Loading...
HomeMy WebLinkAbout202421 CUTLER REPAVING INC - CONTRACT - BID - 7513 HOT-IN-PLACE RECYCLING PROJECTCity of • Fort Collins 7' Purchasing SPECIFICATIONS .L� Financial Services Purchasing Division 215 N. Mason St. 2" Floor PO Box 580 Port Collins, CO 80522 970.221.6775 970 221.6707 fcgoi-.condpurchasing CONTRACT DOCUMENTS FOR • HOT -IN -PLACE RECYCLING PROJECT BID NO. 7513 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS • OPENING DATE: JUNE 6, 2013 AT 3:00 PM (OUR CLOCK) • 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. Unitprices 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. 0 EJCUC GEN'ERa CONUITIONJ 1911H9I199V EO[iml 36 WOTYOF F'ORTODLUNSMOOIi_ICATIONS I�iGY4r090) E E 9 • `Ek"HAIT GC-A.fo General Conditions of ,the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTIOr\ AGREEN16rT CMINLR arks !CONdTRACT,OR hereby nee thtrt Article 16.of the Oerieral" Conditiciis of the Construction Gontraci ,her%'e n MINHR and C 6NTk',N(II'UR, is amended ftAn ludo the rollout iiyneam`enl jf-the. parties: 16.1; :All claims; disputes ;and other matters, in •ninkins a;eoceptanoe of. final ji tyy nient as' paragraph 1'4.15) wll h. _d ceded .hi s :nccordance with "the Construction Industn Rules of-�thc American Arbitration Assc ,oburmutg: subject to the limitatioris of the A_t .agreement so to arhiLr'tte` and any other i ,consent to a�bitrat�-entered into.ni iuccardartc jirovideti in this Arttcic;l6 will be spccificr ll under thcp�rcvm li rag laiv, of anv court havi ng jt 16.2. .No demand for arhitrmion of.any i .or oilier matter that, is inquired to. Ve ENGINEER initially For decision in sect paragraph 9 l i"ivill he made until the earlier t ,nn which,FNIOINEFR-kasrendered'a'writic ,(b) the thirty-first,day iiUr the parties have ,n•Idence to ENGLMLER Lf a writteh decision rendered bra? FNGINI I,:R-}k for that date iN inrbitmtion of any such claim, dispute or othi 'be ,made later than thiny'dnys after, the d FNGf,NMTsR has rLn —rcl a'written dxisic result in Lptvr.01 16.3. Notice filed,in tiRitiru with Kith the American P the ion to;Hvocal .us fcr, uul itmtion will to the Aareement., other t-ases withina reasonable time after the cluiin. mother matter'in que'siionhas nrisen, and. in.no eve any such demand be made altar the date when lnstiti legal or equitable pruceeduiUs bssed onsttch dawn,; ,or Either matter in questionwould be hirrid upplicable:statute of tfinitauots: EJLMC GENERAL CONDITIONS 1910-31 t M E61im i •'t�/ QTY OF FORT COI:LfZjS I I0DFFICATt0X& (RF"V 919.9)' K6 4 E•xeept as proJided, m, paragraph 165' below, no arbiiradun arising: out 'of to relating .to the .C[iniriict. .Documents shall include by consolidation, joinder or in any ACT nanner any other person or enter (inclding' ENGINEERi ENGINEER's Consultant an l the odicrrs directors• ngeras, erciploye is gr commluints_�gf any of them) who is not a,parV ld,this contraccunl=' 16;4 L the -inclusion of such other,person or entity, is necesssury if campleje rehef is to'be afforded"among t}iii."sc tyho tvenlready parties tti t}ie_arbititition,and ` 16.4.2, such Delis per,.son, or entity' is sdhstnntially m"volkd in a question of law orfact Aich is d6mmon .to those who are nlrendypantes tJ the.artkrntimn mod t<hieh will ar sc to suchprom ings and 16:4,3 the %vrinch reonsMt of the ndter person or. entity sought- to, bc- included uni) ;of OWNER and t ON TRACTOR has' been ohiained ror such inclusion; which consent shall riiuk2 specific refercnie' to this jaarngrtph hutno such cafLseM sh511 corisntute consent. to arhttrution of nny disuic oat spccifcally descrilicd in such "consent or to arhitration •with any pft 'rntt gx6ifcally ideritifcd irrslrelrconscnt. - 1tS:�. Noitvithstarxlirtg piiragraph 16,c1 if'a claim: dispuic_br ocher matter in question I)MYv n-OWNF.R-and C614TRACTOR'incolves'the Work ,of a Subcorrifactor. in all `subcontracts rcgliired'by sp I1Ic: nwislon. whcrchy toc:: )ubcontractor-consents to being, joined 'iti an arbitration h.hvc' 0%1hWR': and CONTRACTOR, 1*61%;ing ',the Worl of such SubeonUactor.-Niithmg'm this "parag(aph 169 nor in $re provision of such wl:coniract,cohiennne to joinder shall aeate' any claim. :r 6or cauhll se of ;_action in, 6n'or' of Subpontraa& and ;ognmsi, MNER, ENGINEER or GNGI\ff:R's Ctinstipants tint 3oes not ritlienc ise exist; 6,6. ,The award rendered to, the arbitrators will be final, jbdgmenf-may he 66lcred'upon if in any court having.. jurisdiction tlterepC ,anti it will not be subject_ .to me l 'cation or appeal. GC ;A 1. WeDdOLNERAL CITY OFFO PtTCOT.LTNN,\i OTITFICAM'S QRFV 9,9.4)' ik:-'A I. 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). 0 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment • 0 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Hot -In -Place Recycling Project CONTRACTOR: Cutler Repaving, Inc. PROJECT NUMBER: 7513 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 DATE: DATE: DA DATE: • E cc: City Clerk Contractor Engineer Project File Architect Purchasing • • • Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Net Change by Change Order $0.00 Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: Less Retainage: AMOUNT DUE THIS APPLICATION: CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: $0.00 $0.00 $0.00 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 0. • • 0 0 • CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 .$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and 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. E 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 a 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 STORED MATERIALS SUMMARY On Hand Item Invoice Previous Number Number Description Application Received This Period PAGE 4 OF 4 Installed On Hand This This Period Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00' $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 2013 HOT -IN -PLACE RECYCLING PROJECT GENERAL REQUIREMENTS INDEX SECTION PAGE NUMBERS 01010 Summary of Work General Reqs 1-3 01040 Coordination General Reqs 4-5 O1310 Construction Schedules General Reqs 6-7 01410 Testing General Reqs 8-9 01510 Temporary Utilities General Reqs 10 01560 Temporary Controls General Reqs 11 01700 Contract Closeout General Reqs 12 01800 Method of Measurement and Basis of Payment General Reqs 13 0 0 SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. This work shall consist of rehabilitating the existing surface layer of existing asphalt pavement with specially designed equipment in a simultaneous multi step process of heating, scarifying, applying an asphalt rejuvenating agent, and thoroughly re -mixing and re -shaping the old asphalt surface, and then placing an overlay ofnew hot mix asphalt. A single machine that heats, scarifies, recycles, and spreads virgin material all in one continuous pass shall be used. This work shall be performed on designated streets in the City Fort Collins and the City of Loveland as described in Section 02500, Quantity Estimate and Section 03500, Project Maps. B. Protection and Restoration. 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. Also see tree protection standards. C. Construction Hours 1. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in accordance with Section 1560. 2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the Engineer, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover the Owner's costs in providing field engineering and/or inspection services because of such work. The cost for field engineering and inspection shall be $50.00 per hour. 1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when prosecution of the Work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items which would affect their daily operation. E. Tom Knostman/Bennett Ashbaugh will be the Pavement Engineer/Construction Inspector for the City of Fort Collins. Tom Knostman 970-221-6576 (off) 970-679-7947 (cell) Bennett Ashbaugh 970-221-6615 (off) 970-658-0921 (cell) F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. General Requirements - Page 2 of 13 • SECTION 01010 SUMMARY OF WORK UTILITIES Water: City of Fort Collins, Colorado 970-221-6700, Meter Shop 970-221-6759 Storm Sewer: City of Fort Collins, Colorado 970-221-6589 Sanitary Sewer: City of Fort Collins, Colorado 970-221-6681 Electrical: City of Fort Collins, Colorado 970-482-5922,970-221-8553 Gas: Xcel Energy Emergency 1-800-895-2999 Local Contact: Pat Kreager 970.566.4416 Telephone: UNCC / 1-800-922-1987 Local Contact: Debbie Kautz 970.689.0635 Traffic Operations: City of Ft. Collins, Colorado 970-221-6630 Cable Television: Comcast 970-493-7400 *Utility Locates Under One -call System 1-800-922-1987 AGENCIES Safety: Larimer County Sheriffs Department: Occupational Safety and Health Administration Non -Emergency: 970-221-7177 (OSHA): 844-3061 Fire: Poudre Fire Authority Non -Emergency: 970-221-6581 Emergency: 911 Police: City of Fort Collins Police Department Non -Emergency: 970-221-6540 Emergency: 911 Postmaster: US Postal Service: 225-41 L1 E Ambulance: Poudre Valley Hospital Non -Emergency: 970-484-1227 Emergency: 911 Transportation: Transfort: 970-221-6620 Traffic Engineering:970-221-6630 END OF SECTION General Requirements — Page 3 of 13 SECTION 01040 • COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES A. Coordinate operations under contract in a manner which will facilitate progress of the Work. B. Confomr to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under the contract with utility work to allow for efficient completion of the Work. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. 1.2 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. 1. Contractor shall participate in the conference accompanied by all major Subcontractors, including the Traffic Control Supervisor assigned to the project. 2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to project. 3. The Engineer shall invite all utility companies involved. 4. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedules. 5. The Engineer shall introduce the Project Representatives. Additional project coordination conferences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. Engineer may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer. 1.3 PROGRESS MEETINGS A. Contractor and Engineer's Project Representatives shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Engineer or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent. 2, Owner's Representatives. 3. Engineer and Resident Project Representative. 4. Traffic Control Supervisor 5. Others as may be requested by Contractor, Engineer or Owner. 0 General Requirements - Page 4 of 13 . SECTION 01040 COORDINATION 9 i C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. D. The Engineer and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. END OF SECTION General Requirements - Page 5 of 13 SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL A. The Contractor shall prepare a detailed schedule of all construction operations, showing start and end dates. This schedule will show how the Contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, landscaping and various utility work will be coordinated. 1.3 CONTENT A. Construction Progress Schedule. 1. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones B. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Engineer, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. General Requirements - Page 6 of 13 • SECTION 01310 CONSTRUCTION SCHEDULES 0 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences and procedures of construction as provided in the General Conditions. END OF SECTION General Requirements — Page 7 of 13 SECTION 01410 TESTING • 1.1 GENERAL A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after approval hereof, shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.2 OWNER'S RESPONSIBILITIES A. Owner shall be responsible for and shall pay all costs in connection with testing for the following: I . Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner. 1.3 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: I . All performance and field testing specifically called for by the specifications. 2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2 above. 3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Project Engineer 48 hours prior to performing an operation that would require testing. 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests ofall items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractors control system shall specifically include all testing required by the various sections of these Specifications. B. Superintendence: The Contractor shall employ a full-time Superintendent to monitor and coordinate all facets of the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent. • General Requirements - Page 8 of 13 • SECTION 01410 TESTING • C. Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Documented inspections and tests as required by each section of the Specifications. Provide copies to Engineer daily. END OF SECTION General Requirements — Page 9 of 13 • interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the • award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 17.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 18.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 0 SECTION 01510 TEMPORARY UTILITIES • 1.1 UTILITIES A. Furnish all utilities necessary for construction. B. Make arrangements with Owner as to the amount of water required and time when water will be needed. 1. Meters may be obtained through the Water Utility Meter Shop at 221-6759 2. Unnecessary waste of water will not be tolerated. C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. 1.2 SANITARY FACILITIES A. Furnish temporary sanitary facilities at each site for the needs ofconstruction workers and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure from public view to the greatest practical extent. END OF SECTION • General Requirements - Page 10 of 13 • SECTION 01560 TEMPORARY CONTROLS 0 1.1 NOISE CONTROL A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.3 POLLUTION CONTROL A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.4 TRAFFIC CONTROL A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook", and the City of Fort Collins "Design Criteria and Standards for Streets", Part 2, General Requirements, Subsection 1.4, "Barricades Warning Signs, Signal Lights". In the event of conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. 1.5 HAUL ROUTES The Engineer reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. END OF SECTION General Requirements - Page 1 I of 13 SECTION 01700 • CONTRACT CLOSEOUT 1.1 CLEANING AND RESTORATION A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was begun. This will include providing labor, equipment and materials for cleaning, repairing and replacing facilities damaged or soiled during construction. The Engineer will be the judge of the degree of restoration required. END OF SECTION 9 General Requirements - Page 12 of 13 SECTION 01800 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 1.1 DEFECTIVE WORK A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. 1.2 BID PRICE A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. B. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials less manhole risers, equipment and tools; and performing all labor and supervision to fully complete the Work. C. Unit prices shall govern over extensions of sums. D. Unit prices shall not be subject to re -negotiation. 1.3 ESTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work done. B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount therefore. 0 END OF SECTION General Requirements - Page 13 of 13 The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction', 2012, and the Larimer County "Urban Area Street Standards, latest revisions (hereafter referred to as the "Standard Specifications") • are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern. INDEX OF REVISIONS SECTION 104 Traffic and Parking Control 105 Inspection of Work 105 Maintenance During Construction 107 Protection and Restoration of Property and Landscape 108 Prosecution and Progress 210 Adjust Manholes, Valve Boxes and Meter Boxes 405 Heating and Scarifying Treatment 627 Pavement Markings 630 Construction Zone Traffic Control 9 0 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL 0 Section 104 of the Standard Specifications is hereby revised as follows for work within the City of Fort Collins MAINTAINING TRAFFIC Subsection 104.04 shall be amended to include the following. It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the work. Prior to work that requires the street(s) to be closed to parking and/or traffic, the street(s) shall be posted for "NO PARKING". "NO PARKING" signs shall be placed at a minimum of 100 foot intervals. The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, and the day, date, and times that the message on the sign is in effect. (For example, if a street is to be repaired on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., Paving (see sample "NO PARKING" sign below). "NO PARKING" signs shall remain in place until the street is opened to traffic and all clean up operations completed. No Parking signs may be placed, maintained and removed by a representative of the Contractor, the Traffic Control Supervisor, or Flagger. All information on the "NO PARKING" signs, with the exception of the type of work, date, and time shall be in block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only. In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "NO PARKING" notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle. Should the Contractor be unable to locate the owner of the vehicle, the Contractor shall notify the Engineer to arrange for towing. If the "NO PARKING' sign has been in place for a minimum of 24 hours, the City will make . every reasonable effort to remove the offending vehicle within four (4) hours of notification from the Contractor. The Contractor shall not be entitled to additional compensation for delays associated with the towing of illegally parked vehicles. The Contractor shall have an approved Traffic Control Plan on site at all times. Traffic control signage on the construction site shall be set up in accordance with the approved traffic control plan and in accordance with the specifications. Work performed by the Contractor without an approved traffic control plan or when "NO PARKING" signs have not been placed as required by the specifications shall not be paid. The Contractor shall also be subject to a pay deduction of up to $1,000.00 per occurrence per day for traffic control not in compliance with referenced specifications or requirements contained herein. Issues subject to deductions may include but are not limited to: Traffic Control Supervisor not on the project site at all times (unless pre -approved by the Engineer) An approved traffic control plan not on site Traffic control device set up by flagging personnel unless assisting the Traffic Control Supervisor Traffic control signage not set up in accordance with the approved traffic control plans Inadequate flagging personnel and/or flagging equipment The Engineer shall issue a written warning to the Contractor, Subcontractor, and/or Traffic Control Supervisor documenting the type of violation. The Engineer shall determine the deduction amount based on the Engineers' opinion of the infraction severity and the number of previous infractions. Upon issuance of the third violation, the Engineer may request the Subcontractor, Traffic Control Supervisor and/or flagging personnel be removed from the project. Removal from the project in which the violations were issued shall be in effect for the remainder of the year. The contractor shall find replacement Traffic Control Subcontractor, TCS, and/or flagging personnel within two weeks of the third notice without an adjustment to contract price or working days or the Contract may be terminated M and rebid. At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the Engineer shall meet to discuss the progress of the work, the placement of upcoming traffic control devices including REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL "NO PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed . upon by the Contractor and the Engineer. Any necessary adjustments shall be made. The Contractor and Engineer shall also review and determine the proposed means of handling parking and traffic control for the upcoming work. It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of their work. The Contractor shall maintain access at all times to all businesses within the project. The installation schedule shall be communicated to all businesses and residents affected by the work at least 48 hours prior to starting work. Any changes to the traffic control, as directed by the Engineer, including additional signs, barricades, and/or flaggers needed shall be immediately implemented. Traffic control shall be paid under Revision of Section 630, "Construction Zone Traffic Control" found herein. NO PARKING VJed July 2 7:00 AM - 6:00 PM Paving END OF SECTION • 0 REVISION OF SECTION 105 MAINTENANCE DURING CONSTRUCTION Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.10 shall include the following: The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a minimum of 48 hours in advance of starting any construction operation that will require inspection, measuring for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the owner and the Engineer from any responsibility for additional costs or delays caused by such failure. Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefore has been included in the progress estimate. The City's commitment to our Environmental Management System (EMS) requires that vehicles on City projects shall comply with the adoption of a "Limitation on Engine Idling" to reduce environmental impacts related to construction. Please comply with turning off vehicles instead of idling for long periods (more than three minutes, as a general rule). Subsection 105.19 shall include the following: The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be • cleaned of debris by the Contractor at the earliest opportunity, but in no case shall the area be left unclean after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary manpower and equipment to satisfactorily clean the roadway area. The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to clean the streets. All sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the Contractor sufficient funds to cover the Owner's cost to provide said service. All cost of maintaining the work during construction and before the project is accepted will not be paid for separately, but shall be included in the work. END OF SECTION 0 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE Section 107 of the Standard Specifications is hereby revised as follows: Subsection 107.12 shall include the following: The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details or construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be subject to such damage by reason of his operations. Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer. All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work, and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by construction operations, other than concrete repair, shall take place within three (3) working days from the date of damage. All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground facilities shall be considered incidental to the work being done and shall not be measured and paid for separately. Care shall be taken by the Contractors personnel when walking on adjacent sidewalk, curb, gutter, and medians to minimize tracking oil, asphalt, etc on to the surface of the concrete. Concrete surfaces that have shoe prints from personnel shall be power washed prior to completion of the area work. END OF SECTION • 0 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: This work shall be completed within the following calendar months: JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC It is the intent of this project to be completed within thirty five (35) consecutive working days after work commences. Other restrictions are as follows: ➢ Pavement installation may be required to be performed on Saturday or Sunday at major intersections. END OF SECTION 0 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. Provisions concerning retainage are set forth in the Agreement. 21.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 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 • • Is REVISION OF SECTION 210 ADJUST MANHOLES, VALVE BOXES, METER BOXES Section 210 of the Standard Specifications is hereby revised as follows: Subsection 210.02 is revised to include the following: Manholes, valve boxes, meter boxes, and all other similar structures located in a pavement shall be adjusted as noted below. Prior to beginning any construction on existing streets that will receive reconstruction and/or overlay, the Contractor shall mark on the curb and gutter with paint the location of all existing structures. These markings shall be maintained by the Contractor until the work has been completed and accepted by the Engineer. The Contractor shall do all work needed to ensure that said structures can be readily adjusted and shall have all necessary materials on hand prior to commencing the work. All structures shall be adjusted to be 1/8" to 5/8" below the pavement. All Valve box adjustments shall be no greater than 1/4" below the pavement. The Engineer shall approve the method of adjustment for each structure. Valve boxes shall be adjusted by one of the following methods: �� Adjust by removing the existing pavement (concrete or asphalt), adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically compacting asphalt material' This item will be measured and paid for separately under "Adjust Valve • Box", not including asphalt material. Adjust with adjusting rings. These items will be measured and paid for under "Adjust Valve Box with Ring", including material (parts). The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is negligent and breaks the valve box, said valve box shall be replaced at the Contractor's expense. Adjusting rings for valve boxes shall be of the type manufactured by the Tyler Manufacturing Company or an approved equal. Manholes shall be adjusted with adjusting rings. This item will be measured and paid for separately under "Adjust Manhole with Ring". Rings shall be provided by the City. Manhole covers which is unstable or noisy under traffic shall be replaced/re-installed by the Contractor, as directed by the Engineer. The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into manholes, valve boxes, or other structures during the construction process. In the event that a structure was not properly adjusted (i.e. too high or too low), written notice will be given by the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within five (5) working days. In the event that the structure is not adjusted within said time frame, the Engineer shall have the right to engage a third party to complete the work, and to withhold the cost of such work from payments due the Contractor. • REVISION OF SECTION 210 ADJUST MANHOLES, VALVE BOXES, METER BOXES The Engineer will also notify the Contractor in writing of any structures that were covered during the paving operation. The Contractor shall then have five (5) working days to make said structure accessible or will be subject to the constraints of the previous paragraph with respect to a third party completing the work. BASIS OF PAYMENT Subsection 210.13 is revised to include the following: Payment will be made under: Pay Item Pay Unit 210.01 Adjust Valve Box Each 210.02 Adjust Valve Box with Ring Each 210.03 Adjust Manhole with Ring Each The above prices and payments shall include full compensation for fiirnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting structures, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION • E REVISION OF SECTION 405 HEATING AND SCARIFYING TREATMENT Section 405 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION This work shall consist of rehabilitating the existing surface layer of existing asphalt pavement. Rehabilitation shall be done with specially designed equipment in a simultaneous, multi -step process of heating, scarifying, applying an asphalt rejuvenating agent, thoroughly re -mixing the loose, heated asphalt, re -shaping the surface with auger and screed, and then placing an overlay of new, virgin, hot mix asphalt pavement with a second screed in compliance with the lines, grades, thickness and typical cross sections shown on the plans or established by the Engineer. The work shall include compacting the rehabilitated surface to specification. NOTE: This work shall be performed with a single machine that heats, scarifies, rejuvenates, and spreads virgin material all in one continuous pass. Additional pre -heaters may be utilized to achieve specified depth and temperature. Turn Bays delineated by median curb will not be included in this project. Signal Loops will be removed by the contractor and properly disposed off site. Taper or surface planing will be provided prior to construction under separate contract. MATERIALS • Asphalt rejuvenating agent used to restore the existing pavement shall be approved by the Engineer prior to use, and shall conform to Section 702.04 and revisions thereto. A manufacturer's certification shaAbesubmitted for each load of rejuvenating agent delivered to the projecL • The City shall supply sufficient cores at various locations representing the entire project to determine the bitumen content, absolute viscosity and penetration of the bitumen in the top 1" of the pavement. The Contractor shall utilize this data to establish the type and amount of rejuvenating additive. The recommended amount, with the test data and core locations, shall be submitted with the rejuvenate mix design to the Engineer 30 days prior to construction for approval. Rejuvenating agent will be paid by the gallon of actual field measured quantities. Costs associated with producing the mix design will not be measured or paid for separately, but will be considered incidental to the work. Grading S (75) PG 64-22 hot mix asphalt material will be provided by the City, including haul to the project, under separate contract. EQUIPMENT The Contractor shall specify in the bid proposal the type of equipment intended for use on this project. The equipment shall be on the project in operating condition a minimum of 24 hours before beginning operations to allow for evaluation by the Engineer. The Engineer reserves the right to reject equipment deemed not suitable for the intended purpose at no additional cost to the City. The recycling equipment shall meet the following requirements: Repaver Equipment The equipment for this work shall be a self-contained, self-propelled, automated unit capable of heating, scarifying (or milling), mixing with approved rejuvenate, redistributing, and leveling the existing asphalt pavement to a specified depth of one (1) inch, all in a single pass. It shall have a means of automatically applying an asphalt rejuvenating agent at a uniform rate as shown on the plans . or as directed by the Engineer. It shall be capable of applying a'/4 to 2 inch (3/4-2") new hot mix asphalt pavement layer over the hot, partially compacted recycled mixture. • REVISION OF SECTION 405 HEATING AND SCARIFYING TREATMENT Heating Unit This unit shall be hooded to prevent damage to adjacent property and plant growth, including trees and shrubs. It shall be capable of heating the pavement surface to a temperature high enough to allow scarification to the required depth without breaking aggregate particles or charring the pavement surface. The Contractor shall have fire-resistant plywood sheets and in -train water spraying systems to wet down and protect roadside vegetation as directed by the Engineer. Scarifying or Milling Units The scarifiers or rotary millers shall be able to penetrate the pavement surface to a minimum depth of one (1) inch in one pass. Scarifiers or millers shall be equipped with separate, automatic height adjustments which allow clearance over manholes and other obstructions. Rejuvenating Agent Applicator This system shall automatically add rejuvenating agent to the scarified material at a uniform rate as approved by the Engineer. The application rate shall be synchronized with the machine's forward speed to maintain a tolerance within 5% of the specified rate. The Contractor shall provide detailed information regarding calibration within six months of the beginning of the project. Conveying System • This system shall consist of a receiving hopper and conveying system to collect and transport new hot mix asphalt pavement material to the finishing unit. Recycling Unit This unit shall consist of a system which mixes, distributes, and levels the scarified material over the width being processed to produce a uniform cross-section, grade and texture of recycled material. Finishing Unit This unit shall have automatic screed controls to produce a surface conforming to that shown on the plans or as directed by the Engineer. The unit shall be capable of producing a uniform slope, grade and texture. Rollers Rollers shall conform to Section 401 and revisions thereto. CONSTRUCTION REQUIREMENTS Immediately before pavement recycling, the pavement to be treated shall be broomed or otherwise cleaned of all loose particles, trash, debris, earth or other deleterious materials. All weeds in the gutter line shall be removed. The contractor shall hand place sufficient liquid, asphalt tack material per CDOT Section 702 to any areas not heat treated and scarified prior to placement of asphalt. The Contractor shall use all means necessary to prevent the spread of dust and debris during the performance of the work. The Contractor shall be responsible for protecting the area adjacent to the work from heat damage. If damage occurs, the Contractor shall replace all damaged areas, landscape, curb, parked vehicles, overhead lines, etc., at no cost to the City. Where equipment comes into contact with tree branches and other plant material, the contractor shall exercise suitable caution to avoid damage to all trees, shrubs, and other plant material. All trimming shall be performed under the direction of the Engineer or City Forester. The Contractor shall provide fire fighting equipment, which will not be measured or paid for separately, but shall be considered incidental to the work. REVISION OF SECTION 405 • HEATING AND SCARIFYING TREATMENT The heating shall be sufficient to soften the pavement to the extent that it can be scarified or milled to a depth of one (1) inch. Heating shall be done in a manner that will assure uniform softening and will not char the asphalt. To provide a welded longitudinal joint, the standing edge of the adjoining asphalt pavement shall be fullyheated to a width at least 2 inches beyond the width to be scarified and rejuvenated. When a pass is made adjacent to a previously placed mat, the longitudinal seam shall extend at least 4 inches into the previously placed mat and the longitudinal joint shall be shingled to allow properjoint compaction and drainage. Immediately following heating, the pavement surface shall be scarified to the specified depth. The scarified material shall have a temperature between 225' and 265' F, unless otherwise directed by the Engineer. The material shall be leveled, mixed and treated with a rejuvenating agent. The application rate shall be as shown on the plans or as approved by the Engineer. Application rate for the rejuvenating agent maybe adjusted as necessary to maintain a uniform mixture. New hot mix asphalt pavement material shall be added to the reclaimed mixture by the following method The reclaimed material shall be gathered by a leveling device and auger spread to a uniform depth over the width being processed using a screed. After it is placed, and while it still has a residual temperature of at least 190° F,.a three quarter to 2 (3/4 to 2") inch layer of new hot asphalt pavement material shall be placed over it. Grading S or SX hot mix asphalt material will be provided by the City, including haul to the project, under separate contract. Compaction equipment shall be of sufficient type and size to compact the surface course to the required density. Due to varying properties of the existing asphalt pavement, the following adjustments shall be made if required and • as directed by the Engineer. • Depth of scarification may be varied. • Application rate for rejuvenating agent or other asphaltic material maybe adjusted as necessary to maintain a uniform mixture. • Application rate for new hot mix asphalt pavement (pounds per square yard) may be adjusted to maintain the design depth of combined recycled and new hot asphalt pavement. r The Contractor shall place temporary pavement marking tape on the newly overlaid roadway for the purpose of temporary delineation. The temporary pavement marking tape shall be placed daily, on the former alignment of previously existing centerline and lane line striping, on the area paved. The Contractor shall be responsible to ensure accurate placement of the temporary pavement marking tape. Temporary tape being placed shall be reflective and uniform in color to the existing striping color. The Contractor shall place the temporary pavement marking tape in two (2) foot strips, at twenty foot (20') maximum spacing. The cost of temporary pavement marking tape and installation shall not be measured or paid for separately, but shall be included in the cost of the Work. Temporary pavement marking tape shall be submitted for approval by the Engineer prior to construction. TRAFFIC CONTROL Traffic Control will be provided by contractor using a subcontractor with sufficient equipment and experience with traffic control in the City of Fort Collins. Extensive coordination between the Contractor and the Streets Department is required. The Contractor shall meet with the TCS a minimum of seven (7) days prior to construction to coordinate the traffic control necessary to complete the project. In the event the project is delayed, the Contractor is required to notify the TCS a minimum of 24 hours prior to starting work again. is All work shall be performed between the hours of 7:00 a.m. and 6:00 p.m., weekdays, or as directed by the City Traffic Department. Work may be required at major intersections on Saturday and Sunday. • REVISION OF SECTION 405 HEATING AND SCARIFYING TREATMENT STAGING AREA The Contractor is solely responsible for finding and securing a suitable staging area. The location of the staging area must be submitted and approved by the Engineer prior to use. Written authorization to use private property to store equipment and materials shall be obtained from the property owner and submitted to the Owner prior to mobilization and use. The Owner shall be allowed access to the load site at all times. The Contractor shall also submit a letter of indemnification to the Owner and the property owner. MANHOLES AND WATER VALVES Manholes & valves shall be adjusted immediately following the paving operation, using rings provided by the City, as described in Revision of Section 210, Adjust Manholes, Valve Boxes, Meter Boxes enclosed herein. WEATHER LIMITATIONS Weather limitations for work on this item shall be a minimum of 50' F, and rising. METHOD OF MEASUREMENT Heating and scarifying treatment will be measured by the square yard completed and accepted. Rejuvenating Agent will be measured by the gallon of actual material used in place. • BASIS OF PAYMENT The accepted quantities of pavement recycling will be paid at the contract unit price per square yard. Payment shall include cleaning the existing pavement surface, heating, scarifying, and redistributing, leveling, placing and compacting asphalt pavement. Asphalt rejuvenating agent will be paid for by the gallon used in place. Payment will be made under: Pav Item Unit 405.01 Hot -In -Place Recycling Square Yard 405.02 Rejuvenating Agent Gallon END OF SECTION 0 REVISION OF SECTION 627 PAVEMENT MARKINGS Section 627 of the Standard Specifications is herby revised as follows for work within the City of Fort Collins • DESCRIPTION This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with the latest revisions of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control Handbook, Larimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation Road and Bridge Construction, and the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), and in conformity to the lines, dimensions, patterns, locations, and details shown on the plans or established by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 627.03 shall be amended to include the following: Permanent pavement markings shall be installed by the City of Fort Collins. Temporary pavement markings/delineation of lanes may include temporary tape, tabs, or vertical panels as required by the Engineer and shall be installed by the Contractor. PAVEMENT MARKINGS/DELINEATION OF LANES Sub -section 627.10 shall be amended to include the following: City crews shall install permanent pavement striping. Typically, City crews may also install temporary striping as directed by the Engineer. When City crews cannot install temporary striping, the Engineer may request that the . Contractor install temporary striping or maintain traffic control devices until such time that the City crew can install striping. Temporary pavement markings/delineation of lanes shall be suitable for use on asphalt or Portland cement pavements, shall be installed on roadways that will be opened to traffic prior to permanent stripping by the City, and shall conform as follows:. I. The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The tape/tab/vertical panels shall be pressed down immediately after application until it adheres properly and conforms to the surface. 2. All roads shall have temporary pavement markings before they are opened to traffic unless City Crews have been scheduled to install permanent pavement markings prior to opening the road to traffic. 3 Markings applied to the final road surface shall not leave scars that conflict with permanent markings. 4. Temporary markings shall be installed in such a way that the markings adequately follow the desired alignment. 5. Temporary pavement marking tape/delineation/vertical panels shall be required for all lane lines a. Lane lines shall be "tapped" intermittently with a 2' long by 4" wide reflective temporary strip at fifty (50') foot intervals. b. Stop bars shall be "tapped" to a minimum width of 12". Stop bars shall NOT be required at signalized intersections. Contractor may be required to provide additional signage (i.e. Stop Sign Ahead, Stop Here On Red, etc.); `Stop Here On Red" signs shall be required at signalized intersections. c. It is the Contractor's responsibility to notify the Engineer prior to completion of work to allow • scheduling of the permanent pavement markings to be installed by City crews. REVISION OF SECTION 627 PAVEMENT MARKINGS • 6. Removable pavement markings shall be installed in accordance with the manufacture's recommendations and maintained by the Contractor until permanent pavement markings are installed by City crews. 7. Temporary edge lines are not typically required unless there is no existing gutter or required by the Engineer. 8. All tape shall be removed by the Contractor after permanent markings have been completed by the City. 9. It is the Contractor's responsibility to maintain the temporary markings, at the Contractor's expense, until the permanent pavement marking is installed by City crews. BASIS OF PAYMENT Subsection 627.13 shall be amended to include the following: All costs for installing temporary stripping shall not be measured and paid for separately including traffic control devices and related traffic control incidentals. If flagging during permanent striping is required after the Contractor has completed all daily work, it shall be paid under Revision of Section 630, "Flagging", as directed by the Engineer. END OF SECTION E REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised as follows for work within the City of Fort Collins DESCRIPTION Subsection 630.01 shall be amended to include the following: This work shall consist of furnishing, installing, moving, maintaining, and removing temporary construction traffic control devices, including but not limited to signs, advance warning arrow panels, variable message boards, barricades, channelizing devices, and delineators as required by the latest revisions of the City of Fort Collins "Work Area Traffic Control Handbook," the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the Larimer County Urban Area Street Standards (LCUASS), and the Colorado Department of Transportation Road and Bridge Standard Specifications (CDOT). In the event of a conflict between the MUTCD criteria and the City'.s criteria, the City of Fort Collins criteria shall govern. MATERIALS Subsection 630.02 shall be amended to include the following: f� All traffic control devices shall meet or exceed the required minimum standards set forth in the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD. Traffic control devices shall be clean and in good operating condition when delivered and shall be maintained on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they • are intended (i.e. crossed out information, information written in long -hand, etc.) Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists and bicyclists traveling in the opposite direction and residents potentially affected by information the sign may present. CONSTRUCTION REQUIREMENTS Subsection 630.10 shall be amended to include the following: CONTRACTOR RESPONSIBILITY The Contractor shall be responsible for ensuring safe passage through the work Zone for vehicles, pedestrians, and bicycles. The City of Fort Collins shall not be responsible for any loss or damage to equipment due to theft or vandalism or for any damages to public or private property caused by the Contractor's construction activities. Private or public property which is damaged by the Contractors' installation, equipment, or employees will be the sole responsibility of the Contractor. The Contractor may be required to use Variable Message Boards to advise road users about upcoming work on Arterial and Collector streets as required by Traffic Operations through the approved traffic control plan. When required, the Engineer will issue direction for the number of boards, general locations for placement, and message verbiage. The typical quantity of Variable Message Boards shall be: Six (6) on Arterial streets, four (4) on Collector streets, none on Residential streets, but may be modified as directed by the Engineer. Variable Message Boards shall be • placed a minimum of 5 working days prior to the project start date. If full closures on Arterial and Collector streets are authorized, Variable Message Boards shall remain in place until completion of the project. Lane closures on REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Arterial and Collector streets shall require message boards to remain in place for two days after starting work. Fully automated Variable Message Boards shall be installed and operate continuously during the above mentioned durations on Arterial and Collector streets. Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be maintained at a minimum of ten (10) feet between traffic control devices. The Contractor will provide 14 hoar minimum notice to the City of Fort Collins Traffic Department when project operations will be near a signalized intersection. TRAFFIC CONTROL PLAN - GENERAL Hand drawn plans shall NOT be accepted Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative, Traffic Control Supervisor or the Traffic Control Supervisor Representative and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents, dates and times of the work, and parking and access restrictions that will apply. Sample notifications shall be submitted to the Engineer for review prior to starting the project. Notification letters or door hangers shall include a local phone number which residents with questions may use to contact the Contractor and a link to the City of Fort Collins Street Department web site where citizens may find additional information and project updates at "www.fcgov.com/streets". Only approved notifications shall be distributed a minimum of48 hours prior to the commencement of each phase of the Work. Traffic Control Plans shall be submitted for approval prior to commencement of all work. Traffic control conditions vary significantly in the field and the Contractor is responsible for submitting traffic control plans for each work location. Minimum traffic control requirements for Arterial, Collector, and Residential streets are contained herein. Plans shall be specific to the project area showing street names, existing signing and striping conditions at intersections and the location for proposed devices. Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the project and later returned to use. Devices may be temporarily placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists, and vehicles, as approved by the Engineer. Traffic control devices shall be removed from the site immediately upon completion of the work for any street(s). In the event there is a safety issue, the Engineer may issue a "Stop Work Order" until the issue(s) is corrected. The Contractor shall not be entitled to any additional compensation for delays associated with the "Stop Work Order". Approved traffic control plans shall be available on site at all times for review and inspection. See Revision of Section 104. Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans shall be submitted along with the City of Fort Collins Traffic Approval Forms. Traffic control plans shall be prepared by a Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a Worksite Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA). Typical Traffic Control Plans for work within the right-of-way shall be submitted for approval to the Engineer as follows: Typical submittals for scheduled residential work shall be submitted by 8:00 a.m. two (1) working daysprior to commencement of the work. Typical submittals for residential work scheduled on Monday and Tuesday SECTION 00300 BID FORM • REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL shall be submitted the previous Thursday by 8:00 a.m. Submittals for fidl closures on residential streets shall be submitted five (5) working days prior to the commencement of work. Submittals for fill closures on Arterial and Collector streets shall be submitted ten (10) working days prior to the commencement of work. All plans shall be delivered to the Engineer, 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be accepted. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work. See Revision of Sections 104 and 105. A Traffic Control Plan shall be submitted for each Arterial and each Collector street scheduled for work. Each residential area shall have one typical Traffic Control Plan submitted for the area. When changes to the Area Traffic Control Plan(s) are required, a re -submittal for the area shall be provided for approval. For required closures in a residential a separate submittal from the Area Traffic Control Plan shall be provided. The Traffic Control Plan shall include, as a minimum, the following: A traffic control Approval Form submittal with each traffic control plan. The Approval Form shall be legibly written and filled out completely. 2. A detailed diagram which shows the location of all sign placements including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. 3. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panels; vertical panels with lights; Type 1, Type II; and Type III barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. 4. Number of flaggers to be used and flagger locations. Flagger locations shall be located where approaching motorists, bicyclists, and pedestrians have sufficient distance to safely stop at the specified point. 5. Parking and access restrictions to be in effect. 6. Detailed pedestrian and bicycle movement. All applicable notes (i.e., sign spacing, taper length and posted speed limit, pedestrian routes, etc.) Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned under this contract. 0 • REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-1 TYPICAL ARTERIAL TRAFFIC CONTROL PLAN OWNER TRAFFIC. CONTROL CONTRACTOR COMPANY CANTACT NAME DATE PHONE# TCS CERT # SHEET# - DEVICE TABULATION 2 - ROAD WORK AHEAD 2-LEFT LANE CLOSED AHEAD 2 - TRANSITION(L) 00 - 28' TRAFFIC CONES TYPICAL LEFT LANE t NOT DRAWN TO SCALE ARTERIAL STREETS - Shall include flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under "Flagging". Approved Variable Message Boards shall be required for Arterial streets, shall be shown on the drawing, and shall be paid for separately under "Variable Message Board". Advance Warning Arrow Boards may be requested by the Engineer and shall be paid for separately under "Advance Warning Arrow Board". REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-2 TYPICAL COLLECTOR TRAFFIC CONTROL PLAN ' COMPANY' CANTACT NAME DATE PHONEb TCS CERTq SHEETk OWNER CONTRACTOR TRAFFIC CONTROL NOT DRAWN TO SCALE t� DEVICE TABULATION 2-ROAD WORK AHEAD 2- ONE LANE ROAD AHEAD 2-FLAGGER AHEAD 20 - 28' TRAFFIC CONES COLLECTOR STREETS -Shall include flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under "Flagging". Approved Variable Message Boards may be required for collector streets and shall be shown on the plans and paid for separately under "Variable Message Board". Advance Warning Arrow Boards maybe requested by the Engineer and shall be paid for separately under "Advance Warning Arrow Board". u 0 • REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL • FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN OWNER TRAFFIC CONTROL CONTRACTOR NOT. DRAWN TO SCALE Y®. n+ i a�tioii, waxc IIWG f�. TABULATIONDEVICE 2 - ROAD WORK AHEAD 2= ONE LANE ROAD AHEAD 2 - FLAGGER AHEAD 20 + 2W TRAFFIC CONES COMPANY CANTACT NAME -0ATE- PHONE# TCS CERT# SHEETq RESIDENTIAL STREETS -Shall include flagging personnel required for the road classification, control of cross traffic, andas required for the Contractor's daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under "Flagging". Variable Message Boards are typically not required for residential streets. 0 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL TRAFFIC CONTROL MANAGEMENT — SPECIFICALLY FOR USE IN THE CITY OF FORT COLLINS Subsection 630.11 shall be amended to include the following: The Contractor shall designate an individual, other than the Superintendent, to be the Traffic Control Supervisor. Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or a current Colorado Contractors Association (CCA) certification as a Traffic Control Supervisor. Proof of certification for all personnel assigned to the project(s) shall be provided to the City Traffic Department and the Engineer. The Traffic Control Supervisor shall have approved traffic control plans for the work site and current copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic control for street and highway construction, available on site at all times. The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the Engineer for approval a minimum of five (5) working days prior to commencement of the work. The TCS shall be required to be on site at all times during construction. It is the intent of the specifications that the TCS be the same throughout the year. The TCS shall be equipped with a cellular phone. • Traffic Control Management shall be maintained on a 24 hour per day basis. The Contractor shall make • arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times, and available upon request of the Engineer during non -working hours. A 24 hour telephone number shall be provided to the Engineer. Outside of construction hours, the response time from the Engineers' contact shall be 30 minutes or less and correction of the issue(s) shall be one (1) hour or less. If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the minimum industry standard, the Contractor will be required to replace that individual. TCS duties shall include, but are not limited to: 1. Supervise and direct project flaggers. 2. Prepare, revise, and submit Traffic Control Plans as required. 3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier. 4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. 5. Notify residents and businesses at least 48 hours prior to construction. a. Notifications maybe accomplished by a representative of the TCS such as a flagger and shall be hand typed and hand delivered to all businesses and residents. 6. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are functioning properly and are clean and legible. 7. Oversee all requirements covered by the plans and specifications which contribute to the convenience, safety, and orderly movement of traffic. 8. Breaking flaggers for short periods of no more than fifteen (15) minutes over a sixty (60) minute period. 9. Set up and removal of traffic control device. 10. Maintain a project traffic control diary which shall become part of the City's project records. This diary/log shall be submitted to the Engineer daily and shall include the following information as a minimum • a. Date. b. The time of traffic control inspections. • REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL c. Project description and location. d. Traffic Control Supervisor's name. e. Types and quantities of traffic control devices used per approved MHT. f. List of flaggers used, including start time, stop time and number of flagging hour breaks. g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and corrective action taken. METHOD OF MEASUREMENT Subsection 630.15 shall be amended to include the following:. "Traffic Control" shall be paid by the lump sum for each "Project Area" specified under Section 02500, Quantity Estimate, and shown in Section 03500, Maps, not to exceed the lump sum bid total for all areas. The cost shall include a full time TCS on site throughout the project (including vehicle) and traffic control devices meeting the specification standards (excluding Variable Message Boards, Advance Warning Arrow Panels, and Flagging personnel). Sand bags, sign stands, fencing, lighting, electricity, fuel, and caution tape shall not be measured and paid for separately and shall be considered a subsidiary obligation in conjunction with traffic control items. Traffic control devices and all related incidentals including sand bags, sign stands, fencing, lighting, electricity, fuel, caution tape, etc. shall be included in the lump sum price for the project area. Business signs, Neighborhood Traffic Only signs and Detour Placard street names are not considered Specialty Signs and shall not be measured • or paid for separately but shall be included in the lump sum cost for the project area. "Variable Message Board" shall be measured and paid per each per day in addition to the project area lump sum price. "Flagging" shall be measured and paid per hour in addition to the project area lump sum price and shall be provided based on the Contractors daily work activities, number/location of intersections, or as directed by the Engineer, and shall include all related equipment and incidentals (i.e., Stop/Slow paddles, communication devices if required, personal protective equipment). Hours of non -flagging work in excess of those authorized shall not be measured and paid for separately but shall be at the Contractor's expense including personnel break times, and stand by time. Flaggers shall be provided with hand signs such as Stop/Slow paddles and electronic communication devices when required and follow the current MUTCD standards. Flaggers' equipment and devices shall not be measured and paid for separately. . "Advance Warning Arrow Board" shall be paid per each per day in addition to the project area lump sum price. All costs associated with Traffic Control Plan review shall not be measured or paid for separately, but shall be considered incidental to the Work including re -submittal fees. The City may deduct from compensation due the Contractor $10.00 per day for each traffic control device not removed from the site immediately upon completion of the work or as directed by the Engineer. The Contractor may provide larger construction traffic signs than those typically used in accordance with the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD as approved by the Engineer, however, no • payment shall be made for the additional panel size. REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL "The City of Fort Collins Master Street Plan Map" depicting the street classifications (Arterial, Collector, Residential) can be found at the following link: ham://citydocs fcpov com/?dt=Master+Street+Plan+Map&dn=GIS+MAPS&vid=192&cmd=showdt BASIS OF PAYMENT Subsection 630.16 shall be amended to include the following: Payment shall be made under: Pav Item 630.20 Traffic Control 630.30 Variable Message Board 630.40 Flagging 630.50 Advance Warning Arrow Board Unit Lump Sum Per Each/Per Day Hour Per Each/Per Day The lump sum price for Traffic Control under item 630.20 shall be the summation of the individual project area lump sum unit costs shown on the schedule. Payments shall be made only when the project area has been complete and the traffic control removed. Any changes to the scope of the project areas that significantly add to or detract from the traffic control requirement, in the judgment of the Engineer, shall be addressed by deducting the project area from the total and adding the new area to the Contract based on the Traffic Control Ratio multiplied by the total cost of the installed quantities for the revised or new project area. The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in setup/removal/modification, notifications and delivery for Construction Zone Traffic Control including vehicles, phones, sandbags, hand signs, break times, as shown on the plans, as specified in these specifications, and as directed by the Engineer. Traffic Control quantities impacted by additions to or deletions from the Work in Section 02500, "Quantity Estimate" shall be paid by Change Order and included in the monthly progress payment(s). E • 0 • REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE ENGINEER IN WRITING. NOTE: FULL CLOSURES ON ARTERIAL AND COLLECTOR STREETS SHALL BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF TWO (2) WEEKS PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE MEDIA. NOTE: CONSTRUCTION OR REPAIR WORK WILL NOT BE PERMITTED AT OR IN THE VICINITY OF A SIGNALIZED INTERSECTION OR ANY ARTERIAL AND COLLECTOR STREETS THAT HAVE MAJOR TRAFFIC VOLUMES BETWEEN THE FLOURS OF 7:00 A.M. TO 8:30 A.M OR 3:30 P.M TO 6:30 P.M. (EXCEPT IN THE CASE OF AN EMERGENCY). EXCEPTIONS MAY BE MADE FOR CONSTRUCTION OR REPAIR WORK ON ARTERIAL AND COLLECTOR STREETS BETWEEN THE HOURS OF 7:00 A.M. TO 6: P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, WHEN ALL EQUIPMENT, LABOR, TRAFFIC CONTROL DEVICES, AND CONSTRUCTION ARE NOT IN THE VICINITY OF AN INTERSECTION. THE ENGINEER SHALL AUTHORIZE SUCH WORK AND SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION. • NOTE: TIME RESTRICTIONS ON S.H. 287 AND HWY 17 (COLLEGE AVENUE AND MULBERRY STREET EAST OF LEMAY) SHALL TYPICALLY BE RESTRICTED FROM 9:00 A.M TO 3:00 P.M. NOTE: CONSTRUCTION FLOURS, EXCEPT FOR EMERGENCIES SHALL BE LIMITED TO 7:00 A.M. T06:00 P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED IN WRITING BY THE ENGINEER. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. • SECTION 02500 QUANTITY ESTIMATE This work shall consist of scarification and rejuvenation of the existing asphalt surface and installation of recycled and new asphalt material including adjustment of manholes and water valves on designated streets in the City of Fort Collins and the City of Loveland. Specific locations are described herein. All quantities stipulated in the Bid Schedule at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work done. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount therefor. • • 0 • • CITY OF FORT COLLINS Line Item Hot -in -Place Recycling Rejuvenating Agent Adjust Valve Box Adjust Valve Box with Ring Adjust Manhole with Ring 405.01 405.02 210.01 210.03 210.05 " Unit SV Gal Each i Each Each Center Ave 50,750.00 4,060.00 20 8 31 Lake Sherwood 52,892.00 4,231.36 30 10 29 Foothills Park 11,934.00 954.72 6 4 11 TOTALS 115,576.00 9,246.08' 56 22 71 SECTION 00300 • BID FORM PROJECT: 7513 Hot -In -Place Recycling Project ,e Place: J�lC�B[ti fi? CO ✓%�� bate;- 1. In compliance with your Invitation to Bid dated �` _ ,� ._ , WS and subject to all conditions thereof, the undersigned a (Corporation, Bi_dLiability GempaRy, authorized to do business in the State of Colorado hereby prop oses,fo furnish and do everything required by the Contract Documents to which this refers. for the construction of f 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. I Accompanying this Bid i ` a_ ceirtifieJ or oashleescheck or standard Did borld in the sum of AAMP44 Allp_f - C,/ _ . ra- in 6cc6rdance wa the Invitation To Bid and Instructions to • Rirlrlare 4. The.underslgned 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 propqes to -furnish the specified performance andpaymenf Bonds is as follows: -TXfE L{r�Q�FoRa %3dDGt7ltDtY 6Y py(�¢lu� h?A; 5 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 Ilsted in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in.acdordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 0 2013 PT STREET STREET FROM TO STREET LENGTH WIDTH AREA CLASS Feet Feet SY i 14000 2E 3rd St N Lincoln Ave Maple Dr N Monroe Ave COL 555 60 3 700� 14025 fE 23rd St Maple Dr COL 813 601 5,420, 14050 E 23rd St N Monroe Ave Nyssa Dr COL 295 601 1,9671 14075 fE 23rd St Nyssa Dr Oleander Dr COL 247 _ 601 1,6471 14100 E 23rd St Oleander Dr Pitch Pine Ct -_ J COL 381 - 60 52 40 14112 •E 14125 23rd St E 23rd St Pitch Pine Ct - Nyssa Dr Nyssa Dr Silver Leaf Dr t COL COL 262 464 60 60 1,747 3,093 63800 N VAN BUREN AVE W 8TH ST LONGS PEAK BLVD COL 782 46 3,997 63825 N VAN BUREN AVE LONGS PEAK BLVD W 10TH ST COL 255 46 1,303 63850 ,N VAN BUREN AVE W 10TH ST W 11TH ST ( COL 277 46 1,416 63875 �N VAN BUREN AVE W 11TH ST W 12TH ST f COL 174 46 889 I 63900 N VAN BUREN AVE W 12TH ST CIMMERON DR COL 310 46 - 1,584 63925 N VAN BUREN AVE CIMMERON DR W EISENHOWER BLVD COL 360 46 1,8401 63950 N VAN BUREN AVE W EISENHOWER BLVD W 15TH ST COL 343 612,3251 63975 IN VAN BUREN AVE W 15TH ST W 17TH ST COL 561 60 3,7401 �_64000 N VAN BUREN AVE W 17TH ST W 18TH ST - COL 418 501 2,3221 64025 IN VAN BUREN AVE W 18TH ST W 20TH ST COL 662 51 3,7511 64 50 0 1,N VAN BUREN AVE W 20TH ST W 22ND ST COL 670i _ 51 3,797, 64075 IN VAN BUREN AVE IW 22ND ST W 23RD ST COL 1 313� 50 1,7391 64100 N VAN BUREN AVE _._ W 23RD ST W 24TH ST_ COL _302 50 1,67811 64125 N VAN BUREN AVE 1-W _ 24TH ST W 25TH ST _ - _ COL 267I 50 1,4831 36675 N Empire Ave p W 15th St _ -_.-_ W 17th St LOC 402 40�� 1787j 36700 N Empire Ave W 17th St W 18th St LOC 579f 401 2573 36725 N Empire Ave W 18th St I W 22nd St LOC 1342 - 40 59 4646 32625 32650 S DOTSERO DR S DOTSERO DR IS DEL NORTE DR 11TH ST SW 114TH ST SW S DEL NORTE DR COL O 5 532 58 60 _ 2223 3 45 71 32675 S DOTSERO DR lOTH ST SW 11TH ST SW COL 262 60 17471 32700 _ S DOTSERO DR _ JOCELYN DR LOTH ST SW COL 987 60; 6580 32725 15 DOTSERO DR !CARLISLE DR JOCELYN DR 1 COL _ 679 62 4678 32750 32775 S DOTSERO DR S DOTSERO DR i6TH ST SW JEAGLE DR CARLISLE DR 6TH ST SW COL COL 4741 266 60 601 3160 1773 32787 15 DOTSERO DR EAGLE DR EAGLE DR COL 163 601 1087 32800 32825 IS DOTSERO DR S DOTSERO DR TERRI DR 3RD ST SW EAGLE DR TERRI DR COL 315 5381- 60 601 21001 3587 32850 32875 S DOTSERO DR S DOTSERO DR LILY Pl. LYDIA DR 13RD ST SW LILY PL _COL COL _. - COL j 270 -- 268 — 601 501 1800 1489 32900 S DOTSERO DR CW 1ST ST M_ [LYDIA DR - - _COL -1 -1531 SOI ___„_850j 96,922 ,J 0 0 SECTION 03500 PROJECT MAPS In Order of Priority • Overall 2013 Program Map • Center Ave o Includes: Center Ave - from Prospect Rd to Shields St Worthington Ave — from Drake Rd to Center Ave Research Blvd — from Drake Rd to Center Ave • Foothills Park o Includes: • Colony Dr — From Horsetooth Rd to Blue Mesa Ave • Tradition Dr— From Horsetooth Rd to Colony Dr • Lake Sherwood o Includes: • Centennial Rd — From Lemay Ave to Parklake Dr • Parklake Dr— From Centennial Rd to Parklake Ct • Springwood Dr — From Lemay Ave to Lochwood Dr • 0 Fart Collins N 2013 SMP PROGRAM HOT —IN —PLACE RECYCLING W F s ��illll�l��!��iil ON � 11111•111 IIIIIIIIIN�II II � IIIIIIII�I I�Ilm:lri IVA al 'Au MWA-um r • 0 Fort Collins 2013 - 2014 SMP PROGRAM W E g�. HOT -IN -PLACE RECYCLING ��SiiVVV1// s Fort of 2013 - 2014 SMP PROGRAM HOT -IN -PLACE RECYCLING D E Foothills Park WAE S 0 0 Fort Collins E 0 a 2013 - 2014 SMP PROGRAM HOT -IN -PLACE RECYCLING Lake Sherwood SECTION 04000 EROSION CONTROL AND INLET PROTECTION • INDEX OF EVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP) New Construction Activities for Municipalities 1 of 2 Street, Curb, and Gutter Replacement and Construction 1 of 3 Street, Curb, and Gutter Maintenance 1 of 3 Spill Prevention and Response 1 of 4 Utility and Storm Sewer System Maintenance 1 of 4 Utility and Storm Sewer System Replacement and Construction 1 of 3 Power Washing 1 of 2 Vehicle Fueling 1 to 3 Outdoor Fleet Maintenance 1 of 4 Heavy Equipment and Vehicle Maintenance 1 of 4 0 For More Information Name Address City, State Phone e-mail Possible Pollutants Sediment Chemicals Organics Trash Good Housekeeping -Waste Management Employee/Contractor Training 'Proper Cleanup and_ Disposal Procedures Related Procedures Heavy Equipment and Vehicle Maintenance Parks and Open Space Maintenance Spill Prevention and Response Street, Curb, and Gutter Replacement and Construction Utilities and Storm Sewer System Replacement and Construction Vehicle Fueling 0 New Construction Activities for Municipalities . Description This fact sheet covers new construction activities disturbing less than one acre not subject to a CDPS Construction permit. New construction includes, but is not limited to buildings, structures, capital improvements, roadways, and recreational components such as trails, restrooms, and other structures. Procedures provided are general in nature and can be applied to any scale or type of municipal construction. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures ■ Obtain all applicable federal, state, and local permits for .construction projects. • The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. • Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking control. Sediment and erosion controls will be Page 1 of 2 va.,ca:.:+e. .,. z;. __. i dz�� i.. .-•.r Y `:;:' a�...,.^,«v,.—. r, 4.Y i�a#i�.J, z€.t '8. :.�. installed and maintained in accordance with approved design criteria and/or industry standards. Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work is actively occurring. Where feasible, grading activities should be scheduled during dry weather. • Best management practices will be periodically inspected and maintained as necessary. • Waste containment for concrete washout, masonry, paint, trash and other potential pollutants will be available when these activities are being conducted. • Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response. Employee Training Train applicable employees who perform new construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform new construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial SOP: Nezo Constriction SOP, August 2007. Mesa County, Municipal Operations and Maintenance Program, July 2005. Page 2 of 2 0 Street, Curb, and Gutter For More Information Name ! Replacement and Address Construction i City, State Phone Description e-mail Procedures involving the replacement and Possible Pollutants construction of streets, curbs, and gutters have the Fine-grained sediment potential to impact stormwater quality. Materials Organics involved in these activities should be used efficiently ' and disposed of properly. Oil Saw -cut slurry When services are contracted, this written procedure Trash should be provided to the contractor so they have the Good Housekeeping proper operational procedures. In addition, the Dumpster/Waste Management contract should specify that the contractor is responsible for abiding by all applicable municipal, Employee/Contractor Training state, and federal codes, laws, and regulations. Proper cleanup'and disposal procedures, Procedures Dry cleaning methods General • Related Procedures • Obtain all applicable federal, state, and local Spill Prevention and Response permits for construction projects. Street Sweeping The Colorado Stormwater Construction Street Sweeper Cleaning and General permit applies to construction sites Waste disturbing one acre or more, or less than one Street, Curb and Gutter acre but part of a larger common plan of Maintenance development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. • Pagel of 3 • • U a. BID'SCHEDULE (Base Bid) CITY OF FORT COLLINS lleNo.. '- Deeir(ptlot" l,lnit Contract i r 5 tl• [InitPrice a -t rCftyoft'artCallinsCwt ..._ _ .,- (j uaolN`y 465.61 liol-ln-111acc Recycling 5Y 116;000' cr �D .S 30/ 4p0. [jh - -46.112 Riejirrt:mAngANftI Gnllon 9,230� - j) - S JrjQ.IlIJ - 210.01 Adju31 Vahu,Bok Ehch 50. �; a S 210.02 _ Adjusl VOM Box aiih RinE Erich 22 � ap S 210.03 Adjust Manhole %tiith Ring 1h .� ' 1,- . �D S 630,20 Ttallic Cimlrol • (uc below) Lunipsty I ^�.tlfJ, $ '(491,Gi3. - G30.30 V:ume Message 1?ivud 35 1. S - to - .rl1D 15.75.di7 630.40 FlaLying Hour 150... I:Xp. J._ 5 14 6V j) C+3050 Advance Warning Arrow Board p r faelu rc� IS �j/. oU S - !. J,6SOU r6rALCQSr s Oz s- Ccnls TRAFFIC CONTROL COSTS FOR FACIi PROJECT AREA BEI:OW SHALL BE PROVIDED AS A LUMP,SUM FOR DIE PROJECT ARP -A• Tt1E TOTAL M ALL PReircr AREAS 0ELOW MALL EQUAL THE LUMP SUM COST FOR LINEI'I EM 63o.2oTRAtTIC co.4 rROL ABOVE, PIX-ML NTEIt ABOVE. See'Maps In sectlon'D35001n contmet do�emnenls4' 1:n T -.G• `' Unit. P3 f. tt #ilP 4u ntliy t .. t Unif Nice l':.� F »-j '.Tdtnl Cosi - 'i t. S 'CenterAvo Lump Sum 1p dD $ / �rJfJ•dv Foolhilla.Park Lump Sum ! 41V $ ,. - ,027 - LukeSherwood Lump Sum.. 1. 3+Cj, /j(} $ Q.aV CoPY.t , W to Item 630 20 _ S ZTD CITY:OF L' OV-ELAND - ItcmNo�- _ De4cripnon' Unit• Contract`. UniiPrtcc:� Jr fllyofLowinudCost - - A05,01. Hpt•Itr-place Zee clip y g SY 9G,922 a,�oo. S a l 5°77• Zv A05.02 Rejulenating Agcnt Gallon 7;754 10.03 Ailjral Vale Box ixith Ring La h 81 S /D , or 210.05 Adjust Manhole �%ilh Ring [nch. 55 S' - 019.01 Traffic Control- OlyofLoNvInadOnty . Lumpsum. I I ly 7-40 AV S 7<6," - No Patk si jts -_City of Lowlwtd Oaly- Lump Swn. S "TOTAL COST •$. 045 2Z'.e1© /11Jt�rALIAl16- 471(K:.f I_L4TGm Dalinrsand Total Bid Price. for thg City FF�CO line Hnd CiH of LAwelund (the sutn of bush City buts above) I,Ltf.+^ pitAz;t& /&W raallam and /'K!*!Y4 ..Cents. • Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking control. Sediment and erosion controls will be installed and maintained in accordance with approved design criteria and/or industry standards. When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry, sweep it up, and properly dispose of the sweepings or vacuum while saw cutting. • Do not perform concrete or asphalt paving work during wet conditions whenever possible. • Monitor construction equipment for leaks and use drip pans as necessary. Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Wash out mixers, delivery trucks, or other equipment in the designated concrete washout area only. • Locate concrete washout, portable toilets, and material storage away from storm drain inlets. • Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work is actively occurring. • • Sweep or vacuum the roadway as needed, during construction and once construction is complete. • Best management practices will be periodically inspected and maintained as necessary. Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response procedures. • Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response. Bridge Construction Do not transfer or load any materials directly over waterways. • Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips might be spilled into a waterway. Concrete Work • Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. • Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. • • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Work Control the placement of road base or asphalt used in embankments or shoulder backing; do not allow these materials to fall into any storm drain or watercourses. Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid waste. Painting and Striping If possible, schedule painting and striping projects during dry weather. Use thermoplastic or epoxy markings in place of paint whenever feasible. Use care to prevent splashing or spilling of any liquid material. Follow the Spill Prevention and Response procedure should a spill occur. Employee Training Train applicable employees who perform street, curb, and gutter construction on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter construction. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Deparhnent of Public Works: Asphalt Program, No Date. PACE, Stornnoater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. • 3of3 • - _ --I-nformation-- - f Street, Curb, and Gutter For More � Name Maintenance iAddress Description City, state Phone Street, curb, and gutter activities include concrete and e-mail asphalt installation, maintenance, repair, and replacement; bridge maintenance; and painting and Possible Pollutants striping. Procedures involving the maintenance of Fine-grained sediment streets, curbs, and gutters have the potential to impact Organics stormwater quality. Materials involved in these Oil activities should be used efficiently and disposed of Saw -cut slurry' properly. Trash When services are contracted, this written procedure Good Housekeeping should be provided to the contractor so they have the Dumpster/Waste Management proper operational procedures. In addition, the Employee/Contractor Training contract should specify that the contractor is Proper cleanup and disposal responsible for abiding by all applicable municipal, procedures state, and federal codes, laws, and regulations. Dry cleaning methods Procedures 10 Related Procedures General Spill Prevention and Response . Protect storm drain inlets and drains with curb Street Sweeping socks, rock berms, inlet protection, or drain Street Sweeper Cleaning and covers/mats prior to any maintenance activity. Waste . When saw cutting ensure that no slurry enters the storm drain, let the slurry dry, sweep it up, and properly dispose of the sweepings. • Do not perform concrete or asphalt patch work during wet conditions whenever possible. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Monitor equipment for leaks and use drip pans as necessary. • Sweep or vacuum the roadway once maintenance activities are complete. 0 • Bridge Maintenance • Do not transfer or load any materials directly over waterways. • Secure lids and caps on all containers when on bridges. Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips might be spilled into a waterway. Concrete Maintenance Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. • Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Maintenance • Sweep to minimize sand and gravel from new asphalt from getting into storm drains, streets, and creeks. Do not allow asphaltic concrete grindings, pieces, or chunks. used in embankments or shoulder backing to enter any storm drain or watercourses. Apply temporary perimeter controls. Install silt fence until the structure is stabilized or permanent • controls are in place. • Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste. Drainage inlet structures shall be covered with inlet protection during application of seal coat, tack coat, slurry seal, and/or fog seal. Painting and Striping • If possible, schedule painting and striping projects during dry weather. • Use thermoplastic or epoxy markings in place of paint whenever feasible. • The pre -heater for thermoplastic striping and d the melting tanks used during pavement marking must be filled carefully to prevent splashing or spilling of materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow room for material to move and splash when vehicles are deadheaded. Employee Training • Train applicable employees who perform street, curb, and gutter maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter maintenance. Records • The following records could be used to document activities performed: Page 2 of 3 • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormzoater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. • 1 J 0 0 0 Spill Prevention and For More Information Name. Response Address City, State Description Phone Due to the type of work and the materials involved, many e-mail activities that occur either at a municipal facility or as part of municipal operations have the potential for accidental Possible Pollutants i spills. Some municipal facilities operate under Spill Chemicals Prevention Control and Countermeasures (SPCC) plans Toxics that include procedures for spill response. Proper spill Oil response planning and preparation enables employees and Paint contractors to effectively respond to problems and Fuel minimize the discharge of pollutants to the storm sewer Good Housekeeping ' system. Waste Management When services are contracted, this written procedure should be provided to the contractor so they have the Employee/Contractor Training proper operational procedures. In addition, the contract Proper cleanup and disposal should specify that the contractor is responsible for procedures abiding by all applicable municipal, state, and federal Related Procedures codes, laws, and regulations. Fertilizer, Pesticide, and Herbicide Application Procedures Heavy Equipment and Vehicle Spill Prevention Maintenance Keep work areas neat and well organized. Material Storage Materials Management Maintain a Material Safety Data Sheet (MSDS) for each hazardous chemical. Follow the Outdoor Outdoor Vehicle Maintenance Material Storage procedures. Vehicle Fueling Provide tight fitting lids for all containers. Keep containers clearly labeled. Labels should provide name and type of substance, stock number, expiration date, health hazards, handling suggestions, and first aid information. • Store containers, drums, and bags away from direct traffic routes to prevent accidental spills. Inspect storage containers regularly for signs of leaking or deterioration. • Replace or repair leaking storage containers. • Use care to avoid spills when transferring materials from one container to another. Page 1 of 4 Use powered equipment or get assistance when moving materials to and from a storage area. Use care to prevent puncturing containers with the equipment. Do not wash down or hose down any outdoor work areas or trash/waste container storage areas except where wash water is captured and discharged into the sanitary sewer (if approved). Conduct periodic inspections to ensure that materials and equipment are being handled, disposed/recycled, and stored correctly. Provide adequate spill kits or lockers with sufficient equipment and supplies necessary for each work area where the potential for spills or leaks exists. Inspect each spill kit or locker regularly and after each spill response. Replace any spent supplies or repair any equipment that is worn or not suitable for service. Stock adequate personal protective equipment. Spill Response Safety Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or sample an unknown substance. If a highly toxic or flammable substance is discovered, staff should leave the immediate area and contact the appropriate identified response authority, such as the fire department. If there is any question about a substance, contact the appropriate identified response authority or other designated representative. Procedures Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the storm sewer system and to minimize the area requiring cleanup. Determine the source of the spill and stop the spill at its source by closing a valve, plugging a leak, or setting a container upright. Transfer material from a damaged container. Identify the material and volume spilled. Contact the appropriate identified response authority or other designated representative if you cannot identify the material and its properties. Refer to the MSDS to determine appropriate personal protective equipment, such as gloves and safety glasses and appropriate cleanup methods. Clean up spills immediately to prevent spreading of wastes by wind, rain, and vehicle traffic and potential safety hazards. Use sand absorbents or socks, pillows, or pads to quickly capture spilled liquid and properly dispose of all clean-up materials. Use dry clean-up methods only. Complete all necessary reports. Page 2 of 4 0 • Spill Reporting • A spill of any chemical, oil, petroleum product, or sewage that enters waters of the state of Colorado (that include surface water, ground water, and dry gullies and storm sewers leading to surface water) must be reported immediately to the Colorado Department of Public Health and Environment. • Release of a substance into a storm drain, or onto a parking lot or roadway as part of a storm sewer leading to surface water, is reportable. However, if the material can be contained and cleaned within the storm sewer system to the degree that a subsequent flow in the storm sewer will not flush the substance to waters of the State, it may not need to be reported. • Contact the appropriate identified response authority within the municipality or other designated representative and be prepared to provide details needed to report the spill to the necessary agencies. • Detailed spill reporting guidance can be found at http: / / www.cdphe.state.co.us/ op/ wgcc/ Resources/ Guidance/ spillguidance.pdf and ht!p://www.cdphe.state.co.us/hm/`­spillsandreleases.htm Employee Training • . Train applicable employees who perform spill prevention and response on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform spill prevention and response activities. Records The following records could be used to document activities performed: • Records of any major spills and the action taken. • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Good Housekeeping, No Date. City of Centennial, Department of Public Works: Materials Management, No Date. City of Centennial, Department of Public Works: Spill Prevention and Control, No Date. City of Golden, Stormwater Quality Pollution Prevention Guide for Municipal Operations: Parks Department Golf Course, January 2004. City of Lafayette, Spill Clean Up, No Date. Colorado Department of Public Health and Environment, Environmental Spill Reporting, January 2009. 0 Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. USEPA Menu of BMP: Spill Response and Prevention, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009. • Page 4 of 4 • • • • For More Information ! Utility and Storm Sewer Name Address ; System Maintenance City, State 1 Phone I Description This procedure addresses utility and storm sewer system e-mail maintenance. Utilities include power, sanitary sewer, Possible Pollutants water conveyance systems, and the storm sewer system. Sediment Power includes electrical and gas utilities. Maintenance Nutrients of power may require excavation and reinstallation of Metals lines including open cut trenching or directional boring Hydrocarbons in landscaped areas or street right of way. Electrical and Trash gas line maintenance ensures services are provided to Good Housekeeping businesses and households without interruption. Waste Management The sanitary sewer system is cleaned as part of routine Employee/Contractor Training maintenance and on an emergency basis. Without proper maintenance, sanitary sewer back-ups and Proper Cleanup and Disposal overflows may occur and can result in potential property Procedures damage and significant health concerns if not properly Related Procedures managed. Heavy Equipment and Vehicle Maintenance Water conveyance systems are flushed and pressure tested as part of routine maintenance. Potable water Parks and Open Space Maintenance systems must be properly maintained to ensure delivery of water that meets State and Federal health standards. Spill Prevention and Response Failures result in water main breaks that can cause Street, Curb, and Gutter property damage including erosion. Replacement and Construction The storm sewer system is cleaned as part of routine Utilities and Storm Sewer maintenance and on an emergency basis in the event of System Replacement and flooding. Maintenance will remove pollutants and Construction ensure the system functions properly to avoid flooding. Vehicle Fueling Flooding, ponding, and uncontrolled sheet flow can result in property damage and increased soil erosion. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Page 1 of 4 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting, the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: C. President Cutler Repaving, Ino. • License Number {If Applicabtej • (Seal - if Bid is by corporation) �' c attp�t• ( — ...Z.�L. Address M1 EVthSt Lawrence, KS 66046-4917 Telephone 785-043-1524 Email 1IE5kEgidA.IQ dv+-rLWkrVA%11A34-e6At • Procedures General • Conduct routine inspection and maintenance on utility and storm sewer systems. • Where feasible, schedule maintenance activities during dry weather. • Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed. Wash and fuel the jet/vacuum truck per the Heavy quil2ment/Vehicle Maintenance procedure. • Properly dispose of vac truck contents. • Stay alert for any signs of illicit discharges. This includes "dry weather' flows or pipes or hoses emptying directly into waterways or the storm sewer system. • Report any suspicious discharges or dumping to your supervisor. Electrical and Gas Utility Maintenance To prevent sediment, mud and particles generated by power utility maintenance from entering the stormwater system implement inlet protection, perimeter control, street sweeping, vehicle tracking control, stockpile management and material management BMPs. Restore landscaped or hardscaped areas promptly. • Potable Water Line Flushing Remove any debris from the gutter that could wash away with the water. If possible, sweep the flow line before flushing the line. Direct the water so that it is not flowing over exposed soil areas in order to minimize erosion. Water Line Breaks • Contain spoils by building berms or installing rock socks around the area of disturbance. • Dewater the excavation by using a vac truck. • Discharge high chlorine water to the sanitary sewer via the nearest manhole, to a water truck, through a dechlorinating diffuser, or other method of dechlorination. • Remove sediment from the street, curb, gutter and storm inlets as needed immediately following the repair. • Where needed, install a temporary patch or repave as soon as practicable following the repair. • If necessary, revegetate areas as soon as practicable following the repair. Sanitary Sewer Backup Clear line stoppage to prevent backup into house basements and manhole overflows. . Page 2 of 4 Contain overflows by using emergency generator, pump and/or a vac truck to intercept flows. It may be necessary to construct additional containment. Clean up spills by washing and vacuuming the affected areas. Lime may need to be applied for disinfection of affected areas. Lime must be removed once disinfection is complete. Storm Sewer System Pipes, Catch Basins, Inlet and Outlet Structures, and Culverts Clean storm sewer system by manual cleaning or jetting the pipes using a jet/vacuum truck to remove the material. Do not temporarily store collected storm system cleaning debris adjacent to any surface water, storm drain inlet, or drainageway. Storm sewer system maintenance wastes may be either non -hazardous or hazardous. Solid non -hazardous waste may be disposed in a sanitary landfill or recycled. Liquid non -hazardous waste must be evaporated before disposing of it into the landfill or discharged to the sanitary sewer system with the approval of the local wastewater treatment plant. Hazardous waste, as defined under Colorado Hazardous Waste Regulations (6 CCR 1007-3), must be transported and disposed of at a permitted disposal or treatment facility. Replace or maintain "no dumping' stencils or plaques as necessary. 0 . Remove trash from trash racks and grated openings. Detention and Retention Ponds • Inspect the outlet works and remove trash or vegetation from the trash racks and grates. • Inspect side slopes of the pond for -erosion and reestablish vegetation as needed. • Remove and service fountains and aerator motors as recommended. • Report any suspected water quality problems such as a change in growth or appearance of vegetation. • Report excessive sediment accumulation, standing water beyond the designed drain down time.or damage requiring additional maintenance. Drainageways Drainageways include drainage channels, ditches, grass swales, and washes. Inspect drainageways for erosion and repair if necessary. Remove and properly dispose of trash and debris from the drainageways. Remove sediment which could impede flow in drainageways. Leave an unmown buffer when mowing adjacent to drainageways to filter pollutants. Do not leave grass clippings in or next to the drainageway. Do not apply landscape chemicals in the buffer area. 0 Page 3 of 4 Employee Training • Train applicable employees who perform utility and storm sewer system activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform utility and storm sewer system activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainagezuay Maintenance SOP, August 2007. City of Golden Stormzoater Drainage Maintenance Plan, February 2008. City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. • City of Greeley, Department of Public Works: Ditch Program, No Date. City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sezoer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Optional Additional Resources Municipal codes and ordinances that relate to utility or storm sewer system maintenance. Inspection and maintenance frequency plan for the storm sewer system. Specific instructions on how to operate applicable equipment. Instructions on how to track the amount of debris collected. Treated Water Discharge Plans for potable water maintenance. Page 4 of 4 0 • -- ----- - - - Utility and Storm Sewer For More Information Name System Replacement and Address Construction j City, State Phone e-mail Description This procedure covers utility and storm sewer system Possible Pollutants replacement and construction. Utilities include power, Sediment storm sewer, sanitary sewer, water conveyance systems. Chemicals When services are contracted, this written procedure Organics should be provided to the contractor so they have the Trash proper operational procedures. In addition, the contract Good. Housekeeping should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal Waste Management codes, laws, and regulations. Employee/Contractor Training Proper Cleanup and Disposal Procedures Procedures _ General Related Procedures Obtain all applicable federal, state, and local Heavy Equipment and Vehicle permits for construction projects. Maintenance • Parks and Open Space The Colorado Stormwater Construction Maintenance General permit applies to construction sites Spill Prevention and Response disturbing one acre or more, or less than one acre but part of a larger common plan of Street, Curb, and Gutter development. Replacement and Construction A larger common plan of development is Utilities and Storm Sewer defined as a contiguous area where multiple System Replacement and separate and distinct construction activities Construction may be taking place at different times on Vehicle Fueling different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. • Page 1 of 3 • Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, sediment control logs, check dams and vehicle tracking control. Sediment and erosion controls will be installed and maintained in accordance with approved design criteria and / or industry standards. • When saws cutting, ensure that no slurry enters the storm drain. Let the slurry dry, sweep it up, and properly dispose of the sweepings or vacuum while saw cutting. • Where feasible, grading activities will be scheduled during dry weather. • Do not perform concrete or asphalt paving work during wet conditions whenever possible. • Monitor construction equipment for leaks and use drip pans as necessary. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Wash out mixers, delivery trucks, or other equipment in the designated concrete washout area only. • Locate concrete washout, portable toilets, and material storage away from storm drain inlets. • • Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work is actively occurring. • Sweep or vacuum the roadway as needed, during construction and once construction is complete. • Best management practices will be periodically inspected and maintained as necessary. Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response procedures. Emergency Repair and Replacement Emergency Discharges are defined as situations in which it is not possible to implement all of the available BMPs due to the uncontrolled nature of the discharge. The primary focus during these events is to identify and mitigate the cause as soon as possible. Clean up of resulting sediment or other pollutants will be performed as soon as practicable following the emergency. Refer to the Spill Prevention and Response procedure for reporting requirements. Page 2 of 3 0 • Employee Training Train applicable employees who perform utility replacement and construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform utility replacement and construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainageway Maintenance SOP, August 2007. City of Golden Storntzoater Drainage Maintenance Plan, February 2008. • City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Program, No Date. City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. 0 Page 3 of 3 City of Fort Collins Regulatory and Government Affairs Division City of Fort Collins Verification Originator Revised Approved Issued Initials Date LR Oct.09 ss 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater Persons who will City staff who perform power washing, and their supervisor/manager. use this ESOP: A variety of City departments perform power washing. The employee Area of who power washes, and his/her supervisor/manager, will use the application: information in this SOP to guide their power washing, and supply purchasing, activities. Document I:\RGA Division\SOPs\ESOPs location: Revisions Rev. Date Description No. 001 002 Procedure Index 1.0 Purpose 2.0 Scope 3.0 Process 4.0 Training Requirements 5.0 References/Related Documents 6.0 Records Revision date: 10/19/2009 • • Page 1 of 3 • City of Fort Collins Regulatory and Government Affairs Division FCltyof art_ Collins Verification Originator Revised Approved issued - Initials -' LR ss Date Oct.09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater ` 1.0 :Purpose I 1.1 The purpose of this ESOP is to describe the appropriate methods of handling power washing wastewater. 2.0 Scope ; 2.1 The scope of this ESOP is limited to the description of the allowable methods of the disposal of power washing wastewater and the protection of the storm drainage system; the scope does not include specifics on how to power wash. 3.0 Process 3.1 Power washing wastewater must be prevented from running uncontrolled in the City's storm water system. The system includes streets, inlets, gutters, ponds, creeks, ditches, and the Poudre River. During the power washing activity, ensure • the wastewater is controlled by the utilization of the natural slope of the land, or barriers such as inlet covers. Use of barriers on an impermeable surface also requires that the wastewater be vacuumed, collected, and disposed of properly. 3.2 General pollution prevention procedures: A. Use dry methods for surface pre -cleaning, such as using absorbent on small oil spots and sweeping up trash, debris, dirt, and used absorbent before power washing. B. Minimize the amount of water used during power washing activities. C. Avoid using cleaning products that contain hazardous substances (e.g., hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn wastewater into hazardous waste. 3.3 Prior to power washing, decide on one of the following methods of disposal: D. Landscape --power washing wastewater may be discharged to landscaped areas if the materials used and the material removed are not harmful to vegetation, there is no ponding, and there is no uncontrolled runoff to the stormwater system. E. Wastewater treatment system-- As long as the collected wastewater does not have an oil sheen, has a pH between 5 and 11, and does not contain any hazardous or toxic substances, the wastewater may be disposed of into the City's wastewater treatment system. .t If you add anything to the wash water (ie—a cleaning agent) or if you have questions about the content of your power washing wastewater, Revision date: 10/19/2009 Page 2 of 3 City of Fort Collins Regulatory and Government Affairs Division Flirof t Collins Verification Originator Revised Approved Issued ln"itials LR Date Oct.09 ss 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater please contact the industrial pretreatment office at 221-6938. Disposal into the City's wastewater treatment system may be done either by discharging directly to an inside drain, or by pump truck at the Drake wastewater treatment facility. Disposing by pump truck requires a waste hauler's permit, and a 5 cent/gallon fee will be charged. For fee information, or to obtain a permit, contact the industrial pretreatment office at 221-6938. F. Truck the waste to a different waste disposal facility. 3.4 Once wastewater has been collected, visible solids remaining in the collection area must be swept up to prevent future discharges to the storm drain. 3.5 A sewer manhole cover may not be removed for disposal to the wastewater . system. 3.6 If you are working in an area that is serviced by a neighboring wastewater district, such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that . district's industrial pretreatment coordinator before discharging to their system. 4.0 Training Requirements 4.1 The training requirement associated with this procedure is knowledge of the proper management of power washing wastewater. 5.0 References / Related Documents 5.1 http://www.cdphe.state.co.us/wq/PermitsUnit/PolicyandGuidance/powerwash.pdf 5.2 I:\RGA division\Illicit Discharge Program\Complaint Calls\pressure washinq\City power washing guidance.pdf 6..0 Records 6.1 The following records could be used to document activities performed:_ • Records of employee training with sign -in sheet. • List of power washing activities and departments responsible for conducting power washing. Revision date: 10/19/2009 Page 3 of 3 0 u For More Information Name Address City, State Phone e-mail Possible Pollutants Metals Hydrocarbons Toxins Good Housekeeping Drip pans Secondary containment' Automatic shutoff nozzles Signs Spill response plans Spill cleanup materials Dry cleanup methods' Employee training Related Procedures Heayy Equipment/Vehicle Maintenance Outdoor Fleet Maintenance Spill Prevention and Response Vehicle Fueling Description Spills of gasoline and diesel fuel on the ground or on vehicles during fueling can wash into a storm drain and cause water pollution. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state and federal codes, laws, and regulations. Procedures General Fuel vehicles at approved locations (municipal fueling station or offsite fueling station). Provide spill kits near the municipal fueling location. If fuel is stored in an above -ground tank, store fuel in enclosed, covered tanks with secondary containment (e.g., concrete barrier or double -walled tanks). All fuel tanks will be inspected per State and Federal regulations. Periodically inspect municipal fueling locations for the following: ■ For above -ground tanks, inspect tank foundations, connections, coatings, tank walls, and piping systems. Look for corrosion, leaks, cracks, scratches, and other physical damage that may weaken the tank. ■ Check for spills and fuel tank overfills due to operator error. Clean up any leaks or drips. Clean up is not completed until the absorbent is swept up and disposed of properly. Report leaking vehicles to fleet maintenance. 0 Page 1 of 3 • • SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors • Vehicle Fueling Follow all posted earnings. • Ensure that the nozzle is properly inserted in the filler neck of the vehicle before dispensing any fuel. • Remain by the fill nozzle while fueling to ensure the nozzle stays in place. • Do not top off the tank of the vehicle once the nozzle has shut off the fuel. • Follow the procedures outlined in the Spill Prevention and Response Procedure to respond to any leaks or spills. • Clean fuel dispensing areas with absorbent material. • Never use water to clean up a spill. Mobile Fuel Truck • Provide inlet protection (e.g., berms, weighted inlet covers) for nearby storm drain inlets when transferring fuel and fueling a vehicle. • Use secondary containment when transferring fuel from the tank truck to the fuel tank. All gas cans must be placed in the secondary containment box/pan and remain on the ground when fueling. • Use a funnel to transfer fuel to vehicles and equipment. After the transfer is complete, . the funnel should be dried with a rag or placed in a container to avoid dripping fuel on the ground. Employee Training • Train applicable employees who fuel vehicles on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who fuel vehicles. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle Fueling, August 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. USEPA Menu of BMPs: Municipal Vehicle Fueling, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009. Page 2 of 3 • • Optional Additional Resources Municipal codes and ordinances that relate to vehicle fueling. Locations of approved offsite fueling stations. Locations of nearby spill kits. Spill Prevention Control and Countermeasures Plan. • 0 Page 3 of 3 More Information Heavy Equipment and Vehicle For Name ! Maintenance Address City, state Description Phone Regular maintenance of municipal vehicles and equipment, or e-mail murticipality-contracted vehicles and equipment prolongs the life of the municipality's assets and prevents the leaking of hazardous Possible Pollutants fluids commonly associated with normal wear and tear of vehicles Metals and equipment. Toxins Potential pollutants generated at vehicle maintenance facilities Solvents (degreasers, paint include oil, antifreeze, brake fluid and cleaner, solvents, batteries thinners, etc.) and fuels. Antifreeze Brake fluid and brake pad dust When services are contracted, this written procedure should be Battery acid provided to the contractor so they have the proper operational procedures. hi addition, the contract should specify that the Motor oil contractor is responsible for abiding by all applicable municipal, Fuel (gasoline, diesel, kerosene) state, and federal codes, laws, and regulations. Lubricating grease Good Housekeeping Procedures Maintenance activities should be performed inside a maintenance • Drip pans building unless the equipment is too large to fit inside or Tarps temporary repairs need to be made before the equipment can be Covered outdoor storage areas moved to the maintenance building. Consult the Outdoor Fleet Secondary containment Maintenance procedure when it is necessary to perform repairs Proper disposal of used Fluids outside of the facility (breakdowns, service calls, etc.). Spill cleanup materials Vehicle Storage Dry cleanup methods . Monitor vehicles and equipment closely for leaks and Employee training use drip pans as needed until repairs can be Related Procedures performed. Material Storage • When drip pans are used, check frequently to avoid overtopping and properly dispose of fluids. Outdoor Fleet Maintenance Spill Prevention and Response • Drain fluids from leaking or wrecked vehicles and Street Sweeper Cleaning and from motor parts as soon as possible. Dispose of fluids Waste properly. Vehicle Fueling Vehicle Washing Page 1 of 4 0 • Vehicle Maintenance Conduct routine inspections of heavy equipment and vehicles to proactively identify potential maintenance needs. Perform routine preventive maintenance to ensure heavy equipment and vehicles are . \ operating optimally. /1 • Recycle or dispose of all wastes properly and promptly. • Do not dump any liquids or other materials outside, especially near or in storm drains or ditches. Sweep and pick up trash and debris as needed. Body Repair and Painting • Whenever possible, conduct all body repair and painting work indoors. • Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings, dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste properly. Debris from wet sanding can be allowed to dry overnight on the shop floor, then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer system. Minimize waste from paints and thinners by carefully calculating paint needs based on surface area and using the proper sprayer cup size. • Do not use water to control over -spray or dust in the paint booth unless this wastewater is collected. This water should be treated and permission granted by the wastewater treatment plant prior to discharge into the sanitary sewer system. • Do not dispose of spray gun cleaner waste in the storm drain. • Use sanding tools equipped with vacuum capability (if available) to pick up debris and dust. Material Management Store maintenance materials and waste containers (e.g., used oil and antifreeze) in labeled containers under cover or in secondary containment (e.g., double -walled tanks). Chemicals should not be combined in containers. All hazardous wastes must be labeled and stored according to hazardous waste regulations. Carefully transfer fluids from collection devices to designated storage areas as soon as possible. Do not store the transferred fluids adjacent to the containers (for example, oil drip pans with used oil in them should not be placed next to the used oil tank). • Store new batteries securely to avoid breakage and acid spills. • Store used batteries indoors or in secondary containment to contain potential leaks. Recycle used batteries. • Conduct periodic inspections of storage areas to detect possible leaks. Page 2 of 4 vra...,}•::c¢l.s�,ss^�.iar $x'r ry n� n +a x-�wsi;:t ui'[.:yx.F}.at=$t}4=%.en xinHry xael - Do not wash or hose down storage areas except where wash water will enter the sanitary sewer as an approved discharge. Use dry clean-up methods whenever possible. Keep lids on waste barrels and containers, and store them indoors or under cover to reduce exposure to rain. Periodically inspect and maintain all pretreatment equipment, including sumps, separators, and grease traps to ensure proper functioning. Parts Cleaning • Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts outdoors. If parts cleaning equipment is not available, use drip pans or other containment to capture parts cleaning fluids. • Use steam cleaning or pressure washing of parts whenever possible instead of solvent cleaning. • When steam cleaning or pressure washing, only discharge wastewater to an oil/water separator connected to the sanitary sewer. • When using solvents to clean parts, rinse and drain parts over the designated solvent tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess solutions and divert them back to the tank. Allow parts to dry over the hot tank. • Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning waste to the sanitary sewer or storm sewer. Vehicle and Equipment Washing Vehicles should be washed in the municipality's vehicle and equipment wash area/bay or taken to a commercial car wash. Employee Training • Train applicable employees who perform heavy equipment and vehicle maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform heavy equipment and vehicle maintenance. Records The following records could be used to document activities performed: • Record of any major spills and the action taken. • Records of employee training with sign -in sheet. • Heavy equipment and vehicle maintenance logs Page 3 of 4 C� 0 References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007. City of Centennial SOP: Vehicle Maintenance SOP, August 2007. City of Centennial SOP: Vehicle Washing SOP, August 2007. City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. Partners for a Clean Environment. Stormzuater Protection: Vehicle Repair. Spring 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Washing, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. Optional Additional Resources Municipal codes and ordinances that relate to vehicle and equipment maintenance. Chemical purchasing policies. Loading and unloading bulk materials. Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance. Specific directions on how to use the municipality's vehicle wash area. Spill Prevention Control and Countermeasures Plan. Page 4 of 4 • SECTION 00410 BID BOND Cutler Repaving, Inc. and Hartford Fire Insurance Cc KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, . NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all • other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. • CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 • 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS 0 IN WITNESS WHEREtJF, the Principal and the Surety have hereunto set their hands and seals this day of June 6th 2013,.and such of them as are corporationshave caused - their corporate seals to be hereto affixed and these presents to be signed by their proper Officers, the day and year first set forth above. PRINCIPAL Name: ,Cutler Repaving; Inc. Address: 921 E. 271h Street Lawrence, KS 66046 8y fta• Charles R. Veskerr Title: _ _ president ATTES (SEAL) 10 SURETY Hartford Fire Insurance Coinpany Hartford Plaza, 690 Asylum Ave. Hartford, CT 06115 t3y: �i"�'�_� �✓ .Title: Robert P. Fiss, Attorney -in -Fact (SEAL) Direct Inquiries/Claims to: POWER OF ATTORNEY THEBOND, Ene Hartford Plaza ORD BOND Hartford, Connecticut 06155 call: 888-266-3488 or fax 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 37-281099 Hartford Fire Insurance Company, a corporation duly or¢aruzed under the lams ofthe State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws ofthe State of hndiaua Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly, organized under the lads ofthe State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under tine laws of the State orhndiana Hartford Insurance Company of Illinois, a cotporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest, a corpo ation duly organized under the laws of die State of Indiana Hartford insurance Company of the Southeast, a corporation duly organized under the laws of tire State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Conya C. Harris of Fort Worth TX, Robett B. Fiss, Scott H. Fiss, Droste D. Milledge, Melissa L. Ory, Patrice M. Larsen of Shawnee Mission, KS their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by M, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 9.,. ot& • '�'e't�neM1 ' '0\✓.'• T,o.d�/ i Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President STATE OF CON N E CTI CU T ss. Hartford COUNTY OFHARTFORD On this 121h day of July, 2012, before me personally carve M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut, that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. •��n�J' [�alblern T. [.laynwd rd Nolap• Public My Commission Expires 1u1p31. _>016 CERTIFICATE I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoin is a true and correct copy of the Power of Attorney executed by said Companies, which Is still in full force effective as of this 6th day of June, Y013 Signed and sealed at the City of Hartford. '�rrr^_ ": e,t.ieurc:: j/e ►P4 Y y,JirJceue4.�� ..19791rx• t�. ID 70r,- t9T9 � � 4. •, ._� :� ���•..r•o de 'J r-: t„r tl fi �„ • w n' i�T,..,,�F'f� Gary W. Stumper. Vice President • SECTION 00420 STATEMENT OF BoDER'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 Biddee: Cutler Repaving, ine. 2. Permanent main office address: 921 E27th St Lawrence, KS 66046-4917 .3. When organized: ll03.. 4. If a corporation., where incorporated: 1/f1fi6dand 5: How -many years.have you been engaged in the contracting business under your -present firm or trade name?_� . 6. Gontracts,on hand; (Schedule these, showing the amount of each contract and the appropriate anticipated date's of completion.) • n /� C:j i'`I Of �va�D fCa;L l T a, 3D7 Q(o,S q General character of Work performed by your company: 8. Have you ever failed to complete any Work:awarded to you?AJD If so, where and why? 9; Have you ever defaulted on a contract?, 0 10: 12. 13. 14. If so, where and why? Are you debarred by any government agency? /L9D If yes list agency name 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. 21- ��r5' 11� LnVfr�i��cy�, )ti f Z �`f tilVd�Zoi� /�.ry o�'nl✓ APfc9uaa a,; s�5 vv/Zor2 List your major equipment available for this contract. Y�/1�awt , 7,Qcro cJl Lo,9,cQQJ��= 770y�C Experience in construction Work similar in.importance•to this project: aittGy . A 1) 1""UJ.4Jz- fi am6a-5 Background and experience of the principal members of your organization, Including officers: 14 V6� o,%Q yE,9Q5 of r/l • • 15. Credit available: $ . G714, !ld"0 16. Bank Reference: _ �l�Llfa� �p�ntTt9 f�.�t�, L,r<ItJC��.�L�, 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? _g '18. Are you licensed as a General Contractor?. yF1f If yes, in whatcity, county and state? J-Ia %i� . =J What class, license and numbers? y anticipate g this Contract? :;ri �C efl % �D [- 19. Do you antics _ate subcontracting Work. under If yes, what percent of total contract? %/62 And to whom? 20. Are any lawsuits pending against you or your firm at this time! 0 1F,yes, DETAIL 21. What are the limits of your public liability?DETAIL ZJZW jMr What company? Z/&011 /uawigc 22. What are your,company's,bonding limitations? _ JIAI 23. The undersigned hereby authorizes and requests'any person, firm or corporation #o furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. 0 Dated at ZAO Fr this day of Ltu..0 20✓ Company: Cutler Repaving, Inc. By: , p .'�2L(Lz.�t,:.-�G, Printed; CharlesR.Veskerne Title: President State of K4n5aS County of i)CuGLfiS ChaPIE!S \)CS1(£02ntQ- being duly sworn deposes and says that he Is PR Sid£n/T of REPel-oo-Ir'. :C'Jc- (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and swam to before me this `)i" day of a i 20 i�3 • �Q. '. (3 (jtz,,21 Notary ubli My commission expires: �/�'+JHr (Seal) NOTARY Pitt - State of Kansas 0& JENNIFIFER J. NELSON Mypppt. Eap. -de? tr SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed • • • SECTION 00510 NOTICE OF AWARD DATE: June 17, 2013 TO: Cutler Repaving, Inc. PROJECT: 7513 Hot -In -Place Recycling Project OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated May 15, 2013 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7513 Hot -In -Place Recycling Project. The Price of your Agreement is Four Hundred and Two Thousand Four Hundred Sixty Dollars ($402,460.00). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by July 1, 2013. 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 retuFn. to you one (1) fully -signed counterpart of the Agreement with the Co ractDocuments attac d. Cit of o Ic.�ollihs OWNE By: Ge ry YSpla,l Director of Purchasing & Risk Management 11 • 0 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 17th day of June in the year of 2013 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Cutler Repaving, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7513 Hot -In - Place Recycling Project and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by the City of Fort Collins Streets Department, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 This Agreement shall commence upon signing, and shall continue in full force until June 30, 2014, unless sooner terminated as herein provided. In addition at the option of the City, the agreement may be extended for additional one (1) year periods not to exceed four (4) additional one (1) year periods. Pricing changes, if any, shall be negotiated by and agree to by both parties in writing. 3.2 The Work shall be Substantially Complete within thirty-five(35) 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. 3.3 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: One Thousand Dollars ($1,0 00.00) for each calendar day or fraction thereof that expires after the thirty-five (35) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the 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: Four Hundred and Two Thousand Four Hundred Sixty Dollars ($402,460.00), 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 SECTION 00020 INVITATION TO BID • • • . 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. 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: N/A The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers N/A to N/A, 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 E 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. OWNERACOF FOj OLLINS By: GERUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT v / -L11 Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Appr ved as 'Mum, Assist nt City Attorn y CONTRACTOR: CUTLER REPAVING, INC. Charles R. Veskema PRINTED Title: Presiders rt,' Date: LGu/ • PA �iG �1 (CORPORATE SEAL) ��' H �a•: l�_X, Attes . Address for giving notices: 921 E. 27th St. Lawrence, KS 66046-4917 License No.: • SECTION 00530 NOTICE TO PROCEED Description of Work: 7513 Hot -In -Place Recycling Project To: Cutler Repaving, Inc. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of 20 The dates for Substantial Completion and Final Acceptance shall be 20_and _ • 20_, respectively. City of Fort Collins OWNER 0 Title: ACKNOWLEDGMENT'OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this _day of 20_ CONTRACTOR: CUTLER REPAVING, INC. By: Title: 40 i E SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No. 37BCSGL6923 KNOW ALL MEN BY THESE PRESENTS: that Cutler Repaving, Inc. 921 E 27'" Street, Lawrence, KS 66046-4917 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Hartford Fire Insurance Company (Address) Hartford Plaza, 690 Asylum Ave., Hartford, CT 06115 hereinafter referred to as "the Surety", are held and firmly bound unto CitY of Fort Collins. 300 Laporte Ave Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Four Hundred and Two Thousand Four Hundred Sixty Dollars ($402 460 00) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 17th day of June, 2013, a copy of which is • hereto attached and made a part hereof for the perforinance of The City of Fort Collins Project, 7513 Hot -In -Place Recycling Project. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of tirne, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary Hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. 0 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 24th day of June 2013. I ENCE OF: Princip 2�. Charles R. Veskeme Secretary / Treasurer Preskent (Title) (Title) (Corporate Seal) 921 E 27th St Lawrence, KS 66046-4917 (Address) IN PRESENCE OF: Other Partners By: By: • Surety Hartford Fire Insurance Comp y By: �. U meussa L. Ury, Attorney -in -Tact 5225 W. 75th St., Ste. 200, Shawnee Mission, KS 66206 (Address) (Surety Seal) NOTE: Date of Bond must not he prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 11 lJ SECTION 00615 PAYMENT BOND Bond No. 37BCSGL6923 KNOW ALL MEN BY THESE PRESENTS: that Cutler Repaving. Inc. 921 E 27'h Street, Lawrence, KS 66046-4917 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the 'Principal' and (Firm) Hartford Fire Insurance Company (Address) Hartford Plaza, 690 Asylum Ave., Hartford, CT 06115 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins. 300 Laporte Ave. Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Four Hundred and Two Thousand Four Hundred Sixty Dollars f$402 460.00) in lawful money of the United Slates, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 17th day of June, 2013, a copy of which is • hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7513 Hot -In -Place Recycling Project. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. r -I L A IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 24th day of June 2013, I S NCE OF: Principa /J Charles R. Veskema _ Secretary / Treacnrer President (Title) (Title) (Corporate Seal) 921 E 27th St Lawrence, KS 66046-4917 (Address) IN PRESENCE OF: Other Partners 0 0 IN P SENCE OF: Surety Hartford Fire Insurance Compan t GL By: - / Melissa L, Ury, orney-in- ac • __ 5225 W. 75th St., Ste. 200. Shawnee Mission, KS 66208 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 0 Direct inquiriesiClaims to: POWER OF ATTORNEY To e OHarND,T4 D ord Plaza Hartford, Connecticut 06155 call: 888-266-3486 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code:_3_7-281099 XI Hartford Fire Insurance Company, is corlx,muion duly ermmized under the laws of the Slate of Cow"'heut 0 Hartford Casualty Insurance Company, a coryoration duly orn_ztuzed under the lacy of the State of Indiana O Hartford Accident and Indemnity Company, a corportiou dal, oreudzed under the lases oftlre State of Cormecticut Hartford Underwriters Insurance Company, a cogsornion duly organized under the lama ofthe State of Connecticut OTwin City Fire Insurance Company, a corporuiun duly ore;uized undertlte hncs of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly org;unized under the lass ofilw Slate of almois O Hanford Insurance Company of the Midwest, a corporation duly organized wrderthe la•s of dte State of Indiana OHartford Insurance Company of the Southeast, a corporation duty orgarured mlderthe lams of die State of Florida having their home office in Hartford, Connecticut up to the amount of unlimited: , (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, Conya C. Harris of Fort Worth TX. Robert B. Fiss. Scott H. Fiss. Droste D. Miliedoe. Melissa L. Oty. Paince M. Larsen of Shawnee Mission, KS their true and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by t], and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions orproceedings allowed by lasv. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. =� �L�a �At ` t•• :�1 1'•r'mV\ S^,9 .r s• 4i �rF ±'+ots f9e\✓'.`era»�3. 0�u�-a`' -„�� ,r •f j U � Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice Fresident SI'ATF OF CONNFCIICIIT �5. Hartford COUNTY OF HARTFORD On this 12" day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: the: he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Lnry_: Public CERTIFICATE U.`lommirion espurs nity 3I.2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing9 is a true and correct copy of the Power of Attorney executed by said Companies, which is still In full force effective as of this 24th day of June, Z013 Signed and sealed at City of Hartford. oso' • Gary W. Stumper, Vice President • SECTION 00020 INVITATION TO BID Date: May 15, 2013 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 June 6, 2013, for the Hot -In -Place Recycling Project; BID NO. 7513. 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 7513. The Work shall consist of rehabilitating the existing surface layer of existing asphalt pavement with specially designed equipment in a simultaneous multi step process of heating, scarifying, applying an asphalt rejuvenating agent, and thoroughly re -mixing and re -shaping the old asphalt surface, and then placing an overlay of new hot mix asphalt. A single machine that heats, scarifies, recycles, and spreads virgin material all in one continuous pass shall be used. The City of Loveland will be using their own agreement for their work. The City of Fort Collins will be using the agreement included with this bid. Renewals will be negotiated with each City separately. • This is a one year agreement but, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may use the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office as a guide. 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. 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: hftps://www.fcqov.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. OP ID: SJ �►►coROID CERTIFICATE OF LIABILITY INSURANCE DATEJMMI 07/04113 1 07I04/13 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 Phone: 913-396-0800 Johnston Fiss Insurance Fax: 913-396-0835 5225 West 75th Street, #200 TACT NAMCONE: Sandy Jones PHONE 913-396-0812 FAX 913-396-0835 1AIC No Eal : AIC No Shawnee Mission, KS 66208 Ron Johnson E-MAILo ss: 5andyjones@johnstonfiss.com PRODUCER CUTLE-2 CUSTOMER ID tt: INSURERS) AFFORDING COVERAGE NAIL# INSURED Cutler Repaving, Inc. INSURER A: Wausau Underwriters 26042 921Attn: Bob VStr e t 921 E. ce, Street Lawrence, KS 66046 INSURER B: Liberty insurance Corporation 42404 INSURER c:Cincinnati Insurance Co. 10677 INSURER D: Wausau Business Ins Co 26069 INSURER E 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR R TYPE OF INSURANCE R POLICY NUMBER POLICY I MMIDDIYYYY MMIDDYIyYVY LIMITS D GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FxI OCCUR X Blkt Add'llnsd X YVK-Z91-457438-031 08/01/12 08/01/13 EACH OCCURRENCE S 1,000,00 PREMISES En occurrence $ 300,00 MED EXP (Any one Person) $ 10,00 PERSONAL B AW INJURY S 1,000,00 X Waiver of subro GENERALAGGREGATE S 2,000,00 GENT AGGREGATE Poucv LIMIT APPLIES PER X JET LocI PRODUCTS-COMP/OPAGG $ 2,000,00 lEmp Ben. $ 1,000,00 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS AUTOS ASJ-Z91-457438-021 08/01/12 08/01/13 COMBINED SINGLE LIMIT (Ea accident)BODILY $ 1,000,00 INJURY (Per Person)5 BODILY INJURY(Per accident) $ JX PROPERTY DAMAGE (Per awidenpNON-OWNED $ $ C X 4 UMBRELLA LIAR EXCESS UAB X OCCUR CLAIMS -MADE CCC1152728 08101112 08/01/13 EACH OCCURRENCE S 5,000,00 AGGREGATE $ 5,000,00 DEDUCTIBLE RETENTION $ O $ X $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDEDi FINNIA (Mandatory In Ni f yes, describe under DESCRIPTION OF OPERATIONS below WC7-Z91-457438-011 08/01/12 08/01113 X WCSTATU- TH- T RY LIMIT ER E.L. EACH ACCIDENT $ 1,000,00 E. L. DISEASE - EA EMPLOYEE $ 1,000,00 E. L. DISEASE -POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS l LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Re: 7513 Hot -In -Place The City of Ft. Collins, cc is additional insurd as respects the General Liability and Auto Liability. CITYFOI City of Fort Collins 300 Laport Ave. Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Tli All ninHfe .oeio is i ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD • SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 7513 Hot -In -Place Recycling Project LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins CONTRACTOR: Cutler Repaving, Inc. CONTRACT DATE: June 17, 2013 The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: 0 AUTHORIZED REPRESENTATIVE DATE SECTION 00640 • CERTIFICATE OF FINAL ACCEPTANCE , 20_ TO: Cutler Repaving, Inc. Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Cutler Repaving, Inc. for the City of Fort Collins project, 7513 Hot -In -Place Recycling Project. 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 June 17, 2013. 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: CJ SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Cutler Repaving, Inc. (CONTRACTOR) PROJECT: 7513 Hot -In -Place Recycling Project 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: CUTLER REPAVING, INC. 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 40 40 • SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Cutler Repaving, Inc. PROJECT: 7513 Hot -In -Place Recycling Project CONTRACT DATE: June 17, 2013 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) ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. • SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (12198) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(l)(a)(M) 0 rill. NOT WRITE IN TNI3 RPACF The exemption certificate for which you are'applymg must be used only for the purpose of;purchasing construction and building materials for the exempt project' described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, onconsurnedby the contractor and which do not.become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties: provided by .law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is th6.responsibility of the prime contractor to issue certificates to each'of the.subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No. (to- be assigned by DOR) Period 0170-750 (999)'$0.00 - 894. 1CONTRACTOR'INFORMATION Trade name/DBA: Owner,rpartner oraorporate name" Mailing:address(City, State: Zip): `'Federal Contact Person - E-Mail address'-- Employers "Identification Number. Bid amount for your contracts /Fax, Number. Business telephone number. Colorado withholding tax account number, Copses ofjcontract or agreement,'pagesz(1)'identtfying'the contractmg,parties !E%CENIP rIQN` INFO,RMAT7ON and (2) contarmng signatures of contracting,partres must be attached .Name of exempt organisation (as shown -on contract): Exempt organization's"number. 98 - Address of exempt organization (City: Slate, Zip): - - - - - - - .Principal contact. at exempt organization: - - - Principal contact's telephone number:'- Physical location of project site (give actual address when applicable and Cities and/or County lies) where project is located) - Scheduled -- - Month Day Year ' Estimated - - - - -Month. Day _ Year -- construction start date: _ - _--___... _ completion date." I declare under penalty of perjury in the second degree that the statements made in this application are true and complete.to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate, officer:, Date: DO NOT WRITE BELOW THIS LINE • 11 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 • r 1 U • ' ^OF THE CONSTRUCTION 4WNTRACT 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 Gerry S. Paul Director of Purchasing & Risk Management u • LJ Article orPiragritph N Ober x, 'ritic., DEFINITIONS TAm.rt:or coizmws or, cawr.,RAL CONDMONS Page Article or Pir . agraph Nurnbi i,%Iuniber'&, Title 1.1 Addenda- .......................... -1.2 Agreement.., .................... ...... 13 App! i , cntiah forPaNinent...................... 1 t1.4 Asbestos ...... ....... ..... Bid. .....................................................1 1.6 Bidding Documents ................. ... - .... 1. 0 Biddint! Requirements,,,,,,,,,,,,,,,,,,,,,,,,'I LS Boiids 1.9 Change Order....................................... I 1.1U Contract Docuo , ients 1.11 Contract.pricc - ..:..:.....::............._..I L12Contract.............:..:.:....._.I. 1.13 CONTRACTOR ............................ ;J 1.14 dzleqive ..............................................) 1.15 rigs .......................... .......... IA Rffcc6c Date of the Agrecmcat ........... I L171 ENGINEER .................. .......... ENIGHY]EMICs Consultant ............... 1.19 Field. Order .......... ......... 1.2Q. General Rc�quiremcnts.,., ............ 1;21 Iiiiizard6us WaAc... ........ --.- ............ 2 1.22.a Laws,and Regulations;, Laws or Regulations '2 1.22.b gill -_.-I ..... I .... Legal llolidays ............................. 1.23 Liens ........ ................... ............ 1.24 Ncilestone., ............ ........... I.25 Notice of Award.,...........2 I16 Notice to Pr6ceed 2 1.27 OIITIER....................................... 1 7 1.28 Partial Utilization ............. ................... 1.2b PCBS ............. 1:30 Petroleum ----- 7 .................................... 12 1.11 Project.... ....................... .............. 1.311 Radioadive Material ...: ... 7 ............... 1.31h Regolor Working Hours,. 03 Resident Project RepTesentative-l-q.,,,I) 1.3.4 Samples ............................................ 1.35 Shop ......... p Drawings ......... ... ....... 13(1 SPccifications ............. . ................... 1.37 Subcontractor,,,,,,,,,,,,,,,, ... ......... 1.38 cibstanicil(,on, 6M.'.- ... 1J9 Supplementary Conditions,,,,,,,, 1.40 Supplier 1.41 Undergroi nd facilities.., ......... 2-3 1-42 Unit Me& Work ...... : ... .... ;: ...... : ..... 3 1.43 Work ..................................................3 1.4 1Vork Chanae'l)-irective -3 1.45 �%rritten amendment„_,. Page Number PRE LI1MLNAry iviATTERS .., ...... ....3 2.1 1 .1 Delivery of Bonds,. ......... .......... I �2.2 qqpics of :3 2:1 ....... Commenceffient of Contract 'rimcs; Notice to Proceed . . ......... * ...... 2.4 ;Starting the \Viorik............................3 2.5-2.7 bctoreSiArilifig construction. `CONTRAQTOR's Responsibil i ly to Reporv, Piclimimiry Scheifiles: Delivery of certificates of Insurance ................................... 3-4. 2.S Precoristructiorf Confcrcni- ---- :_4 9 initially Acceptable ble Schedules 4 3, (CNTRACT DOCLWENTS! INTENT, AWFNI)ING, RBUSH, .......................... ........ ...... 4 ."I, 3. -3.2 Intent 33 RiferncStandards an d V eeA6 rdnd S eci- '- , , . .1 - icafions of Technical Societies: Reporting and Resolving Dis- crepancies., ..... ..............4-5 ........ .. ;-4 Intent b(Certain-rerms - I or 'Adjectives ......................... 3.5 Ain ending ; C ontr I act we unent I sl_.. 5 3:6 SupPiam-enting Cofitract Documents..........-. ......................... i. 3.7 Reuse Pr Docum ents ................... ; ...... 5 AVAILABILITY OF, LANDS;* SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS .......................................... 5 4.1 -Aviiii1a.bility of Lunds.., ............. :....5-6 4.2 Subsurface and Physical Conditions ................. -6 A- Reports and IJrhwifigis ... .......... 4, 2 Limited Reliance by-CON)'KAC- TOR Autho rizcd, Teffiinical Data -6 4.23 Notice of Differing Subsurface or Physical Conditions;,,,,,,, ........ - j5 4:1'4 MGMTEER's Revic%k ......................... 6 U 4; Possible . Contract bocuna'ants Change.... .................................... 6 4.2.6. -Possible Price and Times Adjustments...... ......*........ (,-7 41 Physical Condtions�-.Underground fqqiiil;cs........................................ 4-3.1 Shown ----- ci.lndi�atcd, I I ..... -- ---- 7 4.3.2 Not Shown or Indicated .................. -7 4.4 Reference Points...............................7 EJ - CD . C (ILAULAL CONDITIONS IM-8 (1 1 990 UVITION), w/ CITY tTF FORT COLUNSIMOD11FICA17ONS (REV 91") I* 0 0 E 0 0 Arfi.61c or Paragraph Number fitle 41 Asbesto.i, PCEls,'Pelrbleurn, Hazardous Waste or Radibac'tiv`o Page Article or.Paragroiph ,Number Numbd'r 8-Tit I , e 'k)NI jS ANITIJNSURAWIGF ................................. ' 1-.5.2) Performance. PayfllenFand Other Bonds-................. ...................... ,';.'3 Licensed Suretitg and lnstxrells; Certificates of lnsuiance,.., ........ ...... CONTRA(,,-TOR's Liability' Insurance 9 :l 5 OWNE'RsLia bilit� Insurance 9 5.6 Property Insurance it) 5,7 .... Wiler and Machinery or Addi- 1-9- tionil Property Insurance ................. 10 .5. N Notii:c orCahccIlntion'Pr6%ision 10 '5,9 CONTRACTOR's Rcipohiiil)ility for DM'uctible Amouiim 10 5,10 -Other SpeciH 1. Insurance .............. ....... 10 5A 1 Waiver of Rights- ........... .......... I I I 12z 13 Receipt and Applicail&i of Insurance Proceeds 5.14 Acceptance ofFli)iids and Insm- nrice, Option to S.15 partial 6iIiz'Htiun--Pi60ehy !nsurancc ... I .................... 11 ............ RESPONSIBINTIES 1 Supervision find §uped;uttridenc�q ... _.: I I 6.3-6.5, Labor, Maiciials - a nd F. I pment .... 11-12 6.6 Progress.Schedulti..... _; ....................... 12 613 Substitutes and "6r.EquaV' Items; CON'TRACTORs Expense: Substitute Constructi6n Methods or Proceduics; P.NGINFFR's 'Concerning SubconLrHctoFs. Suppliers and Offiers: Waiver of kig_hts.­.13-14 6.12 F c ' Patent es and lZovaltics ........... :..:.:14 6:13 Permits ........... .14 6.14 Laws and Reg6lati6ris............ .......... �14 15 THxcs.................................... 14-15 ,6.16 Uie of premises.,... 4 ......... 15 6A7 Site Gbelalrd inesg 1,5. 18 Safe Structural Loy din&.- 15 '6.19 Record Documents ... ...... ............ I I 1 1'5 6J4 Saf c tyand Protection.... ........... 1 5-16 '621 'Sifetj' Repeegentalivc,_., 6-21 Ha7,ark6mmuniciiion PYogram; ........ 16 6.23 Emergeli6es 16 6.-4 'Shoo Drawings and SnnlpIciIi.._,, ... 161 Page .6:25 SubmitifiI.Preibeethue.q, CONz , _ , *, * , ija��T, OWs view'Prior Review to, Shop DrmVirigVr-SamI5Ic ,Submittal.- 6.26 Shop [$2wi4& Sam pie Subm it-- tuS- Reyi6w byl NGINEEK ..... 16'17 6.-27 R46nsibifity for Vafiaill'on's Froin Contract D6cum en , z ... :;,J7 6.28' Related Work Performed Prior I I tei ENGINBER's Review and ,Approval of"Required $ub" it ids 17 6.29 Cuntinuingthe _%%'6rk... 17 6.30 CbTq'fRkTO`R!s General, Warranty and Guarantee, .... 7 631-631 `Indemnification______________________ J7=18' 6�.34 Survival 7, OTHERWORK 7.1-7.3 Related kVorkat Site IS 7.4 (foordination . ......... ------- 18 OWNPR'S RFsP6NSH3B,ITIFS ...... 9_1 C'o m muri i cations to (:ON'- TRACTOR--:., ........ . JS .S.2 Replacement of ENGINEER ........... �18 i8.3 Furnish ,Data a,6�d,PaVMoniptly. When Me ............... .18 ,8A Lands and EiscrrfcnLs; Reports and Tcsts .......... - ---- - 'S.5 insurance 19 .8.6' Change Oiders ;8-7' lnspcctionsTests;mid Approvals;.;... Stop de Suspend Work; Termifixte X�9 Linfitatic'ns.on OWNER'S Responsibilities,, .... .......... ;19 19.10 A-shestos, PCBs, Peirlbletim, Hazardous Wis,te or R.aldioktiVe Material. ...... :8.11 Ev i&ncc of Financal Arrangements ........ 9, ENGINEER'S STATUS DURING CON, 3 T RPCITJ QN �.,_ _; ....... ......... 19 91 OWNER's Representative ....... 19. i9.2 Visits to Site.4 -------- �i­"­".­�L.­19 "911 Project Representative, ._19-11 9.4 Clarifications and In(erpre- lid ions.:.. q.;; Authorized Variations in Vbrk 21 LJCDC (J-6711tAI W.Nu-noNs 19iii-s migo Lm i , nom 41 dTy'or roncor.uNm • Article or paragraph I'agc Article or Paragraph Rage Number Title Number Numher i *ritic Nurn K- r 9.6 Rtijectifig D&c1ivL'%Volk ............. __:.21 11-9-13.9 Uncpvalifig Work at ENG11- 9.7-99 Shop, orawings. Change Orders NEER's Requesk ..................... 27-'A and rid PA)ments 13,10 OWNER Krly,Stop the Work -fi, On .....................................21 (Seterminallcits'for Unii Prlccs ...... 21 22 13.11 Correction or Renicival of j I ce'ls'limis on Disputes; ENGI- 28 NEER as initial Interpreter 131.42 Carf1ccliun Period S. 9; 13 .......... Limitations on LNGIN =- 's 13.13 AucepUmvcbJ`Dfile-1Ae Work ........... 2S Audiofity and R�sponsibilitie4__22-23 13.14 OWNS-R May Coriect De.reclive Work................. ......... CHANGI-is IN THE, WORK ,._ .................... ... 23 10'.1 OWNER's Ordered Chan ................ r3 14. PAYMENTS TO CON'I'RACTOKAND 10.2 Claim for Adjustmcilt_ 23 COMPLETION....... .... 7W .1 ............. ! 17, 19 103 Work N t Re Itiired by Contract 9 14.1 schedule of Values 29 Documents ................................... ...23 14.2 Application for Progress 10.4 Change Ordeq .......................... ;--.23 ............... - ......... 19 Notification of Surety--,-_-,.....-....,,, .23 143 CONTRACTOR's Warhntv of Title; ........ ............ 2.9 CHA1,10H OF CONTRACf,PRICE 23 j4.4-i4.7 R6,iew 6f Applications for 0.1-1 IJ *'""--- Contract Price'. Ciaimfor Progress Pay7nefits .................. 29-330 Adjustment: Value or- 14,8-.14.9 SubGtaniial Cam pietiun__.., .. 310 the Work.. ..................... ....... -'z23-24 14.14) Partial Utilizati6il ...... ...... ........ 30--31 11.4 Coast of the Work .......................... 4-1-25 14.11 Final Inspectiorl ............................ ;-31 11.5 Exclusions to Cost Of tile W6r1;...... ;.* ... 2i 1412 Final A0plicatiomfor Nymcaij,, ... I 11.6 ............. 14.13,-14.14 Final Payment and Acceptince, ....... 31 IIJ Cost Records ....... ...... 25-26 14.15 Waiver of Clam''is,_; ... ........... -32 1:8, C ash Allowances ............................... 26 11,9 unit Price Work ......................... ...... 2 6 15, SUSPENSION OF WORK AND '1'ERMINNI-101R.: :32 CHANGE OF CONTRACT:TIMES ...... ')6 ............ : ................................ 15.1 OWNER May Suspend Work ........... 32 1-).l ...................... Claim for,Adju[stril ent - ................. . ')6 W 13�2-15,4 OWNER KA�y Term inatc.,. i .... � . A .. .... 32 112 Time of the Essence ..........................26 15.5.CONTRACTOR May Stop -12:3 Delays Beyond CONTRACTORs Work or Terminate ............ ;!-z.32-33 .Control.a.;.1t. ........ 1 ............ -.1-ts.26-27 114 Delays 13cyon3OWNER's and 16. DI SPUT F RE SOLUR ON ....... 33 CONTRACTORN Control ................2 7 17. MlSCFLLANEOUS ..... __ -------- ------- -------- 33 TESTS" AND INSPECTIONS; CORRECTION. 17.1 Giving Noitice_......................... .33 REMOVAL OR ACCEPTANCE OF 17.2 Computation cirl'alick ......... ........ 33 27 113 Notice of. Claim.... .................. 13.1 Notice 617.13cfects....,; .... _ ................. :.117 17.4 Cumuhitiv�c Remodics......: ............. :-1 3 b.2 Access to the Wort...----,-- ,, 7 '1315 Professional Fees iind Court 13.3 Tests and Inspections; Costs Included,,,_, ,................. CONTRACTOR!s Cooperation ,., ........ 27 17.6 Applicable State Laws ................ 3?-34 13.4, OWNERs Responsibilities intentionally lcft:blunk ........... ...... - ............. 35 Independent Testing Laborator%: ....... 2.7 13:5 CONTRACTORS EKHIBIT.GC-A: (Qptional) Responsibilities,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, .. IN Di4)ute Resolution Agreement -;..,,.,:....::::.:GC -AI 116-117 CoveiingWork Prior to Inspec- I 1ti.6 Arbitration- ........ .. -- ... ... lien. Testing or Approval,,-... ---.r7 16.3 Medikion.... . 1':jc. LcmN"19CA'L coNDi rKINS -1910-3 0990 U111110N) O Wl"TY Qr FORT COI.I.TN'S MQDT1CA710NS (REV9;9)) 0 9 0 IND,T-,.X-TOGr-,M7,,RIAI1.CONDITIONS. City of F6rz ?Gol I ins modifications to, ihe G.06rdl'Conditiofas of are not sh'own in this i.ndex, Article or Paragraph "Numl)er, Acceponue of - Bonds and Insurancq, ...... ...... ...... :; ...... 5.1a idefer6e WorL-.II--..-, ..... I ...... .... IQ 4.1. 135,13113 ^ final pAyment ... .......... ..........9.12, 14,15 insurance ........................ s14 ............. : ....... b&r Work 65, C(:)NTR.-Ni��*'"�**'" OR4.'.... ...... ---z'3 'Substituie� and "6r-tqua�' Items .... .... ............ 0.7.1 W6(-) rk 11. �'5 6.36""' )y Wl,�F.R 0.34 'Access,to the-- i,,nds, OWNER. and(:ONTRACTOR site: related 7.2 Work . ............ ....................... ..... 13. 2- 13.14. Acts or Omissions-, Acts and Omissions-- CONYI- I? ACTOR 16.9.1. 9� 13.3 � I . - M,�r�jFrR ........... ...... ,-,6,20:9,1 31:3 Q1VWER ........... ........ v__ .... ...... .....6.20. 8.9 Addenda-aefiaition uf(also see dffinition of SNcificati6fis)-,(L6, 1.10,,6.19), Additional 'Properly Insurances,,. „........... �..; ... 17 Adjustnict . ' as-- Contract Price or Cohtrqct Times ........... 3.5. 4.1, 412, 4.5.2. -1-53, 9A., 9.5,1.0.2-1 OA, ............. d ................. 15.1 Progress -schedule ... ..... ............... : ...... 6,6 Agreement - definition 6f 1-2 -Ali-Pisk" insurdmcc.policy fain.;,,,,,,,,, „ ... 5, 6.2 Aliowari4s. Cash 11-8 Amending Contra6t Documents,. ....... _-13.5 in general... ...... ...... LIO. 1-45, 3.5, .5:10i 5.12; 6.&2 ............. 0.1,10,14, 11'2 .......... 12.1, 13:12.21 14.7.2 Appeal- OWNER orCON intent 1q ............ d ............ 9.16, 9.11, 10:4, 16,2, 16.5 Application for. Payment- defi it;6n o� 11 T FNGrNFFR's Responsibility .................... 9.9 final payment.,,.,,�............. 9-13A, 3 �5, 141!,12 . -1 . 4-15 in general .................. ....... 2.8.195,64_9. 1 Oj 5.5 pr.qgresp 14.1-14.7 review of - 14.4-14.1 Arbitrati8in ...... .... . .. ....... Asbestos -- claims pursuant thcfcio 415.2, 45.3 CONTRACTORauth'orixzd to p W6rk ...... t.,41,5.22 derinition of ..... ............... 1:4 Art i6le,or,ParAgr.aph Number OWNER responsibility-fc�, .... ....................... 4.5:1,8-10 possihic price and tune- change .......... 4.52 Authorized Variations in Work ........ 1.3A 6'.2­5­.­6**.'2"7'.' 9.5 Availabilit� oftartds._ ......... � ............ 4.1. SA 1 1 Award; Notice , 2 B'Lrbic Starting 13irl-'-definition of ...... ....... ..... ... 5 (1, 1'LlI)_2,3, 3.3, ......... :41.1614t 6.13t 1].4.3:.1L9,,I) BiddinE Documcnts-acfinition or ,6 (6.8.2) Biddin- Requ d I irements- elitution, of .............. ....... ................ 1.7 -'(1. t; 4t2.6.22) acceptance of. ........ ....................... .................. 5:14 zidditional bdn&: .................... ........ ... 10.5: 1 tAiff Cosaof the Work LSA defiqiiion,6f. ..... ..................... ...... delwery of ........... ............. final Appli6ation'Tor payment. 14 1 2-14. 1 14 general ....................................... 1,10, 5.1-5.3. 5.13. Performance; Payment and .... . , Bonds and'Insurance-in general ........... ............. ......... Builders risk policy form ......... :..:.5-6:2 Cancellation Itovisions, Ins ufnnce..,_, - _-K470 5.8, 5.15 Cash Allowances ............... ........ 1- ............. 11:8 Certificuic of Substantial Coffioldfion ........ 1.38; 6.30.2.3. ........... ......... ,certificates of Inspection, ,,,, ...... 115,44.12 Certi ficateS of InsUf anC e. -5.4.1.1, 5.4.13. ................... 5. 114, 9.13.4, 14.12 Change in Contrad Price- Ush AlloN.vnrices ................ 1!8 claim for price adjustment,,,,,,,,,,,, 4. 1. 4.16 4.5 .5.15, 642, 9,4 ...... ...... I...... 13,13, 13.14, 14.7, 15.1. 15.5 CONTRACTOR ree .................................. ...... I Lei CosL,of the Work general... ............................................. .lusibris 11.4d1 17 . Exc 'Cost Records J 1,7 in geric-'r, I .....-.,J,19.1,44, 9,111, IQ-4.2, 1014�.,3:j 1 Luinp Sum Pric rig ......... I .......... ....... ........... -2 Notification cif Suray-;-4.;- 105 Scope of .............. -.10:4 Testing and Inspection, Uncciveii 'the. Work ing. ........... ...... ... 13:9 EJCL)C OLNU6L cbNL)j-fi'ONS 1910.S (1990 MITIONI INVICM OFFLATCOLUM, Unit Pricc',Wo6 .................... (70NTRACTOR's Fee .......... .............. ­J 1.6 Mficle or, Paiagyriph Article or-Pitragraph N-iti M. IV Nhimber Value of Work., .... .................... ................. 31'j CONTRACTOWs liability ........... 5:4. 6' 1 Z !6.16. 6.31 Change in Con6actTIMCS-- C=of the Work, 11-4, 11,3 Glairii'for times adjustment 4. 1 4.2.6..45, .5, 15, Decisions on Disputesi ........... . ................. 9.11;*9112 6.8.�­A 99.5. 9,11. 105 .2. 10 . 12.1- Dj�spute Resolut ion ..................... ...... ...... ..... ­.­13.9. 13.13, IjA4, 14.7, 15.L 15.5 Dispute Resolmicat Agle'emehl ....... ........... 11 & 1 '16.6 tr Conactual time limits,;, .... ........ ;..J2.2 ENGINEERas initial iraerprewi­ ....... .I I Delays beyond C0N`TR-NCTOR!s Lump'Sulu 1-3.2 control,,... ... ­,�­­� ...... . ...... 23 Notice of, .9.4%�5, 1.1-1.1-­17.. 3 . -Wnys beond OWNER's'and OWNER's .M 162, 11­IL9 .................. � CONTRACTUR's control ....... .­12.1, 13.9. 13.13,13:14.17.3 M;iffictition or surety ................ okVwnR!s Iiiibility ........... 1. ......... Scope of change,,,,,,,,,,,,, .............. ­ ........... 10.3-10.4 &AINFER may refle to,make payment.,.,;- .......... 14:7 Change Orders-- Professional Fees and Court Costs Ac&ptancc ot'Defective Wod-­;­., Included-,- .... ........ I- ---- ---------- 5. Amending Contract Documents ... ........ 5 rcqdLst for fornivil de6sion on,,.;:................ I Cash AIlowanccs ............................. I I.x Substitute Items ...... ............. I ....... ......... 6,7:1 2 ............ Chinge of Conlracl'Pticq ...:..........-.._...,.............I I . Time Extensiori .................. ............................ J2A ..2 Change of Contract Times ... 1=:,,--12 12.1 Changes.in the 0 .......... ................ I ------- �­ ------ A 1.9.1 CONTRACTOR's fee .....................................I l .G Value of ...... ..................................... ......... Cost ddcWoik­; ..... ...... 4-1.1.7 Waiver ill ­on'Fmn� 14,15 'cost Records-.::.:._................... :,­i.".-.,­.:J 1.7 'hange Ducctive..,,., definition of ....... vfiu,e�n no,tice r gutted .9.11, 112. 12.1 em�eraencics ..................................................... 0.23 Clarifications and Interpretations.,,, ....3.6.3. 9.4. Al 1 ENGMERs responsibility, .; „ 9.8. K )A 1 V.2, 111 Ckin'Sjte ................ ...... ­t-­:­.,­­ ....... ...... 6'. 17 execution of. - 10.4 Cc;dd or'Ue'lmical Society, Organization .... Indemnifictior! ....................... 6A2. 6A6, 631=6.33 or Association .................................................. �3.3. ................ ........ 'imd Insurance, Bonds .............. 5.10 5A3, 10.5 Commencement of Contract Tim" cs� ........................... OWNER may terminate,„ .. ...............15.2-15.4. Communications-- OtV1\MRs RcspunsibUitv.......... 10.4 general ........... 6:9.2: 8.1 PKv'sicitl Conditi . ons- Haz I ard . Communk I nti8n Prop rama,,,..,.,,,,, ... .... 6.22 Subsurface ........ ....... 4,2 Completion -- Underground Facilities ...... ......................... 0�2� Final Appliction for Payment„.. ...... 1.4-A-1 1 Rcurd b6cu -------- ------ - 1 -: . - I . 4 19 ....... Final firisre8ton - - - - - - . . . . . . . I' 'Vents .Scope, of Change.-,,,., 03w 10.4 Final Payment and Accepkance ..... 14.1314,14 Subsiiiutes ..................................... .63.3- 6.S; 2' partial Utilizatical ........ * ........... ........................ 14.lu Unit Price Work ................................................11.9 Subsumfivd domp*lctio n .............. ......... j 38, 14.S-14-9 value of Work, covered ............... ; ......... :. 10 Waiver Of C111tims ......... ........ ;1� .... ........ :j 4.15 Changes in the Worl� ........... ...... Computation of Times,..-;.: : , 7.11 -11*11 of starety Concerning Sui,x6fitractors, Suppliers ,Natificiition ....................................... OWNERs and CO'.-\rrK-\CTORs ariU dtficrs .......................... I ...... ....... respoituiibilifies 10.4 Conferences-- RkhL to an aojuostm ent .............. ....... ........10.2 miti tivacceptabld schedules--,..,,,,,,, .... ­­-,;:­2.9 S-c-ol)c of change .................................... preconstruction ... ......................... ....... Claims-- Contlim Error. AiiibiAiii,t%,,,biscr'cpa"tic),-- -against CONTRAC 1. 'OR ...... . . .1 ­1 ......... .......... . 6.16 �ONT14A�:TOR t o Report !2.5, 3.3.2 against ENGINEER- ... Corislritcti6h, before iftirtifig by against OWNEK ................................. ............ 6.32 CONITRAGMR...... ... I ................................... 2-5-2:7 ChanEe of Contract Price ........................ . P I ll,�) 4 Construction Machinery, mery, Equipmcn% etc,,,, ............... 6.4 - I I . Changie of Contract Times .......................... - 9A 12.1 Continuing the Work ... I ....................... ... 6.29, 10.4 CONTRACTORs ........ 9:4. 93� 9.11; 10.2; Contract Documents- ................... 11,7 11,9,123,1379, 14-8, Amcnding ........................................................... 35 ....... ............... 7; .................. 15.1. 15:5. 17.3 Bands . ....... .................... 5.1 vi EX13C GLNEFLAL CONI)Ili0l`lS191 0A (190 IMM01j) wt cTTY Or FART C,0M.TN'SM.0DfRCArl0\*.S tT(F.VW991 0 Cash AllowarcCs. ...... . . ...... ............................ 11.8 A,rticicl or I'anigraiih Mfmiw Change of Contract Price,-;,.,,.„-„ ...... ........... Change of Contract Times 12 Changes in the Work ................................ R)A.W.5 uheek and 'verify .................................................... �L 5 ,Clmificat ions and prelatm inter a . n,- 1__3:2, 3:6; 9-4, 9.11 definition of as �FNIGINHF.k As dvVNFR's re resenW;ve, 9.1 gen . er u13 Insurance -11-3.4 ariaticins in the Work ................ ....... 2's respon'sibility, to'Fu'M'fish'ditn,_ 2'k responsibility to make ipt payment ........................... $3, 14A, 14.13 nce....................................... 3,1, 3:33, Reference to Standards and Speciriealtion's' of Technical SMictieq Related Work.:..,. •Reporting and Resolving lzetvie or, ....... �Supplc ................ ..................... ........... :3.6 -Termination UENGINEERtsEinploymen{ ........... Ni- Unit PriLe Work, ................. ....... ....... :11.9 variations .............. .......................... :3.6,6.23, 6.27 Visits to Site, ENGI NFER's 9.2. Contract Price -- adjustment uC',,;,;, 3,5, 4 1- 9.q:,103, il.2-11.3 Change D�cis . qr� tin Disputes I le-9-ow ............. _w .......... v..; 9,11 ...... I � definition or...... ........ �;� ............ ...1 11 Contract ITinncs'-'- adjustment of...... �ilS. 4A. 9A.-103 A2 Change of ...................... ........ 12.1-12.4 .Commen,cemen't-of ........ ....... ............... 2 ..2.3 definition or 2 CON tR.ACTOR- Accaotsh,Iic of Insurance 5; 14 Communications ... ............... G.2.6.9.2 . Continue Work 10.4 courdination and kcheduling.__.,. ..... 7--A 2 definition oC ............. 1.13 Limited Reliance'orf Technical .......... .......... 422, May Stop Work or Terhf 1 15:5 provide site necesn to 6theri ........... ...... 7-21, 13.2 Safety and Protection ................... 4-�'- 1:2;.6.161-6. 18, ...: ........ w4i.: ............. : ....... 6.21-6.23. 7.2, 13.2 Shop Drawing and Sample Revieiv Prior to Suhm itial 1 . . � 62, a 0 Stop Work requircm.enti........................... ...... CONTRACTOR's Article or Panigr401I 4,Tumber I LPI 1:2 14.15 .­ ........ 1. 11.:.9.6. 131. 1 (Y 13,:,14 Work ...... ..................... all s in the lVork caused by agency..,:::... I t ........ ........ in, W6, k or others L9 condrimny,. 4.2.3 ancy in Dmumenti 15, 3.3 6.14:1 rotmd'T act] flies, not indicated 43!2 ......... . Equijmcntand NlaciincryRcntal;Ciist or the Wo k; . :,;.) 1,4.53 Fee -Cost Plus. 1 4.5.6, ... I .......... 1 1A 'General Warranty and Guarantee . . 630 hazard rd 6v InIn u (cation Programs;;_, ..... Indemnification 0- 12, 6-16, 6.31-6.33 ....... ...............- Inspection ofthe Work,,,. ............ Labor, lt4aterialq and Eciuipmcnt ,,4' Lm%;srrnd kegulitions, Compliance L iab it I I I I . . . . . . . . � � - . I I i . - . 5.4 . of Intotepnetrtfoo 10.4 tib'Nlotiicau rAnapneal gd &mplete ,the 11V9ik .................... ........ ...................... 6.3U Patent Fees and Royahics, paid for h% ............... Performance and Other Bonds ... ;,., ............... r.`6_1_2 •....... 5. 1 Permits..obtaincd and paid for by,,;,,,,,;;,,,,,,,,,,,, 13 Progress,&hedle., 16.2 8, 2.9. 6.6. ....... ...... ..629, 10.4, 15:2.1 Request for I'drnial decisionon ...... :9111 Responsibilities -- Changes in . the Work 10.11 Concerning Subcontractois. Suppliers and Ptheis;_ ................... .............6. U.76A 1 Continuing the Work_ ........... z ........ ¢.29. 10.4 CONTRACTOR's c-,Tcn.ge CONURACiTOR's General Warranty antee.. ........ ­­ .......... ..... _ ..... :6,30 D R's- r cvicNti pri6T-'t6 Shop or Sample of:Work........ 6;912 .............. 1-1--.1 ...... ............. f)-3 or "Or -Ecruial' items For Acti and Omissions of Others 9.13. roe deductible amounts msuran e, P,9 general ................................. 6. 7.2 7. 1 3, 8;9 Hazardous Com III , uviicaticn_Pro­ gram; 6:22 In lcmn i ficati on.; .... ........ ............ G.31-6.33 IUMCGENULAL CONDITIONS 1910'.8(1990 MI-110M1 W1,0TY 017TORT COLIDA MODIFIC Labor, Materials and Hquipment.............-6.3-6.5 Laws and Regulations„ -„6.14 Liability lnsurence:,,:, 5A Article orParaeraph Niimlier 'Notice of variation from Contract Doouine ts...........................................5.37 PatentPees'und Royalties..............................G�i,.12 Perin .... . ... ..::.. .:......u,.:6. 13 Progress Schedule,::, .....,:G.G .Record lDocuments,,,...... .... related Moil. per6-medpriorto ENG INE ER's approviil oC rcgyued submittals•.:. _:...........:.. 62S safe structural loading :,,,„,,,,,,:,6,iS SnCety and Protection ...:...............:5:20, 7.2. 13.2 Safety Represcntanvc............... .. ................6.21 Scheduling the Work....:::...::...:.:::::..:...::.:..6,9 Shop Drawings and Snmplcs........................i .24 Shop Drawings and SamplesReciew by FNG LNT-FR , „ 6.26 Site Cleanhness-....... - Submittal procedures; ............... .......6.25 Substitute Construction Mctltpif5 and Procedures,,,;,, Substitutes and 'Or -Equal" Items, ,, ....:...4.7:1 Superinicndencc..................... .............. :....... 6.' Super ision.....,----.................._...:.........-......6:I Survival of Obligations .................. .............. §34 Taxes-...............................................G;1; Tests and likp<ctions,,,,, , , ,,,, , ,,,,,,; , ,13.5 To Report ................ . 5 Use of Premises ,,,,;,,, .._ 6.16-6IS. '6 ,30.2.4. Review Prior io Shop Dra%tin} or Sample Submittal....:..... I ....::.:::::.:...:.:.:.:.::.: G.25 Right to adjustment for changes in 1h< Work.,;., I0:2 right to claim- ;,, , 4, 7 1 9.41 9.5. 9 11, 10,2;11.2. I l 9, 1117 139:14:3: 15 1.'I5S: 17:3 Safety and Protection .................. 6 20-6 _221 7.2. 13.2. Safety Representative,,,,., 6.21 Shop`Draw•ings and Sam% l<s Submittals. 6_'-4-G.^<R Substitute Construct ion .Methods and Proecdures , 6, 7 Subs_titutes,arid "Oi_Equal"Items. Expense ......................................_6.7.1.6.7.2 :Subcontractors, Suppliersand Other§ ,,, ,,;¢:5-6_U Supervision and,Superintcndence,,,,6A-6.4 6.21 Taxes. Pay rent by,,., .,,... 6;15, Use of'Premises, , ,,,,,,,,, 6.16-6,15 Warranties and gtarantees _. 6.5. 6.30 Warranty of'I itle.:... ............................ I....14-3 .... 4Uritten Notice Rcquired-- CONTRACTOR stop Work or arminate...... :15.5 Reports of Differing Subsurface and Physical Conditions ....................... ;4_2,3 Substantial Completion, ......... -........... I Ui ....... :.14.8 c<:>NrRAt rritis—other .......... Contractual, Contractual,LiabiIilyl,nsurancu. CtmtractuO Time Limits;, ....... ,-,,, I2 Article. orParagraph Number Coordination-, CONTRAC:r-UR's,responsibilitv...................:.... 6.9.2' Copies'a Dc>LumenU..............................................:.',2. Correction Pericxl._ .,,,._,_ . ,,....... Correction, Removal or Acceptance of D fective Work-- in in general ...... .......10AA, 13.10-13.14 AccXptamte'ofUefecrite Work,,; Correction or Removal or Dcfeciive Work ...................... ...630; 13.11 Correction Period..........................................13.12 O WNF k lviay Correct DePcrice Work ............ _ 13:14 01l7NMR,May-Stop Work ........ :........ :::.:.::.::.:.:..13,10 of Tests and inspection* ............... ...............13.4, Records11:7 . Cost of the, Work -- Bonds and insurance, additional,,,,,,,,,,,,,,11,4.E 9 Cash Discounts....... : . .:..:.. ...:.., .a.2 ..1 I. CC)NT.RAt t 's fee _ 11 6 Employee Ljpenses.,,, 11.4.5,1 Exclusions to„ ............................... f I.5 General11.4-11.5 'Home office and overhead expenses ....................11.5 Losses and damages,,,,,,,,,,,,,,,,,,,, 11.4:5.6 Materials and equipment`,,,,,,,,,, , „ ,_....I I.4 2 Minor expenses ............ ..................... .....11.4.5.S puvroll cusis on 'changes.,.,. , -_:,:.-..,11.4,1 perf6rmed hy-sabcontractttts Records 11.7 Rentals of construction equipment 66d'hi achiatcry,.., .. ._:,--_. -.,=-.;A 1,4.5..i Royalty payments, permits and license Cecs ........................... ......:11.4.5.5 Site office and temporary facilities 11.4,5?' Special Consultants, COS 1TRACTOR s ,.,, l 1.4.4 Supplemental ....................... . - - II'45 I axei; relat<d to the Work . _..... ....,,,.: Tests. and Inspection.........................................13.4 Trade Discotirils:......:.................. ...... ..... :,-;1 L 4.2. Utilities. fuel and sunitary 1.4,5 7 Work after regular hours ......... 1.11.4.1 Covering Work.......... ......, ..,t3g T3,7 eutnulative Remedies_.------- Cut17A-1].5 ting. filling and Patching :,.,::, .., 7.2 Data, to be furnished 1 j- OWNER.,... ; ti 3 Day --definition of ......... ............... ....1......17.2 2. Decisions on Disputes .................... ............ .., 9.11, 9.12 defecrive--definition of..._ ...................................... - L 14 defective Work— Acceptance of ...... .......................... .... ..f0:4.1, 13.13 G1Cf9C.c.ENEI AL CONUMONS.19f0-S (1990 Ia)1110N) w(C11YbF FORT COUSN'S"MODIFICATIONS (RF.V T99) .] Correction or Removal of„ 111.4.1 13:11 :Corrcctton'12crigd. ...::.... ..... , ...13.12 ingeneral , ,_,. _ . 13: 14.7. 14.11 Article or Paragraph Number` (}liservatipn hv:RNI ifNEF.R.........., 9.2 ,OWNER Mav�Stop IWrI:.............................„ ;13 1(1 ,-. �PloniptNotice-6fDeCet.ts,=,,,,, ,,, ,,,,;, ,,,,,,;1.'I Uncoveiingt}i .Wrl ,_..,, .... _.. 73;{ Definitions :. ..... ... .. ..................`...... .... ., �. Delays 4:1; 6.29 I L3-13.4 lleliveryo(Bonds „ :,..,... 21 Delivery'y, of cerlificutes'of insurancz , 3 7 Dzterniination5 for Unit Prices_,,. , ... ........ 9:10 Differing S bsurface or Physical Conditions- FNGINTFF.R's Remit I ............ ...................... 414 Possible Contract Documents Change,,., 4,:5 Possible Price: and Times Adjustment*..,,. 4;?,6 Discrepancies -Reporting and ResolSirig:... _ a.5 3 ; „:6; 14.2 bispute Resolution--. Agreement _;,.:: .. ....... 16,1-160 Arhitrauan g'zpere[ l6 Ki dia[lon 1.66 Dispute Resolution Aereement:.,, 16 1 16.G I?isputes, Decisions by FNGINrER. .9.11 9.12 Docum cnts=- Copies of ..... ............ .....:.............. .... ......:.' 2 Record 6.19 Reuse of....... . : .:... ......... :.:.. ......... 3'7 Drawings —definition of;:,.. Easements..::.::. . . ..:..:........:..:......... _...,.;1 1 Effective date of Agreement -- defmilioti of ............. 1;76 Ent crgegcics 4; 23 ENGDT-ER-- as initial interpreter on disputes_ , ... ...: 9.I1A 1.?, deGniuon oC.,,._„ , , ...,1 77 L;mitations on uthorit} and r�spnnsihi6hcs g:13 Replacement of,........................... ...... Resident Prtijccf,Kcprescntatiie , , ,,v 3 ENGINEER'sCtinha sung.--d4n'lt ,. IS LIJGINfliR's;_ authority and responsibility, limitations on ,.9;13 Authorized Variations in the Worl . , , 4 Change Orders, responsibility for .:,: 9.7 '10'l l', 12 Clarifications. and Interprets tions. _„ 3.63,.9A Decisions an, Disputes..:..,:.: _9 I1 9,.1? defective \unrk; notice of ,,,,,131 Ei'aluatidn of Substitute items- - ,.: ,..,6..7:3 Liability_ ....:.....................:...................:6.3_'; 9.12 Notice Work k is Acceptable;:;, 114:13 OhseNations:...... . . ....... ........... .6 111.3,:9;2 OWNER's Rcprescntati'vc,,,,,,,,,,, ,,,,,,,, .9J paymtents.tn the <,:O\'.rRAC 11 OR, - Rtspons for ... 9A 14 ion RecommepdalnoCPayntant 144; W.t3 Article or Paragraph Numh:r, Responsibilities Limitaiions tin,,,,,,, , ;y'71=9:,13 Review U'Reports on Differing SulsurCace and Physical Conditions.- Shop'Drawings.and .Sampies, review responsiblhh::. .. ¢,26 Status 'During Crrtstruction-- authorized variations in the t1?orl q:5 CfartGcuhons anddlnterprefauong , , .... ,_ 9,4' Declsions�an Dispute§ ,,,,,,, 9.IJ 9a3 Determinations cn Unit Pncz,,,,................ :;9.1? HNGINHk ad Initial Intcrpre-ttt , 9.11-9.12 ENGINEER'S Responsibilities ... I. ,,., and Responsibilitieg ........ .....,:,;9.13;: 0 NCiR'sRepresentattvi �.I Project Representaiiee , ..,. ,,, ,. 9i3 Rejecting/7efective Work ' . .............9,6 SH6fiDr6µings, Change Orders and,Paylnents:.:,:.... _.., ,• ' .. •� 7A:9 Visits to'site'* ,::.,..,�•? Unit Pncc detcrminslions. ,,,,,,,,, Visits to'Site. 2 1Vrihcn:conscnt rcqudcd, 7.2; 9.1 -Equipment, Lahir, Mater els and ,,,,§:3.6.5 Rquipnicnt:rental, CtxtofthelVork.„ �, -..TI1.4.5,3` Equivalent Meterials'and Equipment,_,,,. 6,7 error or inn issiuns Evidence oLFinancnl Arrangzments,.::,. „ -S;l l Exploratlogs.ofphysical condition$ ,.,,,;,, Fee; CONTRi�CTORs- -Costs Plus., 1 L6 Field Ckdcr-- definition of i by'I: issued ,NUINEHR..:.. 3 6:1. 9.5' . . final APP lication for Paynnenl ,,,, Finallnspcclion, „,; J4.,11 and Acce0tanc6.. : :: ................... ...13;I3;14;19 Enor to.'fgr cash allovnrices......................... 'General PrUVIsions General Require•.ments_- deCuiuian oF.....................:.................:.:.........1:20 prihaipalreferencesto,:,_ Giving Noiicq„., 17.1 Guiirantee of Work by CONTRACTOR; 63t7: 114.13. Hazard Communication Programs .......... .I ........ ... ". 22 of... ....... .............................. :.,....... :..1.'_1 ...... ............ resp'n'' ibility Far , , , :,,,, ,,,,;,,; FaO tsJGUO Gt:i,Eat ti. CONDITIONS 1910%8 (1990 L'urnom 4/ CITY OF' FORT COLUNM MgptfiGATtCf,V5iRfiv9/ ii Indemnification 6. 11 K16, 6.31-6.33 1nitiallyAcceptable Sehcdules, _...2.9. Inspettiyn-- Cerhfic:at s df. .......... .. ..... : 9 13 4, 115. 14.11 Final......... ... ..................... ........14.11 Article or Paragraph Number Special, required byFNGh\TEL•R........... ..........:..9.'6 Tuts and Approval ...., 8.7; 13,3-13A Insurance - Acceptance of, byONNGR............ :..:............:..5.14 Additional, required by changes ,m thelVorl. .:,....1... . ..: . .... .::. a.l 1.4.5.9 Before starting the "Work ............ - ..,.,, 23 Bonds and --in general ................. :..5 ........................ Cancellation Provisionss.................................... .. 5.8 Ccrtiftcatcs o(,.. 2.7. 5, 5.3. 5.4.11. 5A.11 G 5, 5.8. 5,14 9 114, 14,12 completed operations... ....... ..5 4-13 C'ONI'RACTOR's Liability ....................... is CONTRACTOR's obj,'ction to 5.14 Contractual Liability ............:.... 1 5AJO deductible amounts, C0NTRACT0R's responsibiI ity::::..:..:.........:.:.......::::::..:,..::...5:9 Final Applicmion foil>a}anant---,_.._ ,;..14.12 Licensed Insurers..: ,:,_: 1,`olice re4uiremcnts. material changes , ....5.8. 10.5 Option to Replace........_........:.........-..:-.........5;1'4 other special insurance5................................... 5.10 OWNER as fiduciary for insureds,,,,,,,,,,,, , ;1.12-5.13 OWNIE Ws -Liability..... _........ :............. ......? OXVNIER's Responsibility, ,, ,,,,,,,,,,,,,,,,;,,,,,,,,,,,,, S;5 Partial Utilization, Properly Insurance_-,. Receipt and Application of Instrancc Proceeds.. ......................................:...:. 1.12-5.13 Spe6al Insurance. -;.... .:..:. ..........5.10 Waiva of Rights {>11 Intent of Contract Documents,,,,,,,,,,,,,,,,, , , ,,,,.3..1-3.4 Interpretations and Claiificalionq................... ..3 6 -9A IfivestigaCions of physical condnionc,,,,,,,,,,,; 4 Labor. Materials and Equipment................. t.ands-- and Easements................................................�..$;4 Availability or ..................... ...... 4'I'SA Reports and Tests... ..:,;..,,. -....... ........ ....... :$A LawsandRegulations--Laws or Regulations - Bonds. :.......................:............I.......:.:.:.... Changes in the Work_ ....................... ........ Contract Documents ........... : . . . ....: ..... 3:1 cotaRACTOR'sR'spnnsibilities ,;6a4 Correction Period; defe6ri d Work...., ....... j3.12, Cost of the Work tans .................................l 1.4.5A definition of .................. •----------- -------- -----------1:22 gcneralG.14 in ni beat ion.,, ,.-„ ........:...................... 6:31-6.33 'Insurance,......................................................... Precedence - 1.53 Reference to . ......., ....::., ......; ...3:1 S.ifetyandProleclion „-.-„ ; ..;6.;.0. 13.1 Subcontractors, Suppliers Find Otlier4...........6.5-6.11 Article or Paragraph Ndritbcr Tests and Inspections...................................115 'ses... ,,.... ,- --:-.:...:.._....-•":'-4,16 ,Use-orPi Visits to�site ....:.... ..-.:- - --9.2- I.6hility insurance-- CON'!RA( I'OR's,..... -4 OWNER's ............ Licensed Sureties anti Insurers , , , 5:3 Liense- :1pplication for Progress Payment .................. .... 14.2' CONTRA('I'OR's Warranty of Title ,,, ,-, 14.3' Final Application fohPayment .... ;......... ,;, 14,12, definition of ... ... ........... .......... ..... .........1. 7.3 Waiver ofClatins..:...... ............... .::............_...ta.15 Limitations on GNGINGER's authorityrand responsibilities ..,...:. ........---..R.13 Limited Reliance by CONTRACTOR Authorized....::.:::...r:..:::.:::::.....:...... .:.:::..:; a:2:2, Maintenance and Operating., Manuals-- Final Application for P•ayment;-„,;,,, ,,,,,,,,,14"a^_ Manuals (of others)-- Precedence ......................_...:..... _...:............ 3:3.3.1 Reference to it Contraci Documents ................ :..}.3.1 Maternls. and equipment furnished by CO\r1'RA(,I OR :.............................. 6:3 not incorporated in Work--. ...........................ta? daterialsorequipmenr--egmtalenl;,,, Mediation -(Optional),;:,.. .__ ......... IG.7 Milestones --definition of ............ ........................... 1.24 Miscellaneous - Computation fifitiics ........ ....... .,17.2' ........ Cumulative Remedies .................. ........ IT4 giving Notice ........ ......... .......:.....17.1 Notice of.Clatm,.,.„:,,, ,,,,,,,,,,,,, 17,3 professional Fusand Court Costs Included„, -;;: t 7,5 Multi -prime contracts.::.- .....i:: .:.._,: p'ot shown or lndicatcd.... _,,,., ........ - ...........4.3.2 1lrolicc o -- Accepiability,of Project. ,:... , . _,-,_: 14.13 Award, definition ol., ,. ;125 _ _ .... __,_ Claim.....................................................).7:3. Difecu,13:1 Difiering Suhsurfacc or Physical Conditions_,-.. 4r2:3' Giving .. . ,....�. _.------ ... ... ... .:.)7rl Tests and Inspection* ..................13.3 Variation, Shop Drawing and Sampip.................6.27 Notice to Proceed-- definition qf......................................................1.26 givingol:............ ................:..............................:3.3 LJCIW M"NOL41. CONDI I IUNS:191078 (1990 wrilUN) .. - _ . . w/ CITY of FQR7 CQLmS MQDIFl6'i14;iS frtl:V.9f99,i • 0 0 • -notificatiori to Suret}'.:............ ._.....,..,_.. IQS testing, independent.................................,.....-;13.4 C)hscrvations by ENGINEER-, .,,,, b 30, 9.3 .use oroccupaacy Occupancy of the Work ,,:: 5. lo: 6i3f13.4, 14.10 of the Woik ,:,.,., : , ,,:?;15 G nU 2:4_. 44 10' Omitisiaiis or,,icts by CONTRACTOR'.,.___.- A9, ,9,13 :written consent or tpproval Open Peril policy farm; Insurance,,,,,,,,,,,,,,,, 5.6,T required, ,-,.,,.,,,.,,,,,,,,„.,,,., ,;,9,1, 6.3, 114 -. . .,. Option to Rcplacc....: :.:.:................ ... 5.14 . Ariidc'orl. Piragraph Number ".Or .Equal", Items ....................... :................... :.......... ti.7 Other dark 7 OveIrtime. Work --Prohibition Acceptance ofdeja&i e`Work 13;13 appointlin 9NGINEEF ,- 8.2 as fiduciary,,.,,,,, _ Sa2-S,I:i Avuilabil ty,of Lands'; responsibilit-v...................:.: .l definition of,......._........_ .............. 1.?7 data. furnish_..::., ,,6;3 data. Iviay Correct Dgfeeme Work., ,,, ,1-I'l \,lay refuse to make Pnypienr 14.7 May Stop the Work ..................................... 13.1U 1`Iay Suspend Work, R,8.13.10 1,.1-15.4 Payment. make prompt, .......... 14.4, l 1.13 performance6fntherntork.„ ,,,,, ,7.1 permits and licenses, rzquiements (`]3 piirchese0 insurance iequirement;. S CrS;IU OWNER's-- Acceptance of, the Wcr! Change- Orders;.obligatidn to executt. - itU4 Communications S 1 Coordinauon of the R ork.-. 7A Disputes, request for -decision ,,,,,,.:,,,,,,,,,,,,,,,,,,,,2:11, Inspections; tests and approval;,,,,,,,,,,,,,,,;,;S:7 ;13.4 Notice of Defects -- ,;,,,,,..,;;„ ;,,. 13.1 Rc f?resentattvt--During`Cunsuiictioit; WGINL'f3R's Status..._.. _;.,.9.1 Respqinsibilities=- Asbestos. PCBs. Petroleum. Hazardous Waste or Radioactive t0aterialF.1U Change Orders ......... :....... :..:.::.......... :..:.:..... R:G Changes in the Work _,::: 1�;1 communications CONTRACIORs responsibilities ..... 9 8. ediderice of financial arrangements____ 3.11 inspections, tests and approyFils......... ..... .:8.7 in sura n cc ............................................. . ....... i3:5 lands and e' asements ,.,;. 8.4 prompt payment h}.,.... ..... ..-.8.3 replacemetitofENGIN, . .............. :_:.a.' - reports and tests ............................... .............R�4 stop or suspend Work . 1110: 15.1 ...............::6.3: terns nail CONTRACTOR's services.:. . $8:,15:2 ....... separate representative at'site ...........................; 9:3 si ucLxi tLN (-AL CONOIndN519iu.s(io6L1"drnom wi tm -or, Foucvi.t..'S Mobtri(,,%-n - IhFw 9l991 0 • SECTION 00100 INSTRUCTIONS TO BIDDERS Article or Paragraph Article or I?nragr;iph Number Ndni.bkr, written notice retluired_ ................ -1, 9.4. 9.11, ............. ...................... 11.2, 11.9, 14,7, 15.4 P,CBS-- qcfinition of 1 -2 -9 general........................ ......... I .......... 4.5 MMEW� 6`ponsi ifity for,............................. S.*10 Partial Utilization - definition of ...... general 6.30.2.4, 14,10 6roperty Insurance ................ 5,15. Patem Fees and Rqy?lties: .... ............ �mi en t Hon PaBonds.... .... . ..... .1 -5,2 Payments, Recommendtitign Ol ....... ..... 14A-14.-71 14A3 Pa '. jments to CONTRACTOR. arid Compfeiion-- .,\pplication for ProgressPayments .......................4.2 CONTRAC-IbR•s Waffanty;cif'fitic Final �\pplicaition for Pnymenk.,,,; ...... J 4.12 Firial_lxtspmtion 14-11 Final PaNinent and Acce time . . .............. p C%. 14.133-14-14 eneral ............... ... 83, 14 Part i.al'Ut. ili z41 ton ---- ........ ...... ............... Rctainagc....................I...............:....... . ,.14:2 Review of Applicatians for, progress Pavments..., :.l 4.4-10 piompt pifyment ............ p-1 ...... Schedule of Values . .................................. 1,4* 1 :Substantial Colitpieiion ............ ................. 14.M 4.9 Waiver of UIms................................14.15 . - I.- when payments duq. � ........................ I 14.4, 14A3 withholding payment_ ....... ... . .......... Performance Bands` .......................................... Permits ...... ;_,: ...... Petroleum- d,rittition or ....... .......... ;. ............. ...... J ;Yi gene6l 4,5 OWIA-R's responsibility ..... .... S.In Physical Conditions-- 'Dr.a%vings oL in or relating iq ......................... ! 12:1.2 FNOT1,FFER's re . view ......... .............. ; ... :..424 existing structures, ................ 2 eencral 4.2.1.12 ............. % ................. ......... I ........ Notice of Differing Subsurfaiec or.,,,,,,,-„ ..................... 4 13 ,Possible�C ontract Docurnent�,Chang�.. ..... . Possible Price and Times AdjustmelnU,... .............. 426 Reports and Drawings..... .......... ............... 4.11 Subsurface and,.,: ...-; ... ; .............. ........ - ........... 42 subsurface Conditions.__,,,,,,, ...................... 4.2AA Tcchiiiciii Data, Limited Weliance by ('O,4TRA(,IrOR Authorized......... ..... 4�712 Underground Faciliii6-. general ................................. ....................... 13 NTot ihmvii *or i*ndtccded.,.,,..,_., ......... 4�.. ...... 4.3.2 Protection o( ...................................... 1.43, 6.12P Iii Shown of Indicate Technical Data ............... : ............................... 4.2.2 ; .Reconstruction ................................2.8 Preliminary lvhtt6es --------- ................... Preliminary Schedules .......... ................. ,.2,0 Premises: Usc-of .6. 1 ". I S Pikei., Change of Coritin::.:.:................:............:.......I Price, C-onLract--defmitIioh-Qf:-: ..... I. i I Progress Payment. Applications fcr_:.:- ... --- �ogrcss ' , Paymient--ioct,:iinakc, �.:.,.J4,2 14-2 ......................... 'Prosr6ssschedulc, CONTRACTOR's,,., ...... :. I �. 2:8. 2 9, 6.6. 6.29. 10.4. 15.2.1 Project --definition of-; ---- ..... .Project ReOcsenlative-- t-INIGMIEERS Status During Construction ........ _93 Project &presen'tative, Resident-definit1�6n prt)nipt Ppyment by OIArNT,.R,.,,,,:,, ... '(-Yopertv Insurance-' Additioiial-, ............... ........ ........ ............ .gen.eralS.6=5: 11) Partial Utilization,_,- --------------- -------- 5115: 14.10.3 receipt and application of 13 ,pr?tectimi,Sal"Ciy rind,;,... Punch list Radioactive Nlbterial,- dicrintion of ..... ................................................ 1.32 lgeneril,4.5 OWNER's responsibility tin:,,.... ....................... ;F. 10 Rc,umrnendaiioi'i-61� Pay7n , enk .................. 14.4; 14.-5; 14113 Record 1),oquments ........... ................. 14,12 Records, Procedures for maintaining,,,,,,,,,, ,,,,,, ,,,;. �.. 8 Reference Points,, ..................... I 4;4' Riference' to Standards and Speci 6 cations of echnicail Societies .... ........... ......... 3:3 Regulatteins, Laws and (bi) ....................... 6.14 Rejccting D�fertHe Work Related Work - atsite ....................................... ............ -.7-1-7.3 Performed pfi(ir to Shop Diawings and Samples submittalsrcviow .... R.emedics., cumulative.,, ---- - ....... Rcm,6eal or C.orrccnon ofDo,feclive Work. -.--_, ........... 13.11 icntaleureements.-OPINERkppr!jvaliequifc replacement of ENGINEER, OWNER.- ................. ;.2 R.enorting and ResoMnl; Discrepancies ......... 5;63-2 .6.14.2 Reports- ;ind Drawings ......... . _ ....... ...... and Tests, OWNTSZ!srcspqfisil?ility . . ....... Resident and Project Represmilativd- defini6ori of ........... - .... 1,33 Provision(of ................. ................... ;.; ..................... V3 i-Wlc uEkLiRAL coNDInoNs Igio-S 090 1MIT1W wl ciTY Of FoRT courmmomwi A 77ONTS (PX.V 9/99) q) 0 0 Arti'de, or Par - It Xl= Residmil*SuP crintendera. CONTRACTOR'*..,;,......:,;; fi,2 — - I Rcsponsibiliiies-= �CONITRAGTOR:s-in general,;,,- . ....... ......... 15 1-,Nbi EE16-in genctal,....... Limitations OR ..... ................ -OIVNEWs'In general„.. Relainage ------- R6usc of Docum,ents ....... ....... I ...... —3.7 Rey tewhygOgfl2ACTOR: '.)hop !).rawings ,und S Oles,Prior t Submitial, ........... 0� �6.25 .4rU Rcvie%v of Applications for ................................ :14.4-14!7 Riot to an Rdjustmem ........ z__ .......... ............ in 2 Rights of Way__ .................... Safe Structural I.oading... ; .............................. ........ 61.8 Safety -- and Protection, .......... 6.16t 6.18; -: .... 7 .... -- ....... -1-11-1 ....... A20-6-21, 7-2, 1 3 .-2 general 20 6'i2 3 .................... _ ........ .....................6 Samples — deft fvtion ....... .... 1.34 grneral .............. 'Re�i eYw �6y COI�TRACTOR ........................ 6.25 'Review by. ENCTI NHE'R... .................. (,.26, 6.27 rotated Work ........................ ............. s .ubm ittal of .... ............. 6.242 �submittil procedure .................................... 6.ilr 'Schedule of progress - . ...... G.29., 10-4,45:2. 1' �Schcdulerof Shop[�Iaw mg And Satuple Submittals 1.6 .............................. I:i3' 19;,6.24-,6:28 Schedule of Values 2.6, '.8-19, 0.1 to ............. ........... ...... J51.2.1 6. .ontraci Tilncs 10.4 cepta6fe ... ............ 2 . .9 ........... ...... ..................... 16 ........................... i - diti6fis .and Samples,:gencral ............................... :,6.224-6128 Oiaftge Oiders & Applrra'U'o'ns­For - ,Payments, and ...... —9.7-9.9 definiti - of up- ...... ENGINEER's 6pprovM of ................. .......... ;,16.2 :: E�TG INE ER's r' espun-s- ibi I I 6:24-6.28 related Work G:28 review procedures . ................... ............ IF,6424-6.28 Artick or Par,agraph Number submittalrequired .................. ....................... Submittal Pi6ccdurcs_ ........ I .............. ........... 6.25 -p.w to approve suhstituiions'. —61713 Shown 'b"r,indic,aiiej ............ S-itc Aec__ess%........ .................. ;.- ....T2.. 13:2 ' . Site Cleanlifiess ................... ........ �. 17 site", by ENGINEER ........... ........... Br.2 ot4crs ...... ............. .j 12, ,by ISPLCISIxauscs Of tos , Policy (01411, definition of Spccifications-- defuimlion-of,.— .............. 1........ of Technical Sccilctic.�, �ctcrdnce in 3. 3 . :1 precedence,......, ........ Standards and Specifications of Technical Societies:,;._._ ............................... Starting Construction, Before ... - 2 5--!-.,8, Starting the'Work- ---- 1-1— --- -- ----------------- --------n.4 Stop oi Suspend AV6rk-- by CONTRACTOR :...:.15.5 ky OWNER. ... 5.8, 1.3-1A 15] oCmsteiials.and eye pm eAt ...... .SidiEige Struciural Loading, Safely,,,,, , , ,,,, ,,,, ,; ,,,,...... 618 cencer n� ing ............. ...... ................. definition of� .............. bl- ....... ....... I ........... delays 11.3 .......... : ............... waiver of ri t�.- gh ............. t ................. .............. untracturs-'-in genera.,.,...... ; .............. 15�?-6.1 1, 6hurects-riquired provisions ... :,-.'5-1 1,,6.11,,11:4.3 Applications for Paym cut *­ ......... I ....... .......... 1.14:2 Maii�tcnaficc and Cjp.&Ation 14. 1 -1 Procedures.,-. ....................... ....... 6:25 Progress I Schedules �16. 2:9 Sam Samples ................... 6.24-6.28 Lbedu'le,of Vqlues - ........................ --2.0, 14.1 'Schedule ofshop Diawimzs and Samples SulSmiSsIt ns ...... .;,2.6. --- ... . ...... ......... 2-8-19 Shop Dj"ings ..................... 1. 6.24-6.28 ;Substantial C0mPlCtICta7- cer( itiwti ' on ' of, ... ...... 14,19414.9 of,............... ......................... ).38 Substitute Construetion ]N*ihl6ds-ir Proice'duri; 6.7;2 Suh'siitutcs And "Of liqual"Atems ...... 6.7 CQNTRACTOR's Expefis6,, Evaluation. 6.1.3 .............................. ; .......... 7. 1.1 'Substitute Conslructi6n Mletho6 LicDcc,LNqitALc.bNL)mbN,S,19'10!'s (199 91MMON) 41 CITY OFFOPT.CMUNS MOWW.' I ATKN 33 (REV 9 1 199) Temporary pbnstr,uction facilitics— ... ------- Article or-Puragruph Article or Paragraph N'trinb4 Numb oi - Procedures ..................... .............. G7,2 termination— Substitut: ltcms 6*7A;2 hv coNrRACI-OR . . . . . . 1 5.5 Subsurface and Psica Gon ittbns- by CJIUNFR ...... ....... ....... , 5.X, 15; 1 - 1 5A Drawings of,,in.ur relathl; to,,,,;,,,,,,, ,,,,,,,,, J.2. 1;2 of E.Nl(iiNEEK'5'e"m'plcv'm'c'nt ............ S.-2' FING INT Eff s Rev ie %v ........ ; ...................... . .... .43A 'S'Us'P'ensi6n of Woik-ifi,general ............................. J5 gencial ""'* 4,2 Terms and A%cctives-... Liaii_tcdRe1imie'6 by CONTRACTOR Tests and Inspections_ Authorized thori,zeci. - , - . . . . .. . .... : ....... ...... 4-2,2 Access 6 the Work; hy, others. ,Not! cc I of Differing $u t xs u r , fi. i , cc t )r '66',h'RAcr'rok's Physical Gonditruns 9:23 costof 13.4 Physical Conditions ...... covering Work prior to ...... ...... 13-6-117 Possible Contiact Docum ents ChangtZ ... LH\vs mid Rwu'lations'(or) ............... ............... + 13.5 Possible Price andTimes Adjustments- -0.2.6 Notice of Defects,..:,....... ....... ­13.1 Ports ... ... ........... Reports and Drawings ... _ �4.2.i OWN�,R J3,_ I . Suherur race and -OWNER's independent tC4 §ubsurface �anditions at the Site 4211 spe6inl, required by ENGINEER 96 Technical Data ................. ........... . .............1.7 .2 timely notice ter . jurrod ............................... 114 Supervision-- bncovering'theWorfc. at ENGENEER's C:ONTRACTOX,% responsibility ...................b.l recItici,t, ......... ­­­1 ........... ....... . (OWNER shall not %uper'Vise, .... ......... ... .... ,...89 Times— ENCITNUR. shnil,hot supmisq;:, ...... 9.19.13.2 Adjusting..,.., .... ...... Superintendence...._ ... : ...... �i� ........ .......... wl:..: .... f-6.2, Change or Contract_ ...... ;___ ........... -12, --------- Superintendent. CO\TrRACTORs'iesidnt.,.,-.i...,.,.,6.2 Computation 6f.__­­' ............. ........... 117,2.1 Supplemental costs,,,,,,,,,,,,,,,,,,, ............ . 1.4,5 ContractTies7dIII .. . � I 1 .5, n r �ition of,,,,,-.............. ....... j.1 Supplamentary Conditions --day, ....... ....... ......... ............ ... 1.722 de116itinn'6r.._, 9 Milestones :)2 principal references ........ ­ J,10 1. IS, 17, . ................................... Req6irements-- ...... ........ -3. 5_4, i:6,5.9, appcals. ................ ......... 9 l(), 16 5.11, 6.8, 6.13. 7.4; 8.11. 9.3, 9.10 Clarifications, Supplem enting'Conti act Ducumenks,,_.,, ...... claims and djspuses ;'._' ...... 11.2. 12 (76111mencement of definition or ...... ........... M .......... Preconstructioni Cgnt'ercn& '...; ............ ......... )'s p?incipal referen&-s 10...... 1.7; 6.5, 6, S-6. 11, 6.20, schedules ................ .......... .............. 2.6, 2.9,6,6 6.24,-9.13, 14-12 Starting the Work . . . . . . . . . . . ..... . . 7 Waiver of Rights_,; -6:11 Title, Warranty ............. 143 Surely— Urivuvering work ....... ......... consent to,finnI payment ......................... 14.12� 4 1 Underground Facilities, Physical'Canditions-- ENGTNRFR has no'-Lty to ......... .. ...... .... ;9.13 Aefinition of:., .... ...I....: : ... t! ...:..........)AI Notification of.-, .10.1, 10J. 15.2 Not Shown LT lndicaitd ... ....... I ....... 43.2 ilymlificition of: ............... I ........ ............ -5.5.13 protection of........:....... _ ......... _ .....3.3, 6.20 : Survival of Obligations ........................................... ..34 Sho%ii or Indicated. ............... 4.3.1 Susperid,Work. OWINTER IvI ay . .... _j3r111.L 15.1 Urtit'lYiuc Work, Suspens1on of Work, and Term in,atipri ......... ! ........ _:._15 'claims ........ ...... 19.3. CONTRACTOR May Stop Work -definition of * ............................................. J.4-1 or Terminate : ... — . ................ w .............. 1.15.5 generalll.9, 14.1,14.5 OWNER May SuTcnd %.Vork .......... .15.11 Unit Prices— OWNER Nlay Teftninate; ... ......... i-1.5.2-15.4 'gene-ral 113.1 Ta\'es--Payp1Lnt by CONTRAC3*OR 5 Determination for_;_ ......... ........... ...................... Technical Data-- :,0:'1 Use of Premises ............................... :6.16- 6. 18; 00JA Limited Pellance by.CONTRAOTOR. .... . ..... _4,2. Utility �Nvtlers..' ......................... k. 13, - 6,20, 3.1-7.3, 13. - Possible'Price Times Adjustment4.. _ _ --------- A.-2 .6 Uti.lization, Partial, .:1.218. •and 5A5, 6.30.2.4. 14.10 Repo5ts of QiMering Subsurfac.c and Value of the Work ......................... . ...................... I .... )1_3 Physical &ondition's .................................... 4.23 Values. Schedule bf .... ......................... 2-6. 2.82,9, 14.1 Xi" 1:jcC GENOLAL COM11ONS 1910 -8 (1990 JaM 1011) Wt CITY Or FORT COLD MS MOMMCAMNS XV 91991 E Variaticins in work44vfinor 625, 6.27,95 Article or Purajprapih Number— Visits-f6 Stite--by E'NGINEEK... ................................ 9.2 Waivar of Clainis—on Firtal,Nyrr ent �...14.15 waiver of Rights by insuredpartic.5 ..... Warranty and Guarantee, -Generul4y CONTRACTOR ................................................0.30 Accessto ..................................... ...... bydtF ors ...................:..................... ..................... 7 Changes in the......_._ ........:.........:-_...... to ConttnuinL,Lhe,.,- .2.9 CONTRACTOR 1G42y Stop Work or Term irfaic Coordination 7.4 Cost of the ...... )1:4.:11.5 definition of ......... ; ............................ ................ 1-43 neglected by CONTRACTOR .............. ............. t314 .other PINVER May: Slop ,x\rork ----------- ........ 1110 OWNEIR May Suspend'Work ........ 3.10,,15,1 -Rclat ' ed, Work at Sitq,., ......... .. .....;:,7.1-7!3 Starting the.. 'Stoppiyig by CONTRACTOR'-, ....... 'Stu fing by OWNEP: ..... .......... ........... p -.4 15 1;0 Va"riaiion and dii'viiiiion itiiihorized; minor,,:,,..... 3�6 Work Change Dir4tive- 6laints.pursuant to .......................... .... 10:2 dcfiniton of .......... ....... ...... pyiTicipI refer.ences; to ............... j. 3. 10.1-10.1 Written Amendment — definition or', AS principal references to ......... 5.10,13.11 .......G.6. 6.S;2, 6. 19, 11.1 123,13.11-2, KT-2 Written Cl ' irifications arid lnterpr............ ... 3.63.9.4; 9.11, Written Notice Required- quite by CONIFF114GTOR .................. -hy OWNER :9 ]()-4,11, j (j,4, j L) 1314 xv E UCL)CULNEI(AL CONDMONS 1910-8,(1990,4DITION) 0 (This page left blan k intention5,11)) I - xv, uav,imNEKAL cuxbrnoNS 1910.-3 (190 LDIII-ON) Nt aTY,'ot Fm coi.L6Morwnc.Arom (Rrv.9199) 0 0 GENERAL CONDITIONS XV&rever dsed in these General Conditions bCirr the other. 1t`ori]lract' D ha' the" ocuments the Col I ng terms ve 'mcX . "' , , "' -to both ahe' in ui�imted which ure �.uppli,wble Jar end pl:ursl thereof LL Aihlendh-,Vrillan or sTuillic instnihi6nts issued prior to tfic opening of: Bails WhA darlfy� correct or. b _* :thi 13ii1dum, R6 clut . re in , en I Ls I or the' Contract. Di� oculai, 'TlLsr 1.2. A . Smehient-The Written iinnu-iict henveca OWNER: pid CONTRACTOR' cuk`ring,the Work to; bc perforrricd; other Contract Documents anciiinached to the:Agrcemcni 1'3. Applicaiib;7 fir *tbrai im , epted by V'.NCYl&I9HR %vilich 'is to be 'used 'by` WN'CRAC -TOR 'in - rcqu'ct ng Prpgr M' or final pa.y;.c.nLS -6.nd which is to he ;accompanied by such supporting documentation tion as is ICA1)6cumehLs. 11,4. Asbeyios"-Any material ftvtl6nni tain�ore'than 6ric- fxrccnl :lsb�Ntosarid is friable oars rcleas'i - _3cs cis a' h t rslkifi,' s Mtn the riir.above clUrrent.ktion levels 6;iriblisKid by the i7fiitcm 'SLites, b4mWiqfifil Safety 'and 1­16fth A6, iltistraiion. I ka�T�he offer or 6forlosal'61' the.bidder sullinfitted on the pre,,zfiNd,fbrm s.eltirLg ft;�h the prje6s for thii Work 'to t;c jx6or-la cd. 1,6. Biddifig Do&!mrL776—.Thc udv611serrichl, or invitation to Bid, instructions tdbidders IhL Bid f6irra and ,the, I din - , .-all Adiiaiida profiosed Contract Docurnerits,ciric u 'issued Prior to iez&pjof Bids): -1 . i7 Bidding Requinq - nentv�: , -the indvertisenicrit. or in vttrai6Wt6,Bl4 insu­uct�io'nsto biddirs,"ard the Bid form LBiiiels-Peribrurprico,and P!iyrniidi boAds and 61her 13 1.9. Change Order—A.,docurnerit, recommended hi 2qQNmI0%vhich is"Q'ined -by -CONTRAMOR rind lli;e I'Voirk, or'.aft adjustmcnt'ihNdCo*atraq Price' or' the' Contract Trnles, issued 6n 6r,qf6cfjhe4Effc6tiV'e Daworthe Aereeia en't. 1:10. Cohinki Docrir?Wm=The, Ageerrent t1denda (which pullio to the Contract DocLialeilli), CONTRAGfOR'u. 'Bid (iilcludilnL jocumciilutlan Bid Hirld Any"post Bid docurneraBdon :siibmilled prior, to the Nuitice,of Award) when attached as 'an -Yne� _ i c Notice to ,Trkeed, the Bords. thew Conditions. the Supplementary 'Conditions; the �:S ecifica ir ' 8 th D'-win nons an . e ra , p asthe 66CUEN AL �%I LITY OF FORT CULLIM., MC)DIFICATIONS (KLV-I2000) 1.11;contract Pnt:q=Thc moneys Payable by (jkVNER'CdC0NTkfbk_ror completion 'of-thic _Iybiri, :in licicond:rincie with ' the C' ontficibocumients as,siaCed in 'the. &rn gcecra (s6bjecf fc, tic ' picivisi6hs of r.nrill , I graph I f,() I in the M'se-of fjnjt*�ce Work),* . 1.12: Conlrad Tirnes--A'he numbers of days or the dales stated in he Agr'ccmiint.. (i),6 achi4vii'subisLintiAl C , call 0, libn.�an the to complete) the Work,56 "Cit:is al ror f r 'a i cnce,ci:by K written ontine drition of ii6thppgraph 14:11, 1_13; c6.%,fx4e.w?---'fhe person, firm or, corporation_ aiib whom OWNPR has enfcrcd into the Agrement- 1 :J 5: Diuwipigk--ThV,druwip-p which show- the scope, ektvra and ChAAcier, of tic Work to"Itie furnished ;Ind pedevriqed by CONTRACTOR and 'which have) been repaied of alio&ed.bk- tNGRT_l3R"4n&are rder ed t6 ;in the Conliact Documents. Shop drawing's iilre Drawingsass6defiiniid­ 1.16 Eftalve Dilie qf'fid Agiviihlam-,Th6 date -indimt6d . in the Aj� Wrneni on which'it becomes e&cdve; �b6fif no sic} 'dme Its' indic"lle'd)i 211'e'111"Is the date".9n Will ' - ch th"Agreurnient is signed and delivered by,the Iist of the two es to si and deliver, e . r, 121T EMQI4VTp?7Th, person, fimi or ccrpoiatibn �numrd as.such 2in the Agreement: LM E,VGhNIEERs Cohadluid--A person. finp- or scxviLes asIT?ZGINE7ERV independentI _'11,- 1 associate . 1 -1 -.- . with .'pm.5�z!on� , or'vonscilli'tra. With rusiled 16 lh6:Pr6ecl and who idenii6eilissoch intik.Supplem_eniary Conditions. 1,19. Field :Omer written order issued by 2413WEER-which orders m"mi)'r chang'cs'ifi the Work in a&6ficlariec with-pri67'aph 9.5. b6f%%`hlchA_=' notinvolve a change in the CohiradWiccorthe Cor6au Tomes.. LX Gettetri("Regis r nrents-Sectip to of pivisign I ' of 1954 (q2 (TSC ;Secuori 2011 et sut:);ns'ainendul fiotu 40 the Specirl(I iions, time to time.: 121, l 1.33b. ReQidar flroiFine. HuiGs=-Rreular`Work ne } o us :have the me<imr4; M"100-0 of the -Solid. aie -defined as.-700am""-to"6100[Lni .iudcss i+theriviae- .t\'rite Distiq"sal \u`(42 USC.'Sziiion 6903j as ame-.nded, s�necitied mtheGeneralReaurremenis., from time.tti time, 1,33: ltesidanl,ProJect Rzp1'esen/ativu=Tlir authorized 1 _o a La"r�,rrnd Regiilariuns: Laos ut Regulations:; -Any represenlative'of ENGINEER who may be assimttd to the :and all ayy'pticable laws. rules, regulauons, ordinances. codes ani alders of'an%� and Al, governmental b6aies site Eu any padthcreof :peencies,iuthontiesand courtahaving.jtu'tsc aion 1.34. Samples -Physical cKamples of materiaK _ equipment, or "workmanship .that,are represeniiitive of I 2,b Leen111olidais--shall be those tiblidays ubserved some portion of the Mori: ',and which establish the bi the Cityof-FortCollins- standards by'}which such portion of the Work will he judgcil, 1.23. Liens -liens, charges, security uiterests or . ncunibrahccs upon tc-al property or persoml proferly. 1724. ddrleslo)A pprrmcipal event specilicd in the ntra Coct OncuuunCss• reletinu ta'n _inienuedtuemletion daleof,imerSustaCthepioro bnWork. 12=: Nonce afAu,ard-A:written noiice b}, ( NER to, �thc apparent,suc,o saful hidder'suuing'tktt upon complinncc by. the apparentsuccessful bidder with the cnndipons precedent chumcmteil therein,, within the lime-,spccilied, !OWNER will sign and deliver the i\g eement; 1.26. Nntice to Proceed -A written notice given by QIwf.'R to- CO- fRAUOR Withaiopy to F'NCiNIiER) tiwrg die. date "ore which tlic- Contract Tintcs will commence to run afid on which CONURA(,'TOR:sliall start to iicrform CONTRAcToR'S nhlieatior ; .under the. Conttnct Documents 1.27, QTGVFlt The publicbody of authority, c:orpcuatioii,•-associuu`un; hriii• or pcTson with whom' CONTRACTOR leas entered into the Agreement and'for whom the Work is to be:piovi&d 128. Patrial U11liiation-Use: by O)iNTEIZ of in :substantially compkied part of the Work for ;i to puipose fen.tvhich it is; uitended'(or' a related pu`rpoise) prio to :Subs laniiiii Ccimpletiom of all the Work LM PCBs —Polychlorinated bip6enyls. 130, Pehvleunr--Petroleum: including crudc:oii or any Fraction thereof which is liquid at standard ccmdittims• of 'temperature ..and pressure ,(66 degrees Fahrenheit and 14.7 pounds per square inch .absolute), 'such us oil, petroleum, fuel otL oil slucLe oil refuse, gasoline: kLmsene ;and oil mfuzl v.•ith 0ilrer'rton-Ijurardo \l%stes.ond crude btls: 1.31. Project -The total construction of which the Work to be provided under the Cvntracl Documents may be the; why blc, or a 'piuv as indicated elsewhere in' "the Contract DOW-Wens 132.a..Radivactive Aldhrfal-Source, special nuclear, or. hyprodua materitil.as defined by the•Atorrridpnergy Act. of EicucieN' KALcoNDrno"z'1v1*9iijvuEtidm) q7 LITY OF FORT 6OLLINLS NOOIF-16knON'S (MV •1l211U(J) 1.35; ,Shfij) 'Urnuingi All ;dmwIhgs diagrams, .illustrations. schedules and other data or information which arc sPPccificalh prepared or sssemblcd by or`for CONTRACTOR'stid submi_ttetl by COh'T`RACTC).R-ti illustrate same portion of thg Work.. 136. lliecfcotions 'those"portions of the Contract ;Documents consisting of written techriiisl descriptions of mateiials; equipment construction systems, siandards and wiukniarmhip. as _applied .to. the Wo-rk.and certain achitiriistintive details applicable diereto. 1,37. Subco. itactor--An individual," firm or corporation having it direct contract with'CON I•RACTOR or with any ather'Subcnnirudiir Inn the,pe. orm,. tits twit of the R4vk at ih site. 1:35: Subsiahtial Contplerion--The. Work (4 a specified"part thereot? has progressed to the point where. in the opinion of i NCrINFhK as e`vtd6'&W try• cnh fie,utilii-ed for the purlaises,for which it.is 0;. or if no such certificate is"issued, when the - is complete grid readv for fiial payment as iced bv'FNGTNF.ER's written recommendation of to I R Suplilem¢nGrn• Condibuns—The pan of the Contract Dotcuntmii which tunerids or.vupp)emzms thee. General Conditions, 1,40. Supplier —A manulxciurer. fabricator. supplier. distrilwim, muterralmtin or veniloi hrvir - a direct conuiEt with CONTRACTOR or %66 any Subcontruettir to :furnish niatirials or equrpmenl to be. incdrparaled `iri the Work by CONTRACTOR -orany Subeoniraclor. 1:41. tlmlergrntn)d racilitr?s—All pipelines_ conduits; ducts. cables, -woes, manholes; vaults, tanks, tunnels Or kiw such facilities or attachnr nts, and any,chu scments aintawrts such. facilities ,which have been installed undergiound'to furnish hrtq of the following services or C1 J n LJ C� ;iteterrils; ;elecKrcit}, gases steam, liquid', pelrgleilm 'products le'lephone or either commumcations, cahle. ;television, sewage and iIrainiige removal. .traffic or.other control Svatems or %rater. 1 42 lhiir.Nrrce !fork-1 rTL. tn_he,%attl'for.on the hanis- =oL umt,prlees. IAWOk--ills eritire 'completed _ construction ur the. vunnLLslsapanilely identifiable parts thereof regdirod io'be furnished under the Conurrct Documents Wo& inclddes :and is the result uC perfuming ol-Sumishint labor and firmishi o,and tt aoccppnomung,mnteriaLs and equipment into the constructic and perfonnuig or fd' ims n services and. furnishing dtiet.iments all -an'required' by the Contract Y3octimcnts. 1.43Jf7?*Pfi Anieridnient-A vvrittcn amcndmcht nl:the Contract. Documents; sighed by OWNER and �CONTRACT.OR on or after the Effective Date -of ,'the &y; ement;and normally dealing jvit}i dic,riongngincering., :or nonteelirugtl tauter :than strictly cdnstrucbon-ielatzd usprcls of [}u:'ContmcCDocumentti .: &TIC LE 2-PFd UIV IrN,\Rl-IIATTERS Delirm, ofBondG ?:I- When CONTRACTOR .delivers the eneciaed .AgeemcnLs to OvVNT R..comrR cTOR -shall also' d liver toiO1VNCR.such Boric as CONTRACiOR niay, requited to turn sh i iiceordance wv tell paragoph,5 J„ 16pies ref ngcumenls... - 2.1 shall l'unnish'to CONTRACTOR up to ten: copies (unless otherwise specified ciii'llie Supplzinentaiy' CMitioris) or the -Crintillel Documents as are reasonably necessary forthe exeecution of the War . Additional copies. +5111 be furnished, upon rewjuesL at the cost of repro luclon. tConimenceirient ofCantrult Timer,%Notice fwpioVeert• =3... The Ccmtract Times veill commence to Iva on"the 'thirtieth day..after,the,Effective Date ofihe Agreement, or, :VJ(C CUiNEXALC'031:15ITI0NS 19l V-S ii't iEdtitnl it& Y OP I_ORT COLLI MS U061l'ICAT10NS (RLV.MOUaj if n Notica'to Proceed is given on the day indicilted in the Noticeto,Proceed- A Notice to Proceedmay be given at any'tinte within lhirt'y.11ays'a[ler the Effective Date'O the. Agreement 4, satttmgnee-te-rcurlate�Fhea-Fk-'; - '' of f3id opening or'the t}unieth dry after the EiTeanve•I�te of-tltereanenl-whichever-cleteiszarlier: Stariin�Jhe {i�grk ' 2.4l. CONTRA'CTOR shall,start to perform the'Work .on `die date ivheii llieContiact Times•eummence t0 ruri• Ritno ftn k shalt he done atthe site priortillhe date'on whiclitf e Contract Times commence to'run. llejnr�.$tarturg'4'oitatructinrii 2.6. Within ten:days after. the Effcctivie. Datc.of-thc Aerccmcnr (unless,; othqnvisc specified ?ins the General .Rc4tiienicnLs), CONTRACTOR. shall. subinitto ENGINEER for revii Nv: 2.6.L it preliintnary ,piugrcss 'schedule indicating the tmirs.(numtiersA_da'ts or dates) for stariing wid iamplmirig die v arirxits,stages of -tile Mork; including any; NEIA'toii`es spccif ed`11 di Coronet Doctinlerh r,: 2:6 a ;a prelum¢inry, schedule of Shop Drayvingund Stimplc suhmittals which, will list "each required siilimfwil ariil'itie times f'or, submitting.rzv CV6rg tuid piricessingsuch'submitril; 16:11. ..In- no :case. will -a schedule .be aecenlafile.whieh allows less§ thAn 21 calendar days for: each reviewbv Enuneer: ti 3 A prelinlinar}' schcilule ul ;'alucs for iill of the Wcuk vdhich will include yu tntities'and pike of tams aggr%aling the Contract Price and : will subdivide the Work into c6mponent parts in sufficient derail W serve as the bass for progress payments during, constmotion. Judi prc. ,Will .include. an approp-n,HWumuiim of overhead Find proGCupplicible. toeirchitem, ofWork, . - '_.7_ Before any Work at the. site', is started. cx2NUItAC` OR arty 6WNEN:shah eee} deliver.tijht other ONTIER with.copies to euclt uElditiewl-tvwrad idztitifieo-ia etitentary-Eendittans.ENGINfih;1L ahiLa tes.of ias irarice;(and other e6denrz t h of n tta hoe ch a t# ems ' s. ; a }tlitionel tiAtretl= nay reasonab ut4 renueited liv 'OWNER) which iJ1\ fRAG mid a R yspeptjw}v-arM is required to purchase . and nianuinn 'in _actorchince with 'paregraphs3_4; 6:%n33_•7, Nrcnnstruction Conference: to bill he held to establish e working kdirUL amonc the parties as io the Work. and to the schedules referred to to )nragraph 26, :s 'for handfna Shop- rinimngs and other s procesaing Applications' for Pa}•utenl unit Inihallp Acceptable Sehetlales.• in .and'others as held to review 1C'f.OR sf all I ave an teeth o al ten days'to make a -arid odjtrsmtents and to complete,and resubmit lulac No pro,gic,ss pa)mient .shall be n1hdc to \:TOR unttlthe sdadules arc submitted to aitd c to FNI INFER as proriridcd hel6w. The schedule will Se acceptable to FNGiNT..F.R .as an orderly progression of the Work to in wrlhcn any slkmfied Milestones and, the Tunes furl such acceptance will Witheraintwse'on L GR4UR irspo srl ility for -.the s. or progress. or the WA nor into 't Q\-rRA(-,TOR from COIN rz_sponsibility therefor. CONTIL Shop Drawing and Sa iple 'submissi to FNGiNFEE as. providing a µwl renewing and .p'roctssirtg the CO\*_rRACTOR's schedule oC valeie; LT GNI MER as to fcyni and wbstanc( ARTICLE 3"CONTRACT I)OCUMI N1'S: INTENT, AnI1 1NDItNG;'REUSE. latent The Contract Wcdrnents. comprii'a the entire agreement' between , OWN Il ;and CONTRACTOR ,voncerhirla the Work. The Contract Documents are. complefi*mairy: what is chilled Car by'one is as bind & binding hiss if called for by all. The 'ContraU 'Dm oeuents will construed in'laweeordance with the. laof; thc,plac of the Project. =' It :is the intent of, the- Contract ,l)oeutnenis to F,1CLX: C:t�t7teU:' CONUITt 1t� 141 it•a 11 Y'lU Edittm5 4 nIUlYOF FORT OOLL1M MODIFIC.1TIONS(IiEV 4n00u) describe n functiomliv to be constrticte l in. ;Dccumerits: Any Work - the r or not speci ically- called for.. Whelt which haveillwall-known technical or slry or intde .meaning are used to- laleriels or.eyuipment;. such'woids or, , 'interpreted 'in accordance with `that lions'an�inlepretatioris of the Contract e mued 1', 6NGIN( ER. as pro\•ideal in 3.3.. Reference to .'Zond&a[v and::Sjreciffcauons if Technical Sricietie", ReyarYing, ant! Resvhbfg, I)iierepairaec 1. Reference to' etion; or'to the lions or Regulntions,of an}`.- -11tal authti�it}; whether such ,reference 'Ile or by,,'implicatiort shall nizan the latest snocitication, manual cadc or Laws or ly during, the.perfomtance or -the work -- TOR duicovcrs anj-- conthct, error, ordhscrcpartcy •within theGonttact 'or between the'Contrsct'Deuntcnts and ion of :any such -law- or .Regulation o the petfbnraance of the Work of .of'miv Acmolt shill deport .it to,LNIGINEER in at ,once; nod, CONTRACTOR shall not with the -Work affected thereby (c:ccept:in an Ly gas. authorised by paragraph 6 23) until an ent or supplement to the Contract Docutiren'ts h issuctl hv'onc of the methods 'indicated in. h3S, ,ev' 3,G: provided, however, that ACTOR shall. not be liable tq O1NNER or MR for i'ailuie.to report any arch conflict; nbigul •uw ur discrepanev unless ACTOR 'knew or reasonably. should' htive 3.3.3. Ercept.as:otherwise sPeeiftcally stnte'd in the Contract Documents or as may .be `provided by -amendment or supplement thcrdo issued by one of the methods .indicated in paramaph1i �or 3.6,- the Pro rstons of .the, Ctintract Documents shall -take precedrncc inwl'revnij ariy conflict dtror, rtmbiguitp` or'discrepancy between the provisions of the Contract Documents and; 1. the provisions of any such standaml. specification- nianttal, code'or iii tttiction (whether or not 'specific" lly incorporated by reference in the ]� contractocurnant4); or • I* 10 • 0 3 3:3.2. the IiroJisiolts of ,any "such Laws Or Regulations applicable t6-,dit,•'pe6ormance'or tht: \\cork ,(mnless such ,.an 'interpretation oC Ithe ProvisiCrrs of the-Cura-M-0 Dpi:timents would result in violation of such_Law'orReetilatio ). like effect or'imn ustactoiy" Ur adjedivcs df:likc effect or-impgrt! are to describe a-i&uuacmcnL direction review •-or in of lumishute or �' " formance of the Woik'-di :aiy -,duty. or _auth6rin' to ondertake resporiilbility contras' 'log the prgvisions c f (iar)igruph 0.13 or'any:other pros st n if lh Contact Documents.' ;Anrenongrtnd! rfpplentenrliig,Gontrucrpociamenra: 36. The; Contract Dcxumrnls may be amended. to -Provritr_•'fbr-additions, deletions aid revutons ii theAiPrk' tar to modify the terms and conditions thereof, in, ord or more, of the followu' ig.ways: 3.?.L a Conial'\Vritten.4itientlmen4 3 3:' a Change Order (pLasuarnt To: paiah7aph 10A)7- or :tJC(X: (i6::ERAL C'GNUIT'[ON5.1911i-$ t i �Kt Ertitiinl :e9 C1TY OI; PORT COLLI NS\tOOIIICATIONS (1t4V -IPUM) 35 3, , a -Work, Change. Directive (pursutitt, ;to paragraph ilia) �3,6' In addition the royuirc'menls of the {Mtrm;C Docuntedts maybe -supplemented, and minor variations and deviauoi-i in the 1Vork may he;aurhrnii d iri'one or ,more ofthe Mow-,irig wa}�s:, 3,6; i A Cizld.Order (pursuant to para�rap6 ),S),,. 3I6.,'I,NGII"M",E-R-'s- AppfOt aI Uf a Shop Drelvtrig Ur Sample (pursuant to paragraphs 6 26. ' 6 ^7), or 3.63. ENGINEER's ,written inicrprelallcm or olaril icntinn (pursunnt,[o pnragmph9; 4), Raise c f Documentr. ART ICLC 4-AVAIL"TLITY OF LAI\'DS, SVWJR ACE ,AIND PHV%It:M CC)IVI)I'1'IbNS;', REFFRFNC-F,P0lNTS ili•oila6ilefj-ofLrriiiln _; 4tl_ ()IANERslv�ll fiuivsh as rxlicated n'thaContrect 'Dircumrnls, the lands upon which lhe'Work is le' be perfointed; 11c6ts of --way , and eri meriis: for awes thercto,and such oilicr'lanae which arc ilirsianated for'the way, or 'Msem nts. CONTRACTOR may make u claim .therefor. as .provided in ArticlesI:I, and 1': 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 (-OINTrRACTORshallpim-ide tbrall vidditi6rol kinds'and , � , access �thercto, that may be- 'Ttxjuiirej for,,ic � mpontry, �constractibrl rucjities or stonise 617 malteritilis and j! Siibszirfiiee and Phvsichl Conififibiis .4.2. I. 1upbas mid D ravvii)gs: R6ei ence, is nude to the Supplmenuary Conditions for identification -'-' - of 411f- gubslt�jacq Conehlions: Those reports -of c.Tlorations an"csLs o(subsur(cc ciation at or contiguous to the site that hnve beenutilized hy ENGINEER in preparing,thetbrittlucit Oocumcrits;: and 4.2.1.2: Plivsical'Condifion's: 'Those drmNirtzs of physical conditions in'or Hating to c:%istiniz'sLrfii:6 or subsurface structures; at, or contiguous toifie site (cxccpt Undcrgroiird hit have 'bccn utiliiW by ENdINCE12 in priqlarin" the Contract- 4.2,1 Onifted Refievice by CON-17i46-10H *1-minical Wia. ccigrkmam may icly,upon the gcneml al rep . ris and CC)ntra, Lr)o the Supolem6wiy Conditions. Evcpt tar such reliance on quell 1w6hnicial da1fl""(,'pNTRA(;T0R may f6t-tely upon or make anyclaim agairist OWNIER_ENGINHHP or nnv or, 4.2112;1 - the v6inp.leK-hLss of such rc�omq and drnwings r6r C6INTRAC.T OR's 'Pujpo.ies, includin& but not limited to., any aspects of the M I I �.l I M; methods, tcAliques, sc4tiertecs and procedures of- construction to be 'emploved 'fly CONITIR-ACtOR ' ard safety precautions arid programs incident thereto, or 4.12:i other _data inier prevations. opinions, .andinformation contained ul such reports or shown or indicated insuch drawings, qr 4:2213 ariv CONTRA . C'TbR imerllretati6n or, or conclusion_ fusIon " i, dn4fi 6&li any .technical data" or any well tkazi,, iniciprela, ions. opultom tit in1f6iffiation. Notice ,�itbsiwface, or Pln,jihl qf Piffiring._ , CondifionN." If 'CONTRAurOR , I L l �elivvcs Ulk',in ;subsarfHcior tys''al condition m.orcbnt1gu6aq to,theshe 'thatiun—ove -Morrevealed 4:23.1. is of such is nature as to establish, that rmy on tcchri&ul data" whitill (20N, 1'(;R is entitled to rely as providFd in purai"phs 42) ivid 4.2—l'is mritcraflly-inaccurate, or 4.2.3.2. is uf.such a nature ti,to rquire it 6haL.cln`dlC1ConLrac't f)&UmCnisjof 433.3y d iffiers Pifiteriallii - fr6m,Lhat shown or - I I ­­1 fill CITY OF FORT (DOLLIM AlbifiRCATIONS ULEV -W'0WJ_ indicated in die Contract Docuftnalts; or 4.23.4. is of, an um isusi nature: and differs ,and grneially ncoar rxd as inherent in work- of the Character Ilt-o-videa for 'in' flie Contract' Document% then I WNTRAM'OR -,hall ra or pe'dorm any Work in Ptempoi i and b8orc: n tin, emergency as nntiN, QWNRP and vul such condition. as aforesaid) udtil receipt or written order to do s6. 42.4. E NGIAWER's Reilelt'._ MINEER will promptly review the peruncrit *ccindinom determine the obtain arrigaddiii6nal e�plcirati& or, tests and advise(M.WPI in writing kill acq"ly to of ENGINEFR's firalin-11 and conclusions, 4 1 �.5, Po�Wbf. Contract 75'ovanienty 'I iange: if ENGINEER c6sicludes that a' 'change' in 'the. Contract- :Dc.xum&its9 required I I i I is a I result of 6 condition that jii&ts me or nlore ofilic, categories, in pajagja0h 4.2.3. a Work (_'h3raae Directive or a Chan Be Circler will be issued as provided in. Article 10 to reflect 6nd document the 66hicqUCA6465 of such clihakc. 42.6. Prnuble Pfici acid 'Times Ait)kMints., Ah equitable. adjustlnent, in the �_ .6ntraet'prioc clr in the Contract Timm or both. willbe allowed to the extent that the QrLstcnce of such 'Uncove-ied or rev�lca conditicCn cauSCS an increase or decreiqe,in'C()NTRACT0R!s cog ,or, rorperlom lrma,ccof theAvork; subjeJ1, q, howevto Ole folloiVing: 4,4.6. 1 such condition must meet any one or alorc* Of the categories gortes dez-,cli6ed- in .4 ppplis4.23.1 throughinclusive; 4 23 4 .2.U21 a change in ille Contract Docurfients puriL Mut to partigmpk 4.15 will not 'lx an auto r - ic . mat inligort-zatilo; ur nor it coralition precedent to cntiflqmeqt to any such adjjustrninC 41.2fi.3, Wi6 ie,� to that is paid for . I - 0 .. on a Unit �Yiee Bnsisobny taliustmentlin Contract' ,Price will r 'he subjebt J4- ­ jolts of to 'ti p e rovis paragraphs 9. 10 and' 42.6.4. CIONTIZAC7 OR shW not be cmid6d to any adiwincil-in the o _ ritract Pficc'cr Times 4.2,6.4:1. CONTRACTOR knew- of -the existence of such' cimclition . s , at. the time (-,o . KrR.ACX0R . made a final commitment to OWAR in -respect of Comma 133lineand Co6traci Times b, the CJ 0 submission of a bid or beeouiiitg bound Imder,a nrgntiateJ contract, itt 4, 6.4'.2.' the. exislencc o rS-ch c.ontliUon .could r' i 'ably have been di;i; ered or reyeated as. a r_ulr "of an), eeamination-investigalidn. C.* oration. testy or study_of the site nnd'conti- ' ie 416.4.3i (,ON'rkAmm failed- to gn c tFic'wnticn n66dc.it chin 66 timc and us required b}•.lraraaph-F.2:3; if OIVNEk and 0Q 'fkkTQli rite unable to agrec on •cicUdcmcot tooras to'the amount.or length of any such eyuitHble adjustment in the Contract.l'rice or Contract "Times a claim may' .be; mode therefor is pruvided In ..4ru61cs'I i, and 1 .Hotvdvcr, OWNRR, hNGI 4.*H''R"and ;FNGIbICF,R:s.'Cnmsultants ,shall .not. be liable .to E UNTRAGTO. R for atiy-clamis.,costS losses or damages sustained hv CONURAGTOR Linn or -in uinnection with"any •other prcmtj cet or nnticipatrd'projciL 43. Phtsicnl CondW6nsd1ndergrdiimd Friciliiies. --l.iA. 5howi.orindicated.•.:'fheinformationand .data,- shown or;indtcatcd -fin, the (o_ntiact laocumentstvit}i ri picct, to eYdc isiing UnrgrouitJ Facilities at . cr conugiintts to thc,sitc is'bascd on infomtation'and'data furnished to Olt NIM or, F.NCUNF.FR by the, otincrs of such Undergrourtd Facilities or by,othtim. Unless it, is trthuwtsi:;. cXPressl)' pint ided in ahc",'Supplementary Condition: 4.3:1:1. OWWN R:6nd'ENGCNEER:shall not be respoti`slble for the:necuraey a a mpletenrs oC a ty such'inCantationtudate;.and ' 4.11 Not Showi or huhcated: I f un Undej ound the it ty, is uncover- or re`veale l'atorcontiguous to the site which was not shown or mtlicated in the, as the EJCUCOEt_'ERAL CONDITIONS I YI" Ivav ELM'(") .%10TY 01; PORT COLLI A6 UOD117CATtDNS ttiEV 412UIIU1 E ,Rrferencc.f?oiettsr 4.4„ 0VFK shall provide cnetneering surveys to cstablsh,7rcfcrcncr points for construciidn •which in 4.5. Aabexffii. PCSs, &troleiinr 11ri.,itrth,ua Finaw Jr RridirxrMn•z d/ateiialr' AAL, OWl4bk shalibe responsible !lor any Asbestos, fcBs, Petroleuin: Flatardous<1Vasc or. Radioactive Material uncovered or revealed ai the bite a which may present a substantik danger to persons cr Fro ppeerty.e�po5e (Ihcreto in connection with the 1VorL at'lh� site. OIVh.Id2 shall.iia be responsible for.arty uiej in Medals biiueht to the site by CYIN I RACTOR.- Subcontractors. , Suppliers or aoyonn elsc for "whom OPIIITRACfC)P is responsible 7 �i-; rntrrtck�taa{ippty-R`-Ash.�stsssF'C'13�-Fc�trr)leum: HatsrileiL��4astrtri Fiucliatsiirc�vtetertal-aisstr�ereu er-revealed-et:-the3ite;.. . F'.ICLH: C;ENERAI: CONUITIIU tHlrr-N I I')'JD Eaitiml apt (71Y 06 FORT OOI.LI NS nt011nlCA'CIONS f�tLZ' •1n1UiuJ ARTICLE S=BONDS AND INWRA\CE Perfurniance; Payment inlet Other Bonds 75.1. CONTRACTOR,shall'funfish'Performance and .Payment Bonds, each: m an amount. at least �eyual to=tha Contract Price as security for the faithful performance a_ nd payment of all WM RAC ro i abligaticns wider the Con"d Dueuments. Thesi fiends shall r'emaiti in effect at least until one'year allerilhe dale when Cmal pa�nient Ixuirnes due: c.�6epi as provided otherwise by 1 aws or Regulations, - or by the +Cantnict-Docunignts except as provided athemi.w by I an�s or Regulations and shall be c.,wcuted by such surelles m ate niumW ih the current list of "Companieg 'H61dina icnlficates of Autbority as Aci:eptable Sureties on FeTTeral Cionds aiid as Accepiable R6iisurlij C:onipanrzs"' ss pu, rshed in Circular Yih (a ncnded) 'hy' the Audit, Stafl< Bunau.ot" 6mlernillent "Finnneial "Opernti6hq Us''frnsury Dcpsrtnicnt. All 'Bonds signed ..by -'an agent must be accomp:ut eddy n cenrtled•a)pyof uch _agent's authority 5.1 if the sufm on any, 13oitd t'ulnished 'bv (JONTRA TOR' -is declared, a tianr mpt or bi conmN -insoh•entor its riahtno do'business�is terminated in anv slate lvher� any licit of the Project ,is loca_ka orri "cnascs to meetTFa reyuremtms ofpar5gr, .I, COMiL\GTOR ahall within tcn 'dn}'"s thercafler substitute another: B60 and surety,both oNvhich must be accepiable to MV F.R; •'5j. I icense_ 'Suietiev and lnsurerw - Lertific"Ies,of . Lisuhrncc• E 0 0 ,WATRWIIOR'v Liability Insurance: '-AC.TbR 4w_II purc6se and maintain auyh er trisurance as , � is appr - cipriaic fbi-the lVorfc td end krniAkd and a-, will jlr6vide which may arise out rorii :CONTIFIRACTOR's perWarimice FiiQ the I.Vork- and ic&TLkCTOWs' other ,r the Contract Documents, whether film to :or (kinishal by COYMACTOR, any OF Supplier.'h5. .- 6y �diiecfjy am )yedhy any of the"ni tb pertbrm br'Aurrii%li: nyop ._6r by:a- e:ror Aosc Sufs-wry of LhLni 5. . 4.1t -cliiins under vicxkcri' compensation;disability hen6fimand iither shilar crrfplovice hencrit'a'61S., - a 4 7- c s m s claimfor daa�q,bcausc Of bodilyAnj I I j - � - I I LITY11 PxZulxiti6fial,nest' or 'diwdsie. Or 1 detith 1617, employees; +A' -claims for damages Iwause of bcdIy'.iafur'3,, sickness O_r,discasc, or death of anyjxrson other, than 4­1 H shire` wd!, i tit 6 1. - - - - - - - - - - - - - - lef NFSM Airt,aay ;claiiirii for dariv6igC's,6thcr -i6n' in the Wiirk- ii,elf Wcause of:itijury to :or destruction of tangible pt . v I including" I f , lFerly ':�vhm&cr' cci4t�d,__gss; o use jc.,Adting_jherqfrcqT�--anId_ - - 5.4.6. J6111 ofhnV'N'qo'6,or property dama'ge i)risit , ig , out , of . the awrrer-ship, maintenance or use- of any 'z�ofo.r vehicle.. The PoU , &s 6174nsuranceso required'by thi' spitmyvph 5A t Obt: phfchiL (6ffid maintained shA', 5A8. include the specific' cbveruccs and' be %sqitten for not less"than the'IIM its of ii� req IF,: li;ibirit�,,pioyidecl in the SUpolernentaq, Conditiorts; "'ui- -d" 6y, Laws ytt , Reguintorfs, whichever is g&itcr, 5,4.41 iiieludecon-1.6letedomrafiomq.insur'ance; %iw 6 ty OF il'()R- T OHLLI M HICATIONS !TWV 4;20(10) Ineudo ecintract6ril h6ility iiFstitiGee covering CONTRACTOR's indemnity obli}pti6ns I)Lhda', P-Mugmphs 614 �6. 1,6 and 6,3_1'thrw-h �6:33,_ .5'4:12.., remain.in effect at least,uAtil fiml. l5a)-ment OR-mayy be,corrcctiag; rerriuvingpr replaciri de�ecfi;:c SVork in a'!e cor'dande With I paragraph A.3,4 2, and at ,011,'XER'&LMbilitylnsuranc& I 5.5. , In,-id-ditiotito.iiisuranceiequi-'red'-tijbcoroli,d,c'id by CONTRACTOR under - paragraph 5.4, OWNTIR_ at CAVNER's cflFtiurt. may purchase and maintain HI OIVI ti"sCxI sr ON NCR's c sal habit ry cc' Hill a"12�Mmay arise [runt opeoas und, he Fiwperp insurance., A CondifionsGil,VNER—'! grepr'6 FI , " :1 —to-suc d I=Lrr­-the R ggulatf&s)'-This-i_AsufiFlii6 lit . . . . . . . . ... PAG-TOR, ie!t- plemerittir ndifi .. Rml-ihall-be:fisted as a rr­imaikad'CF_RJdiii _S; 6 be-,Wr ten-un­41-13iFildes or sit Ht. ­_ ___I HGO fiFF'";;Skill 1 '55 F thi ij P�,Ieqded tzivz_rage-the@-ti' Bridal isiir-and-nlo licioias-m ischiat taill�ttal�sallnpse—dehri�rrmer•H1-demol+FHan Bk6053C?R�-E+}-tiHl � UiBFiOfl� �'�+F��S-+�1o3fH It cc��5`'Fhe�u¢pleHtenFtw-%oRlllkieHT"4� � 63=intlude-evprnses "trie�urred m�ihe-rtptiir-ilr rtplocamerit•oGHni�-insur�a-pitil>zrty-(incJrldil�:twt iitil �iiiiitr'il-tc-Ize�erxS-Gla.g�es-eC-�nC �m+�°Scs-Hacl: ere}u[ecis)r �§-1�c-aace�-rnH[eriHlS-ent1 H+pHlrntS[areHt-kF site nF-ai-arnither.k��tidn-ftt ),*: gfeed ta•in td-%vriiing-hy 914'iu"&�-prier-te-1iiHzav--iae+3{�rete�l--Hr-the--14'erl�; jttotdded-dint-suekmaFerinLs�lHd-egr�+patenhave-bran nrl ice# in_an ipp Teene r#ei-Pity Hent4eaitiinefidrd �,:r I,I_i=tL• I: R: Hied it�EkititftnFHiHrl-ul-eliret until-fatal-peyntent'i'S made--tmfa4.=otierwtse= s�<xc1-[a--+rr-:vritir-hy 9�V6F..n�rr�t-3C-I�IEfri.S-.rnrr n,_T.c-nR-with FhtnS-dH}s' watiee�tia# 'nch-etttar�IddtNonnl. titRlr2d-4c3-PFik+ff1�3K32�vi8Ba-vi nn�fii-¢crtnr�ucn' LSSFMf� 59. olVty GR shall not tt: m . sible' m puralwin_ mairilamm • any property Tin m.Rae t6 pfoteel the -�:10.—if-GCa�I GRt�E�IUR-retjiiesls-in-wrtir�-d�Htrotii't Sr i --ve F}isriea 13t� ini ludrtl u+ F i�prt fxr[y is fHAse iFY'ltc-tes-pc�+drei-eriiki-RxlseE>w".� ` . ,_.-'.•.-�^.-:.....vLi� shstF,--iFj3assthk,-irle}gid�-sgel�; ttsH.-*,�-R.,Q-t*`�r 'tkerre�vall-E�-c�nrgtxl-Fs-6H�'T-R�1f-T9R-b}-lipprtapriHtt 'tom ^o-P.ao,--e—:Vr.�,,-=.�^-•endntzntRrier=-tti EJGUc. t;E:ti'F3iN: cowl Ors i%t"ttY'Jo Eci6w) Ill w9 C711 OF PORT CoLLIl`Ls MOI]IIicA*noNS(RLV•Lnow) co.eimenc�rtiritt•ol=-1�'ork-a[.the slte,-O}1NLR,shnll-ut w'fltHlgF}d"'". nnT.rroccv�.vn�rc+D Ar^TnR-W}iikl'itlH�EF +ilSHi8ii6e-h&`FFpRiC :••ins -a �.-r. nttl� �D Sc1-1�i:rP.Ei(i1F1EHIE -llit`�tL•uW Heil"ul_s[--- GOti"fR iG•TOR SuWontratT °otlicer.:;clireiitots;-employzz5•and=agzvxs of-any�sF theni; Cots �A 1:_'T.ees due!o ptialt less of 'tile -or: other 'eansrijuentiHl-loss e�irnrliile 6eyontl�cltrett physical loss=or-damegeL-to o�.-.�.cT-[+repL4iy=-:ri�nc�tT,f)iic-Censed-13i:' xnsiljg otil of or restiGir g {rout f+r'a; x titl+r2•perilr` ti'lirt4azr-or-ncil-irx;urrd�tx�C)WM'+R� itincl .. .... .... . eta �=C�IIW�tT�I•E-'csvr a{ Al- m�Hrr�FtIRS .... em4Hlrrrzrl-t�isrtl�is. -1-?-shaF eiinsa�rtar+.^�'...,n,--.�,-�^^ � Y^.•:ei=.c-x-}l1=hH':'.�,o--:�E:s-et i 0 INCO . ve a inA-Arr --o PC - CZTQR-.Subwntiact*; y Acf�ipf4n& bf flandv and hixurculca, Qptiqn!b,Rjlqce: E Partials UfiuzaIiOn—Prbperty hisuriuwv 5:15; IfMNNERGn&s'ItnccmaryIomcuPYorusea TXM 1 1.1 . o1i or portions of the XVH1 � . ,,6 I prior to SuKstan'tial FXbCQENERALCONDI-60M i910-8 ( Ir, 61(fifi(VO -W/ 6 TY OF libliTL'TILLI M'M0b1F1-C.A.TIUN5 (RftX'4;700U) 0 Ajiffc.,Lb, 64CON"*-I*R,A,C`-1",OR"S RE8�M#3k[TIES' 62- IC-6NURACTOR -sKA keep on the . Wor - k-at nH tined dun"n- a , cauliwient 6esidchl suMimerident,,xvho sluill,fimbe rphn6edy�lthout 4iiiin notice tu: 0'NER ' and giqdMER' tu-&p't under Labfir, Mareria& itird Eqi�ipjnent.- 6A. Unless otherwise sFveified in the 'Gem iiml Requirements; CONTRA17TOR shall Cumish aaJ essime Cull resplrCnblhty Cor all macerates, cqui' eat, tapir.. 'Lnihspcuiahun, co '- ructich equipment and machinery, :tuols, appliances, fuel potter ligh*heat tdrphtnie ivatcr: •sanitar} facilities. temnpomn IacilitiLS and. all 'other' facilities :end met t -ntals nectss r}; for the fumisF ii g. penfornmiece, iestin- . cans -up and completion df (he Rork. 6.4.1. Rirchasin^_ Restiiotions: CONTRACTOR must campiv with the-Citv's purahasine restrictions _4 copv of the resolutions are available-forreview'in'the offices of the purchasing arid 'Risk �Marianement Division or the"City Clerk's office; 6.42. (icmcnt Restrictions: 4iK of Nort. Collins. Resolution 91-1 _ l ieuuires that �suppiiers and Producers of cemenrrv'produa4 cantainine cement to ccrt&-that the cement was not made in cement kilns that.bum ha7Ardolls waste as a ruel. 6:5; . All .materials :and equipm xrt shall be of 'good, +quality -<and new, except as odiclit•is pmvidcd, in the (contract Documents: All ivarranues and ,uitrintees .sticciticalh• called for'bv the Snecificatio'ns,shall cepn—,sly s of required tests) its to, itils and `zifui}pment. NI t>< apjtlicd,;, installed. coma Progress Schedule. 6.6 C ON RAC'I CAR Shall tdheie to the, .piogmss hed. scule'kabhslteJ m accordance with panignph2'.9 as'it: maybe adjusted from lime toAme as:pnivided below'. 6.6;1, CONTRACTOR shall submit to CNGI\U-AR' for acceptance (to' the extent indicated in parttgraph?:9l proposed idjostments in the ,prcgress schedule thatwill not chartoc,the Contract Times (or Nblesiones): Such ndjustmerai will conform generally to the progess scheJ ale then in effect and akhuon illy sv"dl comply wadi any provisions of the. Genetal RecluirtmenLs applicable thereto. F 6.2. Projiosed adju-stmentc in the Progress schedule that will chance the Comnicl Times.(or, dvlilesturies) shall be submitted in accordance with the requirements of �pp"aa agraph 1?.I� 'State ndjutitmems may only be ma�e,by a Chtmge�Order to Written Amendrrirnt in see mdanee with Article l +6.7. Subetitiile&ilnd ."Ui-Equal"Ireiit3; •6.71. Whenever an, item of material or, equipment is s-- fied or descriliecl in the Contreet Documems by using the name`of a proprietary• item or the name of a liarpcular Supplier, the spccificauon or descrtpuCm.IS intended to establish the lvpe., function and quality required aJnless she sl ecification or description. Fjcm OEmER.0 coNbi no,\,' 610H11090 E(litim) 1? pvU7l'OFFOttTODLLIN9AIODa4CA'IIONS(iiLT•1lSnW) biritlins or is folio wed byword reodin> that no Ike, equivalent or "or -equal" item or. no substitution is permiuml. other .items of material or, equipment or material ur equipment ol` other Suppliers inav' be aced ica by ENGINEI R, under ;the - following .circumstances; 6:7.1.1. :br-Equdl.", if ui fs;Nb NT:R's sole. disercticm an item ,of material or ,equipnienl oroocised tit CO\rI'1:r1G1'Ult is fuiicLonally fni.-in which case rc-view:and+approve oposed 'item may;' in F,'NGINEN.F scretion, be aecomplishcd without coi A' some of all of the requiremi reptance of proposed suhstitutc items. 7-1?. Substindeltems: Ifiri'ENGINEI scrction an item of material or eq ,6 o 'Ll by `CONTRACTOR dces:nol m i 'or-equal,,item under subparojini i 61 ill he 6i ' a' el".a proposed ."suhstitu ONTR 1Cl Ok dull ' submit farmatiiin- is orovided helow' to iterial or cgiiipmeht will not tic accepted by iNFER from: anyone other- than TRACTOR :If CO\7Re1(.'fOR wishes to at at use a sulisutute item of material or +merit. CONTRAC-TOR' shall first maki m,uplihwtiOn 6 04GINLCR i6rlueveptcmce qf. certifving.tluI the proposed substitute will im ndequnteli' the functions acid achieve the Is called for My tke get rraVdesitm, be sim ilar bstanee io.that s}iecified and hx suited to the use as that spccifipd The applicati6n will the extent, if ,mZnto ivluch`the evahimion rcceptance of:the proposed subslituLe-"will dice CONTR 1C?OR's .achievement of tantial Completion tin time, whether' or not c•of thi ,subslilute for use in the'Work ire a c}mnee ui'ally of the Contract ts,(9r in the ,provisions of any truer itract with OWNER for work on the .o adapt the 'desiltn to the ',proposed and whether or not ineurporation or tise 'service. will be indica also corilain an itemii .credits that will result acceptance cif ,sucli su 'redk I and claims,o ed'in the application and repair and replacivfent d The application will j cetaoate of all casts or lir'cctly or indirectly from litule, including costs of other onRVActars atTecxed by 6e resulting chate. at of"4 Wdi will he considered by �'UNGTNEEFZ in evnlualliv:,Lhe proposAl � subititute. ENIGR4FER 71" -19 u5 CONTTRACTOR to, furnish addili6ml re a out SU,6S.11lutc,. 617.13'4:ON77?.4L761's,Evp_enx: All data to,'b' provided by CONTRACTOR. in support .6f any proposed i or C item NV I' be at ' substitute tut Convernii?g S?ikm aracto rs. Suppliers, and EliT 01; F6i.T CXiLLI INS NIO'DIFICATtoMs iRL.-v immi 0 ,6.9. CO\L,TRACTOR shall perform not less•,than 20 . reent of.'Ihe Work __'with its owf faives,fthat is .without subcofttia6tinu). Thi 20'ikrc&it reQuirement shall to understood torcicrAo the NN16rk the value of Price. all be fully resporun I ble to for all act!; arrcl oniw%_1015 for :rclationship betwevp ONVNFR.or and any such Subcontractor, Supplier or o cidanirdtiorL rior shallit r cfeute,anv 13, f,9w, CONTRACTOR shall he solzly respoh>ihla: for snhedarig and coordinating the Work of 'Subcontractors. Suppliers and- .other poisons and ortganizat.ions performing or fwnlshtrtg any of the Work wider a 'direct .ur indrrec.t ewnkygt. Avitb l I'RA( fOR L(jN'1'RA(sTi)R sly 11 requ re all Subcontractors 5upplierg and such other pzrsyns and or iaitiolls 'Perfor»tiry or funush rig any. of ,lhz 1Vuik to commrui ate wrth•the EA?i WEER 11vo gh CONTRACTOR. 6.10. The divisions and sections of the Specifrcit'tions an'd the identifications of an) i)rntgings shrill, rat .control CONTRACTOR .in dividing the Work " ; anlbng Subcontractors or Suppliers.or delineating the W it to' c :perkimiidl Lgilyspecificthdc, tia 1. - All Work. performed fire 'CONTR.CC'I'OR bv,n Subcomractoi or Supplier twill be ,'pursuunt `.to an np rop. I agrccmcni'lietween CON'rR4GfOR'and the 'SUntraC4Ur or Supplier Khlch SPecificsIly brads, the tw subcoactor nr Slppliee to the, is plwable'temis .and m ,nditi6ui of dtc c. riiiict Docuincnts far,[be l<ncGtor 'Ot;rt�BR AM FNIGIN1iF.R. 1l'ltei»nnt-wsl+-n .�eiHent P(deiii Fees ivul RafaGim_ 6.12, , CEO 1TRi1MR shall pay all licenu tus Arid royalties and asstane all cec incident to theuse in'the performance of the Work or the incorporation t,o bie Wort: of any'invengon, design, process, product or device which is thesubjeoi'of patent rights or copyrights held lay others. .If a particular iriventioq designs process product or dMc'e' is specnficd m the .contract Documents for use in the perlormartce-of the .Work and if to thr_aetual knowledge of OWNER or,CNCrIIJL•GR_its use is subject to patent rights or atpv`ights 611ng [or the payment Ora.ny license fee,or royally to stag-nk the. ewsterice of such rights shall be disclosed liy'OWNER in the Contact Uoctunents, To the fullest' "event permitted_ by LatVS Anil Regulations, auages.drising but of or resulting'lrom any of,patent rights or cooppyrights ineident,to the rfomtance of the Work or rtmulting, Gum the in rho :Work of tin} tm;ention, tksim> et u+or defies, not ,specitied,in .the Conliaal EicI CtUE*1tita1 C0jJD1T101J 191 M (l990E6t1in} 14 da bl- OF FORt00W. S n10D11ICATIONS (iV4P1000) Perms 'TOR shall t ay., all n fees nzceskuy, for, are, applicable at the Wii And OWNER shall pay all chnrge`s of such.utiliy otwnets lor;cap `itafeosis'related thcicto such as 'Plant it vestment Pees: 6.14. Lawsarildle�mladyns: 6.14.1.'CONI'RAC;TOK shall give all notices and .comply with all Laws arid,Reeulations applicable in Currashin_ and peefomance of the. Work. Except o where therwise expressly' eecfwred by applicable Laws,.and R6gulaubns;', neither i(WYNLER nor fiN(IN13F.12 .shall be .reTonsible. for monitoring .CON1 RAC I'Ok's .compliancf twith. any I:aws or -Regulators. 6.1a ..if CONTRACTOR performs any Work U6%vtng of having iA :morf to'know"that it is'cvntrary to Latvagr Regr,lauoils; rorrrHAC'r.OR shall Bear dialf not relity CONTRACTOR of CON 1'RA("()R's i bitgati. ns under parlgnaph 3.3:2. Tnz'es: 6.15. CONTRt1CTOR shrill pay All sales, cortgtoier. use and other similar taxes requireil to be paid by CON'TRAGTOR in accordance with the Laws and Regulations of 'the plasof 'dim Protect which" arc applicable during ihr parftxniatice. of.tlie y1'd& ,6 1S 1. OWNLR is ex ipt from Colorado State And local _und use fires on materidl to be pertnanei Ajx ncorporale into lheprojecl Said tri es shallinot bz included in the. Contract Price. Address: -. Colorado Depanraent:of Revenue :Slnte Capital Annex 0 0 0 • 0 1,375:9heithitri §tiiet C�eoyer, Colorado 8026 1; Sales and Use Tines 6r the Slat, or -&iloriido. Regional Tramportition. Dis�urict:TRTD) -irid: certain Colorado: coLmtiLs are 'collected by the State of. Colorado and are.'ineluded --in the 'Certificabori -a M7emmiio Ail briplicable S61cs and Use Tu.,cs (inululng State oollected taxes), on anv�itcrfis other'thm'construction and buildina materials Phisical1v in6oniunitcd into'th r . - TOR'and are to w aredi, c lyv CONURAC iate bid items. Mm of Primises: 6.16_ CONTRAGTOR. shall &nlinc construction equipmentthe storage of matchals and equiprntnt and die operations of workers io the she and [Find RM areas rjgh(s-or-% v6y, fieniiits; and cascinefits, aiiid :shall `,not unrefison: lily epetirit-kr the premises with ccifistiucti6ri c4uipmcnt or 'other mateiiiali or to equilinicrit. CONTRAC 3tOR shall assume full responsibility For I any ,d�xsuch nagc t6 any h nd of ar m or , tKmc nor " stir 'oeeupant th4c6f or 6fany adjacent'land or 6ocis,'iesulting froni the, pertlbrffiiince of the I.Vlo& aria W6@6 - be 4fte by :an%,, such: or occupant because or: the performance %Vbrk-. CQ9l'RAC,TOR shall d. &-ttic with sueh th ' "party " h' � t'- . . =.!� �o. er.y negn intion or ISL ,resolve the claim by arbitration or other 65 We rest) Otion piduccliho; or at law.CQrr.RA(,—ri Fto the fulkst cxte nt. permitted ni'Itted by 1.1.1iVs and Regulations, indem-ruly:aad hold harinless O"NM ENGWEEK G'JGflITFM-RS aiiy6n6 &ecdy -or4hdii&Ily chiployed'hy ,an} of then. From and againg'allj cliunicosts, lowsmid ilIajges'Hnsug out oor resulting any cIuim or legal or ed6itable: breidelit by anv such -owner or ,608. (ib.N'TitC.TbR,tihaU.noi,lLyad nor permit iiny Wart �of any ;5"cILEIC to Lo. lozidcj;in arri-; manner IthdA will en x� - sttuourc<'niiir,shall MlsfMACTOIZ s6bjeci �U imr'the any *PaFi of Ax woilz 'or -u'dU,acv'n`CpruperIy to ;strevscs,or .fi. 1 61 - - . I ­ I ,prc�murc�. that wi en yigerit" .Record DocumetIPF S4(ctr and Protection: 6:20. CONTRACTOR shall be reslio&ble- for .ihitiAiting. 'Maintaining' and suipe . be_ all. Pr&aui;onsa.'W-'id',prograrns in V4K-1 , l'OR,shall L 1 -1 c()N,l,RAiake all n em"-ssari- precautioms for' the safety of. and skillskillprovide the I neceswir y protecuon Co preverif damage, 'irn jb ry of luig to: 6.20J.,nll persom on die kkfork'mii of ivlio mac lie MTctcd hN4hc'N*ork;. 6.211,2, nll,thr N114k, and materials and c4urphicrt to 'be.incorponawd dicr6n, whether in on or, c) the site. and 6.70.3.. other property at the site ar.adjficent ihcrcto: Ani:16cling tr&& ilifulig. lawns,'iyalks, roadway.. I w'ay.-,. s"enires, GL ' ' - ' - ^ - " uu iff A and Umdmv�rotincl 'FAeilific.s 'not &siq�nnW f6rjiftidval. rdo6ation or iclilli.cenicid in the cou-r,.S,c ofeooiirdcticiri, - or or m not iiwributiabV. directly 6r,iridirectly, inwhole or I 15 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. 0 notice to . "XVNGK rind CONTRAC'1 OR in accuirdirice igith partrgaph 14.134A the Work is'acixptablc (except as oth gise erpics"sly; provided in connection - with Substantial Compleuon). 6.21. -SafetliRerreceam6ve._ CONTRAC;T.C)It shall designate a _ cpmaliCerl and experienced safety representalive,at the site whose duties :and respm mibilnies shall be'thg' prevention of.ncciitertt5and :the mumtaiiurit-anti supervising of safrly+pierlulitintianil IVLVHms. Hama!Comntrtaicatiori Prograim 622_ CONTRAQ'I't)R 'shall be responsible :for cui rd tilt tie an} e� l ancruC miter al safety W, bi'sheels or , rthcr hazard communication infortnation•requircd to"be :made, -available. to or exchanged between :or among .employers .'at the site in accordance -Nukh ;l.aivs .or Reyulatians. !- ul&gencies 6.23. In emergencies persons or the Work ,thereto. Conn R.Ac ( fnythoridliap'from OW :act to prevenl- 'thre FOR shall shall ,.notice if-CONTRAC' tchangcs 'in the Work Docutn in6 liana beu detcimincs that a 6a .required because of the ,response to such an en r-property at thelmtc.mx R. without sped it insm iF.R orENG.f4'FER, is'ot en&d Almage, injury give ENGINEER promr R believes that any s or 6ria_fi6ns from the -eatiscd thereby.'If EN �e in die C;onttact;l)o& action taken by CONTRA' �CEenev. a 1l' &Change II he issued to docur A23. ShopDegwingsandSamplea: 624a. CONTRACTOR shall to liNGINIEER for review and with the accepted scliedtile c Sample -submittals (see primer, ,will be identified as L•NGML 'the number of coples' spot ICequire m_enLs. The (Law shcnw trill be wniplele with r diritersi6ns: spectitcd 1xrtorma malerials and similar data to materials and equipment C.O&r provide and to enable [LTG nformation for the limited .paragrtiph ni puirposes rapt red by paragmph,626. The odrabeis ,of each Sample to be. submitted will.be as speeifred;in the -Specifications. 6.2z Submittal.Prrmetbtrrs: 6.25 1_'Ucfore submitting• each ; Skop Draw ng, or Sample, CONTRrCCT0R s1iall have detenni tei,and ve1711 i 6251:1, till field rnensurernerrts, quantities. 1.dimensions, .specified perfomitince criteria, nsmllati n, rerlutrem`ents, 'materials; analog numbers and sunilai. information with Tespect thr:feto, 6.25.12. all materialsdiith respect to intended use, fahricnimn; shipp{pntnr,; handling, storage. ussemuly :and installnuon :ptrlaining 'to .the performanceof theWark, and 6.251.3. .all information relative to ( CIN'iRA(71 ORs stile"responsibiliiics in respect of means, nrcihoils, tcchmquc!; iequenczs and procedures of conslruction.and safcry'prcem.1iiiins and programs incident thereto, C0NTRiNC7C1R :shall also have .reviewed and coordinated each Ship Drawing or. Smmi)Ic lvA other. Shop DiT6ngs and Spmpies and with .the 'requirements, -of the Work and the Contract WcurnenLt Ls is, 6:25 ha6h':4uhamittal will bear a,s6nip or.,spccific R in wriftcn,'indicati6n that CONTRACTOR has:satistied :five C0NIRt\CT011's obligations tinder jhe Contract dmc A6cuments with n:%Ikct to CON rR.4C't OR,?cvww. laid aliprovatof thstsubmittal. show E.NGjNGER the 'RAC I OR.proQoscs to BEER to review the purposes 'retuned by F_ 24..'C'ONTIZACTOR shall also Whmil Samples to. EivGPIEE•R for review .aridapproval iim -accordance with said accepted schedule of Shop Draivings: and Sample submittals. EachAriple will be identified elearly as to m tlerial, Supplier-, pertinent data such as- iataloic n'dniKrs and the: use' f6r wl icl iMe rl d and bt ie se'.as ENGINEER may rcquiie.lo'cniblc FNGINEF.k .to review the submittal W the limited EJCDC C L'.4M%L*CONDM,o �^S i9ioit I IY9a.Edmtiml 16w/UROffGO1tTOOLLR.SM011lt7CAr1DNSOj L•VdRnfH11. 6.25:3. At the time of each submission, the made oil Bitch Shop Dtrliiw g, and x1 to '.GNCINITR;'rar'review and such variation. 62q: ENGMTL1Jt will review and. approve - Shop 'llra.winos and Sample in acyvrdaice with the schedule or Ship Drawings: ,and Sample. submittals' accepted - by LNG 'WEER, as required by:paragral?h? i). ENGINMER's review and approval tt ill'be,nnly tiidelevnine if the items 66wred by -the _'submittals will, alter installation oc Incorporation in the %Vork-'cariform to 6, anft alion given in the Contract Documents and be compatible with the design concept of the completed Project as a ifunctinning whole as indicated - by the �Contraet Documents. ENG[NEER's review unit approval will not extend to ma-nins; methods; te'chnrqucs, sequences or. procedures of construction '(except tv}iere a particular, .metes; methotl .technique, se quence or procedure of 40 • 0 Contra - ct Neu M!_Chts) incident thereto. Th- item as,such',Arili not in time, of submission as and ENGLNEER has 'such n b i varintoy a sl z 1, - .,.. ­ . . ftir complying with:therequiremiims of paingooli 6.25-1 6.24. ANTherc'a Shop Drawing -or Samplejs required by tS or of," the Contract Documen hop Drawing rand Samj lc st ibmissihns ae&jted by ENICTINEER ;as_ any related 'W;6W' peifbhn'ed ;prior tn'RKTC'rNTF:Hk's'icvieil and approval of die l ertln&ni•: s6hinittal'IF111-1 be at the so' expense and mspo'TA.iIny of, 029 CONTRACTOR s1mil cnny' - on the Work and :mlhem to die progress Y-hedul-c during all disputoiloi. Lsa gweetuients With OWNTR. N1o`,V(3ik shall be delayed or --,postponed_ I pendin g resouli6n' tit any, or -dispgreements,,cx.c,pt iis,jm!inifiO by 155-or 6, %OIANER-,and CONTRACTOR innymn P1.11 agree in INNT- na" 6.30. CONTRACTOR's General. Mitrran :and ,G�arant_e_e:� 636.1 CONMNCtOR warrantsand guarmnecs I to OWNER,LNGINEER arid,ENGNEEWs Cunsuihimts that all Work will be -in eccbrdan'6e'%v-i1h the CoAt in' t DLiZuinehis­ ' i�4' ' will - n5l " `be" dqficlh�e_ CONTRACTORS, warranty and guarantee hereurider CXcludos defects or d6mage caused by: 030.Ek abuse.. modification ;or improper maintenance &- operation :by , 'rwo n's other,'than. _pP 63-0.12., nu.nnal weer,aml tear under normal. usaue., 6,.,3(1.2: CONTRA.CT Oi.% oblip'Lign i,tv peil' i and 11 — - - - Work , orm - onimpicte the Worl, in.2cardance with the Contriul, Documents shall be absolute! None of -die Tollowiiig will con'stikuti hn AccErnmice .01"Work,thin is not in EJCDC UE.-MMAL CONDITIONS 191 (k-9 f i 9AI E&M) j &iy (it, PORT -0 RT M LL IMM - N I Cb- 111 CA' T, 1 '0' N-5 ijtL V -,V7 (H I U I E •acc . orilance with the Contract Doctitnahts,'orn'relnik f-'(,' 6Ol�TRAC'.T(jR's'obli'gstiL v i to perform the Work in ucco.ida.n6: withthe Contract Documents:. C.,IoJ.I; pbservationsbyENIGINTE ER. 6.30_1:�'. recommendation of env progem or final payment by INGj.N-IMR- 6'30.2-3, -the issuance of a ocriff-icaiv of 1 -1. -_ Substantial CCciffifil&ion' or any linym ent by OWNERtoCOWICkTOR under 630:2'A, use - a or pmupaniey of,the WI ork ornny 6302.5. acceptance by OIVNIFR or any Iiiilurc t6,du so., 630.26: any', rev'inv and approval val 'oFz Shop Drawing r.,; nip e sub -ft tfix L , , sua , nce of a o� Q nin al or notice iJf:ac`ccj`it`abilit'­hy I, NEhR pursuant to panigniph 14. 13, e3o,? -7 tiny. insficeiiiin, itest or mpproval by 6.36,2.& pnv'&orrey%6n ol'&Metrve_Work by OWNFR. 6.31. In 1,any .und all claims, ugaiiist OV;_Nlat-. or 'ENGINEER or any of their re.speclite 66risultents ' agents;officers.'directors-or the, r' xrsonat representative of such cinfil6ye6i of' MONUCTIOR.� �Subucoritnictur any 'S6pplier, 'uny ,Nr,Tn.or orgaM7.quon difertly or'6arectly emptcv�ed h y I . 7 :any of therdto perf6mi br furnish 't of the NVork or: .B�7yone for wliose 'ticts Ery or diem - may ' :b'e liable, the inderrinifica6m. c.bbution under.paragraph 6.31 shall not 'be Urnitcd i - n any way by-any-limitaut-m an tht�"amount - or ;type of damages, compensation oT,benjfiis;'tiAvabIe try. or el � ,for C, oi�,T"ETOP 6r ier or, other person or organization under workers! compensation +qcls. disability benefit ads or other emplqea Iviiefit acts.. -633- The- indemnificaLibit obligations of CONTRACTOR under paragriaph.6.1311 shall not extend to the liubi[6 of ffldfffEEF�'tind `officers, directors; em_616vees 4 ngcirts.caused- by: the or on-) issi6m Of arW orthem'.. ,634- 'All i-cprcsentariork, indemnificaitions,, warra*n'tie's, ,and guarantecs'nuide lk- required 63' or given iivaccordance with the Cantmet'Documerim as woll'as, all mnlih6inu ,obIlt� ato-ns indicated , in -the -C!a`htnia -D,uc­unentk; trill :survive In-nI ra ymem; omIeton M IcCePtsmew6fthe W 'k �Cthe A or arecmcnL, Relate IV' rk az She 7,1. 0INNFIR may jcrfbrm, other -Wori, related to P10j;ct ai the cite by OWNER's owft to�hccs, or let 6 dire cofitrams thercfbr which shall 66hiF6 Gen Conditions similar to these. orhave offier,work person tormc(0A­as not noted in the Contract IJOCURient, then; Nviltzirw notice thereof will Ix givcfi to CONTRACTOR Dr _Ito starting any such other w6rk uM CONTRACTOR may make it chine thereror as arc ithabI6 to'"c as Idthe amountor extent theren T CONU�_AGTOR. shall afford each other ro who Is a-,- __' to such a direct u6niruci. and eaci pa�y zo%mer (and 'OM TA?, if 'ONVWR is perfor;n i the site and a r&sonal and storage of materia L or such other work and ite the Wa- with, thci do all_cuftirtg, fittinYand patching or the Work - be �-qttixcd to ratke_ its several pertsycime-tcIp or otherwise' altering their work 3MIM and the'uthers whoa worl, will be aff6cled. ,qutjes,and reslionsihilitics,af c.olri-RACTOR under para�,-"ph nee for the bcnefit,of such utility oN6:rs and :r contra&m t8 'the estent that there are coarbarahle EJ - CIJCC-;E,\DLAL-C-ONUITIOSI911"(]9ijUEdtim). is U1 LITY OF FORT (DOLLINS MODIFICN17 IONS provisions for 1he lx relit of CONTRACTOR fit -said direct contracts between MWEk and suchut�ibty o%vnersi .and uffiencontructors. '71 If the proper "mutiuri or, results of;any part of 'WS W.0 cependq uor�• work , e rt8imed by others under-1 CONTRACTOR shall inspe'a such other work and promptly report to L-NOINIM in Writing any dela).S; defects or deficiencies in such other wdrk*thi�t render'it unity'HilWe ix urtsuitable fin 7-4- If MVNHR, ' .contracts with others tor' the performancebf6ther Wo&6n thePrqjecvrii the siie. the 7-4.1, thaperso . fi,�firmjor corporation who.will have aiAhMty 3nd reslionsi0ity' for joordircuion offfic actin ivi&s. among the various -prime contractors will be id1wific]d: 7. 4,2, - Pthe: spc-cific minters Loire -covered by .such l on auiliority"LiMies' Mbilify,M]I biItemik&and 7A.3. the extent of - such authority and, 11riless oth6rwisc pr&i&d in the Supplementary Rondiiions, OWNER !shrill_ have sole aO-ibrity atid resr*ui il v ifv ih'reect of suLh'odordination., ;kRtIQJ,E 901VTNEWS RESPONSIBILITIES' $A. - Except its, otherwise provided in these, (jeneral Conditions. 01A,7qM slin1l'issul "all animuriii1ions to CONTRACTOR through UNGWEIM. 8,2.- of Ore cnipl6inefit 'of MN G IN E rR. . QIA'Pxs.R atjp�im In eng'ate'er A& L Ir o-A whuii-C-6!N.T-R.kC-T-OR-ni4kc!g-no'rciisbmbW-&*LicrI; wK6se stittus iiiider the,.Go6tiict Dmitterits-sliall,be"that of the former ENGI'NEER 8 3 WINMR shall furnish the data required of 6I�kEFZ 'under the Contract Niiuments piomptlY and shall make pri'virients to CONTRACTOR pr,omptK­wfieft they nie due as 6rowided 14.4 and 14:'13. SA, OWNER's duties in respect of providing lands and easements and jiro0ding 'enginecrinc suree , c;tablish'i&renc� points_aie p '4.1 'and 4.,4. Puiragraph4.2 iifers1u, 0NVNEk's'idcntif)-in-_ and making .available ilablin' to comrRAc.'raR :copies nir r0orts of exploratioris and tests of subsurface conditions at the site and dra wings of phisical conditions ine.Xisting E I* 0 *!!Uti . liiW Ciinixma Ddetiments, w(A p 44E%IfIBIfll. d 1 luinF:ti+ -5 % objjjjj,&j j6 4;(CCUte (Iian,e ()jd&' as indicated ili'* h 104 Paragnip S_7_ OWN MM Fes gxiftsibiHty in rcs*CL 6f eellhiri insjx,%-66r;_S.:, _iest—s :Snd - 'H'p--p Is ^ ��t , f(ojrtfi in ;paragraph l 3.4, :U� ne An conb4on with OWNP.Ri 66t tostop.Work or Lqx - s . ' ' I � . I nd . Woi* scc; rnmOxAphs 1,' 3,4 Q and P62riphll5.2'(ICSL�, withO\VIAR's right.lo',tem Bute tind'i 'die ARTICLE. -9_FANGlNFFR'S STATUS DURINC ;COINSMUCTIOIN OWAIER'sRe qmpentath'-e 19A_ ENdNMR will be-OWNER's rznizseruitive dg e, ­ ­ - - ai"""on period._ 1, xis and _&�c linlitaii6nt; 'of i' 'm, aifiorkv '-S)f. ,. ENOINEER.as . OWNER's �c�mntqtive during contA' aion aresetfailh -(he ccir6cf jn:Lmmlsan .shall not-be'eet-n e_&d %'vjlh6bt-%v rittenl6b niwnt 'of dIrid LNG INTE, R Hisits Io Site i9.2. , ENGHTER'will make visits to the sita aldntcivailg dpfriipfiafc to .1h& various stages of construction as ENGINEER deems necessary;in order;to observe as un cxpenelicedat,iii Chialified ddsisn6fs�i poc- I th j - I .. . Pon _eprcgvec,'q' E Phyeel Repr6vpiteqiyy: 9.3:1, ne kemesunlaive's denlms in in atters perlainirg_, 10the dn-site work w Rin general, tRL be with the H�,ONSER.,imd 'CONTRACTOR 1But, th Representative will :k -. the' OXa 1T advised uWut sucb,niattcis: Th'�'Rc -cnwUiVs ­ dealirms MLh stjbc6ntraclors ivill ®r& he_iWo�ugh or Kft__jh,e_Lfqll knb"Iedpq Lind upprcv�1- ql the CO-NITF-AC170FL 9.3.2, b6ties and Representative 93_j.J_Sche6l&s Revi6v the pr press 19 whet ile and other :sclwdules orenamd by ilx CONTRACTOR am]_ wnsult�—' ..the ENGINEER concanina ae«plability 9.3:2:2. Confucriccs .atid Ndeeim_. - Attend rn&rim- with' the CON'rRACI'OR .such as preconstrliction c_�nfzrenexs,pro�essmeeling. and: iirence other..iob-cbns7 end pretr�-are :end _c rculate copies of minutes of mt�etims: 93.23- Liaison 9.313.L.. Ser4e .ws_ ENGINFIR'S 'linison with CONTRACTOR: working princiilalla' throuefi CONTRA(.'POR'ti superintendam to assist the CONTRACTOR in imdem tandine the Contract Doctunents. 9.3.2.32 gistlnobla""mingEont'OWNER additional: details ..or 'information, 'wheir retiuiie L for txbrxr eaedution of the Work. 9-3.2.3.3. Advise .tfw EN6fltliHli and CONTRACTOR of the commencement of am 'Work riiquinrie a Ship-:Dmwine• or �plesuhntission ifdte.suh'mission has -not . tweit aj jxoved hi tl c fltifN} BR: 9.3.2A.Revreiv•of luorlc. Ze i ction or Detectiy WCWL lnspcctions and:Tcsts 9.32,4.1. . ( 6n8ucl orrsitc 6twYati6ns 6t' thc'Work'in pwuir srtolamist the, ENGINEER inT'detchninirtgthafttthc Work istroccciing.-in accordance ivith the C.ontract.Dimctmients. J.3.24.3. Acc6inpany i•isilirL 'inspectors representina-public or other agencies -Ravine junsdicttom•over the. Projzct record the results of these 'i'inspectiom and reportto the MGDMER. " 931i. Intemralation of Contract Documents. Reouitt :to •ENOWHR when clarificali6n3 and iritegrretationt of ihe'Conhact Documents are .ncedW and tru=nil, to COIQTRACTOR clarification.unil. urtemretition of the..Cimiract Dwuments-'tlsi issued !by the E3GLNEER 9.3;2.6.-h-lodificatianas Corisidu :and evaluate 'CONTRAE.fOR:s' suo,-,estions. fora tJCUC-i;6-V7;'FtN:cONUtTIo IYIIHt It'llu Et4lim} wl CITY Or FOA'r tkOWNS M11001FICA-n(DNS ocEw•1 nou) modification in Drwmes or Slieciftcations amid repon lhese rem omm`ehtlations Yo TNG1NEER AccurntcW imrimrit. .to 'COMPACTOR dtcisions issued by the ENGDTER- 9.3.17.Rccords: o' f2_$, Reports 9 3 2J-1. Each sh C 1GII UM lieijo& ,reports.. as::reginrecl,nf thins. oC�the \York' 'mid of the CO\TW4CTOR°S _timloliaitce with the pmgess schedqLt end -khedule '"of .shop Dnnvim,'.and sample submittals. - �:3.R,_,_ Copsul[ with. L_It'G[NLLR ui udvance. bf` st:hedulineTma)or: .testis +inSpeiai6ns orstan'of {niporlanrohases of the 9_32.8.3. DrA proposed Ctame Orders and Work_ DirecLi%t ha"ngc%, Naming baukup muterial'from The CONTRACTOR and recbntrnend':to .ENTGINEIR Change Onlers: Work Dumliye )Changes amid field .orders. 9:3:2:8"A.. :Report immediately to MgrjhSE•ER and .OlNNl s-R'the'oceumnce of `tiny accident - ----^- 93.2.9. Nvmtne Reouegs. - Review upnlicatibnc for. phyinent with £ONTRA(GTOR' for compl ianw with' .die esstablisWU .oroeedure for • tfiair submission: and RinVnrd i6tN recom—Mendatirm to E • Ll C1 0 ONGINT-ER, n6ting-piahiwlarIv theielafi6nship of the payment. regimge tq thegheilule.of values. work- 'completed and. materials" and leguime delivered at �Ilie site -but nui -incorporated in the Work; j___32'l0_CcmpIetiun , Cer_ClcaWor SUbstantin] -426rnpfetionti,subiiii -16 CONTRACMR - a list. of observed itans' requirina correction ofeurnpletiuk 9.12:16.2. Conduct final I inspection in the' oinir;anv :of Aie INMNHHR. OWNER -n6d CONTRACTOR :and-tirmrc •a Rai Aist. nf. items to be corrected or oompleted.. 13 ' 210.3. �Obggrvv that all items an the final list luive,hoicii corrected ar,compIcted anil :make -reconiffiadations ;to ENGINEER' concernim nacepLarfoe- ,9'3j' . Lihitiation o'f A'utharity: 'rh ' Representstive ,shall -noC ,U3L jA orize. ariv &viatiMs from the', ConLT c n vfiN. Or RCCci)1 uftV �%UbSti[U[ materials 0 1 qq�jfntq_t uf&ss,authqrijud the ENGINEER 9.33.21- Rkeca. limitations 6f, EWJNRERS. authdritv`�fis_sel 16nh in the Contmaw6unients: 9.3:3 or the CONTPACTOR, Subcorrunctom o CKQN713tWLQK�j5qike_Aem 93. 3.4 r\c L �ie or1, q r j e dar-tions relative t6- or--assAiffic wrilrb) uC the tnemns. nmwihckb tec qu hili �t__.Eqqences_;or, edures' for constn!Cttcm_j!ae§s__ sugh i—q L specificully called for in the CA5nimetDocuments. 9J ,5 Advise on or issue directions re Me I' 3te ety, --wont j !pL &LcaLutiorLs �ajirij mmi]n 6onneakiniq with the WO& 913§. Ag �e p! SEO) DLrawinis= or saifipR submittals from anyone 'other tham the. 'CONITRACTOR- -933.7._ :Authorize MWER to occupy .,the VcA in Whole ur in part: 93.3.9. Rarticioate in Mn-_-ft Ndri-14--!k laboffitory tests or insriMicirs cqfic!Uted b'vbthefs except. 'as sp_ecLftcally_ authonrrd by ..the' INGINEEK Cldhfieatiiw` add lafej)retzi6hu: '9A ENIGINTEEP %vill issue, with rea9cinable" Orbinpiness -SUCh i�vrittienr dlarifkatims 'of "hiteirpietfitions '_of',Ihe_ I'll U, 8 , Bdliwi) W1.6 iviii7FORT LOLLIM.NiC.)I)U:I.CA.T[O.NS(ltLV V21MO) Amth -; i,� � fionsM Work , fjr!;ed . n a fVjiadng l efe&n,e IVA.- Shop Drmvirigi; and Samples; see pmaemjpKs 624 through ,6.2846 'elusive. 9,8, In conrinticin4ith ENGIINTEMVS;yiiiithbfiiy, as to ,Change orders. sce".,kr6cles 1 (1. 1 E and:['). 9,9, In connection Mth ENGINSER's authority -,as V Applicatims 56r Nlymi:'fnt: see Ariicli� 14, ,Dderhii fiwimisfoi'UaU.Ppiciw: 9.10. ENGINEER Avill,d6ermine'the actual quantities wind, clwssificiai f -Unit Price 11 Wort_,Nj I :-formed. by CCVTRACTR�s'o ENGINIEER W-'iU review' with ,dmn, thic ' liNGNHFR's ;p!cfi1nI1n;i_fY determinations On.sueb-matters'btifore rcri&ring a written decision tfie�ecin (by recoiti6endiiii6nof An Application .11 . - I ­ I 1 ­­1 .., - —1-1 11 - e): ENGINEERswritten ,derision and bindirig, upon ,OWNER, 6M i. within ten days after thcdate of ter OWNER or •CONTRACTOR J to ENGINEER written notice of ,HNGlNHH.'R',,&cisi6a and: (i) an Z's decision is talken withiii the time e with the procedures set forth in e PesolutionAgreerneht". entered :has been entered Lao. tvlornml PrILUxetling'I diCapreafiy rn rAn- urrolibruof w"nipetent C.Xa= csuch i is or remedies as the appua •hrrve with respect to ENGINVEN's de dthciwisc ag,reted in i%'nitmigby ,C0.N*1•lLA,CTQR Such appeal will not -be proci:clurcsofparagraph 9.11. Decisions air Disputes ,9 -11, ENGINEER trill b6 Lhc initial •intl .requirements of thd Contract DocurnehLs,axi ofthe'Weik-theriunder. Qlabn x4hl r nisiters rCLItIre to the acceptability 0 to to of the o , f the es and ork or changes In'the Contract,' Price,ot Contijojr Tinies will be referred initially- to,KNIGINKEP itn writing with a request ,finr a format'decision in accordance with this paragraph. NVAnEn fititicc, of each such cldifii, d4tit: or other inatta will*&o. delivered I;y 'the'elairnfirdto.EINGRJEER and the other party t6 th6 Agnc6himt promptly (hut in no cv64 later than'thifty ddys) after the -;tan of the occurrence or event ejt.Jnp _ triS" thereto, and written supporting data will tx.subrritGd IdFNGINFF.R and the other pan�, ivhhip 'Sixty days after the start 'ofsuch ciccurrencc or event unless ENGINEIR allows iva'additi6fial rvHbd of iiine for the (subtnissioii of 'additibnM or more accurate &qm atsupp)n 'OFS116 diiin, dispute or other matter. The ol5*'ii g ira!` ,shall submit a me to ENGINEER and the claimant ti utv PILITtle r reeciot of th6clairritint's laii to 4-, upon OWN and 1 a c 2 ENGENECRs Iirnits (md' in acre resolution Aprement entered into t%veen OWNER and .ONrrRACf0R-pursutuiI to :Article 16, or (ii) if no such )i.spiuite Resolution Ageerrient has been Witered into, i-a vritwn notice of intention to appeal. &6rri EN-PINEER Is vrittW decision is - delivered by OWNER �& . - .0NTRACTC'iR to the other and to 2%IGINEER within hihy days after the datt,of such decision fink! a Corneal, ppqi M pHrly in, a Corum of ,arupeLent jurisdiction to exercise such rights or rtanedies Is the arjicaling-Nrty niaii have withirc.'%fect to such - clat'ni, other, matter in'accor&nce withapplicabk Luws Infions within `slaty days of date 617 such Cr nit el vl� - - . . �ty I . I FkU4'6E1'EY_AJX ON 15i no M 1911W0990 E(fitim) wi a-rT 6F'F6ivr00L'U&s moijwitknoN's tjkLZV'-I'P'(xAj) decisiviL urUw% othehvise agr2Ed in writi by ONVNTER and CC)1,17R,,kGT0p_ .9.13., Limitations ,on LNGIIVLIR's Authinitv nod 9,132. MQ(;lNV.l"R will not iuli,isa. direct, Control or have authority overlor,lIx resp6nsible'fiar or lirinith the Work in accor(Unce- with'the t:ontrtict 9.03. ' M-TCUNCER will notbe resp(�t ibie.�fdr the acts or omissions Or CONTRACTOR or of july Supp 1 1 6ther person.m. SuL,cdnirmIo'r,:Lny her, or orany, orp . artm - ition perf orniing or furnishirigmy off the Work. 0 MIA ENGI.KliER'srn-ie%v of the final, Application fir PHNtnint'and 4ccorriparrying'ra .docuentatio-ri and all rueld6nanvi,and 6perstinginst'ructiok schedules, .6uarivnitea Bonds Eind,6ertificates . or 6spet'llo'n., testsifndHpp'r6vilsi�nd6l,heFdo.c,ij-mefitationrc.Liui Ll-wb.c the requirements of, and in the case of'certificates of inspe6ti6n& tests -and' approvals that 'the. ;results certifia indicant compliance wia; -the- Clai"et Docuirials, 4A3.5. The litnitntions upqn and L-A • 0 10 0 reb W set Rifth in thispanagniph 9,13 , shall also apply io LNdri4Er,:Rs.C6nsuitams,. iz,,siiient Oroject' Representative and assistants. XRTICLF MCIIANGFSIIINTHE NVORK I the Agreement and Without R'im%'a I I f i , , nv time o r from , 'deletions I or revii I an I i; . sin the letiorts or 're'llision,3 Will bc, 1&ncnL u Chan Order. or it. fibri 11receipt, of itly -s6ch, shall jnnhiptly pr&acd With rill be peffiUmneJ under Ihe ontiner boauniClits(excent as 10.2, If MNER',and 'CONTkACTOP, are •unable to .agree qs.tq the emni; H. an swit in tie y, o ,an a lu,tn Contraet price or an M"cis. tkil. :should be!allciv�cd_ak a'res;6tt of a wor-L C}mrge Directive; .6 claim may, lic made thcr.cfoc as provided in Article I I "or -Article '12. IC 3. CONTIR-ACTOR:shall riot be crAiNd in an Hic w6ise in ilia Co thact ofthe'CQng-o6t timi:s with respect, to any XV, ork­pffformcd�that is n(it rectitired Ity 4the -Contract Documents as amendodmodified and kupplcm(Fntcd as ff6vidcd in itairagira 3 d '6', c'xccp. L fhis 3:5 an 3. in•thc case of an cinergency as provl(kd in j-;3n:ginh 6:23 cii in the case 'of io-"'Iciing Work lwsprovided in .Paragraph 13:9. 104, OWNHR �and ,WNITRAQTOR shall c�cwtc .appropriate Cliinkxbrars iccomm'ended by LNGENTER (or Written'Ain ents)bovering! 10.411, chinaes'in the IVork- wNch tire-(i) oMered b`v OXVNER biIi�t_to'par%L7aph 16'L(ii"Ircildired becauie .Or acceptance - . , of :&kfedivc Work under' pttrajralih,l ; -113 � 'or correcting *Jevtive XV6ik'uhdcr Pam_g;nph 13,14_0 1 r it i) agreed toki the parties pa 10.42 (.binges ui the Comr-k-I pricc or Contract Timeswbich.ire agreed to bythipirrties'. Lund 10A-3. chanus in 4 Contract Times which Jml�ody the. stibstimoeo" -,t'arhy stiritttr decision, rwdered 'by- ENIGWEE� pursuant t�, .providleo"that,An lieu of execurinti tiny such Change Order, an appeal [bay; be taken Gom any such decisio:4• in ;acclordirke�t�jith lie provisions 6fihe Contract 1566tAents add applicable -Laws and Readtations, biii diking an' such :'prI _ "CONS *RA( 'I*OKs_hI-1o'n, .the Mork and Jdffe.-o IN&;progress scbedulettisprqvided in ,10.5if notice Of any chainge ti*6ctifig the general scope 'of .the -kyA .6r, the provisions of"ilie Contract Oopi'mendq 66CUiNliftAL e0NDITiON519iti-S 6 DLFICATI0.NS(Rl V,1;2()(JU) (inchiding, but not,limitecl to, Coignict Price or Contract 6 - p- is; - -y Bond to be Times) is required y the provisions of any, given to a �SUret . the giving or any such notice N611 be Y's rt�spoosibiiiiy, and the amount 6r:cacb appli e' Bond will be adidslcd He' rdir, igi Y, OkICT 11.1, The Contract Price constitutes the total (subject ioauthod�.ed nchiLitmcnu;)papblc .to CONTRACTOR I for I ,pe - rtbrinuig the "'olt All duties;4esponsibilitics4na tibligatioti4 assigned to,or� undertaken by CONT kAUIT))sfiall heat e:xpefise. With' - - ' n ' ' ,mit change in the Contract'Pricii. 11,2 The: Cohtfiict llricC iiiav,onlv be changed b%, a MI-1119c Order cq­4�j a)Vriticn 'Anicodment, Any . claim �FX, � A!; ....... a.,# ib lh<Driro A1,E ' -. th'.1in thirty :days) `afler the surit of the or event gitrivi {iktoihe elitini'and stating ihe w Of such 6'ccurrerii;e,6iF cveni (uhless kh the. claimant is entitled its a ,result of said ;uxrence or cverit. All claii6 for adjustment ift the bi:determined -,by ,imlrTEER in 'ordanee.' Avith prifaigmphUl if (-)kVNT-,R grid 1, :for an adi not Sul.".iiLc 11.3. Thevaltie',of any kVA eciecred by;a Chk.%e Order or of any claiint,for an adjustmenCiri ihe Contract Price will be'deter-mined as rullcws: whcr.e.th5 lVork`inv6lved is covered by*wriit prices contained in .thc Coniraci I.Xicurnents, by appficati ' of priers to of the ST - .items involved - (silbJq6t to the. f ,23 ji-a�an;phs,l 1,9.1 through 1 1,9.3. inclusive); 11:12. where the Work involved is not covered by U111 agreed basis, 1'riclu-jirig 1, URI psurn unit lees hied ... the Coninict Doe ents,- by'n mutually 1) (�vhich may 1101y'Inic'e: for overhead And, r 'in KoEt -not. iieussarily accordance with lxaragraph 11.3.3. where the Work involved is not covered by unit/ p - ruji; ocintained in the Contract - Documents . and ElLreement Ito a lu'm--p sum is :not reach , jura.er lximgraph 11.3-1 on the linsisorthe .Ccist ofthe, Work (dcteFrntned as T*&Vided in paragraphs 11.4 and I ii.5) plus a CONTRA( ' :T( , X.S fee for ov,&hend and profit(detcM 1 0,15 i5rovided in pameralih I , Milne .(:osr of fhe Work: 11,4. 'The term Cost of the Work.meins ilic,sum of all .costs necessarily 4ricuired and paid -by , C0917RAC-TOR ih �ttia proper per ormance grike Work, oicep, as otherwise .may to agreed to in writing by'OWLNER, Such costs Sul be -iry amounts no higher than those pre"iling. in the locality of the 1,rojc-cl shal'l include only, the following items and Shall not include any. of the cdSLq itcaii2rd in paragraph 11.5; 11A.] Ravriill costs for ernployces in the direct cinlrilov of CONTRACTOR in the pe-ribrinance ofahe and Shalt Shall and othir personin:1 site. Payroll coNts for 1-time an die Woik shall in the th6ve to the 11,4.2. Cost of all rriatcriah and 64uipanint costs o furnished anki inpor�orated in theW -6rk, me'ludirl- ' ' ' f 2- transticinatimi nrid Storage thereK aril Suppliers Field servi , ces required in connection therewith All � cash discounts shall - accrue- to .CONTRACTOR uni ltx�, okkri,,TtR &posits forads with,cUTTRAqTokA with which to make payments in which'cii!k the cash. chilmuhts -shidl au'Tue to OWNER: M trade diaixurits: rebates aril tram salejuf zii Surplus ateriiits and r lil equipment. AL411 doci-tw to OWNER and CON'FiLACTOR-shal.l make,i3ro6sions sothat thee mav'becibtained 1141 Vayrients made by CONTRACTOR 'to , die Subcontractors for Wink' performed or Airnished by `Suboo6trinEtlirs. if iequid by- 01VhlER, 1-4 A,/ CITYOFFOICTC)JLUNS NIO'DIF16TONSIRE V!42*01X)) be paid on the tyasis 01 UOSL a the Subconnact&s Cost of the co I m , petitive-�bids from 0xv-STER and deliver such bids .to inc, with the advice of y, will be ini�cVLU 11 he SubLcincraEoJr is to as HAA: Costs of special consultants (including but not' limited to engilec'rs, "architects, ' testing' a I I . In boriittirie . i surveyors, , 'altornevs,'lind. acvoi.16nts) emplov6d'11cir scixiieeii specifically -relailid t6 the Work., 1'Supplemental costs ireludiN thd ffillowtha: 11.4"5i1. The propc rtion of, necessary transportation, inivel and Subsistence exptuises , 6f (piNTRAGTOR's ' employccs iniiurre - d in discharge,of duties c6inected-with the Wait 11A. 2. Cost,.including firansporiation and �Iiia,uitawace, of 'hill malerlaK -6jj5plk, equilinient, machinery: appliances hi ' ; ofFee 'and temporary _facilities at the"Siti and hand tools not ermined by -the kv6ikem - i�H6 arc consumed in tU performance, of the * W6rk,-an-d-e-da Im-'rilarka value of such items uscd but not &'fisifftuid whichremainI - the pnii;eay of CONTRACTOR. whihor'rjntcd fr&fi CONTRACTOR or clther% in accordance with. rental' a&,NArn6ts approved by (,.)%V?,FER with tie advice 4 ENNOME UP, arid the costs of transpopiiticin.- losilin, unloadiiag, installation,'disinaiiiLing and ren-lo"Vil in ac6ordanc6 with term.% of said' rental - emerds .1 gi�e , The rental nialzol' any" iuCh'eqt;ip4eiiti, ffialichinay or litirl's shall cease- when the. -use thetec fisno, longer nccewjrylor'thcWork. 11.4.5.4- Sales, cbrcicilxier,lwe or similar takes reliitid', to -'thi -Work;-, and "tier -'Aeh CONTRACTOR is liable, unposed by Laws Hied Regulations. 11.4.5.5. De its' lost f6r causes other than negjiuence- ' -P�Ilfls ' CONTRACTOR-- ' ary Sub;cchtraLtor or anyo ne . i1ectly or indirec& employed ley any of them or 0 whose acts anv or them mav+be liable, and royally payments and fees forpermits and iicens-45. 1 lA5.6. Losses and damages (arid relatcd 6.�-pchsws) caused hy dama§E-to the Waik, not compensatedby insurance or oificnwise, sustained by CONTR.-),,(:'rOR' in. c6riliecrion with the Ol 0 • peri'ormancc. aiid fttr 'trig, e of zducthe l rork fe lrses ind claria�es w Ihtn thdtible im ,of,property insurince.t5tablished b'y O1b1NE accwrJ_ ance with paragraph. C.j�' prov ileJ. have. resulted from cause's other than p_egli�ence_. of e'()N'r•RA( T()R_ Subeonirador, or anyone dgatly or 'inli enioloved by any of them or fiu celiose acts a to n and ther6r,, es a"fee ti:2. .I 1 4.S2 The Bost. ofutiliiirs, fuel and sanitary 1aCdltie}a{the SltC. .. ... I I.A,3:8. Minor-Cxfwhws such ..;as rclegrTnls, long dig ance telephone calls, telephone service -at the site, expres§agc and similar petty cash items in cnmh:ct nn'with the Work-. 11,4:39. 'Costdt'premiumstoradditioiutl Bonds. and imunnce rccj0imd be aus_e of charrgts in 41te. 1Nrork. � . I 1 5; The tcrm.CosL of the 14'ork.sliail not tricludc anjao(: the following;' 115? Expenses,of CONTRINCTOR's,piincilial and branch' offices ether thin CONTRAQTOR's oRi;z at the site.. 1 15 3. Any {art of, CONfRACTOR's,, .rapnal eNptnsem S. cludm interim on. COYFRACTOR'S wprtal_ zmpl wv!d :for the Nork: xnd eharse;;-ai•uintr CONTRACTOR lord hnyuent paytnanls; 11.5.4. Cost -of premiums ,foi.all Bonds amd mmfor fall, }unce -whether or . `nut CONTRACTOR is'_required by the Contract Dmuments to uirih, w and maintain' tInsamc (eNccpt W:the_Lost orpremmms errvcrcd'hy subpuagraph1.I:4.5 9:above). PJCOf.: GETEIin(. CUNLt1T[GNS.tII V-S ii I;/0 Bditiml w�l6iY OF. PORT LCiLU NS N16U11 ICAiIONJ ptLv t2rNdi> I (, 5 Coats; . due to the , negltszr�i of CONTRACTOR_ any_'Subcontractor. or .anyone tcliredly or indirectly employed by; any of them ar fdr hf mll ads er)' of them ;maj be liable, .including but not almnad to. the correction of ikfedne Work_ dislxisal of materials &-iz ipmettt %Vron¢ly Sbplilitd niid mal.tng good any .damage to prWer`ty. Hl S.6, ,anOther ovorheade,.ep ,or general ense costs of any ktnJ J t}i costs ot`uay uem not sprmm.1ly aiid irpi`ccsly tnalutleJ in paragraph"_l`I.3. 11A Thd CC)1 I RA( I'(iR's fee sllotvid, to CONjq'RACTOR'70r overhead rind profit shall':be determined is Follows: I}:(i I, a muCuaily aceptntile fiKetl fer:;br 11:621il`1a 1`&rd Cec ts:nol agreed, upon, then.a Alec based on the. followingg;perccntaggs of the ,yarious, patrons �f die"Cost uCthe 14ork:' 11,G,^_.1. •for .,costs' Incurr6d under pnragmpKs-j-I.Al, and. YtA', the ( (7N"I'.RAC:InR'sfccshalfbc.filicpnperccnk ll: 2,', liir ;cm >incuered under lvtragnitih:11,4.3, the CONI TRACTOR's.fce shall be live"percvnP; 11.6.2.4. • no 1ze shall be payable on the basis ofcdsts-iwm'zed untlerparagraphs I1 4.4,.I.1,a:S anJ l l'.S; I 9 i, Ihz,amourlt'or credit te, be allowed by CON'rRA(.'rORto OWNER for any, change which results in a not decrease in costivill be the amount of the •actual net, decrease in cost plus a deduction in CONNTR_4_'tOR's fee M an amciunt eyualtpGveptreent'ofsluchrutdecrtasz iu l 11.6:2:6. when both additions,and credit's are involved 'in uny one change 'the'adjustment-in C.ONTRACTORs fee shall he computed on the basis gf''the 'net' chvingr in accordance, with paragrlphs,It.6^2,1 through I1.6.2.i,,inclu'stve;- 1 LJ. Whenever the cost _ of'ply Work, is it _ he :2i 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as i 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 • d2tera iced ptusuant to pain mphs.l1A {nhd 11,5: COURACTbR will establish and maintain iecoids thereof in accordance with generally,eccepted accoriming ,pracvt>rs'and submit in form acceptable f6 EN?GNMER an i[emued cost breakd6�,n'tL4Aer;with supporting,data. Cash Allowances: I i,Ss ltisunderstood.thuit CONTRACTOR'has included in the C:oniniot, Price ull'oltowunces no named in "the' ontniti pocumenl5 and's}aill ctose.the Wprk'so cnizreil Ito bc•Ctirnis}ied and perfuimed Cor such sums as,mey6c ,acceptable to l)1 WER and E NIG NFEiR C 0N't'R,4C:TC)R ,agreeslhat: Ilya, the allnuanccs- include, the cost to CONTRACCOIh(less.eny tippliciible trade discounts) of materials and equipment required hythc allo5va ces to be &hvcred at the site.:un8 all apphcahlr tines: and 11.8.2. CO TfR \CTOR s costs .for uriloading and hancilii g on the cite; labor, irisiailanon costs; pverliend, piorlt and other expenses conicnipinted doi. the allowances: have been aiclyded in the Gotitiact i?rice and notin the allowanccs and no deinrind for additional' payment on account ofany of the foregoing Will be valid. Prior to 1listl,pupticht. an appropriate Change Ordr will Ix imbed as;rcxomriiendcd,hy..FN(iINF.FIi to reflect actual ,amormts'due U)A 1•RACr4)R on acwunt of Work covered by afloivarccs and_ the Contract 13nc shall be ccirrespondiii€jy ailjustd. 11.9.. unit Price work. d 1.9.1. Vvhcre the kimtmct Documents Provide that all of part ordie.Work is tube Unit Price Win};, iniiially die.Comraid trice %rill be. deemed In include kir.till .Unit Price Rod; an nmount equal to Ube -,tan of the established raiit prices For each sepamielyidetilified 'item of Unit Price Work times the estimated quantity of each item as "indicated in the Agreement; The dstim mod quantities of items of Unit Price Work are not guaranteed and are solely for the puiliose of componson of Bids,and deteim fining un inil is l_Contnict Price. Deterin,natiivis of the actual quantities. Lind chisE;i�auinris :or unit.. .Price..0.'ark performed by MNITRACTOR i(ill' be made W X CCTN= in accordance with paraclaph 9:1 U. 11,9.2. Each unit price will be deemed to include an amount considered by: CO\"fRr\CTOR'tci h: adectuale to cover CO\ITR,ACTOR's overhead and profit Cor each separmely ideraiCied item.. 11.93,CAVWFR'or ,f )MI'RACTOR may medic a claim Cor an adjustment in the Contract Price .in aCl'llyd$n(:C 1591h ArIC1C 11 'll: 11.93:1. the quantity of any aem,pf Linn Rice Work 'peifnrmni by :CONE RACrOk idifreis materially and significantly from Ilia .ustirnked. quantiiv of such ,item rndicsted in•the :Ag'r5 nment; <EJCDC,CCENIaAL CONDITION 191na tt'J4a E(Luci) G a,!61- OF t ORT OOLUNS NtOLiinCAnONSfjWV•t/1n(im) and 11.9.3.2. there is no conesptmding adjustment with re4,ac.•t,tu any otkerttertof Wruk; dial Ib,9,33. if (X)\'I'{2ACrt)R. believes .that CONTRACTOR 'is entided to an ,increase in 'Coniraci. Price ,as -I result of halving incurred ^.additional expense or- OWNER believes that ,0111,1ER is entitled io:a decrease: in Ctimmct,Price anti h ptirttes are finable. to agree as to the amount of any sue . increase ordccrcase. I 1 9:3.4. CONTRACTOR- acknowletLes dial .the OWNER has the riiiihi to add or delete items'in the Hid or chanic quantities at MNER'S,sole discretion t5ithoue:affeaine the Contracd• Price of ;amp' rcnnamiwi iter dime as, the dOction. or ,addition dues not eyed dwanh-five carcgnt of dfooriginnitoiat Contact Prices: " ARTICLE-12-CHANGEOFCOXTRACT'rum .S 12_.1, The Contract'rimes fete 1vliiestmn s) may only be changed by a Change Ordcr• or. a Written Amendment. Any= ct�mt for iin,adJ''ustment of the Coot mct' Times or pgihs01 s) shall 6c Ixised oh ivrmen notice delivered ity the .party malting the claim to the other party And to FNGllMHl pnirnpliy (hut,in-arm event later than thirty days) aticr the occurrenceof the even tgi wing rise, to die claim and stating_ the jeficral nature of the claim. Notice of the io4clit of the claim tvitli supporting data shall'lic d6v&8d within sKty days :after such occurrence (Unless FNGINFER allows additional tine to ascertain more accurate data in suppor ' oCthe quint) aritl shall be m accompatd'l y the claimaAes wntten.statenient that -the adjustment claimed is the entire adjustment to which;the ctauliant Jigs reason to hchesa it is emitted ns'n restilt of the occurrence of said event.. All claims for adjustment in the ConLncf'T ivies (or Miilesiones)'diall l%cielcini ined iry FNGCNFF.R, in accordance lwith paragraph gal if O1VINT R and CONTRACTOR cannot otheniw: No claim for an adjustment in the Conimct Timcs,(or Miilesiones) will be vand if riot subhiitted in acwrdonce with the iequirenranu� of this'[ M—ragrup'li 12a. 12.2. Al tiile'Iunits stated in the.136mract Doiumenis are oC the esience of the Aereement 12:3: Whtre..CONTRACTOR -is prevented ;Gom completing, any ,pan of the Work within the Contract Trines (or, Milesttmes) dae'to `, elay:beyori\dfthe, lcontrol-of lee;,TrtAOthe CdntractT Times ardeGl rn "an :unounf equal to time lost clue,-to'such delay if a claim is made therefor as provided in mamMuh I11. Delays beyond the Control of 7. fires. Elornls, epidemics. abnormal weather or acts of God. De6v's .ambotahle to and • 0 El 0 -withiri th6 col a shall,be ideern&J to be delays W`iihin 6t contra] of CONTRACTOR. AVIfIt.-LE 13--MWIS AND I NSPJ--.C'I1 OINS; ,CORRECTION, RMOVAL,O]RACCEVI'ANCE 1 0 F D Elll %V 0 R K -13.11. Notice of D efeers; Jtrqrq I% notice of all defeerhY Work l of which OWN kk or :FNG IMFR have. 'actual kril will !be given U) cb�,rriz&mm_ Ajt­defecriw Work 'may' blc rc'Jicted, cc)fTccf.id o*r 4cccoccl a.sproVidodjn'thiS!Oic1c 15. =..Jlcceg to 9"ork-.1 11331. CONTRACTOR shall gii,6 ENGINEER timely, 46ticeof eud'_- -'of the for a1`1`reqti' i. '-peq!o fis, �n. 1 miw get m 'tests or npProl and nd shall coo , perrite,%vIth impedion and 11,!s(ing personnel to facilitate requireL1,inspOqti6mP.r icsts., -11.41 lOWNTER shall employ.and pay or the serf ices:of rub n f pl lesupg ju _tyiy to ell iftspcations. rst!, or'aj�xoyiili Te4uirc4l 6Y.,pthec'-'�wCMontrAct Documents except: 13 'A 1 for inspect um -tests or a provii1s; coiercd bymragmph 13.5 bli]A: PI 0.4.2. that costs incurred in cor*cticin with tests - or jmNetions conducted "p !0 Nrqjiprfi i - ph a�), � bcbi:UtNIERAL ii'g'w Ettili(c) -below Shifll -be pnid as 1pfovidid in =said prmgniOh13'9:and ,13:A3 ag otherwise 7specificiilly piovideld in the Contract Documents, If Laws prRegdlaliol of env public bcjdy hav'Ing ,or Ul Mawnals. MLX U,,'. for 41 9val p7or thereof rrr tion — - ., IpCorlyme — 13.6 . If aril (or theAvol of oihirs) thiit'is to he inspected,tcstcd o , r approved is ' covered ' by �CONTTRY\i-TOR withoutI iWitten concurrence.of IN(-,'INH`E'R'it" nma' if' requem.ted -bg•"MjIN FER. be 13.7. Undo wririg'Work as,provi&d in parngnph'116 shall. ba at CONTRACTOR's' e,�Iierie - onles. 'CONTRACroR has sivcn-mmwlim tincly nol -to.cover Oic same ni@ ENOINFER ' haik not actedwith iiiso bI i ' -i liesp,oinse tos'uch noticc'!' ria, c pircirripIncss in IFMIY� Work�' , covered contrary to laic wrilidn' request" 6r ENGINTFER, 'it must, it requested by Q4(11I\TECIZ, be lim"O"V riid-t8r, ENGINEER'S ohwriatioh and replaced at CONTRACTOks qxipenx. I If ItNICINFER considers it ricol or advisable thai covered Work - be'-blasivek 13*�' ING ME 13- R_ 'or, Al is (vnclpqmg but not limited to all costs ol repaw or replacement 4Aviiik 'of,'Nheis): wid'QMTER diall'be entitled to,bn appropriate decrease in the CdntraccPiice. ,afid., if the partitFs-aTc unable'to agree as to the;amount or' both dified attributable; to 11 y I 'dntnverinc, eyxpure, ,obsexvntioh, msPectian, ,testia,�, replecenent,anil reconslructiom.:and, if the 'Parties •are unable -,to uEree as' to'the_ amount or .extent thereol:, CONTRACTOR mwrnake a:elaim therefor :us,provide'd vi Aiticle5 I1'umr 12 . 041,NER Afay Stop the Illork: 13.10. If the Work is ilefecfiv or CdNiRACfOR fails brie Work, or:any pohion;thereof, until tar uAiscforsuch order hns.hecn ehmtnated;-hrnvever; ibis nght,p bWNER ,io'stop the D Wbrk shall not aive riscto anyduty on the part cif VNER to exeruise this 'nglit for the ;btnelil or COIlTRAGTOR or anysurcty or other pony. <orreedon nrRenrnml afDefecrive Nark: t3.11_ Ifregdired [i, FNIGINE-11R, CO9I'RAC`f0R:shAll promi-Aij-,as directed,'cithcr correct all difecti_re WA - whether or not tnbrianed. tnsarlled or contpicte 1, or, if the Wnrk has been rejected by hNGINF.E Rk remove it from the .site and replace it 'with Work that is not �cizf ctive. CO:irfRACFC)R shall 'Iep all •elainis, nests losses and, =hrmages cruised -by or resulting fi tint such corred'iorl or, iemoval (includiric but not limited to all costs of repair 'or, .replacement of work of others): 13.12_ Correction Penrod-. 13.12.1. If ,ithiri grie y+af two "Firs after thc.dntc of SubstanrLnl Completion or such ldager perM of time as. may be prescribed by Laws or Regulations or by thi terns or any applicablc'tpcctal guarantee required hy. the Contract Daaurients or b9:anV s6ecilic provision of - been rejected by 01\1NLR reneove it front the site -and replace it with' Work that 'is. not d fective, :nnd (ii) satistitetorily corrector remove rind replace nay damage to other Work or the:"wort: of tethers resul Brig lherelrmrt. If CONTRACTOR floes notTromptly muply with die terms or such ;msiructie m, Or in an emergency where delay w'oirltl curse serous' risk of lass Or "Age, O1VA'GR may hnveahe detednve'Work colrected or the rejected Work- removed'and replaced, and all 'claims, costS'Iusses and damages caused fry` or resulting from 'such * removal and replacement (uicluding 'bD not limited to, all costs of rcpair.or replacLmehu of ivurk of olbeis) hill be paid by CONTRA(7TOR_ 13.122.In spe6ml circurisum6es,wkere- a pfirticular item 'of equipment is placed in continuous service; 'before Substantial Completion - of all the Woik. the i6rreoicn period rqr that item maj, smn to run'from an earlier cane if *so provided in; the'Specifcutiuns; or by Written Amcrtdmcnt 1 �.12.3,lVhero defledv honk (and dmmige to other 'ExktrE:ME - CONDt11b.�S OHM 100 Ellitico) 28. U161YOFFORTODLLINS MODIFtCA'rIONS OLLY-If(1W) Work resulting therefrgin) has been ,cbrected• removed or'replaced tinder this pira) ruph D.12_ the correction period hcrnuride6vith resPccgtosuch Work will be'e"xtended Purim addilionafperiod of'.tirt6-_yrur twu vears 'after Bach correction or remuv'al and replacement has heen snugfnctonh- conipletSil, -- ileceprnnce ofnefecriee•lVork:. 13.13.. If, insicad,of requiring correction or removal and repo itxinenl of defecnta Work- ;OVYWER (and• prof to' FNTdrNFFR's rectimmendution of'Gnd payment. also ENGINEER) Prefers to accent it (MINER mAy do -so. CCMR4CTOR Shall pav All claims. costs, losses mid damages •mnAhutable to OWNHR's evaluation of "nad determination to,hcccpt such defeaive Woik (such costs to iewmmencklion of limlpaymt4it a Change'Order.will be issued incorporating the ncecssan, revisions in. the Cohtracl Documimis with ''iespect'to the Work: , and OWNER sh Whe entitled to an npprophate decrease in the Contract Pt ice,:and, tithe parties are unable to ag , as to the amount thereof:ML q:k-may make n:elainn therefor as provided in Arlield 11 Iftheacceptance occurs alter such recommendation, an npproprtrue .amount will bapaid brrY)N R�CI;ORIoOWNER, QJ!XcRblapCorrect Defective Work:. 13.13. I(GO d'I'kAG'I°OK bails within a reasonable t me after written notice Irgm 1 \GIA'FiFiR to coricct, defactil-V R'terk.tu to icntovc and liplacc rejected Work as required 1ri`. GNGiNFhH in accordance. inth paiaerrpli 13jI I;,pr f CONTRA(MA farfoils to r, rm the tt'ork, in accordance the Co.ntmct Documents; or d Fcierlcy. In •.oxcrcis this paiagrnph bxV\'E connection with. -such- OWNER may exclycle i the site, take. posscsnio suspend CONTRACTi possession of -CON, ooitslruction iqutprtien in6oipor.ne ,in the. 1V st6reil at the site, or CONTRACTOR but CC)NTRA(''TOR :sha repreunititivos. agents contractors and D Consuliunts access• to exercise the rights"and i claims, crabs; losses; ahi OGVNER m c �Tcisug charged against CONT be issued incorporatir y,•,alter seven dapwritten correct and reitiedy any.such he rights and reuedies under Ali proceed t:crxdititritslc. , in rectite artti'remedial ac'. (11tACTOR Gli tarit all or of all or part of the Work. and sen'icas related, thereto. lake LCTOR's tools, appliunc: d mach rely at the site and all inuter'm& and equipment which M NTLR has paid itch ,are stored elsewhere, tihtb and remedies will be. )R and a Change Order will necessary revisions in the dspeet to the Work; And i p-Prwiiate_ decease in the im arc unable to a�oc as to ntay,melc a claim therefor, ch;claims, casts, 1606s"and 0 0 0 1�1 E dmeg�s Wil-I include but not, be, limited to all, costs of. repair or replacement or work of others d�tmyed or damaged by correction removkI or replacemeni. of �COVTRACT016 di,feofke W64.'-�ONTR�ACTOR _shall ,not ballowed an 6actision,PC the Puntr a . ut T,M*Ilcs (qc Milesid-nesbecause of,nny, delay in perfortrinnce rol'the Wort-16the ex . ercis - e , by.oW&rm oroWNm-Rs x1dits and remedies hereunder. ARTICLE 14—PAI-NEEINTS TO CONITRkCTORAND COMPLETION' sehelduie Of Mahies p FE nd cc in units complctod. • 4pplication for Pragre & v Mavm wit: CQATR4 (-70R'a lVarruniv of Titte., 143: that tide lei Al -Work, mate , I., Imd 'b' Flu i-d er4tqprnwnt, Covere y' any I. plicatitin liar Paymem %ftlher inwipunil-ed 'in the, .Project -or not. 1%u pam to 6NVNER rib laici tharidie lime. pfpuyT"nt lice and clear tifiallItens, Review pf .4pplicationrfor Pr;4,:nrss Payinen't., 14A. ENGrNEER wUL svidiin-ten days after receipt of each Af plicaiion for Payment- either indicate in.writing !i FJCDQLNERAL C06MNS 19W-8 f 1940 Wtiw W&rY4jFI!diT(X )LUM - MOD . 11-71 CATION$(mvt . ;71yju) 14A ENGINFIR's recorfintendoti6n 61' any fmpiient ,requested roanAppli I uiti I on' . for. will institutes NUIN repre&entqflon* by F I PER to (AVNhR. hnsed' 06 -*it'c oliseri,Jt6tvi'of ihe cuwcii6 6 d Work a s an expene medu,nd qualified dis6'proressibndund'un FNG I N HER rev i*cw6f. the A I I cation, for I 'avm ent arid 'Lhe-accumpanying data 'An, Tedule*s.,that to t is bellof iFNGlNVPWiknoivl,da--c. inf6rtnati6n and belief-. 141;5'.4 the 'Work has, progressed. to .the point indicated, is 14.5-1, the, co4iions precedent to CONTRACTORS being entitled to stitch payment -a — ." Have t, "' fillfillcil i, 'far al it apt to lave )LCn Iso to observe the Work :ornmend in * any sudsnot 1�62� bx deetyi&J fi)C-4uu4i4 or continuos that imill t 10' .up Work, , or fo-r any to perfurin or ,hit sh CohirtwfDoc'm rews." 14J. FNG]iNtF-,'F]Rtniyrctuse.tbre,cbmniendthe, .Vvh6le or any p4ii of any payment iE in ENGINEERS opinion it vdoijld jr;e6fte6t to Make the representationg"to OWNER ref6ri-W to'ih-*pnrs` mpH'143. LNGINCER. may ;also rerU w' ic'fecom'mend any such piiyment, or; bec&usa of ,subsequentlyt discovered evidence or the results of , bse ;su , quent inSpections-'ar tests' nullify any such payment iprevioisly- -tosuch extent, as may 15e = J in PN �UN�.Ms 0 te& o%%;Nf-.R t because- 14.7: 1. die Work is defec'five, or cunapleted Work has recjuiring corrm"tion Prrep acenicril. 14.7.1. the Contract Price has been reduced ;by Written Ani6ndmenl or -Chan& Oir.06,, I 4_73: OWNER has been required to. ,correct %Vork in iaccord.ince'with' 14.7.1. E]NIGiNEER 'has actual knowWL6 of die, qcetirrence of . any. of the evinis enumerated in, puriiiruphn, 15.2.1 through 15.2.4 ificlusivc. .O%VNV.R Ina refuse to rnkc.pa)­mchl.cif thd full amount 144.5; :claim-, .have bucn.niacic against ORNFR,on ac&)um of i:ONTRACIi:*s perlb&nncc or furnishing ol'thcWork, 14.7,6. Liens iens fdve been' 616d in connection widilhe Work exceIit where CONTRAMOk lig,delivered 6' - sl . ecific Mod sfitL y , 3tactof 141.,k to!" to �()W . secure thc' satistdotio-n- acid of sulch"Liers, '14.7,7. there nreother iicni-.cnfitling(-)WtiFR:to'qset- off againsi'theamotivil retkimviiendeU, or 14.7;8. QW-NM has actual bioNvIedge of- the occurrence rence of �ainy­, of- the, events 6noffieraiea in parnimplis 14.7.1 through 14.7.3 or panagraphs 15.2-1 ilirgugh I i 2�4 inclu-siv't', but OWNER, must Pive CONTRACTOR immediate 'iwitten notice (with acoin, to FNGINTFR) stating- the ,reasons fori � suicli-awti6ii 6nd`lw6mph� pay CONTRACTOR _ the vinouht so withheld_ or an1v adjugimefit thereto aurd6d to. by* and CONTRACTOR. when CONTRACTOR *oI on-ecis to I OVVNTFR"s �alisfitciion the reasons rLii So ch Hctibn SubaYoririaf Corn e 14,8. k1lhen,cbxTTit4CrOR;c6m,-itlff.s the endive Work .ieadv for -its intended useCONTPACT-Ok shall ,notify OININER arid ENGNTItIER-in writinjifiat.the entire Work is substantially ; 66mplzte (v3cejA. for items' sp'�ciillerilly listed byClJNTRIACTOR us ifiddimpidtv) and request that SqGMER issue a vatificaw of Substantial Itcim'pletion. VViNni a reasonable .time thercufter. OWNER. CONTRAC,TORanclMqG]t,M-E[Zshall hinkcaniLWkdcln ,of the W,cirk ici'determine the status of co'mPlelibn: If INEER trill notify. CONTRACTOR in the reasons 'thwefoi. if FNIGINFPR FjC6C4NiKA1;-'C0NDJTJ0Mn.Yt I19 i �11'JJa1 30 %161-17 Oif`&T COLLINS MODLITIM I IONS(ItEV-1P . 000) Work substantially coniplete, CNGINMR rml deJiv-ff 1obXVftR H tcnlative wftificiite I i2daipiction wHich shall ri.k,lh;: date of 'ornpletion.' Tflem­ shAll beattached to'dic to make written objectiori to, ENGINEER as to ,prorvisibns or,ihe certificate or:aitached list. Jr, . If After ecute and d'eliver to OWNER and a definitive catifliaire of SulistanLial a revised tentative fist of -items to be cbfisi&rfitioh of any olijictibfis from OWNER. At. the time'of &-livLiy cif die wriliative certificilte or subsirntiail Completion -H&1UIN1PFR \611 deliver to OWNER and 111A, written r-ecommen6ton as -to aivision 1,re-PoeIperidng final payment bets OWN11'ItanrRAM'(R with respect to socon­y �onsaaintenance, heat, utilities, tKiurance 11 3ntgo1ral6cs,Unless and- , 14-9., OWNIM shall have: the right to, exclude cy�tvk.GTe)k ,from the wosk %64 'thc, date -or Substantial Completion, but OWNER shalll allm'v C0NTrR_,XCTOR.reasomibIc aWess jorcornplete dr,col Teel itehis on the tentative list: Partial 11dUzation ,for its intended use and : [rCON4 kAdr0R uaves that to to issue �U_ certificate of SuLystiantial for that part of the Work. E • CONTRU\CTC)R'sit rifty time any such tiark of the Work ready for its intended use ens voirst5lete'and request M\TGI1NrE M. to for that such_ rex;u&, OWNER, CONTRACTOR and M4GIN1GtR'sIndI snake. an inspeciibn oPthat port -of the Work to determ ne tts status of -ecimpletion.'. -If certification - of suhsiaiitial camplctitjri tit' disit Isiah of punsibi ity in resrxA;l thercief and access thereto. 14,10 1 N of rmrl ofilieVoik tt:Jl lie_ii6coffiplished prior compliance wnh tfe req, u)'r - _- - , - , -, -� � Z__�1. eirse­b f -h5J inrespecto n pamgsiip propcq Institance. 14.1 It. Uptin written'rigtice from - (X)NTRACTOR dint the ,entire Work- or. an ngreed portion dicteol' is ccimplOte" UNIGNMER V411 make n' 'firta1 ins 5Wit a(JN'f KAUTOR and MI I 'rtajffc�"! 11 I- M , ll�' R" rid (-.iii JiSTi�ir J ction'rev Is th5t [hc is inic6hiple, -, k * of all; particulars; in which this tn. kva�k w.gr q4j�clfs,e, 'C, MTRACRA ui&tstiriS,as are nccc'ssawy%'to Finns !Ipplicarign far PaVnrent: •14.12: After CON17RACTnR -his completed - all sifch corrutions'io the i.itisfil_C'tjon of ETNGD�,R:f ild, .defi ered in 4(*6nee with , the Calif act &MIent'still maintenance Isod operrifirig :instnictions. schedules, by, :H W1 6-iT 01., i0liT C6LL1 M -,jOD1J-'1CA'T'(O"NS 0 or the to: firmish such' st relense. :or, receipt in, fill, COI.\!TRACTOR. may. furnish n Blind or$iher colliiferid ,satistactury to OWNER to-indenmify OWNER,iipihst - R'I � " - " - f I- '-:d'Lh ' ' tit Zir ,an3 ' Lien, e eases or waivers o .liens an ! r curisr the sheet to: finalize: risivineiiC axe:t& W submitted on forms coriffirm ins! its the format"617the MWER'Sstandard forms-Extund in thePrbicct truffitta Fniit Paj,'nient and:4cFep1rinci.- iviiiver of Claipwi: 14.15. The making and,actx?1nce,of final payment %vfll 141A54-a tvniccr'of all,ulaims, by (-)NVNHR agairisi CONTRi\CT(')R_ except. claims arising 16m ,, tutsettled ,31 final insj e5i�ofi nitrsudnt to pi ragaph 14.11, from failure to cor6ply with the Qmirscl Documents or the terms of.tiny°special gumiitm speciflid therek- df Front CONTRACTOR's continuing qbljjga I - " - 1heContrvc1Docuax�s-.-a;id tioii s dml6r 14.15.2. A waiver of all claim!; by CONTRACTOR against OWNER other than those previously iiiinde in writing and still unsettled. ARTICLE 15n-SLISPEINSION OF NVORK .NDT.Fpwl,NA;1,10N ,bIJINER Mqv Suspund:WvAc: '15.1, ilu=e-und without cause. 01 :suspend th rany portion thereof for a resunie,the'Vork- on the date so fixed- ( shall bc allow;M an aerjustnicnt in, the Con qtendion of' the Contract Tinfes, or I . . attributahle fri.a-m suspension M such Is - ' !on if makes'an approved claim therefor i .Aurticles 1.1 and 11 ,MVN11,'H Afikj,7�7nd.naie 15:2:. - Upon- the becurfdrice of arty one or more of the rollow,ing, events: 1.5,11. if. CONTRACTOR lsisteritly thits to perTorm the -Work-:in dccii�dana with'thc Contract oc Duments, (including, but, not limited .to, Nilure-lbstiliply sufficient sIdDed 'workers or suitable materials or equipment or failure to adhere to the progresq schedule cstahlishcd under fxvragraph - 1,9 as, adju.sAed from time 'to' tang � - * pursuant to pam7ii h66 p, 13.2.2. if -dQ�q_TRA'Qf0R disregards A.;dws or R eL ny pu ulafi6nsora""' 61ic' !tali' YC�vinglutisdtciinn. -if p)7vrr<,v-,Tok- diw iia* die authority of 15!2.4- if CONTRj.\C.TPR,o1hmvi%e violates,in any substantial way -any pruy mons _. of 'the Contract ljocu"nientsk I notice Ice pcss�sion of the Work and of all '-�&OKS 'tools, appliances; construction rat 6d machinervm the site Find usk�, the same to I it tiviy' could be used. by CONTRACTOR i liability- to '(_,'bNTRAQT_0R for trespass or ion), incorporate in the Work all materials and which OWNPkzhasRaid EJCVC'GENbL:C0NU1T10M 1910q 69§ EdilkNi) 32 1W LITY OF FORT COLLINS ijtllv 4&90) which are stored eLwwhere, qfid \MR may decrii expedient: In duch shiill'not4be chtititid to receide any w Work is finished. If &unpaid A PPrigC.Kcc*eds 'all cltdnis. costs, Idined Ky,01NINER surLmni-out of iting theWa-' such excem willbe under this* param"ph OWNFRLihall rint he req6ireA to �16ta-in the jioiv perf,om6d 15.3! Where CONURACTOR's services hdk-c Ficen,io termirvited'by OWN�ER.- the tcrminaticn,will,'not affect any rights or remcdics of OWNkR,:against CONTRACTOR thch eYislii , 'or which mity thereNA& accrue. Any -retention or payment' or moneys 'due 00911-RAC-1-OR ' by ' `CAM M' ' will Not ' teic'-iise' CON11AACTOR front liability. 15.4. Upon seven dayd written notice to CQN`I . RA(, -MR ".and FNCINI-.P.R. QWNHR may, without cause and without prejudice to any othei tight tir remedy of b'AWEk elect to tehilirimi the A- reernent. it) such 'iease, -CONTRACTOR, sliall he :paid (without duplication ofany'item.5): ,15.4.1. for c6niplet6d andlecepiable Work executed in-ac Contract D6cimicnta*ioi to the effective date of tenninatibri, including fair and masoriable sums. for 6verh4d. and profit 66 such Work; 15 4.2. for,e_xpa6cs sustained prior to the elective (Lite of ten-nination 'in i'vrForiming services rind rm !Fibre - or e d hn' _shlh�'libor materials ... ... - ­ I qVippient is require the 'Contract -Docurn6L% 'in­cLvm`ectipn with uncompleted tWir and reas6vidbk_bvms.fpr overhead and prollit orisuch exfx-Tes,' P 15.43 • for all claims, costs, losses and jdaxna&s 'incxjrred if, seldemoil oftfffniaulted 66ritiam; with S6bcorMclors_,Suppliers and others;.gind 15.4.4. for reasonable Ppcnscs` direqtiv. attributable 6 ieom� i nation: CON9'R4CTOR'shall not be paid on accounubf loss of anticipraled pfoG6 or revenue' or other ­ec'u-nuirnic' loss misirir out or or iestiltir�,; ft6iii such termination. COAtkIM)R Maj! S161i Work vi 7`eriiziizate.; 15.5. If through no act or'lault of CONTRACTOR: the Worl is's'Uspendc.d for aperiod of more duin ninety days L •• MWER or und6 an order o'Ccourt -6cother public authohty, of FN IIIKEFR falk.todd on -any Applicauori .for Payment within thirty days after, it submitted or ()WNRR fails,for thin), days to pay 'CLPI.RACTOR any 0 0 0 0 0 0 :stint finally cleterminid to be clue.,then,CONTRAC TOR mav, upon seven drivs- wriften notice 'to O�VNMR and ENGINTEL and provided OWNER or ENGINEER' do nor � such suspensioin of fHdurc whhin. tUt time, Lenjjfflate ittic Aire6r�5nt and ic6dva fibm OWNER GINGER hs�fiiled to ithin,thiriy days'si'ter it 16T thirty dilys. to S, ay let- 1.- 1. 11 1. 1 Re; lays' I-wii1ten notic - c to Work -'Until pny"mem of '1:�,5 we. not, , Am4mph * la im ,Z front-ii�'hkirg -case. in Con"" ZPrice r expeTkes 6r,daniage DRS stopping Work as- AtiTICLE MM$PUTEkk01AY116N .ARTICLE 17--,LBCkIA.A-P4E6US 'Giving Notice: .17.1. N'Virenever- any provision or the, Contract. Docurfiefitii rcifuirrs th4iinu-of written notice, itivAll'Se. deemed gwcn if &AW-cied-in P"e'rs-On I to the individijallor to ffiarrl;,erofthe firm. 6T Ul'an offioei of Ihe corporation for %4fornit-Isiri-iendea or.iftlelivereZI at or �Scni:by� regiiiteral ' or certifted'inail,,-p-ostage I Orcpiiid,,to I the Issl '17;2: C6qipWatijnbfTMfe.- IT2.1. When.any-period of time is referred to 'in the Cuntract'Docamients by' days. 1t,will 'be'computed to 'akcludzthe ',first and include- the'last` flay 61".sir-1h peri& If -the last day of any such period falls on, -Sa r Sunday of on a day 'mad6,aIcgnl holiday byVIIVof.Lhe applicable jurisdiction. such day will ,be om ifted fro m—the com potation. '.%V CITY 01; FORT COLLIM NIODII7C,ATLC)NS(R4-%',12(K00,) -172 -1 A 6 le-Mards;- diwenty-four hours measured from midnight -to the-ricztmid-night wiu constitute ii ,day - Profp�iqncrl Fed and C(PwI,CvAxv Mclutkil.., ITS;, Whch-nyer ecfenehce'is made to "iaims- 6sts, I&m&4 an(] damigW.. it shaWinclu& in each case, but not be'lifiiqcd to,Al teesand sitorrieys iind otherprofessionals and all- court or, aiUitraho I 6i,6thcrdispute resolution costs. 17A rhe State orColoraooqppl�jLiq this Am eer ient Releirence'to-two-pzitinemolimiciosintut-es ,are, as follows 1 "61 1� lf,a claim is tiled. OWNER is required In- la%v.((7RS 38-264071.to withhold froin all payments to CONTRACTOR suffi6crit funds *to insure -the paivnient of all claims�fcir labor. mawriMstLam hire, provendeir, or other supplies kd- 4 �consmricd: by M\MRACTOR .or phis 31 FJCDC QENkRAL CONDITIO.MM 1911�X I MU Editiail 34 vO6TYgr.HgkTCOLLI Sn10iiu=tcxnoNs%6"%poali • 0 (This pagc'lctl 66fiKAnti-fid6nMW) 0 0