Loading...
HomeMy WebLinkAboutGEM CITY ROOFING - CONTRACT - BID - 7440 SENIOR CENTER RE-ROOF OF WEST WINGCity/ Of Fort Collins • Purchasing SPECIFICATIONS AND Financial Services Purchasing Division 215 N. Mason St. 2"" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 97U21.6707 fc9oll.com/l)iii-c/msing CONTRACT DOCUMENTS FOR SENIOR CENTER RE -ROOF OF WEST WING BID NO. 7440 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS • NOVEMBER 1, 2012 - 3:00 P.M. (OUR CLOCK) large amounts of debris and waste material shall work closely with the City's Natural Resources Department (NRD) to ensure diversion meets specific City of Fort Collins goals. 2. For a D/D project, an environmental assessment and proper removal of any identified hazardous materials is required prior to further work. 3. Contractors and/or project managers must obtain all appropriate permits. 4. Diversion goals: New building construction waste diversion must adhere to the Leadership in Energy and Environmental Design (LEED) Gold diversion ratings. Deconstruction and demolition projects should achieve 100% diversion of materials such as concrete, rock, asphalt, dirt, bricks, and metals and at least 70% diversion of all remaining materials by weight or volume through source separation of reuse, recyclable or salvageable materials. 5. City's request for proposals (RFP) and contracts for these projects shall require the submission of a recycling, reuse, and disposal plan to the project manager for approval. To measure compliance, the plan shall include tracking of salvaged, recycled and waste materials be documented on a form similar to attachment one. Copies of receipts and/or weight tickets may also be required. A copy of the tracking form shall be provided to Natural Resources Department. 6. City contractors violating the City's diversion policy may be barred from City of S Fort Collins construction, deconstruction or demolition contracts for a period of two years. 7. In the event of a natural or other disaster, the diversion goals as stated above shall apply to any/all disaster relief cleanup efforts unless modified by the Natural Resources Department. 8. The Natural Resources Department, in concert with the project managers, will maintain a construction, deconstruction, and demolition waste "best practices" manual with an annually updated list of recycling and reuse options. 9. A diversion cost analysis will be conducted on larger projects (>$50,000) to determine if deconstruction is not cost prohibited along with a determination of project time requirement and if the facility is suitability for deconstruction. J-2 0 Addendum 1 Page 9 of 14 7440 Senior Center Re -Roof of West Wing I' 's written de i,,ion decisi(xt unless 6ilitmiw agreed in writby by OWNTER T'mOX, �la upon '01INER io I nd and CONITIZR, -ACTO thin ten days after the date of )MINTM or CONTRACTOR ENGINEER written ' rrctict� LIE lINHFR'sdecisi6riand: (t n into Lxtwmn'M\VlX 'arid coN,rp_,%cmR. F�� 761iii 16 Article 16 or(i) ifnbsuch DiTuteRekIL;Li6n A0u;meru hijA7een ent_&,�j into: a-, _f6mis'l pric'xiedii�,-ii; ifistiluit�J'b}, the, I' in,a!F( - mm-of I alipea ing p" on coniftetent jurisdiction to exercise such -mitts ints or remedies as the appealifia.pntvrriay have with respici to 17NOINDN's decision, 'unless &KeTwiise agreed to, %criting by 6WNII:R and .CONMLALC!TP_F_ Such a6pial 'will not.Lv subji6t to'the procedures ofparagraph Ml. Derfisiom air Dispmrev ,9.11. FNGVKMP. kill be the initial int6ffiiiw of the Teiluireinents-bf the Cnniaci Docdrie6ui,afid"judge' of the scerthiliey of the the. ClainsAispine;and otlrnattrs,,aiirig to the accept,&Iip ofIhc IVork or ,the iriterpretatiori. or die requirements or the Contmet Diku - itients p ' ertain . inn to —the performance and ft;mishinar ofth . c Wrirk,afid claimsunderArticles ITand 12 ni rst eet or rcrerred tnuisfly hc;rNICT'ltNFFP in "Writing with q request will Lx, d6veied-by.Ahe claariant ToUNGINEER and other, party t& th6 AqrcEniciit prompIly (hut in ho,ei,6 later than thirty days) riper the start or the* o6�urreneci riper event ,giving rise.thereto. and written supporting datay. be subrnhGd tdHNGliqf-,FR and the . oLher'Oarfy with slily days after4w start of uch occurrence. or cVmi unle ENIGNMER alluivs Lin' additiomil peri6d or iinne for 0 'submission of nddiliiinfil:or more mearnic &10 in supk, of -such "1*411' disp"ute"o'r other'mitter. The oppo'sing-.1xii- shall subvnitmi}; response to ENGINEER and the clainin williin thhU, , da;,s__afteir receipt of thi"cl6inidrili la :bL an appern,trom Lmjiti an in time 'limits d, set furih in F-VJU 'ONTRACTOR pursdMit to Anicle 16, Li (ii) if no sdch Nspuile Resolution AV66ritira has been lentered Into. "I _r intention "I fioni ENGNIM-Ri nitten noticeo to appeal. is * dehiverid' b5; &rNcfc :ONTRACTdR to the other mid to LNGINEZER within nky iifiys after the daw,cif such decision iind n fornial iroceeding'is instituted Sy the appealinl�jirihy:in a r6rLIM of ornpete I nt �j . urisdichon to exercise such rights or reniedies- .;.the ir"5; have witE respect tit such claim,, lispute or other maltei in accordance %�applicubleLiiivs. M. Regulations within sixty' da y. I A of: the date -of such . EJCDCbE%b.LAL'COP4DITIOM 1910wj]06 E(fiticq.0, .9.13. Lihzilations pan LA'GlIVEUR's Amthori!P: .and 9-112. MG]INIMR ii1ill not sujxn,isa, direct; control -or have authority -overlor.lic- responsihle for iTON.MACTOR's meant metfibds, techniquessc sequences . enws or pip&dtifeii of coviRtfucti o n, of the '.Safety, � ; r prec.mitions and propiluns incident itrctbor,lb-f-iw failure. of CUNTTMCTOR Laws anil or hi or -fuhnisli the Work-in accordance, with . the Contract , ocuniont,.;. 9,01,3. -iNcmmmiz: will not be resportsb][Mdr, the acts or oniiisions,Of COMACTOR or of.uriv SubLoninictor. :in I yNupp 11 icr. or u I L - an), other person or. organ,zat on i " i ' 'perf6mitriff or furnish r any of Ahe Work. 9`13_5, The limitrificifts upon 'author'irtv and 0 0 I* Ll respot si6ibn sgt;toilh"m th s paragraph"913 sfjall nls9 apply io-LTTGfNELR's,Cdnsuhans Restdenl Project Representative tend assistants. ."!TIt-LF:1Q-CRANG S:UN THE NVORK 10.1. Without invalidating the Agreement .and will afptice to any'suraty OWNTER may i t an} time or'f lime to time.. order addition%. deletions or revisions"in Wor6. 'Such ailditimis;, deletions' or reiisicins will au0iorikrd by a Written Amendment, a Chanee:(,)r er. N IV, lf,OXVIVER: u and'CONTRACTOR are to ,agree as'.tq the extern, if any ofan adlustnicht in Ole Contraia!I'ricc'or an iidjt>_stincnt,oGthc(.nnauc['I'iritcs-thit _should be,iilloued as a result of a Akrork Change, Directive, a claitn may, tie made thciLfor as'peoJided in Aiticic 1 I or' .ArticiclZ 10.3. CONTRACTOR shall not be cntiticd to an ilierease in"the Cmitntc1 price or•ati extension of the Cotidnct Tulles with respect.to any Walk';perfomied-that is not regqwired by +the Contract Documents as amended, itoilified. and supplcmcntcd as prot ided in puagajft i and 3:6, execpl in the sc of a �an cincrgcricv as priwtdcd m parigrai h 6,2l for in the' case 'of' unCOVering 4lrork as, proyrdcd - in paragraph 13:9_. 10.4. OWNhk and;CONTRAGTOR sha11 okecvtc ;appropriate Chiiinvr Orders recoldriieniled by'L'i`JC W.M- R ,(Cr Written' Antendmenls)`yovermg:. 10.4,1._ changesTtn the, Work which are'(i) otlleredi by U\VNCR par »ant to para�miph 1 il'I. (ii} rcymrrcl, because ,oC acceptance or !eiafeaive Work" under paragma 613,13 or correcting'*jecrne-WiWimder pamgmp h i3'IQ;, r fiii)) agrcQ tg by thv p roes: IU.4-1 chances' in`the. Conira0 Pt'ice or'rontiacl Times;w}uch'Srea�eedtoby_thzpnhex;tiniC- IU,4:3, changes; ii the Cg iractP tcc_or Cominei -Times which_embtid} the slibsttnce of",thy reriiten decision, rmderrd''by ENCIAfEEu :pursuurn Ad. .paraglaph'0.11; Tni0ded, dial; in lie of exzcutinc nrry:,slich Change Circle, an appeal ma) be taken Gam anj: such `decision"` in ;u'ccordance,wph the provisions 6Cihe Contract "Dixiumrhts laid applicable°Laws and Regulations`but duru g tiny subh apppprraat 'CON_ T 1:A —l'OR, shall ortrryy on• the +1Ytvk an l ,adhere ..1� .Ilie `prursess scfiedule his proviileil'in purxgmph 639.. 10.5: "notice of any'.chan a aftectirg the general scope nt: the Lvoik-nr the pnnvisiarz of the {:onrrnct ljoctinienta EIC UU U6itEl.'11. r:ONC?ITIONJ lYl US (i JUV Eitititiil, a'i.Eii 0l-.fORTull.LlMMOUh7CATIONSIREV•1:UUaj' (inpitid ka but not .tinted to Contmq Price or Contract Times) is retjttired by the provisions of any Bond -to be given -to wsurety the: giving of eny inch ndtiee•will be CONTR.4C,TOR's,re4xmsibiliiy, ilm and the ouitt 6f each applicable Bond will be adjusted and Y. AR'I'IF:LR-I I-CHA\GE OA;GOiV.I'Ri1GT PRICE II.1. The Convnct, Yncc; constitiOes the tittal compensation,(subjecl to aulhoti7,d ndjusti ichts) payable .to.CONTRACI'OR for performing the, Work /&&does: responsibihticc'and .obIi!, ations; assigned to,or undertaken by CONS kAr I ORshill he aLC ONI RACTOR's erpenu Wahou[ change in the Contraet'frice. 11:3. Thr •value' of'dny Woe} wvcred'by;a'Change ,Order tie of any cluim, for an adjustmenj in "the, Contraol Price 1611 be'detenoined as follows: where the Work''uivolved is: covered liy' uiit prices ,contained in thc_Canvaci f)ocumenty, ti) rlF hcatien of such unit prices to'the,yua niiiies of the '.items in'v'olved_;(sob' ' " to the, ;P'.rcovrsions oL' `23 phmgmphsi i;y.l through %; _3. incluMve); 11:3=. wHere,ihe Nvork involved is not covered by unit prices contained ur the Contract Documents, Uy'it mututilly agrecid payment bat is, includmglump,surn _(il-Nich may include an all -'nee for overhead and pnout not necessarO 'in acccrdAnc with Iztiagr.,iph 11.G.�); 11.3.3. where the Rrark involved is nut covered by unit- pnnzs cx ntatned in" the 'Cunrgt- De cuiiienLs anti agreement 'to a lump sum . is :not icached :under rmgra11h 11.3.2, on the bAis of the ('ast or the, Work elemlm d as prided in puagruphs l I,4 and'I E5) plus, C(()NfhA TOR's tee for nverhead anA prn61 (determin'ed' aspnividedih�oamer:irhll;¢}; ofdie lVork: 11;4. The term Cost of the \Vork, means ilic•sum of all. -EoSts necrssa-nly mcvrrea and paid_by CONTRACTVR iia 'the proper performance c f,the \Vork. ,Frcept iLs clhervvise ,niay_ he agreed to an -writing b) �()%VNER, such costsslall be' to !amounts'.no hw_her than those prevailing in the 1 locality of die 'riiject- ihall include only. the following items and shall notinclude any;o_ f the costa, itemimd in ,isaragraph 11 5t - 11;q.l:Pajaoli costs. tot eritplojees iA the Brea employ of CONTRA(;.TOR-in the'perfomaancenf-the \Vork'lunder schelulds or job classihcraiansagreed upon by O1VN1R •and GONTRACI()R. 'Such c at ;..required in connection therewitH_ All utish its shall accrue tb CONTRACTOR'unless 'k..ilepoaits fuels %iith' CO\TTRACT0R' With to make .pai'ments: in which -rase the gush. its shall accrue to O\vNLR. All trade its rebates anil refunds':uid jrujrjjSL Gam scilcof -.materials and iuuitinient..shtll accrete 10 sty that they m ay'brtibtained. 11:4.3;;payrnerits: ,m5de by, Cdl. I RACTOR to 'the: :Subcontractors for \Vbrk" performed or "famished by :Subenntrnctors. If required hy' O%VNER, _4 tiCuc(eN'tx.At:'cuNutnbuivro-xaw pt:ddml w)Ull oil•oxreoLut.Sntoiiurcanorlspuay.taiion} CO,NTTRt\GTOR shall obt<nin competitive"bids from SUbnoIlLmoorsacceptable to ` ONIVN iR and CONTRACTOR "and shall 'deliver, such bilk .to O\vNGR Who will thin detennirie, with the advice irf .bT1GLNEER µfitchbikL if any, will be aaeptcd If err}, subcontract provides rhai the Subcontractor "is to be paid en the basis of Cost of the. Work plus'rr fez, the Subconnaetoi's.Cost ofthe'Nork and fee shill be determined in the same manner as COiNTRACTO_R's Cost, of the Nark amyl fee, as .;provided in paragophs I L9. 11 5: l i G and 11 7- All suU anlmcts.shal] be'subiect to the oilier urov isic;hs of "I l,4 d C:osm of, spe'eial" consultants (includin-but nor' limited to enAnxxrs, architects, testuie laborku'ries. �sun•e}ors, atlomeys,rind. accounlartts) employed,' for sea ices specifically related d the work: 11:4S Stipplcmenttrl costs includirre the fallowine: tfop ortion of. ncccssiry. V'instxirtation traice1'and suhststence eetitrtses of CONRAGIOhs, _'criipto-*-- incurred in discharge of duties connected. with the tnit 'C,ciat,,.includine.tvinsporstion and .mrlinicrtance of .ill materlals; supplim equipment, machine}:' stppliances: nffiK- and temporn6, lhcilities at'& site'and hand ionls:not 6%: d hj'-the worker ..'Whirih AN consumed in,thc performance',,or the, work, and cost lutes market value of such items irscd but not cojtsumtjd whicli remainthe property ai•{;Ct:srl'RA(CTOR, �J 1I453. Kcritak of, all Construction • etpnpment and machinery dad _thc parts thereof ichethrr rented from,CONTRACTOR or olhers in accordance Wah rcntal�'.a¢rtrmcnis approved by (j14rMR with the advice of GNGTNCER, acid the costs �of ,transportation loathing; unloading; nst511atia ciasntantl ng and removal thereof=all ih accordance' ,With ` terms or said ` rental aereemerds: The rental of any' n cti zquipnieiii, machinery =or parts :shall cease, when the use therzaf is no)onger wccsstry; r'or the \\`oil:. l l kS 4. . Sales,, consumer, use or similar taxes related`. to the RNV and ' 'Ibr. vtilucli CONTR CTOR is l ahle,• impbsed by,Lmi s un'd Regulations. 11.4.5.5. Deposits, lust, for causes other than negligence of C0"\'TRACT0R_, , tiny Subeontiaactur or anyone drool}' or mdircclN emptoyedbj uny tit them or for, whose nets -any or' lhitn may be liable, and royaltY paymcntsand fees for permits and licz tses. 11.45,6. Losses: and .damages; (arid related cepense: 6itused by danSage to the W*ciik. not compensated by insurance ur Dail i v se.:suslained Uy 'C'ONTRAC-rov in' connection Vith the 0 0 ,11.4.3-7- of:ufllitics, fuel and sanitary 11.4.5X Minor mexpeiiscs such Jam - telegrams, lqng�aistance't'qleohone calls, telephone,sem,ice,iii the site, cxprcssije and similar petty cash items in cOniveiian with the Work 11A.5.9. 'Cost ot'prerniums f6r addifioNil Bohids, and m6ance r6�iibred betaosc of -%hanjtes in !thc� Work. IIS ` F he terFn.,C'osL bf the'W oik shall-fi6rin-cluclemy'. ot t. thofoIllowine- - 11.5.2. ENpenks of '(:,ONTRACTOR's piiincij)41, and branch orlices Aer i6n C',OWr(ACT6Ws,offi-i;6 it the site.- ' * 11.5.3. Any part of CO NURACTORsxat , pilu V \p, e. ense!,,. - including interest m--coNTizAc.T6RS capital eniplci�Q Zcir the Workand 'C&XJTRMTOR lo'rMirL-pu'cnM rm­yin'c'nts': 11.5.4. Cost of prernittins-fa a[I BbnLL-.'md for all tr"nince-whether or' not 'COYMACTOR ;is ,required by the Contract Documents -163 lid-rclisse"and ioHiritain , sx- , the.same (cxccpt F&prcmium mered hy.t c cost of subparagrapfi 11:4.5.0 above). b6D6CJiVERAL(-6NIi TtOMS. 19iC4 69.4V 6(fli(III w/ 6TY 01; FORT C6LLI M NIODiFICAT'16NS is qo.,;t9, doe to the L fieQJi6ence, of CONTRACT:OR, tiny, Subcontractor',- or -aiiyone directly or iridirecfly employed by, tim of them or rur "whiff uZis aq -U.thm :rriay' be liable,',ineLidire bot ; not diftii1cd to, the, u6i�rv6ion,617 zkfet-Mv Ik6rk_ disposaliY , , ongly supplied I I � I - - - - - - - rind making guod any iIinuig c to,prupertv, 11:5.6. Other werhead.or 'general e.xpenk'costs of any kind the costs 'vr ' tiny fieni not spi .qficv.Ily'a]nd expressly included in par F19T.9 phl 11.6. The i:ONITR M,71'6Rs fee allm-M to co\,TT.RAc-TOR' foroVerhead" and' pro -'fit shail,,be dLteiinined Afollows: 1 LA 1, urnitually k4ta6le'fixed fee. or '11.6,2JC6 fiked" fee is not agreed• uporL thcn.ayfee basic, "9 he III :ccntagL�`d -the- vari66s W6.2.1. .:for costs ific,trfdd under f;ning*hs,1 JAi kind 1 IA-2, - the ("bOTRAM'6RIS' kc shilfhc,fiftoen percent; . I I I lfi.211 1iir i costs .incurred under paragraph I 1.10, the tMNTRACTOR's-Rc sliall be five pcecvnti; 11,6,2.4. no f4 shall be pjvablieEon.ihic basis under,"pari graphs 1 lA4, I)A5 J I2.5. thc,arnoUnt, or L+edit :te, be hllmed by CONTRACTUR tn',QWNHR for any change which resuh� in,a her decrease rn,c6st%vill be the OTTIO)JI)t Of IhC-aCtU6l na-dmcase"in cost plus a ditclucfion in CQNITIZY�CTbk's fee bv.n4 [IIn6unt eqii6l to five per , ceht oCstich net d,ecrquse-;:a`ni 11.6.2.&, when both additions and credits are involved 'in tiny one "che'rige. the adjutstrirtnt in CONITRAC,tOR-s'fee- shall be'&&rnputed car the bQs -t;r 'ihe 'net . change In' 'He cqLiance, m%'iff lvlragaplvs i i .6�.-2. i•throujh i f 42'S," indu'S-Ive: 11,7. . Whenever the cua of ,a Work, in to he :25 detemtined- .ptirsimrit to "pareuaphs.IIA mrid 11,5. CONFfRAC_ CT will establish 'and maintain recoitls thereof iri'accordance with generally,accepted accounting practices -anal submit in acceptable to ENGINEER an itemized cost brcotkdown lq ether wiih'supporting data, Cash:Illtnvantes I I .S. It understood that CONTRACTOR'has included in the Conttucil, Price all'alluwances so named"in "the: Coe tiact llocurn a s soil shrill aruse.the \Mork" so'cover&.d Rio be furnisitcal and prrftiim d 6such sumay�be ,acceptable to OWNER and ENGINEER_ C,<WMX<:'rbLR. :agrees lhtil: MO. the 'allowances include; the cost to CON' P_,V: OR•(icss rim• }applicable trade discounts) -$• materials and cquipnicra required hythcallnwa ices • to be,&livered ui the silr.:imul all upphca6lcitasrs': and 11,82CON `R &ORs- costs .fur unloadina unit handling on the site; labor installation costs ri•erhend, .profit -and oilier espenst•s "ctuitentptated. Sfgr, the allowances,wive bzer included in the'Contract Price and *not in the alloNi•anccs' and "nu deovirid for additional )xiymciikon account of.anv of the"foregoing \01 Ix yah& Prioi to litsil pay inent:'an appropriate CIvnge Order will lx issued as�recdmuiicnded.by KNIGIMiER to reflect.actual :amounts ilue .&)NITRACTOR on account or Work. covered by alloiV;indcs, and, the Contract Price shall he •can-espondutpdy adjustcd. 11.0.. Unit Price Woik:' 1 l.9:l, 10wre the Contract Documcnts provide tHat all Lit man orthe:lVoik'is to be Unit Price Woik,•uuiially .Unit of e,ch item as'indicated in the,Agteemeht. The stinaiated quantities, of items of Unit Price Work are not .g'uamitteed and nre. solely tilt' therutjicise of compansun oCLiids'nnd de eim n rig an initial Contracl Price: Detetnitmltiorls of the actual quintities ;and cl rssifrcatiiins :of Unit, Price .Work performed 'by CONTTRACT'OR will he made by ENGRIT-R. in ,uccordance. with pai- taph9.10: 11,9.2. Each unit price "will be deemed to -include tin amount ebhsidered byCON'TRACTOR to be aileepiate to cover CONTRACTOR's overhead and profit for each scparnOv identified itern- 11.93,OWNIM, or ,CONTRACTOR ;may mrdce it claim for an adjustment .in the C6ntract Price .in accordance with Article-ll if: 11-.9.3.1. the quantity of any itemof Unit Ritz" wiirk p rfomrod by :wNT RACrOR. differs materially an l sir ifcamly from the -estimated quantityof such. item `indicated iii the :AgNt nient; SKUC oEN}k]t,V: CON61 no-, t9 i IHI tI Y'Ju Editim) 2G w/LI YOFFORTO0LLINS;11ollaQCATIONS (iGy•12acu) rind 119.12: there is no corespkmding_adjustmenl -.with i-5 et,to aoV othecii . of Work; aril 11,9,33- .if ('.()NTRA( rOR" believes .that CONTRACTOR 'is erititlnf to an :irtcre-asc an {Contract Price .ds� n rosuh of having incurred .additional experiSe or bWNGR believes that MWIER is entitled io a decrease in Contract Price and -ilia: ,patties are unable to', aim" ee as'1u '.�tli ae mount fanysu hlncrease'Oriieczease: 1IJ:3.4. .CONTRAC:TOR• acknowledais that .the OWNER•hns the-rieht to add or delete items in :the Bid "or"chanec quantities. at OWNPR'5<s<Gle 'discretion wilhoul,affecting the Contract, Price of oant�' remainine item .so Jon as, the deletion air ,adthtian•does not eNueed twenla-live .percent of tliaorieinal,total Contract Pricy - ;1R'I:ICh6; 12--CHANGE:01•..1Cb�.l'Ri\C1T'CIMF:S 12.1, The Contract Times (or Milestnr changed by o Change Ordcr or a Writ Any claim let. an adJ usurient of the tail Mdc`stnnZs)_ Shall'bc based on written no the pariy making the claim to the nth FNGINEER pmr»pily (hut,in'.nti.&vcnt" days) aftcr the occurrence of the .event g claim and statina'thc jeticral'niiture of tl of the critcnt of ate claim. with supporii delivered within sixty RI s i flee such a ENGINEER ,ahows additional lime to accumie datain"support of'the ,clain accmipamed by the datinant's written sl ns a' R and CONTRACTOR im for an adjustment in nes)-will be vabd it not. � be onel to in thirty is to the Notice dial I'be 12.2.. NI tltiie'Ignds stiled in the Contract Documents are of thg etisence•yf the Agreement ' 12:3: Wbere.:CC)NTRP:CTOR is, prevented :from completmgAiriy part of the Work within the .Contract Timesor Milestones) due'to delay:bevond the controhof a claim is made Therefor as M. Delays beyond the by Article 7. fires floods, epidemics. abnormal we; conditions or acts of God Delays atirihirtnhle to • 0 Ivithin the control,of,n Subcontractor'loi Suppler, shall,be -deemed t6.be delay-1 i'vitfiin the control of CUNTRACTOR- 12.4. Wh&,?. CONTRACTOR is prcvted 'from•completv m any . v parto f the Work-'miltin thj,C6niract1Ti;aeis (or Milestones) , c;) dui to delay beyond the `control of both OWNER- and `CdNTILA&(,A -an' iixtens.iun 'of the conardc{ Timms (oi Mikston&,$) in -ate amount equal to the ,time lost due!t6:suuh delWU1W shall be CRAC , f0ki sole or or. or other contractors,perturritingother wa .ARTICLE 13-1-FXIS , AND INSPf-:01 ONS; ,CORRECTION, RKNIOVA1,01? ACCEFIANCE:OF DEEk'GTIVE40RI,� mi. Prompt notice of all defective. Work �of which MNEIR or je,mmriiz h�tvc..aetiej , i' - . 11 b' it knowlaig �wi c given in CONTRACTOR ic re N OR� MI'deficlAw Work in6" b ice114 necte con --di ' pri_orac ec pted'as prqvAcd irVthi.sArticle J,.-,.- access to Work 0 ITT i,COWiPfLACTOR, shall givc ENGINME.Rtimely ly 46 ecofreu'lrcssoftheWqrkforall?reqdr c i specims., :tests or,approvials, aind shall­-000pemte i'sitbirspeZli6n'und nesting liersqnnel,to facilitate tests, ,13 4 qAVNTER shalt employ and pay fin the service0or. an yid �pqrjyhl !estinii labbrutbiy to kif6irin all insIxclions, tests, or'approv,, , ils'T`cquiredYy1hv C.,ontract Eiciturnents except: 13,paragraph ' for insrjcctionsi'tcsw,or appro9l.s,covered by rag'raph 13.5. 6e10�Nv: ' 13.4J. that costs incurred in corfne`cfidrt with Le515 or msNctiork, conducted '.Pui-,uant'iO,Nrq-gm*p-.h 13-9 W1 6 II.OF FORT rX;LLH-e,'.%16D'H,-17CA'T'1 6N's (R4-V4rVHJU) 0 -bcIo%v sIiall ibe priid as -provided ;in said paragraph I3:9: and -1 3,4. 3Hg -otherwisi! ;s*diri66 piovid&l :in ilie Convect Docunuzits. I 1A It'nnv,kVork- (or the work of others , )I that'is,to he inspected; tested or ariqrci%�md " is covered ' by -CONITRAG7011' iv&cwt.Britten conc-urrerice" of if'requested.1hy,ENCINMR. be uncdvcrcd rof 0115cr,vdtiqn. 133. tin&ivering Work as provided in pairaigraph'13,6 sitill jr- at CON T �-rew . unless lesi; -coN1TRAcfbR h5 s -81t0.H-Ni3INH-c� HR tihOyr'noticclof COIITTR�V-TOR's -- intention '16 wr a tIfe stiiiiw - mW RNGINUR,ha's hot acted ;wjthW6s6nabJc' p'opip"m ,rasp . )rise , to such, n I otice.- r 13.8; conifii6, to thi written requesr of !NGINTFEP, 'it :ratist, if rcqucstcd by ENQ U41ECR be 6nc8i--ilied for,ENGWEER's obse�atioi6 an4'zplucWmtC6?\rrRACTbxs 13.9: If FNI MiT-,F.R considers it necessary or advisable and entitled Lomn appropriate decrease in the Contra, ,afid• 11' the purtics arc unable to agrec-as to*the thtret;[ may-niake 'a claint. _therefor' as -pr6N C6ntruct 1'rice or an extension of ffe'Coritfact Tirnc�s Milcit6ne,q),- of hots,diricid� attributable' to such 27 9 uncON'eritig egrtrp, abb�'vittiap, tnspection, testing, replacement ,arid re tinnmctitim and, if the :pasha, are �rm. Ie to .Aeree es' to the amount of eztenl thereof.. CO�TR4CTCiR myritake`a claim lherrloras, proJided m Article's 1 I'and 12, 6li ;'V£R'AfayStop the iirurk: 13,11). lfthe Work is-difevMv or CONTRACTOR fails to: supply"suffilment skilled workers orsuitable matenaIs of eyuipmerit, ,or fails to furnish tie perlbnfi the, Work in such a' (iay that ltie nmplelcl'Work will conform to;the Conlrad IJocumcnts, OWNER.msy' order1C0N•I'RAG'1'OR'to stop of VXVNhK to exercise this right .-tor the •beneht ul COk"I'RA(a'OR iir nnv siurcty, or other party. �Correcrion or Remoral.nJ >efecrire Work- 13.11. if required ley,hNGlivT)3Eh,.(,OMfRACTON Alth11 pony)llj,;, as directed,' either •cotfc& 'all, de' ecti_re %Vork; whether or not fnbrirnted incimiled or completed, or, if the Work has been rejected by hNCili F f 2. removc it front the :site rand replace it 'with Work- that is not WJ&etive, CONPRACI'OR shall, ply Ali "claims casts lCme's and •dimagcs caused -by or r,ultiag fnim wch"coircdl, t.6r iemoval (iiiclu6igbut not bathed to all costs of re}tik or "rifplacementof work of oihers). 13:12. Correction Period• 13 12.1 -:If within one --you uvo i;nrs after the.datc of Substantial Compiction or such longor perio l ortime_as may be prewfibed by Laws i r ReWations'or b`, the the Contract Documents, anV Work is found 'lu'be and satisfaaordy catrector remove And replaceany damage to other 11!nrk or the work of others resultim therefrom. If CONTfiACTOR does not promptly coutply withithe terms of such instructions, or in, anemergency white •delay tti'ould cauu serious ruk of A(iss Or damage, OWN13k him, hnve,tlt6 dq?ec/ity XVork corrected or the Pei ected Wtirk remit M `And replaced, anti all claims costs, hisses and damages cnused bn. or resullirig froin •such ' removat unit replacement (ir cludmi g"bui not. limited to, all coats ;of repair.or replacement of work of otbers) «ill be' paid by.CONI'f RAt_`I'OR, 13.122.In special circumsiimces ,whfte a particular item of equipment is placed in continuous :service: before Substantial (completion of all'the =Work the 66rrwiim period for that item may star to run from in earlier Mute if i) pnividetl in _the'Specificatium,or by \Vritien Arneridoient 1.3.12.i. %Vhere rtafrrnre Wark, (and damage, to other 'Etcm OE.'w,AL cowl noN'S t 91.Ht tt J9a E66m) 7x d1UlYOFfORTCOLLINSAtO' FIC, IHONS (iiL•1'•1n.AfNi) \York rawlting tlierefmrq) has been ;corrected, removed or replaced underthis paragraph 13.12, the correction. period hereunder'With rm-ecttb such Work will be' cslcnded for an'adilibunal period cif ena-year pW. vear"s -after such correction or removal `:end replacement has peen sAtisfactt riW conrplpted, ,teceptnncedf<?efectire tV'ork: 13.13. ' I f,, instead,of requiring correction or removal and to accept it, (AWN) R may' do :so. 11 .pay ,all claims, costs. husks ant, to OWNHR's evnluntim of tint occurs' prior, to the whouia thereof, fOLkTnik may make.a.'cimmn thS *m providcd in' Articl_ 11; If the acceptance ticcurs such recommendation, an'lappropriate amount will h( 'hyCONTRN',P.Rto,OWNf.R. ' OA,NGRMay Correct Defe_tipe l oak. 13.IJ.. If•CbN'I'R'AC�I'OR•fnils icithin,ar�srtnable aftd' wriucnnoiicc Ir6fii HNGiNrRF'R to coff&t drA Work or to m reove and replace rejected tvork As bv. ENCiNFKR in accordAiicc }with � ainkeraph I CONE RACTnR fails to licrforrn LbL Work, in at with the"Comma Documents, ori[COMAC1 to _.imply with. ;any other prrn'ision of the Documents, OWNER may, after seven days notice to C'ONTF6WTOR.:_orrect andrernedd.' deftciuicy. In _cebrcismg•the rights roil retied Uiis pnragtnph OWNTR"^ h> ll proceed e.cpeditic connection with such 1correchve anti remedis OWN11R may esclade CONT%''\CTORfroiii,all the site, take P6mmion of all or part of;tl eA; suspend CONTRACTOR's services related thzi possession of CONTRACTORS tool. al construction � uipnient and ataehinery at'the - indorIpnBne in the Work'.all materials,:nrnl e st6rc .at the 'site, or for'which MWER" And 'Ri access• to the amount tlu itc'provided in to citablt in der this i iniiuirreil i its and rep and Attu xssary re ,ect to th iiprvpriate arc imahl, uy,make a claim, c( 0 0 • 0 0 damages will incltidt but ttot,he, w1ited to all; costs -of repair rep in t of utirk of others d troygcl . x• damaged by correction, removal , or replacement -of, 'CONTRAC TOR's ilzfeutn'e Work. CONTRACTOR':shsll not be allowed an eztemsion.of the .Contract Tmacs (tit M1ilenones))•becausz ot�priy del ay'iil Mrtorinance.9f,dte Work atiiibui_lablc to the e rcise by'O\NvrER of 0 aNER's .rights and remzdies hereunder. ARTICLE ]a--PA1 t{ENTSTOCOATRAC;TOR'AND COIDCPLETION .Scfiedule of Palties 14.1. Thc-*hcdulc of values established as provided in ;paragntph''_.9 will scNe us the basis for progrm Ixl)mients and ,will he incorporated into a form of•Appli©tion for Pti} mint sc�YPtsble to ENGINEER. Proaress p yments _on' -account of data Pricy l\4ult will be basadortthefiuiitbef antis conipletcd. Applimlion for Progre :v Myinent t:OATMCTORs lrwrantt�ujTitle: 14.3 that title to all Wort:, nralerinig and equipment ccwerc l'by ank; .:lpplicatiirn Iix Pajmicnl, whether' mcorponiteil •m 'the, Project "or not. +kill pum'to OWNER no later then the time, oCpayment free.and cle"ar u1;all Ltcm. Rewimyj_W)licadvnvjarPrigiruN pent: 14A ENGMEER will, within ten ihys•alter rnpeipt of each Applicationfor Payment,- eitherindicate in writitlg a FJC UC: (iETF�iAI: t:GM+I'17GN5.1fl111-811 �9V Gt6liml 06rYOf RORTC )LLINS.N1OUI17CAI[0NS(RLV4CUIIUp 14.5. ENGINEHRs remmmenclation-of any_paymcnt icquested in an Appharti6 fdr Paayimcnt µill uonstitute,a representation by ENG NFBR tq 6WNHR, hased, on IiNGCNFFR s nn site observations Iof the eiceuted %kiork as sn epenenced aril qusliGed, ilestr:profes5lonal _ando'n HNGINIUN's rcvicit of the rapppphcation fix Payment,arid the accompanyigg data and'schedules. that to the'be_st of iENGINI•f•ksknotcledac, infom atlon and helicf- '14;5.I the 'Wgrl. has propiwd.' to tKa point indicated, 13.53w thc• c6oditipns pregedent 'tti CONTRACTOR's being entitled to stieft paypient. aplwal ,tu have ben fiilhlied IiMfar as It ;is G1fGLNEER's neslwnsibdlty:to observe the' Work.. of and 'Regtilaiions. 'appliUible to the ;liiritrshrng' or performance_ of Work, , :or for :any , faililre. of CO,\LR•AGTOR to perform or Cw'rtistt Work in at cimdttncewith the'Cnntrai,•t`Goeumenis. 14.7. 1 NCHNIFF.R may:rcflisc:to rcceirimend the *Bole or any part oC any payment if. n ENGCNEER's:opwon it would he incorrect to male the representations'to N 01VNL•TL retirr5dtg iit•paSngraph' 14,5. GNGQJEGft may Aso refuse.io recommend any such payment, or,;baceus, of subsequently- discoverctl evidence or the results of ,sttbsequent inspections or tests, nullify any such rraymenl �previoush• Wcvmiacridca to such rrtent as riiav ;lie necessary' in 0QGiNf-.kR's opinion 16)irotw OWNGR Gom toffs because, 14.7:1. the Work is defectye, or civnpleted Work has been diintaged requiring correction or replacement. 14.73. the, Contract Price has .been reduced by Written Amendment or.C;hanee (hder: 14.7:3: OWNER has been required to cotrecl- niJictfvo Work .or complete Wort in necnrdincc'w•ith pamc3aph-13.14. or 14.7.1. ENGINEER has naval knowledge of the occurrence •of : any. ofthe evcros cnumcmted in ,imitiaraphs 1.5.2.1 through 15.2.4 iriclu ivy. O\VNNK ma} refuse to makc,paytbcnt,of the full amount 'reoeinm ded ln• EIAGIr\rF,ER2 e&;use: 14:7.5t claims have been made against t)�'!NF.R on acrouiit of CON`I'RAC I dk's perfomiance or fumtshing of the Work, 14.7,6: Liens have heen'filed in connection wiih the Work kept where CONT"CTOR has,delivered_a spi 6116 Bond satisfactory to 0 WN H R to :secury the 'satisfactionnnd discharge of"such'�Licns, 14.7;7_; O ere rc otha'itcros env Cling OWATFR'tu a set 'off agriihst theamouni reairtilnenied. or 14 7 8. 'QWNLR :has uctual k towledge, or- the occturencc01 nriy, 111the: events' enumeridea in Imminirihs 14,71 through_ 14.73 or. paragraphs 1=:2a though I ^_4 tnciuWd. to OWiv-GR, must give CONTRACTOR immediatc written, notice' (with a:oopy to, FINNGINTUR) stating, die reasons for such actin t and prompily psy' CONTRACTOR lfie rtinount so_withheld, "or any adjustment thereto a_veed to by'' `Nt 14 R' and CONTRACTOR, .when CONTRACTOR ct)rrects to OVLNIR's mti.%raclion the :reasons fcir such. action. ' Spbu6iitial Ctintple6rtii: ACTMconsiders the entire Work use CONTTRACTOk shall notify LR in writing that the entire Work e1e (except for items specifically DR as ini:(omplac) and request that r1ificate of Substantial Completion. le' time therealler. OWNER. of the Work io determine t FN(,INEIat .does not cons oomplete..IITGINEER trail xmpng giving the reasons EJCOC OENIMA iCOMMONS 1910-81 00 E(fitim) 30 F/ CITY OF FORT CALLI NS 1110llWCATI6NS quiv•ff2mtpl 14,9;:..'0117NM shall leave the riaht to ,exclude CQId'l iI ACTCIR from the ' W 6i after' `Ihc' Substantial CcmgilzUon but' Ot4NER 'shall ulhiiv COi`I'fILAC'7'OR.reasonable aurs� la`cromplele cv c(ttreCt hoe s. n the tentative list PartinlDfilia(itin: - 14.I0I Ol\TN) R •at.:tmy time may request CONisTRACTOR in writ }a permit_U',WNZIt to yse. anysuch'Inirt of the tVoik iihich OWNTER:belie3cs td be ready 'for :its intended use . mid suGuantiall_v. wrlip1cw. IfCONi 1;b\U K aeRecs that such "ppait of the ll ork is.substantially,c6mbfeie ,CONTRACTOR will certify to QN%WER and ENGINEER that such per of tire Wcid s xuhstar tiallp cnmpletc and request :ENGNEER to issue a . certificate of Sub_slandal Completion for that part "of the 'Work. 0 0 any such part i and suistentiall W'Ue a*cCrtiGc liars of the Wor such request, R4GWE•ER st the Work .tort &NIG1NEl R do Ix substaniiall ONNER anJ reasons iherefoi the Work to bt of j- iMgrnphs1 time may notify OXVNERand. to:, fiirhish sucha please. or 'receipt in, ;full, hilCo\rrRACT6R considers ,CONTRACTOR. may Curitish' n Bond'•ar other collatcrxl ork ready for its intended- use- sat sfarto y to .7WNER d indemn fj;, t]WNER iiipihst le=andregaest;ENGLN=-- -to" an}'Lien Ctrlrases`orttarvers'ofhensand:drecimsenf6l ibstantial.Completiyn for. that the swat .to faialize-oavbenCare tit brsubniittrd.cin i'are.Isonahle iinie-ia tier-ei, fors canfnnniiia to the. formarof the OWNER'S slanilard rf, C- ihe`rOmIZA:CTOR end- l6rmfLK)urWinthcP6o manual.. an inspection of'that pnrt.of its status of complatium cif Finid Parnient and. cceptance: HNG IN acaessthereto. 14.1f1.?, No d.cupancy or,. p ate operaiion of part oC ihe.voik tr ill be iiEcomphshep prior to complmrice Wi1.th the}equneinenl5 of paragaph Say lnrespecci of .propeit}•.i isuiance., h&ial lnsliactiai: la 11. ;t7ppn tvnttcn ngtiec frpmd)CINTHAC'IYTk tfsntdtc^ chiir� l4ark,`or an'agrccd pnrtinit; dtcr�nl'is ciimpletc� GIt1GINLER ill',muke ;i fusel inspeciton tvith;i?WI :arid C6N k*;TK and,wlll Ixility ('t)N'I'KA(;'PC,)K. ip- RTltlrtg (if all porticufars in lvhich ihis inepection`reveals- thk die 41i is mcuitiplctc m ,- it r,f lz CON'I'RAC RM :shell intmecl air} ttF c such ineasuri, as are, nec scary t conipleie suchiyork nr rcniedy aueh dc6Llcnctcs. Final Application for Rkmient .fiJCLK:OETflR.1L 4ZihtiilT[UNS.IYIV�.11'IiKr 6�5iitMil. 'e16i 61"PORT(X)LLINS.Ntbu111CAI[ONS Uii:'V4,:1lla}. apart rcuipi-oF Paj i6 eat 'and lout tetmirmtim rice dire Cur Iltat iccepted, 11%the 2,for ivork not as iequir&I in paragrapW?.I,lhe %% itlen consen the ';lemis'and ;cumlitiohs ;governing final eel that pit sha1.d not constitute :e waiver of i[ hrv& df C lailii 14.15a The making and nt.ceptance•ur Girl payment will 14,.1i j a ivaivcr of all claim's by OWNHH apirist CONTPAC?TC.ilt c. cepl. claims, arising,' -from unsettled ! ienc,: Erom ,c9e%ecth e \\rork: nppennn�:aft�r 31 0 • L, y C7] !O, F.CU. L 70_ C S _G .O. QCL O O o U ➢G �R. U d N. V I:m U m O «6 a 0 '.0 -O a a� �U .E 43) N � O m > _ cz o .( N Q' W J-3 E E Addendum 1 7440 Senior Center Re -Roof of West Wing Page 10 of 14 i final ift4vStioh pursuint to panigmph'14:1 1, fionk failure to &6miply with the Coiiiraei b6cinmems tir,the tiftns of.uny special tnainahtees 4*6(ied theich•6f from COT TRACTOR'S wrilinuing ohljjgatior unda 14AS.2.. A waiver of, all claims by CONTRACTOR -,ii MWBR other than those previotisly made in writing and s,41 unsettled. ARTICLE 15--SUSPEN'SION OF WORK AIND I : K IRM I I t*NA; 11 O'N* I � -61FNER Mks: Suspendd I Vork: 15.1 � At tiny time atrid. wit :suspend the %,Vork:q.r,nny pom, Iresuale"the AvOrK Lin the CIRIC solpxea shall be allowed in adjustment in'the'Cc 'extension of the Cohtrnot Ti6zs, t- i —win Muivible io.any such siispm5i6n if miaUs'rin ppon6gcd claim therefor :lricics I Land 12. dWVNII,'R`A1a1, Terminate 'e, an d fij In su(:h i1c any unpaid out of will be or rem 15.I Akfhtirc CONTRACTOR's se-rvidds hitt-,e bccri.so % V ONLR may termin6ted'by OVVTER,� thc�lerminafion.,w�ill 'not alIect a jvri6d'of not any rights ' or remcd.iLs, of 01VNUA*li1- Rgibls-i . in , wr , fling *,to, CM, ITRACTOR then eRistih-q owhich mily,therciifter will fix thedate, � OLICrue, Any re'ienti6n,,.o-r -pa`yl'meint or'nioneyq due tzAr,uM shall(,6\rf;,RA(,-10-R by , , C) - WN HR , will not IAC'H'k' co;�rrk*�7TOR From liability. met Not &,an hoth, dinetly 15A Upon 'aevon daNn' wriften notice to ONTRACT(r)R CONTR I`OR �and AY, (AVNER'' In i vMvIdcd in, Withocause.Cauand without prejudice iitsany,other right or 1 reiflav ofbwwb�, elect 6 iM�iiriace the Atircemcnt. In such1 1. case, CONITRACI:(YR, Audi be paid fivi,ffiout duplication Oran), item): 152" Upon the'&ctirrenoe of any one or more of the, 561low,ing, events: 15,2.1. TCONTMACTOR persistently fails to perforin theAVoik-stir accordance withthe C.britrail C-06cutnentis, irig.'b6tiribi liniiied to, fiilurc'1'6 supply- sid"ficient ;trorkcrs,or witableril'aLer-mls.oJr equip'nio(or failure t6.ndlicre to'ilic progress schedule established .under parag�mtli2,9 tis-ndju.stM 46fin time 1.6, unic pyr%uRra to pamqrafh67; 15 .2.2. if -ftJTRACTCR disreeards ;Laws 'or Regula tions 1,,60i' havingjilarls.dic-liom. 15.2.3. if-CijTT[ IL\CTOR_disregarjsihe 16&6�r or IiNGMEUR,• ur 15�2.4 '. if CONTRACTPR otherwise violates, in. any, substantial way' any •provisions of the Comraid b6cumentsk, 0M,tEP. miry, 611cr :gi%;iag- CONTTRACTOR (drid the simcly, if vnv) seven days! written n6tice'and to ihj e;xtent kission of the Work and of all s 'took apoliimes. construction in c - hinery at the site and use the same to icy, could bek-used by CONTRACTOR 0 CO.WRACOR lbr trespass or ffporaic in the 1�,o'rk all materiak, and in'the site odor -which OWNE.Whlqspqiq EXL)COENTMAL CONDYTIONS 1910:8 00&! D EW� w Ll i-Y OFF0,RT 00L . LIN . SNIDDIFIC I A . T /2 . I IONSXW-10(91) ,15.4.1. f6i,c6niplet6dand tiecepi-.ibleWcrkcxi!cbtc<I in ac I coidahcc',kith`tlie Coritr'tct Ncurncritiq,prioi to the emaive date Or tcrininaii6r, inel6ding fair and reiksortable.-sums for overheAd, and profit' ori,such NVoik, 154.2, r6i,expensZs.susftamed prior to the .01 - eciive date of termination ni'iteri " 'inperforming servic I es . rind als or equipmentris required n-' -- - - :.- . , - — by" the COMOIC1. :boeur6cnts,-ia"-i:qrirtcCu0n with umompleteid w6rk,,plus ta"ir and rea'so-ritib-le sums for 6v&heitJ and protit Onsudi cx*NTCf;; 15.43. fur all clairim. costs, ,loses and it rouges 'ineuried I in' 506me-fit or teltainatid coiithad:� with Subcoritriciars-, Suppliers and others -,and 115.4,4- for. icasParible -e\pcinses directIv attributable in termination C.OT,:TRAbT6ks6ll not be paid,on accbum.bf lom of anticipated piofti or revenue .or other ­eEuh6m,iC lass arising out of or iesulting dbin such lerminiftiOn- COAtht,ICTOf? 3jay Stop Work vrTfflyiirzate.; 15.5; lf. luough no actur fault of CONTR4C rOP, the ,work is -suspended for 9 period Or more than ninety tlays under16, OWNER' or under sun order or'votut or other public N6-Mil-1- I 'k 6 a " Application authority of H -, -.R lai slo ad an any At Icir P"iyment within diiify days after- it;is.'submitted or (AMIRR-fails,for thirty days to '(,I), NFRA('t()R any I — I , my , , ) ., 0 0 0 AIRl lCCF'-l671)ISPUTE-Rl tit)LITI'10[ti' i .i1RTICLt 17-MISCfiLI iNEOUS trtirartg Nntii�e; J71. Whenever any provision or t}ic Conlmu� q xume is reijuues dztmed'to lu i'e beznt•hvnelinily gnefnw hicnueeAAWIbvn , ifckllvered'itr pemon to th m In } tutil:br w u•menibcr aC the,lirm: or tts'an uf6w, of 'Ue corporation fur whutn:it ta`mlandeil or if deliirrecl uttr seni.by ng stzrecl,or crrliGtd matt, J stage prep iitl to'tFie" last busmessa ldress }i utr to the giver of the nbtice, 111 C}idipirtatiiih WTi6m: 17;2.1. Whemany-period of iune.'is rermM to in the ,.. Cuntract'llocuments,li)'days, it,,wilI be exfiiputed,tii: eeclinj`.'the first and' include•.the'last`day bf;such periixi lf-the last day of iLA3,1 such period falls`un;oi Saturdai•.or Sunday or on n da}•:made,alepl;holidaj" by the -law of the.upphciiWjurisdiction. such'. day will be omitted from'the cowl utatip Ekb&VirERALCON11TfONS 19 W-8(IJ.4MM60 '4/ CITY Of FOAT CULLI NS NIOUt17CAT(0NS (RI;N' 4,^�NiU)'. 0 17 ? ^ A c lenilarclay,uf iwenn-four flours mes s'ured from midnight:to'the naxt,midnighb vill constitute lu •may_ _ - _ _ Yraji ka ona! heel and Court f.'mU Included: I? 5� 'When wvr rcleitnce is made to ,'clauna coifs; kisses and damages'; it shall Mud, in eachcwe, trut'not - be knitted to, aes a rill tend charges of eI g tors m�lu[e`cts" atuimeys rind other prokssibnals -and all , court, or art itrahon oc otltpr dispute resolution costs. ' 17.6: Tea v ''o the State�of Colorad i 1 Ip jto t is emmt ReCerenLe'tn iwn tinar1l Coloradn smtutes 'fur as follows'' - 17.61 1C a claim is filed. OWNER - is retruirul lw latti•'(CRS 38-26-107).tomithh6ld from aU:prymenis to CONTRACTOR sufficient funds ''to insure . the xfa lent of all claims frir labor: mattrials, team•hire 5UStennnce : iioi%isicins rovender of other su 'lies ,:used' or consuni6d: by CONTRACTOR or his 3$ • 0 ;a fJ(;U(, usvE7i.nt: CCliJUln\8{v t�tx �I UU EditimY. d�Ui� gt.per{trcxtLu,Ns vodu matioNs pusvn�:na� 0 6 IY Oli FOlif 6L;LLIlNSMODII(CATIONS (tOEV 4,700011 0 36 £]CDC VL-,'ET LCOYDI nOM 1910-8 0990 E(Rim), wt Ull OI 1 OftT.C70LLi NS At01111 JCA LIONti (liL+'4'.dt:00p) s • 0 • • is 'EX-RIBIT OC-A to Ccneral ,Conditions Of •,theConstruction .Contract. Bet Veen OWNER and.CONTRACTOR DISPUTEitEsicid o,I ACREIMENT WeNER and CONTRACTOR hereby agree+ dart Article 16.of the General Conditions of the Construction Conim' a �hetw�n Ott'NHR and CCiN,r0v_-rm, -is' anicndzd loin lode Ihe_'follotvu g igreement of the parties: 16.1: .All claims, disputes at ttqusion behvzon OWNER .and ;CO ,nut of:or relating to ihc'Corahtit Uoc diercof (except (ar'clairn's which It# minkitt or'ncceptaricee of final p!}7 6amjraph 14.15i will be deciY2 accordance with "the Construction Rules of ,the American Arbiteatii obtainingagbject to'the limitations;61 .agrcunceit sit, to-arhiitete and an), =mSent tourbitrate�antcad into itiiu prpndc"Lid in thisAnc�lc;f6'will hc;sp -finder the prcvmling' Inw;gf any court 16A. E<ceim ns provided. m poragraph 165 belciw, Tio .arbitration arisiril, out bf or relating :to- the ,Cofii uci Docum_ tints sfrall include by co6ssolidahen i6inderor in any other 'Manner any Other ,person or entity (including' IRNGINEER: EtNG1 EWfi i Consultant and the officers. directors agents,:ernpinyeas nr.cbnsultanuit an',v iiftJen) w•haisnot uparly to this contract unless: 16;41 the inclusion of such other,petson or entity. is necesv - -if complete relict' is to be slforded among those who are: already"• raeties tci the arbitrvtio > Arid trial' such. other ,of person nr entity is substantially involved in a question last or -fact ivfiich is cimunon to thosi whiff are airzad}c parries to the arbitration and of ich will ?r sc ins ch'pt x- dined; and 16:4 3 the written -conseia of the odor pcirson or sniff)} soul t,'to be included ,and of OWLAR and C;ONTRA41'OR has,been ahiained for such inclusion; which consent shall make speciGc'rrCerence to this rin Tgen huff r n wch ci nsent shall constitute cor stir t. to arbitration of any dispute not s�acc GGtll} dcsctit cd in -such consent or to arbitration with my party not spccificallyidentified in such'cotiscm. 165 Not ithsiandmg jzimgraph 16.4,.if'a claim; disoute'or other matter in question hctweenOWNIF,R•and of 16..; No demand fire arbitrationofan claim,dl. ute wACOu TR CT Ryw Mi:4' u 'k. u .�wivnq y `p• and CtN'IRACfOR hcrcu""rider, CONI'12:4CfOR shall ,or other niatter that is requticcl to W tetcned to .uwludc tit-all'sitbcorttmcts required by j*uagraph`o.lI'a LNhRd1 LR initi"my for tieusron in accordance with apccilic pmyisinn tphcrchy thc'huh ontract)r'consenta to lziragraph 9.I ) t5 ill he,madc umd the carpet of (a) the date being joinZ in` an arbitration between -n 1^ IFR. and _ which f IvCiINhFRhas rendered a written decision rir CONTRACTOR; `uttoh'irig 'the Work of such. ,(b) the iltinyfirsl day after die pangs hate preszntcd their Subconlinctrn. Nothing, m this fxaragraph 16 ndr tn:the' ,ri•ideme to; GNGiNa-:R if a wrimndccisicvt has nol been provision of such subcattract, icrosentirig t6 joinder shall rchilerid by KNG1Nl l R'bdlorc tfiat'date Nei demand for ;arbitration of-aY4 such cla'un dsputtor other rootlet will c itr ny tLiun, right or came of ;action inLtvor :qf bi,made later dian:thiny days alfer•.the date on which, Sur onira'tor atni °agama OIINER EN ER or FN TrI,MrR has rcridercd ❑'written decision, in resltecl EN�iTII R s Cotisriltnnts that roes imi oilier vise 4vst thereof in accordarlce'%Mith pampmph 91 I and the. Failure 16.6. ,The award rendered by the urbitmtors will be ifo demand arbitration within said thirit dais period will fttali judgment may be gnteted upon it Kany court having result im:GNGi\ICRs.clecision-bring final nnii'bmding, jurisdiction thercaf, ,anti it will not be subject .to 'uliuri OWNTI-R tnd CONTRACTOR- If ENG1NI:FR �m'Cxlifciitionorappeal; - ,renders -a decision afrrarbitratton Proceedings haic.br'zn. in a ten :n nitice-of intention to ppciil as pruvidcd la 163. Notice oLthe demand for arbitration will -be, filed in writing with the other pany.to the Agreement and ititth the Arucriiairi Arbitration Association, srrd a ciipy'µtill 'be:dent•to ENGCNGER Cor inf66m6orc `The dctnanki for rrbitratioit will be made within the_'drirty'lay of leri:diy pznod SWCI Icil in paregruph 16? as applicable,.anil i6 other cases within a reasonable time after the claim..'dispuie or other matterIin question has nrisen, and ,in,no event shall °anv such demand be made alter the date ti•hen institution of legal or equitable Prbccedir�ti based as such alauti.; Sp Le or other matter in yucstion would be barred b.v the applicable statute of limitations: Eii_ix UESEKALCONDITION IS191M(IT)O Ulimi .a'/ CITY OF FORT COLLq r MObrFICATIO.N'S (J fF V 9199) ac-ki. bd)63LNERAL CONDITIONS I 9IM if 990fibl iiul t�l c1TT.OFFORI�CQIJ.T-,,..� MOTAFICAnONS (T(FV 9A114) 41C-A I E 0 SECTION 00800 SUPPLEMENTARY CONDITIONS 0 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). SC-8.10 OWNER's Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER's representative during the construction of the project. The Project Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on -site work will be to keep the Project Manager properly • apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project Manager until the same are reduced to writing. SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero 0 days lost due to abnormal weather conditions. 0 I I f f I Tit all 1 I j :. J i VA v 131 I 1 _!• a i I ° I U ! • c 0 0 O Na) LL C _ U E .O = C U a)c U a)o 4 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 9 • 0 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Senior Center Re -Roof of West Wing CONTRACTOR: Gem City Roofing PROJECT NUMBER: 7440 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 .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 • TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 • cc: City Clerk Contractor Project File Architect DATE: R_ DATE: DATE: Engineer Purchasing 19 0 0 \ 0 \ � Iq q § q 0 e ® E j @ed(Dy uezz� . /)z0co ==®5= ZOO z zP±§e� /)e»2M C) 0 of aCL - \ \ \ co . ® = a 0 * » 9 ) [ z - z co M k (� k ( ( o ( \ g / \ % \§ \� } _ L / \k ) z } ® |[ 0 22=k C o fG ®~OL O~ § f§ z / s 2 ) 22�/k pp § /G ? 3§ \/ \\) / - /k / 22 \ k) /\ foz\� § &) ) \ ® ee� 0 2 2 / /\ 0 \7)$] 7 /\ _ / & 0 & § & / 2 K _ m m ca 2 = co - - 0 ® _ - C13 - co - m )n co cr_a _ / - - / OL < / \ / / / �E } j / j \ g § < y { \ \ \ m 0 } » ± ° z k z j z co�* ? 0 0 5 / \ k 27) « ( § ®5 § } \ { LU § G / ) / ] / / ! ) a ] / a 0 / , 6 / ] z M ( f & 0 v w m i a m LL O a m N W (D a (d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d ,.., O o+CDC)OOOOOOOOOOOOOOOOOOOOOOOOOOOOOi ~ .o F LL U) U) U3 UT 63 W 6r3 63 63 UJ 603 &a Ui Hl U) Ui U! U3 Ui U} UJ UJ EA 6c3 U) Ui 693 U) Ui U) Efll N L U W U (n (6 N o ^L` W F W c� G 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 } O! O/ vOvOvoovOvOp OOOvOA vO/ OA vOp pOpOvOp �OvOpOvOOV06 6 6 6 O 6 6 6 OQ A A VJU3 VJ VT 64 C Uo ~ ca p Ci w �0000000000000000000000000000000 ��N o0000000000000000000000000000000 Y (D O 0 Ui Ui U)UicD Ui Ui U)EAU>U> W- U3 Ui U3 U> U? U> U3 U3 UJ U?U3W W U) W W WU3 U)EA Ow> p d U UQ 0 n 0000000000000000000000000000000 a _0 00000000000000000000000000000000 Q a) o000000000000000000000000000000 E Y ww wU3 U3 U? Ui E9 U), Ui U) Ul U3 U) Ui U) U) Ui w Ui w 6 w6 6 6 6 6 6 6 >O > Q o UF- o 75 0000000000000000000000000000000 00000000000000000000000000000000 E0000600000000000000000000000000 Q eq, ua E»F 6,3- ug, u3 6,3 6q ,) us, u9 cfl cfl r» Ea ul eg &3 E» u3 us E» u3 u> u) 60, W 6» c» w. a> 'E U N z D T O Q t- 0 U O o to w J z fl Q L OU Q O L a� m m E z is • 0 U a) W LL O d m M W a O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q N ,,,, C O +- O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O d O `' F— cl, CD O O o 06 0 06 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co f-- 0 U} U3 U3 U3 U3 U) UT U) U3 6a U3 U , U3 U) Ui U3 U> U) U) U3 U) Ui U} U} U} 69 U) Uf U) U) U> to LL N O U) m a N d C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 'a :3 O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O O O O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 O O Q 63 6,3 U) U} U3 6.3 U) UJ 6,3 63 Ui U) U3 U! U) U} U3 Ui (fl U9 U3 Ui Ui U) 6F3 63 U) U3 U) 693 U} U3 Z O Q oa) U�p Q C� D- ry O a000000000000000000000000000000 00 LL �000000000000000000000000000000 00 Z Y a)'a E O O O Q 63 U3 U! U) EA U) Ui U) U) U3 U? U3 eq.U3 U) EA Ui U) U) U) U) U3 U) 64 6 U> U3 U) U3 U> U) U3 O p_'j •C Q� Op`� U U J O Q C o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O (D a) 0 O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O CD Y Q U3 U3 U) U3 U) Ui U3 Ui U3 U3 U3 U3 U3 U3 ea U3 Ui Ui U3 U3 U} U3 U3 U} U} U} 63 U) U3 U) 63 U) O_ >O O V) w Uo 2 O �000000000000000000000000000000 00 0000000000000000000000000000000 00 Eo6666000000000000o0000000o0000 00 Q U3 U)u),6c 3c»U3 6,3 US 6q6,}6>6ci.6acfl cfl c»eaef)�c»6�,u), 6f)�e»6c3 6g us e» v>ctk Y C .UC O C LLB i IU)J W c6 = 0. Q OCJ U) p O a ~Ow cl O z Q ~ O = N U ) a a`) m E - a Z v 0-0o 0 o 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 v�No 0000000000000000000000000000000 0 w=r.000000000000000000000000000000o 64 QC ~ Q fl3 ff3 fFJ 0), of U), EA (fl EA ER ER (f? ffl U), EH Ufl K3 U)- ER Va fA Y4 fR WR fA b4 6#1 U) U) Ef3 ER a0 Q 0 0 U) o a� c ~ >�o 0 a~a U J Q a O O 0' > _ .5 U O aLU Q0CL `�' Q o� w� 0-1� 0 U) 0 0 a U O N cl U O J -0 Q O E C z ^L` ^, W W E Z I* • 0 . City of Fort Collins Senior Center Re -roof Project 1200 Raintree Ave, Fort Collins, CO. SCOPE OF WORK: ROOFING PACKAGE Specifications: 07310 —Asphalt Shingles Other Related Materials Rigid Insulation, Gypsum board, OSB Sheathing, Ice & Water Shield, Wood Framing, Metal Flashings, Ridge Vents, Soffit Vents, Gutters & Downspouts, Cap Flashings, Roofing Cement & Sealants, Nails and Self Tapping Screws. A. Include all labor, material, equipment, and supervision to complete the ROOFING WORK, including but not necessarily limited to: 1. Participated in pre -construction and progress meetings as requested. 2. Provide adequate protection of existing facilities, site, and landscaping to maintain all existing components so they appear undisturbed once contract work has been completed. 3. Remove existing gutters and downspouts and protect them for re -installation. 4. Removal of existing shingles, wood sheathing and insulation system down to metal decking. 5. Removal of existing fasteners into metal decking no longer used with old system removed. 6. Phase work as necessary to coordinate with facility users and use of space below work areas. • 7. Provide weather protection to prevent damage to occupied spaces below areas of work. 8. Furnishing and installing all roofing work in strict accordance with contract documents and manufacturer's recommendations; 9. Provide all required shop drawings, submittals, certifications, warranties, and guarantees. 10. Install roofing system, complete, including Asphalt shingles, ice and water shield underlayment, sheetmetal flashings, asphalt plastic cement, nails, vented nail board insulation system composed of high density polyisocyancurate foam core bonded to one layer of 3/4-inch OSB separated by 1-inch deep wood spacers, gypsum board and glass fiber facer mat, ridge, hip and soffit vents to provide a complete warranted system. 11. Furnishing all required fasteners, closures, and sealants integral with this scope of work. 12. Removal of materials and trash shall be removed from the jobsite at contractors expense. 13. Furnishing and installing all wood blocking, nailers, and wood sheathing integral to the roof scope. 14. Prefinished sheet metal flashing and trim to provide a water tight seal; 15. Ice and water shield with proper laps for horizontal and vertical joints as required. 16. 304 Felt paper with proper laps for horizontal and vertical joints as required. 17. All gypsum board sheathing as per manufacturers recommendations. 18. Protection of existing gutters and downspouts, boots, splash blocks and splash pans. 19. Furnishing and installing temporary roof anchors necessary to perform work in a safe manner as per requirements of OSHA 1926. 20. Manpower as necessary to meet construction timeline. 21. Provide mechanical sealing if is determined temperatures are not hot enough to properly seal down shingles, but continuing to perform scope of work. 22. Provide the unit cost per SQ to add or remove quantities from the scope of work. 23. Provide Alternate price to exclude the 1-inch wood spacer and install OSB over the polyiso insulation. Asphalt Shingles • Section 07310 A. General Quality Assurance UL Listing. Provide labeled materials which have been tested and listed by UL for a Class A Roof covering. Pre -Roofing Conference: After approval of submittals and shop drawings and prior to work beginning on site the subcontractor shall arrange a Pre -roofing Conference at the project site at a pre -arranged time as approved by facility manager and project manager. The conference shall include the jobsite foreman, installers of all related work and representatives of the roofing manufacturer, facility maintenance manager and the Owner's project manager. The contractor shall record discussions and agreements that are made which are not specifically addressed in the contract documents and shall furnish a copy to all involved participants. Submittals Samples shall be submitted showing products to be installed along with a set of manufacturer's standard colors so color can be verified with the roof completed a few years ago. Submit a complete 4' x 4' mock up showing the system as it will look once installation completed. Extra Stock. Deliver 2 percent of the asphalt shingles selected as extra stock to the Owner. Extra stock shall be packaged with protective covering for storage and identified with labels clearly describing contents. Delivery, Storage and Handling • Deliver materials in manufacturer's unopened, labeled bundles. Store materials to avoid water and sun damage and store rolled goods on end. Comply with manufacturers recommendations for job -site storage and protection. Job Conditions Weather Conditions: Proceed with shingle work only when weather conditions are in compliance with manufacturers recommendations and when substrate is completely dry. Specified Product Warranty Installation Warranty: Provide 2 copies of written warranty to the Owner and signed by the Contractor stating that the shingle roofing installation shall be warranted for a period of 2 years from the date of Substantial Completion against defects in materials and workmanship and be watertight. This warranty shall cover the correction and/or replacement of all defective materials or workmanship to the satisfaction of the Owner to maintain a watertight roof at no additional expense to the Owner. Asphalt Shingle Warranty: Provide 2 copies of the shingle manufacturer's standard 30 year warranty. 0 B. PRODUCTS •Materials Asphalt Shingle Materials Asphalt Shingles shall be double -layer fiber glass mat, self-sealing asphalt roofing shingles, mineral - surfaced, complying with ASTM D 225 or ASTM D 3462 or ASTM D 3018, Type 1, bearing UL Class "A" external fire exposure label and UL "Wind Resistant" Label, weighing not less than 300 Lbs. per square, and shall be shall be " Duration 130 mph wind rated 6 nail" Drift -Wood Self -Sealing shingles manufactured by Owens Corning or approved equal. Hip Ridge Shingles shall be the shingle manufacturers per manufactured hip ridge shingles of the same material and color as shingles installed. Fasteners shall be galvanized, stainless steel, aluminum or copper roofing nails, minimum 12 gage [0.105 inch (2.67 mm)] shank with a minimum 3/8 inch -diameter (9.5 mm) head, of a length to penetrate through the roofing materials and a minimum of 3/4 inch (19.1 mm) into the roof sheathing. Where the roof sheathing is less than 3/4 inch (19.1 mm) thick, the nails shall penetrate through the sheathing. Fasteners shall comply with ASTM F 1667.Nails Materials of nails in contact with flashing shall match materials selected for flashing to prevent galvanic action. Roof Insulation Vented nail board roof insulation shall be 3 1/2-inches of rigid roof insulation panel composed of a high density po lyisocya ncu rate foam core bonded to one layer of 3/4-inch oriented strand board separated by 1- 1/2-inch deep wood spacers at 16-inches on center and a glass fiber facer mat on the bottom surface. Total . Thickness, including the insulation, wood spacers and OSB insulation shall be 5 3/4-inches with a minimum total LTTR R-value of 21 and be vented at ridge and hip with Vent -Top Therma-Cal 1 by Cornell Corporation. If the deduct alternate is taken to eliminate the vented spaces, then the OSB sheathing will be installed directly over the polyisocya ncu rate foam insulation. Rigid Polyisocya ncu rate Board Insulation shall be closed -cell polyisocyancu rate board, 4'-0" by 8'-0", with manufacturers standard facings on both surfaces with minimum aged R-value of 6.0 per inch at 75F and a minimum compressive strength of 20 psi, and shall be one of the following: Whit Line Pyrox Rmax; Inc Apache Building Products Co. Multi -Max Celotex Corp. Manville Corp. Firestone Building Products Ultra Gard Gold Iso 95+ (GW) Hy -Therm AP Vents Ridge Vents at ridges and hips shall be type X-S-X-Treme manufactured by Cor-A-Vent, P.O Box 428, Mishawaka, IN. 46546-0428, Telephone (800) 837-8368/ Ridge vents shall include flanges along each side of the vent to prevent driven rain. Provide roof-2-wa;; vents by Cor-A Vent where roofs intersect upper walls and other vents associated with the roof. There shall be at least a 2-inch gap at ridges and one -inch on each side of hips for air to be released thru the vent. The hip venting shall be 6-inch by 2-inch opening cut into sheathing at 12-inch centers. • Eave Vents at lower roof line shall be SmartVent provided by DCI Products, Inc. Clifton Heights PA. 19018. Telephone 800-622-4455 EXHIBIT 6 - EXISITNG ROOF DETAILS ��• yS.:r i [ 1�SII1�/ i1111111f•� N G ! n' 111111 !� O � m ,a KCi% 4 x 43i ��i 20 �• 1 �• IIII� O - '.UlffMot IN n� m r' n ON n? Will Addendum 1 7440 Senior Center Re -Roof of West Wing Page 12 of 14 • Flashings Flashings shall be corrosion resistant metal with a minimum thickness of .019. Install metal flashing at eaves, rakes and along vertical surfaces as recommended by roofing manufacturer to provide warranty. Underlayment Ice and water shield underlayment shall be Moisture Guard Plus by Tamko Roofing Products, WinterGuard by CertainTeed Corporation, Weatherwatch by GAF Materials Corporation, or approved equal. #30 Roofing Underlayment: Water repellent breather type cellulose fiber building paper. Underlayment's shall meet or exceed the requirements of ASTM D 226, Type I, ASTM D 4869, Type I, or ASTM D 6757. Asphalt Plastic Cement shall be fibrated asphalt cement complying with ASTM D 2822, designed for trowel application. Wood Materials All wood lumber materials shall be fire -retardant -treated which is any wood product pressure -impregnated with chemicals or other means during manufacture having a flame spread classification of 25 or less and showing no evidence of significant progressive combustion when the test is continued for an additional period of 20 minutes. In addition, the flame front shall not progress more than 10.5 feet beyond the center line of the burners at any time when tested in accordance with ASTM E 84. OSB sheathing shall be fire -rated FlameBlock as produced by LP Building Products, Phone 1-888-820-0325 . or approved equal C. Execution Preparation of Substrate Clean existing substrate of projections, and old fasteners and any other substances that could be detrimental to new roof system to be installed. Inspection Contractor to notify Owner when they have a section of existing roof removed so there can be an inspection with the project manager and maintenance supervisor to review the existing substrate and confirm it is in good shape and ready for new materials to be installed. Installation General: Comply with the instructions and recommendations of the shingle and insulation manufacturer, except to the extent more stringent requirements are indicated. The air temperature shall be 40 Degrees or higher in order to have proper installation of the asphalt shingles. 0 Asphalt Shingles Installation shall conform to the requirements contained in the latest edition of the publication issued by the Asphalt Roofing Industry Bureau entitled "Manufacture, Selection and Application of Asphalt Roofing and Siding Products", which are applicable to roofs indicated on the drawings. Install nailable insulation with the panel long dimension parallel with the eave edge and as may be otherwise recommended by the manufacturer. Stagger end joints a minimum of 24-inches and offset all joints 24-inches from the joints of the rigid polyisocya ncu rate board insulation exposed below. Spot seal the overlap points between those layers. Install with a 1/16-inch minimum space between panels on all sides. Secure nailable roof insulation thru rigid insulation to 5/8-inch plywood sheathing using galvanized self - taping screws into the high rib of the metal decking a minimum of %:-inch but not to where they protrude beyond the low rib of the decking. Fasteners shall be spaced one -inch in from all edges of insulation panels then spaced evenly in each direction not exceeding 24-inches center to center, or closer spacing as required by the manufacturer. Underlayment: Install the ice and water shield underlayment to the OSB of the vented nail board roof insulation. Ice and Water shield shall be placed at valleys with roll centered over the valley and then one additional width on each side of valley. Ice and water shield to be placed at the eaves with it extending a minimum of 30-inches above the wall line below the eaves. Thirty pound felt shall be used for the balance of the underlayment to cover the balance of the roof sheathing prior to installing gypsum board and shingles and shall be installed per the manufacturer's printed installation instructions. • Apply roofing underlayment in accordance with manufacturer's instructions and the following. 1. Install horizontally (parallel to the eave) with printed side up. 2. For vertical laps, overlap seams a minimum of 3 inches (76 mm). 3. For horizontal laps, overlap seams a minimum of 6 inches (152 mm). 4. On roof slopes less than 3:12, lap underlayment at 24 inches (61 cm) or to center line as printed, over the underlying course. 5. Attach roofing underlayment to the roof using plastic cap roofing nails having a 1 inches (25 mm) diameter plastic cap. Spacing shall be at 8 inches (20 cm) on center at both horizontal and vertical caps for normal wind zones. 6. In high wind zones and coastal areas, fasten roofing underlayment at 4 inches (101 mm) at both horizontal and vertical laps. In all cases fasten at 24 inches (61 cm) on center . along the center of the roll in the field of the roof. The pre-printed nail pattern spacing described above applies to normal as well as high wind conditions. 7. Do not use staples to attach roofing underlayment 8. Where seams and joints require the use of sealant or adhesives, use a high quality, low solvent, asbestos free, plastic roofing cement specified and consult manufacturer's installation instructions. Shingles shall be laid with true horizontal and vertical lines. Install starter strip of inverted shingles with tabs removed. Fasten shingles in manufacturer's recommended pattern, weather exposure and number of nail fasteners per shingle. (Staples will not be acceptable) Use horizontal and vertical chalk lines to ensure straight coursing. Install ridge shingles in accord with manufacturer's printed installation instructions. If temperatures are not hot enough to properly seal down the shingles prior to winter, shingles shall be field sealed using manufacturer's recommendations. Valleys shall be closed meaning they are covered with shingles. Install valley shingles as per manufacturer's • recommendations. Metal Ridge Cap The cap flashing at the location where asphalt shingles and EPDM roofing meet will have to be removed and replaced to accommodate the new asphalt roofing/venting system and ridge vent. New cap flashing shall have finish to match existing cap. Gutters & Downspouts The existing gutters and downspouts are to be re -used. The contractor shall carefully remove the existing gutters and downspouts for the area he is working on and protect these items while replacing the roof so as to prevent damage to them. The existing gutters and downspouts shall be re -installed at higher elevation if vent system base bid is taken in the area completed. If the gutters or downspouts are damaged they will need to be replaced with new like finishes at a cost to the contractor. Eave Vents • The contractor shall cut 1" slit into sheathing at 6-inches up from drip edge for air to enter between wood spacers. Install SmartVent along the lower edge and over the 1" slit in sheathing and place the Ice & water shield over the SmartVent starter strip. 0 E 0 C 0 � O L C � o 0, L = N O o— 0 o o E 0 N ° 3 3 0 o E 0 NL y ao-� C "O C O O fOA L N C O O O'�.� > O > dd L C N N w 00 N C N c O U U O LL • 0 0 0 0 v m p w c m c m p E z 0 V W N W U U D Q— d Fa 0 0 a EXHIBIT 6 - EXISITNG ROOF DETAILS rl -• ICAL PARAPET N DETAIL TYPICAL SOFFIT R � Y Yf m m v. - W W - a m a a m _ m w m m � � a a m - m w m m � m m M � r a a N - .a ^ W W m Vi 4 m m � \O m W m' m 9 0 Addendum 1 Page 13 of 14 7440 Senior Center Re -Roof of West Wing • • O � 3 N C w O ti O V 0 O N'[ c � - N � � E 0 \®moo ammo E a o 0 0 0 N N VV O� C O a o E C m m p V U. U \ O N 0 3 y y 'O O 3Y a 5'ow ov U 3 N D O 6� N —y l a a NU E 3 t a 'o II J � O N UF a + LL O� r CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -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 • • 0 0 El SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: October 5, 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 November 1, 2012, for the Senior Center Re -Roof of West Wing; BID NO. 7440. 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 7440. The Work consists of the removal of existing gutters and downspouts on west wing and salvage for re -use; and the removal of existing roofing on west wing down to metal decking and replacement with new vented insulation system with 30 year asphalt shingles. 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. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be . held at 10:00 AM, on October 24, 2012, in Activity Room #2 at the Senior Center, 1200 Raintree Drive, 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. 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 James B. O'Neill, II, CPPO, FNIGP Purchasing & Risk Management Director 0 0 City of Fort Collins Purchasing ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7440: Senior Center Re -Roof of West Wing OPENING DATE: 3:00 PM (Our Clock) November 1, 2012 Financial Services Purchasing Division 215 N. Mason St. 2n" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing 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 Section 00300 Bid Form Exhibit 2 — Questions & Answers Exhibit 3 — Prebid Meeting Agenda Exhibit 4 — Demolition Waste Diversion Policy Exhibit 5 — Contractor Staging Area Exhibit 6 — Existing Roof Details Exhibit 7 — New Roof Details Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST STATEMENT ENCLOSED WITH THE ADDENDUM HAS BEEN RECEIVED. BE ACKNOWLEDGED BY A WRITTEN BID/QUOTE STATING THAT THIS • • • Addendum 1 Page 1 of 14 7440 Senior Center Re -Roof of West Wing SECTION 00100 INSTRUCTIONS TO BIDDERS 40 i 11 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. . 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future • maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. • 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of • construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a • certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed • herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement'. The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. • 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or . other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers . of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned 11 unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major. alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 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 17.0 :m items of materials and equipment proposed for incorporation in the Work when such 40 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. 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. SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19.0 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. 20.0 RETAINAGE. 21.0 Provisions concerning retainage are set forth in the Agreement. 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. 22.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 23.0 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 0 E • 0 EXHIBIT 1 - REVISED SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: 7440 Senior Center Re -Roof of West Wing Place: ft• CdA`^ S� Ga Date: 1. In compliance with your Invitation to Bid dated (Ocl6o`'r '' , 20 tZ and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of eje. tiu,Q.rdA, C,, . 5-4J6^-,t7 ($ -7170 . oo ) 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 th follows: We6'Fe_r_ Sc c. _*, e specified performance and payment Bon is ap S v Cov po y ,. t0wy -Fkt(S . SoK4_, aKa�� 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through Addendum 1 7440 Senior Center Re -Roof of West Wing Page 2 of 14 • EXHIBIT 1 — REVISED SECTION 00300 BID FORM SECTION 00300 BID FORM • 40 PROJECT: 7440 Senior Center Re -Roof of West Wing Place: Date: In compliance with your Invitation to Bid dated , 20_ and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through Addendum 1 7440 Senior Center Re -Roof of West Wing Page 2 of 14 8. BID SCHEDULE (Base Bid) LUMP SUM BASE BID / $ �� �OD , oo IN WORDS: �nE�^��� rtOrif—ems 7(wws� dl iziw Inunclf� ALTERNATE #1 1. Deductive Alternate: To remove the 2x framing for vented system and apply OSB sheathing directly over the polyiso insulation: $ 7i 000,"'oDeduct 2. Unit Price: Price per Square Foot to increase additional roof scope or decrease roof scope. Includes removal, insulation, sheathing, membrane, flashings, fasteners, vents, shingles, etc. for complete system. A. Vented Roof System B. Unvented Roof System /SF $ S • �� /SF ALTERNATE #2 1. Provide a lump sum price to replace the existing gutters and downspouts on the west wing to be added to the base bid price. � S_ 6 8 00 $ i ADD 2. Provide a unit price to replace of the gutters for west wing to match the profile and color of the existing. / $ b • �2� /LF ADD 3. Provide a unit price to replace the downspouts for west wing to match the profile and color of the existing. $ 8 • oo /LF ADD ALTERNATE #3 1. Provide a lump sum price to complete roofing scope using 5/8" OSB FlameBlock Sheathing in lieu of the %" OSB Sheathing designed. 7 3 Ott $ Deduct Addendum 1 Page 3 of 14 7440 Senior Center Re -Roof of West Wing • • 9. 'PRICES The foregoing prices shall include ail labor, materials; transportation, shoring, removal; dewatering, overhead, profit, insurance, etc,, to cover the complete Work in plate of the several kinds called for. Bidder acknowledges thatthe OWNER has -the right to delete items in the Bid or change quantities at his sole discretiori .without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (256/o} of the total Agreement Price. RESPECTFULLY SUBMITTED' License Number (IfA (Seal - if Bid Is by eorpo�ation) 221 g + ble) 3f Address j VS-ii i Telephone Email .u5+i nr\O_'� S r✓N Addendum 1 Page 4 of 14 7440 Senior Center Re -Roof of West Wing SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors • 0 ,BID BOND Bond No. - 1.61501"860 MoW ALL PIHKSONS BY THESE PRESENTS. That we Gem, -city Roof no, Inc. of 1371. S. 1.§t St. —Laramie, WY 0207n, hereinafter referred to as the Principal, and -WESTERN SURETY COMANY as Surety, are held and firmly bound unto Cit•> .of' 1'6ct, —Col1jn3 jot hdre inafler ref ei.rred to as the Obligee, in the amount of Five Percent of the Amount Md (5t for the payrnan . t,of which we bind ourselves; our'legal rppresentat I ives, successors and assigns, jointly and severally,' firmly by these presents. WHEREAS, Principal has submitted or Is about to,submii:P proposale.on af 'to.obligecontract for CITY OF rV C LLINIS S6NlQk CENTERftErRd6f or. WEST WJNG . . . Now, THEREFORE, k - E, if the said contract be awarded. io Principal and Principal shall, within Such time as.may bespecified, enter into, the contract in writing and give:such bond or bonds as may be apkified- in the . bidding or contract documents With surety acceptable .to Obligee; or if Principal shall fail to do so; pay to Obligee the darnages which Obligee' may suffer by reason �of such penalty failure not.6ceedind the I enalty of this bo'nd,,then this ob,ligation shall,b6 void; otherwise to remain in full force and effect: SIGNED, SEALED AND DATED this 16S t day of 1,1ovdiriber 2012 Principal Gem cit, Roo fina- BY: Surety T" . y WESTERN SURETY, COMPANY. BY: Danett'e M Kead GiAtioM6j-r0r1-F9rt d G Western Surety Company • POWER OF ATTORNEY- CERTIFIED COPY Bond No. 61509860 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint Danette M Keadle its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Gem City Roofing, Inc. Obligee: City of Fort Collins Amount: $500, 000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above staled limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Provers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company 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 Company. 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." All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of January 30th 2013 , but until such time shall be irrevocable and in full force and effect. In Witness Whereof, Western Surety Company has caused these presents to be signed byy its Vice President, Paul T. Bruflat, and its cotporakq,seal,(o be affixed this 1 st day of November , 2012 .......... �F>. R NVESC SURF Y COMPANY r .R Paul T ruflat, Vice Resident ' �=may'•, STsTE-1 .$0U�I3AI pfiA as COUNTS=;Q F�II3NEHAHA On this 1st day of November , in the year 2012 , before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTEV,N ,UI�E7; COMP�INY and ackno�vledged said instrument to be the voluntary act and deed o said core t S SS S SSSSS SSSSSSSSSS s S. PETRIK f sSEAL NOTARY PUBLIC S6^AL a r SOUTH DAKOTA s Notary Public - South Dakota +.,.,Sr,SSSSSSSSyy SSSSaSSSs 4 My Commission Expires August 11, 2016 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 1st day of November 2012 WES R SURE Y COMPANY Form F5306-8-2012 Paul ToCruflat, Vice President L • 0 ACKNOWLEDGMENT OF SURETY STATE OF Wvominu ss (Attorney -in -Fact) Bond No. 61509860 COUNTY OF_LL On this � day of Oc-i114 vL'-- , before me, a notary public in and for said County, personally appeared Danette M Keadle to me personally known and being by me duly sworn, did say, that he is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said Danette M Keadl e acknowledges said instrument to be the free act and deed of said corporation and that he has authority to sign said instrument without affixing the corporate seal of said corporation. i IN WITNESS WHEREOF, I have hereunto subscribed my name and My commission expires Form 106-4-2000 official seal at�n�YS+ YS_ %VQ 43L�, the day and year last above written. EANGIE. WiNDLE - NOTARY PUeUC Y OF STATE OF NYMMSSiON E)�IItES Ab1Y 11, 2015 Public SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: &el ^ (fA4, V`-CxD '''" 2. 3. 4. 5. rg 7 9 a Permanent main office address: �31 l �. (S4- 5+ , �-o rw ^�e� `yr 62!,j7y When organized If a corporation, where incorporated: 0 How many years have you been engaged in the contracting business under your present �j firm or trade name? / 3 Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) C � W y,�� Wueo, 1!0, r(1241Z General character of Work performed by your company: Go Have you ever failed to complete any Work awarded to you? If so, where and why? Have you ever defaulted on a contract? '11A) • • 10 11 If so, where and why? Are you debarred by any government agency? If yes list agency name. JJv 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. yh1V°'6�' oX w�a � loy� ��1�d �� L c-J; J w s 160ioao z ou- Of ko) f ii( 'A rki e.ki , 12. List your major equipment available for this contract. • � i��te 6o`arb � ��� 13. Experience in construction Work similar in importance to this project: I t� s is • of BOA �` se a' hod tio i\V, � 14. Background and experience of the principal members of your organization, including officers: J�.� .per 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? Y-0-6 18. Are you licensed as a General Contractor? /"y If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? PO If yes, what percent of total contract? And to whom? 20, Are any lawsuits pending against you or your firm at this time? /VD IF yes, DETAIL 21. What are the limits of your public liability? DETAIL%/ What company? 22. What are your company's bonding limitations? I Zro, _ vo 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at 2 0� i'M' this n t day of /—�V�"r°� 20 Z Company: By: �7 Printed: Title: V: Yl�1id��k State of L6101.4 fO County of LA/,'r1Pr er r k %Sa�l1 being duly sworn deposes and/says that he isyl'Cf _ ��(r5 t'di�1 d— of t�-'M C' Roa/11t (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Sr ,�y + Subscribed and swum to before me this day of (I f/✓/r1U�r , 20 P Notary Public My commission expires: 0 My Commistlon EXOMS ON412014 8. BID SCHEDULE (Base Bid) LUMP SUM BASE BID IN WORDS: ALTERNATE #1 1. Deductive Alternate: To remove the 2x framing for vented system and apply OSB sheathing directly over the polyiso insulation: $ Deduct 2. Unit Price: Price per Square Foot to increase additional roof scope or decrease roof scope. Includes removal, insulation, sheathing, membrane, flashings, fasteners, vents, shingles, etc. for complete system. A. Vented Roof System $ /SF B. Unvented Roof System $ /SF ALTERNATE #2 1. Provide a lump sum price to replace the existing gutters and downspouts on the west wing to be added to the base bid price. $ ADD 2. Provide a unit price to replace of the gutters for west wing to match the profile and color of the existing. $ /LF ADD 3. Provide a unit price to replace the downspouts for west wing to match the profile and color of the existing. $ /LF ADD ALTERNATE #3 1. Provide a lump sum price to complete roofing scope using 5/8" OSB FlameBlock Sheathing in lieu of the 3/4" OSB Sheathing designed. $ Deduct • u • Addendum 1 Page 3 of 14 7440 Senior Center Re -Roof of West Wing SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed • • SECTION 00510 NOTICE OF AWARD DATE: November 6, 2012 TO: Gem City Roofing PROJECT: 7440 Senior Center Re -Roof of West Wing OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated November 11, 2012 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7440 Senior Center Re -Roof of West Wing. The Price of your Agreement is One Hundred Forty -Nine Thousand Nine Hundred Sixty -Eight Dollars ($149,968.00), which is the Base Bid ($143,400) plus Alternate #2 ($6,568). 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 November 23, 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 OW yy BY7 nczwx� B J4ej B. O'Neill, ll, CPPO, FNIGP Dir c or of Purchasing & Risk Management n I� SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 6" day of November 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 Gem City Roofing (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 7440 Senior Center Re -Roof of West Wing. ARTICLE 2. ENGINEER The Project has been designed by the City of Fort Collins, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within one hundred fifty(150) 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 thirty (30) calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal 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 HundredDollars ($500.00) for each calendar day or fraction thereof that expires after the one hundred fifty (150) calendar day period for 0 • Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Two Hundred Fifty Dollars ($250.00) for each calendar day or fraction thereof that expires after the thirty (30) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: One Hundred Forty -Nine Thousand Nine Hundred Sixty -Eight Dollars ($149.968.00), 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. 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. 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. is • 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 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: • Roof & Vent Plan Pool Cross Section Roof Detail The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1. inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound, and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the • effect of this restriction may be limited by law), and unless specifically . stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. OWNER: CITY OF FORT COLLINS By: FPX4_'2__Q V — JOVS B. O'NEILL II, CPPO, F CTOR OF PURCHASING A D RISK MANAGEMENT Title: • Date: 01311 Attest: NZ xty OF F� City Clerk s Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 ���:..,___.,.•' U &I CONTRACTOR: GEM CITY ROOFING PRINTED Title: Vic, Date: Address for giving notices: 1 L. wy 'RDo7c-z�) License No.: 330 3 _ R -1' • SECTION 00530 NOTICE TO PROCEED Description of Work: 7440 Senior Center Re -Roof of West Wing To: Gem City Roofing This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within () calendar days from receipt of this notice as required by the Agreement. Dated this day of 20 The dates for Substantial Completion and Final Acceptance shall be 20_and _ 20_, respectively. City of Fort Collins OWNER M Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_ CONTRACTOR: GEM CITY ROOFING M Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate 0 n LJ %My • Western Surety Company PERFORMANCE BOND • • Bond Number: 71349675 KNOW ALL PERSONS BY THESE PRESENTS, That we Gem City Roofing, Inc. of 1311 S. 1st St., Laramie, WY 82070 hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto city of Fort Collins of 215 N. Mason St., Fort Collins Co 80522 hereinafter One Hundred Forty -Nine Thousand Nine Hundred referred to as the Obligee, in the sum of Sixty-eight and 00/100 Dollars ($ 14 9, 968.00 ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a contract with Obligee, dated the day of ,for Rcrnnf_aenior ('enter NOW, THEREFORE, if the Principal shall faithfully perform such contract or shall indemnify and save harmless the Obligee from all cost and damage by reason of Principal's failure so to do, then this obligation shall be null and void, otherwise it shall remain in full force and effect. ANY PROCEEDING, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. NO RIGHT OF ACTION shall accrue on this Bond to or for the use of any person or corporation other than the Obligee named herein or the heirs, executors, administrators or successors of the Obligee. SIGNED, SEALED AND DATED this 26th day of November 2012 Gem City Roofing, Inc. ______,(PrincipaI) Forth F4597 a (Surety) rlttor6eyin.-Fact„ ' "� • 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. U • Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: CONTRACTOR AN Printed Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone Email Addendum 1 7440 Senior Center Re -Roof of West Wing Page 4 of 14 7DI • Western Surety Company PAYMENT BOND Bond Number: 71349675 KNOW ALL PERSONS BY THESE PRESENTS, That we Gem City Roofing. Inc. of 1311 S. 1st referred to as the Principal, and Western S as Surety, are held and firmly bound unto city of Fort Collins hereinafter of 215 N. Mason St., Fort Collins. CO 60522 , hereinafter One Hundred Forty -Nine Thousand Nine Hundred referred to as the Obligee, in the sum of Sixty-eight and 00/100 Dollars ($14 9, 968. 00 ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a contract with Obligee, for Raraof_Senior Center day of copy of which contract is by reference made a part hereof. • NOW, THEREFORE, if Principal shall, in accordance with applicable Statutes, promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to Surety being waived, then this obligation to be void, otherwise to remain in full force and effect. No suit or action shall be commenced hereunder (a) After the expiration of one (1) year following the date on which Principal ceased work on said contract it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (b) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. The amount of this bond shall be reduced by and to the extent of any payment or payments hereunder. SIGNED, SEALED AND DATED this 26th day of November 2012i% . Gem C;ry Roofina. Tnc. Byeal) 0 ACKNOWLEDGMENT OF SURETY STATE OF Wyoming 1 (Attorney -in -Fact) Bond No. 71349675 COUNTY OF Albany )} ssS On this ) day of 1 Y `-1 1uc-��./, before me, a notary public in and for said County, personally appeared DANFTTF M KFAD7 E. to me personally known and being by me duly sworn, did say, that he is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that •the said DANETTE M KEADLE acknowledges said instrument to be the free act and deed of said corporation and that he has authority to sign said instrument without affixing the corporate seal of said corporation. �/ IN WITNESS WHEREOF, I have hereunto subscribed my name and afDixed,my,official seal at —ZIA Laramie : Wyoming,..,ng c. �c - .. , the day and year last above written. My cg[i?xrussio exp rles n A F ur► 1 1 d5: Form 106-4-2000 ANGIE K. =NOTARYLICCOUNTYALBANMY COW5 • Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 71349675 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duty organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint DANETTE M KEADLE its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Gem City Roofing, Inc. Obligee: City of Fort Collins Amount: $500, 000. 00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate sea] of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attomey(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company 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 Company. 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." • All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of October 1 2013 , but until such time shall be irrevocable and in full force and effect. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its corporate tskgA,j %Jfi affixed this 26th day of November 2012 WEST R SURE COMPANY '-gym Paul T. rufiat, Vice President ST�iaRa • Ly, 6S`1'A } as co 11 On this 26th day of _ November , in the year 2012 before me, a notary public, personally appeared Paul T. Brullat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrurnent to be the voluntary act and deelJyI said co at'on. brrrrwrwrrrwrrrrrrrrrrr S. PETRIK I L W01AR11PUBLIC/! SOUTH DAKOTA f Notary Public -South Dakota lrrrrrrrrrrrrrrrrrrrrwrl My Commission Expires August 11. 2016 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 26th day of November 2012 WEPTRSURE COMPANY Paul T. uflat, Vice President Form F5306-e-2012 11 r 1 U 0 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. r I` CERTIFICATE OF LIABILITY INSURANCE 261201Moomrvvl 11/26/2012 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 CONTACT NAME: Insurance Unlimited PHONE FAX AIC No' E-MAIL . shV omm .com 568 North 3rd Street 307-745-7447 INSURERS AFFORDING COVERAGE NAIL# INSURER A: Steadfast Insurance Company Laramie WY82072 INSURED INSURER B: Progressive GEM CITY ROOFING, INC INSURER C 1311 S 1ST ST INSURER D INSURER E: LARAMIE WY 82070 INSURER F COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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 INSURANCE ADDLSUBR 1.c. In POLICY NUMBER POLICY EFF (MMIDDMYYI POLICY EXP tMMIDDITTIONLIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X❑OCCUR X x GLO9398387-02 06/01/12 06/01/13 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED $ 10D Q0(] MFDEXP(Any oneperson) $5,000 PERSONAL B ADV INJURY $1,000,000 GENERAL AGGREGATE S2,000,000 GENT AGGREGATE % I POLICY LIMIT APPLIES PER. PRO- 71 LOC PRODUCTS-COMPIOPAGG s2,000,000 $ AUTOMOBILE LIABILITY ANY AUTO ALL UTOS SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS 0639265" 05/09/2012 05/09/2013 COMBINED SINGLE LIMIT 1,000,000 X BODILY INJURY (Per person) $ SODILYINJURY(PeracGaem ) $ X PROPERTY DAMAGE $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE $ DED IRETENTION S $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN OFFICERIMEMBEREXCLUDED?ECUTIVE❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS belay NIA GL093983787-01 06/01/12 06/g1N3. WC STATU- X OTH- Stop Gap EL EACH ACCIDENT $1,000,000 E. L. DISEASE - EA EMPLOYE $ EL.DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Job: Senior Center Re -Roof of the West Wing Contract. Wording is Primary and Non -Contributory City of Fort Collins 215 N Mason St. 2nd Floor Fort Collins, CO80522 ACORD 25 (2010105) 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 ©1988-2010 ACORD All rights reserved. The ACORD name and logo are registered marks of ACORD /' • 10 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 7440 Senior Center Re - Roof of West Wing LOCATION: Fort Collins. Colorado OWNER: City of Fort Collins CONTRACTOR: Gem City Roofing CONTRACT DATE: November 6, 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. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER DA REMARKS: AUTHORIZED REPRESENTATIVE 20 TO: Gem City Roofing Gentlemen: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Gem City Roofing for the City of Fort Collins project, 7440 Senior Center Re -Roof of West Wing. 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 November 6, 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: 0 I* • SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Gem City Roofing (CONTRACTOR) PROJECT: 7440 Senior Center Re -Roof of West Wing 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. 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. 0 Signed this day of 20_. CONTRACTOR: Gem City Roofing By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20_, • 0 • 0 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Gem City Roofing PROJECT: 7440 Senior Center Re -Roof of West Wing CONTRACT DATE: November 6, 2012 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of 20 (Surety Company) 0 ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. EXHIBIT 2 — QUESTIONS & ANSWERS • 1. Why are Hip Vents called out if we are using top -vented Therma-Cal 1 system by Cornell Corporation? Answer: The Hip Vents are to be eliminated since we have called out for vertical and lateral venting with the Therma-Cal 1 system. 2. Request approval to use Atlas and Carlisle Roofing Insulation for the Rigid Polyisocyancurate Board Insulation. Answer: These are acceptable manufactures for the rigid insulation. The product is to meet the requirements specified. 3. What is the wind rating to be used to anchor the nail base for the roofing system? Answer: The City of Fort Collins requires a system designed to withstand a 100 MPH wind. The fasteners for the nail base will need to be installed per the manufactures recommendation to meet this requirement. 4. The plans note %" OSB and the specifications mention 5/8" sheathing under installation, which is correct? Answer: 3/4" FlameBlock OSB is the sheathing to be installed under the base bid. 5. The specifications state FlameBlock for the OSB Sheathing, is this to be applied to one side or both? Answer: Apply FlameBlock to the top side of the %" OSB Sheathing 6. Is there additional blocking that will be needed behind the gutters with them raised up? Answer: Yes there will need to be some blocking added for the gutter in the new location. We have attached the roof details from the original building and a revised detail showing this blocking. The contractor will need to paint a section of the facia metal to match existing once the gutter is installed at the new location. Addendum 1 Page 5 of 14 7440 Senior Center Re -Roof of West Wing SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE M CONTRACTOR APPLICATION DR 0172 (12198) FOR COLORADO DEPARTMENT OF REVENUE DENV,ER Co 80261 EXEMPTION CERTIFICATE (303) 232-2416 Pursuant to ttatute Section 39-26.114(1)(a)(M) DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must'be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include orapply to the purchase or rental of equipment -supplies, and materials which are purchased, rented, orconsumed 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 penaltiesprovided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. If is the_ responsibility of the prime contractor io 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 - '00 NT RAC -T.,0 R INFORMATION.. Trade name/DBA: - Owner, partner, or corporate name:, Mailing address (City, State: Zip): Contact Person E-Mail address: Federal Employers identification Number: 'Bid amount for your contract:' -- Q Fax Number, Business telephone number Colorado withholding tax account number, ~ 'Copies of,contractior agreement,p4gesi(1)'identifying'fhe contracting parbes.') ;EXEMPTION; IN FORMATION, and (2) containing signatures`lof,contracttnglparttes must be'attached{ Name of exempt organization (as shown -on contract): Exempt organization"s number: 98 - Address of exempt organization (City, Slate, Zip): Principal contact at exempt organization: Principal contacts telephone number: Physical location of project site (give actual addres"s when applicable and Cities and/or County lies) where project is located) Scheduled Month Day Year - Estimated Month - Day Year oonstruction start date: completion date: I declare under penalty of perjury in the second degree that the statements made in this application are true and complete,to the best of my knowledge. Signatureofowner, partner or corporate officer: Title of corporate officer: Date: DO NOT WRITE BELOW THIS LINE • • 0 • Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this • may delay processing of your application. 0 SECTION 00700 GENERAL CONDITIONS CJ • • E GENER4L'C6NDITIONS CONSTRUCTION _CONTRACT These GL'NEl2AL C6NrD1TIUNS:have Ixen.d& loped by using the STANDARD GENERAL c'(iI�1TIONS OP Tl� CON§TItLICTInN ColdRACT prehar�d'bylhe Engineers Joint Grnffi'nct Docuiricnis'. �_omnii«co,.f:J(;,IX? No''1,�1(t-8 (199U Edition). a3 a'iiitse C.hangcsto thAt. docum an't are shown,hy underlining test that 'has .bee.n added and strikinv;lhrough text thatlhasdxen deleted. FJCDC .GBN kAl., CONDITIONS 191 M'(l 9.90 EDITION). VATH CITY 01.1.01Z1'• COLLINS.MODIYlCA`1'10NS (REV 9/99) 0 :article or.Pa7agraph Numher 9, Tit lc TAT3I.T?10F CONTENTS OF GENERAL CONDTTIONS Page Article or Paragraph Number Ntimber.@'fitic DL•FINITIONS.. ......... .... 7... .... ..,...... 1.1 .... Addenda ............................................ 1 1.2 Agreement..., .......... : ...... ......:.....a 1.3 Application for.Payment,_,,,,,,,,,,,,,,,,,,, 1 -.1.4 Asbestos................:.................:.........::I 1.5 Bid..........................................I..........1 1.6 Bidding Documents ............................:A L7 Bidding Rcyuirnmenls 1 l.S Bonds.........................................:......:1 L9 C;hangcOrder................ ... ............ .....:1 1a0 CiontractDocuments ._.::......._........:...::�. 1.11 Contract, Price, ,,,,,,,,;, ;, , ........ ;,;I 1:12 Contract Tintes-.;---.::.- I L13 CO\TRACTOR..................... :........... '.1 1s14 dzJecave:...................:........................ 1 1.15 Drawrags....: 1 1:16 Fffccfive bate oftlic Agrccmcnt ,,,.. �1 1:I7 ENGINEER .......:..:........:.. .......11 I:IS CNGINPERs Consultant,,,,,,,,,,,,,,,,,,,,, l 1.19 Field.Order.......... ....:..._ ......1 1:21 Hazardous Waste ................................ 2 U21a Laws and'Rcgulations;. Lairs ar Regulations ... „- 1.22.b _ LebalIlolitlti}s 2 L23 Liens........... :.:.:.. i.za bClesione.,.:.. ....... Li5 N611ccofAward„.1,,- 1i36 Notice, to, Procced..................... 1:27 OWNER ........................................': I.2S Partial Utilization,,;,,; I ,,,, ;;;;,,,,, ; 1:29 PCIIs......:.., .,....:• '2 13G Petroleum„--, .... ........ 131 Project ............................................. L32:5 Radioadtivc141�1cra1,:-,.; n .132:h Regular %Vo kine Hours.,, 1.33 Resident Project Rpresentaut o .;.,_ , fir' •I.3a Samples ............................................ 2. L35 ShopDradings. .. :..... ........ l:3fi Spcciftcatiiins ....................:- ? 1::i7 Sul contractor ....... .............: 1.311% Suhstantial Completion,; „ 1:39 Supplementary Conditions ................... 1.40 Supplier....... . ...... 1A Underground raciiiiies .......... Ida Unit Price Work •:; :,,:, 3 i.43 \\'or} ..................................................3 1.44 Work Change Dirccii�.c.. 1,45 Written Amendment„_,.., ..... 'r Page Numhcr PRLLL4IINARY MATTER$ 3 2.1 Delivery of Bonds ............................... 2 Copies"nf D cu nests 3. 2.3 Commencement of Contract dimes; Notice to Proceed ..............::? 2:4 Sta tina the tVorl .............................I 2.5--3.7 BeCoie Startine Constructioii. CONTRAQTOR's Responsibility to Report; Picliminary'Schediles; Pelivery.of Certificates of 1... Insurance - 3 4 2:13 Preconslructton Conference .• S . 9 initially Acceptable ScFitdutzs, 4 3. CONTRACT DOCCI\IENTS: INTENT, AME.Nll)ING, RHUSF 4lintent '=3 .. .. ...... .... .. ..a.. 13 Referenceilo Standards and'Spect- erepancics ....... ..........::: 5 3.4 Intcni'of Ccnain're ms ix .-'Adjectives 3'S Amendtng Contract Uot.iment`s ...? 5 36 Suppli:mentingG�ntract, Documents... ,....: ............... 5. 3.7. Reuse Of Docum"ents i, SUBSURFACE AND PHYSICAL CONDITIONS; REMRENCG POIIN'TS .5 4.1 Availability of Lands 5 6 -4-2 Subsurface and PKystcal Conditions .. .::. ..........,..:..6 92.1 Reponis and Drawing.s .,,,;_,.;,. -;.„C, 4.2.2, Limited Reliance by C:ONI TKAC=' TOR Authorized: TechnicaI Data. ......... ....... I ...... ..:.:5 4.2.3 Notice:of Differing SkiE jrface or Physical Ccinddions .............. 4.14 FNGWRF.R'sRcvie 4.2.5 Possible Contract I1ocuments Change.................................. ....... 6 4.2.6 Possible Price and Times Adjustments_-,...._..._.... _.....si-7 4.3 Physical Conditions (tndzr�round Facilities ............... ..•...,.,,, 7 4.3.1 Shoiinorindicated _ ;9 4.3.2 Not Shown or -Indicated --- 7 4.4 ReferencerPoints ..............................7 .[x:txca:Nist-u. cowrngNs ulo_-s pvve tailnyM W1 cr ar Fou com.(t,:S MODIFICAl10 .S (CcF.b' 7lj9i • • 0 • • Article or'.R agraph Ngc Number si Title `Number 4.5. Asl rstos; P(?Lis; Petraleu n, INiardous Waste or RadioaciivoMaannl;w,::,: ,.,i7-3 �. 130NI)5'ANIkINSURANCE ....... ......8 5:1-5.2 Per Corntence. PHymenCun Ot} er l3unds :........ ......... ,3 -S'3 Licensed Siireties and Insurers: Certificates of Insurance:,,;, 8 5.4 CnNTRACCOR's 1 iabilily Insurance................. .................. ...... 9 5:5 OWNHR's Liabilds Insurance 9 56 Property`Insurancs 640 .r 5.7 Boiler and Machinery or AddiF uonril Property lnsurrince................. 10 5:8 Npticc of (:ahcellaNtm'l rrnislnn 'i,9 Ct)NTRAt'I'OR's Rosponsilidtty' 5.10 Qther Specialansuranee................. 10 $:II Wiii-ero(Rights 11 5,13;, 13 Receipt, and Appltulhnii of Insurance Procccd-c:....................:l0d 1 5:14 Acccptence of Bonds and lns4- .1 e,'Clpiinn to Replhce,;,_, 3.15 Partial Utilization Pri*i fty' Insurance,,,,,,, ,,,,,,,;, 6, CO't RA('I'OR'SMSPONS1RIt,P11FS_ 11 6aaC? Sdpervision and SuperintGtticncc 11 63`6 5- Labor, Matchals and Hquipmcnt 11-12 '6.6 Pro^ ess,Schedule 2 ,63 - 'Substitutes and "Ur -Equal" Items; CONrfR.4CTORs Expense; Substitute Constructi6n Methods orProceduros; FNUINFFR'sFValuation;_ 12-13 6.5-6.11' 'Concerning Subcontractors. Suppl i ers:and, Others; Waiver of Rights ......... ....j3,14 6:12 Patent Fees and Roy-jltics;;,, -)4 an Permits . . ..._ 14 614 Laivs and Regulations 6.15. Ta gs .......:............... .... .14-15 ,6.16, Use of -c 617 Site Cleanliness, 15 e,)s Safe: Structural Coudin&_ . .15 '619 Record Docuihents 1ti 6?o Safctynndlrntccuon IS-1G 6JI Sarety'Representat ne 6.?2) }Ia7ard C6mmunic3tion Itograms.....; 16 &2__3 Emeruermies ..,,, ..::....: ..........16 6.24 -Shop Drawings and Sphiplesl............. 16 Im Am O c i r.l>aragraph ' I'age Number K,Title- Wtiribw ,625 Subrnittal;Proceadures; CON- TRACTOR'S 12evieiv-Prior to Shop'Dratvnig'or.Saniplc Submittal 16 AM. Shop brrawmg.X Samplebuhnut- tuls Review by'ENGINEER,..... 16-17 6:1_7Responsibility for Vari.itkms Front Contract DdcumenL4.:,; .,.,,;17 6.28' Related Work Performed Prior l01iNGIN} hR's Rcvicw and :...:...:1'7 6:2Q Continuing the Wart - ] 7 6:30 ........... CONCRACTOWs General Warranty and Guarantee :;........17 .6 i1.63.',' 'Indemnification .:_:... 634 'Survival0,f .. gatixs l$ 7, OTI IER VJORI. .:...-,.is '7.1=73 Related WWkut Site_ 7.4 Coordiontion . R:; MWER'S RFSR_NSI13Tl :5:1 Cimtmunicauon's to CON- TRACTOR :..._..., .:::.:. l8 Z2 Replaccutenl of ENGINEER. 13. %U rvrnish Data andPay Ihomptly? When f? to :18 .8 4 Lands and Easements; Reports and'1'csls 18=19: S; 5 insuraneic ....:.:.. T9, 8 7 Inspectioijiis Tests m 1pprovals 19 s;8 Stop or Suspend Wort; Terminate t_ONI'R.4C'I',UR'; Services_ 19 .J.) . Limitations on OWNER'S Responsibilities :................... :19 $;Irl ....... A-shestos,PCBs,Parp'lcuin„ Hazardous.4Vaste or Radioactive Material . ,_,.,„ -_;_19 :N;I1 LtidemeofFinancid .. . Air aneem eat s,. , ..... ........ .............. .} 9 9. 'ENGINEER'S STATUS DURING CONSTRUCTION ::... ::, .. ,.. ....:.......I. 9 9.1 O4UNFR!s+Representative ., ,,.,;,,,,,19. r+.2 Visits to Site 19 7:3.- Protect.Representafive l ,19721 9.4 Clarificationslanillnlerpre- tat ions.. 21 9.5 AuthorizedVariaiions in 11irk__--.:21 Lime Cti-NIiRAL CONDMONS 1911i.s'(Igga mi nom '4v/ CITY OF FORT.CCLLUNS MGDIFICATKMN IRF.V 9t991 Ariidc or Paragraph Page Article or Paragraph R4gC • Number &-Title Number Nurnlxri-Title Number 9-6 Rejecting Dq4c/iiw'1Nork -:�21 9.7�9:9 Shop Oravvings, Change Orders and Pa5micnis 21 9.10 licterrninationsTor Unit 9.11.91 7 DCCI516R5 an Disputes, ENO t- NEER us Initial Interpreter ..............22 913 Limitations an ENGINEERs Authofity and Resbonsibilitie!i_.:22-23 CHANCES IN THFAVORK .......... ........ ..... ......... --23 IQJ QWNER's Ordered Cha,n&q ................�.i 16.2 Claim for Adjuminent,* _.._23 103 Work 1\16t 1�e(uiredbv-C-untrm Documents ............................... .... _23 10.4 Chanpe Orders ...... ...... ........ 23 Notification of Suretv .......... --- 123 . CHANGE (-)F-001\TTPA . Ul'-PRICE 1-3 Contract Price. Claim for Adjustment: Value of the, WoiL 11-4 Cost or the'Work ............ .............. ^4-25 0 ,,25 11.6 G0A 'I TOk's Fee RAC -------- , - 25 - - 11.7 Cost Records .......... !-t,25-20' '11 Cash Allo%6nces ...............................26 il.g Unit Price Work ................................ 26 M\NGF OF CONTRACTiM413S .......................... 26 1 ?, I 11 Claim for Ad1jdstrncnt-, ..... I .......... 22 Time of the Essenc4 26 1-7:3 B yond; 6ONTRACTORs belays - C3 !:,26-27 li-A ...... D61a" bevond Oft'Eks and, C0NTR.hCTOR!s Control 27 TESTS AND ' INSPECTIONS; CORRECTION' 6k ACCEPTANCE OF M-T-CM,E- WORK .... 27 I Noti -cc of Defccts ... ...... : ........... J7 6.1 Access toa* Work 27 0*3 Teim and lnspcctibfis; CON-T&ACTORs Cc�operatiuq, ..... ;_27� 0.4 OWNER's Responsibilities: lndepzndent Testing Laboralory..__27 .13:5 CONTRACTORs' Respon.sibilifies .............................. :.17 11'6-13.7 CovefiPI; Work Prior to Inspec- tion. Testing or Approval,..,.. 118-13.9 - Unc&ehng Work at ENGI- NCER's Request _. ................. 27-19 13,10 01ANER NIny,Stop theWorL . ..... 13,11 Correction or Removal of 13. 12 Correction Period. .................... I'S. 13 Aucepuinee 617Dzfe2•th'e Work„ ........ 2S 11-14 OWNER May Cbriect DOevin, . e Work. 14. PAYN4KN*I*S'I*OCONrf.RA('1'01<.ANl) COMPLETION 14.1 Schedule of Values "g 14.22 •Applicatio , a for Progress Paiyrrient_ .... .................. .... :29 143 C . (jNTkM-T(-)Ws' Wnrf-ahv of Title:........... * ... ................ 0:4214,.7 Review 6f 4plicatinrs'for �Progress .Payrnentq .............. 2 9 -'A 14.8e114,9 Substantial Competion ... ....... 30 ]I,-10 PartiM UiilizaOn ......... ..... 10-31 14,11 Fi na I'] nspectidli' ........................... :31 14,12 Final Application for tPaynicnil.:_:.;31 14.13-14,19 'Final Paym ent and Acce - planoc.-,..31 14.15. WE&eiof Clitim's:,.": 15, SUSPEN[SION OF AVORK AND -IERMIN'Xf. 10N.,.- ...... ......... ......... :.3 2, '13.1 OWNERXIav Suspend'Work ......... :3�21 Mk11\1FP.MpyTcrminaIc- 32- 15,5 CONTRACTOR May Stop Morklor .......... j,_:,32-33- i6- l5lSPLftF RESOIAJT16N ; 33 17. MISCELLANEOUS -; - ----------- - - ... ---------- 1.1 � 33 17�2 of Tuues................... . 13, 'Computation 173 .Notice of"Claim ............................ 1�33 17.'4 currtulative Rcnicdic'5.-,., 33 175 Professional Fees and Court Cost's Included - I I ": ... ..... ................ 17.6 ApplicableiStatc Lawn .............. f33-341 Intentionally left blank ........... . ............. ........ 35 Dispute Resolta ion Agreemera,_;, ............... QC -Al 161-16.6 Arbitration ..... ............... : ... _GC -AI 16.7 ,CJC.DC GENULAL CONDITIONS 1910-8 (1990 BATION) 0 0 0 Pi MOUN TO GFM-,.RA1.'. CONDITIONS - City of Fort , Collins modifi6ationstothe Gcn&Rl C, , onditions of the (,o1vsif6cti6n'C6ntrhct ftre not sh6vn in this index .Article or I?HrHgriipb `Ntimbdr. AC6epitance of .Roads and Insurance.;., .... ; .......... : ......... !defecrive Work 13A3. ...................... 10.4.1� 13_�; final, payment_„ .......... ........... ........ insurance......................... I ............................... bliter Work by CqNTR.,ICTOR .........7,3 ........... ...... Su�bstitutesimd 'Or-&Iual" Items Work by OWNER .............................. 2.5 )j 0:3 0,34 Access to the-- Lsindk, OWNER aMCONTRACTOR responsibilities„„ _ ___. !.—A I-;; ­­ ­­. 1-1.A. I site, rzlated wor{' _7A Work . ...........................................13.2: 13.14. 14-9 Acts or'.Ofaissions--, Acts and Oinissions-- CONTRACI-61Z ......... 6.9.1, 9:13.3 EWH'NFFR 6;2'0:o. 1,33 owfo................................ : ...... w...; ......... §.261* 8,9 Addenda--defiiiifirat of (also'see definition of Specifications),,,,, .(1.6,, 1. 10, 6,19).• 11. 1 Addition I'Pr pprty Insurance*., ......... ........... : 5.7 ...... Adjastnienus-- Contract ItiLe of Contract Times... ........................ 1.5. 3.5. 4.1, 4'3:2, 4.5 4, 9,5..'10.2 -10A. ............. : .............. i ............ 11, 15-1 progress - s " chedulq .......... ...... ARr cement -- definition of 1-7 All -Risk" lnsvrance..pohcy (orm ....... ....... 62 -Allomn6cs. Cash .................... .........................,..,I 18 .Auriendinu, Contra6t Documents* ...... Aiiendtn�eni, Written-- in.gencral 3.5, 5M, 5,12i 6.6.,2 ...... ...... : ... 6-g.2,6:09, io i,1(0, j 1.2 ............. 1117. .2.1, 13.12.2. 14.2 -Alipeal. OWIIERor CONTRACTOR' intent to ...................... Sail, 9.11,40:4, 16,1, 16:5 Applicatibn for Ai)�meht­ d6initmn-ol' - 'i I ............................. ; ......... ................. F14�YrNEFR's ResponsibilitS ............ I .....09 ............. . final payment,,,,,,,,,,I . ....... 19.114 9.135; lii-I 244 15 in,gener I a] .......................... 2 S 9, 5,'6A,L.9: 10j5;5 rd)q pro rcs� env ........ :'I -. 14; �7 1 9 1 11 n I . review of.-; ArBilrati6in 6 "6 ;\sbcst6s_� ...... �.I �A-16:_ cf4lims Oursu4ht thereto ....... T 4.5.2. 4,53 CONTRACTOR authorized to stop Work__,,,4.5;2 definition of 1.4 ............... ......... .......... Art icle,or;Paragraph '.Number OWNER responsibility,for- p6ssihIc price and ........... Authorized Varia.ti&ns in Wort......... 3:6. 6.25, 6.279.5 ffilibility Of UnAs .......... SA Aivard,,Noticeof--defined ...... 1.25 'Bz6c' Starihig Construktion, .......... ............. ? r2.8 Bid—definiticin of ....... 1 5(l. 1 1,A-1U 2,3, 3.3, ....... 6.13, 1 i.b-j 11.9.1 Bidding - Diidarients—ldefiiid,n of .......... ......... ...:.. , J.6 (6.'9.2) of ............... m ....... : ... ........17(11 4:2..6.21 Bonds-- - - acceptance of ....................................................5.14. aMtio'nal b6nds, 10.5. 1 1A.5 gr Cum or the Work .......... ....................... defiitilion of,. ..........ILIA 1 8 dolivm of..,: .....; ....... 3.1 irial Appli6ation'for-Pay-ment ...... Ackr2l ........ ....................... 1.10: 5.1-5.3. 5.13. . . . . . . . . . . . . , . . . . . . . . . . . . Perlbr�mimce; Payment and Bonds and Insuranceingeneral ................ ................ 5 Builders risk policy forth ....... PO : I ;. : ... Cancellation Provisions,' lnsurnncc;.:.._,,,�. 4 J - I - 5.81 - 5,15 .Ca sh Allowances Ceriifi(';aie'cdSu'bstantiaI Completion,,,,, 1�38,,6:30.12.3. ... . .............................................. 14,8, -1-4.101, � Cutifica(es Of Inspection,,,,,, ,, „; 13 .4, 13 .5, :14.11 Cc rt i Uates of lnsarftince,.:. 5133, .5.4.11. ` A 13, ............ 5;6:5_5.8, 5.14, 9..13A, 14.12 Change in cohtrod I)rl*cc,-- Cash Mowainces: �j I !8 claim for price. , adjustment ............. 4.1, 4:2.6, 4.5 5 156 8.2; 9:4 ........ 10.2, 10.5, 11.2, 13.9; ........ 3.3.1 13.1 4, 14J.15A, 15;5 CONTRAGTOR'% fee ...... : .................. 11,65 Cost of the Work g"I gene . ................................. .......... 'Cost Records 11,7 . . - I ing L c n I ral A,a14 o,l L, 7D 4' .2, 1114" Lualp ........................ 113 2 Notificatiori of S6Opq:Of,_,, ................. .testing and Inspection, ,Uncovering theAVork.,,;-,. ......... :!..119 4! ary e)r,.Fk)RT I C01, I LIM M I 01)VFT(.A1l6N-i'4TkFV 9P991; • Unit Prica'Work :10 1.6 Ykiticle or Paragraph Art.ible or-Nia.-raph Niiiiin6er Nu "Limher - Nralue'OrWork :......................:.......................,..a 1;3 CONTRACTORs lia6ility ............ 5:4. 6.12, 6.16, t:)Jl Change in Contract ., I a i in cs Cost ,ofthe Woik 1.4, 11.5 .5 cNini for ifinekadjustment..... '.... 1. 41.6. 4.5, 5,15. .2 6cclqions on bi 9.11; �.12 ........... 6.8.2. 9.4. 05.9:1 L 10.2, 10.5: 123. Dispute Resolution.: ........................... I.-J6.1 .......... 13.9. 13,13; 13.14, 14.7. 15. 1. 15.--; 'D�ispine R.zsoluiiun Agrcltmierii, ................... 16-1 * 16.6 Contriictual tim6 limits ENGINMER iss initial interpretor__', .. ............ 4-9-11 Delays bvmd CC&TR� i"' s Lump'Suni ...... ... 11 1 - 1,2.: control,'... ... ............................ ................ 12 3 Notice of ....... ............. 17.3 Delays beyond OWNTER's and OMMY's .................... 9.4�, 9, 5, 9,11, 10.2, 1].-)' '11,9 WNTRACTORs control ...... . ........... 112. 1. i 3.9. 13.13,113.147 17.3 Noti Fi , cation ofsurety ,:...... J0.5 OWNEWs IiEbility......... ........ .... ........ ... 5 5 Scope of change ........................................ ](0:10.4 61WX-R may refuse to male paymenh ................. 14,7 Change Orders- Profession.al Fees End Court Costs Ac4taisce ofl)e feMve Work,.... .............. 13.13 Included, ....... ....... �1_ ------- ....... ..... 17.5 ... AmendingConti-Ect.Documciits ...... ........ Y� 5 request for Wrm�hl debision on,.,,.., .............. ;.:.:;9.11 6sh AIlo%va'ncc-g Substitute Items,,,,,, „ „ , .... „ „ „ „ ... 6,7.1 ? ...................................... cIs ameecrCohlract-Pri&q ......... .... 11 Time Extensiosi ......... ........... ................ -- ....... III Change of-Co,nioici Times.. 11, 12:1 Changes.in the Worl(........... ............... ... JO Unit Price ............... J 19.3; T ........ CQNI'R.A(-'F(-)R*s fee 11.6 Value of ..............t1.3 Cost d&.work..,_ .... .......... ........ :;*a..l LA41.7 Waiver of on'Fin,'Il Pa i4crit .. ..... J4.14 14.15 cost Records- ,7 JI. Work Change Direct" e Ofinitian of ....... ...... ; .............. ...... J.9 w6tteh notice reiiirgd., ...... ...... 9. 1 Ij 1.2, 12A Sme . m-encies , 23 ........ Clarifications and lntcrprctation� ........... �.63, 9.4.9-11 spon y ....... ;..0. 9.8: (1, . H_ 12.1 Clean Site .... ........... ............. ........ .........6. 17 ' exec ion of:, . ........ ..................... CoddoFTechnica. Socicty� Drganiz:i1son : Injemnifiction ......... ................. ::!0.4 0. 12. 61 G, 63 , 1--iS.33 or MsPciatibn: ..................................................33.3 Insurance, [Jlohds-ind ........................ 5.10. 5-1.1, 1 O:i, Commencement ofC6ntract Timcs.!... ........... ............ 23 OWNER may terminate,,, ................ 1-5.2-15A Communications-- 0�1NlEks,Respqnsibditv- ........ t ...... 104. general ... ....... .........rt-�A:2: 6:9.2. 8.1 vsical Condition s- I 16z a rd Communichti�n __,022 7 ' Subsurface .................A2 ... Completion-- Undergiound Facilities -,-_ .......................... 4.3,2, Final Appli6mti6n forNyincril.., .................. :..4 .1, 4,12 Wcord D6esuffients.,... 619 Final Inspection, ........... . .. ........... a -- ----- 14-: i 1 Final Payment End AoeeptHnee, ... J 4. 1 14.14 Substiiuics; ...........67.3.6X2.. Partial Utilization...... ........................... 14.10 Unit Orice Work ........................................ ..... J1.9 SubstaritiM Completion,,,,,,................) 38, 14:S-14.9 vhluebrMork. co*N,crcd 113 Waiver ofClmmS_, ..... .41 I a.: 1.:) 4.15 Changes in the Work ........ ........ ....... jo CoTpistafionjof Tim.cq:_-;.: ---------- 7.2.1717:2 1. Notification of-'suir6ty ................... .............. ...... 1110 Conce r6ing Sutic6titractors, Suppliers ppliers, OWINTERs and coNwRACTOR, , Hsi , Others ....................... ............ 6.8-6,11 ............... ........... l().4 Conferences -,- Right to an adjustmen. t li.� initially acce ptable schedules:.-: 79 - I � . scbpc of change ........................................ 1013-10.4 preconstructioti..._ .................. ......................... 12. 8 Claims-" Coriffict, Error. Ambigi-lity.-biscrepa , ne against CONTRAM'Ok .......... ........ llh-...-A.16 CONTRACTOR to Report ... ....... 3.3.2 agiinst ENGFNTEER_,_-.,,-,I-- 132 Construction. before stgr(ing ls-y against OWNER ........ ....................................... .632 2 CONTRACTOR .......................... ....I.. , 2.3-2-7 of Contract Pric4 ............ 9.4, 1 1,,2 Construcli6h Michinie'ry, Equipment; etc .............. _.: 26.4 ,Change .............. Change of Corstract Times ..................... 9.4, 12.1 Continuing the Rork....-. -6.29. 1.0.4 CONTRACTORS --- 9'4: 9.5; 9'11; jO.Z Contract Documents-- .............. ...... I 1,'-) 11,9, 12.1. 13:9, 14-�S, Amending...........: . ......:.:.... ;q 15.1. 15.5. 17.3 EuriL6 . ....... - ....... ............ .............. il .............. 5:1 vi EJCDC CILNEILAL 6ONDI-i10NS"1910-8 (MO ED11ION3) w LiTy or izou com.w.s.moriwAlIONS (RF.V W99) 0 • Cash Allowan&s ................................... ....... ji-M Stop %VOik rc4uircmcnts..,..-_ .......... ...... CQNYRAc,row,,— -Artiole or Phr6graph Number Article 6r,paPtigritob 'Number ,Change of Contract price ........... ....... ....... Change of Contract Times.., ............... .......... 12 Compensation e W- Changes in the " ork .......... .5 0.4710.. Cofnii6iog bligation ..... ...................... -40,11 . I - . check and -veri f): ........... wi.. ... I ............................ I ... -5 D�, ve W6 . I - � - �ecfi rk,. � .......... ......... 9.6. 13 .10!13;14' Clarificationsand. Duty tv Corr I cct def-ecfii,&Mork .... ........ ...... �j 11 lnterpretati.mm ...... -1.33, 36. 9.4, 9.11 DuiykPRcPorI--' de6itign of_..... ...... M ...... 1.10 Changes m the Work caused by ONGINFER as initiafintdprcta'�f I I Erne % rgcnc�.23 -FN0t'NEF'k a's representat';vq......... !...9:1 Derects in 1.v6l.K of Oth .......... ;.7:3 genwra13 llldferin condnrons,........ ;._,4.23 InSLIrFkncc.... ;, ......... 7 ...... ......... j3 Disurepanc%, in Documents ......... 2.i , 33.2 , 6: 14:2 laical .......................... ....................... I -3,4 Undergrutind-r!acilities riot indicated.., ........ 4.3.,2 minor varitilions in ilie'W&k Cmergencies, ......................... .... -;:.v ...... �23 F46ifidiiinvand Machinery Rent,,il;'CeAt OWTTFR's resbcmsibility to make orthc 1.4.53 - prompt payment .... 14.11, 1413 Fee _Cast Plus ......l 1_4-5.61 IUJ, 11;6 prece'denc'e-, ...................................... ........ 1, 3:3.3 General Warraray and Gu;irtinte6 .. ....... ...... 1 ... -&30 , I . I Record bocumen is 6 19 I - I . &z I ard C omm un-icaiii , n i�ogr,,ns - 6 1 .22 Reference to Standards and Indemnification15,.--... ..... --------- . 12'-6. 16. 631-6.33 of Technical Societies,,,,, .... 33- Insp,ecticin of the work ........ ........... ........ 7.3,; 13A Relite 7,^ Labor, id -Reporting and Wesolving'Discraprificies 2.5.3.3 Laws'nnd Regulations, Complisfirei�,._,.. 5.4 �Supoltmicnting .................. ; ................................. 16 NotVict,ofIntent (, u,AP,p6j......... .......... P.!O, IQ4 erUratjon NGTNEERIiEin�loyaij ' ji , o 1t2itofijoperformandcompkte Unit Price Wivk,. ....... ......................... ..... 'JI,9 • the WA .. . ............... ......... ; ...... • varin.ti6mi - ............... :3.(,..6:23, 6�27 ....................... Visits to.Sitc,:FN-GINFUR's .................... Patent Fees and RoQ(ici,,P'aid4br-bj:,-, 2 ........ Performance and Other Bon& Contract pi -we- Permits, obtained and paid C6, b2' 6.13 adjustment ....... 3�5 I-- ss�Sch du Pro e z&2:& 2.9,6.6. Chinge Or, Decision on bisp.u..tc ... II Request forIm-nil deci�iin6n di_tp definition .............. ...... Reiponsibilnics-- ,C6fitr-act'Timcs-,- the'WO6, IQ I o 40jusunert, l� ........................... 3.6. 4. L. 9.4.,103. A 2 I I ri Suppliers Concerning Subcontrtos:-iu�pli- I I Change of ......... ; ....... ............ 2.4 - and Others ., 6.11 A- Cumiaericemenlof .......................... .............. ... ;13 Continuing the Work .. ..... ...... 6.29, 10:4 definition of,..... ........ ...... 1,12 CONTRACTOR'S Co�,tkIAI&OR-,, CONr " FRXCtbR's Gener-alwnrninty Acceptance of lnsiirance5;14 and Guarantee e. � � ......... .......Comm umcauuns ................................ G. 2.,6.9,2 :*"..-_., CONTRACTOR s. rcv icwprior to Shop Continue Work.., ....---„ ,,,..,. ......... 26.19, 0 1 Al Dr6win. or Sample su initial. coordinatio 9 and sche.duh 9 Coorduaitica� orW or 6.9.2 de�rinition of,.,,,,, ...................... ......1.13 Emergencies ....................................... 62, 3 ........ Liinited Reltince on Tech, nic * n E NIGNEE Fes evaluation" Subailui * es . i-.�ti �uthoflzcd, 4.2.2 , 6r- F 6.7 . :3 or �qiuql" Items ,,\4av Stop Work or Terminate ----- 15.5 F6i Ac6,afid Oniissit)6 provide sitenecess to others ........................ 07-2, 13:2 of Others, .... I ................. 619.1 ---ft92; 9„ 13 Safety and Protection.,,,,,,,,,,, 4.3. . 1:2 18, for &ductibl - eRm6unis,-insura-n'ce ......... 5,9 ................................. �,.-21-6.23, 7.2, 13.2 general ... .............................. 6 7.2.'7.:3, 8;9 Shop Drawing ai�dSample Review :, Hazardous Communication Pfograni.j- ...... .. d22 prior to Subin ittil.., 6, Z oin Indci6cation 6,31- 6.33 • EXHIBIT 3 — PREBID MEETING AGENDA City Of Ft Collins Operation Services October 24, 2012 RE: Fort Collins Senior Center West Wing Re -Roof Pre -Bid Meeting Agenda Project Description A. Base Bid - Removal of existing gutters and downspouts on west wing and salvage for re -use. Removal of existing roofing on west wing down to metal decking and replacement with new vented insulation system with 30 year asphalt shingles. B. Alternate 1 - Removal of existing gutters and downspouts on west wing and salvage for re -use. Removal of existing roofing on west wing down to metal decking and replacement with new insulation and OSB sheathing with 30 year asphalt shingles. 2. Availability of Site • Site is available from 7:00 am to 6:00 pm but the building interior is off limits to roofing crews. 0 3. Project Time line & Phasing 1. Addenda Issued (if necessary) — October 26, 2012 2. Project Bid Date — November 1, 2012 3. Award Project — As Soon As Possible 4. Work to begin — Late November 5. Completion — 150 Days from Notice to Proceed The plan is to complete the roof over the swimming pool area this fall as a minimum because the existing roof is in poor shape and has temporary patches installed and will not make it through the winter without additional patching. The balance of the remaining roof will be completed as weather allows, but must be completed within the timeline in the bid documents. We are currently working to design an addition on to the west wing and hope to have an idea of how this may connect by February. A portion of the re -roof maybe delayed or eliminated to avoid doing the roofing at the new addition tie-in twice. The south gym area will need to be delayed until spring 2013 after we know the scope of the new addition. 4. Sustainability A. All City of Fort Collins projects are to be completed looking at the sustainability and using green building materials. Addendum 1 Page 6 of 14 7440 Senior Center Re -Roof of West Wing • Eabor_ Materialsand Hquipmeni,,,,,,,,,,;,,;t:3-6.5 CCJNfRA( fORS—other.,..............,,,,,,__,,,_,.-,.,,,,,,,,,,,,7 Lan's and Regulations- .....: .......... „6:14 ontractual,Liabilitv,ins urance ---- C.4 ,-:,:-. 5'.4:Ib Liability Insurance,--..-,.,...., .„ , ,; _ ,-,,.,,5 Contractual Time Limits,; ,12.2: Article or•Paracrtiph Article or_Paragraph Pliiniber Number Notice of variation from Contract Coordination-- Documcros...........................................627 CONI'RACT(jRisresponsibility ......... ..........: 6.9.,_' PateniFees and Rovaliies............................ 12 CopiesoCDaaumznts.... :__........... ::..,:...................... 1) Perin ::.:.:..:............ ...:.....:_. .:,,,,,-„6.13 _ Correction Period - -. - _-;- .:.J3,1_T _ Ikogress Schedule;, ,;, ,,,, „ ,...., .. 6.6 Correction. Removal or Acceptance Record Documents.---. .. .,,.-_.6.19 ofDeACtive %Vorkc- rc_lated \York performed prior to in general .................................... ...,_.....,100.4;1, 13.1(i-13.14 ENGINEERS appro-viil ofrequired Acceptance ofLQcdi e Work-:,:, submittals ...._.... 6:_$ Correc.1ion or Removal or .. - safe structural loadin-........:.:6.1b 5........ Defrcgie \Mork......,....-..,.......: ;,0;30, 13:11 .............. Safety and Protection, ........, 3 20,'7.2, 13.2 Corrediciit Period,.,,., .. .......; .,13.11 safety Rcprescmativc.................. ,_,;;G:21 OWNERTIay::correct Dz(ective:.Work -,-__-- ,13.14 Scheduling the Work; ::;,-6,0 2 Q1VNF,R hbi --Stop Work 13 10 .Shop Drawings and Samples,,,,,,,,,,,,,,;,,,,,,,,;q:24 Cast-- 4hop•Dratt ergs and Sample's Recieiv of Tests aTld lnspections ........... . ............ .....13,4., byENIGINT:GR tl et v :: •••:': _6.26 Recordsl1:7 t�::l Site Cleanliness t6:1T Cost;rthe Vork-- Submittal Procedures: ...., .........6 S 13onds and insurance, additional.. „„ „.'.J 1;4.5. Substitute Construction �,kthods Cash Discounts,,,,,,, and Procedures .............. ... ._-,, 6:7?CC1N'1'RAL'f(1K's l+ee 11_:6 SubstiCutes and "Or --Equal" Items, b+711 Employee Expenses, „_ ..... 11.4.5.1 Sdperiolendence;,,,,, 6;2 Exclusions to ........................ I'1.5 Supervision ........................ 7.......... .............:..6t1 Generaltl.4`11.5 Sun'ival of ObligntiM"s................ ........6,34, Horne office and ovenccad expenses .;..11.5 Trues G;16 Losses and damages,,, 11 4 5.6 I gists and Inspccuons „ ,.,, ,,, 13.5 Materials and equipment -,,, ,, ,., , ,-„ , 11 42 To Report. ..:.:.... . . ... .:;15 Minor expenses......, ............. . ...... 91.4:5:5 Use of Prem iseti y6.16 6 I S '6:3V:2 4, Pevrclll cdsis on changes 11,a.1 Review Prior tolShop'Drawutg or performed hy. Subcontractors,...,;, „ l 14.3 Sample,Subnuttal.:..::......:..:...... 1;;;,,;,G2i �Recnrds11:7 RiOn to adjustment for ehanges in the Work,,,,,16.2 . Rentals of construction c luipiitent right to claim _ 4.71 9:4,9.i.911, I0,211.2. acid"nischmcr}:...,, 11 9 12.1. 13 9 -14 & 15 1 15.5. 17:3 Royaltypalsrients, permits and Sa fell and Protection ................. 6 20 6 22 7.1 13.2 license fees , ,.,,. ,,;,,,, :-1 1-4. 5.5 Safety Represent alive „C++.21 Site office and iemp'orary facilities , ,,,,;, .11 A -" ................................ Shop'Drmvingsand Sam.ples Special Consultants; EnNTRr1CT0R's ,;: - 11A.4 Special Consultants ...... ...:....:............. 11;4;4 Supplcnrental ....._.. , .... . .:.... ... .: , .T1.4;5 Substitute FConstruc(li \ iolcthods and Pr&cd6res.6,7 f a.:cs refatcd t6 the Work.......... ...... ............11.4.i:4 Subslilules,and "Or -Equal" Itma. Tests and Inspection, ......... .............13.4 Expense ................................. ........ 6.71.6.7.2 Trade llisw nts......;. ->._...;IL41.? Subcon[ncWrs,SuppliersandQthzry ........... 'Utilities.fuel undsuniutry:Cacilities,_....-,1L4;i7 Supervision and Superintendence ......... 6.1_6.2,6.21 Work aRerregular hours:..... ,.,-,,, I ,,,-„Il.4a Taus, Payment.by:.......... ............. .............. ..:..y.15 Covering Work _ ......., _..:... 13 G-13 } Ilse of item iscs_....................... 6.16-'6,15 CuniulativeRemedies ,,,_ 17A-17.5. IVarianlics and guarantees ;;._,;. ., ,, _, 6.5,,6.30 Cullin_. filling and patchm , -, .:,: ,- -, ,....,., 9:? Warranty of'I itle.... .... ... ..................... . 14:3 Data.. to be furnished by 0WNFf2.....:..:........:..:.. .., . . :: h;3 N'r ueii Notice Required-- Day--defimtwn uf—.,.......I................ 17 2.2 rONTRACTOR stop Work or lerminaig....... 15.5 Decisions on Dispui g _.. ...,.:?A 1, 9.12 Reports of Differing Subsurface defective--deftnit ion of--- - ........1.14 and Physical Condition; ......... :.............. -13 dajerlive Work — Substantial CompletioR.............................::14.5 Acceptance o[..................... ....... ,.........10.4:1. 13:13 E1C DC.(MINO(AI. CONDMONS.1910-3 (1990. II)MON) w(Cr1'Y OF FORT COt:UNN MODIMA17ONS (REV Wl)9) 0 L.] 0 Corzcctioft or Rcm6val of,,,,,,, OAA, 13J 1 in'gencral,, -113, 14.1. 14.1 t is f icle or Parttgraph r6ticin by'RNI(ANHER 9.2 qER lvlayS(gp Work�..... ..... ............ ........... arnb............ . ..... ............. ....... ........ ....... ....... ...... AL 6.291'23-1Z4 of Bonds" 1 _9 to -Subsurface or Physlciai'C'yiididoo$'L 43 x of .2 TNT FFR'i�Riyici�i�- 4e t , roct , onum e . n , ts 6an-g-e - 4, , 7 5 ible 13flu and TimF9 Adjustments;;,:_, ....... 1.6 ittes=Repciyling 6$oNuI9__ ;. i _.. I .... I --- � ­ 115, 33_2 �.6.142 zcsoluficai--� cm4nt.,, ... 6.1 .1 6�6 tratlork'...,'. rill t6 iatton................. ............ _I ........ 'p. .... .t&6 resolution IN&e'e'r-cnk_ i:s of limitati ons on,J _.13- G � n t MVNP,R'.i I Payments to the CON':MAGT(-')R' Rcspunsibiliitvfor, 7 14 Recommendation of littcic or Nurnba On, ... 1 j-'9J3 Review 6f 'Rep , ur'ts"6n Differing Sulu urtacc 'and Physical Conditions.... Shoo Drnoings and Samples, review 626, ,Status During Cmustruction— 'in the Work vtuihorizwd ns Clarificilions and Interpretations ' -.9A, , Decisions on 6eterminations On Unit PHcc ::9.10 F*14G[NEF,R as InjUhl lntcrprctcr_-,._, 9,11,9A2 and Responsibilities.... V1,6R' s Representatnv - - 9.1 ccfing Dqrective Work... ........ iti,6ralwlihga, Change,Orders` Galion§............................ 4umed, . ......... 9.1 teriiis anOm ........ ...... 3�!6 t Of the"'Work. 14. i,3' nd EguiOminl �n� .... Arrange-m- e' I's at Fondittona_ 4.1' 1 --Cost$ Pl - us L() ­71, 19 NGlNEER..,_.............. ._-3.61. 95 ion 'for- POpent I ............ 14.11 ....... ... 14:13-14 ' 14 F Cash 1;8, i6115 ....... ............ 7 . J7,3--17A ............ ........... ........... ------- - ------------------ ....... 45 respnnsibit* fi ........................ EJCDC (EN14LAL CONDMONS 1910-8 (1990 LDInOM vi,CITY 6VFORT OOLMINN M01)IFWkncN51RT.v9t99j. !indemnification....... 12 6 16, 6;31-6:33 'Insurance:... ,...,... ............. ..::........,.: ,.....:..3`3 Initially Acceptable Schedules 29, Precedence-_ ------------ 3,1, 33.3 Inspection-- Reference to, , , .... ;,,.:,,, , ...... AI Centric nett of, , . ::, ,. 9.13 4, I IS, 11.-12 safety an"d Pr6ttrtictn..... ... .:: 6,20, 13_'2 - Final ......... ...... .:.::. ................... .......... ;14J 1 Subcontractors, Suppliers and Cithers ,;.......6 8-6. It Article or Paragraph Article orParagrapb Nwsbii Wimber Special, required bvENGINCERf....., 9'6 Tesf'sand Inapections ....:..,. 13 5; Tests and pprotal ::,.::, ,-.,: b.7, t3 mBA Use or premises.,..,;,, .. ,. 616 Insurance= Acceptance of, by OWNER „....... _-,,3.14 liability Insuraneo-- Additional, required by changes CON'I Rita 1 ok s;,,; ;,,;, „ 5A m the Wori.. .,.._. 11.4.5.9 ORNER's 5;5 Before starting the Work_,,,_ - 2.7 Licensed Sureties anti Insurers Bonds and --in general'.,,,_ 5 1♦iens,- . cancellation Prol isioris..,, ,,,, ,, , , 8' -Application for Proe{ess'Payme it ..14,3' iCcriificates of,. ' 7 �, S.a, S.4 11. S,9,i3 CONTRACsrOR's Warianty ofTide 1a.3' .:I... .b.5, its, 5,14 913:4;,1412 Cinal 1pplrcation forNyni&t...::- 14,12. completed operntioss,. �.4 13 definition of,,,,, t=23 GONTRAGTOR'sLia6ility,, 5A \}'aiverofClrtims ,,,,. ... .-15.... CC7NTRACTOR"s objection to coveragz 5,11 Limiialions on ENGINEER'S authority and : Contractual Liabibn -,,:, ,,.:., , -5AA0 - responsibilities . ...., . __ 9.13. deductible amounts, CONTRACTOR's. I%imitcd Reliance 6'y CON "fRAC lt)R responsibility . ....:.: : :::.:':... ?:9 Authtxi7cil .... , ..:. : :. ..... l_.3 .F'inal Application for Pay7ttznt - : , „ „19 12 N4aintenance,and ()pe7ating Manuals - li Final Appliesticin fur Payment,_;. Notice requirements,:meterial Chan -,es,,,,,,, 5 6 =t(r.i Manuals (of others)=,- t>ptlon to Replaer ... .;, . ...„ 3 33.1 iiihcr special insurances;, ;, I0 Rcrercnce tom Contract 13ocuntcnts ., ........,,} 3 1 OWNER as Lduet•iry for insureds 1 2 ti I3 Matcrmis and equnpmcm- 61UNF,R'shiabtlrty ....... „_.,5:5 furnished byCONURAC OR;: .:.:. .. ... . ... ....b'3: • Q\t NER's Responsibility. S15_ noCincorporated in, Work ................. „ 14.2' Partial Gliilization: Propen y Insurance ,..5.15 \,laterials or equipment--equivalent .:�, - , 6.7- Property 'flnsurancc C-5 In' "-Mediation (Optional),,,; Receiptand.rlpplrcati�' Milestones--d4finitrori of; - - Proceeds . ...... ........ ............. :............ ,12-513 vtisccllancgtis=- -Speciallpsurancz - :fat) Com utation arTimes ' P.� 17.2' 'Waiver of Riab(s ...,- :,... _ $AI Cumulative Remedies. ...... tritest ;of Contract Docunients , ....7 1' 3,4. Giving Notice ......., , .;,,,;, ,17:1 �inte retatnoris and Clarifications s 63 9i4 NollLe orUl um .,,,, , 1, 17 3 nvestigminns ofphystcal mndtnons,,,.,,,. a ? Profcssiosal Ft sand Court Cos s included,,,,, „17.a. Labor, Materials' nd Equipment. -;_-:-, d 3-6 S Multi -prime contracts.;;.-, _ ,, , ,, ,; , 7 Lands_ �drot Shown or Indicated -;..,--. 4.3`21 . rand Easements ...........: 4........... .......:..S 4, Notice of-- ....... _ .:.. ...... aa, 13A Acveptabilrty.of Project, _ 14.13, Reports and Tests .,,,,.,. .-.: ,, ;_,.,s.4 Award- definition of.,-,,. ,.;:,.: ,1.25 Laws and Rcgulmious.-LAwsorRegulations-- Clailt .:, t73• Bonds s i 5 2 . ....... ... Derects:13r1 . . . Changes in the Work- _... „ ...,.` 0.4 'Differing Suhsurlacc or lih}.McebConditiiins_ 4?:,' Contract Dz tments :::.:: .... .: . 3 1 Giving ::: .., ::,;:. 17A CON-rRACTOR's Responsibilities.... ......614 Correction Period;dejecrive 1Vdri,,, , , 13,IT .Tests and Inspections, „ .,; ,,..,., .13.3. Cost of [he Wori,.Mxes,.......... .. 11 A.5,4 Vai,aIagr\ Shop J?-fm6ng and Sample ......., ..,G_27 _ _. _ definition of. ----------------- 1.22' Notice to proceed -- genera lo 4 definition OC.. , ........._..:: .........:.................1-26 tndzrntinficatian................... ..................63 1,6.33 giving ol;,,..... ...:.,. LtCDC MNT AL CONDI hONS 1910-3 {1990'1yI7]OYj w( C1Y,Y�t7F Fi1RYCOi:T.R.'SR1O(aIFIGA'fTOTS rkF.V 2/�i9g 0 Noiificalion to S&ety;......... ........... _.,,.,,,......... icsting, independent ......................................... 13.4 Ohservatians by 9.2 .use or occupancy Occupancy of the 1�iork 5.15 6:30 4; 14.10 _::,- of lhe' Wad. 15 6 6.2.4. d4;10 _ .. Omtssia`nsaraiit$byCON'PRAGTOR,._, .... 69 J�_13 wrin n'consentori1pprotal Open,Peril policy Cgrm; Insurance ................. i 6.2 required.. ........................ ;9,1, 613, _1 i_4 Oplion fgReplSoc,:„: ,;..:. .14 Article'orPara- h - Number - "Or Equal", Items ............ ............................... :..::.... . 6_7 Other u•brk 7 O ertimt.W;rk:-prohtbnionof,., 6.3 O1vNEN-- Acceptance ofdef ern+ Wbrk 3r13 appoint in Ni31Nhb1 S.4' as fiduciary........ Avuilabilily,ofLantb responsibility ...: ......:!I;1 definition of....... data, furm3h__.::... May Correctnefectne Work; I3,la ,,IMay' rafirse to make paynieni MWyrslop the }fork May Suspend Work, Ternunnte;..... ,__- 8,5, 13aU I�.1-05.4 Pa}nnent, make,prompt 5.3;14 4, 14.13 performance of -other \vork ;„ permits and licenses, requirements... _fi`l3 ,purchased,requiitmentg 5.6 >:IU 01VNER's- Au;eptanceofthe Wort;.....::...:..:....._:,...:.:;G3U.2.> Change Ofders; obhgatiiin'to' eeetutp.,.;5.�, qUA Comm unieetiong 8:I • Coordination ofihc Work,;_- 7'9 Disputes, request for deasion q. l 1, Inspections, IrAs'andapproval* b7�;13.4 Liability,Msurance 5:5 - Noticeof Defects . J3.1 9Cpy-csentatn e--Dtutng'Construcuon F:NGINI'Eh's Status ,; _, „Stu. ,, .Resppnsibilities-- Asbestos. PCBs. Petruleurn„Hazardous Waste or l6dioacive Material 8.10 Chnngc Orricrs R.ti Changes in'the Work'_., lU l continunicatipns Xa CONTRACTORS respons]bllltics s:i c6dence of I'mrncial arrangements.. 'Sil l Inspections. lesis and approval} insurance, .............. :.............. ............. ............ 3: S lands and casements ,.,.. 8.4 prnmptpayment by__, ------S..3 -- rcplacenientafENGINEER.... .,3.3 . reports and tarts 8.4 siop or suspend \iWorl. ........ =$;5:13:IU, 15.1 terminate CTOR's services ---------------------------- ......__$;S: 15.2 separate representaticc at'site �................ .....9:.3 GJC6c GL.N tAL comm7oNS i9imtiggtim rioNi. nv7 t'.Pf1`Oi FirR?. C6GLtT.S h1C�ptilQ,\TICi\5`fBF.\` 9/9Yi Article or! Nragraph Article or,l-Vagraph Number Ntin*kr 'written notice recluirecl__, ........ 9A, 9.11, .......... ...I ...................... 11.2,41.9. .14-7, ISA PCBs -- definition of 1.29 Senrat ........................ .................. ...... .......... .4.5 OWNER's responsibility lbi, ...................... Partial, Utilization — general 6,30.2.4, 14.10 1 13 ropaty Insurance.. ........................ ...... 5 Ntent Vecs and Royaltles�.., ... ....... ........ ... 6.12 7 Payment Bonds...., .... Payments, Recommendation of .. .... J4,444--7, 1413 Oayflfent]s to,CONITR ACTOR and Complefien7w i\pplicaiion for'ProgressPajnents_;., .... )442 CQNTRACf6R's11'arisky,617T' tic ...... . ....... 143 Final npplicniion for Payment 14,12 Final 1 _IhspLtion_ Final PaVirent and Acce ............ 14A J_ 14-14 Lencral, 14 Partial Utilization ............. ......... ..... 14.10 Retairntge .................................. ........ ............ 14:2 Review of for Pr9gresi il.4.14,1 pfumpt lihymnt ............... 13:3 Schedule of Values ........................... * ............. 1 4 ' A Substantial Su, t �s a , co, ...... , -mpicii6n............. ......... 14.844.9 k�lsiv.cr ofCIIA46.� ............................................ I , 14.1� when payments dtiq ....................... ........ lliA 14:13 withholding paymc6i .............. . ... ...... ...... Performance Bond4 .................. ........................S 1' 5.2 Permits ...... 3 Petroleum— deHition of ...... general'......... ...... ........................... 4:5 OWNER's responsibility for Physical Conditions -- ' Draw ings oC in,or relatihe to .... .................... 1.2.1.2 FNmi,mrws .... :: ... le.\isting-struetures ....... ; ....... ........ ';0 z�_:_:;�.4,2 2 c ral 4J.'I . ....... Notice of Differing Subsurfg�c or, 4.23 Possible Price and Times lzcpo'ris and Diiwings .......... ............. .....14 2A and ........... ; ........................... ........... 4.2 .Subsurface 1 Subsurface Conditions 4-2. 1 : I Te0hicil Data, Limited Reliance by ('O1MTRA(,1r0,R.Authorized: ............... Underground Facilities -- general...................................... ................... 4J Not Shown or Indicile( ------ l;rot.c.c.1ion of . .............. ............. I ..... 4.A-6;12,I) Shown or Indicate)-_.,, .... . ...... Technical Data ............................................. .Preconsirdett -on Coin'fcicneq ............ 1.8 Preliminary Matt&s .1 Prelim inary, Schedules ................................... Premises. Use of......... ; .............. ........... Pike"Change of , contraq ....:........:.....::I I of. -I)iice,C.oriLractl--cleFihitioit -Progress Payment, Applications for ... 'Progress l3apnchf-4&iiinag4,... 14 _3 *17TOgresssehedule CONTRACTOR'% , ........ 20. 2:8, 2 0, 10.4. 15.2.1 Project RepresePtutive­ ENGINEER's Status DuringComaructioij ....... __:93 , Project Representative; 1% sident--d6finition or-_ J313, prompt lipyni6it by 'Property Insurance -- ,Additional, ................................ ....... ............... 53 general5.6-5: 11) PortiAl Utilization,,;, ........... 5. 1 ?j 14102. receipt and application orprocecds: ......... 12-3.13 'Pr tectio i, Safety ... 40 9 4 1 1 6,21, 13.2 list .'.Punch' Radioactive Material— ,defintion of ................................ ..................... ,generu14.5 OWNLER's responsibility lit), for.............................:Rau Recommendki6n.6fPsymcnk ................ J4.4, 14:5; 14.13 Record Documcnts­., .... : ......... ................... • 619, 14,12: Records, procedures for m'"a'in'laining ......................... IJ3 Reference Points,, ................... ...... _­­­­-4�4' Reference to Standards mid'Speci fi cations of Technical Socie*s.; ....... ....... ...-3;3* Regulati6its, Laws and.(6r) .................. ......... 1­6. i 4 Pg O�Pcfive Work 7 , " _ I I ,gqjCqai ...... .... ........ 6 _6 Related, Work" atSite ..... ................................................... 7.177.3 Performed iiri6r,1q,Sh6p Diawing-'; and Sa�nipkn suhmittals re6os.... Remedies, cumulative.... ....... �­_.W­1_17_4, 175 Rem &Val or Cort-eCtion 6fDa'j'edh',? \Ai* .... ......... ­ 1311 rental sgtecm6nts.-,O\N`NfiR approval required .... 11.4.5.3 . - �. k �y ' 1�(;umc_nt'ur_FNGI N'E' rep .... RePrting t nd'e vinR sol i .0 q t, Discrcpanc[es ................................ ... 5j-3.31-2-,01442 Reports -- and Drawings;.:.. .... . .•........... krid Tests, O1VN`Wsrespofisibility..,,, ........... -Resident and Project Representative_ definition of 1 ............................ o ............. .......... 1,33 frov.kibri for ........................ ;..;.; ..................... 9.3' EjCDC GLNLRAL C6NDIF]JONS 1910:5 (19 , 90 LD11 1 10,4) wfarY or rou cou.m. 9f99j 40 0 0 40 .Article or Paragr'ifih Ndraber Resi&H.Superintendent, QONTRACTOR.........6,2 Resp onAiIiiies- 00NTkA&0R!s,in gciieinl.:;­ ...... ......... I ........ 6 hNGLN EER's-in general ;,; .... . ... Limitations on ,MNCWs-in ............... kelatn'nge w. ........ 14:2 cuc 0 .e cnts Rs6 I . - i�e ... .............. ............... _. I I Rcyidw by gOMII_ACTOR: Shop D.rawings. ,and Sitimples Prior to Submilial..', fi.25 Review of Applications for Pr4ess Payrepents .... : ........... ..................... 14.4-143 Right.to an ri�djustment . .............. �Rights or Way...... __ .......... .......................... �Rcyaj! iu,Patent Fccspnd..*, ... :;:.. 3.12 .Safe structural Loadine.., ....................................... ¢'!-s Safety_ ­ .and Protection..., ........ z: 4.12, 6.16, 6. 18, 7.2i 13.2 i7.1.7.-..�.-)0-6.'-)II ge6cral.................................. ............ 0' Re pra" dn ta diV-c'.tQW- R!,A CT 6 R's :Samples-- &fihition,of .... ......... ,general ......... ; ........................................... q_2 R&t�ie'_Av' (;y'CONTRACTOR.....,.......:..... ........ :.�....6.25 ke%,ic%V by FNCYINIF.FR I.............................. �%26. 6.47 related Work submittal of ...... ........ ........ ............. 624j .submittal procedures .:............ . 'Schedule of progrcss,,, 2.6. 2.812.9.16.6.� ....... 6.29,. 10AI 5:2.1 SchcdulerofS�0_' f�niW;_' , p _mg and SafnpI e. Submittals . ...........1 ................... 6; 2:8-2,9;,6,-24-* 28 ,Schedulc of Values ------ ,2.6" 18-2.:9, 14.1 Cierice io I ........................... �� I t ..... ; ..... : , 4., , !. �: 1 �' 1 zting........ I. ........ I ............ ; ........ - ............ qgc 61Con-tract Times, .... .......... 110.4 ally Acceptable .... an mar� 2A ace Conditions. - 4. 2,1 rl [and Sainples,:gmemj ................................. 6,2242628 Change (Diders'& j%6katicin�s­roi ,payments, and.:, ........... ............. ENOYINFER's approval of ..... ...................... 115.2 m4G mmx's ,for: review-..... .................. 6,14t62ig ,related Work ...................... ....... review procedures; ... *,.; .......... , 1 6.24 6:2 8 Article or paragraph NiimLer submittal re�q6ired ...................... ........................ S615mittal proccdurcs.:.:_: .................. ...... ;-.0-25 ,use to approve substitutions, ............ _ ....... i` Shown 6rIndicated SJ.ie A.cu.ess ................................ ................... 7.2, 13:2 17 site. Visits to -- by EN WEER Or y ...... .......... ......... ............. 13 "SpLejql,CaosCS 1 f]035" idi4ance ..... .. .... definition of 36 Specifications-, del'itiat'lon of .......... * ............... of Technical socact'ic'sjr6cidrice io;L' ... .III precedence .r................. 1�3:3 Standards and:Specifications of Technical Societies;,,,,,,'33 .......... . ......... ........ 'Starling Construction, Berbre.,_. 5-IR .Starting the Work - Work ...... . ..... .................... ------- ------ 14 - Stop or.suspendNVi3rk� by CONTRACTOR ....... by I3 1L(%'15:1 •Storabe of materials and tliapmen.t ...... Structural Loading: Safety,,,;, „ !rfiing ............................... .............. tion . ........... : .................... ............. : ........ waiver of rightti.. ............... I ctu ntr Sabcuars-'-ir! .. ... .. .. ....... - - 11 —1. . - 4 SubconLrdcLs=required provision$___. 15.11. � .6.8-6. 6.11, 11.4.3 Submittals- ittals—, 'pr '.f.o.r.. P..a. y.m eat..............--.-t-.-.-.-.-.-.--.-.-.-.-..­...'....�... I 4. :2Mini eiI'lon raice and pention MartnI 4A7 procedures.. ... 6.25 progress .......... Samples ................... ............. ........ j.24-6.28 Schecuhle of IWUL�: ...................... 2.6,14J 'Schedule of Shop Dirif*ingi'arid Saanples .................. ...... ;,2.6, 2-S-2-9 Shop- D ...................................... .... ...... 3, 14�8: 14..9 .............................. ............. 338 .151"licins- ... Expense,.67:3 .............. .JCDC GENUCAL CONDITIONS 1910.8 (1990 EDI-fl ON) Article or-Paragruph N Ci m hr cd Procedures .............................................. 6. 7, Sub�itutc ltcjrris� Subsurfacen and Physical el,-ih,or reltithg to.;_; .................... 1.2. 1;2 LINIGIMEEW9 Rev ic%v ............ I .......... ... .............. 4.2; 4 general ......... ........... 12, Lihnited Reliancj by CONTRACTOR Authorized .............. ....... * ... .... * 4.2,2 Notice of Differing 'itibsurthee or PhvsiCul Conditions.... Phy'-sical Conditions 4.2,1.2 Possible................ Contract D'ocurnents Change . .......... ...�.2.5 .. ' Possible Price andTimes Adjustment s ...... ; ........ A.2.6 Reports,and Drawings .............. •,4.2.1 Subsurface and ......... .... .............. .... 4,2 ,Cbs fee; Conditions at,&-,Suq 4.2). 1 Technical Data ............ ..................... . ............. 4.2.2 Supervision--L I 'C'ONTPACTOR'sres ,ponsibilit --- OWN&shall'not supervise......_ . ........ ......... 89 FNGINFFR shall hot supervise.::, ...... r; ...... -Superi.miendence ......... ........ __t .... ...... SGi5crintendent, CONURACTORs iesidrin(_�_�_._J.2 Supplemental costs ... I ...... I ................................... SUpple-mze-nfm-y' Conditions-- -definition'-6f ...... 4? ........ �I.-� .... bz ............. .... I. princ.ipil references tq .............. J.10. 1.18, 2.2, 17. ............... 4-2., 43, 5. 1 t 5.3.'1.4, 51:675..9, ........ 5.. 1 6.13. 7.4: 5:11, 9.3; 9.10 Supplementing'Contr act definition ...... ;;.ra:s)Aei principal referem5es to„ .......... 3-7,,6-5, 6.8-6.11, 6.20, .... 6.24.413, 14.12 Waiver of Rights ......... 1 streiv- final paymerri ............. ........... 14.127 14:14 R:his tt&dutytq.. ..... ... :..:.AB n of .... ......... 1075. 15;2 .in of ............................................. 5.1:5� 1 iligalwns ................................. .........G314 L O\VNIFR h1lay ....... ................. 13.10. 15.1 Work and Termination-;.,, ..... 76R May i1pp"Nvork or Term inafe ........................ I ...... -.'.-".:15:5 O.WN HR- N',Iay Suspend Work„..,,;-,............ 1, OWNER May Termifihite.._ Tases-,zI32ymentby CONTRAC-TOR ......................... 6:15 Technical Data- Unilted Rehancc by CONITIRACTOR ........ ..... i1.22 Possible'Price and Times Adjustments ---- RcpitxLs oMi(Yering Subsurface ' * and Physical,Cunditions ................................... : 4.2.3 siv Tcm&ra'ry consinYetion faciliti cs ............... .............. Article or Paragraph Numb& Terns inaticin- by CON'l-RACI-OR ........ ...... ..... 15,5 ,;y b � I I. . I . � � � I I I I WNFR ....................................... � I- I . - � I- ' 15;1-15A ............................... 8.2' Suspemsion of Work-ih,generil ...................I.......1.15 Terifis and Ad jectives ....... „3.4 T sts and In Spections- A&css to the Work, by others ..................... ... 13,2 COil'RACTOWs resppirsibilit;6s ....................... 13.5 cost of 114 covering Work prior to-. .......... ............ 3-6-11-7 LH'%va and Regulations'(Or) ........................ ....'13.5 Notice of Defects . ............... ......... ......... 'Q1YNER Mai Stop W'ork-:.. � ................. ...... �13!iO 01VNE-.11's independent test4rg."t ... r ... ............ special, requiied hy, ENGDTERR, . .............. timely notice r . CC . JLJI r r qd ........... — .......... ............. 134 uocovermg iheWork. ut ENGINEER's requci,t 13.811119 Times-- Adjusting ... ............. Change of Contraq...., ......... --------------- Coffioutation ............ ....... 17.2 Contract TitTi csmcde.finilioo of,,,,,,,,,,,,,, J,12 day', .............. ......... ...... ............ ....... 1,722 Milestones ................................... ...... .............. J2 Requirements- appcals .......................... .......... clarificaiions, cla itin s and disputes., 11. 11.2. 12 Commencement or contrnct,.,Time*.""4,:t,::::,,.-2-3 Preconstruction Confereneq,.M.4.1; .......... M ........ schedules ........................................5. .6, 6.6 ,Starting the Work ........ I ........ 2.`4 Title,'Warranty of ........... ------ 14.3 Uncovering Work ............................ .... .. .......... J3*V-13.9 Underground Frici Iiiies, Physicnl'C6ndiIi0nSa- .definition of.,.., ..... ..... 1.41 Not Shown er Indicated .... proitictioti of ..... ........... ................. 4.3,6-20 Shown or In'dicated 1 ....... ...... ..................... ... 4.3.1 11 : � 11 1 Unit Price Work- clairris ................ .... .......... ,giveitiII4.9, 14.1,1415 Unit 13riccq-- geheYHl 1 t.3.1 Determination for 10 Use or premises,,,,,, ............ :6,16, 6, Utility owners .......... ..................G.13, 6.20,!,7.1-7.3, 13.2 Utilimtioft,pri'rtial -J.28, 5.15, 6.30.2:4:,14.1 0 Work.................................................... 11.3 Values. Schedule of......... „ ............... 6.-2.8-1- 9, 14;1 LTC T)CULNERAL CONDII'lONS,1910-8(1990 EDITION) w/ CITY k)f Fj)T(f COUSNSUOIARCA11ONT S (REV 9;99? 1* 0 Variations in Work —Minor ,Authorized..,,- ------ :.-:-.6..25, 6,27.9.5 Article or PaCagraph Number Visits to Site—Py ENGJNUR.: ......... .............. ....... §.2 waiver 6rClaims—on waiver of Rights by insured, parties ............... _,i. I I j 6.11 Wair ' anty and Guarantee, 'General —by CONTIZACTOR ....... ; ................... ...... ............ 030 Warriinty,6f Title, CON`MACTORs.,..,�.,,:� I 4t3 Work— Q.Cc6ss to ............................ ­­­­ ...... I ...... I,3 , by Otlfe! - S .......................... .............. .................. -Changes in the::.,-,_._...-...::..: ........ J 0 Continuant the:.., .......... 3:29 CONTRACTOR.h�iay Stop Work or .Term inane: ...... ......... : ........ ........... Coordination of.' Cost of the, .... -definition of ...................................................... 1.43 neglected by CONTRACTOR ....; ......... .............. 13A other �j ,OWNER May StopWork. .........................13.10 -- OWNER May SuspS:Rd,Work ................... j1101, 15,1 !Rclal ' ed, Work- at ...... 3 -7.1-7 Starting '2;4 'Stopping by 'Stopping by OWNTER; ..... ; ....... 15.1;15..4 Variation and &viaii6n iiiiihorized, minor ... ....... 3'6 Work diange Dir�'Vtive— claims pursuant to ..... ...... I ......... ......... • definition of iA4 principal references tq�, ....................3.5.3j 10.140.2 WFiauq Amendment — definition principal references tO, .......... 121Q .I. 3. 1 (1, 15.1 ............... ( .--it.' 12:1, 13.12.2, 141.T2 Written Cla.rificatioris and Interpretations ..................................... 3.6.3;9,4; 9.11 Written Notice ke' 'red . quire by CONITRAG[7011 ....... : ......... 1, 10-4-.11.2, 12.1 hYOWNIFR ....... ....... 10-9111, 10,4, 11 r 13.i4 kv 0 EICI)CGL'NUtALC.ONL)IIIONS]910-S(19901-:Dl-nON) ' i w/ CITY OF MRr FORT COLLINS MOMFICAIIV 9)991 I ('Phis pagc letl blank intenti-CA5,11)) xvi UC.DGdL-AJUAL COND I IT] ONS 1910,8 (190 IiDIlf(lN) 40 L71-YOF FORT MOD371CATIONS (RrV 91v9,i 11 F-A le • 0 GENEk*t, CONDITIONS ARTICLE1-DE,f- ITIONS NTwrever used -in these_ general Condition's or h the other. +t ontracl Docuriients the follow ' terms ' have the'+ .meanings :mdicatecl which are ;applicthle'lti _both the` singttlar;snd pltirnl thereyf_ ..Addenda Written or gmp} w tnstr uiients issued ,prioi to t}ie•!operiinp of; Bids Nhicli datify, correct or changa the Niddina- Rzgti rem'ents or the' Contract l)ocumuits I 4giw naf.0 ThIc v rinen contract henveen OWNER ,anti 06NTRAG'1'OR aivcttrg,the Wbi-L lo`be.perCorriied: - other Contract Documents arc.aitached to the Agrccincni :tind'matle a pait Lhereof as prrn ided Therein. 13 .rlpphcarrnn , br Nd}nu nt '1 F e' firm ieccpted 'hy 11NO NI,Rk;'%yhich'is to be -used by"(C)N'I'RA(',)'Ofz in request il-g progress or nal paynlentsiand which' is -to he, ecuompanred' by such `'supporting documentation` as f ts' rc�jttued,hyrtic.C'onriact l>iti.,uritcnts. 1A Asbestos -Any iiintertnl t}uttcgnta ns mnia' han itne lizrccnl asb�'Sios and is tiiahlc a is releasing asbestos I-lbels.. ;.in( the nirtnlwve.ourrenCriction tevels.esVihlished 1w the tTiiGd States Oc�tipattnnil -Safety "and, Heald _'Adntirtistrationi 13t Aid�Tfihe' offer :orlpropomlof�die �hiddersdhinitted tut the preSccriihtd Corm senate rdRh the prrcrrs for the Work tii 6e lxrfornied. I,G Bicldhi Dac?Imrtnlln The - ,,.adveit.isemehl or: hti!tWhott t&Btd, instructions to bidders, the, Bic] Krm,.and .tha.prispiiszd Contract D ctmtent's (trn lu i ng till Adcletid, issued prior torecerpt'bfBi4-). . 1'7 BidiiimZ Requrev-menGc T,he- milvertisemerit 'or mt iration tO.Bid, msiaidion$-fo' bidders, and the Bid forme 1 8 BoiiW4cilonitanee)and Nyn eni btiridair nd Other 'inslTnuriLs of security'., 11 19, • Chwige CJitder=n .downieht arecontmended byi CNCVEER whnLh,ishsgra1 by:CONTRAMOR And; UtVNEh aiitl ituihhrtzas an udibtiori,=tlelation in`ret'ismn in l}t Work, tr'.nn adjustment m iNe'.Cmtniet Price or,Ue, 'COmmet Times, iisUt: Onor elter",Lhe�EClectiye Date ofthe ::ArereemenL IAO. Cmilraat Addifidl, ` (which patein tit the Corit ua Documents), 'CONTkAC 0R's Bill (mcludirL-ilocanientatiah u. .aompttnying'the Bid hrid an} post bidda;tanerituUctri sSdbtnitted prior, to the Noticr of Awaid) when attached'as aiirc.+clttbit ip:thc .4ga=mcnf, ihi "Nahca ta;l?rocezd, thy' Bonds. these Uuneral' Ciindnion the .Supplementary ('ondinons, the Speeifications and -the Uiawings,hs'the :Exit &GLiEk L CoVlliTiomi igioS (I;wutitim).. yr/MY OF f0*T MY LINS\t0Un7C'ATtONS iRL'V 47MMi. 111. Comma Pnce=The mimpys ,payable by, 4G1•NER to t 6tvI'RA+ 7 OR'fcir a ntpletion •of lhe'Wark ih accordance %-6th the C:ontinci Docu'hents as;stated`in 'the Agrecru m (c Ub)eci o the : prof isians if }xtra rnph b1.9 1 in the case of (Jll&l-' ice Work): 1.11 Conlrucl Tune 'I'Ite'iumbeis Of clays. or the ,clatesstatcd mI e Agreement; ,(i} tr achicic 5ulisf ntial '01" la`tian.,a id (i i}itt a,mglete the 1\'arka0 lhat'tt`is rcady'fitr rival+pai le as cvidznced,b} 1NGIIv'EFR' written eeco tin@ndatian of �irel pave ent ig accordance u6[h g,r -graph 14 13- 1 1 i_ tU�°/7LiZ'7kIR•'I'he person,-1`mil or corporation` widYwhom C7WNEE has cn[cred''intn fhc:AgraemcnL' 1.1 . Drntvings-The drawings which -show' Ute scope, xtent:and character of -the Wort: lobe Ctitmshud ariiA performed by CONTRACTOR and,whidt halo been prepared or'appriived by ) NGINGER uirii are referred to In the Ccmtraci Documents.. - :Shop `dra}vings ace not .. Drnw ngs as suileG gti . 1 X Ei�Iclive 'Dnw of ' ll Agtezment-The` dare •indicated to the Ag-eement on which it becomes alTeci.ivr; ,bur if no such date is rid cued tt•me�ns thz date on which the Agreement rs.signed and deltvered by•the,IList oCthe two pkgies to sib and deliver. 117 EAl0JNrER-The person . runt or corpciriitign Iname l as such in tht Agreement. I'A8: _LA`dlAEER's Conotliloitl--A_person. firm or 'coipiirption hmhig,.a c6ritracl with LN61&TEER to Cuini-i cervices' as .iNt:,1A')il'12's indeperidr.`nl.. ,ptvCessiirrpl, asSiic:iate or consultiinl with ri+spect in the. Projat� and who is identified as such in the Supplementary Conditions.. L19. .-Field 'Order A written ante% issued , CgGrNF.ER which orders minimbhangcs in tho Work in by tttiUi p:trzgralih 9.5; knit which dews not rnvolec�- a clmnge in the Canlnacl Priceor the C animel'Timec, B. Construction Waste Diversion is very critical to our city mission. We have attached our waste diversion policy for each contractor to review and follow. 5. Special Pricing Requirements A. Alternate — Deduct to remove the spacers and attached OSB on top of insulation B. Unit Price — Price to increase or decrease roofing scope per square foot for both the vented and the unvented systems. 6. Distribution of Biding Documents All bid documents are available on the City's website, but you must register your firm with the City of Fort Collins in order to receive and bid this project. www.fcgov.com/eprocurement 7. Work Restrictions All roofing work must be coordinated with facility management due to the noise that will be incurred and the various activities they have scheduled. 8. Communication We will have a pre -construction meeting prior to starting work to discuss preliminary schedule for this project and we will have a weekly meeting to address issues and scheduling changes. All bidding questions need to come through procurement. 9. Use of Site During Construction • Roofing crews will have access to the parking lot on the west end for dumpster, material storage and vehicles. 10. Protection of Existing Facilities All existing paving, walks, landscaping and building shall be protected from damage while completing this work. 11. Material Storage There is limited storage for materials, it will be best to store most of the materials off site and only bring the materials you will be using for the next few days. Addendum 1 Page 7 of 14 7440 Senior Center Re -Roof of West Wing ,1:2¢ Cetterbf Reguhvnients,=Sections or piJisici i % f °lie SWeifii:ations. I �I Husordousfl!us-/8-7helmn Ifa�rduuslk'asle"skull' Itiive the mr nirw piot-islcd to Sec1IUn'l0Q4 of -'the Solid,° li'aste pc,-prisal act (!?.IJSC. Section`003) as untended, - from tame to time.. '! '� a Lar+s,and Reyiilatjans: Lai�¢_or RrStilations-;:My -and•'all applicablz laws, rules, re=ulations, nrilinrtnce's-; codes and orders of an}'yantl all .governmental •hodies, aieencirs.•eulrontiesgnd cnurtSkavirigjuriscGdian 1.216. LeKdlllolydais=-stisll'kie=thox Kolidayt,-observed. bP the CiK, of Fort Collins 1,23. Liens -liens, charges, .security mteiesls. 'fir, l encunihranecs uppon rcal,property or,personar property. ddilesion A ,tpincipai Mont speerried -in the 'Comma purument"s relaiinr. to an intemtedtate co01mi .,date or ,ttmz.`prior [ti Suhst.tnttnl Ciimpletton; of =all the. l4'rirk. .1Noiee pfjtvani-A tantten.noticc by C)WNGR,to- tha apparent_ successful hiddu stating that upon compliance: 'hy the ,apparent successful hiddcr:.iviih the Conditions' precedent enumerated therein,"within the lime".;specified, OWNTv R t'i11s`19rt end'deliver theAgreemeiit, 1.26. Nnrice to Proceed —A written notice given, by C%iNIF R to CbN l RACTDR (<alth a cirp}r to Mi lGINEFR) fixing die date .wt Which tic Contract Tithes will cummcncc jarun and onwhich C:Ot'1;RAt:TUR shall start-. =to lx-r6nrCONTRACTOR'S obligations under'41're, Cojwvict,Docuntznt5. . 0IMNER The public body of authority, uarpcuNtiuri,i uswcaatiiiri: Cant• ur..pcz5un with lYhttiii' CONTRACTOR has;e{itciW into the Agreement and'for whom the Woik is to he:}irovided; I �5., ('u7t u1 tt{!afar fign .Use 6y,, O\ NIIZ. of a :suhstamlallg' compleigd;part�nf the IVork fur ti i:.purposg" for IV ch it at[etnied'{or u rzlnted pure szj prior to 1u�aantwl t'ii nplt I of itll the N c'( 1 29. PCBs—Polychlorimutil brphenyls 19 4. (41MC :Sacuim ,20l l et seq) :as _cintended from time todlme_ - 132.b. R filar Ti'i rein . Htiitrs-=R -ular'Nork ne huurs afe'lcfined as 7t00sn :to'Gi00 uiile'-othe'rivise .. c ied in the General Regttirements:;. - - - 1:33: Resiclert7 Pr7jert Itzptzserttutin=T}ie authorj&d' reprewntmive of ENGINEER -who may be:assigted to the 'sue br arnt part thereof 1.34: Junrples=Phy"sisal" ekamples of materials, equipment, or Ivor) mansht[t' hat are, represenratiie of some , ptution or the Work and which cstabliah the standards by Wkich such portion of the, Wnrk uill'he Judged ,. 1.3i: ,Shpjr `I)ia`,ylnss ,111 drawings, dtagraiiis; ,illustrations.v 'schedules and other data or infomtati ri which ;nre s�Iccifically preparcil or assi,niblcd by or for G'03CRACTOR and submitted by C0\7RACT0Ri.tei illustrate some pottign of the Work 136 . Seer: ranr»rs I hose--pornans of the Contract_ �lipcutncnts consisting of iwitten technical descriptions_ Of materials; cquipmettt construction ystcins, stand" and 'work6innship as applied ti,-the WV41c and' certain adntinsamtir dz[ails apphcahledurcto: - 1.37_ Subcwri)vcto;--An individual •ftrin ar eoxrration having n direct contract with C0N*l hAC,C()R or vvah any othcr'Suhcontracinr Inc thc, pia`ibmtanec. ofa part 6r the N?tu3:;it tits sate.• 9 1.3$: _ 1ub.siwvliat Completion -The. Work (irr, a` pecif'W pon thereof) has lxgressed to the (mint where' m 'the opinion of FNGINFFR as <twidulced IT . LNrt3INELR's defuutive cenifrcate of Substantial Comp0ion, it is sulhcieritly complete, in acirocdantz.wiiF the CMtmct Doctttnans, so 11vit the Work for speeirie t pan); ctn lia,biiliied for the ,purpisessror which it%is intended; oi if no* such cei[ llciite'is issued; whew the Work`is complete and Teddy for final' pkaynieat' .as evidenced by F. CUNFF.R's written recommendation of ;ring] p5yntent in accordance Jvith pars"graj)h 1413. The terns substanlialiv - complete .and "'substantially oonrpleted as applied to all or-1' tt of the' -Wort ret'er to SUN,larviA Gomel tirvn !her -ii[ - 130. !'etivleum -Petroleum mclu'diuC crude, oil or tiny. 1 9_ Svpplemewan Corjdittonr -The :part :of the rrechon thereof, which is liquid tit sltindar'd c6fiditiods-ii(• Coatract'Documeius"which amends br'suppleihenis these. 'tenifzrutureand pressure ,(60 degrees 1•'uluenf eit and t3erierttl Conddruns;.. .14 7 pounds per square inch abscilute), "wch as uil, �p [rolcum: Tuel oil oil slud tit refuse. bxsoline, kcsgiene. 1.40.. Supplier -A manufacturer; fabricator, supplier, .turd oil rated i wdh.olhzi`non llacirdeus Wl sies und'crude dtstrilwior, ntuie uilntan or urn for h tva a dirn.l contract' Oils"with CONTRACTOR or \61b' an} Suficontmcttir to 'fuinish niatenats of equipment�lo 6e incorporated in. e a 1.31 • Project -The. total construction of which the Work Work by CONTRACTOR or any S66anuablor. to be provided under thc'Ccmtract 17ocuments.may be the whole or a `pan as indiciaiad elsetvhzm m' Ike Ctmtrici- 1 41, Undergrr}rnul Fautrnzs—All pipelines conduits, Docume is ducts cable urires manholes; vaults, tanks, tunnels or, 1.32i. Radioactive lliffenal Squire: special nuclear, or 'hyprudutit.niaterial.as derived 6}'tlie-'_4tomie !i'nergy tlet;of r icuc uE�ixu:'coNuiniv 1 s t �>•a r t vsu eaivatl� a-i 6T of roiil6ot tins ibtiincanor s )u v•tnrir ih other such facilities or atti chment.% and any encasements Conti nu g such facifitirs •which ham ve been stafled underground to, fuinisWhriv of the foll6winr, sea Ices or 0 n L J is :materials; 'electricity,. gases _ stenni. liquid petroleum ;p`roduas. lekphorie or other commtwcalions, Ltatile itclevision, sewage and ilraimige remotaL,tn3tTtc'tri•uther Cohtrol systems or t+ater. .1.42: fhdr.Ntice Wnrk-%Vnrk.iio.he fatid for.on the hn_sis: of* on it, prices. I4z .fork --The entire completed or the, various separately identifi ble psms thereof negtarred to be furnished under the Contract Doctanents Work k inckidd :anal is t}ie result wf'perfioimirie. or rtunishing labor a d Cuinishing.and inaorrpponratiiig materials and equipmem.imo the construction. -and perforating or fumishinu services And Furnishing . tiannerits.all -ns required by the Contract. 'Diicumuiis. . 1.44. 1D'riik Glranje. Virective-A tvntrcn directive to ECfe CONTRAGI'M issued on or after the ciive' Doe of in the IVpik; or resporxling to diftering'orunforesecn' physical condititiris under which tliz Work .is to ,he perforated .as prbvided :in-parn.mph!i 2 or •4:3,:or .to emergencies under paragraph G:3: A Work Change Directive, will not change dic Contract D ice or 1hL Contract Tire-, 'but is,cvicicncc that the tnnies e.�pect,ih.'it'ihec change directed or docLntcnwd by a Mork Climag Directive.•wlll be, iitcurpOF'ned'in it subsCcjuehtly rsiued Change Ordd r lollowing ncgotialions by the parties as io its erfe6bif any, on'the Gontrecc# ace ordontraci Times tis' ,pros idcd in paragraph ,10.2. - lA� i(iiltrti �Imeri�iitrert!'-r,� tvrittun amcndni¢nt til';[hc' ,Contract, Documents,, signed by •OWNER and �( YrIZACTOR on or after the Efrecnte Date,of the Agrecm6t:and normally'dc• ling wit i..tlic,nnncnginccring, .or` nontechriiieal rnllier`.ihno strictly'conslruction-related ,aspects oC[}u-'Contnii.t Dctiumenis. ;',1RTICLt 2-' 'RELi1VQ.NARY-AIATTERS Delivery of Bonrlr 1:1_ When CONTRACTOR. delivers the executed ' Agreements to Ok«TR; C'O\rl'RACTOR .shall''A6- deliv2i toaAVNCR.aiCli.Boncic as. C6NTRACTOR n jtyt be rerluired to Furs sh in accordance with p in itph.5-1, �'Cvpies of Documents:, 2.3 fArNGR shall ['umish'lo dONfRACTOR, up to ten coptts (Un1eYS WhaTll lSe speeiUd:in the.Suppleinenutiy Conililioris) of the Ccinlirict b0cum d�n& as, are reasonably necessary for'the execution of theWork. Addidunal copizs atilt be furnished, uj on request, at the cost ofripruluction. �Conirnenceirreril ofContmetTiinev; Miriee twNpceerL 3'3 .. The Contract Times will commence to run on the -thirtieth day_nticrthc Effective Date -of the Agreetiteq or, hJCtX:tiE.TFR.\LCOWITfOh'S LYIi)-i3ltvtrti g,ytitril �p'1 G9'IY Of FORT rxiLLt h6 \IOUl1�1G4TION5 titLl' �1�^.UUU) if,a Notici to Proceed is given- do the day pidtatted ih thb :Notice to Pioeemli A iNatice to Proceed may be givun at anytime wAltimthirfy.days-after the Eikctive Date: of the Aureemcnl T—Ih vNn •.. ,-t d rc-c�.,v�u t—Tuii:x; Gana.rinEelu-riuiiiie+-.ikui»=t}iesrv�x4#r'ilt=t}kcihi~i} pt�l3id�opening or the;tlartizih;;da}-aftzr-thz�Eti'eotrcel?Ate ,Ofthe'-3erezttt enl-tvhicFtaver-diiietszarlizr: Suriring the !i rirk: 2A CONTRACTOR shall start to perrorm the'Work- on the date en the r�ont'mLt.Times commence to run. .6ut:ao %Vork shall he done at the site prior "to'the date on which.tlic Contract Times commence to'run. Before $rartmg'(:aiisrrui7inti: 2.6. Within ten 8nys afterth. Cft.cuvc=-Date of the Agrcciicnt (imleis;,'otherwisc' pm e8cd;in�the General .Requiienicnls), CONTRACTOR shall submit,''to GNGL'�1GGR'.forrevjew ` •26.1 -a r pie lurnnary progress seliedule indiotirg the im6s,(numbers OI days:.. or dates) for starting imil r impletu b tllc cu taus stages of die Wprl m`cludug niv' idestonesspecr-edintheC'nntradDocianeins 2:6Z a preluninary schedule ofShop TJmwing�und Sample =suhmittalg .which;_'tull ,hit -each required suLiniittnl and ilia times Ca'r, siibmitdrig rectewing :aid pmcesmg sut:h`subnirlrik _r621 .In- nO case will a schedule- .Lie aeceP _jje_t which alluws less than, 21 csleadar divsfor-each review by Fmiiineec 2:6:a A prelimman• sChclule of_t•alucs for all of the_AVtu1: which will include itLndiies`and paces^or tams iggrcgating the Contract Price and .1vlll subdivide the W'ork�into'componenl parts in iutficient detail ui sen'e, as the basis for prck ress paymcpts •tltitirie construction "Suet rmiUs will include. an appropriate amoum of overhead and profit applicable to each item of%Voii:, 2:7. Before .iiny, Work at the :site, is stmi(A •CUmrIzAGfOR ead-(.AV' ,194 shall zaeh deliver to:thi 04WF OWIMER. with z6pieS to e86}3-addn16flt71-1iiSUFOd tdeflHfied-iR=theme••,,,^,,M,,,,,n,RieRtarr•-Cendaierrs ENIG NERR. cei�dlcales.of instimfice;(and other evidence Of insurance whN tt seeker of them -,of aany RaWnabh— --UeA requesi by OWNER) ivhit:b 9 C1 1 RA&OTAF�—�- Wt4Y-We is reLILUMI - I - ' ' and 'ma mar " ai ' accordance ' -I .to Purc-tase with Mragrapivs 54,_5,6,an354. Neeonsiruction Conference: 18, . Within iw!�nt) days after the Contract Times start to bur beffiie anvxck at the site is;;tah&L,u c6hfereriu�c edJ;j'to,,%rrRACT0R- ENGMER a 13S ,ap o - mte will be held to establish a %vorkino Unqr eg t anding among the parties as to the Work. and tZ discuss' the schedules referred to in lmmgYnpS?'6, procedures for handling "Shoji I)i iing'an-d other ,,abntia sproce-�%ingAppli6tons for VaynCI and .maiRtainipg required.records. Iniiiaiki,Aeceptabbe Schethiles: 2,9. (Urilms othen6sL pigv:iM in the will be an .hMulc will be acceptable to •FNCiINrF.T-:R as ;an orderly Pr4ession of the Work to Widiih ,,any slieciNd Milestones and the :nor g a workableirrangen'ient for g the required 'submittals of valties will be 6cceo'66le' to substance. ARTICLE 3-CONTRACT DOCUMENTS: L[Vf Er-Z[', AMENDI -,NG;'RLUSE. Intent IL The Contract Doctirunt;. comf,6s,, I the 0iur� L agreement between OWNER and, CONTRACTOR are c incem th 'ca" "he Contract Lon e en� h. I is L" d for b one is as biriilutg as. if . 1P a called or by all Contract D�x-u I be f T �orearac In imor 'Elleth the Jaw of of the d danu project. I il It. :is,tha. inteni of. the, Contract Docunnents to dtiktibe n larietiowily edinolete Prqj&t'(Lj,jmA thereof) to be , constructed in c6rarau -Documents. Any %VWL materials or equipment may reasonbly be inferred Gam the, Contract DCcUmtm&tw EOJ 11 Prot ailing CLE5tQM 01trade Lap Lbeing, 'recl'uired to *-duce the intended result %611 be Furnishe'd and j,.zabrmcd whether or not specificallyy fallyd for. %N"hen woids or phrases wMcb hate'a well -Mown technical or, consuuclion ifidustry or trade meaning are, used' to dLwnVc -Atluilc' I materials oi.e-qLta ienL such words or Phrases, shall be. interpreted, in' ay.6& - e With meaning. , GiRriffil M'tk;s�'iiit — el I utions - of the ' 'Contract 1-13daments'shall -be, issued by FN1GNN-EER as prnvided in 13antgr8ph'9A I - 11 Reference io SYandkinLq and. Sj�edfzcaiiopiv of Technical Smdefi6; ' RejMhj, and R&Wvinig 3.33. Except ris-otherwise 4peoifically• stated in the Contract 1) ' oc:rLimeras ior as may 'be' provided by 0 amendment r, 5 opplefflent Lhireto issued by orie'of the methods indicated­iii :par-a'aaPh1�5 or 3.6,- 'Ahe pro . i-,isi6ns of the. Curaracit'DLurn-cras "H take prec,Wen& in rc -solviri 6 dikrepancy between the pruvi'sions of , rthe'Cor-11mcL Documents. *-L ,3.3.3,1. the provisions Of a' such sum6ard, ljiv specification manual. r.6*rbr insoucticifi (whether cr a'-'cal v incorporated by reference in the If C� or 9 0 0 0 3.33.2 the provisibas of any istuh Uws or Regulations ppplkiible 'of the. Work (t6lc!;s such ' �an intepiretatiun ofiffie . Pfovlslcns of thc.;Curdia'a Do%UMitmis would iesllh in violation 6f such Caivm RcguNtian). .4nient6ngtui1Suppleqiqaog.(:oiitract Dvcs.u.n.ewA7 IS. The Conlm6l DocumcnLs itfiy be� amended- t6 p � , e -Cbr' Whims, rtvi�iuns in the'Work ro 11 wir to modify the terms"end conditions lhefebr in, onc- dr, more of the fulldvyuiilg ,vvays: 3:5.-Z'. a Chi nge,Chdcr 6 " rant io paragraph 10.4v or .bCbCQibNERAL-CONDITI'ONS 6 i9i(1-9 WWlkii) wl6il61; FORT r-X)LLINS - 110,611 ICATION's ijW4V't-201JO) �3. a. Work- Chnnge DirEctive (ptihqunnt to pam&rdph 161). ,3,6- In ' additionthr rcquiiem&t3 of the Contnict Documen'Ls ni-ay be su'p-p-dem'rnIaL -and miriby variations and deviitions In the lvork'niav'he�audinriZ6j. in -one or ,more of the tuffuw-,I*r,L-a %-MV-s:', pa i6. 04GMER's npproval'6f a Shoo Drawing'or )ample(purSuanttoparagaphs6.26, 6.-7).,(k 63. ENGFINEER's written intcrpretation. -Or Cluifiention( Reuse fDvcunlerlls: ART [COU-4—AVAELABILUX.OF LANDS-; SljllVRFACP. AND PH YSI U!% 1; 'CONDITIONS;'. AFFFRENCE,I)OINTS 5 CONTRACTOR di)U p?oride for all Additiiorbi linids; iind access -Lherelo. Ihjl may be. required Cur, Iem orar' p y �constrtietion Facilities or. stora:ice �617 irateiiuls and equipment, 4.1 -SaliiurYace and Pliysieat CM&t1bh.4 4.2.1. Repbi ts mid D raiiiiigs: Rrfjienre isniade to iheSul:pIemenlary Conditions for identification of. 42- 1.1 Sribsqrfqcq Conthdons: Th6k Tefi(lh.q of' explorationand Tests orsu6suitirce cohitions'al. or contiguous to the site that have been.-ritilized by ENGINEER in preinining ilre bontia& 0ocuments; and I I — I 4.2.1.2.- P&skal Canditions. Those drawings of physicalconditions in or relating to 6,nsung'surra.ce Or stib5urraoe, structures, at, or con , tiguous to the site (except -Underground -F'aci ' litic.$) that have been utilized by ENGD q iireim 6 rink the Confruci Orniteaf Reliance by G'ONPUCMR 4nf;Yo)1:M; wl Data: ' CONkAG JOR' may rely upon the otcurricv Of the. "Icohnicall - daLa°-containcd in such the Saoplem66r},-Coftdidoits. EKcqit Ibr such rdiance on ouch ,"t RAi;TOR may not rely, upon "technical dat2%4,!)j%j - Orninkeafiv.claim nesitist0k\TIEP-.F'NCiLNF.F.Ror'anv6f th6 c6ffi§kt6fins of such relioms 'tint drawings r6r C6NTkAC'T6ks puiposos, lncludiri� but not limited t6: any aspeclss oftine mein; L -Ythods, feel thiciges, si:q'u'cnccs; and prpceduies-,Of Sbrisai,metion to be "ieinpl6yed 'by CONTRACTOR and sdiety p,,,,uIi0M- irrid progniiir; incident thereto,:or other data: interpreianon& opinions. a inform, ined in s repohs nd; ution conla uchi or shy n or indicted in such dru wings, or 4.2-13. afiv, CONTACTOR interpretiiii6n of, or Conclusion ",k fr6ru. any, "fMiicaldlta" Or anV such thia. opinions Or inf6rination. 4,23 Molfce of Differing Siibsurface' at. P16,siMl It Cbmrp-AurdR believes that yunv .subsu]rlaii;e c;r physical condition iii.or conliguo-us io,thesit�e that is uncovered ci revealed either, 4.13.1. is of such a nature as to establish th it any "fkhrics]'Jita' on Which jrONTRU\(-TOR is entitled to rely as provid6d in paragraphs 42;1 'and 4.2.2 is or 4.2.3.2. is Of such a nature as jo Lrequire Jj change mithc-Contract Mcumcnis, or 4:2-33 4differs ninterinllN,,frtim,Llist-.qhcnvh or, Ex6c'CrEVOW. CO' NDITIONS 1910411990 Ed . UM) tili6l-Y OF FORT COL LIN 3 rIQL)[]qCA 110NIS ljkgV -1 12 QUO) indicated in the Cdritract Documents,,& 4.23.4. is of an uhusual.rmture: and differs mai6riAlly &Conditi6re5 '&-dinatrily ch vounicied and generiany'reevenized'as inlicient. in work Of the ch:4racter provided for 'in ihe' Coninci Documtrits; thcn t,%CTOR shall, prOmpqimmediately alter - ' — Work orrl)eifC)rm 'In, . �t as Xibresaid) until receipt ofwrittenOrder t6clos"O. 4.2.4. EMjINEER's . Reil&iv: ENGINEER will promptly review the Nhincrit condidom determine the necessil;-bf OWIMR's 6binihinii addiii6inal exT116rht; irror. espM t eoct6- In tc�is,�Vlth'ri- h` - and, Advise OWNhR,in writing (with .1 wpy to &MrPzk�-'rok)-of I-NOINEFR's findings and conclusions, 4.2-5, (7pnituct Docranenis Change: If TiNGINIFFIZ concludes that a change in 'the-QoAtract Dcourne-rits is squired as -a - result ofa condiLionthat meets one ormore oflilic categories in par--afoh 4.23, a Work (:hangs Diroctin or a Change (hdci- will'S- issued as, provided in. Article M to reflezi -end docriment the cpnscquenccs or guch change: 4�2.6. ,Passible Prici afid-Tinies •44n.Mrwrex: Ari equitable � adjustment , in the Contract' l* or in the Contract Times, or both. Nvill b6 allowed.' to the exlent that .tht e�Zistcrae Of such uncovei,W, or revealed condition im caus&1 increase. of decrev6zR! in�CQNTIZACTOs costof, or time. rIeq urred (or , periorm I anu of the 4Work-'su bjea. .however, to the following'r 4,_'6. 1 smir tzodit ion must meet flnv� one or, .more' of the - categories' ' des-crilbed- in II I Wn gin hs4?3-1 thi&0423A m6lu4w.- p 4.162, u change in ihe Connact Documents Pu ruranl. to Fopar.a- - -p *h 4 15 411) not 'be an automatic aulhom,`itibn' of wr h condition precedent to e-rititleme'rit to any such aidliiistm*nreseed- 4,16.3. with reseed to %Vorl: Lhatis.paid for o . n -. a -Unit Price Baiis.�imy adjusurient7in Contract Price will ' be s6bq'ec! .10 Ijie Provisions of parrijimphs 9.16 and 11,9. and' 4:2.6.4. CU.NTRACT OR shMI not be emitled :.to ary adjustment 'in the 'C�M- tl'a& Iiiice & Taints 4,2,6.4. 1. CONTRACTOR knew d ,the existence of such' cc mditiorrs',Ht the 'tiri , ic i--,<*FR.ACfOIk :nude a. final commitment to OWNER in,ri:40ect of Connfict-Prjo.6 and Contract Times by the, • 0 :subinission of a bid or- bec5nliit b6imd conlracti,or 4.2 .6.4:2i the e>islcrw of ;such ccmdiiion :could reasonkly hak beendk-lo'var'ed or revealed as -a result of nn3'- eN . a I Intrultion. �iftne*iiplion: - vq)Ion'tion. test m, iiaidy 'of,the sits rind conti�'LJOU'$ areas required by 'the 13iddirig 4.2:6.4.3. co: 'rRA6'6R failed to jix;c the written n6ticclw'ikl tWtimlb and 4.3. Physical CmdWvn�-Clnd&gi(nmd FdCilitim 43.1. Shomi orIndicarrit. The infornititidn and dativ. shmV-n §r;6aicatcd jk ihc'- �nntiaclADoevnicnls with respect tb, dc" Un fground Fact s -,it or ext Sl I il� n 1 s 6'thc sile-isbascd 6fi irifoh'aati6n:and'data t '6iimcm- 'of' Z-rnQThc93utotdl-Vl�r M--"c�r FiqCTNF.Fk by -the such Undeigrobhd Facilities or b%%oil�is. Altilm. it is other�vi-- pjv'vidca in' Alic',`S-upplein-cri4ty -W 4371 1 biNNERAnd ENGINEER shall lot be responsible iWthe--n&tuhZv or mmplztcitessliofniny such information of data; dnd 43-. Afoi Ifuh UmlerLif6bnd Fa 11 ty, is uncDvertx CIT, T& at or contiguous o the site which was, not,shown of imlicalea in the. I luieren ce i*iris: 4.5. Asbestos, PCBs, Petmlvihi.-IldareY46 416W Jr be mi sent a .be responsible lbr :any L�ai; Jlzarda'ius, 'Waste or, . . . . I -coming a%var thereof and bcf6re, aL lhcsite: OWERs-liall'iint be responsible for n6, conditim-Is' Hff&tcd LheiAy or such materials liouAt' to lhsite by rk—wc�onricc6n thcro�:ith (except' Su tiract,ors, , Suppile"Mi Cr us requiretl ,by p4ragruph`6.23). anyone else for 'whom.CONTRACTOR is 5fisuch Undeh—Tound Facility and TesPonsible, -.7 Ej ARTICLE ,5,--D0IN,DSAND IWMANCE Perfurniance, Ayment an (I Other Bontiti: iniiance , andahi equal at be iii'the rurrn 6ri-66r6ed bv- the Contrvict Dixui current 'list of T panics I Holdi S0 Certificates cm.es of Authority as Acceptsbk Sureties on Federal BdAl- and es 4ccop1aReiAuring Conipane ss pu. isei in Cu,11 I (aMerdcd) by the Aiidit. sciff� 13-ureautot, ('ovirrWnent 1-inancin 1 Operation,, U.S'-Treasliry Department:_ All,'Bond;q sigried tty an agent must be aqcornpairicd hyn cd.rtified'oopyof xich agent's authority .to act, ,5:21 , jf'= ow swi`ety on any, B6rtd fii�hW J�K C6\. MACTCYR is 'declared 2­1�ankrupfim i ' or becomes !imolv6t or its right ,io-do'husinmis wraingied-in Finv isjocitcdai tt MS , 0 •ini�et tk-rc4iair'cInents-ot' ilaragnipli s, 1, t-ONITRACTOR :sJipll �vith'n lm,�'63',s'jh fl 'sqbktrrdte ati6thei Bond �rca er.,, , ,and swcf0ilath ol'which must Ixacccr6blP to ONWV JFP- '53. .Licensed Sureties and Insurm: Gertrfi utes'.rf Pe ftm-, HwmfdcRs 14estr "Ctivc-t�feIrf I iffl4uwuvCIv-d Ex:bCr,60w.COmATI0m i4li" Iou E66m) To 6-11 Y OF FORT wtils moiiiirjcArroNs OkFv 0 9 0 COATA-4 - CTOMv Liability Insurahce: 5-4. CONTRACTORshallpurchazse,and rmantain.such r, -he - liabitity.und uther inswrance es is appropriate 1 Work ,being pqf4taed gfid 'turncr- ir;!O -and' as will rrovide protection &Oin cIamis set furth beh')."N_V_%%6ich nnay ar se_oui ,or or result . fiom CO Tf` _S perfkfmance artil the TN J%CTC)R! furni4iing 6r. Woik' and ufhe.� of them to perform 6 be:forVhwe acw,aTfy 5:4. , 1! -chliffis under, ti,frrkcne compensation. disabib - ty lxn6f.-,Lsand 5:4.2. x1aims for d aniapq-bccmw of hoai I , )Anjury, nccuptdional sickries�s' -'or' 'disease. ' �6r death of. GUISI RA K)Wsen ]PI 5.43. 'claim, For d9magrs.lr cause, of ho lily Injury, sicknc s ,% or disease;or death of any' mrson other tlian, COINTf RAdTOWsrnp 10yus (Jusbal nary 'an by Z; 4 5.43. in -clai* i fix &mrfgcs ,&her, than tif the Wrk o- 'it , self, bmu;e,of:bijut'v- to -:or destruction of tanOble J'nVl56rfy JZ� .4ta . indildi& lo,,N� :6F iac jcAdIi#gthcr&cwn;an'd 5.4.6. claims f6r or' ny_per�m or proNny f tenth of a , , - " a, mage. arising out: th civvitersh -or use 'of, any '-motor e � I . - _io, velficle. to be pCu&,6edJmd maintained shall: 5A9. includthe t*icific cavern.esunit be written For not. luss'tfian theAinits of liiibiliq`pioyidcd in the SOplemelrrtafy c'OiJiti&m -or Lipivs: or Rcgulati6ns, whiclOver isgre'atar, 5,49, include conipletedop.emlicnit r'an-ce; CONE)iTI'ONS i9iV-9 -5.4.10. 'include eontralcitial finhility insurance covering CQNTkAGTOR's indemnity obligHtions; phs;6111 6. 6and63l'thiw.,*633: 16 so �5A-11 r6ain.16 effect at least,uAtil final payment �iuid at m��all tith,;reaftc'r�'hen C50NTRACIR* may beiconcctirjg. rCmO%'iraI or rCpJaCjnj in ifecordim with Famgra h 13.12-'imd i;fiz, lwaddidon.tCiAtiqurance icqulred to be prof id_ad 'b%, CONTRitTOR under panagniph,5A, MINIM: if OMER's optiorL may puichawand' maintam at y insurance, as will protcci oWNTim ugaiiist 61alms m'AA In aw IuM"Se from 'OP&-miomsundd the Coraracfp6cuiuLots Noperri, litsurance,- - A—Oiilm-ozherwi broyided-in-the-Supplementary Canilitiine , -Re 1ts). Thisinsumitva e"11 awhom-is"tltcateil to.havicerrinsurablcinEzrest unitifial I. 1)�- listedas ern=ir suiad oindd banaluisure& e —wiiia shall at. L44f-inrhal - F- f"mvsutr aatst at least ,9 coveiage,--theft-vHrtdaIism-and -liinlicibbS-mischief: eHAhyuHk.;' ea{{H{is,�r{rhr-ice-rrmeva{---tltmeFitii+n ii',Hn5i0t1cEI�ry'-rrtlOrEeHi2Hh�B3-&H('<-�r��UI8ti6r1�- tVLLEri-Eidiiiagv--•H:iv—aver—cv+cr--pP�.a�r. SpCtillSHii'�-FCEjfH{NE��+-iirei5!}CFiT:{1iY-E=BRE{Hi9iL5 �. 3-include-t xpenses-'incun2d-in=the-repiit�6r. rz{ lncament•of niij nsnrad pKperty (tncluilil < nol lytrrt;A--LE'---Cis--e�.r ,reNtectsj= S.{�.i=C-dVef-rFlHtCflHi�6I1F�-tH3CHlilBfrG+-HFkiN-SHC or-at-eriother-IE�eeti�n-tliHt•wes ri�rzd toiii criiiitg by 94 F to 13i�= ine t the Wadi pFatided=rFiet-sue4rtitnterants-Hail egt»gaterx Moue been ne{a-in-Hrr i�4ieaFrarrfer-faa}:HienE-rzeere+tiemi �. bv-C?`C-rh{ Rand �6.-5=Ek-tiiittfitEninei{-ut-r{le^' '.-�-�,.n--.� r-xtul-Ri+yFnen4=is meth-tin{es5--etMeritise-H=i--4ritin_•-1y, 9kW GIt: f4?PFTR rnTno`'ai l-&4GLNI:EFt:;"WA t#t Irlj-cLyi'-waileii-ii�ijee-to-zash-eEheFadcltEiona{ Htstuai tb ct{Hint i+ terttfl�Hit F # rnvurHn r h,Ii -baL-R Aa{11-�lFGC-7A1fftAE�{�1R-requests-iit wntir-that-okMer :s'pe<.tel-trx;iiiuncr-be-inc:4adrti in-i#ie=-f+rcptrli H-f... fpi>lhtrr'�c+v�c�-dr!�r-pitrHg�+pb c < c -r nt�-L,� 'SlL4{i,-t�l)ni9ib{c: tFiCitl�c'--S:rEli-;tRStSrn+r.cc—n:.v-'a��oirn IhCEYOI-N7{{-iY-i:-Mni��l�v'iF-�l��l'tb}`'"9pjXt�pElHlt' . fl.�, - Ar�Tea�RrieE--t�i F:JCO(.GE:+1}]t,V:CUNU111t'1.� IYIn-i311Y9U EaiUml Ill oL11T- OFFOU ODL.L1 NS NOU11166IONS MLI" 100q) rwinmi rnsein ent-o f � the •\Yuri: � H t•; t l>z-sit ar 014'{�ryI<; stin 11=1n iASUi8FtEr-}7nS-beCfFt)fl�C^m1.•'- .. . _s -iir—i{=[fi�eFdfRfJ�'%ribi' Hgeinsl=GOti f I2ACTOR--=Sutrcmuactcrr� Sv6l�TE$R, `�^�•.�^x..TLL3[2'- r` t::. ' r '.L otLcer+, �diribtols, employees and ggents �gnwuf there; Corr +-'r{--i—lassrlt+a-Es-businr.�-intzt�ptrar�lesy of u.5e-ix,: othEr eoryzzyurntxtl•=loss r�ii!ndii>„e neyW,,dirzct tatrysiatl-low=or datnHg�-io F11FER-preiperFv-cif-t{tr-Seiplrentrsrt!-y_ anstng out•ol ur iestilt ng hunt fits or mid-,perili N•teeth&-or-ii<n-irv:ured-tiy,Ci\lRJ1iR;end - - rkrj�lnsura+xti'-i-ellr<}-ntitinititiard-�C�\-rsvriir>u Heir I ass cis aH a. irc3txr et3t H{ loss reCr le l to rrt)3is f1nH1Y�i8ph-"-l-i :-i-SitR{i-Etiflt81rTt1ff W 44BRSid-tii2-42eii}tfif ,m-tk>L•-ctvrnt-oC- pnytrtent-el-any-susF3-ki:�tlan3agr-ot. cnris�v�dantia{--tass-tkk:--�ivsarer, ...,,, ,.,;.sno-ri.�hts-.-nf E 40 9 0 0 Q GTOR-,Subcontiviclorr; di*-t 45.12, Any. in%Urcj. - lm,u snidcr.tSe poli6w oe insurvinee .required by paragraphs 5.6 and 5.7. will lIc adjitsted with ;01�2`Li2 and made paydelz tgQ}�RJl"[2 as fiduciary fur the mur-e&- Us -their, interests may appear, sutj;ict, to Tlntsof H!i}- a0blicuble mortgagic CIRUs&-afidlff- lx�llu .13. OWNER 11 deprym in a separate ,U,c iw troncyso inAived,-snd shrill distribute din ,aa' ceor-'dme N%TLh such agrecinent-as the parties in interest may reach. If no other specinl agreement ii,reached the damaged %kWVshnIl*bE rcNirH 4 replaced, the rh6n6-sw* reocived applied on u6c0tini Lliercofand the Work"aind the pprop' - cost thereof covered by an a tiatc Change Order or .1 .115., If MN NiER,Gnd& 'it necessary,to occupy oruse,.a Portlein . or portions or 'tiic Woirk -prior Mi6 SuMmilal ,,Vo6T1 01; FOiT CULLINS I MOD 1 11; 1 lCATlO'M(71CLtv'wzu(juj 6htigei in &vcrake,nec,s%il6tedl-t ,proviairip the properly imursfic endorsement on the. policy or pali inwarnnu-shall not be cancelled or ac ­c4t" 0 y 'Fui� 'buQhpartial use O-rc"K RESPONSIPLI"FIES" �Supgh'lkom and syefillteridill&- 62. -r45;qTkA6tOk *lu keep an the Work at all times ddrink iLs mz; piog, 3' oornklcnt ' iesident to Va',crf behalf or COTrRA(-'TOR- ali6its to the super rtntcncicol,'shall be n's Wil Labor,,Alareriirls- iihd EOojneht.: EXHIBIT 4 - DEMOLITION WASTE DIVERSION POLICY • APPENDIX J Construction, Deconstruction Or Demolition Waste Diversion This policy applies to waste material generated from the construction, deconstruction, or demolition of City of Fort Collins facility projects. Purpose: To divert the maximum amount of building materials from the waste stream and reduce the demand for new materials - thus decreasing the environmental impact of providing those materials. Priority is to reuse materials in new or existing structures. Those materials not suitable for reuse shall be recycled - as feasible. Sending material to a landfill is a last resort. (Hazardous material is an exception.) Relocating and using a structure at another site is a method of reuse. Background: In the context of physical construction, deconstruction is the selective dismantlement of building components, specifically for re -use, recycling, and waste management. It differs from demolition where a site is cleared of its building by the most expedient means. Deconstruction has also been defined as "construction in reverse." The process of dismantling structures is an ancient activity that has been revived by the growing field of sustainable, green building. Buildings, like everything, have a life cycle. Deconstruction focuses on giving the materials within a building a new life once the building as a whole can no longer continue. When buildings reach the end of their useful life, they are typically demolished and hauled to landfills. Building implosions or'wrecking-ball' style demolitions are relatively inexpensive and offer a quick method of clearing sites for new structures. On the other hand, these methods create substantial amounts of waste. Components within old buildings may still be valuable, sometimes more valuable than at the time the building was constructed. Deconstruction is a method of harvesting what is commonly considered "waste" and reclaiming it into useful building material. A major difference between construction debris and deconstruction/demolition (D/D) debris is that construction debris tends to be cleaner and more easily separated. D/D materials typically tend to be from older facilities, so contaminants such as asbestos, lead based finishes, mercury, and PCB's complicates there reuse and recycling. Policies, Procedures, and Guidelines: 1. City project managers are responsible for communicating the policies for waste diversion to contractors and subcontractors performing construction, deconstruction & demolition work. Project managers of projects that generate J-1 Addendum 1 Page 8 of 14 7440 Senior Center Re -Roof of West Wing Unless otherwise sjiecifted in the General Rcquirements_,COMRAC'TOR shall furnish,tmd,tisalme Cull res7wrpibilit} Cor all materals equipment .'lalxir. �hansportahon,. airlsrruotion eytiipmenl _anJ machtnerj•. ' Wols appliances, Curl poyder hgtitnc�at ulcphtmle. water: shnttnr}• fa'ciliues, trippc�mnIacihties end :ill other fuldres .and, mcttkntals neceswry (or .the furnshing. pet{omlance testing start, up and complet on of die Work. 6.4.1. Mtrehfisma- Restrictions: C0N'I;RACT012 must ctlmph' with the Citv's purchasing, restrictions. A coov of the resolutions are nyailnble'Ctir reviov'in'Ihe 'offices of .the W chasine and. Risk: -Mariaeement Division or the Citr Clerk'sa(i ce. 6.4:2. dement Restrictions: Cit • of Vert. Collies, Resblution 91-121 requires Thal -suppliers and producers of cementtrr prolucLs containing cemdn to acrtiR-.that the cement was notauade in cement kilns that -bum hazardous waste as dfuel. 6,5 All mitannls .find equipmgit -shrill be of good, ,qualitv',and hew, except as otherwise pmviekd in the Contract Documents. All ugrrantic% and guarantees rcp�ns of required tests) 1IS to: the kind and In Is and ifuipmcnt. Nl,miicnils.and iW 6f the aliplicable Stipplier,'.cycgpt as othcnvisc- in the. Cohtracl Documents: Pregress.Schedrlle. 6.0CQN'1'R4cTOR shall adhere to the pogress, schedule estiibbshedin accordance with �rmgratih29 as it .ma`y br aJtusted fi mEttme 16 time as,proVided beloit,: 6.6.1,'CONTRACTOR shill submit, to ENG.iNEGR' for acceptance(to' the extent indicated in paragraph 19) proposed dctjushnents in the .progress schedule that µill not change the `Contract Times (or \tilestones): Such adjustment's will confivin genirally to'diccprogessscKedule'thenlin'etfect.and additionallywill comply witfi any provisions ;of the General, RecluuwlenLi applicat le thereto. F G Proposed adjusmients in the progress'schedule that will change. the. Gtuitnicl Times (or. !vlilesiorics) shall be submitted in accordance with the hquiremcnls. of :paiagraph:12.1- :Such' adjustments may �only;be made by a Change Order. ur Written Amendnitnt in fiu cordance with Article 72. ,.6.7... SubstittiWand."Or-Equal" Items .6,71. Whenever an item of material or. equilml&ru is '.SIX ified.or desc:riliM in the Cpntrucl Documents by using'thp mime of a proprietary' item or Iltc name of a particulTr. Supplier, the speoificatinn in dascription.is mtendLd to.eslablish llrl type:. function aml.quality required, ,Unless. the -sliecifieauon'.or degenptinn.. 'E1CUCOENEktA CON61TIO\'S 1'lla `�11 Y'JU Eelitint} I` rig CITY OF FORT COLLINS MODIFICATIONS OWV•1R000) writidns or is followed by ;%ior¢j'reading that fie hie; icjutvalent or "fir -equal' item or. no suk uwhon is permitted other items of material or equipment of material :id equipment id`:other ,Supphrrs ,maV be, 'accepted by ENGINEER under, 'the folldivirk circumstances: - 67.1.1. .Or-Cqudl`.. If in ENGINEER's'sole discretion as 'item of material or equipment prbpcfscd by CONTRACTOR is Cun4 onally which lase review and approval oC the itean may;' in F NGINFER's' ;sole he acconiplishcd the* compliance me or all of the requirements 110r .action an item of material -or' equiptncni iposeq by CONTRACTOR does 'not yualtfy as or -equal" item under subparagraph n 7,1-il,-ii I, he ci srdcra'd -a proposed suhstrtutc ,itcnt. )is'TRACf'OR shall submit sufficient ormation- is provided Wow to allege nee] and an accepmble'substiruic therefor. ,ccclure ref review by die:ENG t-tk will the follott•ing as=SupplL1116racd, in the Requirements trod as fiNGINEHIR may is appropriat'c under. the circunistartc& s'.for:rcvicic ofjii'oposed substitute items Z if CONTRACTOR wishes to a 'substitute item of mawlial for II 1'RAt TOR_ -Shall. Must make astanee to thit *cifred and be suitcc use as that specified The applicati the exlert6 It 'anyi to wl ich `the eve (7timpleii on tin time, wh'rthe'r.or not al lhe,substitute for use intheWork - ,a change- to ant of the Contrail '(or in the pnlvLgklhs of tiny iilher ac.1 with C)WNLiR Cor Mork on the adapt the desiul eta t1w 1i 6posrd id whether or'noC inwrporati on' or use iude'in E6nnecticin %tiith the Work is aymertt of env hcgnsr,fee or nryalty: A' in the repair I. The cc of such substitute, incluchna costs of and claints'ofnther coni:hdom- affected CJ 0 0 0 0 0 ky Oe risulting clihr�e. .a14 of wtvai will , be considered by UNGL1TLLR in 6nIuRkpa, the pr,wolkd sub!Wtutr. -ENIGINFER may r- - i Ire CO%,rFRAC.TOR,tv,furfti;h additioM-1 daw-%aut tle proposed Sut,tiiutc-, A ll,dHta tobc, provWed,W CONTRACTOR in mippoit;tif tmy poposed -or substitute item - _Nvill be 'H! 'CONTRAcTbWewuuse. ,48. Cyncerning Sabco;ztractors. -Sup> liers and .Others: :w"I C',I FY 01; PORT C ULLI NS NIO D It-, ICATtO Nbilthv,IMAJO) 44. t3ONqRj%CT(D*R shallperf6rm not less,,than 20 - reem. of. the lVork'-with its owri forces .that is, without. subcbfiiiiict��Th,� L(,)!W requirement -(oW e . t 'shall Ix Und6rN the Yalue of which totitls�n& kw Lban Rice. 13� )R shall be solely respomiblc: Perils wzlydinaling the Work of Em and other persons end 6,13.. LtAless;otherwise piovided in the irk` or f nrs} ing" any of the C-6nditiom Cd\ITR4CTOR shall obtain et ur indirect contraut With construction perrajts and licenses ORrI, )N'IRAurOR shall iequjre•all CONTRACTOR, when he,:e:an; in iers and such other persons and permits and licenses. CO1v'l'R.4CTOR Work to communicate-iviththCl Nl3iNISLlC.Uuuugh the prosecUhon-oi the Wurk.",which arelapPucable at the GUN'rhtCC'I'UR. jime ofdpcturrg of,$jds.'or. if there ure no Bids,.On.die LCfecnve Dane of thz 40emznt CONTRACTOR shall 6.10The diusions and sections of the Speoifctitiom an l pa}' ull charges :of utrhty' dtvoers for cynnrU on"s h1 One die identifiL-ahnna of ant I. ratwinggs� shall net .ed'ntnrl Udrk, And OWD P-R shall pay all charge"s of such uiility GONTRt\C'•T6R do Ividim 'the Wort: nmbrig uwiter for cap ital+cosi,,related tkcceto such its plant Subcontract ors or Suppliers,or delinephng t1ie,L\,6rkdp'be rn`vestn>.ent C@zs. (tcrtomtcd'liy;nnyspccif_ictrad_c, 6.14. Laws andRelnda6pnsi -6.11. All Work- pe7tbniicd for 'CON 1 RdGfOR .by h Subcontractor or Supplier will be purstianl to in 6:14 1.'CUNTRACTUIi shallcc, all notices and :rip ropnite ag a nicnt hclw en CONTRACTOR the ,Ltisinpl} with all Laws and:km, atioris applicable inSubcontractor or Supplier which speeifically'biiids the furrpshtne arid-perfbrniance of the Work. Except Submmr ctor ar Supplier tq the apphr hle lemtti ind -where othznvjae expressl}'' required by appliMible ,cohddrgns of die t gNma:I Documents for the bencht of Laws • rid ,Wgulauor ; ri t-, , OWNER nor, ,OWNER mid'ht tltMF.R wbe -.- . ,-sash agreement H'IJI l\If`R.;shidl be.res msihle for monitoring xise .. cLy pier-;vlaa-is-listed-es=eh C:()N1 RA(: I'OR's,.cdnipljance with any Lairs 'or addiiotial itsurei=nri thrpr l rty ieitaenee-)rovided-iii' Ragulatons. •p+aragraphs:ts-ar--?: �agreetitent—l+eliceen—tlw ' d-the-Sole tree or i r Supplier will Gala 11' CONTRACTOR pertoi ns any Work CONTRA( TOR-a� r., eerxatrt-precis;c,p-.err.�.n-Q,�-,o�r,�te�-cir-Su)pFer know utg ut Fiavittre ieitwti to know :thtji it is ;cutitfary Prilent F'eisrind RnjaltieS`i� 6,12, CONTRACTOR il, pacified in the ;Contract Docuients I'or, Use. in Srmanve or the'Wark and Trio the. actual knoMedg NTR or FNTTGINLER its rise_ issub}ec4 to patent n� opyiiphts 611ii� for the payniint of any license fe illy tg ethers Ihe:.rijstence or birch, rights shtill •officers• directors. em IW'ees, agents add other consultants F.__ yf etch unit anyof theca fiom and agairst all claims irits. losses und.damaers.iirising out of'or.resulting Gom:any i dringemeril•of,patenl.nehts or co�ppyrights incident.to the ,6sr:in,the performance t+r the. Wod: tie resulting from the. inurrpurutkn ih the .Wort. of any invaitiiin, .desit'ri.. pracm product or act'icc not spcarfiedonthe, Contract 14 KJCDC(LVIIRA:'r0voinONN*61("6990EI16dll d•/ 1,711 OC IORTCk�LLIt.5 A1CH1111L.A11ON5 (1tIiV •1Rar1U) make ccrtain that the SpecificAfichs:find Oppµ ings,are ui accoidaticc tcith'Laws and Regulation%, but this shilll not : relieve' CONTRACTOR of CC?NI'RA(:TOR•s'obligatintsunder jreiagrajih III Truer•: 615: CONTRAGTOR shi lj�loy all sales �otsunier• use. and ;other similar taxes;. required 'to' be paid :hy CO\rpRAGTOR i i accordance witli the Laws and Rcgulationc of the plioc' of th Noicet tihieh' -era appliinbk durutg ilie;perroruiaMe..6f.the Work_ 6.1 S.1. OWNL•R is e: e`rnri froth -Colorado State And ,I<+ctl .salcs_.ancl use-4iirs�n,_mi�len dti 'tn hz pzrma wiry incorpttrated iitlo Llj gq t Said Ii des_ spin!] not be included in the contract Price; Address. (26kido Dzaartrnredtof Revenue :SMIn C?ar ital Annie - s 0 0 F� L-1 0 DenverColorado -8026 1. Sales ;and Use Taxes i6i the :State or C61orudo. Rceidnirl'Transiptirtrition District TUDY.-and-certiiin Coloriido� counties are 'collected. 1w the State of, -Colorado' and tire .1ricluded in the 'CeTtification q)[ :$Car I ion All applicable Stiles and Use Taxes (incluainu Siatc. collected taxes), on Finv`itenrs offiefthati construction and -buildim, inaLmitils Dh%-sicsll%' incorporated into the mmuare rto`he e id by COW RAC and nre*to c, dced in ar Zrialc bid items. use of 1rinfiSeS -6.16. CONTRACTOR. o u pn c stonize 61 i�m�tinny i n-q I'r 1� iii and 0 prmtille shall confine c6iraftiction niweiiiilsaind uquilinitnt and the; a the she and btrind -.itnd nieas Ll ' the Contract D&�Uffi'_ ,y ents hrid rJittcd by irid casements, aifid 'slilill ',ni)i the Premise's with construction nwcriaN or iqiiiprnck ssumc full re.Tonsibility. Tor any id or, aria; or I to-, the' minar, .or y. adjacera'land or:iu.as, resulting thoyortz. :S46uld any C11,61;w ter or occuNni hcc-,iusic �6r.,,the, CONTRACTOR shall, promptly city h'y 119 "g6iiiiiiiii rif othickvisk [ration or other &5putc rcsolLhicin )NTRACTOR shall, to the,full6.4 ruid.RcrulatioEs, inacnitury.;and R. ENGINEER: l]NG1NE-ERs 6r.inditcedy eniploycd by , at restl ting,fforn an claim Or I �vowncr or' * w riy the extent u,, Yor a ris iertannance',of lfie,Worlc ,,s of the Work- CONTRACTOR ree from a6turriulations. bl waste khei tl&sicsollirig fr6ill lilie a a -the" Work ICONTTRA CTOR ateiials, rubbish and debris, fiath as Wcll:iis all'A001s. applianem .Jincil. niri'chind'ry an'd Wr fit Us' DR%shall leave the site 0e,-in una by 'Mimck 'at slubstrintial CONTRACTOR'shatl rworc to _(.1esignared far t1ferntio'n. ,6.18. CONTILACTOIZ shall not Idad r orpennit any part of'any ,'structurre to be, loaded in any ; lruahner that frill Maar�� 'thL sirijL1Urc:'nur,shfill CONTRACTOR stihijeci , Eq - . - r . — — any -part of the Work or adjacent pi­60tirly to stresses.or fressums that will cr&alger it. Reeopd Doemmems. Safey, and prnrecholr 6.220., CONTRACTOR shalt be iestionsible -for u I iihatine, maintaining I ain - tainin I g and ry supeising . all, .salciy, precaut`ons,and priograrns , in tonnection.with the Work-. COMTWA(p-1'0K -shall- take all rici- ssan7 firwaumom for thisafely of. sixt'"ll prof ide,the fiRcwily protCet16itib �Prevent",j6g-e.,in­ jury or loss to: 6.20Jall femas on the Work'mic ar,%'vh6 mac bg hvAhe-Work; ,6_02, hit the Work and materials and cziuirqnent to 4v. incarp4_atcdl therein, whether iri'storage on iir, ofl.' 'all: site:and 6._IW3other firbricily at the site or.adjacent thereto: .including 1 tfc-& smib&' lhims,Wall lloaa%v'ay*�, , structures, utilities and ",Undo , outid Facilities hot aeqigioted for reniotat. Tc­ lomtiari or. r4acetfent'in the cti-ar-w-, of construction:. notice to C)NvNT-R mid CONT ISCTOR in ac attl! ,with patrquzoh 14.13•that the Work is actzptatileo l(except as otherwise expres"slkt provided in connection with .Substantial C(unpleuon) 421. SaY0,Rearevenradvi: CONPRAC-fOR shall designate a , gaolified and 2per}enced safety representative'at the site whose duties and reTdrrsibilities shrill be the prevention of accidents and the ma ntnuung Knd supen'ising of saCet}' precrulionti Anil programs. Na-ar(lConrmrmicatiori Progrrirru: 6;?2; C0NTRAQTC)R 'shall be responsible for cvordinatmg any exchange vfinaterial safety drita'sheets or ,other hazard nimmumcitioninformation-requirred io' be :made available to or exchanged between :or among. .cmployers,,Ri the site in accordance -%iih -lams .or Regiilatibns E: naigehcieN '62.1 In emergcncics affecting thesatety or,protcction of 'Ii rscros or the Work or'prop&ty of the ails Or. adjacent whereto, CQNrIRA(;r(>R; without *ciil'instruction or' ouihorih,tion tiom OWNER or' ENGINEER; is obligated to .act tc prevent threatened .damage, Injury' or 'loss. (CONIHAC;rOh shall gihe,ENGINF.ER'prompt-written. entice if.CONThACTOR believes that any srgpiiicant changes :in the Work or t artatiiais from the Contract. .Doctmachts hate bcen• caused thcreby 11' ENGUEER dctermincs that a cliangc in 'the Contract 06ctiminits is, required &xraise of tlic action taken I)). c6WRAGTOR'it, response to such an emerKencv. ii'tvdrk Charge biiective 6.24. Shop Dmtringsand Sanrples; 6.24:I.C6NTRACTOR shall so to ENGINCIR for reviewiind of of copies .specified_ it The chuff shown on the nplete: with respect. equipment CONVI RACtOR proposes to to enable ENGINEER to iev+e%4 the 'or the limited putpasts rtxtuged by purpose-rcgdir?d by pnmoAph(2G_ The numbers ,of eaCK Sttmpie to be submitted ivill.be ns specified in the. Specifications. 6.2& Subndard Prvi eFdurgi: '6.25.LBef6re submitting each-. Shop Dintivi, ur .Sample, co,\rr \Grmdealt live deterviiined.aad verified_ 6251.1. till field mensuremeritl quantities: dimen,igns, spe6 red perr6raince criteria, installation requirements. 'materials, catalog numbers and •similai information with respect thereto, 6 25 1 2. all materials with.resfieutto intended use fahriminn, shipp_ng, handling, "storagge, assembly' ;and instal lotion .pulamirrg to die performitncc of the.'Wark;.and 625.1:3. all ,ihfari iation relatiGe. to ( (5N'I 12AC,3 )Rs solc'rslionsibiliiies in' respgct of means, miiihods, technique's; seque'reen and procedures of cnnstrvctton and ssfcty'prccautions .mad programs incid:ntthereto, coordiL R.&Fq shrill 'S1so hoax .rzv ewud and m I d each Shop Lhawlr>€ or, Sample tvithother Shop' DiaiVitigs and.:Samples and with the -requircmerits -of the 11'ork and the Contract t�ii4vmente: 6}25 Facie subnutial Srillbear astanip or, s"pccific viitr n'ndicat x thnl C.WTM&OR has satisfied CONTRACTOR's bblibiatioru tiider._the,Contract hotvmentO with rcypcct to, CON'fR:4C'I Ok s rcvittiv, and approval or that subnid151. •.a written:eommunictilion Separate.from.me l; .and, in addition, shall cair_se a 'ipecific to he made ,on ,each Shop Drawing unJ submittecl to'ENGINEER'for'review and I of each such. varit+liofi. 6.24.2-. CONTRA( TIDR shall also submit Samplos to, mcorpomno i in the 14or1C .confirm to the +rdonnalion ENGINEER for review .arid approval .in .accordance given m the Contract Documents and be compai+ble with with said uc6epted schedule of Shop Orattings and the design concept of 'ihe completetf Yroleit as a Saiople submivals. Each,Sample will be identified �functiimira_ whole as indicated 'by the �Ctmtrad clearly is to material, Supplier, pertirant data such as Documents, iNGL>IEER's review and approval will not eataing nrtrn*b rs'and the.use ftjrd'hich intended and extend to mcans, methods, techniques, sequences or. uthenvise as ENGINEER may ,require to _enable procedures of construction (&cept wliere a particular. fNGINEFR to review the submittal fa [lie limiigd nieati, method tgchniguz; sequence -orprocedure of Ifi FJCUCC,LNMV.'CONI)InOt. I3 11 (lt 'la Ecidm). a9 UlT OF FORT OOLLI Ns motitnCA'rIONS iRLV 41"(Mt) 0 0 • 6:27.._ F,N'GINl—FR''s "review, and approval of. Shot, Drawiriim or fSanmles:shall not relieve CONTRACTOR of submission as ENGINEER has, variation by a st 6:25 ANFherea ShopDraAing%or Sample jis required by rile Contract Docum rtts df the sohcduk ot:Sh6p,Diawmg find Saa( lc' suhmissiong_ acaj icd by FNGINFf R ''iis rzkuuecl'hy,}ztrtgmpli2.9. any rzlated 1Vork }xrtonn d ;prior to 'IN hFk c'ret icty and approval of dic,aicnineiit. submatal;}cill_be at the'sole,espense and resp nslbrlu}' pf: C.`ON I KAGro lI . Cohlinuine the.IV'gi' 6:29. CONTk_ 4C'TOR shill cn on the Wort: and • :adhcrc lb Ui pfagresa sc.hctlule �,6g, all dtsputcs ;or ili �snefecnlents With OWT&7R No Work shall be'dzlayed or, ,postponed pendaie resglulion of any •dtes -or disagree not;s u cytt .u;pemiittedby }pragraph 15 5'br tis OXVNTR :and "CONTRACTOR inay otherwise agree m 446. CONT1LiCTbR's Cmerdi ii%arranrt_ and *4raaie&. 6.3b.1. C(N'fR;1GTOR ti ura as and•, guarantees to OWNIM, EIvrGRNTER arid ENGN`EbG s Cunsidinms- ,that all Work will bedn'accordanceWith the Conitact Wenus, aid will _ not ' be " ili�.lacline'- ( ONTRAGTOIZ'.s �vamtnty and dua intee'liereuriiler e;Ncludcs derects o damage on by: 61(1.1.1. abuse:. modification or improper minrte'm- mce. or o}xrafivm, by persons 6LhWr, than, CONTRACTOR,, Suhtoht ractors ur Suppliers; M' 6:30.1:$. normal-war,vinJ tear under normal usage., 6.32:, . _In . any _und ull claims against 'Ol4'NER- or, GNGRv'CCR qr any of rhea iesptv.ur � consultants, agent's; 63i12_CONTRaCTORs'obbvFi6on tp perl'pmi and officers dueeo'rs or ernployees pny employee (or.the. urrriplctc thc'Wnrk in acutrdaitcc wdh the (:'oritract' see vtvor or,personal rcprescntativc of such cmploycc) of Documents shall Lie absolute. None of,the rollo%N4i C0\'TRaCTOR; any Subcor, tractor, any Supplier, any will' constitute'an:accepmnce of"Work that ;is notin persnn or,or�ani7atton directly orr;indirectly employed'_hy, accordance withlhe Contract Dociynehw or•ft rgleasz -6f CONTRACT(JR's obligationlo perform the'AVorlc in accon.lanee.tvith'the Contract Documents;. 630.2.1; bbservuiionsbyENTdINEER;: 6'tial rec6mmendatiimbf any.proge or. anal pavment by ENGINM- R; 639 ;,3., :the issuance of. a ixrtlficuie^ .of Substamigt k ompletiiin or any, pttvmeni by O\VNEft to 'O1VT QTbR ui r the b' ntruct Documents, 6310.24 .. use or o cupnnby of:the Work.nr any ikon tFiciebf by C71Vri 6,30.1.5. ran}•-acccj bmw. hy:OWNhR. or:any failure to dy su:. 6 30 i& • npi ; re6ew and approi�al of a Shbp I?raeing i r Sample suhntitml or the msuance'ora noucc gfacccpfahihty�hy hN(i(Ii61:R;pursuant. to pars.D°mph 14-13; 63112,T any;.inspcctior, test or mpprovnl by uthas,-. qr, 6362 8, . a hv'correetkin of d.>%'n+c> 14'o l by OVVNF:N: ladenintficdtron: LJCDCCJENERALCON'UITIC�A Ilviu-8Illl)lt Ectilicril. :vo Q IT OP. PORT COLLI NS UOUt17CATtONS rI2LN V^.1NIa). 0 17 any.of them to perform or furnsh any of the Work or anyone for vi}itse.acts,Mn- of them roay'he. liable: the indemnification obligation under-pamuraph5.31 shall not be limited in any way by any limpatio-n on the smount cu 'type of damages compensation rar,bedefiu: payable, try. or (or CO\"f RACT,OR or arty ktich.Sub.conrma6r,,Sdppl icr & vN%rperson or organization und,T workers' compensation acts; disabilitvberiefaLrtctIs or_other ernploycc benefit acts. t(,33. The. indemnification oblibatons of CON'TRAc,TOR under 'pai- pplih 631 shall not extend to the`liabil tj of ENdll' TEEk and ENGINEERs`Ccirisultanl 'officers, .'directors, -employees or egente mused 1)- the p ofessiomd'ncgligence; e m s oromissitars cif env oClhcm., Sriniral dfrMigatlims" ti,a. All representauori. indemnifications, warranties ;and guatuntees made h- required by or given in accordtlncc, with the (:onto Documents, as well as all otintinuina -obltautms_ indicated in the Contract Documents, will sun IN, lion1, payment completion aril wcepinnce:of tile' Work anitcnnination'nnc mpletioiitiftheAgreenieni: ARTiCLF;7-OT(TFRWORK , Relaled I Vark at .Site.' 7_ i O1i CR niSY p'6i' rm, od cr trork iclated to the Protc, t at the site by OWNER's own forces, pr let other ,direct. contracts therefor which :shall contain, General Conditions vmilai to thesci orhave other.work perfnnned be uthiwowiters If ilie'Fact that such other work is to be 'Nrtarmed_was not noted irithe C'onunct Documents, then; '(i) written .notioelthereot wall tv ei4cn io CQNTRAGTOIt ;prior ,to starting ,:any such other W6rk itrill (u) CONTRACTOR, may make a claun herefor as liro�'ided in Miicles,l I mid 12 if CONTRACTO.Rlielievrs -that such Perfoitnum;e will'involce additional expense to. CONTRA(,TOR of rog6ies additional time and the'pnrties ,arc unable to trgrec as totix amrnmtor c:�ru:nf thereof. 7:5-. CONTRACTOR. shall afford each other contractor who is a party to such n direct contiucr and each lailih, 4o%mt r (and OWNER_` if OIVNfiR is j4zfoririing the .additional wak �.%ith OWNER's employers) .proper and sate access to the site and a reasonable opporttuvty, tar die irilriiductionand stomgc.of muieruils and egti pniehl and the execu ion of such other work and shall properly eunnect .and.CCO:rdimate-the Work with theirs. Unless plhenvise provided in the COn"Ll Obcugierits. comrRACTOR :shall do all cutunL tiding tuat'rxltcl¢nit or the Work that ACTOR shalf not endanger anv work of others b}- :ravating or othenvisr altering their work and. 'cut or alter their work with the writtcm consrrtf of T72 and ihe;others whose work will be utTesied. m,and resp"onsibilitics of C01f1 RAC'I'C)R. under aaph are for the benefit of such utility owners and ltmctors io-the c.dent that there m&e compairihle E1CUC. GEN'FR4t:'CONDJT1OM 1710-S (OW Edltim) 1-'s w161YOFFORTOOLLINS MODIMCA'I"IONS fkLV dRr19a) provision* Cpi the benefit of CONTRACTOR in said direct contracts betweenOIVNER and such utility owncis and other. contruetors. 7.31 If the proper exccutiuri or results of any part of CONTRAC(()R's lVork depends u on work peri'omted by olhzrs. under this ;libels 7, 'CONTRACTOR shall -it u of paip ifar intepriaion- wish CONTRACT except for,latentor. non npppmm,defects nod in`wch other y i` - C:arirrhhuinn.: 7A. If '(AVNER, contracts with others fur' the performance of'6did w orl: ,oit the Project di the siie the Caliap%mtitctlbbe set fohhin SupPlementnry CorlrlaioFrs: '7-4-1_ .the person,firm-or corporation who WilI have atnhority'and respoosifrility Cor coordinniion ofjthe activitics'amor. the various prime contractor.: will he ttintificdt° 7A.' the speuhc matters to h `covered liy -%Ueli autlwray and responsiwiify lvdl be hemizc8;and 7.93.- the extent or .,such atithomy ,and responsihtlities will Ix pritGidcd, holes$ othcnvisc provided 'in thii-5upplcmatary- C ndiioms, OWNER shell lave sole atthon[}':anc1 resppriswility in respect ofsueh'c ordimtion. -ART'ICI , 9­6NIAWSRESPONSIBIMlTIG§ 8:1. F..-xept as. otherwise provided in these, General Conditions 'Oy'N6R shall'.imuc'all ccinunuriications to CONTRAaOR through ENGIKER. 82. In case of teimu tirioii of the .empl6lnefit ,of 'UNs GIN -ER 'OIVNTiR shall appoint tin em�ineer aetiinst ,Av —CON makes-nti:reisarmhlrob)iietion e'h'uszstahs tindecihe_Gnntrt ci Documents, shalhbe that of the. Former ENGfNEER 8.1. OWNER shall .furnish the diem required of OWNER under .the Contract Doeanieriis promptly. and shall male praygiems to CQNTIZACTOR prempdy when they are due as provided in,piir+,graphs-' 14.a and 14; f 3. 8A. 614VI;M's duties in respect of-prtrvid'ng kinds - and easements anal prov'idittc ergave-cring suri-ey5 to establish reference points_are set forth in part&Bn hs 4.l and 4A. Parai_iuph ? refers. to ONWER's'identifying and nicking ava,ihWe to CC)NTkAc.-F R axipias of reports of e.,ploralioris and tests of'subsurfacr conditions 3t the s¢e and drawing of.phiysical conditions in existing C� • 0 struisures it of coraiguoui to the site hive been utilized by -LNG INT, En 'in pr-e I�c Cc=ti'DO'Ctunt!ilis': R , Hd �wij S.G. OW-NER is ubHgmSJ,to mcute Change Ord6is is indicated in maramph 10.4 tS.7- OIVNr-R's fes 'iftsibiliq- m- resp'e.d. u Ir c I ertain insp5Ftkorjs.,� icsts ;and- appioc5ls is seC :forth 'in :-U. Jn cmuieciion with O%krl:+,R's riphijo lop,work or � I e - ' 1 sus)ciiii i. Wor,, sc6 FnmpTnphsl3,W mid services of CX)NrfRAG-fOWuiidcr 6ksm circaik;mC'cs-. "a Frongement ve-be WNSR2s ditions ARtle;;I,E, 9-ENGINTFRIS STAWS -DITRING OJVAE�R'x ,qzi, twdrNmER will be ow-Nma's representative' d he Construction period. Me duties, and r diti e s . , '6f .authority -.of. ib� and ilie. -limitatidas " EMIR -ER, as OXVNtR's jurins� ()6w-tr'hcIiG'n nre'sel� f6r-ffi 'in-tifo he nuW4 ljo6,umentbS"-aod .s2all n6t-6e extended W ilK66t trrittenlc nsent'or OWNER Anil L'NGIIvEER. I[sits, to Site 19:2. ENGINEER'will make visits 16 the siI6 fibintemiLli he � - i -- -' 7 f a pro is c to I ' varioLts = i,construction as MOOR deems ne-cesmry o observe �us.iin &\ . cad:and 6nlified d6si priS dmil the-ffr ' ' I P�q6 z 1 .1 - 7 1 - - , 1 0 . 11*1 � - - OWS, 6M(;TERALU6N611f()NS 19iVS 41 GaTY'01" PORT &:)LLI N'S'M6i)11 -I C.A*T-[O-N'S (4,Nj,'2000) 0 ftoject Repr6epylaiiye� 1, ne `*R'e Te onlative's dealings in matters itters 6 on to sig wor�.-AL Pe"ining n general, be with 'the ENGDMER,and fCONTRACTOR: But, the Re d.wmsti%e will kee ', the OWNER ri Mly lii&istid 'about suchmatters.' '-Th'c' Repr'esen'tative's il-ci-rjms %tiih subcontractors wilQTv be ftouizh or %vith: the 'full kribwlecke - mad a approval' qF the 0 qk.4676R. 9.32A...Duties land Responsibilities: Reorcgenu&Cive will:- Schedules <-- Review. ,progress 19 .schedule and other schedules prepared by diz CONTRACTOR and_'.consuh" '_ iith'. -the, ENTOMER concetnin¢ acceptability. 9.3:13. �Confcrcnces -and :Adeetine- - Atiend mectirm -with- the CONTRACTOR �sucli as preconstruction e�_nferenocs,:prugress':meelinp and:.other..lob conirepces, and prepare .and circulate coons of minutes of mcetines. 93 ? 3. Liaison 93:2.3.1.. Se ,e .As_ I-NGW61 (t'S 'Mason with'CONvrl'RACTOR: working princilmlly :ihP.irih.(:ON7'ReSG1'OR'tiaupeiintendenl to :assist c11ic :CONTRACTOR.. in iitidcrsttiidilie the Contract Do:urnents. -9-32.12. Assist. inoblarinriu&on'OWt 1SR additionaldctails or. 'infdrtnatiim, .ivhcn' :lygdiied for proper execution of the Work. 9'32.3 3.. _Ad6k -thc . _lsid iW1,iili and. CONTRACTOR of the commencement of ,fins 'Wdrk fcq inne'a-:Shdp-DrtwinL, or -snnPle-suhinission if dte.suhinission has not Iven at)jxovv.t1 e Ft1C tN1"sER: 9.12 IReview-6f Work. Rticciion-oCDctettiV, Work lns bores and Tes's"-` 9..32A.1. .. 'Conduct nirsitc nbscn ationsoF the'WorlCin proeress tblamist die ENGINEER in�dctcrin iniirg that theNorF irocscdirig: in accordance ividi the Contrect.Doctinfents. 2.4,3. Accti npanYyisiti �ns�ctors 're minei public or -other .aeeri6v,havum jurisdiction'oven-.the:proiect,;record the results of these ins -Actions and report to the ENNGMEM ' 93.25. Into prelation of Contract Doctunents. ReDmi �to FNGLNEER when ----- clarificatipris and inffirpretations of. Ihe`Conlrad Documents are .needed • and transmit to COIUFLACTOR clariGcirtion:and intetprctatioft of the..Conir3ct Dwulnents `as. issued "by. the. LNGiNEER 9.3 1'6. h'lodihcaitons �Consitkr •and evaluate •C)NTRAM'ORS' sun..esuonc, for EX6CCE?bRAL _(:0NDI716h'C I914H (t ME(itim') a/ Ull' QISI�OIL'rt70LG NS At011II:IC.ITIONS QttiV -0!lpfNl) rnoditrcmion in Drgwines or Spkifications tnd rrn'these - recommendations - to .LNGLNEER Acc'umteV6, trunsi it. _to -CONTRACTOR Accisiom mired by t is ENGDYEER- 9:3:?.7: Records: gy�:g=��zporrs,. 9.3' 3 ] turrtish ENG=J M . l erju tic Tagcirtc. as required of Lhrcargsti'oflhn Work' and:: -of 'dx.: CONTRACTOR'S ailn, Ali nce :ivitlyt)lt�irugass�c�iedu�an -schedule of shop, Dndvr�mple sir mtttals. Ciiiisiilt with LNGffJtiEjn 'advance of'scheduline_inajor:. test ':insp-mi6iorts or,. tWrt of iti portant Phases of the Wrvk: - 9.32.8:3 - Drah orobosed Chance Orders and Work, Pvzcnir 'Gha tj es._obtaining backup mulerial:fr= ,F CCOWRACrOR and _recommi ul''to .LNGQEIR .Chance: Orders, Work Ditective --Charmes and Geld :orders. - _ __. 9.3.2.bA. karion irimedurtzlj to EiJ(j VEER and OXVKER'the'occunerrce.of anN. accident..— --�-- 93 - 9:. Payment' Reyuests..iReview �p�licat ons tarp` , tcnt it ith TAC:'rmf6ruimpliana utth'%the established--driiczdure 'for,'lHct submission andforward with recommendation'to • E 0 0 EN GLNMER, nctinparticularly the ieiatidn. hip of the payment requested to thq,.%-heduhLLqf_yultjg, work - carrivlaed and materials' and',Ouiprne delivered avahe site -but nul -incorporated in dhe Vork.- 0.11 1 (I. -'Completion. fNT H:R :issues Ta —TRa st,bfobrvdis-Io,CONCTOR v-tem' Mquiring: couLcligooeeornplelig- 'Cbnddct final inspection in the' c6mriinv.of.the INGINHER4 OWNER .and CONTRACrOR !and,mcj5grc -a, ffiial list. of 'itiews to be corrected or compleled. 9�3216.3. Obstn-e that all items Lin' the final list have hecn corrected ordampleted an ,makt -niconimefidation�' rtei ENGINEER,. cancunim acceptance. Auth,fized iliin�itfiunshi Wivrk ,9.3.3- balltation of-Anihoritv: 'rhReprasentative�shall CE not: PR Tic ,93.3:1, Mthdrikc any v�tatioKs. from the the 'Conif Cl D&Uriiehtsor ac-cLt any t 1 0 f"film Lk� 0� A[ q a MI.C-1 pri 9.33"21-Ezcccd 6iffid6fis of F-&ANMA'S . auth6ri6%a-ssei f6rt)i -in the Ccintrao Do:6umcnts, 9.3: or the -CONTTRACTOR, Subcbntracton,,' QQ\TjKA.CjOK*superintendent 933A -Advise 61 or'� g �&fwhjn to +m- m,-aufiq control over<anx aso�e.tb the meal. methods: trcKriiVL., seLjucnces,.;ov . -- jyqctedurz hir constmctioh ALnIg , m. h- -is ,j� q-- specificaliv called Foi in the C&tmctDdcurn'ehm 9J Adv'i§c oil or 'i&,iuc maircctiolls� rega (it I- e - wntf2l -1-SI-vei—si-rely, utions ando' brwams in con . needims with the 913.& .Accept op nnvinLs, or sarjpR I%L subniittalq' from- anvone Rfli-r--tpan—lthe' CoNqRACTC)R- 9:313.7- Antharize. OWNER to. occupy -the Work in Whole or in PRrt: 9.jas', Parlici6ate, in eciali�d 6eld (3i labbralory tests or inspections condUdLed Uy.ulheis C'�,P! —as sP-e-cLfRc—BIN—uuthbM5Ld bv_ the: EINIG WEEK -CIdly 9.4, ENGINEER N%ill 1-&�Iuc with reasonablc'-Orbniptrwss 'such wHtien'i ctarif-Idatims of -interpretations of, :the tieir:ciE'r.etzu:contii purrspttrnucrir 'IV/ 6 iN OP PORT CULLI NS MO 1 1 IFICATIO . -NS iR,Lv q;-()(Jo) ........ .. m the requirements rich dn-noilav6lvc an 4 or ifie CMi.rau(Tiufes w jmjic#ni, qefea:nv of Shop Drawings, qkwjg,Orders-and Pajwgents: as 9.7, Jn 6nnectie5ri Shbp,Dnn�irWs iind Samples; sea �xgtrjph I s6 - -24rthrbugh 9X Ln conriectiLin withENGINTEER!s aiithbrity.iis to IV. IL:and -12. In connection t60i E-NTGL\SER's sulhojity'as to Ar,p!it�!L I irm , f6i -Playm , ent, . seip'Afti6li; 14.'- 9.10. IHNGLNLgk will &Aermlnethe actusl quantities ,iuid clwsificiniuns' ' �)f'Unit Mee WuTk.--Nrfbnnjd by TONTRAC76R:' ENGINEER will review Avith' he HN(J NFH R's p !c 11olin a ry ,deterfilmalions 6nsucb'matterslbeffirt! TCadeFin-9 8 written depimon the'reon, (by recSminenilation of An• Appnmtipo 21