Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout108423 VOGEL CONCRETE INC - CONTRACT - BID - 7376 SKYWAY DRIVE TRANSFORT IMPROVEMENTS - GATEWAYI
City of
F6rt Cup%ifims
Purchasing
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
SKYWAY DRIVE TRANSFORT IMPROVEMENTS
GATEWAY CENTER DRIVE TO SOUTH COLLEGE AVENUE
BID NO. 7376
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
The flaggers(s) shall be provided with electronic communication devices when required. These
devices will not be measured and paid for separately, but shall be included in the Work.
The cost of batteries, electricity and / or fuel for all lighting or warning devices will not be
measured and paid for separately but will be considered subsidiary to the traffic control.
Sand bags and caution tape will not be measured and paid for separately, but shall be included
in the Work.
The City shall not be responsible for any losses or damage due to theft of vandalism. The City
of Fort Collins will not be responsible for any damage caused by the Contractor's construction
activities to the public. Private or public property which is damaged by the Contractor's
equipment or employees will be the sole responsibility of the Contractor.
Subsection 630.15 is hereby revised to include the following:
All traffic control costs including, but not limited to, furnishing equipment, equipment set up /
removal / modifications, TCS and flagging personnel, vehicles, phones, hand signs,
communication devices, sandbags and all related incidentals required for traffic control under
this Contract shall be considered a subsidiary obligation of the Contractor in connection with the
various items of the Work. No measurement or payment shall be made separately for traffic
control related items as specified in these specifications or as directed by the City.
SPECIAL CONDITIONS FOR WORK ON COLLEGE AVENUE (STATE HIGHWAY 287):
1. Cross street traffic shall be maintained at all times unless authorized by the City in
writing.
2. Construction or repair work will only be permitted on College Avenue between the hours
of 9:OOam to 3:OOpm (except in the case of an emergency) for a lane closure of the
southbound acceleration lane.
3. Two southbound travel lanes on College Avenue must be open at all times during the
duration of the project.
4. Flagging will be required on College Avenue for all material delivery in accordance with
City approved Traffic Control Plans.
5. The City will approve Traffic Control Plans for College Avenue.
6. The City will file for a Variance Permit through the Colorado Department of
Transportation (CDOT) for approval of the Contractor to work on College Avenue.
Pay Item Pay Unit
Construction Zone Traffic Control Lump Sum
Construction Zone Traffic Control JCS) Hours
Construction Zone Traffic Control (Flagging) Hours
Variable Message Boards Each/Day
30
Addendum 1
7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 7 of 9 '
schc - jule and other. schedules nrerared In the
CONTRACTOR. ' .rind' umuli -wish the
-F-NGL%rEFR cbn&unacceptability.
9.3.2:= ' Confcrchces - and:. Meeting - Auen
rneztirfg with the -'C0VTP-ACT0R' such as.
txonAructibri- confuen is s . m -r! uLll gs,
and oqwr - job -conferencesi and. prepare and
circulate .co-DIi.tsormintitesofin",fi.nes.
-9.3.2.11-- Sesde" w UNGINtER'S liaison
with CONTRACTOR- woi{:iri� princimUv
t}TougiH CONITRACTOWS aierinimdanr Lo
l
assistth&COINTRACTOR in undcrstafich
'the C6ntr=t Dounnents.
AsvAifiobtakfimfi-brn.Q
scidifibral �dcbiW- or .information: when
rewirod-- for prpjxr:cxccu1iun of the. Work-..
-SER 773 Advik 'the ENRTN and
CONTRACTOR of the commencement of
inw Work- p6�iurmng -a Shop: Drawing or
.-%affiplc'subm-tsi&h,irth,:suEmiksion�hai.-mt
p
,.Rev-,e%v ilr w -_rk*- Reiegaoir of befegive: �3 4�
Wmjq ImVecticns and Tests"
93.-i4.1 . - Xonaijet onsite obsemationq of
-te.Work- iii pbCnM fo,imisf lflc� ENOWEER
in detcrminitiq•'tliat inn. Work- ]stmocccdinein'
accordance iiith.lh6 Contract Docufficnts
').43. Ac6ifnaJa6v Visit iftfz jftS ectom
e.eprewntinq Dubbc*-,orf other a
rtcbrd%hC TUMILS
.Of'them insocclidris and rrport' to thc-
E2NlGrNEER-
9.3-23: Ira I ermLation . 6F Contract
,5ccu�mcnia-RetoR :too- ENODTEIZ when
'clarificatiaiw and? inlirpretafiom Of the. Contract
Dccurnmls• are "needed^ and- tM=IL Ito
CONTRACTOR-cimifictfil n-aril interpretation
of the 'Contract. Dmummm as issued. bvAht
MqGDraR
9:3.16: i\,fodificaficins. Consider and
evaluate CONURAGMRS sunzestiom for
EkDG(3ENUL-\L CONMONS 1911)4,099Y E66011
wl aTY-61, FORT COUINS-MOMPICATIONS ftA'4Q0'J0)
mod&aricn in Drawings or an
eDort_t;�ew rLc6nimminions to ENGINEER
Ace , tdy- tr=rnit -to; :CONTRACTORdecm issued bylhe2;GlNrM-Ft
93:2.7:Records
93-2 & I. FuatW ENgMMM--peno4jc
r,the of the
reports.'as retiredof,the
Work and of ' the 'CONTF-ACTOKS
Lmipjmhc—evSLl]:_th3_YSST 'schedu'iWild
schedule- of -shoo: Drawing. md- sample
Submittals
,9,3.2T2 Conslji wide EN91�\Tg '
adeance, or w'hedu ' - - tests•
inswcuormor start, of important phases of the
Work.
93.183. Draft prq�4:Chirfge Orders
and Work Dirg�tivt-. Changer otitamin
batkuy material from the, CONTF-ACTUR
:and mcommend -to. -ENGLN =- Charw-e
Work. Directive Tfmmes 'and; field
orders;
to
of
any accident.
9.3.2.9- Nvmcnt Rmiaas. Rpview tippucatiom
CONTRACTOR� for. oompliance
t}1
I bd- jj�edure for their
Submission and,forward with reconihienclation to
I
I
I
I
11
I
I
I
L
I
I
I
I
I
11
11
LNGLNELR,-ffOtitl-L.i)artiCiilailV the T61660nihirl of
.the pawnentjzqutnted'tu the kbeduhl of values
work completed
�-o �materials vnJ..eqt6pmcnl
delvemdthc�tnt-tnOrporaiod •vi the CerliGcate offSubstafitibFCon-tviction, subm-w
to -CONTRACTOR a List of obseh,edaterfis
reatiirine c;mection or compktion,
the
comiiaris :of and
CONTRACTOR iffid
pinmam a final list of
items to be carected'or coinplet
*932103. *Obsdrve diat,all'Ims m the
final Est hamcn cojTcdcd-or*complctcd and
make recommendations to ENOWEER
.6oncernin.- ncccptarpde:
4:3:3: Lm6it*2ii6ri of Authckirv''The Renresentadve shall
ia 9.33 1.. Authorj7e, an - t;ons 6brnthe
Contract Dowments. CC &;I,,qnv substitute
ma ria' _m1pruent.,11rilm, aiiffiprig� *bv the:
93j3.-_- Rceed- itmitn-ticifis of'AN&INEEK'S:
Authoritwas set forth in the Contract Dcictimews. ,
93_33: •Undcrtakc any -of .the rcs m.nsibilitics
.of the.CONTRACTOR "Subcontractors.or.
.1.
CIOR'S V de. I
9.3 . 13: . 4. Advise"on, 'or issue directions.mlkffe
to Or assurfic Controlover any asoect-of the,
T
m6m, methods, ',wchniqum sequences. or
o edures for cog��Cqfttib- -m N c h gs.
ggScjfica Hy called for. in the C ontribu Docurngits..
9.3.3.5. Advise an ' or ksuc- directions
rgg.-ar-dim - m az=e control over sa c ,
prLcauuons dnd proya stin gartriectibm kvilh the -
Work.
Accept shop Dmwmu _E_ m.�Ie
.wbmittals, firoftl qnvorie' 'other.,. than the
CONTRACTOR,
93:17.__,-Autho OWNqR :to oc5cupv_. the'
,work in %�;Kole o r7r. —,,Ml:
93:3.8, - Arti6batii, in 5moiciWizcd field or
labointory tests of inspettiom conducted by others
VLqLepL- as specifically buL6AKed by
Owriftiaipvs ajid Wuvpreiatiwiv,
9;A. ENGINEER will issue A-fth rmsoaabI6 promptness.
.such. written clanficapons. or'jnterprelations of The
U 990 Edtiai)
W CITY OFrOR r coLur,;s.xtoDmcATiaNs (UN142000)
,the Contma Document$ elft the f0m.of
h:tHel intent of sad
Documerts. Such
�iifl Lx binding -on
If 0t%r,,qEk of
,nOLML 'U'r. C`.XtC_M thereof'if ial - OWNFR,ar
ACT.Ok.m-h.v' mtike 'a wiiumi C%inithercf(5r is
Reje
9.7. :in c]o6riection , Ml� E� M NGNE s`aqfhciriN as 16
*p .�ndsamplds,pmgmpl% 6g14 throu
:6M zw h
9-8- DQMR au- thority as to
11 a12:
9_9. In ENG Nmls ilualorily, is to
_
L
'A-
pplica kii I'M ons'.. or Piymmv. see Arlic� q:
Delmariniu[ofqj oiii I3icek
and classiG.cations of Unit -Price Work _j3i:rfiinaed by
CONTRACTOR. ENGINEER will! re+ieW 'iviLh
CONURACTOR the ENGINEERS 'pielirninm
deitrMinukior'm or, s*�h-m4ttirs t�efqrc- rend4ring 2 wniten,
decLsioh th6reon,(b3,'riconlrn6dnfion 6f,ab.:Appljcnti6ri
11
for Paymentor-otlien ise).. 1T,\ORNEER's %vrittcn decision
decision., unless othcr,vfse agreed in ni-ituip, by'UN •t'ER'
therein. will' IxFiinai. and binding u jkin, ;OR^IER: imd
rind C().N7RACTOR. .
COIN TR.4CTOR:tudess within Icn da}s•aftc the date of
ew-ion either • Ott,2y77t or CONTRACTOR
m,}' stc}i dew-ion..
9:1 �' When functioning as inter and tutLc,iinikr
delivers to the infier and, to ENGINEER tr inert notice of
patag ap s9.10 and 9.11_ II�GINrEER will not sl ace
mteration t0 appe_"a1 from x'NG);\1iER s decision and' (i)an
partinhn, tu;Cj\kTrFR or CONTRaCrQR and ujll not :be.
appeal _fiom'ENGTN M; s decision is taken ivithin the lime
liable in: connection ivith:iin} interpretation or, decision
Louts and Inaccordancewitliihe procedures set forth in
rendered in good faithin�such capacity.: -She rendering of
LJiibit CC?,, °Dispute Resolution Aptieement , eniered
a decision ;by EidGTNEE•R-pursuant ,lo paragraphs 9,10 or
into between 01t,'NER and CONTRACTOR purmani'to
9.11 wtih.resFcctloan), such- claim; dispute or other
Articlelbor'(uiifnosuch-DtsputeResolutionAgreement
matter(e�eeptanv,Which'havebeenjvaivedbtth2-aial:iiig
has en entered into., a formal piOCCLdIrIg.1S inn iituted,In':
or acceptance. of final . pOymenl 'ds provided- In
tlieappealirtep•'irtyinaforunfofcompetenr.junsdktionilo-
paragrnphl4:'15) wtil be a-cmto am•
ctefcise such rights or rrmedies.as ilic appcalma party may.
ertzrise,by OWNER or COT�ITRACTOR' of such righiS.or
hale. ivirh. respect to FNGWF}•R's.'deciston; -unless.
remedies:aseitherbiayothemisehave underthe.Contract
otherwise agced in writing by -OWNER and
Docuruciits'or by (mvs or Regiilations in respect of am•
C(JNIRi\CIOR ;Such: appea!`;wdl not be`subjcvt to the-
sushi!aim, clispule or blher'md4cj4tuaiUFa Iii s,r_4iele-l�,
procedlucs ofparagmph'9 11.
'
-
9.13 Luitirations-,Oa EEVOI-YEER's AmMoficv land'
Deciint»sonDisputer. -
Revpnnsblllriec . � - .. .. ...
4,11. bNIG(NEER'will be 11 nitial.'inierptit&nf the:
913:t. Neither ENGMEFWs, authority orre'tumments
of the Cot :tact Dacumerits arid. judge of the
responsibility. tinder this Article R or under'airy other
accePu Wit 'of the �Vod:' ereu !der Cla qis d sputes-a ld
proyision:gf the'Contiact Docun erits nor,anydecistort
other martcr4 tcianti3 to, ihq 2aeptahil ityaSf :the Work or
madrbyENGINfiER in goad faith etther,ta;c�cmfw
the iriwrplctauoh the' >u l iirrmenis of''.the Contract'
or not ixcrcisc such authority or re.spomib'tljty or the
_of
Documents pertaining to the performanec arirl Famishing of
undermiking, eNermseor performance of any authoritj•
A �l%drk and claims- undcr fvueles l l aric1�12'In ..a of
or rtr.spornibilit} by U.NGINEER�-.hall crcate, annpose
ch riges n the C6htiact Price or Coniravt Times will tie
or give_mse io any ,duh, owed bj% LNGINE•ER to
referred'initiallly'to ETNTGMIUM,_ur writing with a request
CONTRgACTOR,- arty-Sufxontaelor. any, Supplier,
for a.formal :decision*vie acccriiahce Virh, tiro, tirvgm
p pti
� organization. .- .
any other person v organiaiiion, or.lo arty surety for
Written notice of each such claim dispute or; other. matter
or etnployce or agent of any of the i. -
will be delivered' by the claim int to INd SEER and the
other Izirfv tq tFlc, :\greanrrtt'giompUy (hut ai no cvenf.
4 U'". ENU iNEER ;ivrll 'not :supervisr,. direct,
later. dvm thirtydays).after thcdait orahe occurrence,or
control:or'havc authority over or_,6t responsible for
eventailmgtse;threto t.:ivruten,uppi%ng;data.wl11
CONTRACTOR's_tieans tethods, techniques,
tix .submitted W ENCrINTF3t and the othee p?tty'}dithin
or the safety
stay lays aRerthe'start of such ocairrence.,or,event unless
precautiomind progmnis incident Thereto, or for any
alGI NTEER allows an additiwial period of time fire the .
failitre of COT�M_ k( OR to comply wvh Laws;arid
m Submission of add tioruil or ore aauratc dart rn support
Regulations applicable to the fumikhma or
of such Taint dispute or other.In.atier The otiposmg party
per%mtanee of the INfork ENGINEER will riot be
shall`submn any respbrise to O7 GTNMMR:and ilie claimant
responsible (w COh1I'R:ACiOR'i'Cailiue-to.perfcirm
within tturiy„ days _aher, receipt .of the' -clalnidas last
or fiirivsh.the Wml_ in acctxdaricY. }vitli�the..Contract
submittal' (ui j s' ItiGL\7•ER allows. additional time);
Documents
SgGLYEER tvtll render n formil.deemonin writing within
Ihirts days aftaYeceipt oCthe'oppcsirti, party"s"submittal_ if
'9 133; 'EN<,INEEP� will not'be'respgrsiblt for the
an}.igaecordince :with this:.para2raph -'ENGINETiR's
acts Or or iwiorzs of CONTRACTOR of of any.
ivriuendecision orysUchcisim, ispute cinoiher matter will'
$ubcohlrBctor, arty Supplier;.iti ofany. gther. person -or
e. i . i ..
lie • final � and baiiline ii �
pon.Oi�i\iERand f't�Tl•L.4CTOft
.: ... - ..
.. -
orsancz5tion pertamuig• or fumuhing any of the
.
unless: (i) an appeal fom ENGUNIM-R9 dicisioh is taken
'limits
Work'
within the time and: in accordance with the
rnotiedirres 'set' faith,Lin :_ \HI131T .GGA. "Dispute:
9.13.4. ENIGINIMRsreviewofncv:Grrel.Application
CONT ACTOR: pursuant to_Article .ib, or (ii).if no such
Dispute Aisblufl'on 4greery4ril:;}iss- bee'n entered mlo; a
w itten �.n_otice�of` ritennon to%ippeal,from LhG1NELR's
I ritten decision is delivered by. OIVPIER or
CONTStACTOR'to'the other and io"E.NGINMER will in
th»ty,dajs aftcr.tho date of`:such deeison..and a (bunal
proceeding is instituted bs the"appealin! partwin a forum of
competcrit IurikUction to exercise such rights or remedies:
ai thcapMlrng lstrty may havevrith respect, To such claim;
d spute.o .othermatter in accordance with applicable Laws
and'•Regulanotis tviihTI -giro, days. of jl e irate of such
',r ,UC'DCCENMALCONIHT-0 I0ii 191q(t99UEdi(;m)
w/ QTy oi.-FORT qow hS Afo0ui6 noNs mEv A 2qw)`
delivered _by paragraph 14 13 ,troll Only be to
deterriine gemrally.that the r cont`ent.complies with
lire regUircnients of and m,die case of certificates of
inspections, tests and approvals that the resifts
certified indicate cornplianm ,with, the •Contract
Docurtients. -
9:13.5, The limitatim. Minn. .authority and
:Rarepspbb1ti°vGeiaNnEdEaRss'sisiCanotnis_u. ,9:13 sha1afsd
plyylnnResident .Project
epr
-
.iRTICLE 10-CF N..GESJN:TFiETV0RK
10.1. '•Withput, iirvalidsUr= the Acavcment .and without
aouce.fo anv surety. OLt"NE[t-may al;any ttm�or Isom'
.ime.W time, ;Dieter. addnioris, ;cleletioru tir:revisions in the
Work.. Sucli"additions, deleuom or rcvisinris` will be
wthori_ edbya,1Vrittrn Amendment a Change:Order,, or a:
Nail:' Charge• Dire cava Clpon receipt -of any: or
Iocument, CONTRACTOR shall pro- 1ji'dy fmcced with
ticl4oik 'involved: which will --be per ormed under the
m6licahle c6ndi6orrs of.the'Contract'Doc`uritrnts (e ccot as
10.1 'If MINER and' CONTRACTOR are unable to'
agree as. to the vier, irimy ,of an adjustment:.in the
Coiarict Price or a n'2djustment.6fthe Contract Timesalnv
should'& allowedly resulf ofa \Vorl Chance 1*ective;
a claim may }..',made th,c provided. it Article I or
Arttcic.j2 -
1o3. .CONtizAcTOR-shall not end dedto an increase
in•thc Cohrnci Price or an.e nsiivt of Ili 'Contract Times
w Ith respcd to any Nord puformed that is not reqquired by
the Contract lloquments M. ¢mended, :modified and
supplancntedisprovided In:paragnph,s3$ tmd,3,6; c ecptt
iit the=case of a , =agency as provided in paragraph 6.23'
or, in :the rase of vncover Wprk as: provided in,
paragraph 1: 19;
10A. OIVNER' a-nd' CONTRACTOR shall: cxecute'
appropriate Change.Ord&r .r=ommended by EiNGQtTEER
(dr itizn Arnerrctments),c0yer ng:
10-4 1 changes In the Wort, which are (i) ordered
by OWNER:'p irsuant`to paraemph, I o.1', co required.
'becattse of 'acceptzince.-of' dzjccli •e Wak tinder
pa[a;apIt'] 3.13_ nr'eogrcting wdefectnK: Work undo
para¢r pFi JS',14: or( ) agrczd 1ry the parties
parties
.' 'dia iges in ilii Contr;6c i'rice or Contract
Times, which are agreed to by the parties,,and
I(DA31ilvartges to the Contract Price or Contract
Times which' ernbotly the'substance or wiiuen
decis on rendered by ENGINTEER pursttortt to
paragraph 9:l'I'; -
providedthat, in'lieu-of,e.:ecuiingany-such Char>je,Oriler,
an appeal may be ,talon tiom any "such'-deciskn .in
accurdarice viffijhu provisions of the Conlract;bucumim s.
aril appliesble''Laves."and Reeulaiiori ,_but during any such
.appeal. CONTR'r"CrOR'.sEll carry. on Ihd Work -and
edhati to 'the ;progress schedule as provided in
pzragraphfi>9
'10;5._ _Ifnotice.o['ariy chanue'afrectirrg,the.generaI scopes
of thcWork or 1}ie prod isiors. of the CopvagI Documents.
(;tCUC CE'tit]GV;,CONU1710.'.'S: t 41 Sys 0 TJV ESLioil,
w! CI7Y OF PORT COLLII•:; _\1061FICA M-N'S tRLV .Ir1 na01
(nc]udne. bin not l itad to, Contracs')fice or Contract
Times) is reguire,'I y Jhe grovLsigns:of:anyBond to be.
given to 2'surety. the givin;;'of any such"notice will be
CONTRACTORS rospoiv5tbdll} and: the amount o_ F each,
8ppticable $ond will be.adi,LLaed accordincly.
Affric'u 11—timc;EOF COIVTRe ct PRICE
11:1, The Contract -Price-constitutm •.tlic- total
-
orimpcnsation (subject to audiorizedadjust nchts) payable:
to C0IFTRr1CT0R f6r4krfonYiing,the V6& All clones,
responsibibticsand obltgauons assigned to:or undertaken
by CON R:4C1'OR hall lie 000NTRACTOR's''expense
«ithout'changeift thcContractPriec.
T he Copts act ';F rice may orily he ,chtngcd by. a
Order tvr.by a, Written Amendment' Any claim
ly'(but in race
startof 'the
rid slating the
or
additional or more iccurotedata m support,of the claim)
avid shall'aci•ampnnrzd'Liy cFntmant's wnttet statement
that the adjustment claimed coven al ,binvvn amoarits-to
Which the claimant is :entitled as .a .result of said
occtamee oreJent_-All'elaans for adjustment. in the
Contract Puce: shall be ;dctmriIv' d' bv. II4GL 76ER in
accordance With para&ph 911 1f ' OW1v'ER and
CONTRACTOR canrtut otlienvisc agree,1an the amount
involved No"claunfw.anstlyustrneat :in'tlie Contract
Prim will be yalid if hot subrnrued in accordance with this
..
113: The valuz of any'Wur} coVcred by a;Ch ge
Yrder or-ofany.daim fcx:an adjustmehi ,in the. Contract
Price -will .be:determined 'as follmm: I .
11 r1. Where- the Work inmIved'is covered by unit
•paces- contained In the C'cntract - Docuraac=, by
apphcationo[such unitpnces to'thc.quantities of the
items in8olved "(subject " to +the provisionsof
33
Paragmplis 111;9.1 ."(trough 1 L93. inq!um�)�
11.312. ' where the W.6rk- involved; is not. covered, by
Lmit prices contained "in the'ConiNct Documents; by a
mutually 2greed-paym-CMA in� lump sum
(vvhi�ch 'include - am-alj=nrice f erhend and
profit not nme=rilv -in accoidance with
panigsapdi 11 :6.2);
11 :13. where the Work involved is not covered by unit
p' - 'ri�es containedied 1n: the Ccinu-na Ijocmerr.s. and �Hgreement � to a lump.sum is not reached , under
rag
jigraph'l-1.'3 I on the basis of the Cost of Work.
3 derm- tried as 7prov ii de-d in,para' gra phs, I'l. 4 , a nd I I I
plus al COWPACTOR's fee for 'm*,erheP,d and pro.fit
1 Id -
(dict-ermirl6A -as Proyldd-. - in Pawasraph 11 .6),
, cq.t blylle IV&)L-
.1 1A - 7rh, u:rm cost of the. Work mitaiis.thc sum of. -all
costs. rize=iarily incUrrid and paid by'CONTRACTOR in
the Propx perfornnancevorthe Work. Except as ciffier", . vw,
may be agreed to in writing by OWNER, -such costs shall
be-in"alrnoumts no. h>ggher,thsn those prevading in the
Ic lity o(ih.6 inCI*udC 'only Ahe fclkiwirig
items and shiiII not ihchide any of the costs cc ' iterin d in
n
paragraplil 15
1114,1-Pa37oll c6sLs for emplcy&s in the dlrecf
crnplop-_of WNTRAMM -iri thaT16miance of -the
Wort under 'schklulevof job. classifications nzreed
upon by OWNER am,.0O3)rTkk&0�, ,Such.
employees.shall include"without timititti6n
superintendents;, foremcri and other. persomicr
M emp]., C,� H.1ne-_.HL I& Site. Pn,yioll. Costs, for
The. f - rfrm
Fs 4�:.pe_
furnished
Much ' to make.paymenlz� in which case the cash
discounts shall accrue to OWNER M trade
ldis:,(xqit§; r.e6a!es,`and.re1'Unds; andreluirts from-sakof
surplus materials and equipmeni. shafl accrUe to
OWNER, `and CONTkktOR shallmule poylistoils
.so that Lh6-rnay be'cbtiin&L
1:1.4.3. Nymefts made by CONT'R.AcToR to the
Subccntrbctoas for V-6rk-pal5oirmed OF furnished by
SiibcPhriaci&i If required, by 0\MItIp"
4
W/ MY 61; FORT, LOUT M MODIFICATIONS RIEV41211 000)'
CO-IINTRACTOR shill obtain, competitive "bids from
SubLor-m-actors. accipiiible - In 7 'UMNER and
CONTRACTOR- and, shaH' deliver sjeh bids, to
OWNER who will then dtitermii;e'with'the advice of
ENGLNEER.'which,bids. if anN. Nvdil be accepted. If
any_subcontract provides that the-Subconaractor LL to
the Subcoraract&s.Cosvbf the Work and fez shall be
determined in the.same manner as C01\7MkOTOR's
Cost, of. the 4 ' 0& and fee. - as py, c r rvided in
Zrars -h4�' 11 '11'�5, IFfi Al-7: All
b pic�Ube pubjc�t-tq the other #.o isibns of
thedcn,nctl) farm' a pIiciihle•
_9cume.nis,inso a. A
11,44(Costs 'of spe.621 cMsttltams'(including bir.
�not lirni(*ed to ;-'c`nS_riccrs, architect;, hi
itocu;, testing
Iiib&atcries, sun-eyois. attorneys .arid accountants)
.ecriplo-yod fdr services srxcificafly relit,cd to ttht
W6rL
1 L475_ SupIJj;McfntiI:custs including 0 ie.lollorvvirig:
11,4.5-1:. The. propo r6ob o . f noccssan,
transportation,. rme1'9.rid
(-,0NTkACT , (A� -c ' mpl6y6cs incurred in
discharge 6rduties'Corn Gel--.6 -,
WE_ it� L rK
11.4-5;2: Cost-. incfuding, mion and
m I a i A It na r ice, of ., �all, in transport n t&IbK., supplies.equipmem niachincry, appliances, -dffiPe and
tempordry, fiiciH66 at; the site and 7hzfid tools not
otv to by the Nv&kcig Which arc - onstim-ed in the
performance of the Work, and.eceAdss. market
yaIue:ofs6ch;itcms used but riot bonsimcd Which
remain the Proly-Mi , '.ofC6NTRA7&QR].
t IASA donStniicr; LU or §im ilar taxes
related to:' the �%Vak, :and, o 1�`ch
coNTR-AcToR. is uasici sed b Laws and
, impb- y
11.4.53' DcpeisWs lo5t* fibi causes other than
neghgance - of CON-TRACTOk' am,
SLmractcr'.or anyone directly cirlindirwly
employed ,by'an-y-of them or WWhok.ucts any
of them, may bLliable; and royalty Pay= , er" and
fees lob p6imils; and
11.43.6. Losses and damages (i6d related
expenscs)'musod- by damau to the not
,compensated by. nistuance,or ckhcrwiwsustained
ly COI WRA -TOR 'ir, ocnfinecticn vvi(b the
[1
performance and furnishing of thi Work (except
losses and�dumeees within the. deductible-itmounu•
of pro riy ur insance cstablishnl by OWNERin
ai•eoe .with . perapaph 6 n), provided they
have .resulted drum causesother than the
necligetice ' of CON f R "c'1'OR any
-Subcontractor, or' anyone directiv or "indirecliv
if them or for whose acts any of
ale: -Such doses shall :include
u5th'the Writtrn consent and
ER_ No such losses. damages;
6e dnciuded in the Cost of the
- purpose of determining.
fee. 1& however, any such loss
quires ,reconstruction and
is Placed 'In, charge thcr o('
hal1be,peidJai services a fee
.t stated in paragraph 1 1, .2.
11.4 5:7. The cost ofruiilitics, fuel and,sanitmy
&C'Ities ae the site.
I iA M. ,Minor, expenses such -astelegrams;.
lgng dsance•telephone nlLc :telephone service at
the sue, e. l rcesanc and.similnr petty .cash items in
conr�cton ivith the 1Vork,.
71.A3,9. Cast ofpremiums for additiaml Bonds
•and-irlsuiaiice'iequired because ,changes in the
Work;
I15! The ttrin Cost of the \ir'nrkshalinot;iniludcany,gf
the following:
115;2; Experises.of C—U TRACTORsprincipal and
branch offices.othtii 6tan-_C10NTRdCTOR's ol'Gce_at
the site,
Any pat of CONTRACTORS capiwl'
expenses. me uding interest on CONTRACTORS
capilpl emplcyal' for tie Wort, and ctiarer against
CONCRACTOR.for.delim uent'payments.
Cosh of premiums for ell Bonds .and for all,
irlsiur ice uhefheror not CONTRACTORis required
by ihy Contract Documents to, purchase and maintain
the:sainu_ (eccccpp[for the cost of prcntiunis.:covcred �::
"subpersgaph
. I'1 Z 9 above).
t
�itvc ceaex,iL.covutn ors t � Iva U ran ei6ttgil
' a9Q'rY OFFORT COLLIM:NODll9CAT70N51HL1'11; ptKi)
11:,5;$, Costs due to the- negligence of
CONTRACTOR_ any Subcontractor, or anyone
directly.or iitduecdy.emplavcd by an' of.ihcm,onfor
whose acts any of them'may be liable including but
not limited to, the correctionof ilejktirWo&
dtsposal.of materials or .eo ppnient. uTonkly supplied
and mak. i gdodany damage to property. .
l l S 6 :Other overhead or general, expense costs of
any l ri d and the costs of any deai not specificatiy and
eeprzsSly:irielY. . in paWIEIP i t'1:4:
1.1i6. The-- WNTRACTOR's: fee. :hllbwed to
COlv`IRACTOR foi ovahead and profit,"shall be
deter minedas,follows;
11.6: 15 a mutually acucp-Eble: fixcCltee::or.
Al. 6.3:'if t..fixed-Ice is novagre [ upon, then a fee:
based on the following percentages of the. various
Portions of the Cost of the Nark:
I LC 2r1: _ for costs: :incurred under
paragraplxll_41 , .end 11.4,2; the
CONTkP CTOR,'s fee shall;l c fifteen Percent;-
. 11.6.2-2. for costs incurredtinder
paragraph 11.4.3, the CO1yTRACTOR's fee shall
be five..percent
11.6-23: where one- or more tiers of
sub6oritiacts arc'on'the hasi3'of Cost of,thc 1Vork
Plus a fee and no fixed:fee: is agreedupoq the
intent. of:paragiphs..11.4,I, I1;4 2, 1;i,4,3 .and
11,6,2 is: thai the :Subccii ritncr who. actually
each
11.6:3k flt5r fee shall be pavabk orr.the iiasis
ofcosts itemize iarder,paragraphs 11.4:9; 11A:5
And 1 f.Sj `
11625; the amount or-redit.to be•ato%yed
by."COMT�4CT.OR'to OWNER for:any,chanee
wh ch results m a'net decrease'in cost will be l e
amount'oFthe-actuil net decrease in cost plus a
deduction in CONITRACTOR's fea by �m amount
equal to five percent of such net decrease: and
11.6.16. when .both=addiiioni.and.eredits. are.
involved fit env one orange, the adjusmtent in
CONTRACTORS fee shall be computed.on the
basis of the net change ri accordance'. with
paragraphs I1.o.2.Pt}irouSh 11.6.2.- inclusive.
11,7, Whenever the: cost of anytVorl.• is to be
b-
1
determined . pursuant to. .paragraph; lCJ and 11:5.
C.QNTZ.kCTOR will estabbsh and maintain records
thereof in a.-cordanee with 6crcerally accepted:accounting
-
practide� and submit. in fonn acccplsbla.to_ iTGVNIM an
tCeml'tedcosthreakdenvn•togcther.u•ghsupportingdata;
Cash f%linvunces:
I I.S. It a. -understood thatCW, h TRACTOR as included
in'the 'Cbptracl, Price:.all. snowanes..so-.named in : the -
Contract Docidneritsand shall cause the Wdrk so'etwered
to,Lc fli coshed'and perCormed.for such sums as may tie
�s_cceoLi6lero.ObV1,1ERaMtNGIIN'FER: CONTRAC'.COR
agrecsthiu.
I1,8:1, the allowances include the cost, :to
CON7IL4CT(JR (1essenv, appbcable track discounts)
iof matenak'and, egwpment requtrcd by the allowances,
to'be dehJered at the sttIc d all gpplicable taxes: acid
1 U-2.CONTRACTOR's.,costs; 'for unloading area
fiaridhne pn.the';Sit4 laliar-instnllatioi,costg overhead;,
Profit. and other e.--pcnses :contemplated .for the
alloiynnees:'ln ye been included in' the C:ontract'Pripe.
.and not in 'the• allnwances:,and no demand. for
add apnea payment on necgurit ofany of the foregoing:
u�166cvand.
Prior toLnal payment,.an-a•+propriate'Chnnge Order will h:
istu'rd:3s.riconimerded byF24GIi`1FFP..to-reflect..actual
amounts: dde:COly-I'RACTOR on accoiint oC-Work. covered
het illow-mcm. ,and tare .Can no. pice' shall .tic
oorrespondinglyad-'seed:
1 r9: llgii PrieiTvark ,
] Iy l WFierctFlii ConGact•Ihxniinertts,pFcv idc titatal4
`or.pxt of tltd Work s to be unit Price Wort., initially
the Contract,PrSce ,Wall b deemed. to inclludc fiir :all:
UnitPrlcc-•tcork an amunt oequal'. to the sum" of the;
zstabllsfied initprices, or. jn6.sep@ia.tely idattiled;
66 of rtcros:of Unit Price \Vork .m6,
end are, soleiv for. rare putpu z of
aidsand etermmingan inilrnl Contract
tbatioras of .the actual`•quanuues.and
`
of -Lime ,Price' Mirk' performed by
R will' lie mode by ENGINt-R in
I L9;Z Each,unil-price will lie derma] to include an
.am _oum'.consiiered by CONTRACTOR to be tidcquale
Ito cover`CUN'fRACTOR's. ovcfirad;and_ Profit for
each szparatelyidiii izditem.
119.3 O11'Ick or COIi'TIL4CTOR may make a
claim fur an.adjustment. mn 6,e',Contract. Pricr.in
aCt:prdallCe watt ArttCle 1''1 Il:,
1 Ly 3:1, the quantity,61 any` item. of Unit Price
Wcr4 performed t> ,CO.PRACf0R ,dif&s
rnatenally :and significantly Croat. the estimated•
quanrit, ofsuch item indicated. in ihe-Agreement,
E ici;ENLKALCONL11TI01� 19wril ft990 Ec691)
�6 W1CITYOFFORT(X]t1.t [wS �fOD1F7CA710:V51P,L\'4J201Nn
and
A1A3:2 there is no.correspondin_ adjustment
tvilh.rrspeci 16'any other iiem of 1Vork; and
t I9:3:3: if 'ONTRACrOR believes tfist
CONE WT.OR. is entided, to an increase in
.Ciirltmct-_
Price. as a resuitt; o1. having> iitcitued
,uddiiional ekptrise of. OWNER' believes ilcat
OtV. tER'is.e titled to a dec ease m Co tract Price
anil the patties: are unable, to ,ligree as to. the
.amount of iinv:suchincceasetir'.deaease.
lI 9:3 A: 1CONTRACIOR aclstowicdam, that
.the UR•NF.R`ha's thie'ri°ht:to addordelete items.in
"LP"LP
}ic Bid•or,char¢e,quarititics,at,OlaiRrrER'S-sole
tiun vvithbut, dictum: the Contract, Price Of
.amp: remawnc ,itcm sn aorie. as: the deletion or
.addition does not xceed nvertv-five percent of
the ork inal total Contract Price.
ARTICLE 12-CHANGE OF COtNT%XCTTL\lE5
12.1. The jcontraccrimcs (or M,ilmii!ln a) mayy only be
.changed by, it Change. Order: or a Wridiri Amendment.
A& claim, for an ad USLment of-t}ie•Conindet Times (of
Milestones) shall Ex sed,tinwritten;nonce'delivered by
.the. party unaking the,glaini to ffie other parry find, to
FNGINTFER:promptl}% (but in no went later than thirty
days) after theoccctrrencc of the cvcn •giving rise. to the
claim. and stating. the general iiaturcoftltc.claim: Notice
of -the c\tent_ofl te claim with ,supf ort r g_ data shall be
dellverecl %'ithin 'days :Aer sued occurrence (uriless
FNGRE6R allows additional bran; to asrdrtam more
acetuatIc data in 5upport.6f the.-cldiin), _and shall be
accumpanl6dby the claimants:vvritteri statement that the
5cljustmcnt claimed s the entire adlustin6t tozvhicli the
clalmant,hns i-eason to believe it ts-rntitled--os:a`rMll'of
the,traoccur-enceOfszid_s-;iM All,clsiins:foradjustmentin
lle2 Conct;Timers (or.\1Glestones) shill'be determined by
F%rG1NEER ;in . aceb[da'nce with (par4aph:9.1F if
ON\N nand CONTRACTOR eannoi ohrnrse serer;
'No' cL1tm` for "..an adjustment to the ;Coiureci Tirn (oc
Atitlestone) Zvill__bz, v Illddf;not_subiriin6d to accordance
1:.2. --NI time limits sated in the,.Coraract Document
the'oCtliee�5ericznCtiteAgemgrit: " .
123.. Where CONTRACTOR is prevented from
ddmplcting:-any part of: Work .wider ;the'Contrac6
Tunes (fir CONTRACTOR;
duelo dela}''beyorxl.the.comiol� Of
CONTRACTOR; Lie Contract Times (oi M lestones) will
tin aided yin an alnoUnl-egUa1 to time lost to nicFi
delay 'if
L a claim is Ways
therefor as provided in
.PuagTaPP1112, l', �C ays bcycmd the' con"[ of
CONTRACTOR hall' ncltide i ut nor' l r l rni[al tci acts
or neJecl by 06L'lV-ER, aclsor tteglgct• oC ilgliiy rnvners. oc
other contractors per(biming other work,as contemplated'
by Article 7_ fires floods.. epidemics; abwrmal' weather
conditions or acre. of Uiid, Delays anributable to' arid.
Nvi"i the control of a Subcontractor.& Su fie still! lie:
-pp r,
deemed 16f,-deIH'vswith*in the confrol,ofCONTRACTOR-
2 A. Uliere C61,7RACTO . IZ 'is preverited from
compl Cling-gartyparl of thi%Vorkxvitfrin thrContractTimes
(or' Milestones) due to Miuy bcy&M tK6 cooljrol'of both
04wm -orid CO, 01 TRA&, an extension of , the
Con!racl'Times (or Wist6rizs) in mi amotint'equal.to:the
b6 H , nbl , Teri ary
or orTesi.raing irom (i),uejays cALLwd
6mrol; -o-f :the *,tOW LACTM or
not luartedAu. Irres; flotxls,,�"epidcmim rm abribiil
coatriorvis�:nctsof G-od-'or,a'ctx-ar,ncg-l&t hy-Litilit
crcontr h Orct uctiors perfora - ifig other Wdik as-cont
r
ARTICLE' 1.3 "T . FSI-.S - A I N6 AN§PE&I*ONS:.
COKM�Q� , AENIOVAL 01R ACCEPTANCE OF
al.
.1 3romp�t notice-orail ikfecffe Vori.of, which 0 WINER or
MVtFNFEFR hate .36 rLeil led i I - fl 'b ' '.toCo gc. �yi �e�• given.
. INTRACIOR-1 All depaAw Work. may tv rejected;',
corrccitid or acceptedi as provided in thisAftIcfc 13
Access10:1V(yk:,
132. QA-T;LRDqGINIM�'DJGLN =,;s,Cormltarils':.
the 0Tk- at
pei:ti1 and
proper itM
se� dicat of
pregranis so.
Teslyandiflypections:
133: CONTRACTOR shall rive TuNCINM-R tiniely
� Amice,of ieadihof the Work (or all required m"pecti�s I
.
last!; or appiovrils. and sliall cDOpe_Mle%%ith:irspqcfion and
testinppersonnetiofacilitaterequired urs
13A. .01VNIER shrill employ and pay for' thc.servibm, or
an milependent itesti-g'labor2tor' -,16!
rm .all
D= to�� provaK _required thelpt tract
3-4.1- for inspec - tio - rt� tests or a0provaLs covered'
paraurup by' I �:5,bb h �;w;
13.4:2. shut costs _irit;Wed in cormecucin %v ith tests
inspections 'conducted riirrsuam to -, mmnplb 13,9
EICDC GM:HAL.CONorn OM 19 1 u 4F ( I wo Edtion)
,V/ crTy Or FORT COLLINSMODIF] CATIONS (kEV.1/2000)
,below :shall ;be paid as. provided in said
..pardgmph 13 9toid
114.3. 28� -orlier-Wise specificO Y provided in the
Contract Documents.
any %Vork (or the work of others)'that is to be
inspected ;_ rested I or appro"od is grvicred: by.
ONTF6\CT,op WjLhoUL 'Written edw4ffence, of
F:0fNE6E'iL- must;if;rcqueiica b3i . ENCUNHER. be
,uncovered ror, observation.
117,' Uncovering.WorL as *vided in'pamgraph 13 �6
aitiff be at CONTRACTOR' s, ccpenm driers
cowRACTOP: has ffnely notice or
CONM&C`rws retention io, cover the same and
EN_GMT..'g W
po,n res iw,,osuc n t h- orice.'
as, It oily AVO& is cuvcred 6rmtrray,to the written
roqucSit6k ENGINEER' 'it Umuss,. it I ' . requc%ed by
ENVMR�'be ifitcovded for ENGNBER's observAtI-O'n
and replia:68 at_CUWIZAcT_OR'; VITenw-
'or
.or
at
� in
and
uncovering.
*cxl�. , ob�� anf!Cstm
and 6fsatisLCtoy
-
rep)ocitirlent. or rec'onstrucuorZ
(irdudirtg ' but ;wt, limited, to all costs of repair or
.
rcpkicemerriW-work of
.�arlid: OW TER &$,;ad be
cdthd to an appropriste decrease m1he'Contract Price,
and. if he partici-art�txmblc to agreeas wtho arraxtrit
lhcrecG may make it cliiirm thiaor as pro vidd i,
article 11. 'W If. ho%'ever - ch Work L-11"notfrativi to be
&fective.CQXTRA&f6P shall he allmycd'rim incense in
the Contract: Price or an "eresion or the Contract Times
(or miluiionoj, or both,djjjCd intriblita6ld to such
17
unctwu'ine exposure, observation: inspection test d;
replacement nrrcf reconstruction_: ,and.'if,the rXIVies.are
unable to agree as to the. amounr,'or cstcrit .thereof;
60NTR:ACTORmav male.a:claipi therefor as provided in
Articles I V and 12:
OWNER:flayStop the Mork:
(.`arrerirort nrRentq%W ofD,'efecdve IPork;
13:1,1. If required liy ENGRIEER; CONTRACTOR stroll
promptly, is directed, either correct all dejeeniv Work,
%iietlier,or rot fahritatec(Juistaged or c6alpfeted, or; if the
,VA. his bxen re cried _hy_EUGINEER,.mmovc it Eons the
SJtc• _and rcmtace -h. yr;th '1Vork that i@ snot_, defective;
(OommACCOR shall paY, all '.clatms, costs loses sand
domages Caused' -ray or r�irltirta' Crom _suchi. correction or
reriiovel,(includini but not'l ntitid'Nall casts of rcfeai cV
replacement of work of others),
13:.12.' Correction Penort.
13721 If uhthiit ene tieeF tu_ ayrars:yflcr the date of
Suhstantiaf Complciion'orsuch longer'Nnod;oftime as
fim be preacrr red by Iaivs'or Regtilatioris.or by_the
i).carrea:suchdefedNe•Worl,, or, ifithas,.
by OWNER. a -Move it Gom the'site ar a
h` Work that is not c*fictive, and (ii)'
or[e<t;ot remove anvj replace:'my_damage
or the work ofothErs re Iting.tmmlirorn.
TOR does not promptly obinply, with the
instiucti_dns;.or inn e amergency where.,
w'tlst`5erioui: risk of: tits-or:damage;
Work rersulgng ,therefrom) has been corrected,
removecigr repiaced underthis paragraph 13J2 the
correction period .hereiuider with"respell to.sach'Work
.will lie extended for an Additional period of-me-t;e
two wears. afier, such, correction or rrinbv l and
replacerii,rrlthas hee`iisagsfactorih�. coniplited;
-1cC'ipMneC' OfDefeCtfl'C SVdrk:
73.13. if. irrstcad.ofregttiring correa'loh or removal and
i.P)uaemerit:of defective Wool: 0\ \�'R,(ariil; prior to
ENGI?vEER's recomme Jation of final .payment; also.
ENGWF.ER).prefers to 'accept it,'0ANWFRmay do.so.
goly ,k�CTOR shall.;pay' all claims; costs, 'losses and
ch. acccptan"rz occurs. pnor, to. ITIGWF_ER's
commendation of final payniem a"Chance Order trill be
rued Incorporating the .necessary .,revision in thc,
bntract Documents withrespea to tlic Work; and
wwmz shriILlieenntled to an appropriate decrease in the
.occurs After
will be paid
ORjT'ER Vaj CorreetD<ec.# e Work..
13.1a. Af.COMPACrOR.rails-a4thin
or if CONTI
cravision of
after. seven.
tllrs',paragroph OWtiTU sh311 proceed expi'iiitiously,. In
connec icin with, such ;corrective and: remedial action,
'OWNM mayeaclude CONTRACTOR Grnii.all.orpart of
the site, take ppsse:sion of:all.or:pan, of the Work, and
strspend-CX0MRACTOR's:sepices.f2liited thereto; take
possessron, ;or CONTRikCTOWs -tools, appliances,
c nttttul-nI.equipuient ant Macl rery at the : stir And
incorporate in the Work': all ,materials. and txluipment
stored fit. the site. or for whin OtNNrk, has:, pail!
limiied to all costs of rep air replaccmml-of work of
Cprisullanls.'i
iitfias) uili be;paid by'CO, ITRICT Q.TL
e�erctse-the n
cleims,fcosLS;
I3Jn fn speci6l, cin u stoners wlieee. a, particular•
OWIIICR in
dery of .equrpment :is � placed tn..continuous" service;
c}iargcI again'
bcfor8 Sl l sisntral C.omplet 8ii of all'.th ` \York t} c
be .issued int
Corrmtiorr•period Corlhat'ilevi me} stsri,to,iunhom an
Cor_dmet'Dcx
"rarlia' date if so.,prrnideil'�in the SpcciLcatioris or by
OWNER shEl
'Wriiten:arricndmmt.. -
Contract Pricc
... • .. .. _ ..
die'�amount th
l;i;l?..WheredeferivebUorl.(anddgnagi-toother,
as. prow
�Q EICK: grimR L C:ON1RTlo,,<s 6 lo-8 tlou Ediuml:
rY ❑TY OltFORTCOLU N , AlQDn1CATlON5 (RLV A 20(0)"
he ate to enable UWNkX to
medies under_thispemgraph:. All
d ages uicu{red or'sustairied by
elt rights andiemetlies will'be
ACTORar l8Chanae'Orderwill
•the 'necessary 'revisions mthe
kh red ecl is the Word and
Leo an appir+prime'decrtasc in the
!+parties are 'urrable to Agra. as to
VER may make a claim thcr&w
$uch claims,` ocsrq losses and
damages *W, imivide but IiN be binited, to all coots of
rzpsiir.' to repike-ment or work 'or othe'rs,dtztroyed. or
dama_Ccd ' by, •6orrmtiom icrfiwitl or' relildcement of
co,qTk.A(,ibR's,&fecIive Work, -.00-..\FTPAC'r0R shall
not be 011orwed.m 'cx'6c rision of -the Coritract, Tunes (or-
hemuse'of M, delaN, in performance of the:
Worktiurilatitible
fights, Ind remedies hereunder.
sq!ei&ie Of maLues.
14-1. 'The schedule of values estaiblikhcd dis provided in
paragraph' as t1fe basis for pro � - graph �ress payments
n � rated I -form of A 'limti for
and bill li�, incorpom into a . pp on
Nmtinf Ooccpwai� t6.aiqrI\TEM Prokress payrnents an
ned6unt , of - I , ;it . i , Pn . 66 - Worn will & based on 44 . numbeer of
units completed.
Application for PrDjrkcTYaVnIpt:,
14:2., At least r*,6ty I days before the date 6kfi,blishcd -for
m6b� progress- pa . yment . (bot not more oflen than once a
ruomii);';CONTRACTOR:shxill subtifit.6 INGINTEER for
review an Application for ljjyinent fiticd out and .signcd ".by
CONTRACTOR, covers hg the Work completed ns of the
date of the . ' AppIIiq4ti1o0n ,afi.d accompanied b 'such
suFPcrtn documerita n Fmis-regttied by the Contract,
Docilrn6m, , if. payment. is T on the basis or
materials and equipti'M - t incor a in a. Work but
I t incor defiv i�'d and suitably 7�19 _6t
6.,1or,, at anotha
c ication tot PaymL mt.
shall also be accompanied 'by n'bi of sale; invoice,or. other
dau intationw t OILIER-Fas received the
n1wrials and eq6ipfncnt free and clemr of all Liens and
evidence thritthe rnafermlsai equipment ' are ' covered by'
appropriate property.trisurance and other arrangements to
ptotect 0WINIR's interest therein, all of.whi�h will be
snfisE;;tor)%f6 OWNER: Theamount:o ' F, relairmge with
respecvio , prwiress payments ments mU beLlu;:stipubted in the
CONTRA CTORs )'swim, of Title..143 CONTRACTOR .%iifraniiiiid,&=nlees,that.lige
tb all and e . 'p-iment mmed by any' qui
,lPp,catl , f R_ fiether - incorp
*or
M Or lyniCni., W poraud in the
proj,ccC or�*I;, :to 0_WNrR nd ' Wier than the "time ofl5aynuinIfreuOrxlcl' ofall.Lic*m,
car
14.4: ENdU�Uk will. within ten days after receipt of
each Aolicafion for-P a . vinent, cither indkme 1n:%%T'Drkg 2.
19 1 (1990 Echtiau
W1 (ITY OrFOR r COLLINSMODIVICAnONS (Xn'42DtVJ)
'recorrrucriclatioji
to OWNTER, or i
the
recomniieridntiom, the- amount recommended Nvill (.%jbjuct
,to the prpti paragnaph.14:7)
add when tic will', c,paid 6cCONIC due d' It db by 6WNER to
CONTRACTOR
14.5, 'EN'C7lN,EER!s reco'mme6&Lidn'6F any M . yrn ent,
requested ut an Application for f*inem Nyill constitute'a
repre,crvtafirin by INGINRUR to -OWVMbased on
ENGI`BF,R's on s to cibscrvaiioire; of the, ex6cutc& Work
as an ex Z' " — rc�i I and on
,pencnce andquit eddesisui-pro. ona
ENGDTEEP's I review . of . the A- H cat itin for , Payment and
the a data arid SCE dZI ;ihat -to the' b,st of
6 '1�'MEEMk 71, lc4c_ -Inr6nm -2.6 on and 1-el ier.
14J.L the Work his progressed to At point
indicated;
14,5.2! thc. qbaliry of the. Work- is Pcncmlly- in
to or upon:Subsuintial Completion; to the
mination,of quantities and
Ncz Work under
otlicr 4uilifi6tions; stated
14.5.1 the: conditions precedent to
-CONTIRL1CtOW1 being entitled to such pyttlent
appear to. have been fUlfilled insoEd as it is
'ENI(jINTEIZ'stespof-oibibt'vto-ob-serv'e-Lh--c Work..
Hovvewr. 'by recommending any such payment
ENUNTEM - � will not; thereby he deemed to have
representedlhiit: W.g�ihausaim or continuous, on -site
inspections ltave lien mask to check the quality or the
.quan"( of the- Work" beyond the responsibilities
specifically nssighed to. FINGINEER'in' the Contract
DocumentsI or (a) that thereeindv'riot ba,other ina-utus or
issues `66ged'i the" par,fws, .that might entitle
CONTRACTOR to be paid-
ndditionallyjbY.'QVrNER or
entitle OWNTR to ytithhold p0ymcni tc;CONTRACTOR
14.6 MNGTXCMs rccamin&x1adon of anypayment
or
(T
cable 'to the, ..filrmthing cti
�or I . or . any 'fililure of
erforin or furrush Work in,
14.1 ENGINTEERImiy reffi!,ic torecoxurrimcithe whole
f r _P
or Orly part.o any:pa3ment if; in EN,MF _s ciinion, it
would beincorrect to make 'the 1T*Ep-rC,SMfa'ti0rS to
29
' EXHIBIT 4 — REVISED PLAN SHEET — PLANNED QUANTITIES
Replace plan sheet #2 with the attached plan sheet (total 1 sheet)
1
I
I
1]
Addendum 1
' 7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 8 of 9
OWNUIZrclened to-bi paragriph 14.5. &',TGlN=-mav
alsoTefu*sdin recommend' anysuEhpl;}7nent, or,bqiezuse of
subsu e.ndy• discdvinici cvic6, or the reiults. of
stibscc I " - " * - , tuts, Q6116. any such. pa-)Tficnt
I - .. � �Icll .. Inspections: O� ��s, j
pmvjomlv,. recommended to -such - mxteril as may be
iti EMIN9EFks Opini6h, to
k rrqm lo-&k because:.
I - 4:7;2.. the Contract Price has.brcn reduced by
Written AmendmemrcrC.hanizcOrder, _
14:7 OWN`FR_ )its been rquirea to correct
Werk or accordancewith'
puraEraph 13.14.%or
RNGNEER..bs. actual kul o%Vlcdgc of the:
pcClIrrence ca__-2ny ,of the c;ents enumerated in
purapnphs. 15:2:1 thrmiih 15:2:4 M'Chlsivc.
OWNER mayjcf�d to make payment of the full amount
recon . )meP&d by:ENG1iKF5R_bc6
14:7.5,.,clilims finvc 66cn, niiide agiiihst OWNTER: on
account piff6r;iqnck or fionisiting
of thc,Work;
1A.T& Lieris have, bc6,fi'kd in,'connebtion with the:
%vhef;.cON�rkActc)k has. Mivaad m--
.%PCC)fi,c Bond m ttst a I cto . ry t secure OWNER to scc the
satisfaction , , zind ctisellar . . g . e I of stic"ic . ns,
147.7_ there to a
,bffpgdinst the -6m Sdnt recbmtiejindedor
1A31. CM -INTER, has actual knowledge of the
&6uricnu� of Airy or the z even , Ls .. enameruted 'in
paMTA pl 4 1_gthrough 3 par, - 4.73 -or, gaphs 15.2.1
4.7.1'
t �hrough 15:2 4 inelu'si've'
-but DVWNER must Piye. CONTRACTOR, immethate,
IYtiqen noti6c- (%yith 6,_copy 'to ENGINEER) stating dic
.reasons for sitell action and promptly pay,COTTTtrvCTOk
the JiumouhtT66 withhor _n-'.adjuAmen_vjh�ieto afire
i6l -&� n-V'�
by _.OWNE�g--- a. hd . �CONTRAGTOF. wh . en I
CONTRACTOR. corrects to OWNERs -sitisfaction the
SubstanoaL Conrp&6pn:
14.S.. kVJ-in'tOiqTPAC..TOR-Cu-m"cos & entire W&k
Wak to dete thine t)ic'status of Lmrripletion. If
EFR does not:coftsiclei the Work substantially
E. NGINEEK will riciff), CONTRACTOR. in
givin-a the ,reasons Lhuefir [f,
DqGIINEER.
- EICDCGENULAL COINIMIC)INS 19io-S 099U 1366M)
10 w/crTyoi.-ioR-rLaLLim-3ioD1f7c.4710NS(REN,4f2g(K),)
or
the tVorksubstTn ally complete, �GINLZR
ircrind deliver. to CAVNER -1 tentiztivelcertifiuiie
;ntigl'Cumpletiun vvhich shall Evc lhe date of
il,.C§rnplellonz, Tliereshall be atta&d to the
a- tentative list of items. to leum'Oleted or
tolle,final-pa},nicntlOk VKER�;hslj hayiseven
t of the lentlitivi certificate ddringyrhieh
written'objeciipri to tNGMEER" as. to 3nv
of the certificate or attached liit;` If. after
such ,objcctiuns.LVGINRER.corkludes, that
is not�,b taintinlIX Lom
and
antral
to be
tinsilmynicnL
and
,14,9,' OWLNTR sh4 the jiizJit 16 excludc
COI,FrRACTOR frorn the WA- � fteir_, the 76te of
4 1 � - bti _0W.N '4611 Substantial Comp ction. t MR� allow
CONMV3TOR TeaisonabI6 access td.comp'lcte. or correct
items oil I ist -, - _� , , , , -
be rtady
cpmplctc.
the woric
request
Z to Use
i0yes to
to.issue. ii qcr(ificate'ol Substantial
l3r that pin: of the Work_
11
and sUhitamially complete andrequesiUNG13,I)EER to
issue a'-C-Crti[iM- LC of Stll-&a-17162-1 COrinphi-iibn fur- than
tof The Wcrk-- AlftTut :d"reasnhable tiiile•a fier eit her
such re&tuesi. &MN -P,,.TDINTRACTOR and
ENGINEER shad inakic 'an inspa:tion, or that.. -part of
the Work:to &tirrn"irie.its :isms. of, coinpintion- If
LNGNEEk does not xconsider that part of . the %V o L rk-to
-- -
,be substantially complete;!LNGL\ Ill. will riotify.
01Vi4ER'*iM'-t(DT1TTk- &0'R* rn--%-vn*'tinggiving, the
Tens . therif6r, i1f-hNGf*-ER cors icleis�,Ihat &M or
the,�Vor�, to be--q1bs1iuTTiaUy conipletc,'dic provisions
:of parngra.phs.14 F-and 14-9wall apply -with respect to
c&rtifi6aticii: 6f ' s ritisil CoinpIcTib; nrt6t pan Of
the-Work'and the divisiont of rispohsibifityjm respect
Thereof and access therc'to':
J4.102z lNoocc-upancyc . ir separate opernfion of'pan
i
of the Work will bcacdortiplished to contpliante
iih 06 fecluirerne his-W-jvnijaph 5'1 S-.in- respect of
pro[" insuilancc%
M11DI In.speci.fon.
14.11 - U'pdri V%rrittft nonce frodi. PO'NIT K,ktfbR that'66
is tiro •Work- or an: agrBed - p6nion Thereof is :complete;,
IRNOTNE-M- Will rn;&-6 a Inal• iMpectiorii ivith OWNER
.and CONTRACTOR andvill notify CoijT-RA(TCOR. in
tinting Ting of.all )wrriculars in which thus itivspacdcn reveals
that theW.ark isincornpletc or ay?cnve., cq.KrrRA.c'r'CR.
ilmninunediatclyuke such measums as are necessary To
or remedy s6iih'deficiencim
9 1 U-3 (100 EL6601)
%v/C1 1Y0fF0KTC0LLW-J M43D JFJCATICTN5 (tL8'4,-b(Kji
to firrnish. such a. release, or -receipt in full,
CONTRACTOR may, fdrni4i a Dond. 'or other collateral
satisfictory to OWWERto indcruniN,OWNER aminst
any Lien .:Releases ,or NvaiversoNiens' And the curise-rit or
the surety to finalize, baNment arj: to"bc7submitted on
forms ennfbrniihe to the fornwit'of the OWNeWS standard
16nifs bound in'the Proiect inanual-
fees! PaY,nient zzirdAc6eptance,
14.13. If, on the basis ul 0,IGI3\=Z's bbserviuion of
lhie1 Li dd -1- �. .. .
W k construction and firui-;ut SP-'C'C1iM,L, -and
s been
of
on&
well retirees the Ahe , Ap'pljr-nhion- in
2; in jqdjca i ' "'-w*-rjlling-`the' reasons for
ftrn&6d'71P poy'rricnt,— in. Which: case
Z shall inakd the necessarv,donectiom and
plicatroti.'Thirty days after picsentationto
the Application , and accompanying
in approlinatia: feift-and obstainct and
ER's reconinkridation and notice of
c iamouiv, •i&'o-mmencled; by., ENGLNTEER
uc and will hLIiiid4by"CAMER in
14.14. 4- -through, no -fxtilt of 'MMLACTOR, fiord,
eOrn'pleficji, OfAhi IV&k is 66Ticantly' delayed and if
IRNGNMR so'confinis, OWNER 4alL.bpon-receipi or
CONTRACTOR'S ftiW Application' for Payment and
retornnimlation of ENGINEER,'-inid-w-idiout icriminating
die . A. --re ernent, make payment of the I balanceAue for thatportic;-oftfic Work fully'c6mplaed and.accepted, if the
reniaining, balance to be held tb%-. OWNER .- for Work not
firfly completed or corrected is leis Than thi retainage
Stip�jl'jtjd n'the �g_je�ffij�i,4
M, ancl ir,136nds have been
furnished asrequiTed inpanigraph5.]Ahe vmitterlconseriL
of the, surety, to the:PRN4Tient, of the balance due-. for that
the terms and conditions'governing Cowl
CIA, that it Shan 'not, cunstiOute4 waivei- of
T4wl - er.q-, CN; fit a
14,15" Thin -moue L and a,cc�tiuide of flOp';Ynienivill
constitute:
'14,1M.n,wanier of all clairns,by'OWNER. against
CONTRACTOR except -claiiM arising karn
,Lifisitdid-Uie!is, froni <kf?ePti'e'Vark ippearing after
31.
11
final ,,ihir=piirsumnt io paragraphI4.11. from
-t ams. of. ar�, s %Vithothe Contirget, Documents at the
, pecial,guararaces specified therein or
from CONfRACTOR's�commivaig obligai!ionsunder
the Contracibuo6ent5i ai d
14. 15.2 A wdivu, of,idl -diians 1n, 'CONTRACTM
against OWNER'&Ker th:a; those previously made in
lvntin4 andstilkinsettled..
ARTICLE .-I 5-aTSPE.NSION, OF NVORK AND
TbtNthNATiov
61PA7-:R Alai, Su5p-efull
time and ' without cause, O�VNER
k Dranypo'nJo'n thereof for aqicriod c
iew _days by noaice .in - Writint
on which Work will Nxesurned:, CONTRACTOR shall
iirk.on the date. War' " so'fixed QONTRACTOR
shall an 4jus"i in the- Contract -Mice or an
punsio.n. -.iir =c�tmcit Times, lor b�kk directly,
attributable. to any -:such sus -j6fi- if coNiRAcmlk pens
makca.an alipro'ved- 'cLmfn •, th - crefor as provided- in
Aurticfesfl and 11'.
M\ER :11aji1:qinhihw
15.?: upca dic occurrence of'itoy one or more of the
f(?ljon I
I-w1'geyents;
the Work in accordance wfifi thc
(mchiding'bw not limited.id, fajluriiosupply,stifficicra.
sk-j11ed,wodkqs* or §uitibie` maiefialio,or equippent ar
rhilum i0'a'dhCrC1d the' rL5p'rcivess, schcdu1c,:tis6blished
and�r* pw,a, K-,) () , , - 6 ' - _qmp ... . a m time to time
- szed .Q
,fr
pursuant . ,to pareguph 6.0)�
1'S_2''22. if CO'NTRA _R disre-rds \C,7 0 ga Laws" or
M " j ' . i e Uri cl
Bia, if -COINT R.A-C- TO R- dide ga the ailth6dty of
1'5;14 if CO-N-I'R-ACTOR otherwise - -Violates in mw
subs�i . �.i&ices of .(fie, to=ael.
Docurn_cnts,;
OWNER, may, after giiirg dom-RA&& (and the
surety.:if-any) seven,dxvswnderi notice mml Lathe extent
permitted .by"Laws iindIR;cauhitions. terminate the services
of CONTRrNCTOR excluile CONFTK4UrORL!him the silei
and take_ po�ioh of the Work rk- and I of, all
CpN1TRACTORS " toukapplisnixs, construction
equipntehf andinachbien, at lhiilsile ii,nd.iise the same (a
th; fall.extent they could be used by CONTRACTOR
(without liability tc, tcbw.-RA'CJ7CR For trcspaSs . OF
convtniun).. incorponi'le 'in- ihe"-work-'alf'materials. and
has paid
EJCDCCENDU,L COM)MdtES 1910.09911 C66M)
32 W/ (717Y OF FORT 0OLIN"Zi-MOMFICATIONS (RL\14(201J0)
I
CON'TRACTOR but which are stored elsewhere, and
Lasuch
case CONTRAcTbk shs a not bc.cnt entitled d to receive inv
further PaYaart until the orkis fiashedIf the unpaid
, .
balimcc, of the C6mmc1Jice eecerds all vlaims, custs.
hy OWNTER arising out of
.
cr r esultina, from com pleting-, the Work such excess wil I be
paid '!&:C-d_.N=kCTCR If ,mh claims, basis, losses and
balance,
'cs exceed iu6i� unpaid balance , CONTRACTOR
&differ�to,ONVNER. claims costs
P
oVel2s'pTnYd diiiiiPicis ihcikred:by OW*NER,.V.M be r&'
fy'jNGDqa_R7as, - tb_lheir iea-so"niabGiess and: No;en so
approved by ENGh1NEhRincori5oiiated in ii,Change Order,
provided dial, When * e=6sing my, rights or lemcdies
under paragraphOWNER shall "not be requirei to
obtain the,Wort pe[fomted,
153.. Whirc CO NTRA&YdR's- sm icei, hnvc bLcn. so
team unitEd by OWNTEP Co -. t6 t inali will. not aflect
ativ rights" or. . remedies of -.0WINEP :against
c6NiKk*C,TOR' then. 66stirig or whkhmay. thereafteraccrue.
'or
Any r . etc , rition or Ti . ayment �m oneYs due
I . .
coxTR.Ae-rok b y OWNER i vill not. release,
CO\fiItACTOR tram liability
15,4. UNTI. r�Nven- .dayd' wji - qLn noux to
1
PONTRA,CjqR, and ENGIII�IESR,._ . OWNER- may,
without cause and wilhout-finj to any other right or
remedy bfOWNi ej&t.io-tern!i6ate lfie Agreement: fn
such CaLie'. CONTRACTOK'. shalt be paid. (without
,Ii.4.1. for,coiiiplavil and a6cC6tab1c,Vc,'rk executed
m.accord;inec with the Contract Documents prior to
the elTemiVeLdaub ov�ihrmmndbn J;pclud6j, Fair and
reasonable sums, for ovei�ad� and pFolli, on such
Work-,
15;4.2-- ,for expenses sustained prior to the effective
datc:_of lanninn-ti-on,an. perform-ing`.,;su-vi=- and
labormitterialsor-e- - - --- I
quipmcnt as
by. thw'Contrad ,Dbcuments in:connection_with
uncompleted Worl- phis fair and reasonable -SIM s for
-onrhead'and pjqfitqq such .ex lxnses.
1543-.Fo-r all clnmis; costs losses. and damages
mctured
Subobram�cldrs: 561:0-tie'rs an I Toihers;,and
15;JA f6r reasonable expenses Aire.aly. nfiributalble
to term mation.
"Of�ACTORshall
n_o' �4rted
profits or revenue
ansout0rorret�rto
Slop, i;,WW*
ISA lf,throul;hno.acior fault el the
q% 1. 1. � I -1 . 1 1 . .
Work is suspended ford pen6d 'of-moretIb - an runety, days
by, Q%vNEr. qunder an:order ot court or other public
authority, cr ENIGMEER fails to ad cat any Application
"T cat within thirty days after it is' -submitted or.
mi,;_v1fiij1sf6r__Lhir:y,6' r� ' VCONTRACTOIZ,am.
ys to
sum finally.deiermined to be .due' then CONTRACTOR
marupon seven days' writien-notice to OIAWER and
BqG1`,ZEEF_ and prow ided. OW NER of ENGINEER do not
remedy such suspension or Wire within that dm - terminate the, Aote . ment and recover from OiV,\jER
pn}mierit on the -same ,termseas provided 'in h ramgmp.. 15.4;
In lieu ofterminking the Agreement and without prejudice
to any othfi r,Wit or remedy, if ING I]NTMR ha]s•failed 10
!ct on an Appllciiion for Payment within shiny days after it
IS submitted. or OWNER has failed for thirty days' to pay.
CONTRACTOR any stimfinallydetermined to be. Lkie
bj�.
CTP_ACTOR may'upon sevenday�', "Tittm notice.to
OWNER and LINGINEFI? stop the Work until I:Ayrnert of
all 'such 'amoara due CONTRACTOR, including interest
tfiffeot.�- The prowisioris of this paritgraph.13:5, are nor
intended to preclude CONMACTOR ffom makii* claim
undir Articici I i and 12 for an inurciisc -in Contract Price
,or c6m]ract;Timcs oir -ot1henvLse for oTienscs . or'damag . c
directly attributtiblero, CO.NURAC!MRs stopping Wdlz 8.3
permitted by this' It
paragrap
ARTICLE 16—p1spOr-t kESOLMON
lf.artd.to the extent: fl-ik OWNER aM ' M�NI'RACI'OR
have *agreed on die, method and pr ocedure for resolving
,dispires between them. that miy.arise under this
.Agreement, such dispute resofution method.and procedu . re if any, shall be as set,Wth. in Exhib.itGC'� 'Dispute
Resolution Agreerne7rit", to fxauached hereto rin&madc'a
parr hereof.' If no such. 'a , greemerd on. the , method and
prou4n: for resolving such.di
Tutes; has. Been reached,
and subject to the provisions .of,r)arngraphs,9.10i.9.11 and
9,12. OWNERand :CONTRACTOR rnay evzercise such
rights or 'emedivi as cither may otherivise have under the
Contract Doctmlmts; or by Lams or'Reguladiurts'irt resp-ect
of any dispute.
ARTICLE 17—NUSCELLANTOUS
17.1- Whenever am, provision of the Contract
ur Docricills requires. the' giv'tigr of written notice, it will b I e
&enied tolhave,been,*Yalidlygiven if delivered in person to
the,indiYidual or to a member or Lh� firni, or to an officer of
L he.Lv rp . uunion-for
I Lion f or whum'it: is intcndvd;or if delivered at or
.sent. by registered cn cerUcd � mail, pos696 prep9itL, to the
last buairimsaddrcss kLhc;A-n: to the jpiVer of the notice'.
17:2: Cvnrpittation of Time
IT.2.1. When any, period of time is referred to in the
Contract DocurrictiLs by days, it t611 Lv computedw
c\cIudc Lhe'first., and include the last day.of such
period If the hist.day-ofanywch period -fails on it
Saturday or Sunday or on a:day made -a legal holiday
by the LaNvof the "applicable jurisdiction. suchdav will
be timitted,6rm the cornPuttitior)
ig I *-z (197oEdti a o
WICI rY OFI--ORTCOLLI.k-,,%10011;ICt-nC)l,5 tMEVArOOO)
17 2:21 . A . cale . ridar d:iv of (iVen . ty4bur h6urs measured
&07*�- M* lit to* th mill constitute a
-day,
17.4. the duties and obli2xitions imposed by theseGeneral Condirions and the rijbis'and remedies a6ilahle,
hereunder to the parries hercto,,_and; in . paruicuJar but
mthou . L .. hn I ibitica, the warranties, guarantees and.
the
d at& not - to be construed in any,way, m,a limitation
V rullittsand ronedles availableru any.or all of Eherri
:kire othmviscimposed or a-Mable, 1iy La%vs.or
ations-by special warranty'or guarantee or by. other
ions or the contract Documents; and the provisions
s ptiMgmoh, y611. be. as afeciivc as if r c.pntcd
Wally in the Contract Docurnents.-tri,connection.with
Qrticulai duty, obligatiom right arjd Nmody to'which
Profevnal Fees and
175: Whenever refeTenco is made to lclaims;, costs,
losses tail damages it shal]'includc'i'n each'cascl, but not
tie lit Red to. all fees and charges of etigin;ers. archikcL-,
attorneys and other, professionals and all cowl or
arbitiiu'on6r.odwrdispute resolution ,cctsts.
126, T lheJaws of AStale o(_CpjmdQ_1WJY29,_1bJj2
A rimmn.�Refqince to two r-eftinent Colorado statutes
are as foil
j 7,62 If a ulaim,, is filedl, -O%VIU is required by.
law (CR5:38-26-107) to,mihhold from all MyMents to
.CONTRACTOR sufficient funds •toy insuro the
Oymcm: ot"All claims for labor- materials, team hirct
sustenance. orovisians, provender. or other =supplies.
used or coreatmed by. CONTRACTOR or* his
33
.i� e1CDroisNF]UI.CONLH710h51i_i0.(155�Eyiiail
w/ CITY 01; rORT C'Ot UZZ A10DU•7C.4 f1ONS akLV n 2DUo1
(Thtspagelch blink intenUonally.)
(t990 EiRiqj)
IV/ MY OF FORT COLL] N-JMOOIFICAM? I 'S (REV,1/2000i
35
tj
WDCOENERAL CO,N MOl.S 1910$.p99V R(5600.
36 WIMYOI+ FORT MIJMMOD1FIC.AIlONJ(R6l' 400MI
i
J
1
I
11
I
1
I
EXJ-1TBTT GC -A to General Conditions
nf'the: Construction Contmet. Behycen
OWNER aPd-CONTRACTO-R
Dim= REs6LIJ-17lOIN AGRrMN1nNT
0111N1R and COMERACTOR hereby Age* that
Artiyl5 16'of the of thc'Ccnstrtiction
cancracr between "OWNER -and CONTRACTOR* is
amended to ii1clude'Llie foll6wing dgmilcrif Or the parties:
16.1, All claims,.disputes and other. makers in
Ctucation beween'bWNER and COPTIR 'ACTOR emir;
out or or rawting,to the Contract Oocumcmi or the breach
thereof (except for claims -Which have 6&n.waived by:thc
miikirtg,or acceptance of.final payment As provided :bry
paragraph 14.15) will. be decided by arbitration in
accordance ivithi -thi..Construction Industry Arbitration
946; of the American Arbitration kss;66tion then
bbtain suhjpct (!S the limitatiohs,of the Article, 16. This
Agreement , so to•lla . r6arat , c . a any , other Agreement- or
consent to aibithite cntercd'lnto in Accordance herewith as"
p.roy�jdcd in�thisArdcic:16 ivill$d specifically
icrforoinbl-
indcr the prevaI ling lacy r� any court having jurisdiction:
16; 2. No demand for arbitration of any claim, dispute
or other matter that .15 . irvJ to tic referred to
LNGINUR 4niiiilly f6r recision in accordance with
th
9J1.�vill be rnadL until:thc earlier of (a) ihc!date
"whIWGINEEP. hasrcndcr6d a. written decision or
(b) th6 thitty-first dayafter the parties have presented their
evidence tc*U�1GJN=- ifA,written decision has not been
rendered by ENGINEER Wtirc that dit;-. No demand for
arbarat-toadVarty such.clairn, dispute or other matter will'
be made, later than thiir, days Alter the date on which
FNGNEFR has• rendered
A written decision in rqq-rut
thereof in accordance, withn I g . r, paaph-9.J % and the failure
to demand Arbitration within said thirty days. period will.
result in ENGWEEM'decision being' final: And binding
upon OWNER. and CONTRACTOR. If, ENGI]NMER
renders a decisim allaarbitration proceedings have been
initiated 'suclit decision may beentered iis.evidence:but %%ilU
n: not Supersede the arbiirh1i6iVocoadinPs,. *here:the
4xccot *herethe
for arbitration. of Any writieft decision of 214ME R
rendered in accordance with"paragraph 0. 10 will be made
later thitmien days aflcrthepany making such demand has
dcfivcrcd'wrkten notice of intention to appeal as pr&i&d
in pira
&ph 9;- 10
16.3. Notice of the demand I'm. nrbitnitian will be
filed in writing' with the other pafiy to the A,. I rec . meat and
with the American -%rbitnitionAsses ration and a dopy will
be sent to ENNGlT=- 'for information- The demand for
arbitration will be -made within the thirtymdiiy or ten-day
period tpccified ik_paraerAph16.2 Ai appUcabIc.-and*in all
other cases withiri a reasonable Limee .
after th. claim. dispute
or other matter in question has ariscrt.and in N event shalL
any such demand be made after the (Late whcn institution of
legaEor equitable pr6cce(firitzs based on such claim; dispute
or other matter in question would, be barred N the
applicable statute of limitations.
EJMC (jE"TKAL CUNUIll JK5I N O-S (1990 Edtim)
MY OF FORT COM1.1,NMODFFICATIONS (REV 9199)
16,4. F_Ncept as provided -.in paragraph ik.5 Wray,
no arbitration arisig, out or irxr relating to the Ctantracl
Dxurrents shall include by cansolidatiM i'Dirider ormi am.
uther manner Any other person or. criti . ty (including
�ENGLNTEER_ ENGIN=s Consultant and ihe officem.
directors.agek� ernployees of'consultnnts; at . a - ny, 6 r them)
who is not s parly,to this conp-act�urnizss:
16.41. the-mclusion of such other.person or entity is
necessary kiplete Tel . acf i s to be'all'ordcd aMCn-.L
rea i ' d
dypart�,Lodie,erb'
.!Arat2nv iiql
16.4.2. such other person or entity, ty, is vabstzritially
involved in a question of law or fact which is common
to thos who are alre'ady partiss to the.nrbitration.and
-which will arise in -such procccdiyigcand.
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 'incltlscin;.
Which Consent Shall make specific reference to this
paragraph', but no such consent "I constitute consent
toa.rbitr�aticin of any dispute not specificially descritivd
in such consent or to arbitration with Any party not
specifically identified in such consent.
16.5: lNobVidistanding paragraph 116Aif -a claim,
&%purc or othu matter in question betwun ONVNFR and
- CONIZUtACT OR involves the Work at" a SuWoritiactor,
either OWNER or CQ?,rI'RA&QR-m , ay join such
.Subcontractor as a part), to the arbiaration between 01ANER
and CONTRACTOR hereunder. CONTRAM-OR, shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the ' Subcontractor6ansxints. to
being joined. in an arbitration between MV1lFR_and
the
W6
CONTRACTOR involving Work of i such
S I ubdtiritractui:. Nothing in.lis paragraph 10.5 nor in. the
trovision. of Such subcontract consenting to joinder shall
(,Tate Any claim. fight of caus%o of Action m favor of
subconimclor. and agAinst Okvl\TEa?. MiGWEER or
0140LN]M-R!s Cortailtarits,thqt does i1of othawise exist,
16.6. The award rendered by the arbitrators wOl be
final, judgment ma)-'[?- entered upon it in any court baying
jurisdiction thereof , Arid' it will not be I subject to
modification -or appeal,
16.7. 01WER and CONT RAC that they
Shalt first Submit any and a7t= claims,,
o�iunterclainis. 'disputes and and
makers' in cluestion
betweenthereafisinL, out of at- relatingrelatingto the Con t rea
Do6umts or the breach, thereof - C'disputcs), to mediation
ion
b%.. the American Ajl�tniiicin Aisocisaian, under the
(foristruction.,
.=d %Mlediation Rules of the Amefican
.4bitntioni tick prior to either of them initiatingt
ugainst, the oth& a demand for arbitration pursuant -to
para gray)M 16.1 -through 16.6, unless delay an, trutiatirtg
arbitration would irrevocably prejudiceone of thc-perum
The rcsTicarvi: thirty And ten day time limitswithinwhich
,to file a- demand for Arbitration as provided in paragraphs'
16.2 and 16.3 above shall. be suspcndod'wiLh respect to a.
drsfxilc submitted to mcchatim with -in those same
appitca blc:tim - i: limits and shall remain suspende&until ten
days After the termination of the mediation- The mediator
ot'anydisNtcsub6iittedioniediaiibntinder this Agreement
dispute'ur-dessatfierivise
;1&eed.
I
eid)cc;enali I. CON-DI•11ONS191a31i99IJe,Rjj.S
wi cm, pF FQR T CQL1-I h$ \(pUIFIG1Tf0yS; IRFV 91941
1
I
II
1
1
1
1
1
I
SECTION 00800
SUPPLEMENTARY CONDITIONS
11
m m m m m m m = m m m m m m m m m m m
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of
Fort Collins modifications) and other provisions of the Contract Documents as indicated
below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have
limits of $1,000,000 combined single limits (CSL). This policy
will include coverage for Explosion, Collapse, and
Underground coverage unless waived by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance
policy will have limits of $1,000,000 combined single limits
(CSL).
5.4.9 This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
I
' SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
1
1
1
i
1
1
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Skyway Drive Transfort Improvements — Gateway Center Drive to
South College Avenue
CONTRACTOR: Vogel Concrete Inc.
PROJECT NUMBER: 7376
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:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
cc: City Clerk
Project File
Engineer
Contractor
Architect
Purchasing
DATE:
DATE:
DATE:
DATE:
= M M= M r M= r� M M M M M W r M M
gprfinn nnaan
APPLICATION FOR PAYMENT
PAGE 1 OF 4
OWNER: City of Fort Collins
PROJECT:
APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER:
CONTRACTOR:
PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS
Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT
follows:
1
2
Original Contract Amount:
3
Net Change by Change Order:
Current contract Amount:
$0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
$0.00
Less Retainage:
Net Change by Change Order $0.00
AMOUNT DUE THIS APPLICATION:
$0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By.
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By.
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By.
Payment of the above Amount Due This Application is approved by the OWNER.
APPLICATION FOR
CONTRACT AMOUNTS PAYMENT
Work Work
Completed Completed
This Previous
Bid Month Periods
Item
Unit
Number Description Quantity Units Price Amount Qty
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
Amount Qty
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Work
Completed
To
Date
Amount Qty. Amount
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
PAGE 2OF4
Stored
Materials Total
This Earned Percent
Period To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
® I" ® ® ® " "a ® " � @a a " ® ® ® ® w
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work
Work
Work Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
-
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
- $0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
.w nn
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
STORED MATERIALS
SUMMARY
On Hand
Item Invoice Previous
Number Number Description Application
Received
This
Period
PAGE 4 OF 4
Installed On Hand
This This
Period Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00 $0.00
1
1
1
1
1
1
1
1
PROJECT SPECIAL PROVISIONS
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
City of Fort Collins Bid No. 7376
Prepared By:
Fort Collins
City of Fort Collins
Engineering Department
281 North College Avenue
Fort Collins, CO 80522-0580
(970)221-6605
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
COLORADO
DEPARTMENT OF TRANSPORTATION
,
SPECIAL PROVISIONS
SKYWAY DRIVE TRANSFORT IMPROVEMENTS
GATEWAY CENTER DRIVE TO SOUTH COLLEGE AVENUE
The 2011 Standard Specifications for Road and Bridge Construction controls construction of this
project. The following special provisions supplement or modify the Standard Specifications and take
precedence over the Standard Specifications and Plans.
'
PROJECT SPECIAL PROVISIONS
Page
Index Pages
1-2
Notice to Bidders
3
Commencement and Completion of Work
4
,
Summary of Work
5-6
Revision of Section 106 — Control of Material
7
Revision of Section 202 — Removal of Tree
8
,
Revision of Section 202 — Removal of Asphalt mat
9
Revision of Section 202 — Removal of Concrete
10
Revision of Section 203 — Proof Rolling
11
'
Revision of Section 203 — Excavation and Embankment
12
Revision of Section 203 — Shouldering (Recycled Asphalt) (Haul and Place)
13
Revision of Section 207 — Topsoil (Imported)
14
Revision of Section 403 — Hot Mix Asphalt
15-17
Revision of Section 403 — Hot Mix Asphalt (Patching)
18-19
Revision of Section 601 — Miscellaneous Concrete
20
Revision of Section 608 — Detectable Warnings
21-23
Revision of Section 625 — Construction Surveying
24-25
Revision of Section 630 — Construction Zone Traffic Control
Utilities
26-30
31
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
COLORADO
DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
SKYWAY DRIVE TRANSFORT IMPROVEMENTS
GATEWAY CENTER DRIVE TO SOUTH COLLEGE AVENUE
STANDARD SPECIAL PROVISIONS
Title Sheet
Revision of Section 103 — Colorado Resident Bid Preference
Revision of Section 105 — Construction Drawings
Revision of Section 106 — Certificates of Compliance and Certified Test Reports
Revision of Section 106 — Hot Mix Asphalt — Verification Testing
Revision of Section 107 - Responsibility for Damage Claims,
Insurance Types, and Coverage Limits
Revision of Section 108 - Critical Path Method
Revision of Section 109 — Compensation for Compensable Delays
Revision of Section 109 — Measurement of Quantities
Revision of Section 401 — Compaction of Hot Mix Asphalt
Revision of Section 401 — Composition of Mixtures — Voids Acceptance
Revision of Section 401 — Compaction Pavement Test Section (CTS)
Revision of Section 401 — Temperature Segregation
Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming
Compounds for Curing Concrete
Revision of Section 412 — Portland Cement Concrete Pavement Finishing
Revision of Section 601 — Concrete Batching
Revision of Section 601 — Concrete Finishing
Revision of Section 630 — Construction Zone Traffic Control
Revision of Section 630 — Retroreflective Sheeting
Revision of Section 630 — Retroreflective Sign Sheeting
Revision of Section 703 — Aggregate for Hot Mix Asphalt
Revision of Section 703 — Concrete Aggregates
Revision of Section 712 — Water for Mixing or Curing Concrete
2
Date
Page
32
(February 3, 2011)
33
(February 3, 2011)
34
(February 3, 2011)
35
(July 29, 2011)
36-37
(February 3, 2011)
38
(August 19, 2011)
39
(May 5, 2011)
40
(February 3, 2011)
41
(February 3, 2011
42
(February 3, 2011)
43
(February 3, 2011)
44
(February 3, 2011)
45
(May 5, 2011)
46
(February 3, 2011)
47
(February 3, 2011)
48
(February 3, 2011)
49
(February 3, 2011)
50
(February 3, 2011
51
(February 3, 2011)
52
(June 16, 2011)
53
(July 28, 2011)
54
(February 3, 2011)
55
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
00400 Supplements to Bid Forms
00300-1 - 00300-3
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
00640 Certificate of Final Acceptance
00635-1
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 -All - 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
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
NOTICE TO BIDDERS
The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5
percent of the Contractor's total bid.
Pursuant to subsections 102.04 and 102.05, 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 go over the project.
Program Manager —
Senior Buyer —
Tim Kemp, PE Phone:
Engineering Department Fax:
City of Fort Collins email:
281 North College Avenue
Fort Collins, CO 80522-0580
John Stephen
Purchasing Department
City of Fort Collins
(970)416-2719
(970)221-6378
tkemp(a)fcgov.com
Phone: (970) 221-6777
Fax: (970)221-6707
email: istephen(c�fcgov.com
The above referenced individuals are the only representatives of the City with authority to
provide any information, clarification, or interpretation regarding the plans, specifications, and
any other contract documents or requirements.
Where reference is made in the plans and specifications to Owner, Department, Chief Engineer
Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is
understood to mean the City of Fort Collins, Colorado, representative.
I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract by the City in the "Notice to Proceed".
The Contractor shall complete all work in accordance with the Contract.
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The Contractor's progress schedule shall consist of a Critical Path Method (CPM) schedule
prepared using the Microsoft Project Software and submitted in hand and electronic formats.
Salient features to be shown on the Contractor's Bar Chart Progress Schedule are:
(1) Mobilization
(2) Construction.Surveying
(3j Construction Traffic Control
(4) Removals
(5) Earthwork
(6) Erosion Control
(7) Curb, Gutter and Sidewalk
(8) Seeding and Landscaping
(9) Utility Coordination
4
Skyway Drive Transfort Improvements '
Gateway Center Drive to South College Avenue
SUMMARY OF WORK
PART 1 GENERAL I�
1.25 Modifications to Time of Completion in the Approved Schedule
A. The date of beginning and the time for completion of the work are essential conditions of the
Contract Documents and the work embraced shall be commenced on a date specified in the
Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure full completion
within the contract time. It is expressly understood and agreed, by and between the
A
Contractor and the Owner that the contract time for the completion of the work described
herein is a reasonable time, taking into consideration the climatic and other factors
prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the "Contract
Time" shown in the proposal. The "Contract Time" anticipates "Normal" weather and climate
conditions in and around the vicinity of the Project site during the times of year that the
construction will be carried out. Extensions of time based upon weather conditions shall be,
granted only if the Contractor demonstrates clearly that such conditions were "unusually
severe," would not have been reasonably anticipated, and that such conditions adversely
affected the Contractor's work and thus required additional time to complete the work.
The following specifies the procedure for the determination of time extensions for unusually
severe weather. The listing below defines the anticipated number of calendar days lost to
adverse weather for each month and is based upon National Oceanic and Atmospheric
Administration (NOAA) or similar data for the geographic location of the project.
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
(7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5)
The above schedule of anticipated adverse weather will constitute the base line for monthly
(or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to
Proceed and continuing throughout the contract on a monthly basis, actual adverse weather
days and the impact of adverse weather days that delay the work will be recorded on a day-
to-day basis. It is assumed that the work will be carried out Mondays through Fridays
(holidays excepted) unless an approved construction schedule or written authorization from
the Owner indicates otherwise. The number of days of delayed work due to adverse weather
or the impact thereof will then be compared to the monthly adverse weather schedule �■
above. u
An actual adverse weather day must prevent work for 50 percent or more of the
Contractor's workday, delay work critical to the timely completion of the project, and be
documented by the Contractor. The City Representative observing the construction shall
determine on a daily basis whether or not work can proceed or if work is delayed due to
adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing of 0
5 D
0
I
i
L
1
1
1
1
1
1
1
1
1
1
1
1
1
F
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
any disagreement as to whether or not work can proceed on a given date, within 2 calendar
days of that date. The Owner will use the above written notification in determining the
number of working days for which work was delayed during each month.
At the end of each month, if the number of working days for which work was delayed due to
adverse weather exceeds that shown in the above schedule, a Change Order will be
executed which increases the Contract Time. The number of work days delayed due to
adverse weather or the impact thereof will then be converted to Calendar Days based on the
contract completion day and date. This conversion assumes a 5-day work week, Mondays
through Fridays, holidays excepted; should the Contractor have authorization to work
weekends and/or holidays, then the method of conversion of workdays to calendar days
would take this into consideration. The contract time period will then be increased by the
number of calendar days calculated above and a new contract completion day and date will
be set.
The Contractor's schedule must reflect the above -anticipated adverse weather delays on all
weather -dependent activities. While extensions of time shall be granted for "unusually
severe" weather or climate conditions, the Owner shall make no monetary compensation for
any costs to the Contractor arising out of such delays. The Contractor shall comply with the
portions of the Contract Documents relating to his project schedule and amendments
thereto which result from the "unusually severe" weather condition.
Breakdowns in equipment or lack of performance by the Contractor will not be considered
justification for an extension of time. Liquidated damages will be assessed as delineated
elsewhere.
The Contractor shall not be charged with liquidated damages or any excess cost when the
delay in completion of the work is due to the following, and the Contractor has promptly
given written notice of such delay to the Owner or Engineer.
1. To any preference, priority, or allocation order duly issued by the Owner.
2. To unforeseeable causes beyond the control and without the fault or negligence of the
Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the
Owner, acts of another Contractor in the performance of a contract with the Owner, fires,
floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and
unforeseeable weather as provided above; and
3. To any delays of Subcontractors occasioned by any of the causes specified in
paragraphs 1 and 2, above.
0
1
Skyway Drive Transfort Improvements '
Gateway Center Drive to South College Avenue
REVISION OF SECTION 106
CONTROL OF MATERIAL
Section 106 of the Standard Special Provisions is hereby revised for this project as follows: ,
Subsection 106.05 shall include the following:
For this project, Contractor process control testing of hot mix asphalt is voluntary. '
1
1
1
1
1
1
1
I
1
1
1
7 1
I
1 Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
' REVISION OF SECTION 202
REMOVAL OF TREE
Section 202 of the Standard Specifications is hereby revised for this project as follows:
' Subsection 202.01 shall include the following:
This work includes removal and disposal of existing trees within the project limits as shown on
the plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
' The removed trees shall become the property of the Contractor and shall be disposed of outside
the project site. Tree stumps and roots shall be completely removed from the proposed
' sidewalk locations; either by excavation, grinding or as approved by the Engineer.
Subsection 202.11 shall include the following:
The removal of the existing tree will be measured as each.
Excavation, grinding, cutting and mulching will not be measured and paid for separately, but
shall be considered incidental to the work.
Subsection 202.12 shall include the following:
' Payment will be made under:
Pay Item Pay Unit
' Removal of Tree (3 Inch Caliper or Less) Each
I
I
I
1
n.
I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 202
REMOVAL OF ASPHALT MAT
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing asphalt mat within the project limits as
shown on the plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat, which is anticipated to vary in thickness from 6.0 inches to 8.0 inches,
shall be removed in a manner that minimizes contamination of the removed mat with underlying
material. The removed mat shall become the property of the Contractor and shall be disposed
of outside the project site.
Subsection 202.11 shall include the following:
The removal of the existing asphalt mat will be measured by the square yard of mat removed to
the required depth and accepted.
Sawcutting of the asphalt mat will be measured by the lineal foot and paid for separately.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item
Removal of Asphalt Mat
Sawcutting (8 Inch Asphalt Mat)
9
Pay Unit
Square Yard
Lineal Foot
I
1
1]
1
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 202
REMOVAL OF CONCRETE
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing concrete pavement, curb and gutter within
the project limits as shown on the plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing concrete pavement, which is anticipated to vary in thickness from 8.0 inches to
12.0 inches, shall be removed in a manner that minimizes contamination of the removed
concrete with underlying material. The removed concrete shall become the property of the
Contractor and shall be disposed of outside the project site.
Subsection 202.11 shall include the following:
The removal of the existing concrete will be measured by the square foot of pavement removed
to the required depth and accepted.
Sawcutting of the concrete will be measured by the lineal foot and paid for separately.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item
Removal of Concrete
Sawcutting (8 Inch Concrete)
10
Pay Unit
Square Foot
Lineal Foot
I
Skyway Drive Transfort Improvements '
Gateway Center Drive to South College Avenue
REVISION OF SECTION 203 ,
PROOF ROLLING
Section 203 of the Standard Specifications is hereby revised for this project as follows: '
Subsection 203.13 shall include the following:
Proof rolling will not be measured but shall be incidental to the work. '
Subsection 203.14 shall include the following:
Proof rolling will not be paid for separately, but shall be included in the work. '
Pneumatic tire equipment and load required to achieve the desired weight will not be measured '
and paid for separately, but shall be included in the work.
I
1
' Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised for this project as follows:
' Subsection 203.04 shall include the following in the third sentence of the first paragraph:
' The Contractor will be paid for fine grading work to meet the plan elevations for the proposed
sidewalk at the Contract Unit Price for "Subgrade Preparation (Sidewalk)" per Square Foot.
Compaction of the subgrade material to the satisfaction of the Engineer, prior to concrete
placement, will not be measured and paid for separately; but shall be incidental to the
"Subgrade Preparation (Sidewalk)" pay item.
Subsection 203.05 shall include the following:
' (h) Waste. Dispose of excess excavated material off the project site. Obtain disposal site and
obtain all required permitting and environmental clearances necessary for disposal of
excess excavated material.
' Subsection 203.13 shall include the following:
' (g) Waste. Waste will be measured in its original position by cross -sectioning the area
excavated. When the excavation conforms to the staked lines and grades, use the original
cross -sections and staked sections for the determination of quantities placed on -site and
' disposed of off -site as waste. Volumes will be computed from cross -sections by the average
end area or other acceptable method. There will be no adjustment for swell of material to be
hauled off the project as waste.
' Subsection 203.14 shall include the following:
Payment will be made under:
' Pay Item Pay Unit
Unclassified Excavation (Complete in Place) Cubic Yard
' Borrow Cubic Yard
Muck Excavation Cubic Yard
Subgrade Preparation (Sidewalk) Square Foot
Subsection 203.14 delete the sixth paragraph and replace with the following:
Payment for Unclassified Excavation (Complete in Place) shall be full compensation for all work
' necessary to complete the item including construction of unclassified excavation, compaction,
compaction of bases of cuts and fills, all work in available material pits, and disposal of excess
excavated material as waste.
' The quantity of excavation and embankment will not be measured but will be the quantity
designated in the Contract Documents unless field changes are ordered. If field changes are
ordered, the quantity will be adjusted using the revised dimensions. The Engineer, prior to
Contractor beginning the work, shall approve the additional or reduced volume of material in
writing.
12
I
SECTION 00020
INVITATION TO BID
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 203
SHOULDERING (RECYCLED ASPHALT) (HAUL AND PLACE)
Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.13 shall include the following:
Material used for the pay item "Shouldering (Recycled Asphalt) (Haul and Place)" will be
provided, loaded and weighed by the City at the Hoffman Mill pit. Payment will be per ton of
material delivered and placed on the project.
This pay item also includes the distribution and fine grading of the recycled asphalt material. At
a minimum, the shouldered area will be two (2) Feet wide by four (4) Inches thick. Field
conditions may warrant a wider or thicker material placement as directed by the City.
Subsection 203.14 shall include the following:
Payment will be made under:
Pay Item
Shouldering (Recycled Asphalt) (Haul and Place)
13
Pay Unit
Ton
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 207
TOPSOIL (IMPORTED)
Section 207 of the Standard Specifications is hereby revised for this project as follows:
Subsection 207.01 is hereby deleted and replaced with the following:
This work consists of importing topsoil material onto the re -graded slopes at a depth of 4 inches
(minimum) for those areas which will receive native seeding. The topsoil material shall be
generally evenly distributed throughout the project limits.
Subsection 207.03, paragraph 3-shall include:
Per City Code, soil shall be loosened to a depth of not less than eight (8) inches. The Engineer
shall be notified if this cannot occur due to existing conditions.
Subsection 207.04 is hereby revised to include the following:
Topsoil will not be remeasured, but payment shall be based on the quantity identified in the bid
tabulation, unless the quantity of Topsoil is significantly changed during construction by an
approved Change Order. Bid tabulation quantity is based on final in -place topsoil required to
complete the construction.
Haul required to distribute stockpiled topsoil uniformly throughout the project limits shall not be
measured and paid for separately, but shall be included in the work.
Subsection 207.05 is hereby revised to include the following:
The contract unit price for topsoil shall be full compensation for all work necessary to complete
the item including haul and distribution of the topsoil material onto the re -graded slopes.
Payment will be made under:
Pay Item
Topsoil (Imported)
14
Pay Unit
Cubic Yard
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 403
HOT MIX ASPHALT
Section 403 of the Standard Specifications is hereby revised for this project as follows:
Subsection 403.02 shall include the following:
The design mix for hot mix asphalt shall conform to the following: .
Table 403-1
Value For Grading
Property
Test
Method
SG(100)
S(100)
Patching
Air Voids, percent at:
CPL 5115
N (design)
3.5 — 4.5
3.5 — 4.5
3.5 — 4.5
Lab Compaction (Revolutions):
CPL 5115
100
100
100
N (design)
Stability, minimum
CPL 5106
30
30
30
Aggregate Retained on the 4.75
mm (No. 4) Sieve with at least 2
CP 45
90
60
60
Mechanically Induced fractured
faces, % minimum
Accelerated Moisture Sus-
CPL 5109
ceptibility Tensile Strength Ratio
Method B
80
80
80
Lottman , minimum
Minimum Dry Split Tensile
CPL 5109
205 (30)
205 (30)
205 (30)
Strength, kPa(psi)
Method B
Grade of Asphalt Cement, Top
PG 64-28
PG 58 28
Layer.
Grade of Asphalt Cement,
PG 58-28
PG 58-28
PG 58-28
Layers below To
Voids in the Mineral Aggregate
CP 48
See Table
See Table
See Table
VMA % minimum
403-2
403-2
403-2
Voids Filled with Asphalt (VFA),
Al MS-2
65-75
65-75
65-75
Dust to Asphalt Ratio
0.6 — 1.2
0.6 — 1.2
0.6 — 1.2
Fine Gradation
CP 50
0.8 — 1.6
0.8 — 1.6
0.8 — 1.6
Coarse Gradation
Note: Al MS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be
approached with caution because of constructability problems.
Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are
considered a coarse gradation if they pass below the maximum density line at the #4 screen.
Gradations for mixes with a nominal maximum aggregate size of/< inch or smaller are
considered a coarse gradation if they pass below the maximum density line at the #8 screen.
1161
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties
must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all
mix properties at Air Voids up to 1.0 percent below the mix design optimum.
Table 403-2
Minimum Voids in the Mineral Aggregate (VMA)
Nominal
***Design Air Voids **
Maximum Size*,
mm (inches)
3.5%
4.0%
4.5%
37.5 (1'/z)
11.6
11.7
11.8
25.0(1)
12.6
12.7
12.8
19.0 (3/<)
13.6
13.7
13.8
12.5 ('/z)
14.6
14.7
14.8
9.5 (%)
15.6
15.7
15.8
* The Nominal Maximum Size is defined as one sieve larger
than the first sieve to retain more than 10%.
** Interpolate specified VMA values for design air voids between
those listed.
*** Extrapolate specified VMA values for production air voids
beyond those listed.
The Contractor shall prepare a quality control plan outlining the steps taken to minimize
segregation of HMA. This plan shall be submitted to the Engineer and approved prior to
beginning the paving operations. When the Engineer determines that segregation is
unacceptable, the paving shall stop and the cause of segregation shall be corrected before
paving operations will be allowed to resume.
Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt
(Grading SG).
A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to
the aggregate for all hot mix asphalt.
Acceptance samples shall be taken.
Subsection 403.03 shall include the following:
The Contractor shall use an approved anti -stripping additive. The amount of additive used shall
be a minimum of 0.5 percent by weight of the asphalt cement. The additive shall be added at
the refinery or at the hot plant. If liquid anti -stripping additive is added at the plant, an approved
in -line blender must be used. The blender shall be in the line from the storage tank to the drier
drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt
cement and anti -stripping additive.
Delete subsection 403.05 and replace with the following:
16
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
The accepted quantities of hot mix asphalt will be paid for in accordance with subsection
401.22, at the contract unit price per ton for the bituminous mixture.
Payment will be made under:
Pay Item
Hot Mix Asphalt (Patching)
Pay Unit
Ton
Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to
complete each hot mix asphalt item will not be paid for separately, but shall be included in the
unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be
measured and paid for separately, but shall be included in the work. When the pay item does
not include the PG binder grade, asphalt cement will be measured and paid for in accordance
with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and
paid for separately, but shall be included in the work.
Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for
separately, but shall be included in the work.
17
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 403
HOT MIX ASPHALT (PATCHING)
Section 403 of the Standard Specifications is hereby revised for this project as follows:
Subsection 403.01 is revised to include the following:
This work shall consist of excavating pavement areas to the specified depth, preparing the
subgrade, and placing Hot Mix Asphalt (HMA) in accordance with these specifications, and in
reasonably close conformity with the lines, grades, thickness and typical cross sectioning shown
on the plans or established.
Subsection 403.02 is revised to include the following:
The materials shall conform to the requirements of Revision of Section 403 — Hot Mix Asphalt
found herein;
Subsection 403.03 is revised to include the following:
Patching will be accomplished in the following manner:
A straight vertical cut shall be made through the pavement to provide a square rectangular
opening, such that each edge of the finished patch will be parallel or at right angles to the
direction of traffic. Wheel cutting shall not be allowed. All patches placed in pavement not to
be overlayed shall be saw cut.
If, in the opinion of the City, the subgrade material for the patch is unsuitable, it shall be
removed to the limits and depths designated. If asphalt is to be placed in the extra depth,
the Contract Unit Price for Patching shall be used for measurement and payment. If the
deepened section is to be filled with subbase material, the excavation will be measured and
paid for under Unclassified Excavation (Complete in Place).
The Contractor shall be responsible for the protection of the subgrade / base course until
subsequent courses have been placed.
After the excavation has been completed, the Contractor shall prepare the subgrade by
utilizing a vibratory plate, roller, or other compaction device approved by the City.
After the area to be patched is prepared, the Contractor shall place emulsified asphalt tack
coat on all pavement cut surfaces and on the lip of exposed gutter and crosspan faces that
abut these paving areas.
Emulsified Asphalt for tack coat shall be grade CSS-1 H. The tack coat shall consist of a 1:1
dilution (one part emulsified asphalt to one part water). The application rate for tack coat
shall be approximately 0.1 gallons per square yard.
Grading SG (100) (PG 58-28) shall be used in all locations.
Regardless of the delivery temperature, the mixture shall not be placed for use on the
roadway at a temperature lower than two hundred twenty-five degrees Fahrenheit (225 ° F).
18
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
Pavement areas to be replaced adjacent to concrete repairs shall be as soon as schedule
permits.
Areas requiring reduction in the quantity for Patching shall be deducted from the pay quantity
using the following formula: Deduct 0.054 Tons per Square Yard Inch.
Subsection 403.04 is revised to include the following:
Patching will be measured and paid for at the Contract Unit Price per Ton. Pavement cutting,
excavation, subgrade preparation, haul, disposal and bituminous materials will not be measured
or paid for separately, but shall be included in the Contract Unit Price for Patching.
Subsection 403.05 is revised to include the following:
Work performed and materials furnished as prescribed by this item and measured as provided
under "Measurement" will be paid for as follows:
Pay Item
Hot Mix Asphalt (Patching)
Pay Unit
Ton
The above prices and payments shall include full compensation for furnishing all labor,
materials, tools, equipment and incidentals and for doing all the work involved in Patching;
including pavement cutting, excavation, haul, disposal, surface preparation, traffic control
devices, personnel and related traffic control incidentals and bituminous materials, complete -in -
place, as shown on these plans, as specified in these specifications and as directed by the City
19
' Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
I
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
' Subsection 601.02 shall include the following:
Concrete Class D shall be used for curb, gutter, sidewalk, curb ramps, median cover material
and miscellaneous paving.
1
[1
1
1
20
I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 608
DETECTABLE WARNINGS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work includes the installation of detectable warnings on concrete curb ramps at the
locations shown on the plans and in accordance with the plans.
Subsection 608.02 shall include the following:
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the
standard 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
standard 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 = Bi — 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.
21
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
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
1 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.
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.
' 22
I
[1
1
SECTION 00020
INVITATION TO BID
Date: April 9, 2012
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 May 1, 2012,
for the Skyway Drive Transfort Improvements — Gateway Center Drive to South College
Avenue; BID NO. 7376. 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. O.
Box 580, Fort Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly received
' will be publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 7376. The Work consists of
concrete sidewalk construction along the south side of Skyway Drive from Gateway
Center Drive to College Avenue. More specifically, the project includes the following:
removals as defined in the plans, utility coordination, earthwork, erosion control,
' concrete curb and gutter, asphalt patching, concrete sidewalks / curb ramps, seeding
and construction zone traffic control. Construction staking will be completed by the City
of Fort Collins.
' 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.
A prebid conference and job walk with representatives of prospective Bidders will
be held at 10:00 AM, on April 17, 2012, in Conference Room 2A at 215 N Mason
Street, Fort Collins.
' 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://www.fcgov.com/eprocurement
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.
Skyway Drive Transfort Improvements ,
Gateway Center Drive to South College Avenue
Subsection 608.05 shall include the following:
Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other
work and materials necessary for fabrication, transport, and installation will not be measured '
and paid for separately, but shall be included in work for concrete curb ramp.
23
' Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
REVISION OF SECTION 625
CONSTRUCTION SURVEYING
' Section 625 of the standard Specifications is hereby revised for this project as follows:
Subsection 625.01 is hereby revised to include the following:
' All existing survey monuments and property corner located outside of the project grading limits
as defined on the plans that are damaged or destroyed by the Contractor will be replaced at the
Contractor's expense.
All existing survey monuments and property corners located within the project grading limits
which are intended to remain in place and intact as defined on the plans shall be protected by
the Contractor.. Where necessary monuments, property corners, and section corners will be
adjusted or replaced by the City for this project.
' City of Fort Collins will provide the surveying and staking anticipated to include the following:
1. Control
Location of horizontal and vertical control points will be provided at approximately 1000-
foot intervals. Monuments will be set outside the limits of construction.
2. Easements and Right of Wav
Temporary construction easements (TCE) and those portions of right of way between
TCE's will be staked at 100 foot intervals on tangents, PCs, 50 foot intervals on curves,
angle points and corner points.
3. Excavation and Embankment
a. One set of slope stakes at 25-foot intervals (stations) on each side of the proposed
road including intersections. Staking information to include cut/fill for
"limit of cut" or "limit of fill" location
• decision point (ditch flowline or grade break)
• edge of pavement
• roadway centerline
b. One set of shoulder and/or curb stakes at 25-foot stations on each side of the
road including intersections.
C. One set of slope or shoulder stakes for the grading of each driveway and field
access.
d. Ditch grades shall be defined by the slope staking described above.
' 4. Storm Drainage
One set of offset stakes for each storm drain pipe and inlets.
5. Utility Crossing
One set of offset stakes for the utility conduit crossings.
' 24
1
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
6. Subgrade and Paving
a. One set of blue top subgrade stakes at 25-foot stations on tangents, PCs and PT's
after completion of the subgrade preparation. Stakes to be set at 25-foot stations for
horizontal curves with a radius less than 1,000 feet and at all vertical curves. Blue
tops will be set on centerline and the edge of pavement on both sides of the
roadway. These blue tops will remain in place to be used for the aggregate base
course or paving operations.
7. Signs
One set of stakes to locate each sign.
8. Delineators
No survey will be provided. The Contractor shall install delineators as specified in the
plans.
9. Striping
City of Fort Collins will provide layout of all temporary pavement striping for the
Contractor.
10. Mailboxes, Newspaper Boxes and Address Posts
No survey will be provided. The Contractor shall reset all mailboxes, newspaper boxes
and address posts per agreement with the property owner and approval by the Engineer
11. Property Corners and Section Corners
Reset property corners located along the right of way and section corners within the
project grading limits.
25
I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
I REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
' Section 630 of the standard Specifications is hereby revised for this project as follows:
Subsection 630.01 is hereby revised to include the following:
' This work shall consist of furnishing, installing, maintaining and removing temporary
construction traffic control devices including, but not limited to: signs, advance warning arrow
panels, variable message boards, barricades, channeling devices and delineators as required
by the latest version of the City of Fort Collins Work Area Traffic Control Handbook, Manual on
Uniform Traffic Control Devices for Streets and Highways (MUTCD) and the Larimer County
Urban Area Street Standards (LCUASS).
tIn the event of a conflict between the MUTCD and the City's criteria, the City of Fort Collins
specifications shall govern.
' Subsection 630.02 is hereby revised to include the following:
All traffic control devices placed for the project must meet or exceed the minimum standards set
' forth in the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD. All traffic
control devices shall be clean and in good operating condition when delivered and shall be
maintained in that manner on a daily basis. All traffic control devices shall be clearly marked
and free of crossed out information or any other form of defacement that detracts from the
purpose for which they are intended (ex. Crossed our information, information written in long-
hand style, etc.).
' Additionally, any sign blank with sign faces on both sides must have the back sign face covered
when in use to avoid confusion to motorists traveling in the opposite direction and other
potentially affected parties.
Subsection 630.09 is hereby revised to include the following:
' Traffic control through the construction area is the responsibility of the Contractor.
When a device is not in use, the Contractor shall remove it from the project for the period it is
not needed. Devices temporarily not in use shall, as a minimum, shall be removed from the
' area. Moving will include devices removed from the project and later returned to use.
Traffic control devices shall be placed and / or stored in the City right-of-way in such a manner
that minimizes the hazards to pedestrians, bicyclists and vehicles.
Traffic control devices shall be removed from the site immediately upon completion of the work
for any street(s).
In the event there is a violation or safety issue, the City will order a "Stop Work Order" until the
issue(s) is corrected. The Contractor shall not be entitled to any additional compensation for
' delays associates with the "Stop Work Order".
26
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
The Contractor shall be responsible for ensuring safe passage through the work zone for
vehicle, pedestrians and bicyclists.
The Contractor shall use variable message boards to advice road users about upcoming work
on Arterial and Collector Streets. The City will issue direction for the number of boards, general
locations for placement and message verbiage. Fully automated variable message boards shall
be installed and operate continuously for all work on Arterial and Collector Streets.
1. Two-way traffic shall be maintained at all times unless approved by the City. Lane width
shall be maintained at a minimum of ten (10) Feet.
2. The Contractor will provide twenty-four (24) hour minimum notice to the City of Fort
Collins Traffic Department when the project operation is near a signalized intersection.
3. The Contractor shall provide and coordinate uniformed police officers for traffic control
when necessary for the safety of, the workers and traveling public.
Traffic control plans shall be submitted for all work locations prior to commencement of any
work. Plans shall be submitted on approved forms supplied by the City. A traffic control plan
shall be prepared by a Traffic Control Supervisor certified by the American Traffic Safety
Services Association (ATSSA) or a Worksite Traffic Control Supervisor certified by the Colorado
Contractor's Association (CCA).
The typical traffic Control plans shall be submitted for approval to the City by 8:00 am, two (2)
working days prior to the commencement of work. All plans shall be delivered to the City at 625
Ninth Street, Fort Collins. Facsimiles of plans shall not be allowed.
No phase of the construction shall start until the Traffic Control Plan has been approved.
Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work
and Owner shall deduct from compensation $1,000.00 per day for said compensation, as well
as the Contractor's forfeiture of payment for all work and materials at that location with no
adjustment in the Contract time.
The Traffic Control Plan shall include, as a minimum, the following:
1. A detailed diagram which shows the location of all sign placements, including advance
construction signs (if not previously approved) and speed limit signs; methods, length
and time duration for lane closures and location of flag persons.
2. A tabulation of all traffic control devices on the detailed diagram including, but not limited
to: construction signs, vertical panel, vertical panel with light, Type I / II / III barricades,
cones, drum channelizing devices and advance warning flashing or sequencing arrow
panel. Certain traffic control devices may be used for more than one operation or phase.
However, all devices required for any particular phase must be detailed and tabulated.for
each phase.
3. Number of flaggers to be used.
4. Parking restrictions to be in effect.
27
I
I
I
J
0
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
Approval of the proposed method of handling traffic does not relieve the Contractor of liability
specifically assigned to him / him under this Contract.
Subsection 630.10 is hereby revised to include the following:
The Contractor shall designate an individual, other than the superintendent, to be the Traffic
Control Supervisor. Traffic Control management shall be performed by a Traffic Control
Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services
Association (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado
Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of
certification shall be presented to the City Traffic Control Manager, and when requested by the
City, for each TCS utilized on this project.
One TCS shall be designated as the Head TCS. The Head TCS shall have a minimum of one
year experience as a certified TCS. Qualifications shall be submitted to the City for approval a
minimum of one week prior to commencement of the work. The Head TCS shall be on site at all
times during the construction.
It is the intent of the specifications that the Head TCS be the same throughout the project and
remains on site at all times during the construction.
If, in the opinion of the City, any traffic control individual does not perform their duties at or to the
minimum industry standard, the Contractor will be required to replace that individual.
DThe TCS shall be equipped with a cellular phone.
The TCS duties shall include, but not be limited to the following:
1. Prepare, revise and submit Traffic Control Plans as required.
e2. Supervise and direct project flaggers.
3.
Coordinate all traffic control related operations, including those of the Subcontractor and
supplier.
4.
Coordinate project activities with appropriate police and fire control agencies, Transfort,
O
school districts and other affected agencies and parties prior to construction.
5.
Inspect traffic control devices on a calendar day basis for the duration of the project to
ensure devices are functioning properly.
6.
Oversee all requirements covered by the plans and specifications which contribute to the
convenience, safety and orderly movement of traffic. ,
7.
Flagging in emergency or relief for short periods of no more than fifteen (15) minutes
over a sixty (60) minute period.
8.
Traffic
control device set up and removal.
9.
Maintain a project traffic control diary which shall become part of the City's records. This
'
diary / log shall be submitted to the City daily and shall include the following information
as a minimum:
a
28
I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
a) Date
b) For Traffic Control Inspection, the time of the inspection
c) Project description and location
d) Traffic Control Supervisor's name
e) Types and quantities of traffic control devices used per approved MHT
f) List of flaggers used, including start time, stop time and number of flagging hour
breaks
g) Traffic control problems (traffic accidents, damaged or missing devices and
corrective actions taken)
Traffic control management shall be maintained on a twenty-four (24) hour per day basis. The
Contractor shall make arrangements so that the Traffic Control Supervisor or their approved
representative will be available on every working day, "on -call' at all times and available upon
request of the City during non -working hours. A twenty-four (24) hour telephone number shall
be provided to the Cityprior to commencement of work.
All traffic control devices and traffic control management shall be placed under the supervision
of a Traffic Control Supervisor.
The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins "Work
Area Traffic Control Handbook" and Part VI of the MUTCD, pertaining to traffic control for street
and highway construction, available at all times.
The following list reflects devices that may be used on the project or as authorized by the City:
"NO PARKING" sign with stand
Vertical panel without light
Channelizing drum without light
Type 1/II barricade without light
Type III barricade without light
Cone with reflective strip
Size A sign with stand
Size A Specialty Sign
Size B Specialty Sign
Safety Fence
Light
Advance warning flashing or sequencing arrow panel
Variable message board
Size B sign with stand
All costs associated with Traffic Control Plan review will not be measured or paid for separately,
but shall be considered incidental to the Work. Review fees will not be measured or paid for
separately, but shall be considered incidental to the Work.
The Contractor shall provide the services of the Colorado State Patrol or City of Fort Collins
Police when necessary during the course of the work as instructed by the City. Associated
costs shall be incidental to the Work.
The City shall deduct from compensation due the Contractor $10.00 per day for each traffic
control device not removed from the site immediately upon completion of the work or as directed
by the City.
Flagger hand signs and devices, such as Stop/ Slow paddles, will not be measured and paid for
sePerately, but shall be included in the Work.
The flaggers(s) shall be provided with electronic communication devices when required. These
devices will not be measured and paid for separately, but shall be included in the Work.
29
I
I
I
I
I
I
I
I
I
11
11
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
The cost of batteries, electricity and / or fuel for all lighting or warning devices will not be
measured and paid for separately but will be considered subsidiary to the traffic control.
Sand bags and caution tape will not be measured and paid for separately, but shall be included
in the Work.
The City shall not be responsible for any losses or damage due to theft of vandalism. The City
of Fort Collins will not be responsible for any damage caused by the Contractor's construction
activities to the public. Private or public property which is damaged by.the Contractor's
equipment or employees will be the sole responsibility of the Contractor.
Subsection 630.15 is hereby revised to include the following:
All traffic control costs including, but not limited to, furnishing equipment, equipment set up /
removal / modifications, TCS and flagging personnel, vehicles, phones, hand signs,
communication devices, sandbags and all related incidentals required for traffic control under
this Contract shall be considered a subsidiary obligation of the Contractor in connection with the
various items of the Work. No measurement or payment shall be made separately for traffic
control related items as specified in these specifications or as directed by the City.
SPECIAL CONDITIONS FOR WORK ON COLLEGE AVENUE (STATE HIGHWAY 287):
1. Cross street traffic shall be maintained at all times unless authorized by the City in
writing.
2. Construction or repair work will only be permitted on College Avenue between the hours
of 9:OOam to 3:OOpm (except in the case of an emergency) for a lane closure of the
southbound acceleration lane.
3. Two southbound travel lanes on College Avenue must be open at all times during the
duration of the project.
4. Flagging will be required on College Avenue for all material delivery in accordance with
City approved Traffic Control Plans.
5. The City will approve Traffic Control Plans for College Avenue.
6. The City will file for a Variance Permit through the Colorado Department of
Transportation (CDOT) for approval of the Contractor to work on College Avenue.
' Pay Item Pay Unit
Construction Zone Traffic Control Lump Sum
Construction Zone Traffic Control JCS) Days
I Construction Zone Traffic Control (Flagging) Hours
Variable Message Boards Each/Day
I
�I
I
I
30
I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
UTILITIES
The following Utilities are known to be within the project limits:
Utility/Agency
Contact
Phone
Traffic — City of Fort Collins
Syl Mireles
(970) 221-6815
Fiber Optic — Comcast
Dennis Greenwalt
(970) 484-7166
Electric — City of Fort Collins
Doug Martine
(970) 224-6153
Telephone — Century Link
Bob Rulli
(970) 988-2120
The work described in these plans and specifications will require. coordination between the
Contractor and the utility.companies in accordance with subsection 105.10 in conducting their
respective operations, so the utility work can be completed with minimum delay to all parties
concerned.
The Contractor will be required to provide traffic control for any utility work expected to be
coordinated with construction, as directed by the Engineer.
The Contractor shall coordinate expected relocation completion schedules with each utility after
notice to proceed. The Contractor shall complete a project schedule and updates to that
schedule so that the project will be completed in the time frame allowed in this contract
considering utility relocations and utility coordination at the time of construction.
The work listed below shall be performed by the Contractor in accordance with. the plans
and specifications, and as directed by the Engineer. The Contractor shall keep the utility
companies advised of any work being done to their facilities, so that the utility companies can
coordinate their inspections forfinal acceptance of the work with the Engineer. Provide written
notice to each utility company, with a copy to the Engineer, prior to any work by a utility
company that is to be coordinated with project construction. A minimum of three (3) calendar
weeks of prior notice is required.
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 811 for locates
requests. 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.
All costs incidental to the foregoing requirements will not be paid for separately, but shall be
included in the work.
31
i
I
I
I STANDARD SPECIAL PROVISIONS
I
I
I
I
11
u
I
I
I
I
I
I
I
I
32
I
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for '
opening Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities '
and irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid '
in the form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, ,
shall have, a financial interest in the sale to the City of any real or personal property,
equipment, material, supplies or services where such officer or employee exercises
directly or indirectly any decision -making authority concerning such sale or any ,
supervisory authority over the services to be rendered. This rule also applies to
subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment,
kickback or any items of monetary value from any person who has or is seeking to do '
business with the City of Fort Collins is prohibited.
City of Fort Collins
1
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director '
REVISION OF SECTION 103
COLORADO RESIDENT BID PREFERENCE
a
February 3, 2011 1
Section 103 of the Standard Specifications is hereby revised for this project as follows:
Subsection 103.01 shall include the following:
(a) Colorado Resident Bid Preference. A resident bidder shall be allowed a preference against
a nonresident bidder from a state or foreign country equal to the preference given or
required by the state or foreign country in which the nonresident bidder is a resident.
Resident bidder means:
(1) A person, partnership, corporation, or joint venture which is authorized to transact
business in Colorado and which maintains its principal place of business in Colorado: or,
(2) A person, partnership, corporation, or joint venture which is authorized to transact
business in Colorado, which maintains a place of business in Colorado, and which has
paid Colorado unemployment compensation taxes in at least seventy-five percent of the
eight quarters immediately prior to bidding on a construction contract for a public project.
To determine the resident bid preference status of a bidder, the bidder shall submit a
completed Form 604 with the proposal. Failure to submit the residency Form with the
proposal will be justification for and may result in the rejection of the proposal and forfeiture
of the proposal guaranty.
The proposals will be treated as follows:
(1) All proposals will be checked for accuracy by the Department.
(2) The dollar amount of the checked proposal from nonresident bidders will be adjusted by
a percentage equal to the percentage preference given or required by the state or
foreign country of the bidder's residency. If the state or foreign country does not give or
require a residency preference, no adjustment in the proposal dollar amount will be
made.
(3) Adjusted proposals from nonresident bidders will then be compared to proposals from
resident bidders, and the bidder with the lowest total will be considered the apparent low
bidder.
(4) Should a nonresident bidder be the apparent low bidder, in accordance with paragraph
(3) above, an award will be made on the basis of the original proposal, not the adjusted
proposal.
(5) The Department will proceed with its normal award procedure.
33
I
i
July 29, 2011
REVISION OF SECTION 105
CONSTRUCTION DRAWINGS
' Section 105 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 105.02(f)
L
i
i
C
i
i
i
I
i
i
34
I
I
REVISION OF SECTION 106
CERTIFICATES OF COMPLIANCE AND
CERTIFIED TEST REPORTS
I
February 3, 2011 1
Section 106 of the Standard Specifications is hereby revised for this project as follows:
In subsection 106.12, delete the second paragraph and replace it with the following:
The original Certificate of Compliance shall include the Contractor's original signature as
directed above. The original signature (including corporate title) on the Certificate of
Compliance, under penalty of perjury, shall be 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 passed all specified tests in conformity to the plans and specifications for this
project. One legible copy 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.
In subsection 106.13, delete the second paragraph and replace it with the following:
The Certified Test Report shall be a legible copy or an original document and shall include the
Contractor's original signature as directed above. The signature (including corporate title) on the
Certified Test Report, under penalty of perjury, shall be 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
passed all specified tests in conformity to the plans and specifications for this project. One
legible copy or original document of the fully signed Certified Test Report shall be furnished to
the Engineer prior to installation of material. Failure to comply may result in delays to the project
or rejection of the materials.
35
I
July 29, 2011
REVISION OF SECTION 106
HOT MIX ASPHALT — VERIFICATION TESTING
Section 106 of the Standard Specifications is hereby revised for this project as follows:
' Delete subsection 106.05 (e) and replace with the following:
(e) Mix Verification Testing. After the mix design has been approved and production
commences, the Department will perform a minimum of three volumetric verification tests for
1 each of the following elements to verify that the field produced Hot Mix -Asphalt (HMA)
conforms to the approved mix design:
(1) Air Voids
(2) Voids in Mineral Aggregate (VMA)
(3) Asphalt Content (AC).
The test frequency shall be one per day unless altered by the Engineer.
The test results will be evaluated and the Contractor shall make adjustments if required in
accordance with the following:
1. Target Values. The target value for VMA will be the average of the first three volumetric
field test results on project produced hot mix asphalt or the target value specified in
Table 403-1 and Table 403-2 of the specifications, whichever is higher. The target value
for VMA will be set no lower than 0.5 percent below the VMA target on Form 43 prior to
production. The target values for the test element of air voids and AC shall be the mix
design air voids and mix design AC as shown on Form 43.
2. Tolerance Limits. The tolerance limits for each test element shall be:
AC ± 0.3 percent
Air Voids ± 1.2 percent
'
VMA ± 1.2 percent
3. Quality Levels. Calculate an individual QL for each of the elements using the volumetric
field verification test results. If the QL for VMA or AC is less than 65 or if the QL for air
voids is less than 70, the production shall be halted and the Contractor shall submit a
written proposal for a mix design revision to the Engineer. Production shall only
commence upon receipt of written approval from the Engineer of the proposed mix
design revision.
After a new or revised mix design is approved, three additional volumetric field verification
'
tests will be performed on asphalt produced with the new or revised mix design. The test
frequency shall be one per day unless altered by the Engineer.
If the QL for VMA or AC is less than 65 or the QL for the test element of air voids is less
than 70, then production shall be halted until a new mix design has been completed in
accordance with CP 52 or CP 54, a new Form 43 issued, and the Contractor
1 36
I
demonstrates that he is capable of producing a mixture meeting the verification
requirements in accordance with A or B below:
A. The Contractor shall produce test material at a site other than a CDOT project. The
Contractor shall notify the Engineer a minimum of 48 hours notice prior to the
requested test. The location and time of the test are subject to the approval of the
Engineer, prior to placement. Three samples will be tested for volumetric
properties. If the QL for VMA or AC is equal or greater than 65 and the.QL for the
element of air voids is equal or greater than 70, full production may resume or; .
B. The Contractor may construct a 500 ton test strip on the project. Three samples in
the last 200 tons will be tested for volumetric properties. After construction of the
test section, production shall be halted until the testing is complete and element QLs
are calculated. If the QL for VMA or AC is equal or greater than 65 or the QL for the
element of air voids is equal or greater than 70, full production may resume. If the
QL for VMA or AC is less than 65 or the QL for the element of air voids is less than
70, the material shall be removed and replaced at no cost to the Department. The
time count will continue, and any delay to the project will be considered to have
been caused by the Contractor and will not be compensable.
The costs associated with mix designs shall be solely at the Contractor's expense.
If the Contractor fails to verify the new mix design in accordance with A or B, then
production shall be halted until a new mix design has been completed in accordance
with CP 52 or CP 54, a new Form 43 issued, and the Contractor demonstrates they are
capable of producing a mixture meeting the verification requirements in accordance with
A or B.
4. New or Revised Mix Design. Whenever anew or revised mix design is used and
production resumes, three additional volumetric field verification tests shall be performed
and the test results evaluated in accordance with the above requirements. The test
frequency shall be one per day unless altered by the Engineer.
S. Field Verification Process Complete. When the field verification process described above
is complete and production continues, the sample frequency will revert back to.a
minimum of 1/10,000 tons. The Engineer has the discretion to conduct additional
verification tests at any time.
37
I
1
1
11
I
r
February 3, 2011
REVISION OF SECTION 107
RESPONSIBILITY FOR DAMAGE CLAIMS,
INSURANCE TYPES AND COVERAGE LIMITS
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 107.15(c) and replace it with the following:
(c) "Each insurance policy shall include provisions preventing cancellation or non -renewal
without at least 30 days prior notice to Contractor. The Contractor shall forward to the
Engineer any such notice received within seven days of the Contractor's receipt of such
notice.
38
August 19, 2011
REVISION OF SECTION 108
CRITICAL PATH METHOD
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The Bar Chart or Initial Schedule shall be submitted at least 10 working days prior to the start of
the work. The Engineer's review of the Schedule will not exceed two working days. Work shall
not begin until the Schedule is accepted, in writing, unless otherwise approved by the Engineer
In subsection 108.03 (c), delete the third paragraph.
39
i
i
LJ
I
I
May 5, 2011
REVISION OF SECTION 109
COMPENSATION FOR COMPENSABLE DELAYS
In subsection 109.10, delete the first two paragraphs 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 105.22, 105.23, 105.24, or 108.08, monetary
compensation will be determined in accordance with this subsection.
(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 labor not otherwise
included in (5) below;
(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) Costs of salaried employees not otherwise included in (1) or (5) above incurred as a
direct result of the delay;
(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.
40
REVISION OF SECTION 109
MEASUREMENT OF QUANTITIES
I
February 3, 2011 1
Section 109 of the Standard Specifications is hereby revised for this project as follows:
In subsection 109.01, delete the 17`h paragraph and replace it with the following:
Vehicles used to haul material being paid for by weight shall bear a plainly legible identification
mark. Each of these vehicles shall be weighed empty daily at times directed by the Engineer.
The Contractor shall furnish to the Engineer, in writing, a vehicle identification sheet that lists the
following for each delivery vehicle to be used on the project:
(1) identification mark
(2) vehicle length
(3) tare weight
(4) number of axles
(5) the distance between extreme axles
(6) information related to legal weight, including the Permit No. and permitted weight of each
vehicle for which the State has issued an overweight permit.
This information shall be furnished prior to time of delivery of the material and at any
subsequent time the Contractor changes vehicles, combination vehicles, axle length
relationships, or overweight permitting of vehicles.
41
I
I
i.
I
I
February 3, 2011
REVISION OF SECTION 401
COMPACTION OF HOT MIX ASPHALT
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the third paragraph and replace with the following:
SMA shall be compacted to a density of 93 to 97 percent of the daily theoretical maximum
specific gravity, determined according to CP 51. All other HMA shall be compacted to a density
of 92 to 96 percent of the daily theoretical maximum specific gravity, determined according to
CP 51. If more than one theoretical maximum specific gravity test is taken in a day, the average
of the theoretical maximum specific gravity results will be used to determine the percent
compaction. Field density determinations will be made in accordance with CP 44 or 81.
42
F
1
SECTION 00100
INSTRUCTIONS TO BIDDERS
I
REVISION OF SECTION 401
COMPOSITION OF MIXTURES — VOIDS ACCEPTANCE
I
February 3, 2011 1
Section 401 of the Standard Specifications is hereby revised for this project as follows:
Subsection 401.02(a) shall include the following:
On projects with voids acceptance of hot mix asphalt, mix designs based on a theoretical
rejection of baghouse fines may be used when necessary to meet CDOT mix design
requirements if the following additional requirements are met. Written approval for use of
theoretical rejection of baghouse fines mixture design shall be obtained before production of
project material.
(1) Price adjustment for the hot mix asphalt shall be made based on voids acceptance
criteria as prescribed in the latest version of the Standard Special Provision, Revision of
Sections 105 and 106, Conformity to the Contract of Hot Mix Asphalt (Voids
Acceptance). All costs associated with theoretical rejection of baghouse fines mix
design, production, and acceptance shall be at the Contractor's expense.
(2) The Contractor shall submit a separate Quality Control (QC) plan for handling the
rejection of baghouse fines. The plan shall identify the plan, equipment, and procedures
that will be used for the rejection of baghouse fines. The plan shall include detailed
information on baghouse control systems and actual data demonstrating consistent
system functionality. The QC plan shall be approved in writing prior to production.
(3) The Contractor shall demonstrate that the material can be produced in accordance with
one of the two procedures listed below. The Contractor shall supply project aggregate
material for use in establishing acceptance testing equipment correction factors.
Aggregate samples that have been produced according to CP-L 5117 to represent plant -
produced material shall be provided by the mix design lab.
(i) The Contractor shall produce a minimum of 3000 tons of material. This material
shall be placed on non thru lanes or offsite in locations approved by the Engineer. A
minimum of 3 samples will be tested for AC content, air voids and VMA. QL's for
each element will be determined in accordance with the contract documents. If the
QL is equal to or greater than 65 for VMA and Asphalt Cement Content and the QL
for the element of air voids is equal to or greater than 70, full production may
commence. This material may be considered a separate process and price
adjustment will be in accordance with subsection 105.05 or;
(ii) The Contractor shall construct a 500-ton test strip on the main line on the project.
Tonnage other than 500 tons may be produced only if approved. Three samples in
the last 200 tons will be tested for volumetric properties. After construction of the
test section, production shall be halted until the testing is complete and element QL's
are calculated. If the QL is equal to or greater than 65 for VMA and Asphalt Cement
Content and the QL for the element of air voids is equal to or greater than 70, full
production may commence. If the TQL is less than 65 or the QL for the element of
air voids is less than 70, the material shall be removed and replaced at the
Contractor's expense.
43
7
February 3, 2011
REVISION OF SECTION 401
COMPACTION PAVEMENT TEST SECTION (CTS)
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the fifteenth paragraph and replace with the following:
Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall
consist of a minimum of seven random cores. The Engineer will determine the coring locations
using a stratified random sampling process. The locations of these cores will be such that one
set can serve as a duplicate of the other. One set of these cores shall be immediately
submitted to the Engineer. This set will be used for determining acceptance of the CTS and
determining density correction factors for nuclear density equipment. Densities of the random
samples will be determined by cores according to CP 44. Density correction factors for nuclear
density equipment will be determined according to CP 81. Coring shall be performed under
CDOT observation. Coring will not be measured and paid for separately but shall be included in
the work. For SMA, a CTS is not used. The Contractor shall follow the requirements for the
demonstration control strip in accordance with the Revision of Section 403, Stone Matrix
Asphalt Pavement.
I
44
REVISION OF SECTION 401
TEMPERATURE SEGREGATION
I
February 3, 2011 '
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.16 delete the twelfth (last) paragraph and replace it with the following:
The Engineer may evaluate the HMA for low density due to temperature segregation any time
industry best practices, as detailed on Form 1346, are not being followed or the Engineer
suspects temperature segregation is occurring. The Engineer will first meet with the Contractor
to discuss the paving practices that are triggering the temperature investigation. Areas across
the mat, excluding the outside 1 foot of both edges of the mat, that are more than 25 °F cooler
than other material across the width may be marked for density testing. Material for
temperature comparison will be evaluated in 3-foot intervals behind the paver across the width
of the mat. The material shall be marked and tested in accordance with CP 58. If four or more
areas within a lot of 500 tons have densities of less than 93 percent of the material's maximum
specific gravity for SMA mixes or less than 92 percent of the material's maximum specific
gravity for all other HMA mixes, a 5 percent price disincentive will be applied to the 500 ton lot.
The 500 ton count begins when the Engineer starts looking for cold areas, not when the first
cold area is detected. This price disincentive will be in addition to those described in Sections
105 and 106. Only one area per delivered truck will be counted toward the number of low
density areas. Temperature segregation checks will be performed only in areas where
continuous paving is possible.
45
i
I
I
I
I
I
I
�1
I
May 5, 2011
REVISION OF'SECTIONS 412, 601 AND 711
LIQUID MEMBRANE -FORMING COMPOUNDS
FOR CURING CONCRETE
Sections 412, 601 and 711 of the Standard Specifications are hereby revised for this project as
follows:
In subsection 412.14, first paragraph, delete the second sentence and replace with the
following:
The impervious membrane curing compound shall meet the requirements of ASTM C 309, Type
2 and shall be volatile organic content (VOC) compliant.
In subsection 601.13 (b), first paragraph, delete the second sentence and replace with the
following:
A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type
2 shall be used on surfaces where curing compound is allowed, except that Type 1 curing
compound shall be used on exposed aggregate or colored concrete, or when directed by the
Engineer.
In subsection 601.16 (a) 1., delete the first sentence and replace with the following:
1. Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant
curing compound conforming to ASTM C 309, Type 2 shall be uniformly applied to the
surface of the deck, curbs and sidewalks at the rate of 1 gallon per 100 square feet.
Delete subsection 711.01 and replace with the following:
711.01 Curing Materials. Curing materials shall conform to the following requirements:
.r-- xcxtrzz w ny A i za+
Burlap216th made frorn Jute�or Kenaf �� y # ��AASHTOrM"'
xd r'td,,+ h3 ^�°,aw .r `k''r^3 .,�H-, e * ^"2
Liquid Membrane -Forming Compounds for
Curing Concrete ASTM C 309
Sheet'Matenals for�sCunng Concrete �KAASHTOM
.y{.'�
'Only the performance requirements of AASHTO M171 shall
apply.
Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean field or
marsh hay may be substituted for straw when approved by the Engineer. Old dry straw or hay
which breaks readily in the spreading process will not be accepted.
46
t
February 3, 2011
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT FINISHING
Section 412 of the Standard Specifications is hereby revised for this project as follows:
t
Delete subsection 412.12(a) and replace it with the following:
(a) Hand Finishing. Hand finishing should be minimized wherever possible. The Engineer shall
be notified prior to hand finishing work and the proposed hand finished work shall be
addressed in the Quality Control Plan for concrete finishing. Unless otherwise specified,
hand finishing methods will be permitted only under the following conditions. Hand finished
concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer
than the maximum width of the slab to be struck off. It shall be sufficiently rigid to retain its
shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall
not be allowed after concrete has been in -place for more than 30 minutes or when initial set
has begun unless otherwise approved by the Engineer. Finishing tools made of aluminum
shall not be used.
The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand
finishing is accomplished in accordance with current Industry standards in the concrete
pavement placement. It shall also identify the Contractor's method for ensuring that the
provisions of the QCP are met. The QCP shall be submitted to the Engineer at the
Preconstruction Conference. Paving operations shall not begin until the Engineer has
approved the QCP. The QCP shall identify and address issues affecting the quality of
finished concrete pavement including but not limited to:
(1) Timing of hand finishing operations
(2) Methodology to place and transport concrete
(3) Equipment and tools to be utilized
(4) Qualifications and training of finishers and supervisors
When the Engineer determines that any element of the approved QCP is not being
implemented or that hand finished concrete is unacceptable, work shall be suspended. The
Contractor shall supply a written plan to address improperly placed material and how to
remedy future hand finishing failures and bring the work into compliance with the QCP. The
Engineer will review the plan for acceptability prior to authorizing the resumption of
operations.
47 1
1
i
I
I
I
I
[1
I
February 3, 2011
REVISION OF SECTION 601
CONCRETE BATCHING
Section 601 of the Standard Specifications is hereby revised for this project as follows:
In subsection 601.06, delete (13) and (17) and'replace with the following:
(13) Gallons of water added by truck operator, the time the water was added and the quantity
of concrete in the truck each time water is added.
(17) Water to cementitious material ratio.
48
February 3, 2011
REVISION OF SECTION 601
CONCRETE FINISHING
Section 601of the Standard Specifications are hereby revised for this project as follows:
L
In subsection 601.12 (a) delete the fifth paragraph and replace it with the following:
Water shall not be added to the surface of the concrete to'assist in finishing operations.
Hand finishing should be minimized wherever possible. The hand finishing methods shall be
addressed in the Quality Control Plan for concrete finishing. Hand finished concrete shall be
struck off and screeded with a portable screed that is at least 2 feet longer than the maximum
width of the surface to be struck off. It shall be sufficiently rigid to retain its shape. Concrete
shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after
concrete has been in -place for more than 30 minutes or when initial set has begun. Finishing
tools made of aluminum shall not be used.
The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing i
is accomplished in accordance with current Industry standards. It shall identify the Contractor's
method for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the
Engineer at the Preconstruction Conference. Concrete placement shall not begin until the
Engineer has approved the QCP. The QCP shall identify and address issues affecting the
quality finished concrete including but not limited to: ,
(5) Timing of hand finishing operations
(6) Methodology to place and transport concrete
(7) Equipment and tools to be utilized
(8) Qualifications and training of finishers and supervisors
When the Engineer determines that any element of the approved QCP is not being implemented
or that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall
supply a written plan to address improperly placed material and how to remedy future hand
finishing failures and bring the work into compliance with the QCP. The Engineer will review the
plan for acceptability prior to authorizing the resumption of operations.
In subsection 601.14(a) delete the fourth paragraph.
L
49 1
11
February 17, 2012
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.16 delete the fifth paragraph.
50
I
February 3, 2011
REVISION OF SECTION 630 ■
RETROREFLECTIVE SHEETING
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.02, delete Table 630-1, and replace it with the following:
Table 630-1
RETROREFLECTIVE SHEETING TYPES
Sheeting
Type IV*
Type Fluorescent'
Application
Work Zone
Work Zone
Alj+aneostutoOg"Cn
Si n
Barricades (Temporary)
X
VerticalsPa�e_S� 'WX%
to iffi " � "
Flaggers Stop/Slow Paddle
X
X
`t©-rumsz 3 ; a
> `...tX'a'W�>
Non -orange Fixed Support
X
signs with prefix "W"
xTS MljWamin"`[Si`n_s - `'
v I ` FMIMOMMUMMMA
STOP sign (R1-1)
YIELD sign (R1-2)
WRONG WAY sign (R5-1a)
X
DO NOT ENTER sign (135-1)
EXIT sign E5-1a
1DE3TOUR sin (M49)orM111,101,19
x - "�
M
MC�
.. „',Jr'c
All other fixed support signs'
X
X
All1'ot1Lr signs used•only
�X
X`h ' ..
Burin nworkm shouts d .
c�
1 Fluorescent Sheeting shall be of a brand that is on the MOT Approved Products List.
2 Drum Sheeting shall be manufactured for flexible devices.
3 Fixed support signs are defined as all signs that must remain in use outside of working
hours. They shall be mounted in accordance with Standard Plan S-630-1.
♦ New signs and devices shall be manufactured with Type IV sheeting. Existing signs and
devices manufactured with Type III sheeting may be used on projects advertised prior to
January 1, 2014. Signs and devices used on projects advertised on or after January 1, 2014
shall be manufactured with Type IV sheeting.
51
1
1
1
1
I
1
1'
1
1
1
1
1
1
February 3, 2011
REVISION OF SECTION 630
RETROREFLECTIVE' SIGN SHEETING
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.06, first paragraph, delete the fifth sentence and replace with the following:
Retroreflective sheeting on new devices shall be Type IV. Existing devices manufactured with
Type III sheeting may be used on projects advertised prior to January 1, 2014. Devices used on
projects advertised on or after January 1, 2014 shall be manufactured with Type IV sheeting.
52
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).
184i=414I,f�Ye70:1191911ON0a0Zi16111&LA, �y
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.
June 16, 2011
REVISION OF SECTION 703
AGGREGATE FOR HOT MIX ASPHALT
Section 703 of the Standard Specifications is hereby revised for this project as follows
Subsection 703.04 shall include the following:
The aggregate for Hot Mix Asphalt (HMA) shall meet the requirements of Table 703-4A when
tested in accordance with CP-L 4211 Resistance of Coarse Aggregate to Degradation by
Abrasion in the Micro-Deval Apparatus. The Contractor shall be assessed a price reduction of
$1000 for each production sample of the combined aggregate with a value greater than 20
according to CP-L 4211.
Table 703-4A
AGGREGATE DEGRADATION BY ABRASION
IN THE MICRO-DEVAL CP-L 4211
Not to exceed
Combined A • gr�a�:Mix'Design• ;' ,;...
1�8, .'
Combined Aggregate (1/10,000 tons, or fraction thereof
20
during production
53
i
July 28, 2011
REVISION OF SECTION 703
CONCRETE AGGREGATES
' Section 703 of the Standard Specifications is hereby revised for this project as follows:
Delete the second paragraph of subsection 703.00 and Table 703-1.
Delete subsections 703.01 and 703.02 and replace with the following:
703.01 Fine Aggregate for Concrete. Fine aggregate for concrete shall conform to the
requirements of AASHTO M 6, Class A. The minimum sand equivalent, as tested in accordance
with Colorado Procedure '37 shall be 80 unless otherwise specified. The fineness modulus, as
determined by AASHTO T 27, shall not be less than 2.50 or greater than 3.50 unless otherwise
approved.
703.02 Coarse Aggregate for Concrete. Coarse aggregate for concrete shall conform to the
' requirements of AASHTO M 80, Class A aggregates, except that the percentage of wear shall
not exceed 45 when tested in accordance with AASHTO T 96.
I
I
I
1
1
1
I
1
I
54
1
i
I
February 3, 2011
REVISION OF SECTION 712
WATER FOR MIXING OR CURING CONCRETE
Section 712 of the Standard Specifications is hereby revised for this project as follows
Delete subsection 712.01 and replace it with the following:
712.01 Water. Water used in mixing or curing concrete shall be reasonably clean and free of
oil, salt, acid, alkali, sugar, vegetation, or other substance injurious to the finished product.
Concrete mixing water shall meet the requirements of ASTM C1602. The Contractor shall
perform and submit tests to the Engineer at the frequencies listed in ASTM C1602. Potable
water may be used without testing. Where the source of water is relatively shallow, the intake
shall be so enclosed as to exclude silt, mud, grass, and other foreign materials.
55
J
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
Iperform 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.
11
Financial Services
City �1
Purchasing Division
F®rt
Id Floor
PO Box 580
i
C®l�s
For Collins,Mason 8t. 52
Fort CCO 80522
970.221.6775
970.221.6707
Purchasing
fcgov.com/purchasing
ADDENDUM No. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7376: Skyway Drive Transfort Improvements - Gateway Center to S.
Collge Avenue
OPENING DATE: 3:00 PM (Our Clock) May 1, 2012
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
Clarifications Not Resulting in Changes to the Bid Documents:
A. The following question was brought up during the advertisement process.
Can you provide the Bid Schedule in Excel format?
The Bid Schedule in Excel format is included with Addendum #2.
B. The following question was brought up during the advertisement process.
Please define the requirement for detouring pedestrians "through the work
zone", specifically when work is going on along the south side of Skyway
Drive (where no facilities currently exist) and along College Avenue
(between Skyway and the bus stop)?
The Contractor will be required to provide a safe, reasonable detour route
for pedestrians along Skyway Drive during the project. The north side of
Skyway Drive is the suggested pedestrian detour route. All materials and
labor necessary to create and maintain the pedestrian detour route (ex.
orange safety fence, barrels, signs, etc.) will be paid under Item #630-01
Construction Zone Traffic Control of the bid schedule.
Per Addendum #1, Transfort has agreed to a temporary relocation of the
College Avenue bus stop.
C. The following question was brought up during the advertisement process.
Per the Summary of Work in the Project Special Provisions, there are up
to nine days of "Anticipated Calendar Days Lost to Adverse Weather
Conditions" between May and June. Due to the short schedule and the
inability to make up days if the "Days Lost" occur near the end of the
project, can you consider granting extensions to time for all "Days Lost"
Addendum 2 ,
7376 Skyway Drive Transfort Improvements — Gateway Center to S College Avenue Page 1 of 2
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be issued
only by Addenda. Questions received less than seven days prior to the date for
opening of the Bids may not be answered. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will
be without legal effect.
5.2. All questions concerning the scope of this project should be directed to the
Engineer. Questions regarding submittal of bids should be directed to the City of
Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER
as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in
the amount stated in the Invitation to Bid. The required security must be in the
form of a certified or bank cashier's check payable to OWNER or a Bid Bond on
the form enclosed herewith. The Bid Bond must be executed by a surety meeting
the requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder
has executed the Agreement and furnished the required contract security,
whereupon Bid Security will be returned. If the successful Bidder fails to execute
and deliver the Agreement and furnish the required contract security within 15
days of the Notice of Award, OWNER may annul the Notice of Award and the Bid
Security of that Bidder will be forfeited. The Bid Security of other Bidders whom
OWNER believes to have reasonable chance receiving the award may be
retained by OWNER until the earlier of the seventh day after the effective date of
the Agreement or the thirty-first day after the Bid Opening, whereupon Bid
Security furnished by such Bidders will be returned. Bid Security with Bids which
are not competitive will be returned within seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment (the
Contract Times) are set forth in the Agreement.
11
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal" items. Whenever it is indicated
on the Drawings or specified in the Specifications that a substitute or "or equal"
' item of material or equipment may be furnished or used by CONTRACTOR if
acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the "effective date of the Agreement'. The procedure for
submittal of any such application by CONTRACTOR and consideration by
Engineer is set forth in the General Conditions which may be supplemented in
the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
' 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430
contained within these Documents.
' 10.2. If OWNER or Engineer after due investigation has reasonable objection to
any proposed Subcontractor, either may, before the Notice of Award is given,
request the apparent successful Bidder to submit an acceptable substitute
without an increase in Bid price. If the apparent successful Bidder declines to
make any substitution, OWNER may award the contract to the next lowest
responsive and responsible Bidder that proposes to use acceptable
' subcontractors. Subcontractors, suppliers, other persons or organization listed
and to whom OWNER or Engineer does not make written objection prior to the
giving of the Notice of Award will be deemed acceptable to OWNER and
I 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.
t11.1. 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.
1
1
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the
form must be stated in words and numerals; in case of conflict, words will take
precedence. Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied by
evidence of authority to sign) and the corporate seal shall be affixed and attested
by the secretary or an assistant secretary. The corporate address and state of
incorporation shall be shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed
by a partner, his title must appear under his signature and the official address of
the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture
or by an authorized agent of each participant. The full name of each person or
company interested in the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures,
interpolations, or otherwise will be acceptable unless each such alteration is
signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to
identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the Bid
shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to
Bid and shall be enclosed in an opaque sealed envelope marked with the Project
title, Bid No., and name and address of the Bidder and accompanied by the Bid
Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule
of Subcontractors as required in Section 00430. If the Bid is sent through the mail
or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date
for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made
by addendum. Bids received after the time and date for receipt of Bids will be
J
' 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.
r14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the place
' where Bids are to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an
authorized representative provided he can prove his identity and authority at any
time prior to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the
receipt of Bids provided that they are then fully in conformance with these
Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and
major alternates (if any) will be made available after the opening of Bids.
' 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid
L Opening, but OWNER may, in his sole discretion, release any Bid and return the
Bid Security prior to that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate
contract terms with the Successful Bidder, and the right to disregard all
nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER
reserves the right to reject the Bid of any Bidder if OWNER believes that it would
not be in the best interest of the Project to make an award to that Bidder, whether
because the Bid is not responsive or the Bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria established
by OWNER. Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders,
whether or not the Bids comply with the prescribed requirements, and such
alternates, unit prices and other data, as may be requested in the Bid Form or
prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of
the Work as to which the identity of Subcontractors, Suppliers, and other persons
and organizations is submitted as requested by OWNER. OWNER also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials 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
I
F]
counterparts of the Agreement and attached documents to OWNER with the
required Bonds. Within ten (10) days thereafter, OWNER hall 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 is 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
Lthis 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
SECTION 00300
BID FORM
I
SECTION 00300
BID FORM
1
PROJECT: 7376 Skyway Drive Transfort Improvements — Gateway Center Drive to
South College Avenue
Place:
Date: A,,
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.
1 3
Accompanying this Bid is a cegi ied or cashier's check or standard Bid bond in
the sum of AV
($ fo(.S, y--, ) 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 ayment Bonds is as follows: C,,,-erac4ar `s
BO^I 4 ri— Jor
T
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. i
through al
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
(Seal - if Bid is by corporation)
......... .
r
LORPOR,q jF
ads
SEAL
RESPECTFULLY SUBMITTED:
No/tioe,inrrc.irP)na T_tip.
CONTRACTOR �)
BY:
Printed Date
Title
License Number (If
C330 JO ut ` Co Ile, ff
lf
I Frt- Ball" s . Co_ 8oszs—
Telephone _5 '` 10 - —'IkV- J'80
Email 1 � &rd aQ t/o9e.1 rornr.re.-�'e_. C_n n
,City of
..Fort COliins
SKYWAY DRIVE TRANSFORT IMPROVEMENTS
City of Fort Collins - Capital Projects
"Unit
-.. Cast -.. _ ;
Total
Cost _
Ref k
Item p
_ Item,Descriptfon .'
Quantity
Uri!( -
1
201-01
Clearing and Grubbing (0.5 Acre)
I
LS
$ 3.490,00
$ 3,490.00
2
202-01
Removal of Tree (3 Inch Caliper or Less)
2
EA
$ 250.00
S 500.00
3
202-02
Removal of Sign
3
EA
$ 75.00
$ 225.00
4
202-03
Sawcutting (8 Inch Asphalt Mat)
200
LF
$ 4.50
S 900.00
5
202-04
Removal of Asphalt Mat
37
SY
$ 15.00
$ 555.00
6
202-05
Sawcutting (8 Inch Concrete)
60
LF
$ 4.50
S 270.00
7
202-06
Removal of Concrete
200
SF
$ 2.00
S 400.00
8
202-07
Removal of Fence
140
LF
$ 0.95
S 133.00
9
203.01
Unclassified Excavation (Complete In Place)
400
CY
$ 14.45
S 5.780.00
10
203-02
Borrow
50
CY
S 14.00
S 700.00
11
203-03
Muck Excavation
50
CY
S 28.90
S 1.445.00
12
203-04
Shouldering (Recycled Asphalt) (Haul and Place)
45
TON
S 17.10
$ 769.50
13
203.05
Subgrade Preparation (Sidewalk)
6.800
SF
$ 0.35
S 2,380.00
14
203.06
Flowable Fill (Utility Backfill)
10
CY
$ 74.50
$ 745.00
15
207-01
Topsoil (Imported)
100
CY
$ 27,17
$ 2.717.00
16
208-01
Erosion Log (12 Inch)
995
LF
$ 2.90
$ 2.885.50
17
210-01
Reset Sign
3
EA
$ 70.00
$ 210.00
18
212.01
Soil Conditioning
0.35
ACRE
$ 4,470.00
$ 1,564.50
19
213-01
Mulching (Weed Free Hay)
0.35
ACRE
$ 2.770.00
$ 969.50
20
216-01
Seeding (Native)
0.35
ACRE
$ 4,900.00
$ 1,715.00
21
403-01
Hot Mix Asphalt (Patching)
10
TON
$ 167.00
S 1,670.00
22
412-01
Concrete Pavement (8 Inch)
200
SF
$ 7.00
S 1.400.00
23
506-01
Riprap (9 Inch)
5
CY
$ 85.00
S 425.00
24
607-01
Fence (3 Wire Smooth)
155
LF
$ 7.00
S 1,085.00
25
608-01
Concrete Sidewalk (6 Inch)
6,800
SF
$ 4.00
S 27.200.00
26
608-02
Concrete Curb Ramp w/ Truncated Domes
210
SF
S 9.50
S 1.995.00
27
609-01
Curb and Gutter (Type 2) (Section II-B)
245
LF
$ 19.00
$ 4,655.00
28
613-01
Electrical Conduit (1 Inch)
40
LF
S 4.00
$ 160.00
29
620-01
Sanitary Facility
1
EA
S 270.00
$ 270.00
30
626-01
Mobilization
1
LS
$ 2,200.00
$ 2.200.00
31
630-01
Construction Zone Traffic Control
1
LS
S 4,140.00
$ 4,140.00
32
630-02
Construction Zone Traffic Control JCS)
105
HR
$ 32.00
$ 3.360.00
33
630-03
Construction Zone Traffic Control (Flagging)
120
HR
S 22.00
$ 2.640.00
34
630-04
Variable Message Board
15
EA I DAY
S 121.00
$ 1,815.00
BID TOTAL:
S 81,369.00
Skyway bid lab Vogel 2012 xis
tbk
i
I
1
F
due to weather?
"Anticipated Calendar Days Lost to Adverse Weather Conditions" were
factored into the Contract times for substantial completion and final
acceptance. The City will not grant an extension of time for "Days Lost'
due to weather.
D. The following question was brought up during the pre -bid meeting. Please
verify the requirement for a "full time superintendent whose sole
responsibility is to monitor and coordinate all facets of work"?
The requirements were clarified in Addendum #1
E. The following question was brought up during the advertisement process.
Please confirm that the Contractor is responsible for permit costs per 6.13
of the General Conditions?
The City has applied for the City of Fort Collins Excavation permit and the
Colorado Department of Transportation Special Use permit. Both of these
permits will be at no cost to the Contractor. Additionally, the City will incur
the cost, if applicable, for the electrical connection to the proposed bus
stop shelter pad.
Per Section 6.13 of the General Conditions, the Contractor will be
responsible for obtaining and paying all construction permits and licenses
other than those listed in the above paragraph.
F. The following question was brought up during the advertisement process.
Where will the 10 CY of flowfill be installed (Item 14 of the Bid Tab)?
The flowfill will be used to backfill the abandoned Century Link phone
pedestal (sheet 5 of the plan set) before placing the new sidewalk.
Additionally, flowfill will be required if any shallow utilities (less than 12
inches from finished grade) are encountered at the southwest corner of
Skyway and College with the removal and replacement of the concrete
apron, curb, gutter and sidewalk.
Please contact John Stephen, CPPO, LEED AP, Senior Buyer, Buyer at (970) 221-6777
with any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
' Addendum 2
7376 Skyway Drive Transfort Improvements — Gateway Center to S College Avenue Page 2 of 2
City of
Fort Collins
Ref # I Item #
IN WORDS Eighty One Thousand Three Hundred Sixty Nine Dollars
SKYWAY DRIVE TRANSFORT IMPROVEMENTS
City of Fort Collins - Capital Projects
Unit,
Skyway bid tab Vogel 2012s1s tbk
SECTION 00400
SUPPLEMENTS TO BID FORMS
t
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
I
I
L�
i
1
1
1
1
SECTION 00410
BID BOND
Vogel Concrete,
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Inc•
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, 7376
Skyway Drive Transfort Improvements — Gateway Center Drive to South College
Avenue.
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.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of May 1 , 2012, 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: Vogel Concrete, Inc.
Address: 6330 S. College Ave.
Fort Collins, CO 80525
UAL
<!i/ •
\\tt•'--- -••,0
���.►�! :'Nc
CORPORATF
,SEAL
oaf
�'06n1111N0'
SURETY
Contractors Bonding and Insurance Company
5300 DQ'C Parkway, Suite 490
Greenwood V411a e 00 80111 c� „
Title: Attorney -in -fact
J n
79
(SEAL)
®�j�j
Contractors Bonding and Insurance Company
e
Strcct
P.O. box 9271
P.O. ox92
.n nu ce.g.ar
Startle, WA 93109A271
Know All Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint:
WR. Withrow. Tyler Withrow, Megan A. Birown. Bud Withrow. jointly or severally
in the City of Denver State of Colorado its true and lawful Agent and Attorney in Fact, with full
power and authority hereby confelTed, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100
Dollars ( $10,000,600.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attomey in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings 4A the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings; Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its YjLyg
President with its corporate seal affixed this 13th day of March 2012
ntractors Bonding and Insurance Company
+ •.• Die Vice PTcsidcm
State of Washington ,yam ,• '
SS �i '(JA 4311i (i��O,`` �
County of King err ✓ t"•rC��oNo,. �
r, irg r1111v`7� CERTIFICATE
On this 13th day of March 12012 I, the undersigned officer of Contractors Bonding and Insurance
before 1ne, a Notary Public, personally appeared Roy C. Die , who Company, a stock corporation of the State of Washington, do hereby
being by me duly swonm, acknowledged that he signed the above Power of certify that the attached Power of Attomey is in fidl force and effect
Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and furthermore, that the Resolution of the
Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In
act and deed of said corporation. testimony whereof, I have hereunto set my hand and the seal of the
Contractors Bonding "and Insurance Company this .1 St , day
y� of INav ,L012.
�)V'-elm-- Contractors Bonding and Insurance Company
Joseph B. t utter Notary Public
Z ttt
Roy C�Vice President President
0575529U3291 A005951I
NotarY Public
stole or Washington
JOSEPH a. MULLER
MY COMMISSION EXPIRES
March 29. 2012
17
I
1
1 SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
1 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 1. Name of Bidder:
1 2. Permanent main office address:
3. When organized: %Va
4. If a corporation, where incorporated: c3T
1 5. How many years have you been engaged in the contracting business under your
present firm or trade name?
1 6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
1.
1
General character of Work performed by your company:
8. Have you ever failed to complete any Work awarded to you?
If so, where and why?
i
9. Have you ever defaulted on a contract?
If so, where and why?
10. Are you debarred by any government agency?
If yes list agency name.
i
9
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:
(a—io
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? �s
18. Are you licensed as a General Contractor? ,f/
If yes, in what city, county and state?
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract?�1 S
If yes, what percent of total contract? /J-�k
And to whom? /V1141V _ SeezL ' o..1,4y
f
f
f20.
Are any lawsuits pending against you or your firm at this time? AA
IF yes, DETAIL
f
21. What are the limits of your public liability? DETAIL lt4 .
What company?
22. What are your company's bonding limitations? A
f
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
fcomprising
this Statement of Bidder's Qualifications.
at /,�:PJO v... this /ram day of /i/,, 20f�
fDated
Name of Bidder
f'By:
%-�
Title:
State of
'
County of
T� 9`/ being duly sworn deposes and says that he
fis
of �c --f . , and that �
(name of organization)
the answers to the foregoing questions and all statements therein contained are true
and correct.
fSubscribed and sworn to before me this P day of20-1-�
f/ (Seal)
Notary f blic / r'-H
z /�/��/�
My commission expires:
f
f
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 00500
'
AGREEMENTFORMS
'
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
1
1
1
1
1
1
City of
Fort CoWns
Purchasing
ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial Services
Purchasing Division
215 N. Mason St. 2n" Floor
PO Box 580
Fart Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/Purchasing
Description of BID 7376: Skyway Drive Transfort Improvements - Gateway Center to S.
Collge Avenue
OPENING DATE: 3:00 PM (Our Clock) May 1, 2012
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
Exhibit 1 — Revised Bid Schedule
Exhibit 2 — Clarifications
Exhibit 3 — Revised Specifications
Exhibit 4 — Revised Plan Sheet - Planned Quantities
Please contact John Stephen, CPPO, LEED AP, Senior Buyer, Buyer at (970) 221-6777
with any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 1
7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 1 of 9 '
SECTION 00510
' NOTICE OF AWARD
DATE: May 3, 2012
' TO: Vogel Concrete Inc.
PROJECT: 7376 Skyway Drive Transfort Improvements — Gateway Center Drive to South
' College Avenue
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
' You are hereby notified that your Bid dated May 1, 2012 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement
for 7376 Skyway Drive Transfort Improvements — Gateway Center Drive to South College
' Avenue.
The Price of your Agreement is Eighty -One Thousand Three Hundred Sixty -Nine Dollars
($81,369.00).
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately
' or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days of the date
' of this Notice of Award, that is by May 18, 2012.
1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement
including all the Contract Documents. Each of the Contract Documents must bear your
signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds) as
specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary
Conditions.
Failure to comply with these conditions within the time specified will entitle OWNER to
consider your Bid abandoned, to annul this Notice of Award and to declare your Bid
Security forfeited.
' Within ten (10) days after you comply with those conditions, OWNER will return to you one
(1) fully -signed counterpart of the Agreement with the Contract Documents attached.
' City of Fort Collins
OWN
' By.
Ja s B. O'Neill, II, CPPO, FNIGP
Di ctor of Purchasing & Risk Management
I
SECTION 00520
' AGREEMENT
THIS AGREEMENT is dated as of the 3rd day of May in the year of 2012 and shall be
' effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Vogel Concrete Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
' forth, agree as follows:
ARTICLE 1. WORK
' CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may
' be the whole or only a part is defined as the construction of the 7376 Skyway
Drive Transfort Improvements — Gateway Center Drive to South College Avenue
and is generally described in Section 01010.
' ARTICLE 2. ENGINEER
The Project has been designed by the 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 twenty-five (25) 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 ten (10) 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 r
legal preceding 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:
Five Hundred Dollars ($500.00) for each calendar day or fraction
thereof that expires after the twenty-five (25) calendar day period
for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500.00) for
each calendar day or fraction thereof that expires after the ten (10)
calendar day period for Final Payment and Acceptance until the
Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: Eighty -One
Thousand Three Hundred Sixty -Nine Dollars ($81,369.00), 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.
1
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, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, 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. If, in the sole discretion of Owner, on
recommendation of Engineer, Owner determines that the character and progress
of the Work have been satisfactory to OWNER and ENGINEER, OWNER 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. 95% 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
'
Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of
'
the Contract Price, less such amounts as ENGINEER shall determine or
OWNER may withhold in accordance with paragraph 14.7 of the General
'
Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
'
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay
the remainder of the Contract Price as recommended by ENGINEER as provided
in said paragraph 14.13.
' ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
'
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
'
Contract Documents, Work, site, locality, and with all local conditions and Laws
and Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in
'
the Supplementary Conditions as provided in paragraph 4.2 of the General
Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
'
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the
'
Work at the Contract Price, within the Contract Times and in accordance with the
other terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
1
L
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the accurate
location of said Underground Facilities. No additional examinations,
' investigations, explorations, tests, reports, studies or similar information or data
in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and conditions
of the Contract Documents, including specifically the provision of paragraph 4.3.
of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
' conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
' discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General
' Conditions, Supplementary Conditions, those items included in the definition of
"Contract Documents" in Article 1.10 of the General Conditions, and such other
items as are referenced in this Article 7, all of which are incorporated herein by
' this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related actions
in carrying out the terms of this Agreement are deemed Contract Documents and
incorporated herein by this reference, and include, but are not limited to, the
following:
'
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
'
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2.6 Application for Payment
1
I
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
1 COVER SHEET
2 PLANNED QUANTITIES
3 HORIZONTAL CONTROL PLAN AND LAYOUT SHEET
'
4-5 EXISTING CONDITIONS AND REMOVAL PLAN
6-8 SKYWAY DRIVE PLAN AND PROFILE
9 COLLEGE AVENUE PLAN AND PROFILE
10 POTHOLES OF EXISTING UTILITIES
11 RAMP DETAILS
12 - 14 CROSS SECTIONS
15 - 16 EROSION CONTROL AND RESTORATION PLAN
The Contract Drawings shall be stamped "Final for Construction" and dated.
'
Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 2, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract Documents
'
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated by
reference in this Article 7. The Contract Documents may only be amended,
'
modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General
Conditions.
' ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
' General Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically but not 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.
I
1
1
I
I
I
1
1
[1
1
OWNER: CITY OF FORT COLLINS
By:
JAME B. LOa'N Et L 111, CPP0, F N I G P
_ DIRECTOR OF PURCHASING
1! AND RISK MANAGEMENT
Date:
Attest
Ad d re
P. O. Box 580
Fort Collins, CO 80522
Approved a to �orm ,
Assistan ity `Attrrney
CONTRACTOR: VOGEL CONCRETE INC.
By:
.7eW �
PRINTED
Title:
Date:0Q,
fcbn BfJ SEAL)
. SEAL
Addr)0s for giving notices:
6 ,:�4':) X(y1-�
ELLA L(Lug, c2n kXEZ-'5-
License No.:
I
i
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7376 Skyway Drive Transfort Improvements — Gateway Center
Drive to South College Avenue
To: Vogel Concrete Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within () calendar days from receipt of this notice as
required by the Agreement.
Dated this day of
20
The dates for Substantial Completion and Final Acceptance shall be 20_
and , 20_, respectively.
City of Fort Collins
OWNER
By:
ITitle:
1
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this _day of
, 20
CONTRACTOR: Vogel Concrete Inc.
Title:
SECTION 00600
'
BONDS AND CERTIFICATES
'
00610
Performance Bond
00615
Payment Bond
Certificate Insurance
00630
of
'
00635
Certificate of Substantial Completion
00640
Certificate of Final Acceptance
'
00650
Lien Waiver Release (CONTRACTOR)
00660
Consent of Surety
'
00670
Application for Exemption Certificate
1
1
1
1
1
1
1
t
1
1
SECTION 00610
PERFORMANCE BOND
Bond No. CSB0010354
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
6330 S College Ave, Fort Collins, CO 80525
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the 'Principal' and
(Firm) Contractors Bonding and Insurance Company
(Address) PO Box9271, Seattle, WA 98109-0271
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 Eighty -One Thousand Three Hundred Sixty -Nine
Dollars ($81,369.00) in lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by
these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 3rd day of May, 2012, a copy of which is hereto
attached and made a part hereof for the performance of The City of Fort Collins Project, 7376
Skyway Drive Transfort Improvements — Gateway Center Drive to South College
Avenue.
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.
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.
FI
EXHIBIT 1 - REVISED BID SCHEDULE
Dint
.Cost
,-��Total
: Cost
"Ref #
.Item.#
;,..Item"Description?
Quantity "
Unit,'?'
1
201-01
Clearing and Grubbing (0.5 Acre)
1
LS
$ -
2
202-01
Removal of Tree (3 Inch Caliper or Less)
2
EA
$
3
202-02
Removal of Sign
3
EA
S
4
202-03
Sawcutting (8 Inch Asphalt Mat)
200
LF
$
5
202-04
Removal of Asphalt Mat
37
SY
$ -
6
202-05
Sawcutting (8 Inch Concrete)
60
LF
S
7
202-06
Removal of Concrete
200
SF
$
8
202-07
Removal of Fence
140
LF
S
9
203-01
Unclassified Excavation (Complete In Place)
400
CY
$
10
203-02
Borrow
50
CY
$
11
203-03
Muck Excavation
50
CY
$
12
203-04
Shouldering (Recycled Asphalt) (Haul and Place)
45
TON
$ -
13
203-05
Subgrade Preparation (Sidewalk)
6,800
SF
$
14
203-06
Flowable Fill (Utility Backfill)
10
CY
$
15
207-01
Topsoil (Imported)
100
CY
$
16
208-01
Erosion Log (12 Inch)
995
LF
$
17
210-01
Reset Sign
3
EA
$
18
212-01
Soil Conditioning
0.35
ACRE
$
19
213-01
Mulching (Weed Free Hay)
0.35
ACRE
$ -
20
216-01
Seeding (Native)
0.35
ACRE
$
21
403-01
Hot Mix Asphalt (Patching)
10
TON
$
22
412-01
Concrete Pavement (8 Inch)
200
SF
$
23
506-01
Riprap (9 Inch)
5
CY
$
24
607-01
Fence (3 Wire Smooth)
155
LF
$
25
608-01
Concrete Sidewalk (6 Inch)
6,800
SF
$
26
608-02
Concrete Curb Ramp w/ Truncated Domes
210
SF
S -
27
609-01
Curb and Gutter (Type 2) (Section II-6)
245
LF
$
28
613-01
Electrical Conduit (1 Inch)
40
LF
$ -
29
620-01
Sanitary Facility
1
EA
$
30
626-01
Mobilization
1
LS
$ -
31
630-01
Construction Zone Traffic Control
1
LS
$
32
630-02
Construction Zone Traffic Control (TCS)
105
HR
$
33
630-03
Construction Zone Traffic Control (Flagging)
120
HR
$
34
630-04
Variable Message Board
15
EA / DAY
$
BID TOTAL:
$
' IN WORDS
Addendum 1
' 7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 2 of 9
I
1
1
1
1
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 15th day of May , 201 2.
IN PRESENCE OF:
1111 sAty//
` R°ORAT
�..
SEAL.
/11111110
IN PR N.CE, OF:
lF � -7
t(Surety Seal)
Principal Vogel Concrete Inc.
(Title)
6330 S. College Ave., Fort Collins, CO 80526
(Address)
Other Partners
0
0
Surety Contractors
Bonding and Insurance Company
sy�' 2U
PO Box 9271 Seattle, WA 9810R---QoT-6CI....
(Address)
- tiQs cc `+'' o
19
n
�rON n ;
' NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
1
1
1
I
SECTION 00615
PAYMENT BOND
Bond No. CSB001 0354
'
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
'
6330 S College Ave, Fort Collins, CO 80525
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the 'Principal' and
(Firm) Contractors Bonding and Insurance Company
'
(Address) PO Box 9271, Seattle, WA 98109-0271
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 Eighty -One Thousand Three Hundred Sixty -Nine
Dollars ($81,369.00)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 3rd day of May, 2012, a copy of which is hereto
'
attached and made a part hereof for the performance of The City of Fort Collins project, 7376
Skyway Drive Transfort Improvements — Gateway Center Drive to South College
'
Avenue.
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.
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.
I
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
' each one of which shall be deemed an original, this 15th day of May , 20 1 ?
S
= (Co&pczate Sial)_
'
SEAL
'1111"Agw�LANCE OF:
1
IN PRES�N/CE OF:
(Surety Seal)
Principal Vogel Concrete Inc.
(Title)
6330 S. College Ave., Fort Collins, CO 80526
(Address)
Other Partners
By:
By:
Surety Contractors Bonding and InsuraRge,gompany
PO Box 9271 Seattle WA 9810 -71
(Address)
"_' r) N D
' NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
t
Contractors Bonding and Insurance Company
1213 Valley Street
P.O. Box 9271
Seattle, WA 98109-0271
Know All Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint:
W R Withrow, Tyler Withrow. Megan A. Brown, Bud Withrow, jointly or severally
in the City of Denver , State of Colorado its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100
Dollars ( $10,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
' The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
'Ail bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
' Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
'IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Yim
President with its corporate seal affixed this 13th day of March , 2012
♦mo
" Contractors Bonding and Insurance Company
3 •,G f979v "Tlidy C. Die Vice President
State of Washington „ 5
J} SS
County of King GJ ,rrll„y
�99 CERTIFICATE
On this 13th day of March 201� 9 ;' ,a� 1= the undersigned officer of Contractors Bonding and Insurance
before me, a Notary Public, personally appeared i or' company, a stock corporation of the State of Washington, do hereby
being by me duly swom, acknowledged that he signed the above 1;cji$A, f certify that the attached Power of Attorney is in full force and effect
Attorney as the aforesaid officer of the Contractors Bonding, god' and is irrevocable; and furthermore, that the Resolution of the
Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In
act and deed of said corporation. testimony whereof, I have hereunto set my hand and tjt� seal of the
Contractors Bonding and Insurance Company this I Ln , day
of May 2012.
J` pv-az--- Contractors Bonding and Insurance Company
Joseph B. uller Notary Public
Roy C. Die Vice President
0575578032912 A0059511
Votary Poblk
State of Washington
JOSEPH B. MULLER
MY COMMISSION EXPIRES
Much 29. 2012
Al O® CERTIFICATE OF LIABILITY INSURANCE
5/31/2012
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Peak 360, Inc.
1600 Emerson St.
Denver CO 80218
CONTACT Gary Friedman, CPCU, MSIS, RPLU, ARM, AAI
NAME:
PHONE (303)534-7325 FACN (303)623-7325
ADoae :gfriedman@peak360.com
INSURE S AFFORDING COVERAGE
NAIC p
INSURERAILuto Owners
32700
INSURED
VGL, INC., DBA: VOGEL CONCRETE
6330 S. COLLEGE AVENUE
FORT COLLINS CO B0525
INSURER B:DWners Ins. Co.
32700
INSURER C:
INSURER D:
INSURER E :
INSURER F:
COVERAGES
1
1
1
1
1
1
CERTIFICATE NIJMRERCL1232900821
RFVISION NIIMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF
POLICY NUMBER
POUCYEFF
MMIDD
POLICY EXP
MMIDD
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
A
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE aOCCUR
74037316
1/17/2012
1/17/2013
PREMISES R uv nce
$ 300, 000
MED EXP(Any one person)
$ 10,000
PERSONAL B AW INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGO
$ 2,000,000
X POLICY PRO- LOC
$
AUTOMOBILE
LIABILITY
EOMaBIN4EDtSINGLE LIMIT
11000,000
BODILY INJURY(Perperaon)
$
B
ANY AUTO
ALLOWNED X SCHEDULED
AUTOS AUTOS
709905202
/17/2012
1/17/2013
BODILY INJURY (Per accident)
$
HIRED AUTOS NON -OWNED
PPeri cid ^DAMAGE
$
Medical camera
S 10,00
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAR
CLAIMS -MADE
DED RETENTION$
$
WORKERS COMPENSATION
WC $TATU- OTH-
S ER
ANDEMPLOYERS'LIABILITY YIN
My PROPRIETORIPARTNERJEXECUTIVE
OFFICER/MEMBER EXCLUDED?
N I A
E.L EACH ACCIDENT
$
E.L. DISEASE -EA EMPLOYE
$
(Mandatory In NH)
u yes. eescdbe under
DE SCRIPTION OFOPERATIONSbeloe
E.L. DISEASE- POLICY LIMIT
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ARach ACORD 101, Additional Remarks Schedule, if more space is required)
RE: #7376, Skyway Drive Improvements.
The City of Fort Collins is an additional insured under the General Liability policy and on going
operations in accordance with all the terms, conditions, and limitations of the policy and then only for
liability caused by the negligent acts of the named insured as required by written contract or agreement.
jstephen@fcgov.com
CITY OF FORT COLLINS
PURCHASING
PO BOX 580
FORT COLLINS, CO 80522
ACORD 25 f20101051
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Friedman/GARY
mn 1BRR_7ndn Arnan rnaonaeTlnM All A. kt� .ewe —A
.' INS02512Dimslni Th. ACnRn name and Inn^ aro mnietnrnd mar4c of ArnRn
A�i b® CERTIFICATE OF LIABILITY INSURANCE
5/3o�2012 Y
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT COWest Associates
NAME:
Co West Insurance Associates
PHONE (720) 524-9344 FAX WC N (720)524-9352
P.O. Box 101387
E-MAIL
ADDRESS:
INSURE S AFFORDING COVERAGE
NAIC N
INSURER A:Pinnacol Assurance
41190
Denver CO 80250-1387
INSURED
INSURER B
INSURER C:
VGL, Inc.
INSURER D:
6330 S. College Ave.
INSURER E
INSURER F:
Fort Collins CO 80525
COVERAGES
1
Ai 9 NI rey-Ak amp, Ill 1-14:31
REVISION NUMBER -
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF
POLICY NUMBER
POLICY EFF
MMIDDIYYYY
POLICY EXP
MMIDD
LIMITS
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITYPREMISES
CLAIMS -MADE F—IOCCUR
EACH OCCURRENCE
S '
_
c rr nc
$
MED EXP(My we person)
$
PERSONAL B ADV INJURY
$
GENERAL AGGREGATE
S
GEN'L AGGREGATE LIMIT APPLIES PER:
PRO LOC
POLICY IFQT
PRODUCTS - COMPIOP AGG
$
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED F7 SCHEDULED
AUTOS AUTOS
NON -OWNED
HIRED AUTOS AUTOS
COMBINED SINGLE LIMIT
Ea accident
BODILY INJURY (Per person)
$
BODILY INJURY Per accident
$
PROPERTY DAMAGE
r id n
$
UMBRELLA LIAR
EXCESS UAB
OCCUR
CLAIMS -MADE
EACH OCCURRENCE
$
AGGREGATE
$
DIED RETENTION$
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YINIR
ANY PROPRIETORIPARTNERIEXECUrIVE
OFFICERIMEMBER EXCLUDED? ❑
(Mandatory In NH)
if yes, describe under
DESCRIPTION OF OPERATIONS belay
NIA
102132
7/1/2011
/1/2012
X WC STATU- DTH-
E.L. EACH ACCIDENT
$ 100,000
E.L DISEASE - EA EMPLOYEE
$ 100,000
E.L DISEASE - POLICY LIMIT
$ 500,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
City of Fort Collins
Purchasing
Attn: John Stephens
P.O. Box 580
Fort Collins. CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
.R. Withrow/AMID Gr✓� �.i l�
(c 19AA-2010 ArOR❑rnPPnPATInN All rinhfe .nonrvnd
iINS025 fmimsim Tha Ar.ORn name and Innn Ara rPnictPrnd mnrkc of ACr1RD
I
1
L
1
1
i
1
w
1
�l
i
11
1
1
1
1
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
1
I
1
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7376 Skyway Drive
Transfort Improvements — Gateway
Center Drive to South College Avenue
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Vogel Concrete Inc
CONTRACT DATE: May 3, 2012
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.
n ENGINEER AUTHORIZED REPRESENTATIVE
�G DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and
agrees to complete and correct the items on the tentative list within the time indicated.
CONTRACTOR AUTHORIZED REPRESENTATIVE
DATE
' The OWNER accepts the project or specified area of the project as substantially
complete and will assume full possession of the project or specified area of the project
at 12:01 a.m., on . The responsibility for heat, utilities,
security, and insurance under the Contract Documents shall be as set forth under
"Remarks" below.
1 CITY OF FORT COLLINS COLORADO By:
OWNER AUTHORIZED REPRESENTATIVE
DATE
REMARKS:
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
20
TO: Vogel Concrete Inc
Gentlemen:
You are hereby notified that on the day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Vogel Concrete Inc for the
City of Fort Collins project, 7376 Skyway Drive Transfort Improvements — Gateway
Center Drive to South College Avenue.
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 May 3, 2012.
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: City of Fort Collins
By:
Title:
ATTEST:
Title:
I
I
SECTION 00650
' LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins Colorado (OWNER)
FROM: Vogel Concrete Inc (CONTRACTOR)
PROJECT: 7376 Skyway Drive Transfort Improvements — Gateway Center Drive to
South College Avenue
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.
1
1
1
EXHIBIT 2 — CLARIFICATIONS
Pre -Bid Clarifications Not Resulting in Changes to the Bid Documents:
A. Per the pre -bid conference, the following question was brought up regarding "a
full time site superintendent" (slide #10 of the Power Point presentation). Since
this is a smaller project, will the General Contractor be required to employ a full
time site superintendent who is on -site at all times?
The General Contractor will be required to employ a full time site superintendent.
This site superintendent will not be required to be on -site at all times. If the site
superintendent is not on -site, he or she must appoint a person who will act on
their behalf, and is on -site, and shall be responsible for coordinating with the
Engineer. The City will require a point of contact person for any and all work that
is taking place on the project. The point of contact person must be a full-time
employee of the General Contractor or a full-time employee of one of the
Subcontractor's.
B. Per the pre -bid conference, the following question was brought up regarding the
existing Transfort Bus Stop on College Avenue (slide #29 of the Power Point
presentation). Will the City be able to temporarily relocate the bus stop while the
improvements are being constructed on College Avenue?
The City of Fort Collins and Transfort will temporarily relocate the existing
College Avenue bus stop for seven (7) calendar days. The temporary location
will be located north of Skyway Drive along South College Avenue (north of the
project limits). The Contractor will be responsible for notifying the City a
minimum of 48 hours in advance of the request to relocate the bus stop.
Clarifications Resulting in Changes to the Bid Documents:
A. As described in Section lll, above, a full time, on -site site superintendent will not
be required. As a result of this change, the City has determined the Traffic
Control Supervisor (TCS) will not be required to be on -site full time.
The City has determined that a full time, on -site Traffic Control Supervisor JCS)
will not be required in accordance with the revised specification for Section 630 —
Construction Zone Traffic Control.
The following line item has been revised on the bid tab:
• 630-02 Construction Zone Traffic Control JCS) 105 HOURS
Addendum 1
7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 3 of 9
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: Vogel Concrete Inc.
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of 20_, by_
Witness my hand and official seal.
My Commission Expires: Notary Public
SECTION 00660
' CONSENT OF SURETY
TO: City of Fort Collins Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Vogel Concrete Inc.
' PROJECT: 7376 Skyway Drive Transfort Improvements — Gateway Center Drive to
South College Avenue
' CONTRACT DATE: May 3, 2012
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
on bond of (Surety) i
' 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 20
(Surety Company)
By:
ATTACH: Power of Attorney and .Certificate of Authority of Attorney(s)-in-Fact.
I
I
I
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
nn hinT \r,rDITC IAI TUIC CMn! C
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-
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.
r tv �s �.-^^�i` -wv �-&r e" ;ems?: Pat d.. dt3'L'4�{'�'6M
1 * r Coptes;of contractRor�agreement+pages
p� NNSY �P}gbt[k1`lSw3Wg "B AWLv
75gim' ���t.. d,Y''.
(11) identifymgathe contracting parties ;.,,
Plu'378� ?A3 '
Mw
7�i�T�®IY°.� ands`(2)contammgstgnatures"f�ofcontractmsparties�mustbe�attached�,
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:
,.��
"
. iAB C/�c�.27..4x V w' r= 0 1 �Ja 4 F fin% ' .�qT
�`�-wsa92..`-3,zf�
t�
f
ra?r.� +�±. ig n.sil t..h*�-T
sx._„dri. =:v ti, -Y+ MN-7
1 declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
DO NOT WRITE BELOW I H15 LINE
I
I
' 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.
tUpon 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 00700
GENERAL CONDITIONS 1
1
1
1
J
1
1
1
1
1
1
I
1
1
1
GENERAL CONDITIONS
OFTBI
CONSTRUCTION CONTRACT
ThesY-GENERAL'CONDITIOM jhava beefi,&velop5d by, using the
STAMARV02-kTERAL C6Nrwr1c)vs Or TIM. CONSZRLJC;TION
ml,4 , Prepared by t'hC, Er gin'ecrt- Joint..Ctntrael, Docum ent§.
Commiit&; Fl.(DC No. 1916-8 (19RI Editi6fi)i as a haic. Changcs to
Lhat;documeril we shmm by und crlining-tca that - haslecri.add'ed and
striking tlirvuo text ihat has'been deleted.
EJCDC GUNFERAI, CONDITIONS 191 M (1990 -EDITION,
WI'FHI,C.F,f Y,OF FORT COLLINS-MODIFICATIONS (REV 9/99)
Article orParagraph,
.Number .& Tide
a-1 RIN, • r
TABLE OF CONTLNTS.OF GENERAL CONDMONS
Page Article or, Paragraph
Number Number &Title
1.1
Addenda, .............................. ......
q ir
13
Agrccment......,,
1
1.3
Application for Payment; .... ,------- ........
7
1.4
.-�sbcstos................
. I
1.5
Bid ..........:............ ::..................:.........I
L(i
Bidding Documents, ..........
l
1.7
Bidding Requirements .....
1
I
Bonds ....... .................................. ........
J
1;9
Change.Order..:............ ....... _...... ......_1.
1a04
Contract.Docum cats_.....__..
1.11
ContractPnee
lJ2
Contract limes;,,;,,,,
1:13
CONTRACTOR.................................:1
i.ia
rkfegive:..............................:...........:.I
1-.15
Drawings ..
.
-I
1.16
EI%ctive Date of the Agreement, ....
1
1.17
ENGL\EER ...:...... _.................
�.
1.13
LNGIN=E's:Ctmsultani,__.,,:.........
1
1,19
Field Order:...•.:.:.,:_......::..:....:..:......:.:1'
1-26
General Requirements , ......
1 _1
-Hazardous Waste.,.--.2 „
•....... I .............,
.,
1.22:3
Lairs -and Regulations; Laws or
Regulations.,
1,22.b
Legal FIoli6 s _
] 23
Liens' ........................... :............ ..........
1.24
%filestone...... ......:................ ...............
?'
125
NoticcofAward ..................... :...::..._2'
I.26
Notice to Proceed „
.2
1.27
01k'VER...............................................2
1 2S
Partial Utilization„.-,,,.....I...................2
129
PCBs:_.:.:_.:.,
,
T130
Peiroleum
1:31
Project.
h32:a
RadioactrvC.A4aterial ........ :................
....�
1326
Regular:Workinn Hours..
133
Resident -Project R,9reseittative.,:;.,...
..,?
1.34
Sample „
2
1.35
Shop Drawings ...................
1:36
Specifications ...................... ....
137
Subcontractor .......... .................... ........
2.
13S
Substantial Completion
2
139
-Supplementary -Conditions,,;,,,,,,,,,,,,,,,,21.40
1.41
Linder•ground, Facilitis,,;,;,;,,;;,;,;;2-3
1.42
Unit Price Wok; ......:::..:..:...:..3
1.43
work.................................................:
1.44
Work Change Directive..-,.,._
1.45
Wrilten Amecdmenl
page
Number
PRELLMNARY MATTERS _,__,_.......................
3
2:1
Del iveryofBonds, ..........................
^^=2
copies of Documents,.,, ........ .......
.3,
.;
Corn mencement,of Contract
Times; Notice to Proceed;---------------
2A
Starting the Work ............................
i
2.5-2.7
DeforeStarting:Constrmiion;
CONTRACTOR's Responsibility
to Report;. Preliminary &hcdiles;
Deli'yery of Certificates. of
Insurance..................................3j4
2.S
?reconstruction Conference
4
29
Initially Acceptable.Schedules:.., ,,.:4
CONTRACT DOCUMENTS: INTENT
AMENDING, REUSE.
4
33=3:2.
.intent
33
Rcfcrcnce'IoStan dardsandSpeci-
fications of Technical Societies
Reporting and Resolving Dis-
crepancies:.... :....... ....... ....
d 5
j.4
Intent of Certain Terms or
Adje ct iv es .......................... . ........::
3.5
Amending Contract Docunents
5
3.6
Supplementing Contract
Documents .:....................... ......
5
17
Reuse ofDocuments ........................:5'
AVAILABiLrr.Y OF LANDS;
SUBSURFACE
A�!D PHYSICAL CONDIT oN5;
REFERENCE POINTS ........................... :.............
5
4.1
Availability of Lands.....................5-6
4.2
Subsurface and Physical
.Conditions._, .........
a 2.1
Reports and Tkawings .....................6
4.2.2
.Limited Reliance by CONTRAC-
TOR Authorized; Technical
Data........ .....................6
4,23;
Nod6c of Differing Sdbsurfhce
or physical. Conditions ..................
6
4:14
FN(77,iNEER's.Rev_icw......................4
4.13
Possible -Contract Documents
.Change ... :....................................
6
4.2:6
Possible Nice and Times
Adjustments .........:.:...:....:.:..:...
_G=7
.4 3
Physical Conditions; -Underground
Facilities,,,,,,,,,,,,,,
7
4 3.1
Shojvn oc Indicated-..,___..-
7
._..7
4:32.
Not Shuwnor Indicated
4.4
Reference Points...............................7
'EJCDc GENERAL. cQtW1T101`St910.S b9,90 EDMON)
wi CITYOF FORT COi.t. SA10DMCA_n0',N(RFV 9&))
1
1
1
1
Article.or Paragraph
Number 1" NtIc
. Page -knic1cor Paragraph
Nunix-r Niumlxr &- Tid,
4-3
A-IbeS'os, Petroleum,
il, Zadolte or
RidioaetNc Material: ...................
74
5. BONbsAMj.rNSURANQF ... ............. ..............
S.
51 - 2
Feifbrmancrc-.' Payrnent and Other
-DMCLS ............. ..............
53
1icensed Sureties and Insurers;
Certibeares of
8
Insurance
9,
5.5
OWI\TtRs,Li bitit IniLvance
41 Y
9
5.6
� - ..........
...............
P-6iler and Machinery or Addi-
o . nal Property lasurance .....
10
3.8
]Naticcof6ocellation Proiision,--.
J0
5;9
CoN7RXCT'OR's Respomijbility
...
,for 6educAle Amounts
3.. 16
Other
'I Insuranc
.5. 11
waiv:er. of
5-12=5.13
R iuip'i and Application of
Insurance Proceeds ... .............
10-11
5,14
Accentdnce of Bonds -arid IMax,
anca; 9pn6n to Replae,.! ........... ........
I I
5.15
Partial Utilization—Roperty
Insurance- .... ...... ; ............................
11
6. jcoNTRAcr6fvsREsPoNSmiLrms
6. 1 L6.2'
Superyislon and Superintendence .......
11
6.3-�6. J'
�bbd.y! Materials and'Eq'uiftmmt
11-1 . 2
6:6
Progrem Schedule,........ ; .............
I
6.7
7sulxtilutn and "0 - r-Equal" Items,
COkRALCT.ORS E. ense;
8ulislitute construction
Methods orProceduIres.,
FN6ihfEERs l3viiluation A..12-13
Supplius and Others;.
t�raive, timghts. .......................
j3-'14
6.12
Pkeitt Fees and Royaltic .s; .................
14
G-13!
Perm its ----- .............
--- 14:
6,14
L. awre and Regulations, ............
j 4,
6.15
Taxes . .......................................
14- 15
6.16
Use ourcrri=,s�* ... ....... .................
15.
617
Site Cleardiness-.., ......
15•
6.18
Safe,Strudural Loading....
6.19
Record ments:— .... ..............
.1 1 . Docu
35
6._�()
-
Safervind Protection,_._,,,,,,,,,,,,,,,
15z16
I
Safetv Re prcsentatiio ........... : .............
J 6.
Hazard Ccwnmunicstion Programs..
16
6,23
Emergencies ..................... ................
16
6.24
Shop Drawings and Sam ples.............
:16
Pigs
Number-
625
Submittal Proccidures; CON=
TRACTORS Review Prior
tomop. Drawing or Sample
` ----------
'6—nri,
a g&;Sample Silbmit-
Shop-Drawing
lij, Rmew I by ENGME..
I 6-] 7
637'.Responsibility
For Vanutians
Fiurwco-htnct Document
117
6.28
Related -Work Performed Prior
!to FlIvIGINTUR's Rcvi6v*and
Approval of Required
........
17
6.29-
Conti . n tong fie WQrk........
17
8.30.
Warranty and Guarantee
- 17
.6.31-3:
0
Ind . cat I hifi6tion
17 . 49
0,34
Survival.of0blig2tions ..............
7.. OTHER, WORK:-- ...................
I's
ReIated-W&L at Site. 77.., ...............
18
7-4
�Co6rdl . L ,
S. OWNERS
RESP.ONSMILITFES ............. ; .......
j 8
H.I.
Communications to CON-.
TRACTOR ............ -," ........
IS
8:2
'Replaciment of ENGINTER- .........
18
83.
Fdrnish*D6tia andPay Promptly
When Due.
Is
.8.4
Landsand Easements Rcpons
8.5
...... . ...........
—.19
,8.6
Change I Qnkrs
19
8.7
Inspections.Tests and
11�pjir&ajs ..... : ............ ........
19
9:8
jstop or Suspend Wokk;
Terminate ca\rrRAC-I'OR!s
.........
19
8.9
..............
LimitationsI - on OWNEICS
Responsibilities.,,,,._, •„_,, .......
8.I & Asbstar; PCBs; P'etrolcurn,
,Radioa.etivc Matcrial..............:..
Arrangements ............. ... J9
9. •F\;GnqFETS,.STARTS DURh\TGj
CONSTRUCnON-.V.a .................. . .... . ...........
19
.9.1
0WNFR's'Rcpresentaivc,
19
.9-i
vints to Site.;_ ....
19
3
F76jeCt Represejitafi�e .............
19-21
9,4
Clarificaticins and.Interpre-
tations. ..................................
9.5
Authorized Variations in \wk-,
1= GENMALCONI)MbMS 1910-S41970 EDITIOM
%Y(C.TTY. OF FORT COLUNN NVOI)MCAnONS (REVMI/
1
Artiele,or Paragraph
Page
Ariicic. or Paragraph
Number B:Title
Nurimbcr
Nurnbzr x Title
Number
96
Rsjccting Defecrise Work .. ..
.ill
13.3,13.9 Uncovering Workai ENGI-
,
9.7--9.9
Shop Drawings, Change O drrs
NLLR'S.Request
27.25
ahi'Paynients...................
.. . .li
13.1G OMNrERNfa}' Stop the Work
23.
9.10
DetaminatiamsforUnitPriecq -,
'I"
13:11 'CoriectionorRcmoval -of
6�11-9.12.
DeCisionsonDisputes ENGI
Defeehne.Work
29
NEERasInitiallntcrprctcr,,,,,,,,,;?3
13.12 CcrrechonPtriod ,...
23
'
9.13
Lunitations on EAGIN ERs.
I113 AceeptanCro -ofDcfecnve'Wcrk
: 2S`
Author ity.E�-ndResponsibilities„_22.23
13:14 OWNCR 3,QayCorrectDefecrive
Work _
2S•29
GTItVvc`,ES IN
fflb IVOrf, ....
lU 1'
OtVNER s Ordered Change ........
........2
14. PAYMFTrCS TO CONfRAC I0R ANI9
IU.2
Claim fprAdjusimrnt
23
COMPLETION,
oq
10.3
Worklim Reyurhd by Contract
„__-
14:1 Schedule of G hies
129
Documents .,
o-
14:^ Application for F7ogress.
,
10.4
_
Change Orders ...., _
3
Payment .....
�9
10.5
Notification of Surch;-------- ----------------
23
143, CONPRACTOR's""Warranty of
Title . .. .. ._. -_
.....
29
CHANGE OF C ONTR CTPRICE......... I ...... _.....
_.-2;
114:14 7 keylcmti of Applmauons fgr
111. 111.3
C oiitn$ct Price Claim. for.
PropPWNYments ,,,. ,..
29 40
,
,Adjusltn rnt; Value of
14.9-14;9' Substantial' Completion ,_,.
.... 30
the Work „-
? _24
14:'10 FNraafUtiliiatioo
30-31
11.4
Cost ofthe Work
425
..,.....
14:I1 FinalInspcc[idn
.1
11.5
Exclusions to Cost of the We
4
1412 Final Application, for Payggcn,
31
,
11.6
CONrP-k-r Rs
25
14.13 14 14 Final Paympntand Acceptance
- ,-31
CL7
Cost Recor 1s .,.. , .
25-26
14:15 Waivec ofCluims . „ ..,.31-n
L1:3:
Cash A cwanccs
�6
_-
h'.
l"19
................... ......
UraEPrice LVor), -.-„ ,,,,,,,,,,,,,_,
, ., ,26
15. SUSPENS10rJ OF WORK 1NL)
TFF �MATION,
2
C %NGE OF CONTRACT TR:4ES _
26
l i;) 0XVNERMav Suspend Work ........
12:1,
Glarn.forAd�ustncnt
26.
152-15.4 01�'NER:IvIay.Tcmtnafc:
3"
I^.3
Time of the Essence
b,
15.5 COIyTRACTOR vlav Stop
12,3
Delaysuo d :ll CONTRACIORs
Work or Terminate
32-33
'
Control-----,-.. .........- ...
, 20-27..
.
12,4
DelaysBcyond OIVNER s.mid
I& DISPUTE RESOLUTION. .......:.............
:.:..:. 33
CONTRACTOR's Control
27
17 MISCELLANEOUS I ANEOUS ,,.
- 33
'
TESTS .AND
INSPECTIONS CORRECTION.
17:1 Gi.V,irg Notica
REIvIOV,AC'ORACCEPTArN'CE OF
17.2 Cainptilatiodof Times;
;..33
DEFECTRTWORT.
..,
7
IT3 NT66cc. 6fdaim
13.1
,
Notice ofDefects-
,r7,
174 CumulnGvcRemedics
„..,»
)32
Access -to the Work-_- . ,. ,, ,
. i7'
17;5 Professional Fees and Court
133
Tests.and Inspec;ions•
Casts in,cludcd..............................
,i3
C0 7TiLACIOR's Cooperation;,,
, „-,3T
] 7.6 APPlieablc State Lawn,;_--,,, ,,,,,,
�D-34
13.4_
OIVNERsRemonsibilitics,
Intentionally _left blanl..... ....;_....
Independent.TestirigLa.boratory,
13_5
CONPRACTOR•s
E\T-IIBIT GC -A: (Optional):
Respgnsibilitiu-;_.....:.:..::..::...........
rl-
Dispute Resolution Ag cement......,,_.._.,_,_,
GC -AI
13.6-13.T
Covering Work Prioi'o Cnspec-
tion, Testing or Approval- ---------
- --'7
16:1'-16¢ Arbitration. ,-
16.7 Mediation ,.-... _„
GC _AI
LsJCDC GENUIW- CONVITONS 1910-S (1990
Futnovl
wi CITY OF FORT C]1d.INS MODMCA nCe1''S nk-EV 9i99)
'
INDEX TO. GLNI IZAL. CONDTTTONS:
City of -Fort Collins modifications to.the GeneralConditions.of the Construction Contract are not shown in this:indee
. Article or Paragraph
Number
Acceptance of —
Bonds an d lnsunmce
'Wor6
.................5.14
defective ......................:.
10.4 1' 13.5; 13.13
tinalpaynient :....-,-'
y.12 1415
insurance ............. .......
5:14
other Work. by CCNTRACTOR
. 7;3
Subsndites.and Or-f qunl Items f7.1
...............
y Work bOVNTFR........
-.. 1 ,5 6.30, 6.34 :
Access to tho--
Lands,. OWNER and CONTRACTOR
raponsibthttes.:...:- . _.:
.:.:...: 4.1
site. related Work ,:----.
7;2
Work : ....:............... ...................
.:13.2" 13.14, 14.9
Acts or Omissions--, Acts and Omissions. -
ACTOR
_ 6.911, 9.113
FR
620, 0 13,3
......................
.....6.20. 8.9
fnition of (also see
mofSpecfications)
(1 6 11U 619I, I:l.
•0pertyInsumnoe4,
.....::..-:..:.,-.5,7
Contract Price orr-Contract
Tunes 15 3.5, 4 1 4 3;? 4,5;y
4 5'3; 9-4, 9 5, l U_2-10:4,
1d.12, 14.8, 15:1
progress schedule I
.... ,. ....... . ri.6
,Agreem ent
definition,o[ .................. 12
....:...........
"All-Risk.Insurance, policy form;,, 5 6.2
Allowances, Cash,,,,,,,,,,,,,,,, 11,3'
Am ending,Coalract'Docomrnts __ 3:5
Amendment. Written
'in general,.- ........ ji 10 1 45 3:3 511(1; S.12, 6:6.2
C.B: , 619; 10.1; 10.4, 11.2
121, 13:1.2.2, 14.72
Appeal, OWNER or CONTRACTOR
intent to_,---, ..., 9.10,'9A 1; 10;4; 16.2, 16:5
Application for .Payln ent-
:definition- of ..::....:..........•.........-........................ 1.3:
FNGTNEER's Responsibility ...... ..... . ..
final payment...... 91 -4 9a35 1412-14`15
in general ...................... ^ 8; 2.9. 5.6.4, 0.1 , 15:5:
progress payment _:.14.1-14.7
14; t1-14.7
,arbitration ......
Asbestos —
claims pwu cant thereto. 4;5.2, 4.5.3
CONTRACTOR authorized to stop Work .......4.52'
definition of ..:................ 1.4
Articleor; Paragraph
Num&r
OWNER responsibility lbr. .,-.......
.......... SS.1,8.It,
p6ssible price and times change........................
I,S.?
Authorized Variations in Work.,,;,,,,
, 34 6.25, 6.27. 9.5
Ava tlability of Lands.,,,.,
4 1. 8.4
Award, Notice, of —defined . .::...
. ............I25
More Starting Constructtart .........
. . . . ....... .5-18
Bid —definition of;_,,,. _ ti5 (1.1, 1-10, 2-1333,
426;4;.6,13.11A.3;
11.9.1)
BiddingDocuments. definition
of ...:_ -':,:.
...... 116(68:2)
Bidding. Requirements-defni born
of ....,..,.
...1.7 (1.1, 4:2:6.21)
,:.......
Bcnds--
acceptance of ...................... ,,,,..,
...,- , s:14
....... - ,,.,-
additional bonds ..................................
10.5, 11.4.5.9
Cost of the Work .................:
11.5.4
definition
delivery of ....:
„..,..,. 1, 5:1
final Application for Payment,_.,-_.._
14712-14,14
general •. ........ ....
l IOP5,1-5.3, S.ii;
9 13 10 5, 14.7,6
Perf6rmancej Pavment and Other
...-5.1-5.1
Bonds and.lnsurance--in general......
............._.:5
Builder's risk "all-risk" policy form.
. 5.6.2
Cancellmion Provisions; Insurance ,:,,.._
5.4.11, ;8, 5,15
CashAllnwanccs
J1:8
Certificate of Substantial Completion.,.,:.,,
J.38, 630,2.3.
.............................. ......
,14:.9, 14,10
...
Certificates of Inspection; .-:9.13.4;
13:5; 14.12
Cerlificatps.of Insurance_ � 7,
� 3- 3 471.5A..13,
0 6 0 5, 9,
0 14,-9,13.4,14.12
Change in Contract Price --
Cash Allowances:,.,,,,
claim for price
adjustment ............. 4Ai 4.2.6. # 5 5 I5 , 6.8 2, 9:4
............. _9.5, 9,11, 10,2,
10.5, i 1.2, 13.9.
..: ......... 13.13. 13:14,.14:7,
15.1, 15.5
CONTRACTOR'S Fc„ .
........:... 11:6
Cost or the Work .. .
general ......................
11.4-.1 1;7
Exclusions to.....:::.:.:.....:.:.::...:...:.::.::::.::.:..11:5
Cost Records: ........ :...... . .
- l 1-7
in general, IJ91' j-4-4, 6-1 P. 104^-104.3, 11
Lump Sum Pricng...... ...................................113.2
Notification ofSurctv::.
Scope :of.
10:3-l0:4
Testing and`Inspcction;
Uncovering the.Work..................................11.9
EICDC GENTR L CONDITIONS 191 asal sin EDFF] ONJ
wf CITY OF FORT GOWNS htODMICATI ONa (REV 91991
EXHIBIT 3 — REVISED SPECIFICATIONS
The following specifications have been revised for the project:
• Revision of Section 630 — Construction Zone Traffic Control
The "Construction Zone Traffic Control' section shall be revised as follows:
• The second and third paragraphs of Subsection 630.10 shall be removed and
replaced with the following paragraphs:
• One TCS shall be designated as the Head TCS. The Head TCS shall have a
minimum of one year experience as a certified TCS. Qualifications shall be
submitted to the City for approval a minimum of one week prior to
commencement of the work. The Head TCS shall be on site as necessary, or as
requested by the Engineer, to ensure all facets of the traffic control set up are
working efficiently in accordance with the approved traffic control plan.
It is the intent of the specifications that the Head TCS be the same throughout
the project and will visit the site on a regular basis, or as directed by the
Engineer.
' Subsection 630.16 shall be revised to include the following:
Pay Item Pay Unit
Construction Zone Traffic Control (TCS) Hours
Please replace pages #28, #29 and #30 of the Project Special Provisions
n
Addendum 1
7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 4 of 9
Unit Price W&L., 1-9
Article orParagraph
NumbO
Valde.of Work.. .................... l .......... ....... 'I ,
Change: in Contract Tirncs-
Claim fc;T Limes adjustment ....... 4.1. 4.2.6. 4.5, 515.
6.8�2"9.495,911 10.4 1U, 1,11.
13.9, 13_13; 13.14::143� 15; 1:,. 1,515�
Coritractuil time1
12-3
CONTRACTORS control,;,;
e o at NoLificn orsur,
. I I- I txl�!�7'c
_. - �
scope of change; ...... I__ ..................
OA
.Change Orders—
Acceptance of'Defective Work...
__ ................... 13.13
Amending Contract Docurnmti
... -,3.5,
Cash Mlowances .... .......
119
* ........ * ..... * ' ' ""'
chaimg: 6f.C'ontra'J"P"r'i'c'e'
............... 'I I
Change of Contract Times _._
.... .. 12'
Changes in -the Work ----------- ---
16
CONTFACTORs Ice ................................
T146
Cost Or LI I& Work,,;.
_J VA-1 Ej
Cost ke= Lt_v"
�Os
- I'l'7
.
deiiriition of ..... .......... ........ ...........
_1 ........ .... 1.9
emergentiies ......................................
411§'�3
ENGINE MRs responsibility ........
9.8. 10.4_1112� 12.1
execution 6c.:'; ..... ....................
; ...................
Indemnifictiotj
111, 6l 16 6.31-6-33
insurance, Bonds arfd.,_..................
5.11% 5-13, 10,5
OW= may'termirialte..............
l .............. 15,2715.4
O,W�,R!s Res ., pansibiLity-,
�
Physical Conditions-
Subsurface and . ..........
***** ..............
.Underground Faciliticsr, ... ....................
..? .12
7
Record Documents; -
--------------6.19
Scope of Chanue
Substituics .........
........ :,; ... ;6.7.3; 6.8.2.
Unit PriceWork............................::...............1'1%9
value oflXork, covered by ........
....... I --- 0113
Changes inthe Work,,., - - -----------------
...... -------- )0
XOLifiC2Li,on.0fSurct,v ........................
.
..........
OWNtR! s and CONTRACTOR's
responsibilities:.:.::.:_:,:.....................
10.4
;Right to am adjustment ....... ... .............
....... ; -, -_ 10.2
Scope of change .............................
. ......... 103-10A
Claims—,
ag I amst coNTR�47.rop ..... ..
......... - ... ...... 6:16
agains; , t ENTUNEER
6.32
against OWNER_..:..._ . ..... l ....... l
....... l ................ 0732
Chan-c.of Contract, Price..._ ......................
9.4, 11.2
Change of Ccritract Times .......................
12.1
CO1NTRACTORs_.__:. ___A_7;I.9-4.9.5i9,II,.I0.2.
11 2;,1
1 l9; 111. 13.9. 14. N,
......................................15.1.
15.5, 17.3
CONTPACTOFCs Fee ................. ................... 11.6
Article or Pariagra0b
Number
CONTTRi_%CT ORs liability ........... 51.4, 6, In 6:16, 6.31
Cost of the Work ,....
11.4, 11,5
Decimns-on Disputes, ..............................
i9.11,9-12
Dispute Resolution, ............
.......... 16.3
Dispute Resolution Agreement ... ............
16-1-16.6
M\',_GINEER as hiitial interpietor-,, .. .........
911
Lump Sum Pricing_,.
13-2
Int icc of --------- ............... ............
I............. -T. 3'
OW-NTERls; .................. :9.4. 9,5j.9IL
10.2; 112, 11.9
13 9_0.10_1314;
17.3
OWNE-RsLability, tt, .. . . .
........
OWNER may refuse Lumake payment .................
14.7
.Professional Fees and Court Costs -
I 'Inchidad
17.5
request ftir -formal decisiop ci� ........
9A I
Substitute ltms
0;7,1.2
Tiine-T,xtemion
I
T un is requi . rements._,,, - ; .............. I ..........
7,9,1 Vz. I
uvitD Price Work ------
I L93
Value of
Waiver of-, anginal P�aymen
4 , .14, 1 14. 15
Work Change'Directivel__,, Ild ,. I"!
.......... 10.2
N�ritien notice req uued�... ll-, 11.1 12.1
clari ficatioris and, rjiterpreiations...,.; ..... ,.16.3;'9.4,
9.11
Clean Site. ................. ...... .........
17
Codes of,.Technical $ociety, Organization
or Associatign................ ...........
Cerrimcricem
....... _'23
Communications-
6.9:2,8:1
Hqznrd Corrim unication Ptograms ---
....... x fi.22
Completion—
Final Application for NymenI. ............
....... 14,11
Fina I Inspection.,-.,
Final Payment and Acceptance . ............
_14.13-14.14
Partial Utilization„ .......... * ..............
.Substantial Completion,,,,,,,,,,,,,, ,,,,, _138,
14.8-14.9
Waiver
Computa Lion of Times ... ........... -------
Concerning StibconurictorsSupplicrs
and"Odicils ........... ...........................
j5-3-6.11
Conferences -
initially acceptable sche.dules�....... I ..............
--- 2:9
preconstructiort ....... ....I ........ I .............
...... 2.8
Conflict, Error; Ambiguity, Discrepancy-
coN-rpAdlbi, to Report__....
2 5, J.12
Construction, before st.zr6ng by
cowp_Ailcrok ............ . . . . . . .
. 5-2i 7
CorstructionMachinery, Equipment, etc
_ .... ..........6.4
Continuing the Work .................... l� ...............
6.29.10.4
ContractDocuments-
Amending.................. .......................
...... ........ 1�5
Bonds ........... I .....
....' ......... 5.1
EJCL)C OLNERAL CONDITIONS 1910-8 (1990 E)11101,r)
w/ k*JTY Of FORT COLUNS MODIFICATIONS (REV 9(T)�
Cash Allowancts, ................ ........... : .......... ILS
Ahicle or Rragra0h
Num t&r
Change or Contract Price, ......... .....................
Change of Contract 'rimes ..... .
.......... . i
C h3nthe Work ... ..............
in vei* ........
.check and . .................. ...............
cli6ficalians and
.,2. 3.8 9.4, 9.11'
. ......................
......
ENGINEER as initial interpreter of,
9,11
ENGNEER as OWMIEWsre rescnia0 ve
9,1
gcn e ral3
Insurance
Intent ....................... .. ..............
3.1-3.4
minor variations tirt.the Work..,,
9WNIERs responsibil ity to 6dnlish data -----------
_,8.3
ow-HMS,responsibility IWMaU
prompt payment .......................... 8 1
4!4, 1413
precedence '. ..... -------- - -- * .. .......... 1.3;
1. 3_3.,
Record'Dco��L'MLs ...................... ... ; ...... . ..........
0.`19
Reference to Standards and Specifications
of technical Socictieq ...... . .....
........ - 33
Related Work ...... ...........
....... 7.2
Reporting and Res.olvina Discrepancies,,; ......
25,13
Reuseof-.... . ...... z_ ... I ;, 1. � ..................
j 7
:Suppleuicnting ...........................................
Z ...... x 6
T erm in. a. tion of ENG LKEE Rs Em ' loym ent:
.... .... 92
Unit Pf ice Work..'
vnn4tionq: ................. ...................... �3.6, 6;23, 6.;27
Visiis.to Site, ENIGINEER'si ............. ...
....... 9.2
Contract Price —
adjustment 154 L 9.4jA 0!3;
11.2-11.13
ofD......
Decision
ecision on Disputes,..,,_, ............... .........
definition of ................. .................
1.11
Contract ilimes—
a4jtistm'eni ...... .... 4.19.4,10,3,12:
Cho nge of.: ............. . ........... ...................
12A-N:4'
Comm encem ': ....................... ; ........
..... 2:3
definition of,,.., ................
1.12
CONTRACTOR-
Ac66ptaticc of insurance_;__,
-„ ;5. 141
Commtaucations;.................................... _6.2.
6.92
Continue` -Work, , „ „— ..................... ... 6.29.10.4,
coordination and scb6_duLin& .......... 7__ .... I
6,9.2 -
delinition of ....................... ! .... a ... ..........
1,13
Limited Reliance -on Technical
Data Authorized
4.2.2
'May Stop WorkT Turninate-, ...... w.— ......
15.5
proeide siteaccess to others .....................
13;2
'SafietyandPrbtection .................... 43.1� 6.16,
6. IS;
............................. .: ... 6;21-6 23,
7.2, 13.2
ShopDravvin and Sample Rivet
prior to suflimittal __ ........... ........ .......
_6 25
Iii
Stop Work requirements......... . ........................
451
CONTR:AcTORIS—
Article
or Ruagraph
Number
Compo nsation
Con tinuiin:g0hligaiioR__"
....................................
14,15
De./ective Work....... �9
. . ............. �6;
1110 -13.14
Duly io correct defiMv'e Mork ........ ..................
13.11
Duty 16 Report-
Changes- in the' Work caused: bd
Emergency.. ...........................
6,23
D.clfects in Work- of Others ,. ......... . . ......
7.3
Differing condition; ......
'4.23
Discrepancy in bozurrents,,, ...... 2,5, 3.3.2" 6,K2
Underground FllclliL-��- not
;4.3.1-
Emergencies . ......
.23
Fquipmen ' t.and Machinery Rental. Cost
ofthe-11jork
.. . .......................... _.; ............
5. I
1A3
Fee Cast Plus: ........................ .11. 4,3A
.
11.6
11:5: 1. .
,
Gc6d-al Warranty avid G_uar?!m4 ...
6.30
Hazard Comm uti icution Program;,-
22
'ndemnificitim_,.__r_z ....... :.:__6JZ,6.l6.; 631-6.33
Inspection or the Work, ,,,,,,
—.7.3, 13:4
anddl3quipirifeni ... ...............
:0.3-6.5
Laws and Regulations, Ccrfi.plvqnct . by,
1_6.14.1
Liability Insuriince .... ..... .. ........
5A
Noticc;of Ihtunt.to.!VPpeaI .........................
9:10, 10.4
obligation to perform and cote
- complete -
thtiWork .......... ........ !! ................ .......
.30
Patent Fees and Royadtic-q, paid for.by ................
6%12
Performance and (-)thcr Bonds
5:1
m Peits, obtained and id'tcr.. pa by .... .............
0.13
Progrcss.ScheduIe...... ;."�6. 2.S,
2.9, 6.6,
1.----6 10.4
15.2 1
_29„
1
9,11
Changes in the Work: ........... ..........
10.1
Concerrimjg.subc6n.triictors, -Stip plicIrs
.and Giliers ..... I .................. ......
ConLinU the 0,k:.........................0.29,
10-4
C6NT;��TOR� _Xpense ....... ......
CONTRACTOR'S General ',.Vzrran.i,y
........
and Gw�rani5c.. .............
- Drawin L or:Sample stibmiLtal ......
:
Coordination tfWcirk ............
6.9.2
Emergencies........................:...............I._.._..
-
6.23
ENGINEER'S Siibs . titut es
& "br.b Itai- Items ..... ----------
, 6.730
,_q
For Acts and Omissions.
of Others ............................. 0,0j-692,
9:13
'For deductible amountsjnsuranc....................5.9
general ...... * ......... ..................... ti, 7.2, 7.318.9
Ilaiardous
lndcm;ifteati
. . on ................ . ................
6,31-6.33
LX,Dc (x",vuLCo\1xT1O.Ns I glu-s'i 1990 UDMON)
IV" CITY OF FORTCOIJJNS MODIFICATIONS MEV 9!99j
Labor, Materials and Equipment ............... 6-3-6.
Laws and Regulations . ... ....... 6.14
Liability Insurance ,:..... . ....... j_ .......... 5.4
Article or Paragriph
. . NumIN-r
Notice of variation from Contract
Docurrints....., ........... .................
16:27.
Patent Fees'and Royalties...._ ....................
612
Pain Its-
PrWess-Schedule -------
j6�6
--6.19
. . .
R,c-ord D6cumi'6n-1s------ ....
I ........... ..... . ........
id3ted 1Vork performed - - pnor to
ENGJNTER!s7ii5�pfovafo' required
. - . . . I-- .- - -f- - -
sUbmitts'ls__ ..... ...........
safe,structuriilllcmdinr,....
6.18
Safety and Proiectio n- .............. 7.2, 112'
SafctyRi:Prescntati�-c---' -� ......................
'Wrk ' ..... ...........
Scheduling the 6 . . .................
Sh4 Urawings_and .Samp!cs... .............
I ... 7.6.24
.. ..... ............
1-16.26
Site Cleanliness. _
, 6.17
Sulimittal Procedures ...............625
Substitute Civisttructi -on Methods
and Pfocedures,.-_-, --- ---------
6.7.2'
,Sub6tittJtesa-nd:.'Or-Equal". hms
6t7. 1:
Sup efic�� .........
, erintend. . .................
--j5z
Supe. ryision ........................... ....................
6.1
sur4ivaia b6iLgations
04
Taxes-
. ........... I ........................ ...........
615
.......
..........
ToRe rt
TO
. I. -I .... .................. .........
a .......
Use of Premii;es
6.30.2.4
R-uiew Prior to,Shoporia-wlnig or
Sample ....... ..........
...... Gv
Rj . to adj tstitient for 6lidii9cs in the W 10.2
9:5, 911,
10.2,113;
I5.Ir
1515, 17.3
Sarety and Prott!cficn;..1 ... -6.20-6.21 7.2113.2
,Safety Representative -.1 .................. .......
Shop Drawings and Samples Sub I mitta.1s...J.24428
Special xzons6ftanis__-- --------- 1 -
------ ,1 IA4
Substitute Constr cuon Methods and Procedure 6 7
1, 6.7- 2.
Subcontractors, Suppliers and Others.
Supmisi&n and SiiiierinL-.nknce-, ........ 6.1,
6.2,421
Taxes, Payment by-., ............... ;.; ......
j6. I S
-
Usz qf irihi iscs, __6,16-6.1
I --- ----- - ------ -----------
S
........
Warranties a Tid ituarante'es
6.30
."'affanry.of Tide., .......... I ................ .................
1,43
Written NoticeR -�
.- -e!qulted"-
CONTRACTORstopor t4minate ........ 15.5
Reports of Differinp Subsurface
and Phvs . ic 211"Condiiiions ...................
Substim6al:Complcticin ......... .......
viii
.......... 14.S
CON�TPACTOPS--oihcr- ..... ...... ...................... �7
Contractual Liability Insurance S . 4.10
..................
Contractual Tiinc Limits�. .................... .............. j 1.2
Article or Paragraph
Number
Coordination-
CONITF-ACTORs reupon5ibility ........................
6D.2
Copies 'ofDoctfmenis: ................ .............
Correction Period,-,;,: ..... w�-!-
112:
.I-
Correction, Reino.vSl or Acceptance'
of Defiecrive AV6rk-
in gerieril .................... ...... 1014, 1.
13.10-13.14
X4t4n . ce oiEDeficzh*ve Work,_ ...... ......
_13,13
Cort-eOon Or Removal of
Defective Work ..............................
1_630, 13.11
Corte ction- Pericid: .......... .......
; ... J3,12
OWNER May C6rnt. Defichvv Work ............
.. 1 1 3.14
Work ..............
..... _13JO
Cost-•-
of. Tests acid Lnsjxctions.,..,.-,-........ ...........
..... 13A.
Records 113
Cost of. the Wark-
Bonds and insurance, cc, addifiorml .... .........
11:4.59
Cash Discounts„ ., ........
....... 11.4 , 2
CONTRACTOR'S Fee.--- ...... ------
1.6.
Exclusions to ....................................................
11.5
General 11.441:5
Horneoffice and
crnearice-and 6virlicaid cxp6hsq,-_..
............ 11.5
T us * ses - ;anddam ages ........................ .......
_1 1:4-5:6
-I
Maier' iiils:and c , " -quipmPnt ........ ....
L4.2
......... -
Minor expenses, ...........................................
11.4.-!.S
.p.ayroll costs.on changes ........
....... L 1: 4:1
performed by Subcontractors:..
143
Rcocrds 113
Rentals of.'eonstru. ct ion equipment ,
,And inachificry.....
1. -4. 533
Royalty paymerifs, permits anti
license fees ...........
...... j 1.4.5;5
site office and temporary _facilities :,-!;
... 3 1;4:5z2
,Special CM5uIL"t,, Cd,,4TRA�dTORS..-;
... 1 A.4
Supplemental:-,,:, I --------- --
ixcs related to the Work,,,,,,, -11A.5-4
........................
Tests and,hnspcctiorV ........ ..................
......
Trade Discoutits; .......
1.4.2
Utilities ; f6al.and sanitary facilitics,
................ . ...
- 114.5..7
. .
kvctk afta,:regular hours
1 1AA
Covering Work..,..::.
.13,7
Cumulative Rcrii6clim-;., ......
Gutting; fitting and wch' ..
.... .......... 7.2.
Data, to be furnished by OWNER, .....; ..........
3
Dity7oefiniticin of ............................... ................
17. 2: 2
Dwisioris on Disputes ..............................
:9.11,9.12
cC�vctiv'e-difirtition ci�f'*
14
defective 1Vor'k--
Acceptance of .......................................
10A.L 13.13
EJCDC CILNEaAL CONDMONS 1910:S (1990 ED11`10ti)
wl OTY OF FORT C-Q1.111.5.,N(Ot)MCA'nO'r, (REV9199)
Correctiomor Removal of 10A1; 13,11
Correction Period.. .......... ..............
in general ........ j 14.11
_ 'T 14;7.
Article or Paragraph
Number
Observation by ENUINFER ........................
6j
OWNERIMay Stop Work,,;,,,,,,,,,,,,,,
'Prompt Notice ofDie Fectk ...... ; .... ......................
13.1
Rejecting:.:::.........:......I.............
....... J.6
Uncovering'.the Work._, .... ............
Definitions . .........
Delays ........... 113;1 , 2.4
Delivery of Bonds- .......
........ 2.1
............
Delivery of certificates -of insurance,,.._.- vxance'_'
........ 7
Determinations for Unit Prices..9.10
.Differing Siibsurface_.c.i PhS:sicqfconditlorib--
'Of.,
Notic-C
4..2.3
:ENGINFER's Rc view ....... ; ........ 64 ..............
; ...... 41 2 4'
-Possible Contract Docurnenm Choilhgq..............
.
. 4_2.5
Possible Rict-mid-Times . AdjUkTI ienis ..............
42.6.
Discreparic'i : cs-Rrporting
and 31:3.1.0,14:2
Dispute RescItition-
Agrecracrik; .... ........... ;.'. ..................
Arbitranon__..__.__.. , ....
J6;l-I&5
gmeral 16
Mediation ....... .................................................
1.6.6
,Dispute Reso i Ut ion Ar-reemeni;.,.,,
Disputes, fliccisiori's ........ .........
(1). 11-9; 12
Docurrents--
copiesof .......................
2.2
.........................
Rccord619
Reuse of, . ........... ......
..3:7
Dr,awing,sdeiQ
1:15
Easements
Effective date of Agreciticriv- definition- of .............
1;16
Emergencies;.......-
23............
ENGINTER-
as initial ,interpreter on disputes ...... .........
9. 1 I-9A 2
definition.of ............ ... ......................... - ......
-Limitations on'authority and r . c I apoI .. nsibjlitii:s,,.,.qA3:
- � �
Replacement oEl.__ ....... ............ z ........
Resident Project Rpes ren . [all . vc .... .
.............
.......
%
ENTG rNTEERs Consultant --definition
ENGINEER'S-
authority and responsibility, limitation - s on
... 9: 13.
Authorized Variations ih.thc.Worl:.....................9.5
Change Orders: responsibdrty foL,..' ;_9.7,
10, 11, 12
darifications'and Interpfctationk ..............
3.6.j, 9.4
Decisions on Disputes;.... I._ ......
defective Work, notice of ..........................
........ 15; 1
Evaluation of.Subs.fiiute Item;,,,,,,,,,,,, ,,,,,,,,,,,6.7.3
Liability ............ ......... ............. 4 ..............
(02, 9,12'
-Notice Work is Acceptable p ...........
14.13
Observations. ....................... ....... ... 6.30.2, 9,2
()W,JER's Representative ................. - ........ ........ 9 1
Payments to the tbimz.Acfok:
Responsibility for.,. ....... ....... 1.4
R I e6oftimendaqbn of Nvarient .......... 4--:1.14A, 14-13
Article or Paragraph
Numb&
Responsibilities --Limitations on "' . ..........
Review of Repoits on Differing 'SuFsiuface
and Nysical Conditions ---- ........ 4.2:4
Shop Drawings and Samples, revkxV
responsibility.._.._
....... ............................... j6,M
Status During Cmstructian--
authorizlidvil.riatioris in flie Work,,,,,,,,,,,
Clarifications I and Interpretations
9.4
Decisions on Disputes ................ ........
V: 1 1-9A 2
Determination$ on Unit Riice.:
2.10
ENGINEER, as IniU Inlerpretcr,
9.11-9:12,
EisIGMER!p Responsibilitics...;
9,1-9.11.
............
Lim itations on ENG MIERs Authority
and Resp6ifsibiliities: ..... . ...................
_9.13
OWNEk!s Reprei entative .. ......... ...
........ 9 - I
Project Representative...-._:9.3
R,jectingDelective Work ..............................9.6
Shop Draiwirigs, Change Orders
and Paymints... ............ ...... .....
.. F ...... 9. 1.9.
Visits to Site.,,;,,,;,,_,-_„ ....... ....
. I
9
........... !_ .-
�., ;;!N
Unit-�Price deterinthations..... ...........................
;
9,11)
Visits to Site
Written .consent xe d ,qtiirc
�7.2. 9.1
'Equipment Taber; blat als and,,,,,,,
........ 1 .0-3.6-5
E46ipfrient r.ental, Cost of th,rVoik.... ........
1 1 1,4.53 ,
Equivalent-1\fitcri ' als Euid Equipmen ................
........ 0.7
error. or OM issions, .... .......
Evidence of Firiancial Arrangements-,
..8.1.1
Explorations of physical conditionj: ... .............
,.;..472]
Fec, COINTRACTORs-17 6i;ts Plus :..........................
11.6
Field Order-
deFihiti on of
J. 19
issued by ENGINEER ..............................
3.6,1, 9.5
Final, Application for Pa3,ment, ........ ....................
V.14,12
:
Final
J4.11
Final Payment -
and Acceptance„..,,,..„................. ......
14
Prior to. for cash allovences
LS
tGencrel
Gencrid ReicluiTements-
definition Of ...... .......................................
....... J'10
principal references IQ,, ............. 2,6, 6A.:16.6-(.7,
6_24
Giving Notiec, .... :__; ...
............ 17.1
Guarantee of Work--byCOi4"rRA,CTC)Rj6;30,
14.12
Hazard Commmication Programs, ..............
6-1-2
Hazardous Write—
........
delinition
1.21
general .......... ; ----- -
__4.5
OWNER'S responsibility for ..........
........ Elio
EJCDC (31:10I.AL CONDITIONS 1910-S 11990 COMOM
ly,'CTTY. OF FORT COLMNSMODIFICATIONS W.V 9l9911
Ceftificaies of:-.
Final
13-13.13.4
8.5
�Receipi and AIJPlic�tjon of Insurance
|
Article or Paragraph
Nairn ber
Tests and ft4ections ...................................
Use of"Prem ists
OWNERS
Limited Reliance by CONTRACTOR
IManuals (of
,Materials andcquipre�ent.�.
Tr
Not Sh -own or Indicated.
4:3.2
Notice r-
Defects. 13.1
Notice to Proceed—
tiomoL.~'..'—_.^—_—..~^^.. tzo
givingm[—.......... .'^.~^~—......................... 2.3
EJCDC
*nnOFFORT nxuwwODu'vm/ww(TtEvqip))
Notification to SurctN ..............................................16.5
Observations' by ENG fl' ER
Occupanev of the Work .....
5.15, 6.30.2A, 14,10
Cmi,ssiqns or acLs.bv 9.13
Open peril policy form. Insyrapet ................
.........50.2
Option to R qlacej ..................... I.............................
5:14
;krticivof Nragriph
Number
."()r Equa l".hems: .................. ............ .....................
j17
Other work 7
over'time-Work , -prohibition 6C ........... :_ ......
i ------6,3
-
Accelptance ofda/acfive XVork_ ......... ......
I ........ al 3
appoilit an FNGINEEP,._, .... .......
...... 8;2
.85 .................. .......
Availability of Lamfi, responsibility ............
....... A. I
definition of ...
.27
daia,- furnish
May Correct 6efecfive Work-ri., ... .........
ai 4�
Mav reffise to make pay ment ...............
......... 11.4-7:
May Stop thc� Work.... . ......
........... 13.4
May Suspend Work,
15J-15A
pavm' cot, Make prompt� ...... : ......... : -:4_33 14.4, 14;13
perrormance of other work.., .......
.........
permits and licenses, requirementg., .............
-'-§J3'
purchased insurance requirements_
Ateptance- of the Work_ ........... ......
c ........
�03 15
Change Ord obillition to execute ...........
8.6. 10.4
.......................................
Coordination, of the Work
7.4
Dispules; request f6r decision..,.. ...............
'Inspections, tests and approvals.
8.7. 13:4
......... ............
...... 5;5
Notice of Defects..; ..... ......... ..............
; ....... 13.1
PqprescntatMe-Dtiring Construction:
Stit
Responsibilities--
JPCPs, Pcirolc= , Hazardous
Alaste ar hadic,actiie Material
Change OMerl,.am .... .........
Chan in the.Work . ........ --_ ------------
'aes
colmmu!*. ----- ..................
81
CON`CrOR's responsibilities ......
........... 8.9
evidence of financiial arrangeraentA ..............
8.111
inspections, test.s.andappro%.M.s.___z_I
...... I ....... 8,7
insurano............ ...... .......... q ........ I.............
lands and easements ...... I-- .... ...........
--. - 8 . . A
prompt paVM cot by ........... ;_ .............
.... 9.3
rcpliic effi emtof MNGINEER ............ _ ..............
$.2
reports and tests ..........................................
stapPr suspend Work . ................ 18:8,
13.10, 15.1
term inite CON17RACTORs
kemces, ...... ... 7-7 .......... ------
8.8; 15.2
separate rcpresentaUve at site ..............................
4U
,testing, independent.,,_,..._._ ....... 13.4
%is c or occupancy
of the Woik,. . ...............
_J15 630.1-4. 14.10
Britten. consent or approval
required .......................................... 9z]4,6.3; 11.4
rs)=rmNTRALcoNi)tTib,,,s mo-simommom
%V/ MTV. OF FORT COIJJI,—, MODIFICA-noNs (REV gtjg)
Article or Paragraph
Number
%VTittefi notice required',-_, ......
9.4; 9. 11
..........................I.......1.11.2, 11.9. 14.T 15A
PCBS-_
.definition o.r-,-., ------- :_ .. ........
:2 9
general ... ....... * ........................................
...........;...................
4,5
OWNER's rcsporisib� itv for : ......... ......
..... .... _S.10
Partial Util-iZation-
general 6.302.4, 14.10
Pro --crty insurance_..._ ....... ..............
........ 5� 13
Patent Fees and R oyalties .......................................
.6.12
Payment
Nyme.nts; Rtcomintodiation' of ..............
14.4-14.7; 14.13
Payments to.CONTRACTOR and Completion
-
Application for ProgressPnyments .............
__J4.2
CONTRA&MsWarrzuib•ofTitic
1413
Fiikil,Applicaticrn for Payment.; ..........
........ .... )4.12
Final:Inspection ...........................................
1.4-11
Final PaVrilent and Acceptance;,,,,,,,,,,,,,,
l q.13-14.14
general2-., ............................ .......
Partial
Renainage................................... ...................
... 14.2
Review of Applications ". , far
Progress pavments ...............
14:4-:14.1
prompt payment:_ ........ :__ .... ............
Scheduic.of Values .........................................
_J4.1
'Substantial Completion;-,.. _............
........ _14-FMA9,
waiver orClaims, ..... : ......... wl ......................
when payments duq .............................
14.4i 14-13
withholding payrricrit.. ................ ...
....... . ..... 1 4_7
Perfiarmance Biaiid4 ............. ........ .............
r�. 1-4;1 -)
PCMAS
I I I . . . 6.13-
Petrolelim-
definition of ................... ........ . W .........
general.........................................................
4, 5
OWNER's reslionsibility .........
_9.10
Physical Conditions—
Drriwin6, of, in -or relrifing,to .... .........
4.2.11:2,
ENGTNTFER's review., ....... .........
...... 4,22. 4
cststtagsrructures------------ ------- : -------
_ ------ _4.2_2
gencral.4.21_2._,, ............... .............
...............
Notice of Diffcrina Subsurfice or„ .....................
4.2.3
Pcissitile Contractt-Documents Change_ ..
........... 4.15
Possible Price and Times Adjusnpents., .....
- ------ 4. 16.•
Reports and Dra%;ingij ....................... ..............
4:11
.Subsurface and:__:_ .................. ........
Subsurficc Conclitions.. ---- ......
Technical Data. Limited ' Reliance by
CONTRACTOR Authorized ........................
4.2-2
Und,erground Facilities—
.general ..........................................................
7.3
Nor Shown or Lndicaed
Protection of. ................................. .......
43, 6.2 - 0
xii
AniclePr Nragaph
Num her
Shown or ffidicHited.
Technical Data ..........................
4 ............... 2 2
*
Precx5ristruction ronfercncG; ....... ! ....... 0.: ...
... .......... 2.8
PreliminarvMattas ----------------------
Preliminary Schedules..
�. I ..... I ......... ......................
26
Premises, Use.of ....... I ......... .......
Price, Change of Contract ................... .............
z ......... 11
Price, Contract --definition of.z ......... ___
-----------
Progress Payment, Applications
ymen i�rctanagq.. .....
Prcigicss Pa7 ht "i * - '..... I .... .......
-- - 14.2
Rogren schedule, CONTRACTORS ............
2,6, 2:8;'2.9,
6.6� 0;29;, 10.4. 15.2.1
Project-defi6itiort o(;.,...... .....
.131
......
Project Representative--
ENGINTEEks Status buriagconstruction ............ 93
Prcject Representative, Rcsidcrit-,dc�trition. of 1.33
prompL p.aymcntIby-C)WWEA,, ....
r : ....... 8:3
Property lruaH.mIu,-
Additional ...... ................... ; ............
-5.7
jeneml.5:6-5. 10
Panial.UWizatibn-,
5,15, 14.10,12
rc.ceipf and application orprocceds .............
5.12-5,13
17otcctiori: Safety and' ; .... 1.41...;A.20-6.21.
112
Rlnch list 1. 111:-:.11.1 1-11
---
-
Radiokiiye Nfataial__
defiritibn of
generil4.5
C)W'-N'FR!s resjiunsibiliq, fbr� .............................
;$.10
Recommendation 14A,
14:5, 14.13
Record Documents;.„ ....... ...... ............
...... 6J9, 14-122-
Records, proccdures�fiar mainLamimiga, ...........
I ........... 1.8
Reference .............
_ ........... �4:4
Reference to Standardsan&Spe6ficatioris
of Technical Societies ........... ............
Regulations; Laws and fed)
(34
RejectihgDefectNe Work
................. 9.6
Related Work --
at e, Sit........... I ...........................................
.
T 1-7.3
e..,:
Perfaqred,prior to Sho'p DraNvings
and Samples submittals review.;,,.,
......... :, .... AM
Remedies, cumulative 1 ............. - ---
- -- 114I 17-5
----
Removal or:Corrc6ttanofboctiw Workk
-
............ J3,14
rental agreemerits, , OWNER approval required....
4. .] 1..5.3
replaccirien . t cif,ENGINEID?_ 8i :OWAR ...
...... ...... S.2
Reporiing,rin.d Re5Olvmg -
Discreoncics ...................... ......... 2.5,
3-3-Z,614.2
Reports -
and Driwings: ............. ....
-- ----_---- 4.2:1
.......
and Tcsts, .
...........
Resident and Project Reprcsent.ative_
definition:of
L33
provision for .................................................
............ ?.3
FJCL)C GENERAL CONDMONS 1910 -S 0 990 EDMONI
wi CITY OF FORTCOUINSMODITICA11ONS MEVW99)
Article or Paragraph
Num ber
Resident Superintendent, CONTRACTOWs E2
Responsibilitiies"
CONM-k(7TOR`s- in gemral
ENGINEERs-in,general .......
.........
LimilaUbm"On ............ ...... ....................
111—I.9
9U
OWI,TER!s-in general ................
Ret2mage
----.-..-,-' 14.2.
Reuse of Documents
- — ............ ...................
- ........... 3,7
Review by CONTRACTOR: Mop Drawilngs -
and Sample: •Prior to Submittal- t4;`
6.25
ReIv iexv, of ApplicaLioni for
�Prcw- ess Payments..1 ..... ................
...... 14.4-14.7
Right to an adjustment:., ........ .........
............... ..... M-2
RJ21-its of Way, -----------..... ------- ---
-------------
Royjltics; Patent FiLs.arid--
Safe:Structufil Loidin ...... ..........
....... ............
.Safety
and Protection.,.,--
I
4.3.2.! 6.16; 6. 1 S.
I .
6-20-6.21,7,2,
112
general ....... ........ ................ .7.;.7
......... 6;'20-6.,23
Representative,'CONTRACTORS..
........ ;..;.C.21
Ssrriples—
definition'of............. z ........1.34
general.,..... .... ............
..........(.24-6.28
Review by CONTRACTOR ................................
6.25
Revie%V by ENGINTEER ..............................
6.26, 6;27
related Work ................. .......................
6.28
.submittal of:. ...
624.2
-submittal procedures .......... I .................
1;
0.25
&hcdWe bfprcgress
2.6:18-2:9. 6, - 6, �
Schedule of Shop'Draivirg and Sarripri
................
6.24-6.28
FcMdtilc of values
'161&.2.9, 14:1
,schedules-
Adhercrice to ..................
................15..11
AdJ . ............................................
; .............. k.6
Change ofContraictTimcs, .. .....
QA
Initially-Acceptible'.
2,9
PrePrehtn i n a-ry ........... . ....... .............
..... ...... �.6
Scope of Changes ... ........ ..............
.......... 10.0-10.4
Subsurface Conditions ..........
4.2.1:1
Shop DraWings--
end Samples, general,,,,-.
.6.24-6:23
Change Orders & Appli6ations for
-
Payments, and-, -- ...............
9.7 -9.9
definition of,-
ENGINEER's approval
t-NGnMER!s responsibility
for review ................. ........
�9,1, 6.24-6.29
related Work
,28 ,
review procedures ............. .............
Y 6.24.6;28
Article of Paragraph
Number
submittal required .... ..................... ! .. ..................
6�24� 1
Submittal Procedures..... .... .....................
...... J.25
use to approve substitutions .. .................
. 6.7.5
Shownor indicated...,.,,. ...
......... 43.1
Site Access ....... ......................... .................
7.2, 13.2
Site Cleanliness .:..; ............................ ..............
...... 0.17
Site, visits lo-
by LNGMEER ............... . .........
13,2
byotliers ................. .........
......
`special causes af.l#s".policylorm,
deFinition of,.- ,, ... ....
J-36
Specifications
Pee 'cations�
defiriation' of ........... ............
of -rechnical Socictim.17cfMficc, to
III
precedence .... ...................3.3.3
Standards:and' , Specifications
of Technical Societies
Starting Construction. Before
Starting the Work ------------------------ -
Stop or Suspend Woik�-'-
by CONTPUACTOR ....... ...... ........
; ...... 15.5
byOWNER, . - -- --------
13.10,15.1
Storap t
ze 617miWrials and equipmen
T2
Structural Loading,- Safet................ .....................
6. IS
Concerning; ........................ ...... .........
definition of- ... .....................
.... ..L7
ddelays..
...............
.
123
Waiver ofrights ................. .............
6.11
Subcontracttirs.--in generall ------
6,8.6.11
Subcontracts —required provisions,-.,*5.11, 6.11, 1 IA.3
Submittals" -
Applieations for Paym eni .................................
. 14. 2
�ihtcnancc and Operation Manuals
14:12
Procedures.,-—, .............. .... ...........
�
Proaress Schedules ..... ......... ; ......
2,6, 2.9
Samples ..... : ............. ......
schedule of
, 6; 141
Schedule of Shop DraWings and' Sam plc
Submissions, ......... � .........
Shop Dr Wirig4......................... ...
�6.24=6.28
Substantial Completion—
certi E ca. tion. or, -2.3,
14,8-14.9
,dertnition of. ... ........
................ ........................1.38
Substitute Construct . ion Method . s or
Substitutes and "Or Fqual'
6,7
CONTRACTOR's Expense.
.........
---
EINGINIEER'!s' Eva%luificin ..............................
6-7-3
............... ........ I ...... I ...... .........
.;.6 7. 1:1
Substitute Construction 7,4thuds
EIMC GENERAL CONDITIONS 1910 -81,1990 ELM 0-M)
W10TY OF FORT coLtj\,sxf6birir:ATic)Ns (REV 9i99)
Article or- Paragraph
Number
or Procedures:_.-....:...._......._........6,7:2,
Substitute Items---
- ---- ------ ....
-1,2
Subsurface am:l,Ph_vsic'2'l doncliuo'ns
Drawings of, in or relaL fig to .....
....... 4.2.1:2
ENGINEER'S Review .............. .......
...... 4-2.4
general
4:2
Limited Reliance
e ancetwCONTRACTOR
Authoirizc . d
7_2
Notice of Differirig Subsiarface.or
Physical CO-i.idilion's*
13
Physical Conditions, ......
;7-77,4,2.12
PcKssibleCcntraciDocm crm;_C'hangq.�
�25.
Possible Price aniTimes Adjustments. I
.......... A:16
Subsurface. and'
Technical Data ......... ........... ..
. ...... 4.2-1
CONTR.NCTOR;sresponstbiiin
I
6WER shall not supervlss...,
ENGINEERshall not so-.......
9,2 9.13:2,
Superintendence..... .--- -----
SUp6rimenden.t,:CO;NTRA'CTOR.!g;'rtsid.6iit .............
_ 6.2
Supplemental costs ; ....
... .... ............... .........
P. I I.A.5,
Supplementary, Condliiori5�
definiGon ........ ...................
1.39
principal references to ................. )'A".1 118,
2.2,17j.
...... 6.9,.6.13i 7:4, 8,11,
93, 9. 10
Supplementing' tractDo
� Con Cumeol_S�,
3.6
Sopplier.:
definition or ...................... .;:w ..
. .........
principal referents iq ........... 3.7, 6,5, 63-6 A % 6.20;
.4,
9'131412
Waiver of Rights,....,
I
Surety—
camsenito fina] payment;,,,,,,,,,,,, , ;,14.111.4,14
FNidINEFR has no.dmy to.1 ..........
9.13
10-5,
qualificadbia of' ............ ...............
Survival of Obligati6ns.,_ ......................................
6-34
.
Suspend Work-.- 01VNER: -MY '
Suspensiom of Work and Termination, —........
-
OONTRACtozMay Stop W 8rk
,or Terminate..:,::. ..... .......
....... J5.5
OWNEkN46VSusPend Work_, .......... ......
__ 15.1
OWNER May T ' ' " z;,;
y erm�na
'15.�215.4
Taxes--Pavmmt by CONTRACTOR-,
... 6-15
Te,hmiciii Data--
Lhifed'Reliance by CON7RACTOP . ............
.... 4.2.2,
�
PosslUe Pike. and T'H:4s ��Oj us fnient * - - - -
- - , 4-2.6
FeporLs:ofDiffcring_Subsurfau and
Physical coodit�iorts ............ _ ......... .......
:_4.2_3
siv
Temporary.construction facilities .... ................. _ ...... 4.1
.,V1icic or Paragraph
Number
Termination —
by CON7RACTOR
-13.5.
by OWNER........
S�S, 15,1-15.4�
of hNGINEERs CMpl Cvtuent ......
........
Suspension of Work-in general ......
I........
Termsand-Ad' i
Tests and'inspections"
Access to the Work, by othcrs,. ..........................
13,2
601,�.T.'RACTOKs rtsponsif 1t4cs....................
73.5
cost of 13.4
• covering Work Ori:OT to ......
j 3-6-13.7
Laws and Regulations (or) .... ......
.......13
NodcC,ofDefects ...
....... .... 13.1
OWNER Mav Step Work
13.10
... J3_4
spacial, required by ENGINEER
9.6
................ ---
timely notice required .... ;.; ....... ........................
13.4
UncoveringtheWork, at ENG=.- Rs
,request...,._,..-
Times—
Adjustin&j; ...... ........
..........
CMrige of.Ccntract..._.1-------- ---
Computation of..., ..
'Contract Times -definition of
....... ........... 1,10-
da v
,Milestones ........... ...... ......
............. _12
Requirements—
9J C1, .16
clarifications,
claims an&disputes.,
Commencement ofConb4ci Tinigs
.......
Reeemstruction.ConferenN,.,
.... I .............. 1i:
.schedules. ..... .........
...... _26,� 2.A 6.6
........
Stutin r � the Work,,__
Title, Warranty
Uncovering Work...... .........
......... 131, 119
Urfdagrotindracilitics, Physical Conditions-- -
...............
........... ...... :1.41
Not Shown 6, Mdjcatcd,� ...
-------
Piqtcctiqn ...... ..........
Shown orInclicate ........ ....................
. ....... :_433
Unit Price Work-
claims ... . .....
11193,
'
defir6ion,o( ........ .....................................
J,42,
generall L9, II J, 143
Unit firices—
Determiontimi for .............
.......... 910
Use of Premise: ......................... _..6.16.
6-18; 6.30,2.4
Utility owners. . ....... ........ ¢ 13
: 6.20, 7.1-7.3; 13 - 2
Utilizatim Partial_..------------- im, 5.15:6.301.4_14.10
Value of the.Work-
11-3
Values, Schedule of,,,,,,,,,,,,,, ,,.............
2.6,18-2,9, 14.1
I
I
L7
I
I
I
I
I
I
I
I
11
I
I
I
I
I
Variations in Work —Minor
Authorized:..._::. ... ------- : .... :-.6.25 ' 6.27,9.5
..Ajjicic.or Piiiagraph
Numi ber
Visits to Site—byENGLNTEER� ...................................
9,2
lVaiv,cr or Claims —on Final
14:15
Waiver of Fight's by insured parcs...................
5,11.6,11
Warranty' an ' d Guarantee. Genual-by
CONTRACTOR ....
6.30
Warranty or Title, C(-NTRACTOF!s�,,,,,.,
.......... 14.3
Work..
Access to.:. _ .......................................
........... 13.2
1)y othrs .................................... ..........
............... 1 .7 .
:
Changes in:Lh ...... I ..........
..... : ..... 10
Continuingthe ... ; ...........................
.................
CONTRACTOR May.Siop Work
orfeTmina'le .... ; .......... : ............................
Coordination o .
............. — ------ — ---------
7.4
......... ------
Cbstof the, .... ...... p .......... ; . ............
definition of.,,.,,. ... ...... ............ ......................
1.43
neglected by CONTRACTOR ................
........... 13.14
other Work" ...............
OWNER N by Stop Work,_ ... : ............
4113.10
OWNER M2y.Susp.end Work ... .............
13.10,15.1
Related, Work at Sitq: ...... ..........
; ... 7.1-7.3
Starting the - L ............ .; ....................
Stopping by CONTRACTOR.;....:,:_............
115,5
Stopping by; OWNER ..... I—— ......................
15.1-15.4
Variation and deviation authorized. minor .......... 3.6
Work Change Directive —
claims pursuant to . ......................... ...................
)O.J
definition -of .............................. ........
principal references to, ....... ....... ... ...
3.5,3, 10.1-10..2
Written Amendment—
definition of
principal references to ... ; ........... 171 , 0,
Ii,l 5: 10. 1 5ml q
...... I..... ...... .tk.6.2. 6:8.2.
6.1.9, 1 0,Ij 10A
.... 7 .... --- 11.2; 12-%
13.12.1. 14.7.2
Written Clarifications and
....... ..................... ...
3.6.3, 9.4. 9.11
WrIUM Notice Retluired—
by CONTRACTOR .............. ......
1, 9%1().9. 11,
----------- --- ----- ------------
by OwNtR .......... ....... 9;10-9,11, 10.4.4
1,2, 13-14
Xv
LXDC cExtiLAL cominot,,.s igios o990 Emnom
wc-iTy, OF FoRTcoLum.; MODIFICATIONS (REV9199)
[I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
Approval of the proposed method of handling traffic does not relieve the Contractor of liability
specifically assigned to him / him under this Contract.
Subsection 630.10 is hereby revised to include the following:
The Contractor shall designate an individual, other than the superintendent, to be the Traffic
Control Supervisor. Traffic Control management shall be performed by a Traffic Control
Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services
Association (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado
Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of
certification shall be presented to the City Traffic Control Manager, and when requested by the
City, for each TCS utilized on this project.
One TCS shall be designated as the Head TCS. The Head TCS shall have a minimum of one
year experience as a certified TCS. Qualifications shall be submitted to the City for approval a
minimum of one week prior to commencement of the work. The Head TCS shall be on site as
necessary, or as requested by the Engineer, to ensure all facets of the traffic control set
up are working efficiently in accordance with the approved traffic control plan.
It is the intent of the specifications that the Head TCS be the same throughout the project
and will visit the site on a regular basis, or as directed by the Engineer.
If, in the opinion of the City, any traffic control individual does not perform their duties at or to the
minimum industry standard, the.Contractor will be required to replace that individual.
The TCS shall be equipped with a cellular phone.
The TCS duties shall include, but not be limited to the following:
1. Prepare, revise and submit Traffic Control Plans as required.
2. Supervise and direct project flaggers.
3. Coordinate all traffic control related operations, including those of the Subcontractor and
supplier.
4. Coordinate project activities with appropriate police and fire control agencies, Transfort,
school districts and other affected agencies and parties prior to construction.
5. Inspect traffic control devices on a calendar day basis for the duration of the project to
ensure devices are functioning properly.
6. Oversee all requirements covered by the plans and specifications which contribute to the
convenience, safety and orderly movement of traffic.
7. Flagging in emergency or relief for short periods of no more than fifteen (15) minutes
over a sixty (60) minute period.
8. Traffic control device set up and removal.
28
Addendum 1
7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 5 of 9 '
I
(nits pajeicrt'hlmik- intentionally)
ar LJUn CMNEJULCOINT)MONS 1910-8 (190 la)JTIOu)
w; UTY OF FORT COUJINSNIODIFICATIaNN rRrV-7tSr))
I
I
I
I
I
I
I
I
11
I
F,
I
I
I
I
I
1
GENERAL CONDITIONS
ARTICLE 1--DEMUTIONS
-Wherever used in these_ General; Conditions of in the other
Coritr2ct Deinwenis the .`following' femis '-Piave the,
meanings indicated which are' epplicablc to .both thc.
singular and plurel'therwE
1 I . Adde»do=Written or graphic instruments .issued
pr or to the opening or Bids. which clarify, • correct or
change- the Bidding Reguirrements or the Contract
Documents
1:2.. .I freemen-Thewnttcn contract between OWNER.
and: CON fRACTOR covering, the W&L to lie performed,
.other.i:ontmct 1ocuments are:sttached tn;t7tc P.�fcancnt
and made apart thereof as prv6&d therein..
1.3. ..gglication, for: Payment —The farm accepted .by
ENGIN k which is'to be'used by CONTRACTOR in
rcgtiesting progr..es:or final "payments and which is in be
accaupamed bi such supporting documcntaUon as is
required by the e'ontraet TjocumcnL&
1,4: itsbauos--Anv inaterial•that contains moree tImn;or e
lxrcentasbees. tees; and is friable or is rel6smg aslxstos fibers
into the: air above'current actibn-levels established by''the
United States Occupational.' Sarin; and. Health
Adininistrat on.
115. Bid -The offer 6rprcposal of the Bidder submitted
on the, prescribed: form setti?g fonlr the prices-tix forthe: Work
Fo,be pcitormed.
_.Bidding, ;Donmrents—Tlie advertisement or
invitation to Btd instrucUoiu:to bidders, the Bid fonn,and
the proposed Contract Docvmenfs (nrctudiim all Addenda.
issued prior to receipt aBids),
1.7., Ridding Requimm?nu-The:, ndvc tiscment or
invitation to Did iiistructionsYo bidders. and theDid form
7 8. $rnids Perfonnunce.2ndPnvmenl'bonds and other
instruments ofszcurily.. '
1.9, Uiange10rder--A document recommended .bv
ENMIM-R_ which'; is signed' by COTSMACTOR arij
OWNERitnd authaiies en adciucm ilelcUonor revtvon in
the Work, or an adjustment: in'the Cdntracl. Price or the,
Contract Times, iiW63 on or eRer.the Effective . Date -or the
Agreement - .
1,10 Conbnct'Docnrrreirl T}ie AgreenSnl: Addenda.
(which pertain to the .'Contract' 'Daumenisl;.
CONTRACCOR's Bid' (incldding, document2tion
accordpanving'the Bitl and -tiff . post Did_ documentation
subrnitied prior to the'Nouca o(,4utrd) when attached -as
an c)"bit to the _agcement, thc-'NIoticc to .Procccd, the -
Bonds; these � Genermt Conditions. the 'Supplementwy
Condiiions the Spec fications 'and the Draivingit its the
EEC`OCG6'tiEIGV;_COND1170,�5.1911FS (17Jtt��iliaii.
w.'C17Y OF FORT COLLINS NIODIFICATIONS f.R v•It2(no)
swineare: more specifically identified in t
together. with all Written. Amendrnenu, -(
Work. Cliargei Directives, Field Orclm and
f.11. Conhwi Price —Tire mdneys payable by
OWNER to C(*TT-RACTOR'foreampletion of the Work
in accordance with the Contract Documents as stated in
the Agicemetit (subject, to, the.. provisions. of
Paragraph 11.9_i in the rase of Unit Nee Work),
1:12, Conimdc 75mev4he nutplxrs of drays or :the
dates.''stated inithe,A- reemcnt:'.(i) to.achieve Substantial
Completion,', and (u) to complete the (,York so that it, is
ready for final pivment m evidenced by FNGINEER's
'written rrcrimtnendation or Gnat pavmont in;at:cordance
with 7mgraph:1413..
113 COMIRACTOR—The persoA firm or corporation
with wbc .OWNEk has tntcrcd into the Agreement
1.14, dfectve=.4n adjective which when -modifying
the word }Vork infers to Work that -Ls unsitisfactury, faulty
or deficient in that it hoes riot conform to the Contract
Doctunents, or- does not. meet the requirements. of any
inspe-dior% reference standard, test or approval referred to
in the CormaEt-Documcnts:,orhas been damaged prior_to,
assumed
hy,QWNF.i
paragraph l
1.1'5. Drmetngs-Thadrawings which show the scope,
recent And .character of 66i Wcdf toy be finaishcd.'2rid
performed'by CONTRACTOR and which have been
Prepared or.opproved by E?NGINEER.and are referred to
in, the Contract Documents. Shop i rim, gs. are not
Drawings as; so det7ned.
'L16 .Lffecth�e Owe of the Agrvenrewt The date
indcatul m the'Aj�eement.on uhidtitbeconies'ef'fective
brit if no such elate is indicated it meansthe date on which
the. Agreement: is signeTdptl delivered'bvthe last or the
two parties,to sigmand delii'er.
f; 1']. E>,'GLVLLR—Tfi�i''person;.rirm 'or corporation
namedas Such in theA°reeme t:
1.1.8. .VVGINEERS Co{inihant A person; 'Cum or
corporation hayirij ticontimf withDNCLNEM'to Furnish
sewttxs as 1:NGI1vTSR's md�pmdent professional
associate or consultant with respect to they Project ant] )oho
is identified as such in the SupplemeniaryC;nditions.
1:19. Field Orrkr—A written, order issued by
eNCiP EER which orders minor changes.in the Work in
accordance with paragraph,9.5 but which does notinvolve
a. change inthe Contract Pace orthe Contract -Times.
120, - General RequireMents-Swiom of Diyision I of
the SPC a 16 ca . u . orts
,
Hazardous.Wastt shAl
fifive.,the m esnuk -provided m'Se6tion A 004 of the Solid
Waste Oisposal Act,:(42.IJSCSecub'n" 663)'ds amended
from.time to -time.
12'2.a, -La)Y 'itd. hegiffalions,; Lzm- bil-R egidarions-Any
and all' applicable laws.- xu� reo-ulati . 0 1 its, ordi I na I ncCs;
mldesL•Hnd 6rders. of s]ny and. aII'0g0vernmental bodes -
al; , qicie'aulbor3iei ana courts6vQ for sdictioa,i
1.22' bjitgql Hohtdwo-Lshall bez those holidavi observed
h4ihiCitv,of-F6ri,CoIlirm - - -
-1,23:. LfClq Lizqs- chargm., se.Lun . lv� interests or
anccsupqnreal prqperorpcso pr.qpFrty. principal; event specified in the
Complefion of all the
Winn:.
—fAwortW\ wridiin rioticc by OWNER to
thetipparnt aiecessful bidderr, r
staling NI thiE.upon rComp IjanCo.
LAthe apparent_SUcCSSfUl,
bidder with the c6nditioiLs
prooeden t . '2nurnemic-& therain, 'Wiihih*4he 6vu ' sj�,iciriec4
cement,
26, Notice .16 Proceed -A whuew notice 6ivm by.
Oxv,maz to COYT-RAC"FoR f-wiffi 6 4y to ENETNEMR),
Eb$ 'ific' date on 'Ak - 176itmcf Times. will
commence to run.and on wNch CONTRACTOR s1halt start
6' Perf'orm. -CONTRA&.OR'5,- abliptiOns. under the
Contract Documents.
1.27. QW&R-The public body - L* authority.
corporation, association, liAn or perscn�• with whom
CCINTTRA�CTORJLis enic recf iradthc-Agreeniuii ond for
w-lione: the Wc�r _k is to be &Qvtiled:
12S. Pai&I Ufih:dIi6n-JJs:. by OWNTIR of a
subsLantially, completed parE of t,h.c,'X'0T-k f6r the puiTx
for Wch itis interided related purpose
S'bstan f fora prior to
e Wart
1.29. PCBs-Polycfdonin-atea biljlneri ls.
1.30 Pelroleum-=Petroleumz induclitv crudle oil or arm-
frgciicn,thereof which is fiqUid,at. stihudard�cbndtions if
temptraftor.c ;and'; pvessluie(61) --dqsees F-Jurriaeit and
14-7 pounds per . quare,i nch absolute), :such -as qiL
petruletun.,fael oil;'ou sludge; oillrefuse kasolinc: kaosene
:and cttmte�. with and crude
o is
1.31- Pir&eci=The total cbrst:ruction:ofwhkh'ihe'Waik
to fie PrOvkW, . wide, r the', , Contract D&umcnts inay. be thc
wh6le, or part as irxEcatod.etsewhere in the Contract
Doaiments
'a sp;xial, ' nuclear. or
b�;od'cj material as 8eruied §j the Atomic Enemy
Act of
W/aTY 017 fORT COLLIM -MODIKCAU.0N5 (I EVAP660)
1954 (421-W'Smucin,2011 trseq)sirs amended from
tinie:10 timr:
1.32.b-. Rexnl6r JJ16AI)r4-Hqiva<-Rwular working hours
are clefinted as: 7:00arn� to, 6:00ga 'urticss � qtherwisg
specified in the Genera I Remarernenis:
133. - The authorized
rcpres6nlz6e.of ENOIN,Mwho may bcassigud to the
site VE any part thdCor'-
1.34, Smiples-PI-risical mirnplm o[ materials.
equipment
, are representatiye of
some 0 1 oC die 'll7ork and wlii� cstabhsh thestrrdads b Of the Work will be
judacd_
1.351, -S hdp, -.Dranpin3s-All, drawingsdiagarns.
Ul and other Ito Sx 7information
which are specifically prepared or assembled' b}- or for
CONTTRACTOR� and @ubiniiied by CONTRACTOR to
illustrate some portion of&m Work.:
.1,36- Specocqpbw-Those Portions of L6
of,;irifien technical .&scnptiorvs of
materials, equipmept, curistrigUon syaerk and
- , WOI"KalarlSrap. as -,applied; to. the Work, and certain
administrative d6tails applicable thereto
1-37- Sabconlrz id 'at, -An i6diviclaal, firm or Lorpmoruion
haying a direct con'tram.with CONTRACTOR or wqith any
qihg Sub66fitrnetor for the perf6rinafice. 6f-a part 7of the
kV(vk at the site,
I 3S, - , Substanda7 . Coniplehon-Thc Work. (or , a
in the 'Upinlun of tNGlI;tER-' as evideinuccl by
ENGL\=s definitive cenZcare of Subswriti]al
Completion, i1a; sufficierdy complkc, in accordance With
the Contract Documents so'!�at; Work (or speeiGed
bel utilized for r the �*poses .For Wbjdt it is
pair)
or if - ri . o . such =t i 11 ficaiejs,is�94_ - when the
Work',
complete and -,ready for rinal payment as
1-39. Sapplavi.entaiv., CPPI&4ons-Thc part of. the
Conrad , Docuffi&nts whi& amends orr-supplerientsi these
1.40. SiTpher-A manufacturer, fiitkicatcr suppHer,
disiri I butoi- materialman or vendor avmg- a diced c , ontract
wiLIV CONTRACTOR or with any. 'Sulicczitructor to
rurrush xnalcrials equipment to be., incorjy0r�iied M' the
Work. by Co R . o . r-any uboonumcubr.
- es -All :pipelines, conduits,
diucts.. cables, %;arm, rnamojes, vaults; IarL-S, LUMCIS or
other su'dh.faailiticger aitac6i a M any encasementscaniamix 3&. such , - - facilities; which hSv'c been installedtto .krrvsh akv,iif tbe!r0bowM,2 services or
undergrnutid
'
'materials:
electricity, as"ses,..stgahi. liquiii petroleum
priidupt.s_ telephone- or other commtmications, cable
television, sntagc'and dramageremoval t iffir or other
'
conlrol ;3VStemb or water: ..
4/rnt Fiicd ;{(mn. t,Vork:io be patd'for on the:basis.
of unit;prices.
143 'C;'arI The entmi coripleted construction or the
'
vanousseptuatsly idettuGabloparts thrreof`reyutrgd to, be
Curru_s}iri) unr(er the :Contract Documents Workrincludes
et d isthc result .oC.:perCorm ng or furmishing:labor .and
Furnis}"aitg end ineorporeting materials and.tquipmeni into
the construction, and perforating or f6leftiltin sen ices:Ond
'
Cimushi,g doarments, all as required by the Contract
Dixutricnu
I A4: Work Chdhge Dimctice-A: written 'directive to
C ONTRAC fOR ssaul on or alter the Effective Date of
tltc Agrecmem and signed by.OWNER and recommended
b} INGIIvEEI� ordering an ad. uory ddet on or revs on
in the 'Work„ or responding.. to, differing, or unforeseen
physical, conditions tuider which the W&k is. .to bo
rforme ' ped as prov ided m paragraph 4 2 or 4,3 or to
cm aernnes undo. parngrdph6.21A '1l'ork Change
TJtrectii e Wtll not change th Con ract Pnec or the Contract
"Cimtx but :is evidence th3L.th'c parties' expect that the:
change dircctetf or documented by a. tVork C}'iangc:
Directive all be'iticorporaied ni a sit , quently issued;
Change Ordcr following negotiations try the parties as ip its
zlTect;ifam, nitV. t}e Contract:Rice or Contract Cm)es as
'tum•ided.in txirapraph l O.
1 4h (Irrrten A»iendmenG A wrilten amendment of the
Contract' Documents, ci- ca. by OWNER -.and
COWRACTOR on nr after'the ECfwivt,Dnu of the
Agreement and normally dcaling,wtth theme nengmeenng
nohtech or mcal rather than' -strictly , ci n,mcuon-related'
as xdkofthe C.dntractDocaments,.
AI2TICLE2-PREI; UNARIYAIATTERS.
'
DeGveiy;ofBoriiis
2A1, %%Icn. CONTRACTOR! ;delivers::the executed-
Asee tints to ow\TER, C01,ITZACTOJ2, shall also -
-to
di liver OWNERsuch Boixk•as COMPACTOR may
'
tk feQW red l0 fllria5}I-.m dCCCrd'3Ml' N Ilh paragaph
'C'o�ies��%Dncuriteni3:_
22 Ol4NLR s} ill fain sh toCONTTRACTOR up 16 ten
'
copies _(uniess atherwtsz specified m the Supplementary;
CbndlGons) of the`Contract DocitliMLi as,are-reasonably:
necessary for•Ihe exedullnn ofthree W,rtti Additional copies
will be furrusl ci:4 upon niqusL.at the cost of reproducliom
'
Cuniirienceniei of.Contmd Tinrer, Notice 16 Procee&
The Contract -Times: will commence to run on the
thirtieth day after the Et cctN Date of'the Agreement, oi,
E."CONERAL.COWInoU_•191 aS t 100 EINUA)
sv! QtY OFFOR7 COLLIES AtOD11lGrIGNS QtEV 1Qaila)
1
I
if a Notice to'Floceed s given on the day indicated: in the
NN-666e10 Proceed: A'Notice to Proceed map be gii en at
am Tune within th,rtv days;afla the Effcctn eDate. of the
semarenGae to-R, late rosy
.of$ttl-epznirig�nuho-tlurtieth-day-arx` the-Fli'ecrivz-Date
oGthe 4gtet 4hicheyrr datrisrse} er
Slarnnb 1he.Wor1.
=t CONTRACTOR shall start to'perform, the Work
tut' the -date. w•hen',the Contrdcttiine; commence to run•
:Brit ho %V&k `stunt be i3 .et the site:Pinor t6 the date on
which the Cont act Times commence to run'
'13gfilr? SlorruiQ ('nnsfnidion:
cacti .pait. of the Work;
[IV study and comoare the
UC shall not he'nable to
read _1"Cl=lUny.contlict;
icy in the - Contract
)R }� cw or reasonably
2.6. Within ten days after the' Effective Dateof the
Agrcentent` (unlvsc otlicnvisc spccifcd in the General
�pvequiremerits), CQivTl'RA('T,OR. - shall'stibniit in
NODi IECR for 'reviiw:
2 C, I. .a prellmlti. iy, progress'schedulc indicating
lhr umes..(nlunbers of da)a or dates) for starting and
completing the various stages of tlic'Wori, including
any bldestones specdio t m the Contract Docutneiits;
.2.6.2. a prelinfinary schedule:of Shbp:`Dinwing and
Sample'. submittalsNN'Mch will':Hsi 'each' requacd
submittal and tltt tines for sutmittu g rrti ieyving and
processing such submittal,
16.21: In no .case- will a •schedule .be.
acceptable wh ichi •allow.^. less titan 21 calendar
days for each review by Elteineer:
.6.3t .A. preliminary schedule of'values+rur.nll.ul`
the Work which will include quantities and prices of
items aggregii iig.'the Contract. Pnee ,arid will
subdn rife thz R+tick into component pa m sulrieiei t
detail 'to serve as qhebasis for' progress payments
during cdrslnrction. -`Such prices will include• an
�appropnatc-amount. ofovei tiad and prgfrapplicable
to eacktt2m of Work..
2.7. Before .any Work at the .site is. stained,
Cv,rTRACMR'end EW43Sk shall ceih dclivu to the
etheF :OWNER tvaih copies. to, eash-eddiHeao
;a...;..�•o.���„�..:,-.i..: 'c�aeleatan-Fti?nitiens FNUfitirEF_R
certificates. of evidence of insurance
ieaseiab reauested by OWNER) which
CON7PACFOR----I-_'.3-'__,-_ o641j;aF is required
to. --P-urchasc-. -anal_ -maintain in' a6:0.rdake with
A 5 , T�5_6 - ;
P)'icoloActirin CO e,
qArdnc
,run, buLbefqreaiw%Votk'mthe'site is.startedaxonlerence.
a . Pri I ropiirtte' Will be' hef&'.to, establish a, workinO
understanding among the parka .as:to dic'Work and 1_0
di SG= the sqhedD6relerred to in-, pmagmph2.6_,
procedures fai, pDrawinsis and han8jirm Shop other.
proccssirij: Apli6;ition for Pa)'mem and
maintaining- required yCoor.diL
lnifiaRPAcceptable Sch edides.
1.9,'. Unless otherwiseOrpovicIM , in
rtrlcd,
With
an
CONTRACTOR until the schedules are submitted to and
to FANGINNFE9'as pjmided, hcjinv;The:
progress'. er'W)ll l ;acceptahle to ENCiTNFER as
priwiding" an 'orderly -progession of ..the . IliFork to
completion. WiNh any specified lmilcstorids and tfic:
Conrnicjimcs, but such acceptance will neither impose on
ET;'GlJN=_.'-R.r6q)o I n I tibility . frarillie seqqenci schedtilina
or
�progress, o , the,: Work Aorint,rfere uili or relicy -C
CPM_ NqTqR: Got t,- 202�d A 7PR5 , -,full;
tCv
-Aim'cLE13=c6N'7_R'A'CT DO . CURN . M, NTS- WTEIN171,
't'INiFMLNG; REUSE
'Inient:
311. The Coritraci: Docuifiefits -coinprise the entire'
agreement '. betNveeri OWNER' ..0od; CONTRACTOR
concen-ii-rigthe Work. 76 Contract Documents .arc:
complem.entarvi. whit isc;Otid The,
by'one;1s,_ars_bihdm'g 9s- if
teilled.-far, by all. The! Contract Documents will be
.on . witWth..c la%N�„ofjhe, place- of, the -
Project.
3"1 ' If ii.-the imerit of'.Vie Oon PCD&timcnts.:to
F,ICDCGEI'&F_A4C0INWMOhi Edifiwl,
W10TY 0Y"IXO', 412001))
describe a functionalh,-compleitYrojea (or pan. -thereof)
to- 'be constrircted in accordance wiflithe Conirtict
Documerits:, Any W&L' a'd
mataial�, cc,equipmcsiuhal may
reasonably be inferred -from the CortrDocurneriLs or
from p reva I ifirig custom 6rtrade -uss_ge as -being required to
produce the intended result will, be filrnish6d •and
pi6nnzd not.s;-�c_ciflcally 6aLledlf6r.
words or plrras6s , yhich litive"n Tr
ocristrtiction ,industry or trade meaning are uses] to
describe Work: such words or
p :*iu, interpreted a , , in accordance wirh thBt
, ;GlariLtaucns.and'tnte-pro(alions of the Cmitiae,'t
Documents shall be Li-%w'edby'ENGUMEEk as*;P_rovided in
para Oh
Teclinical S�cii6s; Ripwdnk. and Re&M'n
��ancie- 7 . .9
s.,
KI:I I[ diving the performance of the Work,
COIN117RACtow a . P I Y'. coriliict, error,
ambiguity or discrepancy ' within -'the Contract
Documents; or.bcrwc&',the: Contract Documents and
any- provision or' -.-any such or Regulation
of the_ or of any,
Such standahl, specifica'tiofi. marwal_�,,.,00dc or of any
vistruction of art), Supplienreferred to in paragraph 6.5,
CONTRACTOk""Il; report it to..TNGU411ER, in
11 it 'bnoz and, CONTRACTOR* shall not
p with the Work affected therelw (exce,pLtn an
emergency;.@s author ad by parii-aniph'613) until an
iiiiiendmeritor siipplementto the Contract Documents
has been issued -bv one.of-the'niethods indicatad in
paragn-phI5 or 3-6: jvovided. howqer,' ft;
C(NTR,%CTOR- shill not be Jable to OXVNIR -or
ENGINTEER, for. fzilum to, I . eprt an). "--Such: eonffic�
rcl -
CUOT, , ambiguity or discrepanry unless
COI,fTRXCTORkneNV or reasonably shotild imve
11 1 awk in'thc
Contract Documents tar as . may be'%provided by
amendment or supplemchi thireto issded one oftl;e
methods- . indicated. in py'r6iyupb� h. 35 or 3-6, the
proiiieffs-of, tFw, Contiici bocLim-ents shall: take
prec6d'en'ce _�n- re'k-lyir-q any'
bir;.dirc iepareybetween
Uoctmtehi5 arid;
3,33.1, the provisions of any such standard,
I h sp6cifieatidr, manual: or iraffuction (%v ether
he
11 ii t or novspeci ica y� incorporated by reference, i Coptict,Do'ctrmerrts)': or
33_3;2 the
Or a!" such
V
Regulationspp=s1.1he' of the
of the:
Wor'_
F"v ns of the Con[ act
D66unients, would,resuft
in 1 t o tion of R ",]a tion).
or -any or,their Hsu
ployets from those'
3.4, Wherww
in
is
3
or
agents or
eivise or direct the
'
k or any duty or
consistent ivith'.1}ib:
wr provision of the
nests the terms "-,is
..as al]6ivcd' `as
on are _used; 'Or the
3.5;3; a 1Yprk_ 'Gh,hnge Directive (pvrsusim to
the require*iits>0f;&' Contract
Documents may. . t: supplanent,mL, and minorvariaijon5
end &Vimions th the-, Work, may be author-)M�q)�L Of
more of the'roli
L A rield Onle-i , (pars si 'Vto parvgplh 9.w5l
3,6-2:
Sa�plc-(inirs'u-an I t -16 pq . ragiiphii nrxd 617), or g or
3:6J1 L'\TGnqtEks *hnert Interpretation. or
clarification(pu= mittopa ...
ragmph.9-4.)
Ruse of Dqrunre"n1q,'
3:7. FoNTrRA(-,-tqR. and, any Subcontractor or
Supplier & other pc' m-.nr,,or. c!rgar.u'zafim performing or
:f any of thc.,%Vdrk taider a.,dir,;A.cT indirect
contract h tvit0 NER (i),shall not oro n
. . w _quire.nny
title to or :ownership -rights' in any of the DmNvings,
Sppqisecifica- gr othq dgpunjents' (,#, cop.ie's of env
&Ire,qoiprcrnrccl by or Bearing the.',scal-of ENIGINEPRor
riot ridsc-ariy or
suWDriWings. Spcmflcat!6i: other d6diiiiih-tti or copies
hri'exteils'io . rig of. the FY -c�jcct j orany. o c�th I-
.., projcct wi out
'written consent of QI_ �T-R'uhd.MJG= -R and ipeeific
ARTICLE 4—AVAM,01LITY OF LA_,NDS,-
S(J)3SbR'FA(:,E, ' 'AND "P111"sIcAu-'rONDITIONS;
;REFER 1.Ui_CE P,On7S ;''
effect' or j mpo rt : i ir e
aiuictior iiview. or
irk, A is intended Thal. .:Itviilatii(i(i•'oJ'Lniiik
or judgm.irit will: be
coinpimtd Work for 4, k, 0"INTUZ shall furnish• m, indictited in the Condw
md:inlormmio'n'in,the D6curn crits. the lands upon %vhich - the 1��'ork is to be
nc e with the.design rirfbbiied, and 'easements for access
rrNUUvZn rcany uuLynr:au=rn)'rLo Supervise or. ugem Mo
of F.erfbhiiahi:e of the Work or any duty or
authority to undertake responsibility; ccriiraiy to the
=
-or paragraph 9.13,.6r any other proLisioh of the
u,-.um ents.,
Amending and S`�p(¢meiirvig;Contrac4:Da:{uneiirs:
3.5.The Coninict Documents may be amended to
provide ftr;Ad'diti6ns: deletions, an'd'it:V,._M'10'r1S !'n 4he Work:
or to Mo0v Ae, terms dad conditicins'therecif in one or
more of diefbawiTfu ways;
3.52 a Chana Order (pursuant tu�Pa
ragraph 1().4)..
or
w/CTY OrrOR roOLLLn,, NiOD1171CA-nON'3 JR1111 11200(j
use
so 1=L'JiW.VAth_w1ucft UUNI KAUl 01
othcrwm',., prbvided, in the Contract' Documents. if
CONTRACTOR',arO OW TER' me Uruible to ygcc o I n
e.ntiilenwti.t'to or the amount or extent of any adjustments
in'the Contract. I Price or the.,Contrii'CL Times as o:rcwjlt of
any May ih OWNMP'i krn!-Juhg these lands. rights-of-
tvuy Vi CaScmer'L� colirRACTOR may make a claim
therefor . I as ' prov'j'dM ' in Articles 11 and 11
5
CONURACTOR.shal.l provide jdr.all.gdditio l tfinds aW
access thereto that. Tns,N' be required, for tumpumn .,
construction facilities -of storat'ge of materials and
equipment
47 2: , Stilth", '"d
4.2.-L :Reports and Dnnifng3t: Reference,'Ls madc to
.the Supp!tm_enta.ryConditions-for idenitification
42JA_ Submiif9ce ComhWons:. those repcirui of-
. - - _.If��fa,� ` Those I - - , r.
t4orjfions�und tests a so Cc.Cm ons at or
CMtj ; g - u - 0 . us . , 66 -the 'StIelh-61 finv . C been,utilized W
E VGINEER in. prcparu g the Contract Docurticiatz,
.and
4,2.12. Physical Cixicfitions.', Th,�.dm%virqs of
,Physics I'doriditcmm i -'" cir rclaun _. a
g to emsung surface,
ace,
&.sti-baifface'structiurcs.al 6r. contiguous to- t'hvsite
(cuept;Undetround FAIliti jIta t liavcv been
utia&&Ay e;,br-,TEER 'iii-prc*i'I j the Contract
.421E .tfic-66niplet&6m.ofl!ideh�,rLT" and
drarvvings for ' CONTRACT(jk's _.purposes,.
incl6ding, but- not liiiOed'te, any :aspects of the,
means,- methods. techmqucs: % uenc s - i 'and
cq_
procedures, of -construction to -be employed by
CONITT'RACTOR andsafety jirecaUtims and
programs iriiidcnt'thaitoj.CY'
422'tither dati. Interpretations, opinions
such,repats or shown
4- 2-J_ :an . COI.N'TRACrOR iiiia-
preeLhiian of
,or conclusion- &aivri Irciii 4riy'nte&finiE . I daigo or
•any so . ch '_Lliita, inter 'Ons, _'D unions or
it ormabon.
4.23- Abfice- of. Diffeiihk Subiigface or Physical
Corid if tbmr-kXcTbR Vciic�that, any
lmibsurfa'te �E pbiytii,,l'cbndiiIm lit'tjrxcirdtgucus to the site
t6cis o6oVi�.d. &.reVilad* ntha-_;
4-23-1C is.-or.sucli;a. nature as-to.establish that
Otn" of -,Which CONTRACTOR is,
crtLiticdid rely as provided in piaratimphs 4:2:1 and
422 is in h terially mAUIIrAte,,-or
4'2-3:2.1 is of'so6h a,-IIHM . r . C`aS to 'require A
change i , n the contnacib &,un'im`ts'or
4: L113, differs mat Wly froW, that khawn or
UCDC UMMAL CONDITIONS 19 19-81Y990
M" MY 01 :
FORT COLU M -MOWIC.A11ONS %M, 412060)
ind icatcd'ia the'Contract Documentsor
4.2.14. is of -An. uriusual. riaturt, and difr&rs
finiter-Wly from; cofiditiom.'&rdinaAy encountered
,and S*C_n'ri;lly iccoanized'aiinhicrrru irv.wo�- of
Lk 'character piovideA for .., in n the C_IOr`Xr2CI
D&=cuts: then.
RACTOR shall; -Owap'tly -immediately after
ere aware Lh&
, : " ` _ .
Wf_ai�d bcIbre •further diaurbirtz
as
Wert:, in, connection, uicromiti (cNecpt a;
I .. - , written I - -
receipt ofordeT
4.2.4. Ei\rjhVEER's Reilew,.' LNGINIEER, Neill
promptly, review rri nt�:Condititins,�dctrrminc thenecessity . : f s.o addia or lal,ex,
loration or
te . sul with ra§ - `ct 'eld . a n d6ise:01WER in writing
With a, ITR 091111EHWs
find . Iris: 'a
9,
4,15, poiglile Contract "Mcumentir, Change: if
P40NEER c or - Oucles that a cbiangqlin, &c Contr=t.
conditiorithatineets,
onc,& more ottlic'catc&68 afihA2,1-.ri Wotk
- .. gr ,
Change Directlivc or a r1harige '
rOrder NVill be isiued. as
ji6vided'.in Aiticle 10 t6--iitl6cl: - d`66umcnt the
conscquerices cf.suchchange.
A;Z.6: P(5s4qle Pi�ce wid'_'rime� .44'ushiientv. An
, Imthe C_ontrad'-*i8e'.' 'or ins the
qui.bfc.'4q�t�nI[jun -
C6*ad,Titit&,6r bcith•-Wfll that
the &-Lstcrtcc_. of - sock - UTI&O. V, Md,;O-r- Te"Valed .-cciridifion
causes al increasa-,r decease in CONTPAGTOR's cost
6C.or aine.:nnquifed ro7 performit mc'o( thii-k.\fbrk: subject,
A2.6.1; such condition must meet env one or
mori :of 'the - c6tejorits -ddcdbcd in
4 2 6.2' a chanL6 iii: the'ComincHim'-umcnis
p ursuant to Ipm 2gn an ph 4:15 not - .automatic alit; Dutfiori]�ation' of our a c ondlition
prccedftt,td tn'Uer'qent !o:any s tkh a us tM cru"
42:63 with respect to Work that is paid fdr
on*Urut Piri Basis, any, adUustmcM inCorlrac'
Pxicc will jx, subject. to the;'provisions
Hof
partigra & 9: 10 and 1 1`.% And
4:2.5A CONTRACTORs hall'not be.tritided
to adpastmeril 'in the CmLrn_cVPr'iu_
1171
416A.I. CdNITRACTOR lzncw of
the ..existence of such conditions at the
time 1CWTH, CF0R made a. I'mal
commitment to OWINER in respect of
Contract Price find Contract Times by The
submission of i` bid' or becoming -bound
undcr a ne'L-m-kis'led cantritct; or.
4:2.6_4_:_i the txisimct• of such
condition could Mstiiriably. -have teen
discpycrc�"or reyles-led , as.s result of apy
CX21111ruinim investTaition.; exploration,test �o . r study of - the, site -and contiguous
426A31 COINMACI'OK failed to,
�0 " c titic and
09NTRACTOK'Foror darnages-
sustaitied- bs CbNTM�T'OR on or in connection with any
other prqcyt or. anfi6pe
4al, jilomi or hmkatid: The information and date:
shown or indicated ih AhS e,�ontmcl'bo-mnfc nt With
respect 16 o63tiiig Underground 7acilitlies at or
contiguous. o *tjjc �te.1�
bhied on inform.Ation'and d,nti.
ftnish�t8OWNER cw'FNCPFFR by the owners
or
p
IsuiJi Underground ' Facil[iti - es: - cr.byothers.* Linless,it is-
aLlicinvise ex-inessly provided , p upeme ntar' y.
Conditions:
43AA. OWNER and ENGINEER shall not bL
.."bi= to-r the accurky or,
comp etenessoanv
zticr;r" and
431:1.2,* Thsxosl 6f allof the -fallowing will be
included in the ConimciPrice.'and.'CONTR:NCTOR'
with the owners of such Underg
round
d.L'uig arid. 7,(iv) the safety and
prolection, of all!,such I.Jadeirgivurid Facifides,as
provided' an paragraph 6.20 'and: repairing
ilemagc ic to resulting firornfthe Work,
a?: �irot 57rq!trr sir Miter( If, an Underground
Facility is uncovered of rzVev&d at or configuous to
:the site: which iv� trot . shown . o . n r indicated i I the
Contract Documents, - CONT` rRACTOR shall; premptly
inime"Iel -after' bek6mia-, aware thereof end before
further disturbingriii'ps� 'iiff��,k thereby conditions . - LIO! . y or,
perl'briiiin.i-ahy (exec t
irr -an' . emergency ell p
as requited by p. graph 6.B)i
idenfifv the Diener
of such Underground Fiscility,and
UMCGENERAL CONDMONS.19113-S t I 790J�6Ljaj)
WICITY 017FOR-fCOLLINS NIOOIMCAT]Oi4S (WI.1/200q)
giv,e i in written notice totf, Immer and to OWNER and
E-N1G INEM_ ENGMT=,mill prria6pily review the
Undcrg I round 12citity and d&eritiihe the" cxtent, if
any 16 which a, change is r*ed in the Contract
Documents ,forenect and dmIqm.c'rW.tIhe'_consequences
of Lh.e:'6dsidniee of'th' 1-Indeig . r6und Fsejlirv_ if
as. -
TOR sk
Price
Dill, fp'!]
of any -such
et Tim6sCO
r as provided
During
and could
Varc of or
� ACTOR
Imount or.
� Price or
:e ti claim
However,
UNEMS
71'OR W
-urrLd or
4.4. OWNER 'shall provide ere-
_Mccring. surveys to
cstabUA reference points conq for ruction hich: in
ENOD MER's itidgnient. are necessary to cniable
CONTRACTOR- L6. -'-- -ced
I . I I proc; . ._ with �thc Work.
CONTRACTOR shall, be responsible` for laying .out the
Fork;� shall protect &rid p'resery,t the esLiblIshed reference
poa� and shall mar' -e no chatn'- el
ges or relegations without
of OWNER :CONTRACTOR
shall report. to 04GINEER whenever any reference point
is.16st Pr:dest�jed! or r6quires, relocation- because of
n ecassary -cliengLq in grads ir. Iociitiorus. and•shEdl be
iespomiSle'f6r, the ac6dote'replaceinent or,relocation of
such f8iri
,_rlee points" bprofession
ally i mally quaLihed
43; 4rbestor PCB4)'etrbleulil, llamious Wasi, or
7
ARTICLE _—BOINDS'AIND IINSUW\�NCE
Pe foriance, Pc�pmvu and bther-Bonds.-
5:1. CONTRACTOR shall. firri-4- Performance and
Payment Bonas,;elchl in an aliiount:nt:least &Val: to the
icycar, after the date: when final payment
1,3ws or
or By the Contriia' 15cciarnenis.
,R shnit aim. fiirnish mch'othpi;Bords as
ire. named in
Authority as Accepta ble Sureties on f- cdcral Bonds and m
Ace a i s . in Acceptable, L. ng Corrip-h-es as , 006shed in
C,;r ar37, (amended) b dit.,Staff. 8urcau of
'y the Au
1 _ i . '. v ... Ftrancial 0 ressLm,
peratiorn
Dcrmrtni�nr A . 11 Bonds signed. by an'.
.3gc��':M= t;c
accotnpanicd a certified C?py;of,sich gent's authonity
toad'
.5.1. TTr -the .surety on -any Bond fttnushed by
CONIRAC—rOlZ is —declared H. Gankrupt. ci' liccoyn6s
insolvent, or itsSight to do businessjs terminated in'siny
ofthcProjctct is locaitcdor;t cczses to
ten
e I the"' "er'-substitiiic another Bond
and, sivety,.bqLh�Pr,'hd_ch ty2usi1m accepLnUlc ttr 01lr',NTFR.
eq .1;4i(ifievandjnmiri{ , CEHVtcafe_v of
M Ponds •and insurance- required by the
that are duly
)n'ih which th�c
meet su
as -ME},
IQ and,
F;4 1 l,' 4 -K-Pq :p-tralettim,
npuves-d
GjcDCi,EN'ML COMMONS I 91t)-&(199VEditivi'l
W1ci'FYOF VORT CIDLU' M MODHICAIIONS (RLN'4 (2000)
11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CO,N7RA CTOR'.i L:ib bifiry T.,wran c.i.-
being. pe—ffbm id d'fUrrished' d as will Rp, , provide
protection from may arise out
of-*& xesWL'Irctm. CONITRACTOR's perfurmamn and
fuffiisl ngof lhc. _Wbr-k- -'and. CONTRACTOR's ckh6:
it is to
IFt performed' or Iqrhd*sh6*b'w: CoN—rRACTOR, art.
Subco ctor.or Supp cr,.. -or b;� any-o"ne dtrc"cd)--,u,r
jrichrectly, employed by dn37,6f them to perform.or filrnnh
mayJx6,b.lq;
I
SAA. : claims, tinderworktre-ciamTkiisitticirt. disabilitybcficfitsind of dimilar acts;
SA�,2clahi (cu damaizes b6c:msc of mjury_
occupahonal: .or idiseiie, w death -of
I 5z' 4 . 3j dla.tqisjor d.-aniages', 6eeaus46f bodi 1), injury,
re m-n other than
in ary
5.4.5- clnims.'ror. damage-% othei than to ihc�Vcrki
itsAIC b;5;au�.:o(jr��,tb.,br dcsrivction'of.tab'gjbJi
. . .,h. — It. -
pr6pert), - �k mc-Idd.1 - loss, a'. :use
resultuie-
themfrom:-and
1 :,A:G_ 6laGs for di�ma`j&&-citus6 of ' Lodi1v injury or;
g out of
the, ownership, or use of.' any motor
vehxle,
t -
The policiesU insurance so required Wihis paragraph 5 4
to be d _d shall
5.4.8. includethe spceifid-.coverages find bo_mTittcn
for not 16s'tliah the limits of Lability. provided in the.
I-- -- ,�iridi , , -
�Tcntaiy_ _C_ ._tioqsgreater,, or required. b3,'Ljw,s or
Regulations,
5-A.9. include crxnp!cied opera .. lirmramcc;
UMCOE74atAL.ci).i,L)IMOP�,191u4 (101) Edtiaij
IV/ aTY OFFOR r COLLIM, NIODIFICATION-3 (REN',1/20,10j
5-4-10., incluck coiitmdurtl liability.insurance
co v e nn g CON7RICTQRgj mideminity obliptions
,under pgagaphs`0.2, 6_16 and.6131 thiotigh 6.33:
5.4.12! remain dUcasijintil'final payment
and at�]I.fimcs thercaficr.when CONTRACT(Amity
be � _ r&n, __
ic6 cciveraig-c written. tten. on a
in,effeet,18f. St'least two
I . I'd CIII'* OR shall
Iadd I itisurcd
laccr a to whc M,
has . �&-cn 'evidence
and any; such,'' ddditional
sucfi" U'IsW3ncc at final
5.5. In addition to bo-.1icprovided
or OW h�. t7QNM�L7 , Pri pmgx� S:4, NIUZ, at.
OWNITZIRIS,;, c M!qr. may.'NTC-2w: MaMun at
OWTviRs expense . ONIr.NTER'sowiT llabifiy, insurance as
Will
operaltiorts under the Confrad Dbc.=erits.
Pro-e HY, in -c. er
. Zshall , )Urehi . ��intfun
tN.. amewrit-
................. . �bw
TIN, t
ws
'—.and
_
ENGD—T—M 81h, F
eac n-visurable-ihterrst
------- ....
Z,_
I
Skyway Drive Transfort Improvements
Gateway Center Drive to South College Avenue
9. Maintain a project traffic control diary which shall become part of the City's records. This
diary / log shall be submitted to the City daily and shall include the following information
as a minimum:
a) Date
b) For Traffic Control Inspection, the time of the inspection
c) Project description and location
d) Traffic Control Supervisor's name
e) Types and quantities of traffic control devices used per approved MHT
f) List of flaggers used, including start time, stop time and number of flagging hour
breaks
g) Traffic control problems (traffic accidents, damaged or missing devices and
corrective actions taken)
Traffic control management shall be maintained on a twenty-four (24) hour per day basis. The
Contractor shall make arrangements so that the Traffic Control Supervisor or their approved
representative will be available on every working day, "on -call' at all times and available upon
request of the City during non -working hours. A twenty-four (24) hour telephone number shall
be provided to the City prior to commencement of work.
All traffic control devices and traffic control management shall be placed under the supervision
of a Traffic Control Supervisor.
The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins "Work
Area Traffic Control Handbook" and Part VI of the MUTCD, pertaining to traffic control for street
and highway construction, available at all times.
The following list reflects devices that may be used on the project or as authorized by the City:
"NO PARKING" sign with stand
Vertical panel without light
Channelizing drum without light
Type 1/11 barricade without light
Type III barricade without light
Cone with reflective strip
Size A sign with stand
Size A Specialty Sign
Size B Specialty Sign
Safety Fence
Light
Advance warning flashing or sequencing arrow panel
Variable message board
Size B sign with stand
All costs associated with Traffic Control Plan review will not be measured or paid for separately,
but shall be considered incidental to the Work. Review fees will not be measured or paid for
separately, but shall be considered incidental to the Work.
The Contractor shall provide the services of the Colorado State Patrol or City of Fort Collins
Police when necessary during the course of the work as instructed by the City. Associated
costs shall be incidental to the Work.
The City shall deduct from compensation due the Contractor $10.00 per day for each traffic
control device not removed from the site immediately upon completion of the work or as directed
by the City.
Flagger hand signs and devices, such as Stop / Slow paddles, will not be measured and paid for
seperately, but shall be included in the Work.
29
Addendum 1
7376 Skyway Drive Transfort Improvements - Gateway Center to S. College Avenue Page 6 of 9
I
eb�'r�mavql- de fien
aeEasw. . . . . . . . . . . . . .
El H I---
.-*6ting-bv
C imelu ee . mmer6ked 4,pay
fl�
Q Lg;GD�S-- 'th
5.9- OWNER slmU nor bt- resqv=W forpurchash*
aiid7 mmm6mimig any Pirop-r6;'.iiimuiun6e W protect the
Sbbc6ntmciors.'0-r'.o-tfwrs. in,
Pie 'Elm, ll�
el I . .. .... nEl the e
an� F, ef
[JCDCVEVLAL CONDMONS I 9 10-8.(IOU MW.
V7CI7Y 01; rORT COLLIJ M MOD41 CATIONS IREV4 0 000)
apaip-4--C NMAGTOR Sub"omcler$•
beyond directs=ppyslhh-loss:-or--damn;i-to'
Uell WAS— i Ole nihig
I
I
I
I
I
I
I
I
I
I
I
I
I
I
boomird otom.. 'Cornpl;tiobof�all� the
w Lhe-OfTicu �, be -accomplished in
use(4uw.t<t#aa-. frovided thiiCno such
661bre t}iti`uurers. pre
Reciipt and.;Ippkc ofi` of hr*mqce,Pi-b_ceez&. nmice I
12. _ -Any 'ifisured loss: under the 150licics or insurance providing the ',PrON
seorOP'14
n) -with eZm I
trisuirds. as theirmLects..may, a.p_oar. -subject to the'
aceount of, ySudh partial use or oc
, . .s
rzyurrenients ofany 9ppeOlez mort&e'dauseand;of--
_. .
ph_-5';1_3R'shiI'Udcdeposit' in a separate
ccwd smmoney so received;andlsHall distrbuteA in
xmr. ic. 4_coN.tkM&bWs'
aCC661acwith sudi�ementas the Partesin interest
-p.,a,ri-u-_
RESTONSM11TIES'-
-O-WN*'E,
may -reach If M)'OL WT gr=Fagreement is reached the
Zb'mag-M W rk s1W I be _4id 6� r6olaLd� the m6n - .
Ircp.s evs so
.
received'applied on,wwirL mt �thercb f and the Work and the
. -
.1. I — - Xhange Or I der or
' - f'-- -61 b
MstJhcrCO 09M an appropriate
SUPM
61 CONTRACFOR' shall su
SAI: OWNER as Gduciw Y, "-U'havc Power to adjust
direct the: Work competently and
iffid, strac any'loss With , A. irsurersAinless odic of the
- . . .
surih stttriion :iher to` and apply
py
parties in o6cct'iri wi�iti-ng'�vhhin fifleen-days
cqxruse as,m.ay be nec =-;ary td� I
to
-After-th� 6C-Cu f I OIVNTP's. txffcise of this
Trenc�, 0
acr�6rdance With the '�Cor
iioiri bc. rr �OLVN
1 11514 s� fiduciary qr
If mc� objection i;ik
rZIerm"a
ke kilkni-c�I,%vith the2trisurer sJn hLqrxdanco:WiLh
met, tqChri ,
hodS, iqpc..%, squcnces
aa_ag 4f'no.
7�cmtm.as,, partia
oonit�&i,;br�R'CONTRACFOR 9
such-ageerftenf among die-Paiiie'siri inwrest is rdache
for the neu;Egcridc if -8theni in the ii
()�kNfzirs fidiiaaysh6ll a'ojust and �ettle the loss-w t
the. _.�A W, —.1—A _ I-_ , I .
of construction which i
arid .teurdy .required by the
pkace: pflqq to 'Re
P&fig(1UdV -:-Nqp.e7�tyrfii.urvLnck;
5.15; ,It06LN'ERTitidv_ri accessary' to.occuPy or
portionor port o, s 'of the Work pi orto use.
w/ C11-YOF FOR r.COLLIM MODIFICATIoN5 (P.Evv.-0110)
completed Work Complii
6.2. CONTRACTOR
on
and
tiirg
mid
in
it.. k�.Ucncc or
i . ovirrnJimtcd in
act IJocumenm
to Ste thv the
[th the•Co_ntracr
the Work at all
x1m resident
Avitlt6bt Written
a
,tgdtplt LimWfl I be
e`nii - rshrill haVe
ACT(irc- 'Ad]
U,be, as binding
63. CON ihall' provide •c51mplent,
suitably ,qaafil�rcd person9 survey; t . vey. . Y od 'la t. and
rori;truct the Work as required by,the C6ntjact
rioriumiei,6, c6NT1zAqT6kshA m'all times maintriiii
g 6dldi,�ca f lme a nd , z )rdrr. a I Lhesitc, Except as affic rivise
reiluuzd OrIffic safety or p�iection o ' s f pensonor the
e
or,ddjacrm, thereto and
except asot}ienrise M. led in the ;
C ontrwi D( . Yum ants M , di 6a �-
all Work at :the :Site 'SiMIL '66. performtid,duririig -regular
NVerkivi 'h6lifs and co_?�Tmicmlziviu not permit
overtime Work w the l5erfcimrar�x or WO ',�M Saturday,
Sunday or wry, lt;gal, holiday i Ithotit'i -wfitter, v1, -
64: Uriless otherwisespecified in the General
-Requiremcit�:, C6NrTR_,kCi(j1Z�shA_;f1jTriish and;qsRime
:full ies'pd-sibilitv fd-. all miitcriik equipment. labor.
Im - Mpa.ta`ti&n ciuwWon equipment and machineD%
tools lint li'cai: teleph6nei water.
sanitary facilities, tempory . : ra - . .,(Bcsary ilitiec am all athLis
fay lit and,..cadenta1M s necessary 11es.1 Ifor
; the
funishini"
Performabcc, t , estvlg. . start•-up;rid tolilpletiM of the work..
6A1. CONTRACTOR
musi-cemply. With the CjWipeirchwinarestni;tions: A
c6pv of the resolutions are available for review in the
offices. of the Purchasing. and Risk Alftnaizemmt
-Division or the City cicik's office.
6A! Cement •Rcstrictiom Cw, of lZort Collins
Rviolution 91-121,requires that suppliers and producers
ofcrm_��tc' containing:cemcintoceftiNthat
the ,o,m,ni vas iiTtade,m . cement kilns ftt•bunn
haz2rdausivaste as a fuct.
Pftrevr&hedule,
6,6. coiqT.RAcrop, .shhn adfc,r- to the' prog-reSS
established shcd in accordance with paragraph 2.9 as it
.=Y:be adjtis; e Eom dhit'to tiriia at pioVidedibelow:
6!6.1. CONTRACTOR'shall
�18i. .accxptancx= (to, 'the eqientindicated 'in
rxtragmph.19)': pi�ed adjukiiiints: iii� the. progress
. I CJic•corittact times (or
.schedule thiii -wil chang
Mlaszones). Such adjusiments.Will con�nvgewrallv
_
sche
and addititinally:
vVill: do.M - with-:imy pr - ovisio I ris 01 the Gem' tal;
RequirementsapplRabfaij;irelo.
6:6.1 Propated adtiisanenLs in;the : progress schedule,
thaLyal'�;;hitte th�"ccn'"ct Times (or Mlestonezi)
shill be'submitled in uccordanxc �ritli the reyuiremenls
bf'paragiaph submitted
- 11 -_ 36 . ch'adjusmatmts moy- anly be.
made bv's i han;e Orckf of - Written Ameiidnient. in
2�ccorckmce,"tithjkrticle 12.
6.7J. 'Aa-lder afidtem,oCingkriiil ur 6.qVipffictit is
speci5ed,,or'.dt,.,;�,n6al'in.lht Contract, D&iuments bv�
using the rja b e a f 2`propiria ary i1cm or the name of a.
lztticvlar Sulplier, the specification or description is
intended, to. establuH lE c type function and qiiiitity
required: iiiiired. Uniiiis'the :Tecificati6b' or deri Ptii on,
EJCDCiM&�AL CO1' NUMOICS I jt()�S C!990 Edfiwd
12, w/CITY . 01; rORT.('.OLLJIZ-),101)11lCi-nONS (REV400(g))
Contains, or is followed by words reading,!hat no Like.
equivalent or orequaP ;ils:iri 6r,nc)
... h—I. - -. rsubstitution-st"itu'tiun is
P -iti4- _. hems- ofMate6material eqwpncnL or
matatal or egUiPment of othiStiplers may be
,
aceepted by RqG.WEERK under -the JbI16Mng
16muffistance . s:
67.1.1. Cr-EcludI1. 'If in ENGRNTFR's sale
discretion i . i n item I ;of'm'ztehal at equipment
pip posed by CoNTRAmR. is `runcuo all}
'equal tothat ,named and so that
no wiff itmay
by ITN he considered tGNEM.. Rn��O�r-_,T - n Ii
,some Or
ance of pri
an an it
sett by CO
4qual."Jti
is consido
�RACTOB.
lation as
Use (is
scMcc will bd'
also contain an
cr6dls'thai-will
acceptanceof si
redesign I I _ and . cl t
leffzi If in ING NEER's sale
,of material or cqutpmcin
=,TOR cities nbtZlLwVy,as
rider -suib-_ agraph 6:TI-A _. it
7t prop . 0 . sed Su6stianc Item:
shall '-sutriclent
rovidcd , -low- to allmv,
in [he
. not, I - k _accepted by
ne ii&r than
4%CTOR Nyishcs to
tentof M'afcrial or
shall first. make
LER-fok iiecep=ice.
)ose&s%ibs6tuu will
)Mq aiid iiciiieve the
11'dcsfarLti:�'a , similar
OWINTR' for Nv6fk .on the
je aeSign: jo:'the. proposed
a ornoty looTiat ion or use
;Mm ;-�ctivi i . 1fii:Work is
f any'.1cer-me rc,e or royalty.
.j fop ()SedrSubstfjdtc from that
Adicil-in tl;ba7pPlication and
:M' bripair and., rtplacement
,ated., The cool -stion will
izedestimate . of all costs or
It directly .fir from
ubstiiute; including.co= of
Of atfiel"03ntractms iiffected
b%, the rcsultine change: all' of: which will be
consi.d.qed. by DGfFTEMR 16 cvilluating the
pr6pokd stibstitute' ENG =-R' rna�� requirc
roNTgACTOR, to furnish additional' daLa about
the prop
6.1L3., All.daW to be
providedbv ZONFfRACTOR in support of any
'propos-&'or',equ _a! of subsutute i , Lem will beat
ITRAC.rok's cVcnse,
Suhifihife Cwislrucau;l uidio& or
i Muizs.` [r.a s*ific 'meam, method. technique,
ueh6e or proc*C&C, . of-c;mhljvc shown CT
; Is I d in -and �\pr�lv. T6quired' ty'the Contract
CONTRAC-rbR may - ' a
6 itute meai&'-miLhk tec Lsh 0� utlUm
sequence or
cedure 6fconsmiction.a
C.CepLabIc to!ENGINEER
N'tkAcTok, i6il submit sufrlcimt infbrmation to
nv &(iI\,Wp: n E EFR's sole ciscmibn, to
.nuire"ffist.lfic pnypo is cquntei-to 6Nirewly feflivAt Comm-cl. Do6umenut
procodure,'ftir -review by:ENGINEER. *MW be
K9.
bc , k7litiiiaors, 4ppliery and
Concerning,
EX'DCGENMt L CONDITIOM' 191M (1990 EdLich)
Wl ClrY OFFOR r COLLHIT MODII;ICATiON's (Fiff%,,irotvjf
CONTRaCTbR sliali-Daform,not less t} an 20,
percenE of the Work with its. o%im' forces (that is
Without subcondki c'rr;ent requiremm
shall ,belundemocyj''7Fe,�t—oiLhe.�Work- the value of
which totals notAcss Ogn'10 percent of the,'Contract
Pricc.
11
6,9-2- CU17RACTOR-shaD be solely resporvable
For schtddling '.ind moramatri .
n. g the 'Work ot
Subcontractors,. SqppU�rs. an'd other persons and
� f , . - 1. . -sl� .. . . . -
orgarsiationi th
- per orm�rg or urru any of e
Work under :a direct'.:or ' irc'ct'�conuuct with
C.ON'Mk(-rOR- -!-CONTRVCMg . Kill requrre all
6;10.
tWidi ififi.catioms ;of 'any DrRwings.shall not control
CONTRACTOR mi di6ding', jhe.,' Work among
subcb6it-acOors.ar Supplic - rs or. delineating the Work to., L�cl
per�O,by. my-iff , fie vadc-,
Pident keeqv-jrdloiwlhe
14
nICITYOFFORTC01.1-
P ernsds.-
can�truolowpermus-and licens�es,. Ott NTER shall assist
CONTRACTOR; 'when- nocczairy. in cWining such
permits -tr'nd:licenscs� CbYrRACTM shag ,pay all'
.goveinni'ental',chargw rr�d: hS*,iibn fees necessary for
the,pioswOtion of the,"loil, �-hich are applicuble:ut the
ofBids; or., ifUirm rioa-no Bids. on the
naecolltl ,Cthe'Agreerri&CONTt RACrOR shall
pay. all charges gesQf.uojit'
y Mmem1for-Cormections to rho
Work d OWNER shall charges of such. utility-
ovzmroe capital costs. related thereto such as plant
iri, esmi e a fees
b.14: : Laitsanf7Regulit5grts
61A.1. CONTRACTOR."fl- -give,,AW notices and
comply with'alltaw;t:arkd Regulations , applicable, to
.f arid yCrrolititiiiec or the Work. , Fy=pl
.o'e-re oaer-', 'a r6cl by C'ble
i,avh-and Relulaticb%nciiiii. bWNEk- inor.
PNOINTEM shall be responsible, for monitoring
cbNTR--N'C'rQR",s'. corpplian . ce with ar' or.
&142.117 COMTR]ACTOR performs any. Wcak
-g 'A' at it is Contrary
:to L*aivs-or Repulations: CONTRACTOR: shall bear
and DraNytigg are
iilatinrvSbuL this
REACTOR 'Of
paragraph 33. -2.
tase5.- -
6. 15'CGINTRAOTOR shall pay all -plm con-s=' er.
use and oiher sirnilar. ita� rdirrd to ber paid by
:CON7,TRA(,-,TIOk i t accordance with the Laws and
Regulatonss o. tfri- pil cd 0 the ;Project which are
applicable during the,perf6mi7urce of the.Work
-bw!Ntk is'ekemnt Ebrs Colorado Simi; and
'local: sales---nnd use LLxes: on, materials to be
permanently incarp6rated4nto ihc ffoiect. Said taxes
shall not beincluded-in tha-Contract Price-
Colorado Department.bf Revenue
'State Capital Annln
1315 Sherman Strea .
Denver: Colorado, 80261
.Sales and Use T7.xes- lay the State 617'Colorado.
Regional Transtioticin-District; (RTD)- and certain
Colorado: counties—ary onflectecl by ithe State of
Colorado. un&.nreHncluded: in.the Certification* of
Exerriptiom
All soplicable Sales and Use TaxesJincluding, State
collected taxes), on any items. other than construction
.and bo-ii1dirtu materials PhymcallvIncurpom(ed into the
Mare 6 id b%- COINTRAcrop:md are.to
UMm— !P�orocr-iiitc bid items
sFoill .confine construction
IL lhc.tbmge of itcAids lind! equipm, ent and the,
s of -worters_ to the'sitc and.'Iiinil and 2�,W
is Casements, and shall not
A Construction
materials or equipment.
jfI6 full Iresporisibility. fort, any
. or.2rca, of to,.the owner or
or
perforniance'rifthe %Vdrk, CONTRACTOR: shad promptly -
sac with such other Party by nceotikion or othcrviisc
resolve the claim by arbitratich or cthci dispute rcsohl tion
procccd q or at law. CONTP-A&PRAWL to.thc fullest
ant pg.mttt.e,d byLnwsimd, Regulation�.Mdcmnily.and
J.Ibrdi )),armlcs 4OWN]EIL UN7GLNTX-P, RqGR4EMs
Ccirwillant: and. arr-ohe girLetly or, jftdired]y employed by'
any Of, them. from and:agairist all 'cl s,�Iwsmjo&s and
damages arising, out of or resulting: from- - am' claim or
action; legal or'.cqu"ita6lc,-*brought .bv"ony such owner or
occupant ag awsl_Q,xVNEk ENG*hNttj, bf 1m; other Pam
iqdemriMed hireu niler to I , 6! hextLnL'caused I by
or based
upon 'C0_NTTRACT0R?s performance; of the Work.
I
6.*1S.. CONTRACTOR shau'riot, load nor permit any, pert
.of my structure t6,be loaded! -in' any manner anner that 16111
endam-ci the -Arilctia-d* nor, sliall-CONrrRACTOR subject,
llp�,*plirf- or the Workor adjacent Property to sircsses or
el . �that -ndarkei it.
fressurcs . -will L_
Record Dociviletits
(19911ELkLiQl)
W/CITY0FF0RfC0ULIN',.%i0D . IIWATIGN�3(M 'AP0110)
'6A9, CQWTRACTORshall hiCintain"iri n safe place at
Ahe"s-ite one. rtcbril copyof,ad. Drfiwings, Specificaficns.
n� AddeWritten Amendments. C*gcC)rd&& Work
change * Directives, - Field Orders and %yritten
interprcudic](1715* and clarlfiixilibns (Issued pursuant, to
h9;4) in good oTiler'and ann6wed.to show all
made. iduring Faris" tion. These record
N
document&wether,Nvith all approved.Samples and'a
counterpart of all appr6ve&'Sh6p Drawings will be
record.documents, Samples -and Shop Dnjivings %vill be
delivered to LNGINTEMfiar 0WNF . R:
Safrpl and,Protecdon:
6.M C.O.NYMCUM shall' be resportsible for
miliP.Lin&" maintaining`and -
pr ccuuboni,iffid programs.iri cofinFeticii 'Withrdic Work:
CONTRACTOR shall take -allricccssa'r),precautions nior
the safety CC and shall proyidc the necessary p.r t,a .wion to
pr6gent damak. injury of lowto:
6_20. 1. all persons M the Work site or who may. be
iif(ccted hy, , il; Work:.
16,2 0.2, all'the'"'ork md'mativrials and equipment to
biti . MCC ,PC r nitcd therein, whctl�Lr in'stonugCon or aff .
6 2Il 3otlier prclrrtN- at e sit ' e ant thereto' th ' _1
mclu�d[lrig :trccv, ;hr�uh I NvalkIjs.,7 ;}nubs . nvvm � ... _ pa,vemcms,
roadways; structures` utilities and Undeigground
Fa6ilitica not dcsiLuj d for or
safety of persons or property or. t& protect them, kam
,damage, Uhtury: .. or, I 0s.% lind sJbH'&,WIt and maintain till
round racilities and -utility. owners when
the Work May ' -affect hern,
and -;hall
theffitn the protection -removal, relocation
of
th5g property _ A4 dainage, injdry or
)p", referred. to M' panijrpjhs 6,20:1 of
6 e6fly or'iddireWy,in N6ole or, in pa� by
R, "any. subcon'tinctor, Supplier or any
or araaruz4iiion cIh '.Or 'indirectly
shalt be remedied'by C-UNIRAULOR (except damage or
the fgill[ Of DriiWirigs or Specifications
.or to the acts 6r.omisn'k= of 01ANM or MqGWITIZ.or
IENGTNTUER's Consultant or anyone employed by any of
[hern . or I an I Y. I one;kw_Wfioi;! acts ahy 6hhtlii may be liable,
and'raC attnbMa@C,dir-wjy or ii�idire&ly, in *whole or in
part,
Subcontractor, to the.filult or negligence of CONTka=R Or any
t�Sup-pher or other p5mon or orLanintion
&6ctly' or iiidirectIv cinolovcd bv, any of them).
cb?4-rkAc,r6wi autics and fcsponsifiilitics'for the safety
and protection of the AVork-shall.cordiriuc-until suchiirrie
-i as all. the Works corripleted and ENGIINEER . has issued a
15:
rrotic I e to OINVNIER and CON-rRACTOR in accordance
,withpqraga 3,thid LheWork
is acceptalife (Lxwpt SS
oditMIse - expressly ssly . provided in connection with
substantial c0rnplcn -)
Pn
CO-I\rWcEbk shall desivmta , a qualified and
representative At the site whose duties
mid mT * shall prevention ofaccidents:md
the safety pre6uti.ons and,
programs:
llazardcoi-umicaiiuif piomw-
§,22; CO3NMACTOR shall be responsible for
600rdiniium am- cxuhare,6f inaterial,suf6ty, data shects 8r
other ' hazard. communicauon -jn(c=auon rcq=ed',Ic. he
rfiade""lzblie. to or eXcbana,-d' between or.'Aniori-.1
site in ;a,c&ir.dinoc; `wijh : Laws or
Ehiergenaies.-.
In crncrScneici7afe6rj ihc.safcty- 6r protection or -
or dr'�6.i-operty ai,thc
CONM'kCI'Q. -witho ut special' ' instruction .
R.or
notice' if CONTRACTOR believes that any, skgnificunt,
c 31�a Mjn I Wons tr6m ilic.2:omacf h-- ' . , 'Ahe Woric" var;a gt �, or
Doctmttnts haxe been- citzed ilicre*t' T : if
dctcrriiineir that 'a 1,7c in the Cbp. r tract Docun , imts I i* ,
iuquired bPcauscor i-mtion-tal',tn 6y.�tONTRACTOR in
response to:suelian em thbogency, Wort;: "Clangs Directivi
or,, C*Se., 9rder 'wIll, be Issued to, •doc . urnerit the
; DraAings
accordance
the. zlimited' piapses
6,24,2.'cbW—RA&bk sliall' also 'U6f SaMPICS to
INGNMR lbrrevinvv And Apprbval' in accordance
with sai&acocotcd khcdUlt-c�fShop - Sampleaibirditals. Each -Sample '. %vAllbe identified
deqfly as.to material. Su.jpi,Htr.-pqmhenl data: such sis.
numbers aM,Lhc , use
for whw6 intended And
t�sc as-ENIGDNEER may r-cqdirc_to enable-
R,i6f,\rmk to rivfevw,*the- submittal_for , the limited
02000)
l3iirpo*ts required by pam°tnph 6,26 The numbers
of each Sample—io be mhmi.tted. %-vill.be.as spemtkd. m
the Speciocatiorm.
Submittal Promdures•.
6.'25,1; 56cre snubrnituihg each -'Shop Drawing or,
Sample. . CONT.RL,%CT6iZ sf,alI-.have-deternrfind and
ycrified'
6`25; 1; 1, 'all field 6eii-lx— cras�
irm , quanuties.
dirficl'n`sioru-� - specified'-' ' 'nance criteria,
-*Ibri
irvaalinclon' reg ,ozements. miftirials, daWog
numbers' And. 5ralilair infoiniation. with Tcs'ccl
6;25,1.2i aH nas -maten Ltiitlh respect
pect to intended
Lisc„ , E b 'eat] -shi ' iLa, handling, storage,
asscnibl and .installation , in# to the
pc,fo�g ,
Pncc`qf the, Work, and
6.25; 1 .3 - All: ffiformaiton'relative to,
C. COMYRAFOR's 'sole responsibilities in respect
of'rileaps, meffiods� 'and
sequences a
rmcdurqs of construction it & �safch, piecAutiens
.i r
tbcm 6to"
ICWTRV'76P iihall'IiLs6 have, reviewed and
.coordinated each Shop Dra wi ng or Sahip e with other
Shop lj'm'w-u.W and samples ' and with the -
requirements
'of - the I1Iorkt and the 4C&trbct
Do6timcrIts.
6 Fach atlbrniial Wil bcaf or sp ific
writte; indication that CON79A C)JZ: lais satisfied
-.oblie 66s, w der the Contract
hcn ,DocWLs'WiIh'respect fo.-COOmW.TbR's review
htfd ap . ov-Al'afthat subinktal.
oven in the Contract Documents and be ccirnpatible with
it deQi 'concept of the coffipleted Project as, a
(iinctichirij whole , as indicated by, the , Contract
ficcurneriu, ENGIN=s rrvicW and zpprrnkl will not
extend to Means, methodstechniques. m _,qucnces or
proccames of constrU,cifion (except,where a -partic'ular
mems;, method, sequence iqn tee cr technique; , or. procedure of
I
I
I
instruction. isspe*IGcally
ancl.'�;.xp mho
6ntraci Docia sa re t' ;een Itiaru err
mms
cidcnt ther-clo. The review and appio*val� of.a se-_ . le
I of Pam
�rn:as such %611;nol.indi�ta apprqva the'asscmbly.in
hiieli tbitciii Cunc . udhs. :CONTRACTOR.'shall make
to
a
'Hm rcslionsibil ity for n ny. I va . n . a tio I n fro m ih e re I quireme . r . is
of the Contract,Documents unless CONTRACTOR has in
%vritinu called ENGINEERS attention to each, such
variat�lon at the 'timc: of submission as 'required -b_v
paragraph o 2 53and ENGINEER has given written'
of each 'iucfi 'Variation by a specific written
1-uNGI3\`E,ER relieve-CON-TPACT-OR fofxesponsibily
For com' lyiha with the Ecqui*mcnt� oriintgrapW6.25.1; 42S. Where a Shop Drawing'or Snrnplc is required by
the Contract D6cuments-or. 1 the 1 schedule of Shop Drawitig
and Sa'infile. su6mlissions a . cc - epted by •ENGINEER, as
r any ?diited Work perflornied
P�Eu,V,b, pmenfli-2A - - UNIFbZ's review and approval -of the pertinent
vi, I,lx at the sole�_#efise.and responsibility of
CONTRACTOR
CohdituLne 11re9Vork'
6,29 CONTRACTOR shall carry on the Work and
ndh&rc"to the -progr= schedule during all dj.Vutcs tit
en disagreemts wiftOWNER - No Work shall be . delayed Or
j5" ISPU as a . r periling ri�solqion of any� ili t
postponed It 15:5 or as: &;agreemenls, excLpt as permitted by pragrap
OIVNT,R arid- CONTRACTOR may otheiwi$e ra-gree Ui .
'ATItIng.
Oil. ' e0N7kIrT6R's: -General.` 11-nrntznv and
Guarantee.,
"6.j():I.CONTRACTOR maranis and &arant5es to
OWN-M 1�'GDTEER and LNGUNTER's Consultants;
thiii all Work b� in k4ordande iyith.ffie Contract
Documents.I - kill':nOt . ' b - e: def active.
'CQN7RAC70R's ryes rarity iind gumnice hercundleir
excludes eefeuts.ordamageciausod bv-
iibkisK, modilication or improper
MmiarlarIM'Or operation .by. perions',odwr than
CONTRACTOR, Sul: �-traertars or SupPlitmur
6.30.'1.'-5: normal wcar und'teaT under normal'
usage:
:5So? Cd\TTiACTOPs obligatioqp W . per 'form and
.
complete with the Contract
Dbcwnch& shall'ti—iibsciAute. None of,ihe following
vAly constitute. an hCce _pricd Of WOrk � that ISnot in
UCE)COENUtAL C0i,L)1T10,Mj 19104 0990 EdLivl)
Al CM OHORT COLL1.1Z MODIFICAPONS (REV4/2-0001
.accordrifice.with'the:Contract D&-drii6its or a release
of CPIMURACTOR's obligaiidn to:perfo¢n the Xk'ork_
in accordance with'the Contniiet.ljocumcrils-
recommeriilaticn of any progm or
firial oymcqf ly UG DITECT�
6.30.13.' - the "Lauanoc, of a certificate of
Sub&ifinu, b a] 'Completion Or any pn�'MML y
c1c c&-,\tKkcTbR under thontruct
6,30-14. useLor Occupancy of the Work or any
rArt thereof by 6V&TFR;:
-,06�15. any a6e6t;ihc_c b3, OWNER or, any
630.256., aqyrevie;w and.uppraval of a. Shop
.15mvoiriia or SamI516:sixbmitlafor a
riotice''jf ricceputttility by Ef4CANFER pursuant
to paragraph 14AS,
630.1-7. -any,: tc.q
111ST)CCUOT1,1 . .,or Pprzoval by
others: Of
6.3019, any con-cetion of djieriVe Work by
6-31. To the fullest; ext6m;:parmittid by '.Lrtws.and
agents
'bill. not limited to; , all fees, and I chinrges' p f. "engineer-3,
I tit I c1litec'ts. rtwrrteys and other piofmiday Is y and , W all court 0.17,arbit.nition mr. ot )�cr dispute by,
arising . out of or Yesuftmi fi,om. the perfofinance of the
Work; lirovid&that 'aiiy such clahii costloss of damage:fitis attributable to bodilymiurv.' sickness .. disease Or
-is caused in,vehble or in pan
gent act mr:Oilia ibhor C6ITRACTor , any
in part by any negligence or cmissioriof.0 Oerson or ewity
iMermnified heieunder or whethartty. "liabil ' - is imposed
upon such indemnified parly'by Luivs and Reoulatiom
Yny such person Or crifity.
632 n ao"ry, and all claims against- 6VINER a
�I any
ofkcr� drictors'gr anp1cly5cs-, by any'xmployeC (or the
sumiyar, or, at refrtsentatveof.suchlcnploycc) of
CON;��-'Subco�r, any
Supplier:. any
rwwn or orgarumtion:directly or in'directly employed by
17
0
any ,of them to perfomt or fumi:li any .of the Work or
m• aone. for xhose acts _any of .thei t may be liable, the
nri&mni, catica oblinafion under paragraph 6.31 shall not
be'Lniied many ivziy-by.a w limitHuon on the amount or
type :cbdama.atm compenauonor- beriefis payableby.or
for CO 1TRACTOR or anv s ich Subeentractor, rSup pher or
other person ororgamzntion under workers' comPensation
acts, dLmb1l1l' beheld ac6 or other dvployee benefitacts.
6.33. The i demnificauon obligations of
CO_vTRACTOR under-piiragnaph 6.31 _shall not .wend to
the* fiabihty of E2vGLNEER aricl EN'GIN'fiER's Cotsultartt>
offices, directors;; employees or agents caused' lay the
professional negligence, eri s or Bm s{ions of.iiny of thcra.:
Stinira!•of obLi aq io ts.
6.J4: At rcprrsentajions, indemnification: warrantiek.
and guarartices ma lc in. rcqu ed;bto von n accor lm ce
with the Contract''I)oamctts,.as wolf as all,'oontinumg,
obfie traits indicated in the ,C'ontract Documcm, 'trill:
survive r1hal payineitt, oomplei:i i ,aridncce mbce. of the,
Work;arid tenninagon d(iminmetion of The:Agcdmcrd.
ARTICLE 7-OTITER N40RIC -
Rrlaied'lVork at S"de:
7.1,. OW_ NER,may pcfoiin, other: work related to the:
Project at dhe site :by ONVNER'i Own forces, 'or)ct other
direct, contracts -therefor. µhichshall contain -Gericml,
L4 to
other 'Work and
a claim therefor is
are unable to agree as to tlic amount or
CONTRACTOR'shall afford each other contractor
'iscapatn•'to.sikh a direii:contimet.and eakh utility
Cr (and bNyN.R, rL OWNER is, performing the
'.icgtal work iVidi O)NrNER'st cn ployerm} •proper- and
au:ess to the: site.and'a rmwnable opportunity for thi
diction and'4M,: ge of materials iizid.,equipmefit. and
any.work'of othas by.
or
[his panfaiuph are'tor the benefit ofsuch utility o%virrs:arid
other eontmelots'10 the. e'ierjt-that tent -arc comparable,
E)CDCOEYEEGIL CONt MONO 19 t11S 0990 Ediitim1'
1$ wf CITY OFFORT C@LLIt` MOb1F1CATIONS 1RLV-112060)
nisiotis torthe benefit of CONTRACTOR in said
f contracts, behveen ()WN' ER and such utility boners
and othercontmclom
13 If the proper'execution or, results of any part of
to
in such othca_, orl€.tliet.cenda it iuiaysihiblc,or. unsuitable
for the proper'eaecplion aril results of COISfRACTOR's
Work. CONTRACTOR's Tailurc so' to report, will
constitute an_.aaxpmnce-.ofsuch-. othi r w,ark. as. fit, and
wooer for..inkeratiori.:with ;CONTRACTOWs Work
C'oorrliiibrioav
7-4_ elf OWNER .contracts: with others for the
performance. of.otha w•tirk'owthe Project atthe site; the
-follott itik wil 1, ba set forth. Supplementary Conditions
7 4 1. the persorl,.Cuni. or-ccipaptiop whoa will have
authority-and:'ie. risibility for co_*i ation of the
Tctnvlties airnong,tfi5,yarjous prime contractors will be
identified;
741 ;ffe'speafic,:matters to be.covered 'by such
authorily and respwistliility Al be iteinized- and
7.4,3:' the .'extent- of SUCH 'authority and
respoii ibilitics will he — idea. -
Unless .onbcnvisr provided in the. Supplementary
Conditions, MKER dial' hive sole 'authority and
responsibility ip reT.La of su;ii,coordi» atiop,.
ARTICLE S-O\V\%EWS RESPONSEBELI'I'fLS
:8:1. Except as otherwise provided in'these.Gerneral
Co1Klitiom„Mi,NRER'shalt' issue,all. communications to:
CO v`TRACTOR tivoughLNGL\LER.
8:2,Ian-caseof ;termination .of the., employment of
I.�i IGINEER,-'OWNEIt S}iall .appoint. an engineeragainst
i4}x7m-EE1t\F, TR:4cTO1Z—ma4,es-na-rees'owblc-ekijz(tiork
whose status 6nder.ihe•C6ntrict Docuinents shall be -that
,of the former ENGMEER
S3. OkV!,M shall: Airriish the ,data required' of
OkVNER-undff. tlic'Contract Doctuneiits,promptly'and
shall_ maka' payanerdsiled-in to CONTRACTOR.promptJy when
tFi�n are due as prof tparagraphs 1 a:3 and l4. !'?.
8.3.. Ol1NER'sduties in respectdf,providina lands
and . easements . and providata' e'ng,uimring. surveys to
establish referanct _ points are set forth' n pt n graphs 4-1
and 44 P?ragnaph41'refers to. OWNER's identifying.
and making;"avatlablc to'CQNTRACI'OR copies. of
reports of explorations ,and tests of subsurface conditions
atthe.siteaiid. dmwirgr,pf physical,conditions in exisiing.
h
stivetures at or contiguous to the Site that hive been kid Liz - 0,
h30\,GTNEEIZ in prepikring;-Lhe,Cbhfmci Do6tarients,
9.6. OWNER is:obfiit-auxl to execute Change Orders as
.iridicmted in pitrzig . aph 10.4,
:S'7- 'OWNERS TCS-
'Wrisibility. in respect. or, certain
z . PC
inspi;cti forth
qns_ tests in ,approvals is set o .in:
parngmph 13.4.
�.813_ In connection.,k%: . nh'OWN'F.Rs right to slap Work or
suspend` ',VVork, $cE, , par I aMV 33-10 and 15A,
*Riright to terminate
services o17-COWRA&OWunder certain ctrcurnstances.
'rhc DWriNTER, shall not: s6pervi= direct or have
_qontigl ,_or, authority m7. nor be responsible f6r.
,CUNITRACT.OR'slnians, methods techn
iques, iqueS, Sequences
or pruccclurcs.bf.constru6tion or. the safpty precautions and
th"'A " od , for any. 'failure Or
Laws and Regulations
CON'r.RA(_-r.0V_-to.'cqmpl)r K91,
applicabje wtJoic'-fur6ming prperrormance of.the "Work.
O.MNER will �ftov be 'rc-Sprnsible for (X)NTR_ACI*0Ws
laifure-to p'cr-fiarrri. orfiirftL4h; tk-Work in uccordarruo with
!he site
Sei4� �A j;;Zjm7
le runtis
C
ARTICIA 9-EN-GIIAER'S 'STATUS 'DURLNG
COLN T.. CTIOx..
._p
Q8' VkR't-_RepraeWtafi , V&
pcn- "Ihe duties and
responsibilitics} -and the lanitkitions of aulhoriiy of
RGDZERI ai "OWNERS .._representative
airing
construction ure set, r6rih in'tl�4 Ccintruct, Documents: and
,shell not be--e. ql*4iviLhou.twritten conserA,.O.rOWNER
indINUTNEER:
I Bid- to Me
9.2. ENGLNEER will ruiikc,visitk to the site at intervE Ls
apptnpnate to t YaTic.uses
. stag. of construction as
ENGIATEER'decinns.necessaryI "', order to ob6mc as an
,in
expeiienced desi& -
pro ihe progess:
ig I RS 0991IEdtivo
W1 CITY OFFORTCOLLINSMODIFICA710' 14S (REV,IP000)
Liar has been inade'rind the quafjtv of.the various aspects
or cmrr�&ows m M C-te'd, Work, Erased' on
infarniiition obta _g i iri�ttdiirin-`.such visits alld observations,observations,s.
Q�GP\=. %.viU Yor-for the benefit of OWNER 6
dctcrrhtri��. iri'mricrml if: the WcTrkis pm&edmig in
accordance wjS
it ill not be Ye 4iiii4tb make*t_,Jwustive or continuous Am-
silef.=pectionslo check; thelquality.ctr quazatity of -the
Work. MKGINEER's efr6ftsArill be direcied.toward
providing for OkO,]"ER a greater dekur= of tonfiderick: that
the Ccr�oleled Wort. ',kvill conform igenerally to the
Ccil act bocu_mean -.On the basis of smh_ visiis u;xJ on -
site obwvatidis; -ENIGNEERr Will keep O"'\TER
irdurmed of the progress of the -%lrork add w7endeayo'r to
g6ard, OW'KE7P naaimr zkfeci eWort:. 04MNTER's
visits aid,oh4itcmbirvatiorna are Sbic6t to allthe
&Ojed 4epreSenId14*..I
to
;as,
or agent to -represent
GINEERs Consultant,
ties and ituth6firy -and'
r person. will. be , as
9.3,1,.- "rheKei:rresenditj3e's iieafinias:irk matters
V-
pe irwto, the are-stc work wilL m verkerdt. he with
fthe! WGrIqRER and CO'NURACTOR But, the
&Msenfitivewill'_keep'IheQIVINER_pro rl%,
advised abo6i -such�:matteiv. , The
deahrim with subcontractors .will only b0 thibueh or
-with 'the fuT kfikiwleke and npmoM of th
CON9!F-4(,-TOP-
:93.2. Duties andReapoi;isibifities., Representative
will:
.93:21_Schedules- - Revjkcw •-Mho- pro,_,rvzs
m