8
Conflict, Error, Ambiguity, Discrepancy_
CONTRACTOR to Report ........ ..................
2.5,3.3.2
Construction, before starting by
CONTRACTOR ...........................................
2.5-2.7
Construction Machinery, Equipment, etc,,,,,,,..,._,,,,,
A
Continuing the Work ....................................
_6.29, 10.4
Contract Documents --
Amending..........................................................3.5
Bonds . .......
5.1
EJCDC GENERAL CONDITIONS
1910-8 (1990 ED111ON)
w/ CITY OF FORT COLLINS MOMFICA 71 ONS (REV W991
Cash Allowances11.8
Article or Paragraph
Number
Change of Contract Price_„ .................................
11
Change of ContractTimes....................
..................
12
Changes in the Work .............. I ..................
10.4-10.5
check and verify,................................................
=.5
Clarifications and
Interpretations .........................3.2, 3.6,
9.4, 9.11
definition of ................ ........ _........................1.10
ENGINEER as initial interpreter of,,,,
9.11
ENGINEER as OWNER's representative..............9.1
-enera13
Insurance...........................................................5.3
Intent....................:...................................3.1-3.4
minor variations in the Work.,,..,_......................3.6
OWNER's responsibility to furnish data_.............8.3
OWNER's responsibility to make
prompt payment .......... ................ 8.3, 14.4,
14.13
precedence................................................3.1,
3.3.3
Record Documents............................................6.19
Reference to Standards and Specifications
of'fechnical Societies...................................3.3
Related Work.....................................................72
Reporting and Resolving Discrepancies „.;,,,,?.5,
3.3
Reuseof ...........................................................
3.7
Supplementing .... ::................... .....................
... 3.6
Termination of ENGINEER's Employment..._.._._8.2
Unit Price Work:..............................................11.9
variations .......................................... 3.0,
6.23, 6.27
Visits to Site, FNGIVEER's....... ._.....................
9.2
Contract Price --
adjustment of ............... 3.5. 4.1. 9.4. 10.3.
11.2-11.3
Changeof...........................................................i
Decision on Disputes........................................9.11
definition of....................................................1.11
Contract Times --
adjustment of ...._....................3.5. 4.1. 9.4, 10.3. 12
Change of .................. ..............................
12.1-12.4
Commencement of .........._.................................2.3
definition of.....................................................1.12
CONTRACTOR= -
Acceptance of Insurance. ..................................
5.14
Communications„ ...... ..... ........... .... I.-......
6.2. 6.9.2
Continue Work ........................................
6.29. 10.4
coordination and scheduling ...........................6
9.2
definition of.....................................................iA3
Limited Reliance on Technical
Data Authorized.........................................4.12
May Stop Work or Terminate,...,_....................1.5.5
provide site access to others,,,,,,,,,,,,,,,,,,,,,,,
7.2, 13.2
Safety and Protection„ ......... ......4.3.1.2,
6.16, 6.18,
.................................. I ... 6,21-6.23, 7.2, 13.2
Shop Drawing and Sample Review
Prior to Submittal........................................0.25
Stop Work requirements,- . ............................. 4.5-2
CONCRACTOR'.s-
Article or Paragraph
Number
Compensation....... .. .... ...... .................
11.1-11.2
Continuing Obligation ....... .:............................
14.15
Defective Work...............................9.6, 13.10-13.14
Duty to correctdlejective Work ..........................13.11
Duty to Report -
Changes in the Work caused by
Emergency... .... ...................................
6:23
Defecu. in Work of Others .............................
7.3
Differing conditions.',..................................4.2.3
Discrepancy in Documents ........ 2.5, 3.3.2, 6.14.2
Underground Facilities not indicated, ..........
4.3.2
Emergencies ..............................
.......6-23
Equipment and Machinery Rental, Cast
of the Work...............................:...........11.4.5.3
Fee --Cost Plus1-1-4.5.6. 11-5.1, 11.6
General Warranty and Guarantee ............ :..........
6-30
Idazard Communication Programs ......................0.22
Indemnification.,,...__..............6.12, 6.16,
6.31-6.33
Inspection of the Work, ..............................
7.3, 13A
Labor, Materials and Equipment ....................6.3-6.5
Laws and Regulations Compliance by,.,,,,.__,,,
6.14.1
Liability Insurance..............................................:5.4
Notice of Intent to Appeal;........................9.10.
10.4
obligation to perform and complete
the Work ................ ..............................
......6.30
Patent Fees and Royalties, paid for by ................
6.12
Performance and OtherBonds
5.1
Permits, obtained and paid for by,,,,,,,,,,,,,,
0,13
Progress Schedule. ....... .................. 2. 6. 2.8. 2.9. 6.6,
........................................6.29, 10.4, 15.11
Request for formal decisionon disputes,,,,,,,,,,
9.11
Responsibilities --
Changes in the Work...................................10.1
Concerning Subcontractors, Suppliers
and Others.......................................6.8-6.11
Continuing the Work ..........................6.29,
10.4
CONTRACTOR's expense...........................6.7.1
CONTRACTOR's General Warranty
and Guarantee
6.30
CONfR.4CTOR's review prior to Shop
Drawing or Sample submittal,,,,,,,,;,,,,,,,
6:25
Coordination of Work., ..............................
6.9;2
Emergencies ...............................................
6:23
ENGINEER's evaluation; Substitutes
or "Or -Equal" Items_ ...........................
6.7.3
For Acts and Omissions
of Others..................:..........6.9.1-6.9:2, 9.13
for deductible amounts, insurance ...................
5.9
general........................................6, 7.2,
7:31 8.9
I[azardous Communication Programs .....
...... 6.22
Indemnification ................................. ..6.31-6.33
Nl E1CDC GENERAL CONDITIONS 1910.8 (1990 EDITION).
wJ CITY OF FORT COLLINS MODIFICATIONS 1RFV 9J991
Labor,:Matcrials and Equipment .............. 6.3-6.5
Laws and Regulations,_.._:...................:.......6.14
Liability Insurance ........................................ 5.4
Article or Paragraph
Num ber
Notice of variation from Contract
Documents ................. .......... ................
6.27
Patent Pees and Royalties ......... ....... ..............
6,12
Permits ............ ............................................
6.13
Progress Schedule.._... ....... ......................._.,
6,6
Record Documents .
6.19
related Work performed prior to
ENGINEER'sapproval of required
submittals .............................................
6.28
safe structural loading.................................6.18
Safety and Protection ...............-....6.20.
7.2, 13.2
Safety Representative.,__..- ............,.-.____...6.21
Scheduling the Work..................................6.9.2
Shop Drawings and Samples
6.24
Shop Drawings and Samples Review
by ENGINEER......................................6.
26
Site Cleanliness ......... :................................
. 6.17
Submittal ProceduresI.....,,,,,,,
6.25
Substitute Construction Methods
and Procedures
6.7:2
Substitutes and "Or -Equal" Items... .......
6. 7. 1
Superintendence .... I ........ ...: ..11......................6.2
Supervision... ............. ...... .................
.........6. I
Survival of Obligations................................6.34
Taxes..,, . ............ ........ ** ...........................
15. 15
:
Tests and Inspections,..__............................13
5
To Rcport
........ -':5
Use of Premises ......... ..........6.16-6.18. 6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal...................................I....6.25
Right to adjustment for changes in the Work ..... 10:2
right to claim_,._,,.,___ 4, 71, 9.4, 9.5, 9.1 I,
10.2,11.2,
1,,,1,,,1,11.9, 12.1, 13.9, 14.8; 15.1.
15.5, 17.3
Safety and Protection, ................... 6.20-6.22, 7.2, 13.2
Safety Representative........................................6.21
Shop Drawings and Samples Submittals,._,.6:24-6.28
Special Consultants, ..... I .................. ....
11.4.4
Substitute Construction Methods and Procedures„ 617
Substitutes and "Or -Equal" Items;
Expense...........................................6.7.1,
6.7.2
Subcontractors, Suppliers and Others.,,,,,.,,,
6.8-6.11
Supervision and Superintendence ......... 6,1;
6:2, 6.21
Taxes, Payment by... ..................... ......
15
Use of Premises
6.16-6.18
'Warranties and guarantees ...................
6.5, 6.30
Warranty oft'itle ............................ .......
.. 14.3
Written Notice Required—
CONTRACTOR stop Work or terminate
........ 15.5
Reports of Differing Subsurface
and Physical Conditions ......................
a.2.3
Substantial Completion_. ......................
......14.8
viii
CONT PACTORS--other....................... _.................... - 7
Contractual Liability Insurance 5.4.10
Contractual Time
Article or Paragraph
Number
Coordination—
CONPRACTOR's,responsibility..... ..............
...¢.9:2
Copies of Documents ................................................
2
Correction Period13.12
Correction, Removal or Acceptance .
of Defective Work--
in general ............................... _.,10.4.1,
13.10-13.14
Acceptance ofDefective Work... ................
....... 13.13
Correction or Removal of
Defective Work,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,b:30,
13.11
Correction Period.._ ..... ..
.13.12
OWNE R May Correct Defective Work .....
_- ,. _ , 13.14
OWNER May Stop Work ....... ,,,..„.. ,,,
13.10
Cast --
of Tests and Inspections ....... ........................
I., ... 13.4
Records11.7
Cost of the Work --
Bonds and insurance, additional ...............
_ j 1.4.59
Cash Discounts,,,,,,,,,,,,
.11.4.2
CONCRACTOR's Fee ...............................
11.6
Employee Expenses„_,.,,,,,,,,„.......................1
L4.5.1
Exclusions to :....:...............:..:.....................:......11.5
G eneral 11.4-11.5
Home office and overhead expenses ....................11.5
Losses and damages.....................................11.4.5.6
Materials and equipment_.___. ....... _----------------
11.4.2
Minor expenses ............................................
11.4.5.8
Payroll costs on changes.................................1
1.4.1
performed by Subcontractors ........................
..L 1.4.3
Records11.7
Rentals of construction equipment
and machinery.......................................11
A.5.3
Royalty payments, permits and
license fees.., ..................................
Site oil -ice and temporary facilities................11.4.5.2
Special Consultants, CONTRACTOR's..........
_.11.4.4
Supplemental .............................
Taxes related to the Work
11.4.5.4
Tests and Inspection .......................... I .......
......... 13.4
Trade Discounts ....... ............. ............:............1
L4.2
Utilities, fuel and sanitary facilities ..........
_ j 1.4.5.7
Work after regular hours.................................11.4.1
Covering Work .............. ............. .....................
.13.6-13.7
Cumulative Remedies
17.4-17.5
Cutting, fitting and patching....................................7.2
Data, to be furnished by OWNER .............................
8.3
Day --definition of .................. ....... .......... .............
17.2.2
Decisions on Disputes,,,,,,,,,,,,,,, *....,............,.9.11,
9.12
defective--definitionof ...................... .......
_..J.14
defective Work --
Acceptance of... ....................................
10. 4. 1 . 13.13
EJCDC GENERAL CONDITIONS 1910-3 (1990 ED1110N1
w/ UTY OF FORT.COLLINS i tODIFICAT 0NS (RFV 9/K.)
Correction or Removal of.. ...................10A.1, 13,11
Correction Period ............... _:,_„.13.12
in general.........................................13. 14.7, 14.11
Article or Paragraph
Number
Observation by ENGINEER .................. :............
: 92
OWNER N y'StopWork.
13.10
Prompt Notice or Detects,._,,,,,, I.........................13.1
Rejecting...........................................................9.6
Uncovering the Work.......................................13.8
Definitions..... ....................... ....................................
I
Delays......................................4.1, 6,29. 12.3-12.4
Delivery of Bonds... _ ................................................
2.1
Delivery of ceni6cates•of insurance .........................2.7
Determinations for Unit Prices ................................
9.10
Differing Subsurface or Physical Conditions --
Noticeof ................................ .....................4.2.3
ENGINEER's Review......................................4,').4
Possible Contract Documents Change ..............
4.2.5
Possible Price and Times Adjustments. .............
Discrepancies -Reporting
and Resolving................................2.5, 3.3.2.
6.14.2
Dispute Resolution--
Agreement................................................16.1-16.6
Arbitration ................................................1
& l -16.5
gencra116
\Mediation .............. :........................... ....:..........
16.6
Dispute Resolution Agreement .......... :............
16.1-16.6
Disputes, Decisions by ENGINEER,,,,,,,,,,,,,,,,,, ...................
Documents --
Copiesof ...........................
Record 6.19
Reuseof. ....................... ....................................
3.7
Drawings --definition of...........................................1.15
Easements.............................................................
4.l
Effective date of Agreement -- definition Qf .............
j.16
Emergencies ........._.........................................
ENGINEER-- ,
as initial interpreter on disputes... .............
9.11-9.12
definition of ................ ........... ..........................
1-17
Limitations on authority and responsibilitie5...... 9.13
Replacementof, ........................... .........
........... 8.2
Resident Project Representative ..... ...............
... ._.9.3
ENGINEER's Consultant -- definition of..................1.18
ENGINEER's--
authority and responsibility, limitations on,,.,,,-,9.13
Authorized Variations in the Work,,,,,,,,,,,,,,,,,,,,,
9.5
Change Orders, responsibility for- ...... 19.7, 10, 11, 12
Clarifications and Interpretations. . .............
3.6.3,9.4
Decisions on Disputes ..............................
9.1 I-9.12
defective Work, notice of13.1
Evaluation of Substitute
6.7.3
Liability ..................................................
6.32, 9.12
Notice Work is Acceptable..............................14.13
Observations...........................................6.30.2,
9.2
OWNER's Representative ....... ...9.1
Pavments to the CONTRACTOR,
Responsibility for.. .......................... 9.9. 14
Recommendation of Payment ....................14.4, 14.13
Article or Paragraph
Number
Responsibilities --Limitations ,on ................
9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions.............................4.2.4
Shop Drawings and Samples, review
responsibility............................. ........
....... .... 626
Status During Construction--
authorized variations in the Work ...................
9'5
Clarifications and Interpretations ..................9.4
Decisions on Disputes ......*..... *...... ,
... 9.I1-9.12
Determinations on Unit Price .......................9.10
ENGINEER as Initial Interpreter ......
_._.9.11-9.12
ENI GTNEER's Responsibilities ................9.1-9.12
Limitations on ENGINEPMs Authority
and Responsibilities :..............................
9.13
OWNER's Representative ..............................
9.1
Project Representative...................................9.3
Rejecting Defective Work..............................9.6
Shop Drawings, Change Orders
and Payments, .......... .........................
9.7-9.9
Visits to Site ............................. .....................
9.2
Unit Price determinations ............................
.... 9.10
Visitsto Site.......................................................9.2
Written consent required .............................
7.2, 9.1
Equipment, Labor, Materials.and ...................
..... 6.3-6.5
Equipment rental, Cast of the.Work...__._11.4.5.3
Equivalent Materials and Equipment .......................:
6.7
error or om issians..................................................0.33
Evidence of Financial Arrangements ..............
.......,8.1 l
Explorations of physical conditions,,,,,,,,,,,,,,,,,,,,,,,
4.2.1
Fee, CONTRACTOR's--Costs Plus ...........................11.6
Field Order --
definition of.....................................................1.19
issued by ENGINEER ................................
3.6.1. 9.5
Final Application for Payment...............................14.12
FinalInspection............................................
:...... 14.11
Final Payment -
and Acceptance... .........:.........................14.13-14.14
Prior to, for casallovances...............................11.8
General Provisions ....... ....................... ............17.3-17.4
General Requirements --
definition of.....................................................1.20
principal references to .............. 2.6, 6.4,
6.6-6.7, 6.24
GivingNoticc........................................................17.1
Guarantee of Work --by CONTRACTOR.,,,,,,,
6.30, 14.12
Hazard Communication Programs,,,,,,.......,
6.22
Hazardous Waste --
definition of......................................................1.21
general.............................................................
4.5
OWNER's responsibility for ..............................
8.10
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITIONI
w/ CITY OF FORT COLLM MODIFICATIONIS (REV 91991)
Indemnification .................... .......... .12, 6.16, 6.31-6,33
Initially Acceptable Schedules_.,,.I........ I ................. ,2.9
Inspection—
Certificates of..............................9.13.4, 13.5, 14.12
Final ......................................... .........14.11
Article or Paragraph
Num ber
Special, required byfiNGTNI EER.........................
9.6
Tests and Approval ............................ 8.7, 13.3-13.4
Insurance --
Acceptance of, by"OWNER. ,,,,,,,,,,,,,,,,,,, ..........
.5.14
.
Additional, required by changes
in the Work ..... .......................................11.4.5;9
Before starting the Work ................... ..:...............
2.7
Bonds and --in general..........................................5
Cancellation Provisions .... .............. ........
...... .... 5.8
Certificates of ...... .............2 7, 5, 5:3, 5.4.11,
5.4.13.
........................5.6.5, 5.8, 5.14, 9.13.4,
14.12
completed operations.,.,,,,,,,.._......................5.4.13
CONTRACTOR's Liability__ ...............................
5.4
CONTRaCTOR's objection to coverage...,.,
....... 5.14
Contractual Liability,.-, ....... I ............. ...........
.
deductible amounts, CONTRAUCIR's
responsibility .......................
.......... 5.9
Final Application for Payment .. ..........................
14.12
Licensed Insurers_.,._.,., ................................
5.3
Notice requirements, material change45.8.
10.5
Option to Replace .............................................
:5. 14
other special insurances...................................5.10
OWNER as fiduciary for insureds,,,,,,,,,,,,,,
5.12-5.13
OWNER's Liability_ .........._.............................5.5
O`WN`ER's Responsibility....................................8.5
Partial Utaization, Property Insurance.,,,,,,,,,,,,„5.15
Property..................................... .............16-5.10
Receipt and Application of insurance
Proceeds.............................................5.12-5.13
Special Insurance.. ......................... ....
.......... 5.10
Waiver of Rights ..............................................
5.11
Intent of Contract Documents ........................ I ......
3.1-3.4
Interpretations and Clarifications.. I..................3.6
3, 9.4
Investigations of physical conditions ......... .................
.2
Labor, Materials and Equipment._,_,,,..........
.....3-G5
Lands --
and Easements...................................................8.4
Availability of.............................................A.1,
8.4
Reports and Tests...............................................8.4
Laws and Regulations --Laws or Regulations--
Bonds ................................. ....................
.5:1-5.2
...
Changes in the Work........................................10.4
Contract Documents..........................................3.1
CONTRACTOR's Responsibilities .....................6.14
Correction Period, defective Work....................13.12
Cost of the Work, taxes......................I........11.4.5.4
definition of ..... :...... :......... ......_.......,_.-......__.j,24
gencral6.14
Indemnification .................__,,...,,.,.,.,,...,.,
6.31-6,33
Insurance
.........5.3
1'rcccdcncc
.3.1, 3.3.3
Reference to
3.3.1
Safely and Protection .............. ...... :..........6.20,
13.2
Subcontractors, Suppliers and Others,,.......
_6.8=6.11
Article or Paragraph
Num ber
Tests and Inspections,,,,,,,,,,_
13.5
Use of Premises ................................................
6.16
Visits to Site... ....................P.2.
................................
Liability Insurance--
CONT RACTOR's...............................................
5.4
OWNER'S ...................... ..............:...................
5.5
Licensed Sureties and Insurers..................................ij
Liens --
Application for Progress Payment,... _.................14._2
CONTRAC'I'OR's Warranty of'fitic....................14.3
Final Application for Payment ..........................14.12
definition of
123
Waiver of Claims ..
............ ..........
14.15
Limitations on ENGINEER's authority and
responsibilities .......... ...................... ..................
9.13_
Limited Reliance by CONTRACTOR
Authorized....... ............ .......... .......................
..
..2. ,
Maintenance and Operating lvlanuals--
Final Application for Payment .........................14.12
Manuals (of others) --
Precedence.. .................................................
.3.3.3.1
Reference to* in Contract Documents ..................J.3.1
Nlatcrials:and equipment --
furnished by CONTRACTOR... ........... ..._.._
not. incorporated in Work .......... ............. I .......
I ... 14.2
Materials or equipment --equivalent ..........................6.7
ivlediation (Optional)..................:........................16.7
Milestones --definition or ........................................1.24
Miscellaneous --
Computation ofTim es. .......................................17.2
Cumulative Remedies ................. ....................
17.4
Giving Notice ......................... :..........................
I T I
Notice of Claim. I. ......... I .................................
17.3.
Professional Fees and Court Costs Included.....,..,17.5
Multi -prime contracts ............. ....................................
7
Not Shown or Indicated..,,-. ...... I ...... ..........
4.3.2
Notice of --
Acceptability of Project,,,,,,,,,,,,,,,.................
....14.13
Award, definition o f_„.............................:........1.25
Claim.................... ............1.7.3
............................
Defects,13.1
Differing Subsurface or Physical Conditions.,.,_.
Giving ........................
17.1
Tests and Inspections... ...... ........................ I ...... 13.3
Variation, Shop Drawing and SampIq................6.27
Notice to: Proceed—
definition of .......................................... ....... ..... t 26
givingof .............. ............................................ .2.3.
EICDC GENERAL CONDITIONS 1910-8 (1990 LIX110N)
w/ CITY OF FORT COI.LINS hIODIFICATIONS (REV 9/99)
SECTION 00100
INSTRUCTIONS TO BIDDERS
Notification to Surety ............................
........ .........I0.5
Observations, by ENGINEER...........................6.30,
9.2
Occupancy of the Work ...................
5.15. 6.30.2.4, 14,10
Omissions or acts by CONTRACTOR .............. 6.9. 9.13
Open Peril policy form, Insurance.........
I ................ 5.6,2
Option to Replace ............. .............................
....:..... .14
Article or Paragraph
Num ber
"Or l3qual" items......................................................6.7
Other work 7
Overtime Work --prohibition of .................
........ 6.3
OWNER --
Acceptance of defective Work ..........................
13.13
appoint an ENGINEER......................................8.2
as fiduciary ....................... ..5.12-5.13
......................
Availability of Lands, responsibility ....................4.1
definition of
1.27
data, furnish... ............. .............8.3
........................
ilvfayCorrect Defectfve Work............................13.14
May refuse to make payment.............................14.7
May Stop the Work..............:......:...........:.......13.10
-May Suspend Work,
Terminate. ...........................$.8, 13.10,
15.1-15.4
Payment, make prompt. ........... ........ i3, 14.4,
14.13
performance: of other work ..................................
Zl
permits and licenses, requirements....._...,,...,,,.
6.13
purchased insurance requirements ...............5.6-5.10
OWNER'S --
Acceptance of the Work ...................... _.......6.30.2.5
Change Orders, obligation to execute ...........
8.6, 10.4
Communications_ ............... .............................
8.1
Coordination of the Work
7.4
Disputes, request for decision ............................9.1
t
Inspections, tests and approval;..................8.7,
13.4
Liability Insurance..:...................:....I..................5.5
Notice of DefeeL............................. 1.................13.1
Representative --During Construction,
ENGINEER's Status......................................9-1
Responsibilities --
Asbestos. PCBs. Petroleum. Hazardous
Waste or Radioactive Material................8.10
Change Orders..............................................8.6
Changes in the Work ....................... ............
10.1
communications............................................S.1
CONTRACTOR'S responsibilities_ ...............
8.9
evidence of Financial arrangements..............8.11
inspections, tests and approvals .....................8-7
insurance......................................................
3.5
lands and easements-, .... ..............................8.4
prompt payment by.......... .....8.3
.................. .......
replacement of ENGINEER„ ..... .................8.2
reports and tests............................................8.4
stop or suspend Work................„B.S, 13.10,
15.1
terminate CON PACTORs
services ... .............. ..._........... ........
15.2
separate representative at site .............................
9.3
testing, independent ....... ...._............................ 13.4
use or occupancy
of the .Work .........................5.15. 6.36.2.4. 14.10
written consent or approval
required ............ .................. ,.......... 9-1, 63, 11.4
Xi EJCDC GL•:NERAL CONDITIONS 1910-3 (1990 EDITION)
w! CITY OF FORT COLL[NS MODIFICATIONS (REV 91991
Article or Paragraph
Num bcr
written notice required ..........................
7.1, 9.4, 9.1.1,
......................1.1.2, 11.9. 14.7, 15.4
PCBs --
definition of
__1,29
'general ..............................................................
4.5
OWNER's responsibility for . ..............................
Mo
Partial Utilization—
defirtition of
1.28
genera 16.30.2.4, 14.10
Property Insurance ............................................
. 5.15
Patent Fees and Royalties ........................................6.12
Payment Bonds:..........._ .............. ......................
5:1-5.2
Payments, Recommendation of
14.4-14.7, 14.13
Payments to CONTRACTOR.and Completion --
Application for ProgressPayments .............
......... 14,2
CONTRAcrOR's Warranty ofl'itic,,,,
.... _1 43
Final Application for Payment .........................14.12
Final Inspection...............................................14.11
Final Payment and Acceptance ................
14.13-14. 14
general........................................................8.3,
14
Partial Utilization ...................
..... 14,10
Retainage..........................................................
14,2
Review of Applications for
Progress Paym en is ...............................
14.4-14.7
prompt payment ..................................................8.3
Schedule'of Values: ............ ..........
.... 14.1
Substantial Conipletiork,... ......................
... 14.8-14.9
Waiver of Claims
14.15
when payments due ................................
14A, 14.13
withholding payment ..... ....... I ...........
....... 14.7
Performance Bonds ......................... ..................
5. 1 -5.2
Permits....................................... .....................
6.13
Petroleum --
definition of ................... I ................
I ............ I .... 1.30
general........... ................................
................. 4.5
OWNER's responsibility for ................................8.10
Physical Conditions—
Drawings -of, in or relating to,,,,,,,,,,,,,,,_.......
a.2.1.2
ENIGINEER's review ........
4.2.4
existing structures .............
.......4.2.2
general4.2.1.2..... ---- I—— .......... ......... ..................
-
Notice of Differing Subsurface or ....... ..............
4.2.3
Possible Contract Documents Change .................
4.2.5
Possible Price and Times Adjustments.,.,
...... 4.2.6
Reports and Drawings......................................4.2.1
Subsurfaceand,....._ .................... __ .... .......
....... 4.2
Subsurface Conditions ... ..... I .... I ...................
A2. 1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized .........
... 4.2- 21
Underground Facilities—
general.........................................................
43
Not Shown or Indicaed
A -3.2
Protection of.. ... I ......... ............. .......
4.3, G.20
Xii
Article or Paragraph
Number
Shown or Indicated .......
4.3.1
Technical Data ...............................................
:4.2.2
Preconstruction Conference ............. ........................
..2.8
Preliminary Matters .............................................
...... 2
Preliminary Schedules ..............................................2.6
Premises, Use of .......... ......
....... 6. W-6. 18
Price, Change of Contract ' * ... ...
...... * .... * .... * I I
Price, Contract --definition of,,,,,,._., .................
I ...... 1.11
Progress Payment, Applications for .................
....... j4.2
Progress Payment--retainagq ............... ...............
_., 14.2
Progress schedule, CONTRACTOR's., ...........
2.6,,18, 19,
........ .... 11 ........... - 6.6. 6.29.
10A, 15.2.1
Project --definition of ......................................I........1.31
Project Representative--
ENGINEERs Status During Construction ' .... 9.3
Project Representative, kcsiderit--definition of ......... 1.33
prompt payment by OWNER .....................................
8:3
Property Insurance --
Additional ............. ; ............. ........
........... 5.7
ggeneraI5.675. 10
Partial Utilization .... .......................
5.15; 14. 1 O. 2
receipt and application of proceeds ............
5.12-5.13
Protection, Safety and .............. ...............
6.20-6.21, 13.2
Punch list
Radioactive il�t*er'ia I
defintion of .............. ............
1.32
genera14.5
OWNER's responsibility for............ I .................8.10
Recommendation of Paymenk ................. 14.4, 14.5, 14.13
Record Documents ........... ....... .................
... 6,19, 14.12
Records, procedures for maintaining„ ... ..................
_2.8
Reference Points,,,,,,,,,,,,,,,,, ..... * ..............
4:4
Reference to Standards and Specifications
.....
of Technical Societies ........ ** ......
3.3
Regulations, Laws and (or) .....................................
6 ,14
Rejecting Defective Work .................I........................9.6
Related Work--
at Site- ... ...... ................... ..............
........... 7.1-7.3
Performed prior to Shop Drawings
and Samples submittal ' s review..,,,.„,„.......„
�6.28
Remedies. cumulative .................. __ ...............
17.4. 17.5
Removal or Correction ofDefective Work..
....... .... _ 13A 1
rental agreements. OWNER approval required
' ... 11.4.5.3
replacement of ENGINEER by OWNER,,,,,,,,,,,,,,,,,,,,
�.2
Reporting and Resolving
Discrepancicq .................... ........... 22.5,
3.3.2, 6.14.2
Reports --
and Drawings ................. ................................2.1
and Tests, OWNER's responsibility.. ...................
8A
Resident and Project.Representative--
definition 0......................................................1.33
provision for ..... .................... ....... .............. 9-3
EJCDC. GENLRAL CONDHIONS 1910.8 (1990 a)JJJON)
WIMY OF FORT COLLINS MODIFICATIONS (RFV 9/99)
Article or Paragraph
Number
Resident Superintendent, CONTRACTORs,............... 6.2
Responsibilities --
CONTRACTOR s-in general........ I ......................... 6
ENGLNEER's-in general........................................9
Limitations on............................................:9.13
OWNEfes-in general..............................................8
Retainage....................................... ..........
I ...... ,... 1.4.2
Reuse of Documents .................................................
3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ..........................6.25
Review of Applications for
Progress Payments ...... ....................
1......... ..14.4-14.7
Right to an adjustment...........................................10.2
Rights of Way...-
............ 4.1
Royalties, Patent Fees and .......................................
G.12
Safe Structural Loading ...............................
_.......... 6.18
Safety --
and Protection.. ............. ................
4.3.2, 6.16, 6,18,
....... .............. ...... ........... 6.20-6.21, 7.2, 13.2
general.....................................................6.
N-6.23
Representative, CONTRACTOR's......................6.21
Samples --
definition of......................................................1.34
general ....................................... _...........
6.24-6.28
Review by CONTRACTOR ......... .....
.... ......._.....625
Review by ENGINEER..............................6:26,
6.27
related Work.....................................................0.23
submittal of.................................:.................6:21.2
submittal procedures.........................................6.2S
Schedule of progress ........... .............•...2.6,
2.8-2.9, 6.6.
.......................................:.6.29,
10.4, 15.2.1
Schedule of Shop Drawing and Sample
Submittals...............................2,6, 2.8-2.9, 6.24-6.28
Schedule of Values..............................2.6,
2.8-2.9, 14.1
Schedules --
Adherence to .......... :.......................................
15.2.1
Adjusting...........................................................6.6
Change of Contract Times... ..............................
10.4
Initially Acceptable......................................2.8,
2.9
Preliminary........................................................2.6
Scope of Changes.......................................10.3-10.4
Subsurface Conditions ........................................
4.2.1.1
Shop. Drawings --
and Samples, general.................................6.24-6.28
Change Orders 8: Applications for
Payments, and ..... ..... .................
.--------- *... 9.7-9.9
definition of.....................................................1.35
ENGINEER's approval of•...,,,• ..........................3.6.2
ENGINEER's responsibility
for review. ....................................
9.7, 6.24-6;28
related Work ................... ............_.................--6.28
review procedures................................2.8,
6.24-6.28
Article or Paragraph
Number
submittal required ................ .............................
..6.21.1
Submittal Procedures.........................................6.25
use to approve substitutions _ _... _ _ _I-- ..... ..... ......
6.7.3
Shown or Indicated ...............................................
4.3.1
Site Access .......................................................
7.2. 13.2
Site Cleanliness.....................................................0.17
Site, Visits to --
by ENGINEER., ....................... .................
9.2, 13:2
by others.........................................................
13.2
"special causes of loss' policy form,
insurance.....................................;.....,.............6.2
definition of, ..............................................
..... J1.36
Specifications—
defination of....................................................1.36
of Technical Societies, reference to .... ._,..••..._....
3.1
precedence......................................................3.3.3
Standards and Specifications
of Technical Societies.,,,•••„ ...............................
3.3
Startine Construction, IIeCorr_••,,,,,,,,,,,,,,,,,,,,,,,,,,,2.5-?
8
Starting the Work.....................................................2.4
Stop or Suspend Work --
by CONTRACTOR.....................................I.....15.5
by OWNER .................................... 8A 13.10,
15.1
Storage of materials and equipment ......................
4.1, 7.2
Structural Loading, Safety ............. .....•....:............
;.... 6.18
Subcontractor --
Concerning ............................. ...................
6.8-6.11
definition of. ....................................................
J1.37
delays... ............... ....... ...................................
12.3
waiver of rights................................................6.
I I
Subcontractors --in general .................................
6.8-6.11
Subcontracts --required provisions .......... 5.11, 6.11,
11.4.3
Subm ittals—
Applications for Payment................................14.2
Nlaintenance and Operation Manuals.„_,•,•._._._..14.12
Procedures......................................................
0,25
Progress Schedules .... ....... ... .......... I ...........
,.2.6, 2.9
Samples., ........................................... ... 1.6.24-6-
28
Schedule of Values, ....................................2.6,
14.1
Schedule of Shop Drawings and Samples
Submissions......................................2.6,
2.8-2.9
Shop Drawings ................................... I....6.24-6.28
Substantial Completion—
certification of............................ 6.30.2.3,
14.8-14.9
definition of.....................................................1.38
Substitute Construction Methods or Procedure*
........ 6.7.2
Substitutes and "Or Equal' Items ... I...........................6.7
CONTRACTOR's Expense,. ........................6.7.1.3
ENGINEER'S Evaluation „•, .............................
6.7.3
"Or -Equal" ....................................................
Substitute Construction Methods
xiii E1CDC. GENERAL CONDITIONS 1910-3 (1990 EDITION)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
Article or Paragraph
Number
or Procedures. . ................. : ......................
I ... 6.7,2
Substitute Items
6..1.2
Subsurface and Physical Conditions --
Drawings of. in or relatitg to .....:..................
4.2.1.2
ENGINELR's Review ....................................
...4.2:4
general...................................................
:....... ... 4.2
Limited Reliance by CONTRACTOR
Authorized
4.2.2
Notice of Differing Subsurface or
Physical Conditions .........................................
Physical Conditions.......................................4.2.1.2
Possible Contract Documents Change,,,,,,,,,,,,,,,
4.2.5
Possible Price andTimes Adjustments...............4.2.6
Reports and Drawings......................................4.2.1
Subsurface and.
.......................................................
4:2
Subsurface Conditions at the Site,,,,,,,,,,,,,,,,,„.2:1.1
Technical Data ........................... .....................
4.2-2
Supervision—
CONTRACTOR's responsibility ... -..............
..... ,-6:1
OWNER shall not supervise,:.................I............8.9
ENGINEER shall not supervise,,,,,,,,,,,,,,,,
9.2; 9.13.22
Superintendence., ..................... I.............:................
6- 2
Superintendent, CONTRACTOR's resident
...............6.2
Supplemental costs ..::..............:...........:........:.
...... 11.4.5
Supplementary Conditions--
-
definitionof......................................................1.39
principal references to.................1.10, 1,18, 2.2, 2.7,
..................... 4.3, 5.1, 5.3,
5.4, 5.6-5.9,
.... I .... I ... ,,,S.11,6.8,6.13,7.4,8.11,9.3,9.10
Supplementing Contract Documents .........................3.6
Supplier --
definition of......................................................1.40
principal references to ........... 3.7; 6.5, 6.8-6.11,
6.20,
6.24, 9.13, 14.12
Waiver of Rights ..............................
. .............
....6.11
Surety —
consent to final payment .......................14.12,
14.14
ENGINEER has no duty to ................................9.13
Notification of.................._....-_....._...10.1,
10.5, 15.2
qualification of...._...............:........................1-5.3
Survival of Obligations ...........................................
6.34
Suspend Work OWNER May .......................13.10,
15.1
Suspension of Work and Termination-, ..........
.......... 15
CONTRACTOR May Stop Work
or Terminate .......... .............
15.5
OWNER May Suspend Work ..............................i
5' 1
OWNERIvfay Terminate.. ...........................
15.2 - I S. 4
Taxes --Payment by CONTRACTOR......... I ..............
6.15
Technical Data --
Limited Reliance by CONTRACTOR .................9,2.2
Possible Price and Times Adjustments...............4.2.6
Reports of Differing Subsurface and
Physical Conditions....................................4
2.-1
xiv
Temporary construction facilities ........ ..___................. 4A
Article or Paragraph
Number
Term iitation--
by CONTRACTOR ...... ....... .............. ............
...15 5
by OWNER........................................K.S,
15.1-BA
of ENGINEER'S employment ......... ......................
$.2
Suspension of Work-in general .............................15
Terms and Adjectives,,,,,,,,,,,,,,,,,;,
.....3.4
Tests and Inspections --
Access to the Work, by others ...........................13.2
CON'rRACTOR's reslmnsibifitics .......................13.5
cost of 13.4
covering Work prior to .........................
.... 13.6-13.7
Laws and Regulations(or)................................13.5
Notice of Defects.. , . I .... I ....... I ......................
.... 13.1
OWNER May Stop Work-,...." ..................
......„13,10
OWNER's independent testing ..........................13.4
special, required by ENGINEER ..........................9.6
timely notice required .......................................
13.4
Uncovering the Work, at ENCINEER's
request.. _ ................... .......................13.8-13.9
Times --
Adjusting... ............................
6.6
Change of Contract.............................................12
Computation of................................................17.2
Contract Times --definition of„........................1.12
day........ .................. ...._.........................
17.2.2
Milestones..........................................................12
Requirements --
appeals ...........................
9.10, 16
clarifications,
claims and disputes..................9.11,
11.2. 12
Commencement of Contract Times,,,,,,,,,,,,,,,,
2.3
Preconstruction Conference ...........................2.8
schedules.........................................2.6,
2.9, 6.6
Starting the Work :... .... .................. I...............2.4
Title, Warranty of. .... I ........................ ......:...........
„ 14.3
.
Uncovering Work ......................... I....., .............
13.8-13.9
Underground Facilities, Physical Conditions --
definition of ..................... ........... ....................
1.41
Not Shown cr Indicated ...................................
4.3.2
protection of .............
............. ....:........ ........
,3, 6.20
.
Shown or Indicated.........:......................„_-„.,,,4.3.1
Unit Price 'Work —
claims.........................................................1.1.9.3
definition of ..................................... ...............
1.42
generall l.9, 14.1. 14.5
Unit Prices --
general l 1.3.1
Determination for.-, ... 111. ......................
10
Use of Premises,,,,,,,,,,,,,,,,,,,,,,,, 6.16, 6.18,
6.30.2.4
Utility owners ............................ 6:13, 6.20, 7.1-7.3, 13.2
Utilization, Partial...................1.28, 5,15, 6.30.2.4, 14.10
Value of the Workk.............:.....................................
11.3
Values, Schedule of,,,,,,,,,,,,,,"".....,,_,-,2.6; 2:8-2.9, 14.1
EX13C GENERAL CONDCRONS 1910-s
(1990 rDrnON)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Variations in Work-40inor
Authorized......................:....._._.._....6:25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGINEER ....................................
9.2
Waiver of Claims --on Final Payment., ......
,............. 14.15
Waiver of Rights by insured particF..................5.l
I, 6.11
Warranty and Guarantee, General --by
CONTRACTOR ................................................
0.30
Warranty of Title, CONTRACTORs......................_14.3
Work —
Accessto .......................................................13.2
thers..........................................
by others,, ........ ...... ..........................
7
Changes in the...,. .......................................10
Continuing the, .... ....... ...................................
6,29
CONTRACTOR May Stop Work
or Terminate ...........:.............................:......
15.5.
Coordination of
7.4
Cost ofthe.................................................11
A-11.5
definition of
........................................................
1.43
neglected by CONTRACTOR.,,;........................13.14
otherWork............................................................7
OWNER May Stop Work.................................13.10
OWNER May Suspend Work...................13.10,
13.1
Related, Work at Site .....................................
7.1-7.3
........................................................�-4
Startingthe .........................................................
Stopping by CONTRACTOR.............................1,55
Stopping by OWNER ... :..:....... I .........
......... 15.1-15.4
Variation and deviation authorized, minor ........... i.6
Work Change Directive --
claims pursuant to.............................................10.2
definition of
1.44
principal references to,_,,,... .............
3.5.3, 10.I-10.^_
Written Amendment --
definition of .........:..............................................
1.45
principal references tq..............1.10,
3.5, 5.10,15.12.
.........................¢.6.2, 6. S.2,
6.19, 10.1, 10.4.
11.2, 12.1,
13.12.2, 14.7. 2
Written Clarifications and
Interpretations . .............. ....................3.6.3;
9.4. 9.11
Written Notice Required --
by CONTRACTOR ............................
7.1, 9.10-9.11,
10.4. 11.2. 12.1
by OWNER ........... ....... ..9.10-9,11,
10.4, 11.2, 13.14
xv UJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
wt CITY OF FORT COLLINS MODIFICATIONS (REV 9t99)
(This page left blank intentionally)
xvi 6jct)& GENHRAL CONDrrIONS 1910.3 (1990 EDITION)
w1 C1TY OF FORT COLI.INS TIODIFICATIONS (REV 9797)
GENERAL CONDITIONS
ARTICLE 1--DEFMI TIONS
Wherever used in these General Conditions or in the other
'Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof.
Ll. Addenda --Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the Contract
Documents.
1.2. Agreement —The written contract hetwcen OWNER
and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Payment —The form accepted by
ENGINEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanied by such supporting "documentation as is
required by the Contract Documents.
1.4. Asbestos --Any material that contains more than one
Ix:rcentasbestos and is friable or is releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
1.5. Bid -The other or proposal of the bidder submitted
on the prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidding Docronenls—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 13ids).
1.7. Bidding Requirements --The advertisement or
invitation to Bid, instructions to bidders• and the Bid form.
1.8. Bonds -Performance and Payment bonds and other
instruments of security.
1.9. Change Order —A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in
the Work, or an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective Date of the
Agreement.
1.10. Contract Documents —The Agreement, Addenda
(which pertain to the Contract Documents),
CONt'RAC'TOR's Bid (including documentation
accompanying the Bid and any post Bid documentation
submitted prior to the Notice of Award) when attached as
an exhibit to the Agreement, the Notice to Proceed, the
Bonds, these General Conditions, the Supplementary
Conditions, the Specifications and the Drawings as the
EICDC GEt4ERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV d2000)
same are more sPecifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives, Field Orders and ENG rNEER's
written interpretations and clarifications issued pursuant to
pcaragraphs3.5, 3.6.1 and 3.6.3 on or after the Effective
Date of the Agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings referred to in paragraphs 4.2.L and
4.2.2 are not Contract Documents.
1.11. Contract Price -The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Price Work).
1.12. Contract Times —The numbers of days or the
dates stated in the Agreement: (i) to achieve Substantial
Completion, and (ii) to complete the Work so that it is
ready for final payment as evidenced by ENGRMI-.Ws
written recommendation of final payment in accordance
with paragraph 14.13.
I.13. CONTRACTOR --The person, Finn or corporation
with whom OWNER has entered into the AgrcL-ment
1,14. defective —An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the Contract
Documents, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documents, or has been damaged prior to
ENGINEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14.10),
LIS. Draiings--The drawings which show the scope,
extent and character of the Work to be furnished and
performed by CONTRACTOR and which have been
prepared or approved by ENGINEER and are referred to
in the Contract Documents. Shop drawings are not
Drawings as so defined.
L16. Effective Date of the Agreement —The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1.17. ENGIrt'L•E•R—The person, firm or corporation
named as such in the Agreement.
1.18. &VGINEER's Coneuttant--A person. firm or
corporation having a contract with ENGINEER to furnish
services as ENGINEER's independent professional
associate or consultant with respect to the Project and who
is identified as such in the Supplementary Conditions.
1.19.. Field Order --A written order issued by
ENGINEER which orders mirror changes in the Work in
accordance.with paragraph 9.5 but which does not involve
a change in the Contract Price or the Contract Times.
1 20. General Requirements —Sections of Division t of
the Specifications.
1 -21. Hazardorts Waste —The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposal tact (42 USC Section 6903) as amended
from time.lo time.
132.a. Laws and Regulations; Lauy or Regulations —Any
and all applicable laws, rules, regulations, ordinances,
codes 'and orders of any and all governmental bodies_
agencies, authorities and courts having jurisdiction
1.22.b. Lezal I•Iolidays--shall be those holidays observed
by the City of Fort Collins.
1.23. Liens —Liens, charges, security interests or
encumbrances upon real property or personal property.
1.24. Milestone --A principal event specified in the
Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
1.25, Notice of.,lwani A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
1.26. Notice to Proceed -A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contract Dcxmiiients.
127, 0MVER—The public body or authority,
corporation, association, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided
1.28. Partial Utilization —Use by OWNER of a
substantially completed part of the Work, for the purpose
for which 'it. is intended (or a related purpose) prior to
Substantial Completion ofall the Work
1?9. PCBs -Polychlorinated biphenyls.
1.30. Petrolarun--Petroleum, including crude oil' or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum; fuel oil, oil sludge,, oil refuse, gasoline, kerosene
and oil mixed with other non -Hazardous Wastes and crude
oils.
1.31. Project —The total construction of which the Work
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents,
1.32:a. Radioactive zllaterial—Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
EJCDC 0ENhRAL Comm oNs 1910-8 (1990 Edition)
w/ CM OF FORT COLLI NS MODtrICATIONS (REV 4t2000)
1954 (42USC Section 2011 et.seq.) as amended from
time to time.
132.b. Reeular fl'orkinz Hours-Renular working, hours
are defined as 7:00am to 6:00pm unless otherwise
specified in the General Requirements.
1.33: Resident Project Representative —The authorized
representative of ENGMEER who may be assigned to the
site or any part thereof.
1.34. Samples -Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged
1.35. Shop Drau*igs--All drawings; diagrams,
illustrations, schedules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
1.36. Sj. fications—'rhose portions of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative details applicable thereto.
1.37. Subcontractor —An individual, Firm or corporation
having a direct contract with. CONTRACTOR or with any
other Subcontractor for the pertgnnance of a part of the
Work at the site.
138. Substantial Completion --The Work ((r a
specified port thereof) has progressed to the point where,
in the opinion of ENGINEER as evidenced by
E•NGINEER's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended; or if no such certificate is issued, when the
Work is complete and ready for final payment as
evidenced by FNGINF,ER's written recommendation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof.
1.39. Supplementan> Conditions —The part of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Supplier —A manufacturer, fabricator, supplier;
distributor, materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by'CONTR.ACTOR or any Subcontractor.
1.41. Undergrutmd Facilities —All pipelines, conduits,
ducts. cables, wires, manholes, vaults, tanks, tunnels or
other such facilities or attachments, and any encascments
containing such facilities which have been installed
underground to famish any of the following services or
materials: electricity, gases steam, liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal. traffic or other
control systems or water.
1.42; Unit Price (York —Work to be paid for on the basis
of unit prices.
1.43. Work --The entire completed construction or the
various separately identifiable pans thereof required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and incorporating materials and equipment into
the construction, and performing or furnishing services and
furnishing documents; all as required by the Contract
Document-%.
1.44, Work Change Directive -A written directive to
CONTRACTOR. issued on or after. the Effective Date of
the Agreement and signed by OWNER and recommended,
by ENGNEER ordering an addition, deletion or revision
in the Work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in paragraph 4.2 or 4.3 or to
emergencies under paragmph 6.23. A Work Change
Directive will not change the Contract Price or the Contract
'I'imc.%, but is evidence that the panics expect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any, on the Contract Price or Contract -limes as
provided in paragraph 10.2.
1.45. lYrllten. Amendment —A written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on .or after the Effective Date of the
Agreement and normally dealing with the nonengineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PTLELLMINARY MATTERS
Delirery cif Bonds:
2.1. When CONTRACTOR delivers the executed
:agreements to OWNER_ CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance.with paragraph 5.1.
Copies of Doeuments.-
22 OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the execution of the Work. Additional copies
will be furnished, upon request, at the cost of reproduction.
Commencement of Contract Times; Notice toProceert-
2.3. The Contract Times will commence. to run on the
thirtieth day after the Effective Date of the Agreement, or,
EXDC GENERAL CotJDITIONS 1910-5 (1990 E(ition)
w1CITY OF FORT COLLINS NIOD1FICA'riONS (REV 412000)
if a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at.
any time within thirty days after the Effective Date of the
Agreement In no event Will t1`10 C,8fltFH6E TiF1106
c-etntne
o&-Bid-opening-or--the-thirtieth-day-after- h-Eff&tive-hate
of the-Agrerntettt; whiehever•date-ts•etsrlier.
Starting the Work:
2.4. CONTRACTOR shall start to perform the Work
on the.date when the Contract Times commence to run,
but no Work shall be done at the site prior to the date on
which the Contract Times commence to run
Before Starting Con.stnretion:
2.5. Before undertaking each Ran of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify peninc-rit
figures shown thereon and all "applicable field
measurements. CONTRACTOR shall promptly report in
writing to ENGINEER any conflict, error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with an)' Work affected
thereby; however, CONTRACTOR. shall not he liable to
OlV'NER or ENGINEER for failure to report any conflict,
error, ambiguity or, discrepancy in the Contract
Document%, unless CONTRACTOR knew or reasonably
should have known thereof.
2.6. Within ten days after the Effective Date of the
,agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2:6.1. a preliminary progress schedule indicating
the times (numbers of days or dates) for starting and
completing the various stages of the Work, including
any vWestones:specified in the Contract Documents;.
2.6.2. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submittal;
2.6.2.1. In no ease will a schedule be
acceptable which allows less than 21 calendar
days for each review by Eneineer.
2.6.3. A preliminary. schedule of values for all of
the Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component pans insufficient
detail to serve as the basis for progress payments
during construdian. 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 aW#FR shall each deliver to time
ethff OWNER with copies to
p*ment ,7-�'anditions t NC,iNEF.R
certificates, of insurance (and other evidence of insurance
, ioho —oithe 4 them eF any additional ifniFed—may
rrasereably--request requested by OWNER) which
CONTRACTOR a is required
to purchase and maintain in accordance with
paragraphs 5A;4:6•and4-7.
Freconstruction Conference:
2:8. Within twenty days alley the Contract Times start to
ruri but before any Work at the site is started, a conference
attended by CONTRACTOR: ENGINEER and others as
appropriate will be held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in paragraph'2.6,
procedures for handling Shop Drawings and other
submittals processing Applications for Payment and
maintaining required records.
Initially; acceptable Schedules:
2.9. Unless otherwise provided in the Contract
Documents
App4isetien-layspey+nent before any work at the site begin,
a oonfcrcncc attended by CONTRACTOR, ENGINEER
and others as apprepriate designated by MN?NF,R will be
held to review for acceptability to FNGINEBR as provided
below the schedules submitted in accordance with
paragraph 2.6. and Division 1 - GenemI Requirements.
CONTRACTOR shall have an additional ten days to make
correction.- and adjustments and to complete and resubmit
the schedules. No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified Milestones and the
Contract Times, but such acceptance will neither impose on
ENGINEER responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTRACTOR's full
responsibility therefor. CONTRAC'TOR's schedule of
Shop Drawing and Sample submissionswill be accepaable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTOR's schedule of values will be acceptable to
LNG rNEER as to form and substance.
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,
AINHANDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work: The Contract Documents are
complementary-, what is called for by one is as binding as if
called for by all. The Contract Documents will be
construed in accordance with the law of the place of die
Project.
3.2. It is the intent of the Contract Documents to
EKDC GENERAL CONDITIONS 1910-8 (1990 Editim)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4T1000)
describe a functionally complete project (or,part thereof)
to be constructed in accordance with the Contract
Documents. Any Work, materials or equipment that may
reasonably be inferred Gom the Contract Documents or
Gom prevailing custom or trade usage as being required to
produce the intended result will be furnished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
3.3. Reference to Standards and Specifications of
Technical .Societies; Reporting and Resohing
Mscrepancies:
33.1. Reference to standards, specifications,
manuals or codes of any technicalsociety, organization
or association, or to the Laws or Regulations of any
governmental authority; whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regulation- in effect at the time of openin& of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.3.2. If, during the performance of the Work,
CONTRACTOR discovers- any conflict, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, manual or code or of any
instruction of any Supplier referred to in paragraph 6.5,
CONTRACTOR .shall report it to ENGINEER in
writing at once, and, CONTRACTOR . shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6; provided, however, that
CONTRACTOR shall not be liable to OWNER or
ENNGNEER for failure, to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Document% or as maybe' provided by
amendment or supplement thereto issued by one of the
methods indicated in. paragraph 3.5 or 3.6, the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and:
3.3.3.1. the provisions of any such standard,
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents); or
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.
Rev 10/20/07 Section 00100 Page 1
3.3.3.2. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, minual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER, or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
ENGINEER or any of FNGINEER's Consultants, agents or
employees any duty or authority to supmise or direct the
furnishing or performance of die Work or any duty or
authority to undertake responsibility inconsistent with the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
3.4. Whenever in the Contract Documents the terms "as
ordered", "as directed", "as required", "as allowed", "as
approved" or terms of like effect or import are used, or the
adjectives "reasonable", "suitable". "acceptable", "proper"
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement, direction, review or
judgment of ENGINEER as to the Work, it is intended that
such requirement, direction, review or judgment will be
solely to evaluate, in general, the completed Work for
compliance with the requirements of and information in the
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shall not be effective to assign to
ENGINEER any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
Amending and Supplementing Contract Documents.
3.5., The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendment,
3.5.2. a Change Order (pursuant to paragraph 10.4).
FXDCOEN ULL COMMONS 1910-8 (1990 Edtitn)
w! ciiY OF FORT COLLINS MODIFICATIONS (REV 4l1000)
3.5.3. a Work Change Directive (pursuant. to.
paragraph 10.1).
3.6. In addition, the requirements of the Contract
Documents may be supplemented, and minor variations
and deviations in the Work may be authorized, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.5),
3.6.2. ENGINEER'S approval of a Shop Drawing or
Sample (pursuant to'paragraphs 6.26 and 6.27). or
3.6.3. ENGINEER's written interpretation or
clarification (pursuant to paragraph 9.4).
Reuse of Documents. -
3.7. CONTRACTOR, and any Subcontractor or
Supplier or other person or organimdon performing or
furnishing any of the Work under a direct or indirect
contract with OWNER (i) shall not have or acquire any
title to or ownership rights in any of the Drawings,
Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of ENGINEER or
ENGMEER's Consultant, and (ii) shall not reuse any of
such Drawings, Specifications, other documents or copies
on extensions of the Project or any oilier project without
written consent of OWNER and ENGMTEER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4--AVAILABILITY OF LAt\'DS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFFRFNCE POINTS
tvailabiliry of Lands:
4.1. OWNER shall furnish, as indicated in the Contract
Documents, the lands upon which the Work is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR Uporrreasonabta-written-request;
GIAE?�o shall Qsh GG?4RAGTOR with a ee4eet
statement -of -record -legal -title -and -legs I-description-othe
lands -upon -which -the —Work :is-to-ba-performed-cmd
OU(rNER's-interest-therein-as-necessary-Cur-givirtb rttatitx
wish pplieeble Laws and Regulfitiom.
odor-filii�-a-nteelnatnics-lien-against-such-lands-in
OWNER shall identity any encumbrances or restrictions
not of general application but specifically related to use of
lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent changes, in existing
litcilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Documents. If
CONTRACTOR and OWNER are unable to atsee on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a result of
any delay in OWNER's furnishing these lands, rights -of -
way or easements. CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
J.Z. Subsurface and Physical Conr&tious:
411. Reports and Draxings:. Reference is made to
the Supplementary Conditions for identification of.,
4.2.1.1. Subiurface "Conditions: Those reports of
explorations and tests of subsurface conditions at or
contiguous to the site that have been, utilized by
ENGINEER in preparing the Contract Documents;
and
4.2.1.2. P/nsical Conditions: Those drawings of
physical conditions. in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
4.2.2. Limited Reliance by CONMC701? Authorized -
Technical Data: CONTRACTOR may rely upon the
general accuracy of the. %cchnical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data",'CONTRACTOR may not rely upon
or male any claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
4.2.2.1. the completeness of such reports and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.2.12. other data, interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.2 2.3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations opinions or
information.
4.2.3. Notice of Differing Subsiirface or Physical
Conditions: if CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either:
4.2.3.1. is of such a nature as to establish that.
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4:2.1 and
4.2.2 is materially inaccurate, or
4.2.3.2. is of such a nature as to require a
change'in the Contract Documents, or
4:2.33. differs materially from that shown or
EJCDC OET'ERAL CONDITIONS 1910-8 (1990 Edition)
cat CITY OF FORT COLLI NN MODIFICATIONS (REV •112000)
indicated. in the Contract Docutents, or
4?:3.4. is of an unusual nature, and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Documents; then
CONTRACTOR shall, prompily= immediately_ after
becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in
connection therewith (except to an emergency as
permitted by paragraph 6.23), notify OWNER. and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
4.2.4. Eh'GhVEER's Rcniew: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of OWNERsobtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEER's
findings and conclusions.
4.2.5. Possible Contract DocranentL Change: If
ENGINEER concludes that a change in the Contract
Documents is required as a result of a condition that meets
one or more of the categories in paragraph 4.2.3, a Work
Change Directive or a Change Order will be issued as
provided in Article.10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and 'Times Ai#ustnrents: An
equitable adjustment in the Contract, price or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR's cost
of, or time required for performance oC the Work; subject,
however, to flu following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through 4.2.3.4, inclusive;
4.2.6.2. a change in the Contract Documents
pursuant to paragraph 4,2.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
4.2.6.3. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in Contract
Price will he subject to the provisions of
paragraphs 9.10 aril 119; and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price of Times
if;
4.2.6.4.1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRACTOR made a final
commitment to OWNER in respect of
Contract Price and Contract Times by the
submission of a bid or becoming bound
under a negotiated contract; or
4.2.6.4.2. the existence of such
condition could reasonably have been
discovered or revealed as a result of any
examination, investigation, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such final
commitment; or
4.2.6.4.3. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
Times, a claim may be made therefor as provided in
Articles 11 and 12. However, OWNER, ENGINEER and
ENGINF..ER's Consultants shall not be liable to
CONTRACTOR for any claims, casts, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project.
4.3. Physical Conditions —Underground Facilities:
4.3-1. Shown orincficate& The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
conuguous to the site is based on information and data
furnished to OWNER or ENGIN"F.'ER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGL TEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.2. The cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibitity for: (i) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
damage thereto resulting from the Work.
4.3.2. Not Shown or lnchcatecl.- If an Undemround
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall. promptly
immediately aRer becoming aware thereofand before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except
in an emergency as required by paragraph 6.23),
identify the owner of such Underground Facility and
EJCDC GENERAL CONDIT!ONS 1910-8 (1990 Edition)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 4l1000)
give written notice to that owner and to OWNER and
MJGTNEER: ENGINEER will promptly review the
Underground Facility and determine the extent, if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Facility. If
ENGINEER concludes that a grange in the Contract
Documents is required, a Work Change Directive or a
Change Order will be issued as providedin Article 10
to reflect and document such consequences. During
such time, CONTRACTOR shall be responsible for
the 'safety and protection of such Underground
Facility as provided in paragraph6.20,
CONTRACTOR shall may be allowed an increase in
the Contract Price or an extension of the Contract
Times, or both,, to the extent that they arc attributable
to the existence of any Underground Facility that was
not shown or .indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been expected to be aware of or
to have anticipated. If.OWNER and CONTRACTOR
are uraable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contract'Times, CONTRACTOR may make a claim
therefor as provided in Articles I 1 and 12. However,
OWNER, ENGINEER and ENGINFER's
Consultants shall not be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
Reference Points-
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to ermble
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER CONTRACTOR
shall report to ENGINMER whenever any reference point
is lost or destroyed or requires relocation because of
necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbestos. PCBs, Petroleum, Ilazardous Waste or
Radioactive Material:
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, Petroleum, Idarardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated'in Drawings or
Specifications or identified in the Contract
Documents to be within the scope of the Work and
which may present a substantial danger to persons or
property exposed thereto in connection with the Work
at, the site. OWNER shall not be responsible for any
such materials brought to the site by
CONE RACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
4-5- -GQ1- -T- AGTQRZshntl-immediately (i}stop•all
�4car}-ir�crartrxwtien with -sash hRztrdousGendition find
Hs aFid
wd
suoMnotice-in-writing)-4WE�ihR-shall-prompt Iy
cxtrtsult-with-ENGINEER-corwemirtb Eha-necessity-for
01�-'�iGR-ici-retain-R-gitRliftad-axpaR to-avRluRta-such
heM.R.10us e
GONT AGF steal!-not-be-required-to•resume-Work
sueh R€Trsta
Rriy-re fittired-pemrits-relete&theretaand-de I ivered-to
that -mcn
rendered ---Al ptien-of-4? af4, OF
and
CONT-RACTOR-sannet- agree --es to entitlement to or
Werlrstoppnge or ;ucki-lwinl-condi6ens,underwhich
aitheFparty-mar. ., lain here€ar-Rs_provided in
4�53-tr afterF666ift9 w p�R ^, noHea
C-ONTR•AG -OR-does-not-agree-to-resume-such-work
based en-R refisenable belief it is unsafe, or does not
R1
eonditions the army erg su6h {3et o e€
eondition o�vn a�Teeted--area -to-be-deleted-from
the-V.1arl- If Q,klNkm and r n rrc,An, no eannot
agree•asto•entitlement to•oFtha-amount or -extent -of -an
afJjustmenk if any, in Gamma Nee orcintMet-T-tme.3
either-part}-may-ratd:a-n-ctnitn-tt3arator-Rs-pruvltiad-in
ny-#`R-�latad
portion -or
-dta-Work-parfonned-(�,v-OVkWER's-own
forces o�otltars•in-ec�or<lnnca-with-rinicla 7-
RagulRtiotti5,-0V1TFER-shRll--indemni €y-Rnd-hold
harm less —G'ON-TRACTOR:—Subcontmstors;
LNGWEER; E-,.rn�rt,r�inr.' Gonsaitfiritti Find ,-_
�fitcars—dirastorst ampbyaes,—agents—other
consulttutts-tutcR-subaintmctors-of-aRclt-nncR-Ivry-ctf
!item-from-and-agaimt-all-claim*-costs-fosses=and
den ages-arising-our.-oM.»rasu Ming -€rote -sash
cx�sErtoss-or-damage-is-attributable-Eo-boclily-inJuty;
Vii( tien
eftangible pro thert•-t#w-V4o Ilitself_}c
inclucling--the-loss-of-use-resulting-therefrom-•and
(u}nothi%-in-this-su bparauaph-4. *-;:4-sha ff-obligate
O14q,1CsR--to-indemnify-any-person-or-entity-from-and
own -negligence:
EJCDC GENERAL CONDITIONS 1910a3 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4f2000)
ARTICLE S--DONDS AND INSURANCE
Performance, Payment and Other BontG:
5.1. CONTRACTOR shall furnish Performance and
Payment Bonds, each in an.amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRAC:TOR's obligations. under the
Contract Documents. These Bonds shall remain in effect
at.least until one year after the date when final payment
becomes due, except as provided otherwise by laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also famish such other Bonds as
are required hythe Supplementary Conditions. All Bonds
shall be in the form prescribed by the Contract Documents
except as provided otherwise by haws or Regulations and
shall be executed by such sureties as are named in the
current list of "Companies. Holding Certificates of
Authority as_Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Stag; Bureau of
Government Financial Operations, U.S. Treasury
Department All Bonds signed by an agent must be
accompanied by a certified copy of such agent's authority
to act,
5.2. If the surety on any Bond furnished by
CO3,1RACTOR is declared a hanlcrupt or becomes
insolvent or it-, right to do business is terminated in am
state where any part of the Project is located or ii.ecascs to
meet the requirements of paragraph 5.1, CONTRACTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OWNER.
5.3. Licensed Sureties and Insurers; Certificates. of
Insurance:
5.3.1. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or irmtrance companies that are duly
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required. Such surety
and insurance companies .shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary Conditions,
5.3.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
Supplementary Conditions; certificates of insurance
(and other evidence of insurance requested by
OWNER or any other additional insured) which
CONTRACTOR is required to purchase aryl maintain
in accordance with paragraph 5.4. OWNER -shall
ash
additi)ma -insured-identified-in-the-Sup lementary
P ., 0.1._
required tO
I� - -�.6a 7 hereaf.
CONTR.4CTOR's Liability Insurance:
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and as, will provide
protection from claims set forth below which may arise out
of or result from CONTRACTOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplier, or by anyone directly or
indirectly employed by any of ahem to perform or furnish
any of the Work. or by anyone for whose acts any of them
may be liable:
5.4.1. claims under workers' compensation, disability
benefits and other similar employee benefit acts;
5.4:2, claims for damages because of bodilyy injury,
occupational sickness or disease, or ikath of
CON, RACPOR's employees;
5.4.3. claims for damages because of bodily injury;
sickness or disease, or death of any person other than
CONTRACTOR'S employees;
--i:4:4-claims-fix danhngas-insured-by-euslomary
tatnzd-
rectly related tithe employment ofsuch-peesen by
oilier-reasen
5.4.5. claims for damages, other than to the Work
itself because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of insLunnee so required by this paragraph 5.4
to be purchased and maintained shall:
5AT with respect to insurance required by
paragraphs 5.4.3 through 5A.6 inclusive and 5.4.9
include as additional insureds (subject to any
customary exclusion in respect, of professional
liability), OWNER. ENGINEER, ENGINEER's
'Consultants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations; whichever is greater,
5.49. include completed operations insurance;
E iCDCOENER 1L CONDITIONS 1910-8 (1990 Efitimj
w! CITY OF FORT COLLINS MODIFICATIONS (REV A2000)
5.4.10, include contractual liability insurance
covering CON FMXCTOR's indemnity obligations
under paragraphs 6.12, 6.16 and 6.31 through 6.33;
5.4.11, contain a provision or endorsement that the
coverage afforded will not be cancelled, materially
changed or renewal refused until at least thirty days'
prior written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5.3 2 will so
provide);
5.4.12. remain in effect at least until final payment
and at all times thereafter when CONTRACTOR'may
be correcting, removing or replacing defective Work
in accordance with paragraph 13.12' and
5.4.13. with respect to completed operations
insurance, and any insurance coverage written on a
claims -made basis, remain in effect for at _least two
years after final payment (and CONfRACToiz shall
furnish OW,TER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfiictory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
01PTTER's Liability Insurance:
5.5. In addition_ to insurance required to be provided
by CONTRACTOR under paragraph 5.4. 0AWL7, at
OWNER's option, may purchase and maintain at
OWNTER's expense OWNTER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Docurne is.
Property Insurance:
}6—Unless-otherwise-pr(vide4-in-tlie-Suppementary
(7otiditiotts,-OWNER shall -purchase -and --maintain
of-tha-fu 4-replacemant-cost-theraot-(subject-to-such
deductible-amounts-as-may-ba-provided-in-the
Supplementtuy-Contditk)m-or-required-by-Laws-annd
Regulatiom).-This-insurance shall-
5:6-1—include—the—interests—of—OWNEER:
- F perseB eF
antitias-identifW-in-the-Supplementary-Eondit ions;
each•of-cotton-is-deemed-to•have-an-insurablrinterest
un&shall-be-listed-as turinhsure4or-additional-insured;
5:6:2-1x-writEert-out-tt-Builder's-Disk='eel-risk'=oe
shall a! least inelude iinksuffifitie for Physie"I less
at -least
the fbilowing-peril^: Eire, lightnir_V, e?rA.,aAndAd
troversgei-theft-vnncla lism-erni-malicious-m iscttiaf,
eAfFltt _ _ rrHeWFttl-detnelhie>F
Spe
�:6-3:-include-e.�cpenyes-im:urrzt4-in-tht-repair-or
limited to f�es and ehaFges of on&eefs an
repliwemen6ofr©ny-utsured-property-(inctttcling-but-net
architects);
or-at-another-loeation-that-was-agreed-to-in-writing-by
OWNER pri@F to being irwer-panited in the W6r�-7
provided that sush materials and equipment ace bden
ineluded in aft Fit FeCOnIFTWnded
3:6: S-tin-mair3Eeirtrc�in-elFaot-until-lata�payment-ts
" ml-iting-by
nevnrco rn -ro er rnn ^ .t cnrrrMr:n
thirty-dtiy-_� -v;nRen-notice-to-each-ether-additiona}
iSSHBd-
5-7. 0"EN--R-shRH-lxfrehRse Rnd-ntnir Rnr r piles
fiY--IfiLSUFftn6a
as-may-ba-required-by-dia Supplementary-C:t)nditiorts-or
bawsi and h will inee i de th
E}p�a�o errnv a.t ^^y�lIfrFPil3lsl
cnrr_rn �.crcw,. .ltants and any other
identified wham
is rned-ta have an insurable-interest-and-slt ]Hl e-listtxtas
Rn-insured-eFa<lditionRl-itssure�
Cher evidence-dtdr"�`ciuire' • ' "� ^�^�� i ^nd
maintained-by-:OVP E-R-in-RGcordanee-witli-paragFnphs +:6
end- G94FRA-C-TOR and. to eeeh other additieml insured toa prey
t�veragd-atFordechwill-not-ba-caneelled-or-ntateria}ly
chat]aacfor-renewal-rafitsad-anti}-at least -thirty -days -prior
written-notice-hss-been-given-to-04V•AFER-and
whont-a-cartit irate-ot=insurance-hns-been-i-.gued-and-witI
contain --wRtYdF—provLSiOtrS—ao--aGGOrd87168--with
�-l-l-
5:9. OWNER shaH not be responsible ror purchasing
and maintaining any property imittrance to protect the
interests of CONTRACTOR- Subcontractors or others in
idetttt6td-irrthe-�upQkemtvttarv-CotuliEioru�Lhe-rislrof
leas wit#tin . itch-identified-dedti6tiW amount; will ba home
by GQNTR
such-loss--and-iFeny-of-them-wishes-property-insurat"
overage-tvithirrthe-litnits-vf-such-amcwntx-eactrmay
purchasO-and-maintain-it-at-tha-purchasdest»vtrnxp nse.
3-10:-1tC;UN�TR4GFf=3lZ-rdyursLv-irrwritir>E; ttwE-odter
insurtrIU
e, find the eest
dta
c'hangO Order -ems- Written AmendmenE. prior -to
EJCDCOEN6it,%CONDMONS191"(1990Edition) .
ad CI'rY OF FORT COLLINS I•IODIFICATIONS (REV 472000)
commencement-oftha-Work-Awhe-site-4WNE-R-shal}-in
writing advise '' har sr. not q,eh-othcg
SAL wo'. -_r %fRKgkts.
5-1-l-I-OWAFER artd�CU}�fiFRt�GTnR-intartd•that•all
policies-purchasail-in-twcordance-with-paragraphs .6
Subcontractors. —F1VGINFFR. ENG114FER !s
nt-ittas iddntifiCid
insureds-oFadd it ions l-insu reds -in -such -policies -and
den}a11 caused
in the event of payment of any less ef
insurers-naFight rc very against e wi11 havenwef
the-insureds-o iEianal-insureds-dmreunder:
dir�ctor:��tpltv}ees-nnd-agents-ftM-�+11-- loseas-and
0
Rny--9�Ehd-pdFllS-6E�4dr2d-hy-Sti6�' ^`T-poltv'd� aT^'Q-any
able to EhO AV0FI�Rnd:
in-additieAt--waive RN -sac :-Fighti-Rbtttttst
Suheen"GteFns; 1;W+-It`!9l;R—Pim`rPc tcIu2_
C-onsultants,and-allother-persnns-oF-entities-identified
tiom le be listed as
ieS-IFiF
gh
malting-such-wRiveF-enav--Mave-to-the-precdads-of
insumnetz-h is by ne,cnrcu aI-ruisteeGlhePl4ge
payable-under-any-policv-scrissued
5-r 1-?.-4vaives- all nigh
agttittst GO�I-TR�6TOR Sulx.ontmGte�rs;
E GWEE nd-the
officers-directors,-craployeas-artc4-Rgenis>of-arty-of
them -for:
of-u.aor-otheF-mrisequential- m--extending
beyond -direct -physical -loss -or -damage -to
OW�WtWs property or the 'Alefle eaused by,
aFising-out-4or-resulting-fronrfire-.or-other-peril;
whether-or-not-insured-byLF3'%,VNE12=aril
54-1.2.2loss-or-damage-to-the-completed
resulting-Gonrtirn-or-other-irtsurexl-paFil-voverrd
b"n,%-prape nc .
during—partitd—utiliatdon—pursuant—to
perat raph-14-117.-after-Substantial-Completien
pursuant-toimmgmph-I4-8-or-alter-linnl-payment
Par
uantiol less F4 Fred to irrlhis
+
a
tkt that
n-e--ect9it-Af-pa .
recovery - age tnst-ariy- of- GGNTRAGT-Q 2 Subcontractors;
duds s Of HHy of theffl.
Receipt andApplication of Insurance Proceeds-:
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds. as their interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account any money so received,. and shall distribute it in
accordance with such agreement as the parties in interest
may reach. If no other special agreement is reached the
damaged Work shall be repaired or replaced, the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amendment.
5.13. OWNER as fiduciary shall have power to adjust
and settle any bits with the insurers unless one of the
Vparties in interest shall object in writing within fifteen days
aRer the occurrence of less to OWNER's exercise of this
power. if such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the parties in interest may reach If no
such agreement among the parties in interest is reached,
OWNER as fiduciary shall adjust and settle the loss with
the insurers in
intares� , � •• _ shall-giv�bEind-for-the
5.
Acceptance of l3ondc and Insurance; Option to Replace:
5.14. If eiOier-part
OWNF.'.R has any objection to the coverage afforded by or
other provisions of the Bouts -or insurance required to be
purchased and maintained by the athef pany
CONTRACTOR in accordance with Article 5 on the basis
of nonconfomtance with the Contract Documents, the
objecting-pattyshall-so•notify-the-other--party OWNER will
notify CONTRACTOR in writing within ten fifteen days
after receipt delivery of the certificates (or-otheF-evidenca
requested) to OWNER as required by paragraph -2.7.
other-such-addiiional-infornwtion-arrespect-of-insurance
providaci-us-the-other-may-reasonably-raquesr—lf-dither
party-does-nvl-purc�tttse-oF-maintain-all-of-tha-Bortcls-aria!
insuntnca-ragttired-ot-such-patty-hy-the-Eontract
wntirig-of-such-failure-te-purchase-prior-tothe start of the
Werk-ar-efsusfrfailara to meirtteirt-ptaor-te ", ehHnge in
Wr heut pFejudiee to any other-r+g#rt
or -remedy -the o[haFparty-ratty etact-to-obtain equivalarrt
Bonds oYinsurartcx tcrpruttct-sueh•othrr party�s-interests at
thr•ekpense-of-the-party-who-was-required-to•provide-such
Vortirnet-Fride•ac>cordirraly-
Partial Utilization -Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EKDCOENERAL CONDITIONS 19I0-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
Completion of all the Work, such tile: or occupancy may
be accomplished in accordance with paragraph 14.1&;
provided that no such use or occupancy shall commence
before the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance shall consent by
endorsement on the policy or policies, but the property
insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
Awric LF: 6-CoNrRACTOR'S
RESPONSIBILITIES
Supen7uon and.Superintendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents.
CONTRACTOR shall be solely responsible for the means,
methods, techniques, .sequences, and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification
of a specific means. method, technique, sequence or
procedure of construction which is'shown or indicated in
and e._essly required by the Contract Documents.
CONTRACTOR. shall be responsible to see, that the
completed Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work at all
times during its progress a competent resident
superintendent, who shall not be replaced without written
notice to OWNER and LNGINEER except under
extraordinary eircuin stances. The superintendent will be
CONTRACTOR's representative at the site and'shall have
authority to act on behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide .competent,
suitably qualified personnel to survey, lay out and
construct the Work as required by the Contract
Documents. CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours aril CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNER's-written
consent given after prior written notice to ENGINEER,
CONTRACTOR shall submit requests to the ENGINEER
no less than 48 hours in .advance; of anv Work to be
performed on Saturday, Sunday. Holidays or outside the
Recular Working Hours.
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR, shall fumish and assume
fullresponsibility for all materials, equipment, labor,
transportation, construction equipment and machinery,
tools, appliances, fuel. power, light, heat, telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing, start-up and completion of the Work.
6.4.1. Purchasing_Restrictioris: CONTRACTOR
must comply with the Citv's purchasing restrictions. A
copy of the resolutions are available for review in the
offices of the purchasing and Risk Management
Division or the City Clerk's office.
6.4.2, Cement Restrictions: City of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or products containing cement to certify that
the cement was not made in cement kilns that 'bum
hazardous waste as'a fuel.
6.5. All materials and equipment shall be of good
quality and new, except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER. if required by ENGTr1TF.ER,
CONTRACTOR shall famish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as othcnvisc
provided in the Contract Documents.
Progress Schedule:
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below:
6.6.1, CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in. the progress schedule
that will. change the Contract Times (or Nfilestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Sub4itulesand "Or -Equal " Items:
6.7.1. Whenever an item of material or equipment is
specified,or described in the Contract Documents by
using the name of a proprietary item or the name of a
fxnRicular Supplier, the specification.or description is
intended to establish the type, function and quality
required. Unless the specification or description
EJCDC GENERAL. CONDITIONS 1910-8 (1990 Editim)
12 al CITY OF FOR'r COLLI M MODIFICATIONS (REV 4P000)
contains or is followed by words reading that no like,
equivalent or "or -equal" item or no substitution is
permitted. other items of material or equipment or
material or equipment of other Suppliers may be
accepted by INGNEER under the following
circumstances:
6.7.1.1. "Or -Equal If in ENGNEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so that
no change in related Work will be required, it may
be considered by ENGINEER as an "or -equal"
item, in which. case review and approval of the
proposed item may, in ENGINEER's sole
discretion, he accomplished without compliance
with some or all of the requirements for
acceptance of proposed substitute items.
6.7.1.2. Substitute Items: If in ENGNEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
an "or -equal" item under subpamgmph 6.7.1.1, it
will be considered a proposed substitute item.
CONTRACTOR shall submit sufficient
information 'as provided below to allow
ENGNFF.R to determine that the item of material
or equipment proposed is essentially equivalent to
drat named and an acceptable substitute therefor.
The procedure for review by the ENGINEER will
include the following as supplemented in the
General Requirements and as ENGINEER may
decide is appropriate under the circumstances.
Requests for review of proposed substitute items
of material or equipment will not he accepted by
F..NGNEER from anyone other than
CONTRACTOR. If CONTRACTOR wishes to
furnish or use a substitute item of material or
equipment, CONTRACTOR shall first, make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suittA to the
same use as that specified The application will
state the extent, if any, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in connection with the Work is
sub1ect to payment of any license fee or royalty.
tVl variations of the.proposed'substitute from that
specified will be identified in the application and
available maintenance,repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
by the resulting change, all of which will be
CONTRACTOR shall Perform not less than 20
considered by ENGINEER in evaluating the
percent of the Work with its own forces that is
proposed substitute. ENGINEER may require
without subcontracting). The 20 percent requirement
CONTRACTOR to furnish additional data about
shall be understood to refer to the Work the value of
the proposed substitute.
which totals not less than 20 percent of the Contract
Price.
63.1.3. CO? M4CTOR's Expense: All data to be
provided by CONTRACTOR in support of any
6.8.2. lf-the-Supplementary-Gonditions Bidding
proposed "or-cqual" or substitute item will be at
Documents require the identity of certain
CONTRACfORSs expense.
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
6.7.2. Substitute Cwutiurtion ,Ltethods or
principal items of materials or equipment) to be
Procedures: If a specific means, method, technique,
submitted to OWNER in-advance-4-tha-speeifted
sequence or procedure: of construction is shown or
date prior to the Effective Date of the Agreement for
indicated in and expressly required by the Contract
acceptance by OWNER and ENGINEER—aod-if
Documents; CONTRACTOR may furnish or utilize a
t .hermf in
substitute means, method, technique, sequence or
a nse Wit, �; e—oQr 'fnent� Conditions.
procedure of construction acceptable to ENGINEER.
OWNER's or ENGINEER's acceptance: (either in
CONTRACTOR shall submit sufficient information to
writing or by failing to make written objection thereto
allow ENGINEER, in ENGINEER's sole discretion, to
by the date indicated for acceptance or objection in
determine that the substitute proposed is equivalent to
the bidding documents or the Contract Documents) of
that e-Tressly called for by the Contract Documents
any such --Subcontractor, Supplief-er-other-person-<tr
The procedure for review by ENGINEER will be
similar to that provided in subparagraph 6.7.1.2.
ionaa�- --- -m--ga•i^^
in which eme r'ONTR. GTQR- ;hall met,mk
6.7.3. Fngineer's Evaluation: .FNCrINFER will bz
be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
such-substitution-and-an-appropriate-Qftnge-Order
paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the
wiH be issued or Wfitten Amendine,will
sole judge of acceptability, No "or -equal" or
constitute a condition of the Contract requiring the
substitute will be ordered, installed or utilized without
use of the named subcontractors, suppliers or other
ENGINEER's prior written acceptance which will be
persons or organization on the Work unless rn
evidenced by either a Change Order or an approved
written approval is obtained from OWNER and
Shop Drawing. OWNER may require
ENGINEER. No acceptance by OWNER or
CONTRACTOR to furnish at CONTRACTORSs
ENGINEER of any such Subcontractor, Supplier or
expense a special performance guarantee or other
other person or organization shall constitute a waiver
surety with respect to any "or -equal" or substitute.
of any right of OWNER or ENGINEER to reject
ENGINEER will record time required by
defective Work.
ENGINEER and ENGINEER'S Consultants in
evaluating substitutes proposed or submitted by
6_9.
CONTRACTOR pursuant to paragraphs 6.7.1.2 and
6.7.2 and in making chames in the Contract
6.9.1. CONTRACTOR shall be fully responsible to
Documents. (or in the provisions of any other direct
OWNER and ENGINEER for all acts and omissions
contract with OWNER for work on the Project)
of the Subcontractors, Suppliers and other persons
occasioned thereby. Whether or not ENGINEER
and organizations performing or furnishing any of.the
accepts a substitute item so proposed or submitted by
Work under a direct or indirect contract with
CONTRACTOR, CONTRACTOR shalt reimburse
CONTRACTOR just as CONTRACTOR is
OWNER for the charges of ENGMTEER and
responsible for CONTRACTOR's own acts and
ENGINEER's Consultants for evaluating each such
omissions. Nothing in the Contract Documents shall
p proused substitute item,
create for the benefit of any such. Subcontractor,
Supplier or other person or organization any
6_S. Concerning Subcontractors, Suppliers and
contractual relationship between OWNER or
Others:
ENGINEER and any such Subcontractor, Supplier or
other person or organization, nor shall it create ;any
6.8.1. CONTRACTOR shall not employ any
obligation on the part of OWNER or ENGINEER to
Subcontractor, Supplier or other person or organization
pay or to see to the payment of any moneys due any
(including those acceptable to OWNER and
such Subcontractor, Supplier or other person or
ENGINEER as indicated in paragraph 6.8.2), whether
organization except as may otherwise be required by
initially or as a substitute, against whom OWNER or
Laws and Regulations. OWNER or ENGINEER may
ENGINEER may have reasonable objection.
furnish to any subcontractor, supplier or other person
CONTRACTOR shall not be required to employ any
or organization evidence of amounts paid to
Subcontractor, Supplier or other person or organization
CONTRACTOR in accordance with
to furnish or perform any of the Work against whom
CONTRACTOR'S "Applications for Payment".
CONTRACTOR- has reasonable objection.
EJCDC OENERAL CONDITI ON'S 1910-8 (1990 E(itim)
col CITY OF FORT COLLINS MODIFICATIONS (RLV 42000)
6.9.2. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors, Suppliers and other persons. and
organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR. CONTRACTOR shall require all
Subcontractors, Suppliers and such other persons and
organizations performing or furnishing any of the
Work. to communicate with the ENGDTLER through
CONTRACTOR.
6.10. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work. to be:
performed by any specific trade,
6.11. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
Subcontractor or Supplier which specifically binds- the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and W, GfNEER. Whenever- .
addidenal-�tsafed on the pFeperty ttwuranee provided -in
pamgmph 5.6 or-5.7, the t t"^
GOAI-TRf1ETOR-and-tliewa-Sul)Ltxiuter-a Supplier -will
eetttsirrpfeV fonts the S"been- eeter-er zSupplier
:vaivc�s-tell right agait>rt O44r�Ilio rn�rrunr•rnv
GTfGINSSR 6NGPM9R'S r•,.nsultents and "Fill otheF '
Find auset�y
efisingoitt of of restlting ffotn arty of eke perilseevered-by
.meh -IA'64es and- any other.
the -Work —If -the -insurers -on -any -such -policies -require
sepafate-waiver ' y Subeanfraeter• ctf
Patent Fees and Royalties:
6.12 CONTRACTOR shall ply all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design, process, product or device
is specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights
or copyrights coiling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold harmless
OWNER ENGINEER, ENGINEER's Consultants and the
officers, directors, -employees, agents and other consultants
of each and any of them Lorin and against all claims costs
losses and damages arising out of or resulting from arty
infringement of patent rights or copyrights incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design,
process, product or device not specified in the Contract
Documents.
EJCDC QE 'EtAL COND111ONS 1910.8 (1990 Edition) 14
a/ CITY OF FORT COLLINn MODIFICATIONS (RLV •1/2000)
Permits:
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses: OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
governmental charges and inspection. fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the lWork: Except
where otherwise expressly required._by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CON'l'RAcTOR's compliance with any [saws or
Regulations.
6.14.2. If CONTRACTOR performs any Work
ktuiwing or having reason to know that it is contrary
to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom; however, it shall
not be CONTRACTORs primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this
shall not. relieve CONTRACTOR of
C(7NTRACTOR's obligations under paragraph 3.3.2.
Taxes:
6,15. CONTRACTOR shall pay all sales, consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the place of the Project which are
applicable during the performance of the Work.
6.15.1. OWNER is exempt from Colorado State and
load sales and use taxes on materials to be
permanently incorporated into the Uroject. Said taxes
shall not be included in the Contract Price.
CONTRAC,'TOR must apply fur, and receive. a
Certificate of Exemption from the Colorado
Department of Revenue for construction materials to
be pfi sically incorporated into the project This
Certification of Exemption provides that the
CONTRACTOR shall neither bay nor' include in his
Bid. Saks and Use Taxes on those building and
construction materials physically incorporated into
the protect.
Address:
Colorado Department of Revenue
State Capital Annex
3.2. In accordance with Section 8-160 of the Code of the City of Fort
Collins in determining whether a bidder is responsible, the following
shall be considered: (1) The ability, capacity and skill of the bidder to
perform the contract or provide the services required, (2) whether the
bidder can perform the contract or provide the service promptly and
within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of
the bidder, (4) the quality of the bidder's performance of previous
contracts or services, (5) the previous and existing compliance by the
bidder with laws and ordinances relating to the contract or service, (6)
the sufficiency of the financial resources and ability of the bidder to
perform the contract or provide the service, (7) the quality,
availability and adaptability of the materials and services to the
particular use required, (8) the ability of the bidder to provide future
maintenance and service for the use of the subject of the contract, and
(9) any other circumstances which will affect the bidder's performance of
the contract.
3.3. Each Bidder may be required to show that he has handled former Work
so that no just claims are pending against such Work. No Bid .will be
accepted from a Bidder who is engaged on any other Work which would
impair his ability to perform or finance this Work.
3.4 No Bidder shall be in default on the performance of. any other
contract with the City or in the payment of any taxes, licenses or other
monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid,
to (a) examine the Contract Documents thoroughly, (b) visit the site to
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or
discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for
identification of: Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement
of this Article 4, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that
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.
Rev10/20/07 Section 00100 Page 2
1375 Sherman Street
Denver, Colorado, 50261
Sales and Use Taxes for the State of Colorado
Regional TraMrtation District (RTD) and certain
Colorado counties are collected by the State of
Colorado and are included in the Certification of
Exemption.
All applicable Sales and Use Tares (including State
collected taxes), on any items other than construction
and buildir, materials phvsically incorporated into the
proiect are to be paid by CONTRACTOR and are to
be included in appropriate bid items.
Use of Premises.-
6.16. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and the
o bons of workers to the site and land and areas
i entiCied in and permitted by the Contract Documents and
other land and areas permitted by laws and Regulations,
rights -of -way, permits and casements, and shall not
unreasonably encumber the premises with construction
equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any claim be
made by any such owner or occupant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other party by negotiation or otherwtsc
resolve the claim by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGINEER ENGINNEERs
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs, losses and
damages arising out of or resulting from any claim or
action, legal or equitable, brought by any sucft owner or
occupant against OWNER. ENGINEER or any other party
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of the Work.
6.17. During the progress of the Work. CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work. At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and sarrplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.13. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in any manner that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that .will endanger it:
Record Documents.
EXI)C GENERAL CONDITIONS 1910.5 (1990 Edition)
wl CITY OF FORT COLLINS MODIFICATIONS (RL•'V 412000)
6.19. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders. Work
Change Directives, Field Orders and written
interpretations and clarifications .(issued pursuant to
peragmph 9.4) in good order and annotated to show all
changes made during construction These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGINEER for reference. Upon completion
of the Work, and prior to release of final payment, these
record documents. Samples and Shop Drawings will be
delivered to ENGINEER for OWNER:
Safety and Protection:
6.20. CONTRACTOR shall be, responsible for
initiating, maintaining and supervising all safety
precautions and programs in connection with the Work.
CONTRACTOR shall take all necessary precautions for
the safety oC and shall provide the necessary protection to
prevent damage, injury or loss to:
6.20.1. all persons on the Work site or who may be
affected. by the Work;
6.20.2. all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site; and
6.20.3. other property at the site or adjacent thereto;
including trees, shrubs, lawns, walks, pavements;
roadways, structures; utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable laws
and Regulations of any public body having jurisdiction for
safety of persons or property or to protect them from
damage, injury or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of -adjacent property
and of Underground Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, injury or
loss to any property referred to in paragraphs 6.20.2 or
6,20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or furnish any of the
Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or
loss attributable t6 the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEE .or
ENGINEERS Consultant or anyone employed by any of
them or anyone for whose acts any of them may be liable,
and not attributable, directly or indirectly, in whole or in
part, to the fault or negligence of CONTRACTOR or any
Subcontractor, Supplier or other person or organization
directly or indirectly employed by any of them).
CONTRACTOR's duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed and ENGINEER has issued a
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided in connection with
Substantial Completion).
6.21_ .Safery Represenradve:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
andresponsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and
programs.
Hazard Communication Programs:
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchanged between or among,
employers at the site in accordance with Laws or
Regulations.
Emergencies:
6,23. In emergencies affecting the safety or protection of
persons or the Work or property at the site. or adjacent
thereto, CONTitAurOR, without special instruction or
authorintion from OWNER or FNGINF,FR, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEFR prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is
required because of the action -taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be, issued to document the
consequences of such action
6.24. Shop Drawings and Samples:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the number of copies specified in the General
Requirements. The data shown on the Shop Drawings
will be completewith respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGNEER 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 sh:dl also submit Samples to
ENGINEER for review and approval in accordance
with said accepted schedule of Shop Drawings and
Sample submittals. Each Sample will be identified
clearly as to material, Supplier. pertinent data such as
catalognumbers and the use for which intended and
otherwise as ENGINEER may require to enable
6NGINFER to review the submittal for the limited
F KDC GENERAL COND111 ON51910-8 (1990 Edition)
w/ a'tY OF FORT COLUNs rtoDtr[CATIONS (REV 412000)
purposes required by paragraph 6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submittal Procedures:
625.1. Before submitting; each Shop Drawing or
Sample, CONTRACTOR shall have determined and
verifted:
6.25.1.1. all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, catalog
numbers and similar information with respect
thereto,
6.25.12. all materials with respect to intended
use, fabrication, shipping, Handling, storage,
assembly and installation pertaining to the
performance,of the Work, and
6.25.1.3. all informntion relative to
CONTRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents.
6.25.2. F.ach submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONfRACfOR's review
and approval of that submittal
6.25.3. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal: and, in addition, shall Muse a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation.
6.26. ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as required by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Worl;% conform to the information
given in the Contract Documents and be compatible. with
the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGNEER's review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER on previous submittals.
6 27, ENGINEER's review and approval of Shop
Drawings or Samples shalt not relieve CONTRACTOR
from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEERS attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINNEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CON"TRACTOR from responsibility
for complying with the requirements of paragraph 6.25),1.
6.28, Where a Shop Drawing or Sample is required by
the Contract Documents or. the schedule of Shop Drawing
and Sample submissions accepted by F.NGiNEER as
required by paragraph2.9, any related Work performed
prior to HNNGINEER's review and approval of the pertinent
suhmittal utill be at the sole expense and responsibility of
CONTRACTOR.
Continuing the Mork:
6.29. CONTRACTOR shall cam on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be delayed or
postponed pending resolution of. any disputes or
disagreements, except as permitted by paragraph 15.5 or -m
OWNER attd CONTRACTOR may otherwise agree in
writing.
6.30. CONTRACTOR's General Parranty and
Guarantee:
6.30.I. CONTRACTOR warrants and guarantees to
01VNER. ENGINEER and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRAC'TOR's warranty and guarantee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR Subcontractors or Suppliers; or
6.30.1.2. normal wear and tear under normal
usage.
6.302; CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
WCDC QWNULAL COND1Tl ON'S I910-8 (1990 Editim)
WI CITY OF FORT COLLINS k10DIFICATIONS (RIEV 4R000)
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work
in accordance with the Contract Documents:
6.30.2.1. observations by ENGINEER;
6.30.2.2. recommendation of any progress or
final payment by ENGINEER;
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Documents;
6.30.2.4. use or occupancy of the Work or any
part thereof by OWNER;
6.30 2.5. any acceptance by OWNER or any
failure to do so;
6.30.2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 14.13.
6.30.2.7. any inspection, test or approval by
others; or
6.30.2.8. any correction of defective Work by
OWNER.
Indemnification:
6.31. 'ro the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER ENGINEER ENGWEL-Rs
Consultants and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all claims, costs, losses and damages (including,
but not limited to, all fees and charges of crrgurcers,
architects, attorneys and other professionals and all court
or arbitration or other dispute resolution costs) caused by,
arising out of or resulting from the performance of the
Work, provided that any such claim, cast, loss or damage:
(i) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (ii) is caused in whole or in part
by any negligent act or omission of CONTRACTOR any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by.any of them to perform
or furnish any of the Work or anyone for whose acts any
of them may he liable, regardless of whether or not caused
in part by any negligence or omission of a person or entity
indemnified hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.32, In any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR any Subcontractor, any Supplier, arry
person or organization directly or indirectly employed by
any of them to perform or .furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under workers compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obligations of
CONTRACTOR under paragraph 6.31 shall not extend to
the liability, of ENGINEER and ENGI,NEER's,Consultants.
officers, directors, employees or agents caused by the
professional negligence, errors or omissions of any of them.
Survival of Obligations.-
6.34. All representations, indemnifications, warranties
and guarantees made in required by or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will
survive final payment, completion and. acceptanceof the.
Work and termination or completion of the Agreement.
ARTICLE 7--OTHER WORK
Related Work at Site:
T1. OWNER may perform other work related to the
Project at the site by OWNER's own forges, or let other
direct contracts therefor which shall. contain General
Conditions sim filar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
(i).written notice thereof will be given to CONTRACTOR
prior to slatting any such other work and
(ii) CONTRACTOR may make a claim therefor as
provided in Articles 1 I and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time arid the parties
are unable to agree as to the amount or extent thereof.
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OWNER's employees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials .and equipment and
the execution of such other work and shall properly connect
and coordinate the Work with theirs. Unless otherwise
provided in the Contract Documents, CONTRACTOR
shall do all cutting, fitting and patching of the. Work that
may be required to make its several parts come together
properly. and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting, excavating or otherwise altering their work and
will only cut or alter'their work with the written consent of
ENGINEER and the others whose work will be affected.
The duties and responsibilities of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other contnictors to the extent that there are comparable
1 S EXI)COENFRAL CONDITIONS 1910-8 (1990 Edi1iar)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
provisions for the benefit' of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractors.
7.3. If the proper execution or results of any part of
CONI'RAC1'OR's Work depends upon work performed
by others under this Article 7, CONTRACTOR shall
inspect such .other work and promptly report to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Work
except for latent or nonapparent defects and deficiencies
in such other work.
Coor(fination:
7.4, If OWNER contracts with others for the
performance of other work on the Project at the site. the
following will be set forth in Supplementary Conditions:
7.4.1. the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the various prime contractors will be
identified,
7.4.2. _ the specific matters to be covered by such
authority and responsibility will be itemized; and
7A1 the extent of such authority and
responsibilities will tic provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect ofsuch coordination.
ARTICLE 8--OWINER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.2. In case of termination of the employment of
ENGINEER, MINER shall appoint an engineer against
whom-CON-TRACTOR—makei�-no-rettsortable-©tje tior4
whose status under the Contract Documents shall be that
of the former L'NGI,i LEER.
83. OWNER shall furnish the data required of
OWNER trader the Contract Documents promptly and
shall make payments to CONTRACTOR promptlywhen
they are due as provided in paragraphs 14.4. and 14.13.
8.4. OWNER's duties in "respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs4.1
and 4.4. Paragraph4.2 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests. of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
aA C .. ,and prrpra F�
forth -in -paragraphs 5-5-through-5-I.0-
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7. OWNERs responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or
suspend Work, sec paragraphs 13.10 and 15.1.
Paragraph 15:3 deals with OWNER's right to terminate
services of CONTRACTOR under certain circumstances.
8.9. The .OWNER shall not supervise, direct or have
control or authority over, nor be responsible for.
CON£RAcrows means; methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or perfonnance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents.
9.' 0^.'.V. t-ef-undisslesed
:4s;.esteS5 PGPS—Petlr'aunm, Ha-..,..a.,n n,m--WWI' OF
Rftdioaetive-INfaterials-aneoveracl-oFrevea',nd-nri;•�-site-is
set f4th in paragmph4-.-:)-
S-1 1. if a mas weed to furnish
r(?NFIZR( Lt- -:oa
arrangements-Imava-been-mach-to-satisfy-OW�IEP's
r aeu enss—^v;VNRR!S
responsibility in-respect-thereof=will-be-es-se"onh-in-the
Supplenmentary-Eonditions-
ARTICLE 9-ENGENEF.R'S STATUS DURING
CONSTRUCTION
0MVERIs Representative:
9.1. ENGNEER will be OWNER's representative
during the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
arid ENGINEER
Visits to Site:
9.2. ENGEKEER will make visits to the site at intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress
EJCDC GENERAL CONDITI ON$ 1910-8 (19W E(fitiai)
w/ CITY OF FORT COLLINS MODIFICATIONS (RE-V 41:000)
that has been made and the quality of the various aspects
of CON7RACTOR's executed Work. Based on
information obtained during such visits and observations.
ENGINEER will endeavor for the benefit of OWNER to
determine, in general, if the Work is proceeding in
accordance with the Contract Documents. FNGIN} ER
will not be required to make exhaustive or continuous on -
site inspections to check the quality or quantity of the
Work. ENGINEER's efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGINEER will keep OWi\T 2
informed of the progress of the Work and will endeavor to
guard OWNER against tkfective Work. ENGINEER's
visits and on -site ohscivatioris are subject to all the
limitations on ENGINEER's authority and responsibility
set forth in paragraph 9.13, and particularly, but without
limitation, during or as a result of ENGINEER's on -site
visits or observations of CONTRACI'OR's Work
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONPRACTOR's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR. to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work.
Project Representatives
9.3. If OWNER and ENGINEER agree, ENGINES R
will furnish a Resident Project Representative to assist
ENGMER in providing more continuous observation of
the Work. The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9.3 and 9.13 Find in the Supplementit
Conditions of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEER's Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in die Supplementefy Genditio paracn_tph 9.3
of these General (condition If the FNGiNF,F.,R furnishes
a Resident Project Representative (RP_Pj of other
assistants or if the OWNER designates a Agpresentative
or agent, all as provided in pamQraph 9.3 of the General
Conditions these Representatives shall have the authority
and limitations as provided in ari_ragraph 9.13 of the
General Conditions and shall be subiect to the following:
9.3.1. The Representative's dealings in matters
pertaining to the on -site work will, in general, be with
the ENGINEER and CONTRACTOR But the
Representative will keep_ the OWNER Inon�rly
advised about such matters. The Representative's
dealings with subcontractors will only be through or
with the full knowledge and approval of the
cONI'RACTOR.
9.3.2. Duties arid Responsibilities. Representative
will:
9.3.il.Schedules - Review the progress
19.
schedule ,and other schedules preixrred In, the
CONTRACTOR and consult with the
Eli tGINEER concerning acceptability.
9.3.2.2. Conferences and Meetinb - Attend
meeting with the CONTRACTOR such as
preconstruction conferences—progess meetings
and other job conferences and prepare and
circulate copies of minutes of meetings.
9.3.2.3. Liaison
9.3.2.3.1. Serve as FNGINFER'S liaison
with CONTRACTOP, working principaUv
through CONTRACTOR'S superintendent to
assist the CONTRACTOR in understanding
the Contract Documents.
9.3.2.3.2. Assist in obtainim,. from OWNER
additional details or information, when,
required. for proper execution of the Work.
9 3.2,3.3. Advise the . FNGINFER and
CONTRACTOR of the commencement of
any Work requiring a Shop Drawing or
simple submission if the submission has not
been ap roved by the FANGINFFR
39 2.4.Review of Work; Rejection of Defective
4Var InslH;ctions and'I'csts 9.3.2.4.1. Conduct on -site observations of
the Work in progress to assist the ENGINEER
in determining that the Work is proceeding in
accordance with the Contract Documents.
9.3.2.4.3. Accompany visiting inspectors
representing public or other agencies havin
jurisdiction over the Project. record the results
of these inspections and report to the
ENGINEER
9.3.2.5. Interpretation of Contract
Documents. Report to ENG rNEER when
clarifications and interpretations of the Contract
Documents are needed and transmit to
CONTRACTOR clarification and interpretation
of the Contract Documents as issued by the
ENGINEER
9.3.2.5. Modifications. Consider and
evaluate CON'rRACI'OR'S suseestions far
�p EJCDCOENTRALCONDITION51910-8(1990Editim)
a•/ CITY OF FORT COLLINS;IXIODIIICATIONS (REV 4/2000)
modification in Dratvinps or Specifications and
report these recommendations to ENGINEER.
Accurately transmit to CONTRACTOR
decisions issued by the ENG 11i 1EER.
9.3.2.7. Records.
9.3.2.9 Repots
9.3.2.8.1, Furnish ENGINEER periodic
reports, as required. of the progress of the
Wok and of the CONTRACTOR'S
compliance with the ro e�jscheilule and
schedule of shop Drawing; and sample
submittals
9 .2.8.2. Consult with ENGINEER in
advance of scheduling, maior tests
inspections or start of important phases of the
Wok.
9.3.2.8.3. Draft proposed Change Orders
and Work Directive Chancres, obtaining
backup material from the CONTRACTOR
and recommend to ENG rNEER Change
Orders, Work Directive Clrames and field
orders
9.3.2.8.4. Reportimmediately to
ENGMER and OWNER the occurrence of
anv accident.
9.3.2.9. Pavment Requests. Review applications
for payment with CONTRACTOR for compliance
with the established procedure for their
submission and fonvard with recommendation to
ENGMEER, noting, particularly the relationship of
th�yment requested to the schedule of values
work completed and materials and equipment
delivered at the site but not incorporated in the
Work.
9.3.2.10. Coco letp ion.
9.3.110.1. 13efore ENGINEER issues a
Certificate of Substantial Completion submit
to CONTRACTOR a list of observed items
requiring correction or completion
9.3.2.10.2. Conduct final inspection in the
company of the ENGINEER, OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed.
9.3.2.10.3. .Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concerning acceptance.
9:3.3_ Limitation of Authority: 'rhe Representative shall
not:
9-3.3.1. Authorize anv deviations from the
Contract Documents or accept any substitute
materials or equipment, unless authorized by the
ENGINEER:
9.3.3.2 Exceed limitations of ENGINEER'S
authority as set forth in the Contract Documents,
9.3.3.:3. Undertake any of the responsibilities
of the CONTRACTOR Subcontractors, or
CONTRACTOR'S superintendent.
9.3.3.4, Advise on, or issue directions relative
to, or assume control over any=aspect of the
mars, methods, technique& sequences or
procedures for construction unless such is
specifically called for in the Contract Documents.
9.3.3.5. Advise on or issue directions
regarding or assume control over safety
precautions and pro€;rams in connections with the
"Tork.
9.3.3.6. Accept Shop Drawings or sample
submittals from anvone other than the
CONTRACTOR
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in part.
9.3.3.8. Participate in specialized field or
laboratory tests or inspections conducted by others
except as gxc:ifically authorized by the
ENGIN EER
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
EJCDCOE'NE1tAL CONDITIONS 19104 (1990 Editiao)
Wi CIlY OF FORT COLLINS MODIFICATIONS (RE V d/1000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are unable to agree
to the amount or extent thereof if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article l I or Article 12.
Authorized Variations in Work:
9.5. ENGINEER may .authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an al ustmcm in the
Contract Price or the Contract 'f imes and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. 'These may be accomplished by n Fjeld Order
anti will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Qrderjustifies anadjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 1 I or 12.
Rejecting Defective Ulork•
9.6. FNC.INFFR will have authority to disapprove or
reject Work which ENGINEER lx.lieves to be defective,
or that ENGLNEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, installed or completed.
Shop Drawings. Change Orders and Pa ments:
9.7. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEER's authority as to
Charge Orders, see Articles 10. l I and 11
9.9. In connection with ENGMEER's authority as to
Applications for Payment, see Article 14.
Determinations for Unit Prices:
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEFR's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
for Payment or otherwise). ENGINTEER's written decision
thereon will be final and binding upon OWNER and
CONTRACTOR, unless, within ten shays after the date of
any such decision, either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intentionto appeal from ENGINEER's decision and: (i) an
appeal from ENGINEER's decision is taken within the time
fimits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute. Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or.(ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR.. Such appeal will not be subject to the
procedures of paragraph 9.11.
Decisions on DLtpatec•
9.11. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to Uie acceptability of the Work or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Work and claims under Articles 11 and .12 in respect of
changes in the Contract Price or Contract Times will be
raferred 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
Liter than thirty days) after the.swrt of the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEER and the other party within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the,
submission of additional or more accurate data in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submitul (unless ENGINEER allows additional time).
L IGMEER will render a formal decision in writing within
thirty days alter receipt of the opposing party's submittal, if
any, in accordance with this paragraph. ENGDTEERs
written decision on such claim, dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless: (i) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
procedures set forth in E,XHWIT GC -A, "Dispute
Resolution Agreement"., entered into between OWNER and
CONTRACTOR pursuant to Article 16, or (iij if no such
Dispute Resolution Agreement has, been entered into, a
written notice of intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to ENGINEER within
thirty days after the date of such decision and a formal
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights_ or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
EJCDC OhNERAL CONDI't oNs 191 m (1990 Editim)
22 pit cn y.OF FOR'r COLLINS MODIFICATIONS (REV 4/2000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR
9.12. When functioning as interpreter and judge under
paragraphs 9.10 and 9.11, EN01NEER will not show
partiality to.OWNER or COYMACTOR and will not be
liable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGNNEER pursuant to paragraphs.9.10 or
9.11 with respeq to any such claim, dispute or other
matter (except arty which have been waived by the making
or acceptance of Final payment as provided in
paragraph 14.15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have under the Contract
Documents or by Lays or Regulations in respect of any
such claim, dispute or other matter-ptrrsuar Ra-Ai#icle .
9.13. Limitations on ENGINEER's .Authority and
Respgnsihilitier.
9,13.1. Neither ENGINEER's authority or
responsibility under this Article 9 or under any other
provision of the Contract Documents nor any decision
made by ENGINEER in good faith either to exercise
or not exercise such authority or responsibility or the
undertaking exercise or performance of any authority
or responsibility by ENGINEER sluall create, impose
or give rise to any duty owed by ENGINEER to
CONTRACTOR, any Subcontractor, any Supplier,
any other person or orgamzation,.or to any surety for
or employee.or agent of any of them.
9.131. 13NG1NEER will not supervise, direct,
control or have authority over or be responsible for
CONTRACTOR's means• methods, techniques,
sequences or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the furnishing or
performance of the Work ENGINEER will not be
responsible for CONTRACTOR's failure to perform
or faintish the Work in accordance with the Contract
Documents.
9.13.3. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other person or
organization performing or furnishing any of the
Work
9.13.4..ENGINEER's review of the fatal Application
for Payment.and accompanying documentation and
all maintenance and operating instructions, schedules,
guarantees, Bonds and certificates of inspection, tests
and approvals and other documentation required to be
delivered by paragraph 14.12 will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
inspections, tests anti approvals that the results
certified indicate compliance with, the Contract
Documents,
9.135: The limitations upon authority and
responsibility set forth in this paragraph 9.13 shall also
apply to ENGiNEER's Consultants, Resident Project
Representative and assistants.
ARTICLE 10-CFLI:VGFS IN THE WORK
10.1. Without invalidating the Agreement and without
notice to any surely, OWNER may, at any time or from
time to time, order additions. deletions or revisions in the
Work. Such additions, deletions or revisions will be
authorized by a Written Amendment. a Change Order, or a
Work Change Directive. Upon receipt of any such
document, CONTRACTOR shall promptly proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are unable to
agree as to the extent, if nny, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may Ne- made therefor as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Tunes
with respect to any Work performed that is not required by
the Contract Documents as amended, modified and
supplemented as provided in paragraphs 3.5 and 3.6, except
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in
paragraph 13.9.
10.4. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGNEER
(or Written Amendments) covering:
10.4.1. changes in the Work which are (i) ordered
by OWNER pursuant to paragraph 10.1i (ii) required
because of acceptance of defective Work under
paragraph 13.13 or correcting defective Work under
paragraph 13.14, or.(iii) agreed to by the parties;
10A.2. changes in the Contract Price or Contract
Times which are agreed to by the parties; and
10.43. changes in the Contract. Price or Contract
Times which embody the substance of any written
decision rendered by ENGINEER pursuant to
paragraph 9.11;
provided that, in lieu of executing any such Change Order,
an appeal may be taken from any such decision in
accordance with the provisions of the Contract. Documents
and applicable Laws and Regulations, but durintt any such
appeal. CUNTRACI'OR shall carry on the Work and
adhere to the progress schedule as provided in
paragraph 6.29.
10.5. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
EJCDC GENERAL. CONIDITIONS 19 to-8 (1990 Edticn)
car CITY Or rORT COLLINS MODIFICATIONS (R V an_000)
(including, but not limited to. Contract Price or Contract
Times) is required by the provisions of. any Bond to be
given to a surety, the giving of any. such notice will be
COATTRACTOR's responsibdity, and the amount of each
applicable Bond will be adjusted accordingly.
ARTICLE 11—CHANGE, OF CONTRACI' PRICE
11.1. The Contract Price constitutes the total
compensation (subject to authorized adjustmenfs) payable
to CONTRACTOR for performing the Woric All duties,
responsibilities and obligations assigned to or undertaken
by CONTRACTOR sltiall he ntCONTRACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only he changed by a
Change Order or by a Written Amendment. Any claim
for an adjustment in the Contract Price shall be based on
written notice delivered by the party making the claim to
the other parry and to ENGINEER promptly (but in no
event later than thirty bays) after the start of the
occurrence or event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the
claim with supporting data shall be delivered within sixty
hays after the start of such occurrence or event (unless
FNGTNF.ER allows additional time for claimant to submit
additiortal or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or event. All claims for adjustment in the
Contract Price shall be determined by ENGINEER in
accordance with paragraph 9.11 if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change
Order or of any claim for an adjustment in the Contract
Price will be determined as follows:
11.3.1. where the Work involved is covered by unit
price., contained in the Contract Document,, by
application of such unit prices to the quantities of the
items involved (subject to the provisions . of
23
paragraphs 11.9.1 through 11.93, inclusive);
11.3.2. where the Work involved is not covered by
unit prices contained in the Contract Documents, by a
Mutually agreed payment basis, including lump sum
(which may include an allowance for overheard and
profit not necessarily in accordance with
paragraph l L6?);
11.3.3. where the Work involved is not covered by unit
prices contained in the Contract Documents and
agreement to a lump sum is not reached under
paragraph 11,3 ?, on the basis of the Cost of the Work
(determined as provided in paragraphs 11.4 and 11.5)
plus a CON"rRAC'rOR's fee for overhead and profit
(determined asprovided in paragraph 11.6).
Cost of the Work
11.4. The tart Cost of the Work, mean- the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER, such costs shall
be in amount- no higher than those prevailing in the
locality of the Project, shall include only the following
items and shall not include any of the costs itemized in
paragraph 11.5:
11.4.1. PA oll costs for employees in the .direct
employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed
upon by OWNER and CON'TRACTOR. Such
employees shall include without limitation
superintendents, foremen and other personnel
employed full-time at the site. Payroll cost- for
employees not employed full-time on the Work shall
be apportioned on the basis of their time spent on the
Work. Payroll costs shall irwluat—, but -not be limited to;
salaries and wages plus the cost of fringe benefits
which shall include social security contributions,
unemployment, excise and payroll taxes, workers'
compensation, health and -retirement benefits, —bonuses;
applicable thereto.
The expenses of. perfom'1mg Work after regular
work-4.hours, on Saturday. Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.42. Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof. and Suppliers' field
services required in connection therewith All cash
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
discounts, rebates turd refunds and returns from sale of
surplus materials and equipment shall accrue to
OWNER, and CONTRACTOR shall make provisions
so that they may be obtained..
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors, If required by OWNER,
�� EXI)C.GENERAL CONDITIONS 1910-S (1990 Edilicn)
wl CITY OF FORT OOLLI NS'MODIFICATIONS I.REV 4/2000)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER, which bids, if any, will be accepted. If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractor's Cost of the Work and fee shall be
determined in the same manner as CONTRACTOR's
Cost of the Work and fee as provided in
paragraphs 1 t.4, 11.5, 11.6 and 11.7. All
subcontracts shall be subject to the other provisions.of
the Contract Documents insofar as applicable.
1IAA Cost- of special consultants (including but
not limited to engineers, architect-, testing
laboratories, surveyors, attorneys and accountants)
employed for services specifically related to the
Work.
11.4.5. Supplemental costs including the following
11.4.>.1. The proportion of necessary
transportation, travel and subsistence expenses of
CON'TR.ACTOR's employees incurred in
discharge of duties connected with the Work.
11 A.5:2. Cost, including transportation and
maintenance. of all materials. supplies,
equipment; machinery, appliances, office and
temporary facilities at the site and hand tools not
owned by the workers, which are consumed in.the
performance of the Work, and cost less market
value of such items used but not consumed which
remain the property of CONTRACTOR.
11.4.5.3. Rentals of all . construction
equipment and machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWNER with the advice of ENGINEER, and the
costs of transportation, loading, unloading;
installation, dismantling and removalthereof-all
in accordance with terms of mid rental
agreements. The rental of any such equipment,
machinery or parts shall cease when the use
thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes
related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
R aulations.
11.4.5:5. Deposits lost for causes other than
negligence of CONTRACTOR, any
Subcontractor or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable, and royalty payments and
fees for permits and licenses.
11.4.5.6. Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise; sustained
by CONTRACTOR in connection with the
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
performance and furnishing of the Work (except
losses and damages within the deductible amounts
of property insurance established .by OWNER in
accordance with paragraph 5.91 provided they
have resulted from causes other than the
negligence of CONERACTOR, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable. Such losses shall include
settlements made with the written consent and
approval of OWNER. No such losses, damages
and expenses shall be included in the Cost of the
Wort: for the purpose of determining
CONTRACTOR's fee. IL however, any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.62).
11.4.5.T The cast of utilities, fuel and sanitary
facilities at the site.
11A.5X Minor expenses such as telegrams,
long distance telephone calls, telephone service at
the site, expressage and similar petty cash items in
connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. 'f he term Cost of the Work shall not include any of
the following:
11.5.1. Payroll costs and other compensation of
CONTRACTORs officers, executives, principals (of
partnership and sole proprietorships), general managers,
engineers, architects, estimators; attorneys, auditors,
accountants, purchasing and contracting agents,
expediters, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
CONTRACTOR's principal or a branch office for
general administration of the Work and not specifically
included in the agreed upon schedule of job
classifications referred to in paragraph 11.4.1 or
specifically covered by paragraph 11.4.4-all of which
are to be considered administrative costs covered by the
CONTRACTOR's fee.
11.52. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at
the site:
11.5.3. Any part of CONTRACTOR's capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to purchase and maintain
the same (except for the cost of premiums covered by
subparagraph 11.4.59 above).
EJCDCGENERAL CONDMONs 191M (1990 E(litim)
IV/CITY OF FORT COLLINS MODIFICATIONS (REV 4rz000)
11.5.5. Costs due to the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for
whose acts any of them may be liable, including but
not limited to, the correction of defective Work.
disposal of materials or equipment wrongly supplied
and making good any damage to property.
11.5.6. Other overhead or general expense costs of
any kind and the cc sts of any item not specifically and
expressly included in paragraph 11.4.
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows:
11.6.1. a mutually acceptable fixed fee: or
11.6.2. if a fixed fee is not agreed upon, then a tee
based on the following percentages of the various
portions of the Cost'of the Work:
11.6.2.1. for costs incurred under
paragraphs 11.4.1 and 11.4.2, the
CONTRACfOR's fee shall be fifteen percent;
11.6.2.2. for costs incurred under
paragraph 11.4.3, the CONTRACTOR's fee shill
be five percent;
11.6.2.1 where one or more tiers of
subcontracts arc on the basis of Cost of the Work -
plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1, 11.4.2, 11 A:3 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
11.4.1 and 11.4.2 and that any hi(,her tier
Subcontractor and CONTRACTOR will each be
paid a fee-of=liva-percent-of-the-amount-paid-to
the -next -lower -tier -Subcontractor- to be negotiated
in good faith with the OWNER but not to exceed
five percent of the amount paid to the next lower
tier Subcontractor.
11.6.2.4. no fee shall be payable on the basis
of costs itemiwd under paragraphs 11.4.4, 11.4.5
and 11.5;
11.6.2.5. the amount of credit to be allowed
by CONTRACTOR to OWNI ER for any change
which results in a net decrease in cost will be the
amount of the actual net decrease in cost plus a
deduction in CONI TRACTOR's fee by an amount
equal to five percent of such net decrease; and
11.6.2.6. when both additions and credits are
involved in anv one change, the adjustment in
CONTRACTORS fee shall be computed on the
basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6.2-3, inclusive.
I LT Whenever the cost of any Work is to be
25
determined pursuant to paragraphs 11.4 and 11.5,
CONTRACTOR will establish and maintain records
thereof in.accordance with generally accepted accounting
practices and submit in form acceptable to ENGINEER an
itemized cost breakdown together with supporting data.
Cash A11amanctw.
H.S. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be famished and performed for such sums as may be
acceptable to OWNER and ENGINEER. CONTRACTOR
agrees that:
11.8.1. the allowances include the cost to
CONTRAGTOR (less any applicable. trade discounts)
of materials and equipment required by the allowances
to be delivered at the site, and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and
handling on the site, labor, installation costs, overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional payment on account of any of the r6regoing
will be valid.
Prior to final payment, an appropriate Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Price shall be
correspondingly adjusted.
11.9. Unir Price Work-
1 1.9.1. Where the Contract Documents provide that all
or part of the Work is to be Unit Price Work initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified
item of Unit Price Work times the estimated quantity
of each item as indicated in the Agreement. The
estimated quantities of items of Unit Price Work are
not guaranteed and are solely for .the purpose of
comparison of Bids and determ ining an initial Contract
Price. Determinations of the actual quantities and
classifications of Unit Price Work performed Iry
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 9.10.
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CON`TTRACTOR's overhead and profit for
each separately identified item.
11.9.3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article I I if.
11.9.3.1. the quantity of any item of Unit Price
Work pertormod by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
ati EJCDC.OENERAL CONDITIONS 1910-9 (1990 Editim)
w! CITY OF FORT COLLINS MODIFICATIONS (REV 4J7000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work; and
11.9.3.3. if C(7NfRAC:TOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the parties are unable to agree as 'to the
amount of any such increase or decrease.
11.9.3.4. CONTRACTOR acknowledges that
the OWNER has the right to add or delete items in
the Bid or change quantities at OWNER'S sole
discretion without affecting the Contract Price of
any remaining item so long as the deletion or
addition does not exceed twenty-five Wroent oC
the original total Contract Price.
ARTICLE 12--CHANGE OF CON-m kCT Tim Es
12.1. The Contract 'Times (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the party making the claim to the other party and to
h-NGINEER promptly (hut in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall be
delivered within sixty days alter such occurrence (unless
EiNGfNEFR allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the claimant's written statement that the
adjustment claimed is the attire adjustment to which the
claimant has reason to believe it is entitled as n result of
the occurrence of said event. All claims for adjustment in
the Contract Times (or Milestones) shall be determined by
ENGINEER in accordance with paragraph 9.11 if
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract Times .(or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3: Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or NGlestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragraph 12.1. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, acts
or neglect by OWNER, acts or neglect of utility owners or
other contractors performing other work as contemplated
by Article 7, fires, floods. epidemics. abnormal weather
conditions or acts of God. Delays attributable to and
within the control of it Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR.
12.4, Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR an extension of the
Contract Times (or Nfilestones) in.an amount equal to the
time last due to such delay shall be CONTRACTOR s sole
and exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR, any Subcontractor,
any. Supplier, any other person or organization or to arty
surety for or employee or agent of any of them, for
damages arising out of or resulting from (i) delays caused
by or within the control of the CONTRACTOR, or
(ii) delays beyond the control of both parties including, but
not limited to, fires, floods, epidemics; abnormal weather
conditions, acts of (iod or acts or neglect by utility owners
or other contractors performing other work as contemplated
by article 7.
ARTICLE; i3—•fES'rs AND INSPFCT1ONS;
CORRECTION, REMOVAL OR ACM-rAI\CE OF
DEFECTIPE WORK
13.1. Alotiee of Defectsr
Prompt notice of all defective Wort: of which OWNER or
FNGINFFR have actual knowledge will be given to
CONTRACTOR All defective Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to Work.
13.2. OWNER, CgGWEER, DJGMER's Consultants,
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
reasonable —times for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTORS site safety procedures and programs so
that they may comply therewith as applicable.
Te&s and Inspections:
133. CONTRACTOR shall give INGINEER timely
notice of readiness of the Work for all required inspections,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
13.4. OWNER shall employ and pity for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except:
13.4.1. for inspections, tests or approvals covered
by paragraph 13.5 below;
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to paragraph 13.9
EJCDC GENLRAL CONDITION'S 1910:8 (1990 Edition)
w( CITY OF FORT COLLINS moDiFICATIONS (RLV 4lZ000)
below shall be paid as provided in said
paragraph 13.9;and
13.4.3. as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereot) specifically
to be inspected, tested or approved by an employee or
other representative of such public body. CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and furnish FNGWEFR the
required certificates of inspection. or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all cost- in connection with
any inspections, tests or approvals required for OWATER's
and ENGINFER's acceptance of materials or equipment to
be incorporated in the Work, or of materials, mix designs,
or equipment submitted for _approval prior to
C'ONTRACTOR's purchase thereof for incorporation in
the Work.
1.3.6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must, if requested by ENGINFE'R, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6
shall he at CONfRACI'OR's expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTOR'S intention to cover the saute and
FNGINFER has not acted with reasonable promptness in
response: to such notice.
Uncemwing Work.
13.3. If any Work is covered contrary to the written
request of ENGINEER, it mast, if requested by
ENGINEER be uncovered for LNGNEER's observation
and replaced at CONTRACTOR's expense.
13.9. If F.NCrRNTEFR considers it necessary or advisable
that covered Work be observed by ENGINEER or
inspected or tested by others, CONTRACTOR, at
ENGIt�7EER's request, shall uncover, expose or otherwise
make available for observation, inspection or testing is
24GINEER may require, that portion of the Work in
question, furnishing all necessary Libor, material and
equipment. If it is found that such Work is defective;
CONTRACTOR shall pay all claims, costs, losses and
damages caused by, arising out of or resulting from such
uncovering e.cposurc, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all costs of repair or
replacement of work of others); and OWNER shall be
entitled to an appropriate decrease in the Contract Price,
and, if the parties are unable to agree as to the amount
thereof may make a claim therefor as provided in
Article 11. If, however. such Work is not found to be
r> ./ective, CONTRACTOR shall be allowed an increase in
the Contract Price or an extension of the Contract Times
(or Milestones), or both, directly attributable to such
27
uncovering exposure, observation, inspection, testing,
replacement and reconstruction; and, if the parties are
unable to agree as to the amount or extent thereof.
CONTRACTOR may make a claim therefor as provided in
Articles 1 l and 12.
011,NER Jfav Stop the Work:
13.10. If the Work is defective, or CONTRACTOR fails.
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in such`a
way that the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop:
the Work, or any portion thereof, until the cause for such
order has been eliminated; however, this right of OWNER
to stop the Work shall not give rise to any duty on the part.
of OWNER to, exercise this right for the benefit of
CowRAC1'OR or any surety or other party.
Correction or Rentoval of Defective Work
13.11. If required by ENG[EER, CONTRACTOR shall
promptly, as directed, either correct all defective Work,
whether or not fabricated, installed or completed or, if the
Work has been rejected by ENGINEER, remove it &rpm the
site and replace it with Work that is . not defective.
CON't'RAC'I'OR shall pay .all claims, costs, lasses and
damages caused by or resulting from such correction or
removal (including but not limited to all costs of repair or
replacement of work. of others).
13.12. Correction Period;
1:3.12.1. If within one Year two vicars after the date of
Substantial Completion or such longer period of time as
may be prescribed by haws or Regulations or by the
terms of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without cost.
to OWNER and in accordance with OWNER's written
instructions: (i) correct such defective Work, or, if it has
been rejected by OWNNER, remove it from the site and
replace it with Work that is not defective, and (ii)
Fatasfactorily correct or remove and replace any damage
to other Work or'the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced and all claims,
costs, losses and damages caused by or resulting from
such removal and replacement (including- but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13.122.In special circumstances where. a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work the,
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written, Amendmcnt.
13.12-3. Where defective Work (and damage to other
EJCDC GENE RAL CONDITIONS 1910.8 (1990 Edition)
28 WICITY OF FORT COLLINS MODIFICATIONS (Rai V,111000j
Work resulting therefrom) has been corrected,
removed or replaced under this paragraph 13,12, the
correction period hereunder with respect to such Work
will be extended for an additional period of one yet
two vears after such correction or removal and
replacement has been satisfactorily completed
Accepktnce of Defective Work:
13.13. If instead of requiring correction or removal and
replacement of defective Work, OWNER (and, prior to
ENGINEER's recommendation of final payment, also
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all .claims, costs, losses and
damages attributable to OWNER's evaluation of and
determination to accept such defective Work (.such costs to
be approved by ENGINEER as to reasonableness). If any
such acceptance occurs prior to ENGINEER's
recommendation of [mal payment, a Change Order will be
issued incorporating the necessary revisiom in the
Contract Documents with respect to the Work: and
OWNER,shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs after
such recommendation, an appropriate amount will be paid
by CONCRACrOk to OWNER.
0TVVER hfav Correct Defective Work:
13,1 d. If CONTRACTOR fails within a reasonable time
after written notice from ENGIi1 1]ER to correct defective
Work or to remove and replace rejected Work as required
by ENGINEER in accordance with paragraph 13.1 1, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER mav, after seven days' written
notice to CONTRACTOR correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed expeditiously. In
eomcction with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or part of the Work, and
suspend CONTRACTOR's services related thereto, take
possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials and equipment
stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER OWNER'S
representatives, agents and employees. OWNER's other
contractors and ENGMER and ENGINEER's
Consultants access to the site to enable OWNER to
exercise the rights and remedies under this paragraph All
claims; costs, losses and damages incurred or sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Change Order will
be issued incorporating the necessary revisions in the
Contract Documents with respect to. the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof. OWNER may make a claim therefor
asprovided in Article 11. Such claims, costs, losses and
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
damaged by correction removal or replacement . of
CONTRACTOR's defective Work. CONTRACTOR shall
not be allowed an extension of the Contract Tortes (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OWNER. of OWNERS
rights and remedies hereunder.
ARTICLE 14--PAYMENTS TO CONTRACTOR AND
COIPLETION
Schedule of Malues-
14.1. The schedule of values established as provided in
pamgmph 2.9 will serve as the basis for progress payments
and will be incorporated into a form of application for
Payment acceptable to ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of
units completed.
Application for Progress Payment:
14.2. At least twenty days before the date established for
each progress payment (but not more often than once a
month), CONTRACTOR shall submit to ENGINEER for
review an Application for Payment tilled our and signed by
CONI'RAC'I'OR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agrced to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OkVr\tER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect OWNER's interest therein, all of which will be
satisfactory to OWNF..R_ .The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement. Any funds that are withheld by the OWNER
shall not be subject to substitution by the CONTRACTOR
with securities or any arrangements involvirtg..in escrow or
custodianship. B executing the application for gavment
form the CONTRACTOR expressly waives his rip to the
benefits of Colorado Revised Statutes; Section 24-91-101.
of seg.
CONTP-4CTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title
to all Work, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review of.Wiea6ons for Progress Payment.
14.4. ENGINEER will. within ten days after receipt of
each Application for Payment, either indicate in writing a
EXI)CGENERAL CONDIT10N31910-3 (1990 Ectitionj
WI CITY OF FORT COLLINS MODIFICATIONS (REV 40000)
recommendation of payment mnent and present the Application
to OWNER, or return the application to CONTRACTOR
indicating in writing ENGINEER's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR
may make the necessary corrections and resubmit the
Application. Ten days after presentation of the
Application for Payment to OWNER with ENGNEER's
recommendation, the amount recommended will (subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due will be paid by OWNER to
CONTRACTOR
14.5. ENGINEER!.- recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNER, based on
ENGINEER's on -site observatioms of the executed Work
as an experienced and qualified design professional and on
ENGINEER's review of the Application for Payment and
the accompanying data and schedules, that to the best of
IENGINEER's knowledge, information and belief:
14.5.1. the Work has progressed to the point
indicated,
14.5.2. the quality of the Work is generally in
accordance with the Conti -act Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract
Documents, to a final determination of quantities and
cla_ssifiattions for Unit Price Work under
Paragraph 9.10, and to any other qualifications stated
in the recommendation), and
14.53. the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled insofar as it is
ENGPi i , ER's responsibility to observe the Work.
However, by recommending any such payment
ENGINEER will not thereby be deemed to have
represented that: (i) exhaustive or continuous on -site
inspections have been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGNEER in the Contract
Documents or (n) that there may not be other matters or
issues between the parties that might entitle
CONTRACTOR to be paid additionally. by OWNER. or
entitle OWNER ER to withhold payment to CONTRACTOR
14.6. ENGINEER's recommendation of any payment,
including final payment, shall not mean that ENGINEER
is responsible for CONTRACTOR's means. methods,
techniques, sequences or procedures of construction, or
the safety precautions and programs incident thereto, or
for any failure of CONTRACTOR to comply with Laws
and Regulations applicable to the furnishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
143. ENGINEER may refuse to recommend the whole
or any part of any payment if, in ENGNEER's opinion, it
would be incorrect to make the representations to
29.
OWNER referred to in paragraph 14.5. ENGINEER may
also refuse to recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be
necessary. in ENGINEF2s ;opinion to protect OWNER
from loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by
Written Amendment or (:hange Order,
14.7.3. OWNER has been required to correct
defective Work or complete Work in accordance with
paragraph 13.14. or
14.1.4. ENGINEER has actual knowledge of the.
occurrence of any of the events enumerated in.
paragraphs 15.2.1 through 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CON'I'RACTOR's performance or furnishing
of the Work,
14.7.6. Liens have been filed in connection with the
Work, except where CON`fRAM`OR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling.OWNER to a set-
off against the amount. recommended. or
14.7.8. OWNER has actual knowledge of the
occurrence of env of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
through t 5,2.4.inclusive;
but OWNER _must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) stating the
reasons for such actionand promptly pay CONTRACTOR
the amount so withheld, or any adjustment thereto ageed
to by OWNER and CONTRACTOR when
CONTRACTOR corrects to OWNER.'s satisfaction the
reasons for such action
Substantial Completion:
14.8. When. CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGI'i IELR in writing that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as incomplete) and request that
ENGINEER issue a certificate of Substantial Completion.
Within a reasonable time thereafter. OWNER.
CONTRACTOR anJ ENGINEER shall make an inspection
of the Work to determine the status of completion. If
ENGfNF,ER, does not consider, the Work substantially
complete. ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor. If ENGINEER
E JCDC GENERAL CONDITIONS 1910$ (1990 Edition)
30 W/ CITY OF FORT COLLI NS NIODIFI CATIONS (REv jr000)
considers the Work substantially complete, ENGNNEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall Ex the date of
Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment. OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGLNEER as to any
provisions of the certificate or attached list.. If, after
considering such objections, ENGINEER concludes that
the Work is not substantially complete, ENGINEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
OWNER's objections, ENGINEER considers the Work
suhstantially complete; ENGINEER will within said
fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to. OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER -and CONTRACTOR with respoct to security,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER_ in writing prior to ENGINFER's issuing the
definitive certificate of Substantial Completion,
ENGDMER's aforesaid recommendation will Iv binding
on OWNER and CONTRACTOR until final payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow,
CONTRACTOR reasonable access to complete or correct
items on the tentative list
Partial Utilization
14.10. Use by OWNER at OWNERS option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Documents, or
(ii) OWNER, ENGINEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended
purpose without significant: interference with
CONTRACTOR's performance of the remainder of the
Mork, may be accomplished prior to Substantial
Completion of all the Work subject to the following:
I4.10.I.OWNER at any time may request
CONTRACTOR in writing to permit OWNER to use
any such part of the Work which OWNER believes to
be ready for its intended use and substantially
complete. If CONTRACTOR agrees.that such part of
the Work is substantially complete, CONTRACTOR
will certify to OWNER and ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work.
CONTRACTOR at any time may notify OWNER and
iNGINEER in writing that CONTRACTOR considers
any such part of the Work ready for its intended use
and substantially complete and request LNt GINEER to
issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either
such request, OkVNER, CONTRACTOR and
ENGINEER shall make an inspection of that part of
the Work to determine its status of completion If
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. If.ENGiNEER considers that part of
the Work to be substantially complete the provisions
of paragraphs 14.8 and 14.9 will apply with respect to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect
thcrcofand access thereto.
14.10.2. No occupancy or separate operation of part
of the Work will be accomplished prior to compliance
With the requirements of ptmgmph 5.15 in respect of
property insurance.
Final Inspection:.
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
24GINEER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRACTOR in
writing of all particulars in which this inspection reveals
that the Work is incomplete or defective. CONTRACTOR
shall immediately take such measures as are necessary to
completesuch work or remedy such deficiencies.
Final: Ipplication for Aavntenl.-
14.12. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance. with the Contract Documents all
maintenance and operating, instructions, schedules,
guarantees, Bonds, certificates or other evidence of
insurance required by paragraph 5.4, certificates of
inspection, marked -up record documents (as provided in
paragraph 6.19) and other documents. CONTRACTOR
may make application for final payment following the
procedure for progress payments, The fmal Application for
Payment shall be accompanied (except as previously
delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph 5.4.13,
(ii) consent of the surety, if any, to fowl payment, and
(iii) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Liens arising out of or filed
in connection with the Work. In lieu of such releases or
Waivers of Liens and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that: (i) the releases and
receipts include all labor, services. material and equipment
for which a Lien could be filed, and (ii) all payrolls,
material and equipment bills, and other indebtedness
connected with the Work for which OWNER or OWNER's
property might in any way be responsible have been paid or
otherwise satisfied, if any Subcontractor or Supplier fails
EJCDCOENERAL CONDITIONS 191" (1990 Edtion)
w1 CITY OF FORT COLLINS MODIFICATIONS (REV 4, 000)
to furnish such a release or receipt in full,
CONTRACTOR may furnish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien Releases or waivers of liens and the consent of
the surety to finalize oament are to be submitted on
forms conform ing, to the format of the OWNER'S standard
forms bound in the Project manual.
Ftrud Payment andAcceptance:
14A3. If, on the basis of ENGRTEER`s observation of
the Work during construction and final inspection, and
ENGINEER', review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has. been completed and CONTRACTOR's other
obligations under the Contract Documents have been
fulfilled, ENGINEER will, within ten days after receipt of
the final Application for payment indicate in writing
ENGINEER's recommendation of payment and present
the Application to OWNER for payment At the same
time ENGINEER will also give written notice to OWNER
and CONTRACTOR that the Work is acceptable subject
to the provisions .of paragraph 14.15. Otherwise;
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with ENGIiNFER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
'CONTRACTOR subicct to paragraph 17.6.2 of these
C,eneral Conditions.
14.14. If through no fault of CONTRACTOR, final
completion of the Work is signiticamly delayed and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENNGiNEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds Nave been
furnished .as required in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGMER with the
Application for such payment. Such payment shall be
made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
claims.
Waiver of Claims:
14.15. The making and acceptance of fowl payment,will
constitute:
14.15.1. a waiver of all claims by OWNER against
CONTRACTOR, except claims arising from
unsettled Liens, from defective Work appearing after
firtal inspection pursuant to paragraph 14.11. from
failure to comply with the Contract Documents or the
terms of any special guarantees specified therein, or
from CONTRACTOR's continuing obligations under
the Contract Documents; and
14.15:2. A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled:
ARTICLE 15--SUSPFiNSIOtN OF WORK :LVD
TERMINATION
011VER Hay Suspend Wurk:
15.1. At any time and without cause. OWNER may.
suspend the Work or any portion thereof' for a period of not
more than ninety clays by notice in writing to
CONTRACTOR and ENGINEER which will fix the date
on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed CONTRACTOR
shall be allowed an adjustment in the Contract Price or an,
extension of the; Contract Times, or both, directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles 1 I and 12.
OWNIsR Alay Terminate:
15.2. Upon the occurrence of any one or more of the
following events:
1511. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply. sufficient
skilled workers or suitable materials or equipment or
.failure to adhere to the progress schedule established
under paragraph 2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards - Laws or
Regulations of any public body having jurisdiction;
15.2:3. if CONTRACTOR disregards the authority of
ENGINEER; or
152.4. if CONTRACTOR otherwise violates in anv
substantial way any 'provisions of the Contract
Documents:
OWNER may, alter giving CONTRACTOR (and the
surety, if any).seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR exclude CONTRACTOR from the site
and take. possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at thesite and use the same to
the full extent they could be used by CONTRACTOR
(without liability to .CONTRACTOR for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
32 FJCDC OENIMA : CONDITIONS 1910-8 (1990 Editim)
w/ CITY OF FORT COLLI NS MODIFICATIONS (REV 4l2000)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient: In such
rase CONTRACTOR shall not be entitled to receive anv
further payment until the Work is finished If the unpaid
balance of the Contract Price exceeds all claims, costs,
losses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be.
paid to CONTRACTOR If.sueh claims, costs, losses and
damages exceed such unpaid balance. CONTRACTOR
shall pay the difference to OWNER. Such claims, costs.
losses and damages incurred by OWNER will be*reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not be required to
obtain the lowest price for the Work performed.
15.3. Where CON'rRACTOR's services have been so
terminated by OWNER, the termination will not alfect
any rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release
CON`rRAC'rOR from liability.
15A. Upon seven days written notice to
CONTRACTOR and ENGINEER, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNER elect to terminate the Agreement. In
such case, CONTRACTOR shall be paid (without
duplication of any items):
15.4.1. for completed and acceptable Work executed
in accordance with the. Contract Documents prior to
the effective date of termination, including fair and
reasonable sums for overhead and profit on such
Work;
15.4.2. for expenses sustained prior to the effective
date of termination in performing services and
furnishing labor, materials or equipment as required
by the Contract Documents in connection with
uncompleted Word:, plus ih¢ and reasonable sums for
overhead and profit on such expenses,
15.43. for all claims, costs, losses and damages
incurred in settlement of terminated contracts with
Subcontractors, Suppliers and others; and
15.4.4. for reasonable expenses directly attributable
to termination:
CONTRACTOR shall not be paid on account of loss of
anticipated profits or revenue or other economic loss
arising out of or resulting from such termination-
C'ONTINCTOR Alay. Stop Work or Terminate:
15.5. IC through no act or fault of CONTRACTOR the
Work is suspended for a period of more than ninety clays
by OWNER or under an order of court or other public
authority, or ENGINEER fails to act on any Application
for Payment within thirty days after it is submitted or
OWNER fails for thirty days to pity CON'I'RA(TOR any
sum finally determined to be due, then CONTRACTOR
may, upon seven days' written notice to OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER
payment on the same terms is provided in paragraph 15A,
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if LNGUEER has failed to
act on an Application for Payment within thirty days after it
is submitted, or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally determined to be due,
CONTRACTOR may upon seven days•' written notice to
OWNER and ENGINEER stop the Work until payment of
all such amounts due CONTRACTOR, including interest
thereon. The. provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles 11 and 12 for an increase in Contract Price
or Contract •rime% or otherwise for expenses or damage
directly attributable to CONTRACCOR's stopping Work as
permitted by this paragraph.
.ARTICLE 16—DISPUTE Rmsot,U•r1ON
if and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, shall be as set forth inF.xhibitGC-A, "Dispute
Resolution Agreement", to be attached hereto and made a
part hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphs 9.10, 9.11 and
9,12, OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of any dispute.
ARTICLE 17—INUSC ELLAI NEOUS
Giaiab ,Notice:
17.1. Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whom it is intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the
last.business address known to the giver of the notice.
17.2. Computation of Time:
17.2.1. When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the Iasi day of such
period If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction. such clay will
be omitted from the computation.
EXI)C GENERAL CONDITIONS 191" (1990 E(fitico)
wl CITY OF FORT COLLINS MODIFICATIONS (RLV -12000)
17.2:2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Notice ojClaim:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property because of any error,
omission or act of the other party or of any of the other
party's employees or agents or others for whose acts the
other party is legally Gable, claim will be made in writing
to the other pain within a reasonable time of'the first
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not .be construed as a substitute
for or a waiver of the provisions of any applicable statute
of hmitation5 or repose.Cuntulaiive RenterGes:
17.4. The duties and obligations imposed by these
General Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and F.NGiNEFR thereunder, are in addition
to; and are not to be construed in any way as.a limitation
of, any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to which
they apply:
Professional Fees and Court Costs Included•
17.5. Whenever reference is made to "claims, costs,
losses and damages', it.shall include in each case, but not
be limited to, all fees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
17.6. The laws of the S4tte of Colorado apply to this
tWeeinent Reference to two pertinent Colorado statutes
are as follows
17,6:1. Colorado Revised Statutes (CRS 547-101)
require that Colorado labor be employed to perform
the Work to the extent of not less than SO percent
(30%) of each type or class of labor in the several
classifications of skilled and common labor employed
on the pr iect Colorado labor means any person who
is a bona fide resident of the State of Colorado at the
time of employment, without discrimination as to race,
color, creed awe, religion or sex,
17.6.2. If a claim is filed OWNER is required by
law (CRS 3826-107) to withhold from. all payments tti
CONTRACTOR sufficient funds to insure the
rMyrrlent of all claims for labor, materials, team hire,
sustenance, provisions; provender, or other supplies
used or consumed by CONrRAC TOR or his
33
34 EJCDC GENERAL COND111ONS 1910.8 (1990 Edition)
a/ CITY OF FORT COLLI M NIODIFICA11ONS (.REV 4P000)