Loading...
HomeMy WebLinkAbout330514 KUCK MECHANICAL CONTRACTORS INC - CONTRACT - BID - 7528 EDORA POOL & ICE CENTER NATATORIUM VENTILATIOCity of F6rt'Colhns Purchasing SPECIFICATIONS Financial Services Purchasing Division 215 N. Mason St. 2n° Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.22 L6707 jcgov. con/purchasing CONTRACT DOCUMENTS FOR EDORA POOL & ICE CENTER NATITORIUM VENTILATION UPGRADE BID NO. 7528 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS . JULY 19, 2013 - 3:00 P.M. (OUR CLOCK) 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as • having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an • =apt of Ihem *,to perf&m ar fumtsh:Arty of the' -Work.& :anyone for whose atiis.rmyQf.them-may.,be`liable. she, indrmn Goat on obligation'und�,pafar�aph"6.3,1, shill not `ba limited iii any way by any limitation on tltc:amouni or tyT uC damages Wrapenssattan or,bene its payable by Zr' for wi; ATRAC7,OR or any tit ch'Suli onbactor,.SuMlier o ` ;olhar person tir organirstion under,workeie compensation acts thsablity benefitags ocothir xmplmee't zneGt acts.: &33: The:.. indeturiifibutipn oblig¢tioris :of- GOhTCtAOTOR underparntraph;6.31 shall noilestend to rl}e It¢btht};oT ETIGL�TEER and ENGINEERS t'onsulwnts. --olttcers, directors, empin}•ec_a or':sgentt.ususrcl'.h)"I e professtatral;n2ghgrnc2 caorsorotnts,tumof¢nyoClhrni., s*41 �al,of, �Jbligtifinas: .634. 'All icprescntouans, ihdc`mriifications warranties, and guamntees madein required by or gal en m:egcordanbc, with tlx.•(;gntme- Do-tuments,' as well as all'oonlmuing. obligations, indicated in the Contract Documents will_ sun rve fi nl- Ixtymcm completipri q iil lcceptanrvp' ha` Work andterininabonor co nplction of thd_ aroctnenl ARTICLE-7-aOT HER\V•ORK ,Relded Walk- alMe 71, OX%NF R may, perform other •wort: related, to -the Protai the siie tiy,O%VNER's{6wii toms; or let other directect &okfaai theiefai which "shall contain G6neral Conditions similar to these. or-hawotherw brl pi: formed 'b?, utthty.owners itili- fact that such other work -is to be jxrtarmcd was not not4in the C'dtsct 1"fincnts 6 '_ I,i) written rims c thereof'wtll M gavciito CONTRA TOR lattu .to Stan' .-on iy such . other .k'urk arul ,(h) CONTRACTOR may make' 3 cWnt .thcafor. as. aFovided in'Articles11 and 11'ifCONTRACTOR45elieves ,are Enable tn'agree as to the amount or extent thercol- 'EJC[iC'(i&' k-ALucomxTiON`S 610-U.fi`AEditw. 18 wt CITY OFFORTOOLCIN3htoU117CA riONSOtEV412nan) provisions toi' _the bx h6lit of CONTRACTOR ut :said .direcicontrncts between10%16 ilt and sucli utility owner's .anti other cuntra�•ton, ..GunrrSiaatinic° 2.4 If '(WNER, contracts with others for iha performance 617611ii r w ark-' on the koyect ai the sae 'the {ollotvinewiffheset forthin' Sup plegientor Capdibons: 7 a, l the person brm;or corporation who i641 Have duthoriiy''and respottisthilit}•' to conrdinaii6d-of Ithe tictivntc9tam'Ong the varioUS pptne contracton, will be identified:' _ 7,A:i the spjethc matteis to be!66 red by such - nUihortty'It - responsibility wd be itemized. and 7.43, the extent of suck 'atilhority and respon3nlithtics will by proVid ' ttnicsss, otherwise provided -iniScc-SuppI"-hts_ry', Conditions, OWNER :shall'Rztc solo,authbrily and rts} p tsibthty iii respeet ot'such'coordinttiot [2TIGLC & OWNER'$RESI'Oh`SMILITIES BA. Except..bs,.otherwise p'tovided in these(Genero) Conditions•.,'OkNN6R sliall'�issuc'all cci_mmumcationi to CONTRACTOR tltrougli L'NGINEL•R,' $'_:. In case, of terntm Minn of rite. ploy�ner CUGINCCR OXkTIGR shall. appovu :m c vreer ngN_wti whflm-COVTR:4CTORetnaCe;-no-ri�tsaneb4e; abieetior>; whose staht-s under the C&i'en ontract Dmts shalLb� that rof the furr ig ENG. NEER 93._ OWNER_ shall,fumisli the data 'required of, OWNER under the ContrEet Ducamehfs promptly and shall mate pi)j'gpts to CONTRACTOR premptly;wheK thty a_le due asproi_ tded ur p ii igrap}as I4:4.&nd sA bwiYcR's duties in.respect of,providing lands ,and easements and prosuluig a aitctiing surV to establish refereni;c pomts inre,seI forth in punt ra�41 and 4.A PIE rid" Ito` re se-toONVIvERs ndentifjing and making available to {CONTKA(:7;OK .crop cs bf reports of e�7loralio s and tests of sdbsirCece conditions at the sae and &ai s of physical conditiot s tn'exisring • • 0 0 I* structures at'or,cotuiguous to the site dart have ben uti.Ee'd by ENGINM in prep'-a-drig, CbAtrkci Da t merits mo c R.G. (AV14ER is obJ.i-;It&i io exaWt, Ciianu,br&rs as. indicated ara Ph 16 4 - !rlpa M. S'7- .01VNER's ics 'Nfily in .0 f uriftiff . 11 1- —� , _'M Mrespect Ts�,�Imns.- teals. f-andi appruviils is set I�n.W":in An connection with OWNIM.s right Lostop WVk- or 'see. riaragrap m and-15j, PUraeraph 15.2 deals with UI\.VEI:'s n�lit to ,terminate.. RW 77-7--7 e-tk) L9,i i V;9 Ms. -EF aRTicI,F. 9�-RNGIN RIS §fAjjjs PlWi� O)VArM'Yfiepres,;,i1WhI-e'.`I 9.4 - t§N INEtR 4�ill be -b,VNER's -u*�iitativv di¢ing- the lcim-lstruc'lijpeno l;: the• du um, and risibilmic ' s-'aind'od , 1 "13, -:of ENGINEER , as"ID-WNER's 'during. ciiruuvdion c -um c 6itiiia tm will-iEiut writLen-consent 6 turid-tNGINTEER- ; Irmits to Site: 9.1 ENGINEER 'Will niiikevii;As tb the Siti'al in,eiviij3 .a propri c, to I various stages :of, cons '"ion :as X-GINTEEk deeMS necessary in Order;LO obscrvc� as iih- ip""66d _Osio. pr6fMi6nnI the 7picgr6m, 6Cl Cift:VtAL d*Ellititfi) 9"T" - - , "kEy"i".2om ,Y 4?r FO,RT OL.)LLI M NIODOCAT(ONS I Uj 1, The rilative's deritirms in makers alters will -,in RencritL be with pe"ining to�ffiedn-silciwok the ENGILNEER,<ghU dCON-f RACTOR, But, the emniguive will ;keep' petly lii'Msed abdtit!sia iriiitteisThe'F&eientotiii!'s -.&Min��.mth sub6critniclomwfll dniv be through or hvith-the'full knowleduc:end. evrirdval:,of the ffoirrRACTOR. 83'_, Duties and,M&nsi bi litics.', Ripiesentiaiv will- R&iew- -the, - pic�, .I:Sch&iulcs lQ schedule ahti b&r <sciidules viciiW by ilh COrTRAC TOR' -anti 'xorisull- --mith the. 9.3.2�1 'Cotif4cri6cs :and OvImiing— Attend tinting -with- the � CONTRACTOR -such 'as, � and.'othar lob conferences. and prepare, -.and -,93-23Liaigtib �)J.,. I' L. -, Serve . hs, -FNGI NEIRS:1 igasm Vith -CONITILNCTM Owking Oincivelly :Ric st the CONTRACTOR- 6 tyidcrstandina the Contract Domnents.. ,additional.'.del4ils.-or 'inf6tinstion, %vhcn, of theVcirk.' 932i.33: A&ik •the !Fd4dlRl-'ER iaid. CONTRACTOR of-thc commencement of -2nv--Wwk--rrcrdi;itw -a -S ,cir IsaillpWgubmission if Ow sMhm—i-not but anbythe HiNGMER ' W il R3. .4. 1. 6Mdd 6h!gvtc 66scrYiticini W tlic7lvorOih-povj�ess vo,as isfthe ENGINEER in tg�mirnn2jiLt tJjE,W 0 ledul accardnrice �vith the ContmefDomirricnin ft.3.2.4,3. Accorn *-n-y- Y-istiinu m" ct6r3 reprewntitie-publc,6r'other.aeexicies'haN,ing jLvisdiction'overAhe Proiect.rg&ord the results ,j _ or qfesc. josoaimis and. 'revert to the 'ENGINTEM 9312.5: lntcrMqaticiof Conirnut, Douanmts.- tl n� to MiGMTM— 7when clafiric;ili6fts 'and inlCrbielaticns 6f. the f ont cl, -Documents are nccd6l' 'arid: trHmnil, to CONTRACTOR clari tian-arid interprelatioh lbf the ENGINEER qS-').& -Mdjificalion,s -Cdrsidci .and &shifite- CGNTRAcrms: ' m-pgamon:q, for modM6tidn in DxWiVines or Spkffiddli&is an r th io to MERL R;cotaatelyr to , :CONTRACTOR ,=Iat�07 CON t#ec stuns 55ued by the ENG D4MZ, OAIT-Reccids In-2:—F6misb. 'fewra BS:require d A the of. Lfi� VlW iand- of 'the CONTRACTOR'S ]con)24Ange_j%tqjjje progrm Isc -e iCe and schedule of shop Dmwinp..and sample submittals a-3 4dy'anc or uhnn inake. test mtpc i6ifs or -start of iffit3ortant phases of the 9:3283: -: -Draft propitsed rders and NVMk_Dire(Luv, backup muldial 4rom the commAgrOR. Orders.,-"Iork Diimtivc Charm nT Geld-ordefs. 932.8.4- ReOqrl iffirnidi6ltls I -ENIGREER and OWNUVthc�occuuenoe of any accident.. A3 �VenlPcouegL-s. ippii6iions fc)iZrh(ONINAGTORfor�mklinno6 viLh'-,die—csWblisWd- Pci:Wure r5r, Llwii submkqi6ii tind,f6mard With Tecontrfiehdation to 0 • 0 0 of the, pa 3Mgnt MqU '4�tO t ter r eri �11!m� 6 delivered 1�:iTt not .the. work 'Wiirk.' ajlmt5�1-'ftee6rc- rN,6R,N1L.L. R"'lssueq- q, 46-1CONTRACTOR. a list, bf,dbmaved itafts' muirida corr-c-clion 6ccamm leti&ri Conduct fu]Aj"jfjSpC don in the OWNEW.,jaM ,CONTRACTOW 1ard, fifiriard!a - fkal ;list: of. 'items to be corrected or uonlMeled.. 9S2jOA :Observe thus alf, items, orf•the final list hive been corr&i6d or completed in .,'ffiuke, -recoftiffichdatiorfs'. rto 'ENGMEEk: ,919: bifiihati6n of,Aisihoh TheRipresanfntive;shall 9:3.3 1�, dthprig& Ln dcv ia tiorm frbffi the, •X76 nar u iets; or- qc-4,t any substitutd. h niibye HNGINEHR- 9333.2. 'Eii6cqa, 6iLntiafisL 6f,- F.*NCYINFER'S: huthdritvls-mi f6n]i in -the Contirict D&inw L ujch­- Ksibilidd, or -'the CONTRAGTOR. 'Subcbnomctom,'7q 9 3A, .Advise � - orissue dY&-ttcihs relative to; assiuve Eog%l over wmij§; methods teohrriguesr ie ueficcs-!.or, psoeedurzs .'for coristructiounless such "'u - s i ctillvcftlWf6iinth'e'CbntractD6Ltimi!nts: 93.3A Adiik, on -or issue Aiiections. rxgardt or.:assume cony F ovrer vmfe precautitms and bib' -a,m-s in- c-orgiectibnYwith the Work. U3.6. riple: _4L _ ,submiltals' frbm, arwohe. 'thint the - CONTRACTOR 9.3:3.7— Authorize '01W M. to_ occupy Alle wo& in Whole,or irl part: labofalow tests or ffispections cu­nd exgpll�'m mecificallv-' authorized:. bv ENGINEER '9.4; ENGINEER iviH i&mc, with rat IT"Tret ;such afibra; cttiorroarcv CAT[ MtH.L:V4,200Ul pq.ed ,93, In connection SF bp Drmvin�s and Samples I" �jmpP� See P uagra4 124 dropgh 9,8, 16 :danac Oidirs�-'seoI 1' PrZ:i J. to Imam ; will determine &waetoalquaniities juid b� '�XNITRAOTOR- ENGINEER will -1 review with. .ONl'RAcrC)R Js,6 ., INGINVER'spj5Ipdnin"'aitidns 6.suclmauers6re �6rcii&nng a4ritten 't�-cisio , n ef.hn A i'Plica cle% and CONTR_,k4op A AS. Liiiiiiations ton 'and Divelsions on Disp#imw Area, 'or ltiivc auihorltyoN'wor Itc-retiponsib1cror �gqlY,TRykcTOR's meam& methods, techniques, gyena% E)r.p ay • Mcmoons and qd airy.-prugmms ind, nj� theretoor fa airy. fbildWof CONTRACTOR , tR Nrgz of u.noll he or Qontrdct. D'ocumant,;, '9.,133'ENTGENMER will nbibe aas Or oniit�;ions Or 'C CONTRACTOR w of Sub�omriictor', my Supplier u-r;iri3r.other,perliunJor. isidaiiii� .". � r'j 1 , - f ii�' — 'f'th Ilion per ormtrig Or ur,. , rill" Is 0 _.c wo&. - - -.PY . - , - 9Ia5: The Iimfl.Adc`l� liforl . aulhlorir 964 DCrjENUkALrCON 0 DITI M 191t" 1'0W Edtiffl'), 22 Ej c W1 U - WOFM 1LT.CX)L I UN 1 5 NlbifilrjC"ONZ; WN -1/200u) 9 • • 0 respo uit ibty'ut,foitli'in thts liarngraph 91 ..shall also applt_ to;INVINGII2's,Consiltanls-Resiclent Prajeci RepSesenteuve unit assistants. ;AfiTICLE`10-CIiAN(H� II�THE WORIc 102.. lf`OWNER';and.'CONTRACfOR are �unsble to ;agree as to: the extent,•ir'airy of an ad�ustmern tn�'[he Contra& 1'ricctor an odjL%tincnt'ofthc ChnaacrTiiites,trrd slii�uld beislloued as.R result af:a'Woi1: Chsnge.Directive, .a'claira maybe niadc the"rcfor.,s providers in Article 1) ar' Articletl`2d 10:3 Ct?iVTR\CTORshap ngfbrcnutled ai amiricr"ctsc iri tlta Contrtct Prtce or,aae tension of the'Cont i a Times with re gic_d.to any }Vorkjperformed'diat is not required by the Contract Documents as :amended 'modified -and supplcm enicd as prnvt sets in paragrapFis 15 and 3b, mccpt' in the case.of;an nrtctgcrwy as proytrkd m par seraph t .23 'oa' m the case -of ununcring+ kVorl, as: p ovided< to paragraph 139:. 10.u. 01\ DER a al CnNCRAGTOR creLutc _'shall 9ayjxopnate'Chan-c Ordz recommended by ENGLVI R '(cv Wntten`Ametxlmnnts):•urvering:, 1p.4;1:. chtitges;in thz lA!orF;,iJlacif nry:(i);orderzri by OkVi�R pursuflnt to pmu ruph lot l_;(ti) rcgt r- cl' 1, cause..of'acceptance of'defacttte ,1Vork under paragmph'l i,13 'or correcting *facirve Wpiic iu clew paraghpli13:14; or (4i) agr�tici ty byaht Iz rtie'se )I)At., &-c ,Lh•nges in'the Contract TficZ ohteict Times whch rie aEeed to 6y the p rrttai„unit 1043. ehanges''in=the Ci5mractTrtceeor ContinciT Ttmcs: iviuch embodythe subsi r ce oC,iiny ttrittzn' rlectstoit, renileresl''bv EIvGiN h12 ,pursuant ,to; paragraph 9.11 tptovcdrd ttiat;..in heu eC ezeWing-apy-such Change Dod,4.. :ail appeal intiy bx talen` from any, such decisim' in mordaecemith the provis7ons.ofthe" Contract Ductanrntg_ +arid applicable•Laws and Rt:izdlaiioris'but.during xnyisuch 'a I COAITRA(.tOh.-shall,ca ,on,the'W6ik,ftod, pppp��..aa ., -._, trzryy inilhere .to:she press' schedule es. priiviuecl in 'parligraph ti 29; 16.5 Lf nonce of any chartge ad`rctW ihr'gcneiul scope, .of ^the tT- 6r. the,provisiorts of the Cnniiact 1)ocunie its EiClx: (iF•3�FJtAL�CGNC11T10N5.tY10-8. i l vyp E�Eticrii. �iV qTY 6itbkT 6ULLINSmi0Un1CA110NStRt.'V'1, aaU/ (induling, birt nix ;Gttutal to ('ontract Prime or Coritr�ct Trmek)-is.rt:yuired by the provisions of any Bond to be given •to a Surety; the trvar� 6f awry such notice will be CONTRA( TORIsrt;gxmSrbrltty,, aridaht:etriouit of.eirch applicable Bond will lre edjustec1-1 l occurclutglY.. ARTICLE,li-UHANGEOYCOINIAX T`PRICE' 11:1, 'l he Contract Price; constitutes they total aimpi;its.thon (subjcctto authori�d adlusttitertts) payable toONTRACT01t Mr peiforcii rIg the \\ ort All duties re�ronsihihhvs'and_tinitgatioav';asstgn�d.to,or underfakeit' byCQN'rRAC okshatlheatCOi,7;R'ACTOI2scx_pence nttltNt`changc'inttFc.ontraet' .-ec. ' IIA The value al any Worl Wyared by a Change Omer or of any claim for an adjustmeni 'ih Ne'CoNraci ,Yriuc igill be'determihecl tiffs fulliiws. ' ' 113.1. where the 1Vork'inv6lvnd is co}'ered lrywriii .juices mntatiieii m the. Contrail I)<iottmentc hY 'appltcahen of such uwut'prices to the,ouanulies-of the items involved (subjzcttn the pcoctsionsoE `23. (zirtigiitphs 11 9;l tlirouelt L1',9:3: m�lusit�e); 113.2. i&re,lhe Work involved isnot covered%by unit piires caasinetl_ ua the Conlritgt Doc;d rents. Iry'h mulually.agrcizlpeyment tzaau� ine]uduag;lianp 'sum (tvliicli may include>an alloipance for, overhead and profit'. inol necessarily 'in ac&rdanx tvii} Iztiagiapb 11.62) 11.3.3. where tht.Wark involved is riot covered by unit, pnees :Contained in the Contra- Dacim'en'b and agieemrnl to �a .lump sum . is.nol r<achaJ under: parmgfiPh 1 l i tin,the basis of the Cast of the'Work (drtennih' aspivVided,tn.puagitphs 11.4;and Ilt5) plus a C 4hV I hA(;Tt)R's fee for o4head nnd,pr 61 (dctcrnin�daspmvidedin,parngaphll;�; (iost r�jrhe' IVprk•; 11:3. the tcmt.t<ost of the Work,mcartc the sum of.ali ,busts nece.m-ray incurred and paidby'CONTR.ACTOR in `the jtrpper jierformance.;of the w6r,k; ,Except as,`othen'vise: ;may be ag trd to rn t�Titigg'hy OWNEK such cciat "shall 'be'minmounts.,no highzT than ,those prevailing, in the Igaility:of t6c Project shale' iridude:only.the, foilotving .items andshnll not include'any:of the costs itcmized im :paizgraph.l l :�: nA.3:Tayaocnts made by ccNrrRAOTOR:to'thc. Subcoriimctars far lVvrk"•performed or'Currushetl by Siabcnritractcrs, if required by' OiNRP, 2 EicDt"GE'qELA.L�CAND1T6m19IrHt(1900E,66M), w/OTt OFFOATOOLLIt� MOI)IITCATION,S, 'V47raW) R shall'obtaut cniil+etitiveibids,finii' acceptable, to .OVVT'TtR end R and shall to,' such bids ,to ti dl.then ilctennme;:tvitFi Ihz advice id 1u�h hlds : if xny-will-6e a xzpte l: IF t providestliai the s6bcdntractor"is to as provided in kd 11.7_ All 11.4 4 Costs of tipe'c'tal ,cormulmmts (including, but not limitul to engineers'archita.ts, testing -IaWo Ht6nei. siuteyorsoitome}'s trail. au.ountunls) �cmplot•cd, iir sch Ices sricettically Telated .to the Work. .1:--4 'Supplemental outs including the CHmvine fhc ropartaon a f ncccary ss, transportation, trm e�and ysubsEgcmcc expenscs;pf C ONTt:AQR)h's C'niplo)_ecs, mcutrccl ­.;n dischargetlfdutics'c'oniicxtedwnh'theV\roil, 11 4 i'?. Cost, :including transportation and ofiatnteriance of ;ab materials, supplies; equgnment,, machinery; -appliances, nMce 'arid tempornr-fa`crhues nt"the site and hardl uxtls'.not invited li6..thew6rkc'tss,%:-hich arc;c<irtsurocd in the p.rforidaria. at the Work, and cost Less market value of such itemsused but;riot coniunicd ivhicli remain the property of CO \rf RAC;TC)R: • I145.3, R. ntals of all crmstruition • equipincrit and m•achinery andAhe parts thereof whetherrented frooi CONTRACTOR er others ih accoidancc cvnh rental,agrocmems approved leg OWNER kith the iiNi4e of CNQWUR, and the .Costs of transportation loading unloat oL irstnllation dasnmrtling and removal thereof —all 'in' ,acco tiancc' with`. teens of .sdid''`rerital agme iemsm Thc•rentei.of nnysucta equiprh&ni, mathmzn'+or parts ;shall ceast:tshen•tfie-use -thereofisno,lvngernects�,aryfor thc`VVork: 11: SA- Sales,`.c=,--m—er,'u'k atm.mllar tarts related to _-tile Work:' and ' `tor' •which 'CO TRAGfORIis'liablq." pt posed by Regulations. 11.E 5,5. Deposits ,lost. for cauics other than naglagenii of ;CONTRACTOR, )any Subcontiaclur or anyone directly or mdtrccilg employed by un) of them or, for Whose acts`any of diem maybe liable; and,royalty payments and fees fonpemnts anti licenses: Ltuscs 'and d mages, (and rela_tcd cxpciases)_caused hy'damagc to the 1\or1;, cot, compensated by insurance or'c6--nvlsc!sustairied, hj' 'CQNTR., ;TOR' m' rvnitectiom `%withilia ti 111:4-3-7: 1-6mva of utifitics: li�l and sanitary facilities at -sii�. ' -.11 . _ , , . 11.4.5,8. . Minor &xji6h'iL6 ;such as, tolegfainq, long ':disttincei- Telephone h one calls, t8leplitine service�a[ I.hc`sitc;,`c'\j5rcssa&c and sirilar, liedy. mAi,itents.in •connection wiiJi;&NV6jrk-. I I A.5.9. 'Cost nf'pretniufii For 'addiiciml jofids- and imu'rahce re-w' e'd W-causr of 'changes nl 6c Work. The term .,Cck6Fthe VoTkr I �mil Pio-fin-clud.6, apy­ Of' t*0 Following,F_ 0 171.52 r_-*nses of ,CONTRACTOR'S principal' and tIran-'cli ofric es--tbther,Iiiir�,i()WrACT6R�g 6fficeit, the Site.- 115.3: Anvpart of CONTTR_ACTM. caphal' interest -a'.n-- CONTRACTORS capita emp ov- ic! the V6rk'and cwgig b' 6lxifRACTbR toFdeli 4P"a'yrnL'W- 1L5.4: CCsj-offflrcninuns jnsmtnpe,%yhether, or r6t _CJON7RACTOR quwc d bjtheCdhVLt D!' ' leri-ts-to, utirchas�e'and fivaiiiniWin, q�, p & Is-iIiIi c-, (cxcZpt For, thi cost of"prErniuffi s i cc*id _by 'g46iY "OTCU LLIMILIO . 0 0 . IFICK R I n6DISi114�4',TUOU) r i - , I - -1 ­ - - . - - , 0 tC26to the -6066'e' nof CS RAT6� thcntiict(W - directly T;c pRn�or tyetukIr& where a,Of n�y i., irc6dKg bk work-' disposal PW of nortLeriia s 6[�eqqipnnent. UTOngly ER.d msk#.u6d Hry.garna g I V,56. Other expense costs 5,Fty "ILL and iheco,,Ls u ITY; IIT ph 11A Tfie ijONT RA(;*l'(A!s feet awed, Co CONTRACTORt Tyr �vy'eihizd, kid'*H Pjr?'Gi sfifl7ibc determined A's,rallowS7 11 A 1. u,mutually 6weqP ta6le I - 11:6.2.-if i llxcdrue - gcs is.not igwoLl'upon, Lhen,a,m:Iic hawd',on the .tollowing p6rcenta 's 8f -the, vano W6.111. 46costs ind4f6d under pprograpls, and 144.2- percent;.'` I lfi.2.2�. 41'r COSM 'Incuft6d und8r, jia11 higbjb .43; the-CONITRAC TORs.1ce-r& . 11 ,be,fiv a nt,. I f.624. no 1ee4'ail be - PaYaable on ilie,liks or c 1IAA, 11.4.5 and 11.5" 1.6.15. i the tunount of crodit,kY bejnllOved ,by iobwN, E R_ for any dmoe I witich insults in a'iiq decrease in cost will be & abnowt-ofthe actual mVilecisasc in'cost .phis a d,altictioh 1h,CCkqTRACTO_R'sfee kl am,qmouni ectusl"tu'five-percent of such net d=-ease; and., 11.162:6., wh6 b6th tidditio-wand cre&are Involved -'U'l an�jqne qhu.ige, the "adjustment, in CONTRACTO feeis mpuc. oni C s, -hill b6,co I'd:' ' 1h' bg-ii'<O_Cihi net clran " lf tg� in accordance va I J,tT Whenever !hC­Cost oft an} , Work is I ,detcrnined. ,pursuant to pararJoplis I1 4; tend 11,5,, CONpRACTOR will establish 'enJ maintairi recsids therrof to eccorJancr "with yerurally,accepted accminling practrces and submit tn'form acceptable to sPi IGIN`EER-an_ item red cmt lirexk town t geihcrewith-suppoquig'data �Cash:1((rmances: -1�7 J-li is understouJ,lhat CC�NTRACTORhasincluJeJ. iti •t}ie Conttaci Price .all tulluvvances so raimeJ=m "Ure' l �ntruy Uucumrn s anJ shall cvusi rth� Wart.• so`'covcrM lobe furmsF'el and perfuimed_fur, such sums as may,, be aaww le to OWNFik and ENGTNI l tt Cc)N 1'R 4C fU}2' a�ees than -lhti.'I; the alloivanccs •indudc. 'th;: cast -tp' CUN1'R4C 1 UK {less anv appl cable trade it scbunlsi• of miter n1s and cqutpmentregwred.hy`the'.allovvannces to 6c,dpliv,ercd atihe site.undalJ-appfwable lases; and 11.:8.2. CONTRAC.TORs costs .for unlgadug soil. h?ridling�on the cne,'labor trtstallahan costs, evel qn. , profit and' other .exp ns 'cc tentplatixl ..for,.tfc" all have'l en,inciude l.iiv the Coitrget Price and "'n6 in :the, ;allowances and 'no, d6man3 for additicinal payni'ent''on nicount of any ofOic:foregoing \vill 6c,valid. Poor to final jravinent. arc apprupi ate Glaii ge Oider will 1z 'i-sued ak;ru:ontmertded by h,•NGMIi$K to- reticev actual nnrhGunts'due (vON TKAC1'UK on account or Wdrk covered by allows ces and: .the Contract Mick ` shall be cotrespgndiiigl adjus4 d: 11A. unit price TV0A.." II A2.'Eaah,unitpriccwill,bg deemed, to include,un amouni-ebtuidded by CONTRACTOR to be adequate to cover C(JVT&ACTOR's aveiticsd andproyt for �eabh separately idert[iGzc1'ifeme. - - 1 l 99, Ol1�+ER . or ,( UVY11 U OR inay make fi. claun; for an adjustment .in the ContiBc 'pike -in, eccorclaiiccKtith".4itiCle ll if:. -11.93:1. the quantity of -any iteni_of Unit Price, Work p�rformnl by .,CONTRACI'QR. differs maferially and sigtifleanlly from, tRe .esumaieJ. quantii}, of such item indicated to the A66cnienr -EJCUC UL-11,RAL COVUITION319104 69W Edtimi `6 w/UlYOF,FORTCOLWNs MOi)I1'IcNFioNs(RLV4f1nW). and i 1;1�9 3 3 • tttrre Js no �onespnntling adjustment dvilh,.4MCt,toant t'-r`d m`oI Wuk;and ' It.9.33 If !COti°fRACrOR, believes that CONTRACTOR 'is entitled to tin.mcrease in `Coniract Pricy;as a result•of haviij incurred iamtionaf?espivse WOWNER believes'thm ;OWNER'is entitled is a Jeereax m Conuact,Price_ and t} a fps ites tnc linable" to Agee as to .ilia .umount.of any such iruTease or dl ti 11:9:3:4. . cdN' TRAcrbk- ackhcu vlec gis' that nheOWNERhas the.riehi toald or delete items in the Rid or:charrce.duantities. at'(OWNER'S<solc d s xnliorhvithout:affcctme the Contrutit Prioe•oi,, ;anv_remainitte 1' -0- Inns as, the deletion or, add icon doeg nat r� 1twenty-five Mrcenl of fhe origtnal.ioial Contract PTica_ ART;IChF,12�r[:IAriGE`UF.'COIV'TfiIET CIJtiIhs 1121, NI tit te'lunttsstatril in thr Cviniraci Du utnenfs are otthc csi en6e of the }�greeineni• . " 11 Is 0 iCithtn;the control of tt$ubcontractor%cr lV.luii shall:be Deemed to: he delays- Within the control of CONITIZA&OR. I .AR '1'lCLE- 13-TEXIS AND INSPECTIONS;' ,c()RRF.c,rjCIIN, kENI(WN.L. 0RACt:VlyfANC9,dF III., Nwiceqfbwfeo�, Prompt notice of all defective, �Vork-ofmhioh OWNER or I I 1 -11 .1 - ." ENGINEF-i-k hive-a6um-jl 6h6*164c y'vljl be given to ,Cblq'T-R,A&bkA-.W-oifkllWWork n-ay.'tic; rejgcted co. cqtcdoracccptcd kslimdedin-thisArtlelci`"I. 4cefs, to Work:, an d, Insplections., I 1 —.1 11 -1 � 33MICORACYOR "H &e ENIGNEMR, tinely. rioLia ofretiiliriais'of IhAVork for ifi'req6ired instiemiani,� tests or: �ooper�� %�itWilmvc' --OtIon ana Ts e uisft personnel to or tests:. 'I3A. OkXINM shut] employ and Pay, or eih.� ry1ce 0f "W pen,,nt testing. lub6rit6y Ad kiftihn 'all ift&*Cfions�, tusts. 'or%rpprcvak'rcquxrvd Ky, 16C cmtrictm 1-A I. 'for inj=66ns:'ies&or prspriw6l's covered 111p�a'`rdgiupli U-5 6180-w: . 13.4.2: t6t, costs incurred in co* M-c'-f"Ildn NY"iih tests — -tx UF A�AbCON61-60M ry iibi OU , w6fi--JCAiIONs iRliV.1,�U(JO) vo6� , of -f LumsN �below tlWl beodid os� 'pioi Wd <im :mid -13 oih",ist isikeificgIfypioyaW-ilnihe. Contract Doc ments. i i6- if shyAVprk (or thLWrilk of others_); that is in 6� inspected, tested tcF;tc,d or approvcci m Covciccl ty CQ-j\TTR,-\(,TC)R. without. Written •concurrence, I,'NGUCHRI ` !'CT-usL if. r-cclocstecl by EN,01NE If be unciwedd FoF observIaticifi. 11-T L.Incoven og, . "Iork-mjw&id6d in fni-agiaph'I'I& I, be _ut , (bN,j,R.A4t,rOR. �' dense . _ � "unless I s �. CONTRACTOR hM ut�d I cbNto ;Cover e f�aiN G fS R at a6t 'cd th'f 6s6re"bi c" ' ' - - ' promp" in restim='to, notic C± 13X 1 r, 6 -ny, N or lcLs - i e r i. i I w n*,t r- -a r)•- to , the 1 A, r i t t e n jcqW!d 'of.. ENGTNTEER, 'if 6ti� it' rcq6cst�d by I 7?qQ UTr -,e " ' --* u , n4 �- GCit I L uncover or" Rls'obse tillin reply;nd at CONTRACTOks 27 • increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be 40 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 t wteritig Z:10�ruzl , unible , to :agree as, 7(b thi Bmdufiri or cktem. theribE' CONT�ACYCONTRACTORmaymakila claim there-fai'a's-'-prNicim in Article H- �011 . . S , IKRI -1 -�Ih'AtR4iay S147,0the 47brV.- Corrierrioh:ar Renioswl of beyecnre JVDr*_* I BA2., Corie&ibn A�riod- item -of 'eqw­pnpnI_is plaCed in: coniihudus,s.crviice. cbmpletion. of all,tie Wolk the, E_&ieOibo peii6d Fkthat iicin.ni%, start t6riun'fr&n an esrbtir date Lif iwpTovid6d in Ihe-SpeciCicttiwis or by MiticriAinendment- , W heic &rLGvO kvnr�., W@,damage ,'i6 other . 119W Edamly Wok - i*yuj!ing . drireLttinij has , *n c I ofteq� removed or -replaced -ft'dunder- this pairijimph, 13.12 the correction period, h6icuer ivkh r(sOect i6sudl`�fork- wi fl be,_"cnde d fur i - �n'aaditicnal,px,ni d 'f*- two year f 'h� LIO or lftduval and r`eplacentent has a ter 'en 1491 F?T�� P F ;(c "lance , ep OTI,AR 31a3!.eoiieci befective'VoiV, 0 E 0 • :qapag}q, #ju.0e.,Nl rio!,be. liffiftO to a] Pp&i'� of =i ir--or-,repla6cinent of work of othersothersdeit;zyeLl or - Led, by,, correction., rcrijoviiI . or, replacement .of' -CONTRACTOR's ;IjfecIhw Work: CONTP�ACITOR`40 CONTRACTORS - � - "" - I I . -11 , - I snot ed an nee, ­ f the, .Mi Epne&): ay, in, p-c. orrrm _c) Work attributable WA;:exuuhk by OWNTR'UMMER's ;rights aW ieiinedies hereunder., 'Sahediilz of vwdels kJ.- Nit siiudulc ai firoiriiied n ,feragapfi'2'.'9,8vill s&Ye us'the Wbis*for pioggr= PoNmicrits jand 1 'will heJncorIvnited i nto n,:fomi of Application fpi' I Nym6t av�!ptsbk to ENGINEER., P�uip�- liaYmept's'ei1.� �Unlibs,complctcd. • CUj\-fP 4 EVOR'a- WarmnO Of Title. I 414'1 16 'all Waxic, pial6rials, end 66W&ed 'b 1. . I" i ' - for Pa- - " 'h li - " - � � I a ny ,'4p mftli6fi tor yrfi&it, %v -ci &I in6ir 'ited m—the `Protect -, -1 , �or ripi, iviu,'I�aw!icibwNE.R 'rbIaief ihailietmi- of�a fceand ac��Ualjl;,. :ReWeu-i,f.4p&xifiong Or.PrbjTiWPaywse-nv f 1.4,4. ENGINEER will, ivikin,tcn .1—.. ,yaa rebeI ipof, MtAlicato for Pay-ru�nteithertIdlc�t •�WI&TYO-1,46RT 0 14.5: ENGINFFiVi r w . oniftle"tion of -any paymentr . cq . ticst . an ed ih Apo IJ6 , Lion for- Payment, will vonsti'meja impre . seniati I on I -b , y ENGINPHR to . OWNER t I i2sed'on ENGINFPR on-.iuc o 'rYatio of the a��ted'kkitirk ,as,a*p' . nariind'u-n' . . qua ��I�_Pro C_ 'ENGINE Ws r&icw Zit"th 'A- lication,for Miiie'ni -mid the,!eccompanyingdata,iin& cdu4thatto:fhc'bc�'t,ozr 14;5. 1, tha- 'Work has:foifit 14.5'-3. Lhe ctindiflions - precedent, to gqI�TkACTOR's ibeing entitled:,to - Stich � paymI � ent gmwor -to, 'h'avc,-bLLn fulfilled irgiofar .is'it %is 14;7: ENdlMFWrniy rcii]iwt&'rc&rfiffi6id ft.ftok or any, part of any-pay'nich't if. 'Ln-2�IOD�TEER's,"O'P"LIU*6m it would Se' jjmprrecit to in-ake'Ahe ir'c' ' . I ". t prese I 'Pla.t 9115� 0 '29 01 7 referred g�IcI'I4iC' �R, nidy _Rl�ueto aii aihpiiyaentor beof subsequently,�11 en r the of :subsequent �Hymera c�i,ieirispe i.!I-ti,4 prey ;�rccn Mle(I 16 such qctenl as may n .,a INkEws lof men It& firo , tee I Ok �,,,,R 14.7.-1. the. -Contract Price has been reduced by \Vfiiten,XTfn6rfdmeni o C haniie (Yrder: 14-7.1 (_AVNPR .has ;been required to. ;:97ecu Wperive Work "in or e ­ plctC Work in,accbrdi6 Hi4 paragraph`13d1'4, or 14.7.4. ENGIINEER has actual 'k�iowloiljo, or tlie, oc .... .. of ' _f ' - 6 ed_; in, , ��Wcrwe ..'any, n - 'the_ eyprits crtum,-mi. jmr!fgii ! ve. ,plis i22 1 Lhroughj5.2Ai&l6si ' CAVI:X ma -. re use to make paptictit,or th6 full amciu nk. irecp 14,7�5 _06 ims haye bcLn.niade-apainsL accoA of iXDNTRACI-OR's 6 h .ffoi-tminc .&FmWis ing• if thii tYnti 14.7,61 Li6i fdVe lwcri'fljed in coimection,with-.1he %yc;rk�-- except --',Nvhqre'C_O_NTRXUfbit itii"s,dinliyerm -a, I- slxci fiE Bd!@ 'ihttstac!6.ry;i satisNction and &ieharget of sucti,Liens, '14-7;7 then: arc cthLr'itenis'cndtliniC)-ArN-FRtlo'6set- ofraphifmt the ainowil rec omifiended.•of OVVWM Im actual kribwlrdgeof the Oxurrencc` of !iiiY)i; uf, the, eiiiurr&aicil in par6implis, 14,73 through 14,7.3 mfiamp�rapixi 15z2.1 ihQh 1%-2 - 4, iliclusive. itxl OwkR, must give CONTRACTOR immodiate !%,vfiftcn-,n6UC;� (%vith�'q 6oji), to FNGINTEER) statini, the treasmi fofs6cNactioti-and promptly poy_CO�f�CTOR Ahe-afficibin't so �_vlthfield.,O'r_ - an--y ridiu.siment.thacto agreed' 46 _by` ' CAN,740;�- . IM —CONTRACTOR. 'when rONITRACTOR ix)mects; to OWNTER's mimEiction Oc SdbqdndqI.C6"r "twf; EJC I DC_GENiPA4�01961710M 6 B" MWFdtkYO, 30 MR -OVINTR shall have! the right to exclude' C016RAi2-*r6R f&�� .from Lh�" VVafter `the ZMLe" Cif, Substa_iitial: C6mpleticin. Wt MWMR shall' all&w CONTRACTOR reirwria6le accessto'complke ur i&rrtiiit items the tentative , Est I I Par-i . ii;1,60izltiqn�: 0 9 0 14,101 No ccculioncy,or.-m Taratc ol:i6raiinn, of pan of ffieWoik Will be i6puffio�lishal pri 6016 . compliance- pli ance tvtth e,r �­t�. .1equRqnp, �, -1 qLq of 'ParaST)a P't hl'5.1 5- i ih f ' fy6rgiry i wura II cc hinal hjspecffon ientive Work: nr an ageed, portion d t �c�eoI compWc, ENTO N 4011 Ifti6ke -6 linal Lr_ 'tion-with OWNTIR :and','CONTfe.A(;TOF and Mll WiNf CQWih RAQTOR� wiiiiij cif,n11'0'riktiLirs in,Aich This trisr;ccuon' 'r6mls"k t1tit ih6AVA or (-ONTkAcrok �sliall-in6is-dia'"I 'Inie 'Stich11i'e-asu-rcs-a . o., . -, t s are ' necessary o. completcsironworkgrrcntcdysuch�defjctcnct 0 .LIED: UiARAL CONN TI 0 to hmsk such' '�I or rzdeiw, t ' in release ,CON TRACTOR_ 776R mriy,' , 1t4e4 sh a bdrid'other collitehil ;siitisfscturvto OWINEIR !to, ih&niri4, OWNER dj�iih4 6r waivers of,liens�;ind46--cc " of the &vrriiirvare -to W.:mbrnitted'66 -forrm'6ohlibirmifir to the,forriiiii-ofthe MINEWS'stan6rd ;forms bowitl in thel?ibiea mariM. ffiimaking end acceptance oll waivcrof,all •Aainid 6y OWNFR agaiiii CONTRACTOK. cx�icct , claim's aris-mig.--li-o4i Ui - !M 'i, om W rk - i - - ' j ft F)Sdt iris; iii 0 �Hppennngzq 31 Cailure.db comply with thz froriv C01,1MACTOR�Igat's �ontinuin'g.6b i und _ i� er 14:1*5.,2.'A CONTRACTOR'. " w 'i5'- 011INERrifficr than those previously made tin u %�n�lig E,Md. stdl unsett ed. ARTICLE 15—SLISPENSION OF NN'ORK- Arqk: 0 WAIER Mqv'Suspeh d I Vvrk: 15.1, A.t,Yny.6*-und without. ,C.\t,1`9 -Rin 'of the Comet butahle to arty. such -m"akL nn nppr-oeCI ; pvdcla I I' am 12. -0WNER'blfiyT.9n7d.nXe 15.2.': *qRqn- the: occudellce of,any one or. more, of the 15,2.1. ifCONTRAC-TORr.eisistMtly-(,.iiistopedo'rm theAVork-,:in ackbfdance- wiLh,&, Co-n-traict D.m-Unienbi, l(inul6a4.b6trat liiiited'tojailmre to slipplysufficicrit .kibcd workers or suitable materials vr.cyuilunenl or Whiito adhere' to the pfcgew schedule; establishedu nder. -1 parai �mph ,-'.,g asadjustedto lButte — - . _- 1522 if CdSTRACTQ'R d-i.-xcgaf&, llnws 'or RNGTNTM-R-dr 15:14 'if ' COINTRAC-r0R.othemise violat6;`in�arky- substantial -w'aya`iLv- �pr-M;Lsions:, of . the ("Q'ntrlk,t- lj6-c'u'ments, kJCbCtJE\ikAJL:C0Nb1TI0M 6 1" l'i A E(bliml), 32 ;vi Ury oiwii COL'LlDis TOR b ch iire 6 l6wwh&e. nfid • &k "=R riiay d=piediiinl, In tuI6 .110 firi hMXCV s- .6k 16 receive any :If!rLh4"pa-ymerh until the Worlds firiished. If the unpaid � I] , I - . , .WLIn0c onfie xJorlra�cl Price, MCCAI� a c alq�s, CMIS, loskes� and da . 1 - iriage I s mstained S%' oWNEP aFipng,76ut of iI - , Ir, , ecni�diti4 the'�Va , sildi excess will be or resuitiv-: Call � � - ' and *id to CONTRACTOR- If such Pa , _* dainkges ex�wd,such unpaid iwiance,- coNTRAc;r(jk am6;a� 6�,Lfiffeiim6 , to, bxXrA,R, , Such claims, cods'16.�t t; 10 damages ii�ic�uried byOVV�X-R'Will beriviowed by EN -- GD4= as, totll�ir- , � rea'sbnibler� alrid"wif-cii-so lippr6i;4by �,,N6 LN rw t000tpo,m4d in,q ckii *' 0-rrer. pro6d6d that %Ylieh exci6giij any riglits or -remedies iiiider ,ihi.s'. paragraph OWNER! sholl 'riot ber Q - I- to die'lowest viricc:f& the tit crk'*'forniat havc hcer,so terminated C)AFNEk,. the: t - errnirm' �m ii;dUnot affect wiy ghms�y',Or mmqdii�s' 'o ' f 'mVj\mk' against CONTRACTOR -then 6.�dsdng or which may :Ih6reaUr. R; b �,r ri 'SWNh 0 .will not relimsc CONITRAC�]'()R from lialill' ity, (Jpon- '.�cn day,,''A� . rift en �noticc -to' (�,ONFMAC,Wk and FNGH'NHP.R:­OWNER' maj; Without cause arid without prejudice to atiSrother righi-or such mse COPTIRAC-l'Ok shall' 'be paid .(Without. dupl'icaticin ofany iitems):: f6icc;fiiplet6daj)'diceeptable,lVdkcxccOtcd in a6cofdancc'-with'i'dic Ca6bict 1)6cum6ts-pkioi't'6 the effective d:iie,of icrninatib-n, including*flairi.and i*iasofiabli, sums kir 6veiiheiid! and; profit -on such 15:42tor,c, eases guslairied pfior to the cffewve cbte�,qf terniiiiation in pperformingserviecs find "I qu�re turi&-mg labor. tiinteriasm-equip'nientas:re-'' d 6yv the -C6ntraict -Do&u'm-ejo[s*l'n'�-C'­C'011'With uncompleted.work,-plus fair and reason blebuinglickr 15.43 IhIl clauati cOSLs loses and Jdamag-es dkorrW do kifti"Crit, will, Subco'fiir[lwfb-m Suppoiarsaml c'ithemitan'd' f6r4easonable dire.ctly, attri.butable to term nfltior� CONTRACTOR shall ., -nkolt be.,p,iai d11-on acub"u, tI' ,I l- oss,I tr anticipated ' rats or revenue or otllrr ecunornc lcgs ar!ST9 Out ofor resulting f6om,suchiLrinimpon- c6ArTA-tcT6i? blay Slap.gldrkvrfmiiihiitei i 5.5., ed 1101irgo no ad. orfaijiL40CATPA7bR- the ed Work is'suspen for a period of mare than runely'days UY OWNER0r'undef an'orda"61 Cmit &' G INFFR.tai s�to'act on any . pp ica an odder pJUlic Coe1'.� jvaut}tiri� ent within" dtirty days aftt':r, it .Ls; subrtfitte;J or OWNER ifail sfor -thirty -dkvsuo' "CO I-PA'(--r0R'a Tly E 0 0 9 :ARTICLE 17--*IlkkLU7qF66S '4Ghrin�Nddi: J7.1.:Whenever any ,pvpyjslgn of t6 Contract; DkumemI4 ie'q"uircsjp .thc-'vn" 'b!E,,.vm'tl6 notice , iU'%611 bZ ,&Aied�i M iv'e-re'd �i Ix-' is_onlo'� l�;6 6-5:individual.8i i8s hihib;eiofjhe firm, 6r to'aq Q_rrlp'�r�& !Lhe corporation far is kftu h ' u'llw. _Wfii L.o . C,gwerrthch 0- A712: C6nivAitAt_i5;?bfTihie: When.any period of the is ftfernitl tu,'in the. .Contract Dm�amtsl�-'da;Vit,will bc'wrplitiled to; , I PuludE &`first antl'.4nilfildc' the lsat' day bfliuch 'pe i& If the lastdof such pertod &'lls o'n:_u Saturday,;' a jqclay,'r Sunda ddba'cp hoholiday_aly.ma , .b5� eJaN of the lipplicablejurisdiction. suvfi day Will b, _6 TM. CMI Ut,R Ejef)EuivEm CONDITIONSloth-8 (fwVc(fiaw,, ,;;1 ctrr. or lz6iT COLLI M'NIOD'L[,'f CAIION Sf FL LV4, 7fXJ 0 0 I 7_'_ 2A m . M- qu,i4it fibrrf midnightito the next .midni "OWill constitute *a PiqfFssiq*FeA and (7purl -Com Incipik(t, 'is. made. to "c6iifm Go&u-: losses and, dlmna'gcs% it shill' in'cludL in to h ells but'not b6liinifmio"a ti4q,and nt, On"g, -in "'rsr -a"RN te, "ait6rheys' and other 0--r6fe'siian-als- cu and all �urt'. or lu'ljoficck,6. of Colorado rl 'iS this Rcfemn4e46 two'veifindrit Cal6ha(k) wittita follms; 17,6,2 lf,H claim. is iiCA biNEkjs rty4uira-d bry Aft (CRS 38-26-107Moviflih6ld frcin-aUlpd �-mcrits to 'CONTRACTOR - sufficient (Urals to insure -the mment of all ctaims'f6r. laborrnWrials.. leam, him used &%conivanied K i('X)i%rl;RACTOR'.6r ihis 33 -34 FicDCUL-W-WCONDITIONS • 0 • 9 CW16 ii61;1;bliTCX;LLit,�N161)11,ICA'TIONS( R4V 4 1 7 .1 - . - - - 11 -.. . - . -,WO) Is 36 EiCOCriVOULCONDITIOM i910-8 (1990EMal), Liw'fji.146,iT.cc)LLIN,S A1061I -I CAnq�5 OtEy in a (p) E E 0 ']EXRTBIT GC -A to Ccncril. Condit6nst of thc,Canstruction Contract,`FlOvccn rti OWNER anil CONTRACTOR JS UTERESOf,LtTIOii .i6REENil!\T' .ow,%;fm , and :c6NTRACTOR hereby :ago: ihaI kticic ;l6.of the Guieral C6mbtions.6f the. Constrtiction' (:vntraci-,he[wem �tirNHR and +( 4iN,l'tt:�r_'7'Citi., is am ndad,lo nilude tha'Cullmyu k� ffi_in of the pttrtiesi' s 0 QG4 Czcert,as provided to para�aph 16; Ixlmi�; no,.araitrattun ansirtg uul„bf iir relattrtg:to the Coritiact. Documents "ll,include by corsolidaii6@jb"ff, nr iii any. other ' manner. ariy Other pious or' entity (including:' EN(jNIsH I,gENrGI NEEVs (:onsuliantntAnil the; o�iccrs. dtrectoiaents,;employees or''consttltas'iif any.rif tliainp wtio is not.aPady to this coriiii:1 anlessi 'I6:4 I the"inclusion.of such uther;person ar'entily is• necessary if,euniolele relief ts.to$be'afforded among those �thn are.;uUeaclypsirtizs lu the;iirliitivtign; xtiJ 16t1' erso such other pn, or snit)'+is substantally involve i a ,question of lap or fact which is common tose n thohq:ore already parttes to;the.nrhitrntinn aril' whichwtll hri4c to c'hpro-cccdmeq and j6AI *the• wiitten':consek of the other, personix eritity: soight'to be iuicludcd'.unil•of OWNER urrd ' (X)NI RAUl'OR'has been obtainedi'I for such inclusion; Which` conririt,shill liiake specific ,rererence to'ltiis jxirngrnph hui._no such caisent shall constitute cwisent'. to arbitratipn of any is not spce ically dcscritx I in ctich,consent sor io iiNtratton with an} ry3rhy' not specifically idctitificd itrsuch conuN. 16:6The Award rendered b5 thee arbitrators will be fit>al 'jurlgmc ii may he cntcrc�!upon Wiri any court haiing jurtsdicuOh theriib anti 'it will not 'Be sutijecIf ;to m diGc'tiurip ar appeal GC -'AI: 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. • 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. • 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best 40 ,E)d)&bLmEkAL,6c&)mONS, M�-OF)TRCATI-QXS-(KFIV UC-All Pi 0 0 1] LJ • SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. • 5.4.6 The Comprehensive Automobile Liability Insurance policy will have • limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero 0 days lost due to abnormal weather conditions. 9 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 0 • SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Edora Pool & Ice Center Natatorium Ventilation Upgrade CONTRACTOR: Kuck Mechanical Contractors PROJECT NUMBER: 7528 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 s ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing � G c \ $ \ \ ± 0 co \ ) f 3 / / / § co y/ \CD E coto �/ - E) 0 -) ED / /\ 0z ( ) « wed(D» WezzW §5zQ =z®�= zoomz zP§§e. °)0wW \22LIJ 0(7 IL< �. $ : § z G 3 0 $ } - n co $ \{ < $ a\%/6 w lz - c 2 \0a) Io/c ( _ \)\{\ \ ! ai 3 Z C O V LL U N p ( m N W -a U 0000000000000OoOO000OOoOOoo000 Q O "' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L(J ~ p V) V) U) U) U) EA V) V) V) V) V) V) V) V) U) V) V) U-} V) U- V) V) V) V3 V) V) V) V) V) V) N L OCO U N U O W n cca LL G C O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o CQ Q6»us»c»c�c�,s evl/vJvlv/vlu)uU»�» )61) c»ueu »Y»»c)� 6FYVY �-0-UJ, ! C CO� T �OOOOOOOOOOOOOOOOOOOOOOOOOO0000O ��� 0O000000OOOOO0000000000000OOOOoo E O V) V) V) V)EH V) V) U) U) U) U) V) V) V) V) V) V) V) EA V) V>fA U) CaU) V) V) V) V) V) V) Q Owl O fl_ C a) N o Ua y Q� C1 UQ C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q a) O O O O O O O O O O O O O O O O O O O O (D O O O O O O O O O O O Y Q U) V) V) V) V) V) V) U) EA U) U) V) V) V) V} V) V) V) V) V) V) U) U) V} V} V) V} V} V) V) V) O p, O U) C U O T 5 �0000000000000000000000000000000 o 000OOOOOOOOOOOOOOOOOOOOOOOOOOoo 0000000000000000000000000000000 Qu,,V)6qc»V)<»e»U)U)<»V)e»E»6,!)-6gejcgWu3floYE»F»e»c»c»64u�-64 64e»F» w a> 'C U N 1V J r Z ` D _^ cO Gca Q � 0 U fy o cn J Z a < O O p L a) m a) E O Z 0 • • • 0 U W LL O m cm w (D N -O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q +.., O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O` O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 0 o O o LL -1 6-1C) 6U) 6-1 0-U) U) U) U) U) U-) U) 0),U) U) U) U) U} U) U) U) U) U) U) U) U) U) U) U) U) U) U . N O N (n m N p f6 d C o o o o o 0 0 0 0 0 0 0 0 0 0 o 0 0 o 0 0 0 0 0 o o 0 0 o o O O -O :3 O O O O O O O O o 0 0 0 0 0 0 o o 0 o o 0 0 0 0 o 0 o 0 0 0 00 a CDO O O O O O O O O O O O CD CD o 0 0 0 0 0 0 0 0 0 0 0 0 0 U) U) U) U) U) U) U) U) U) CO U) U) U) U) U) U) U) U) 66 U) F Y N Q U) U) 6-3U) U) U) U) U) U) U) U) V) U) Z >O c O �~p N Q CJ d O �000000000000000000000000000000 00 a �000000000000000000000000000000 00 Z 00CL O Q U) U) to U) U) d) Ui Efl U? U) U) U} U) U) U) U) U) U} U} U) U) U) U) U) U) U) 6 U) U) U) U) U) H�: E m U0 J d Q O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -O O O o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 o 0 0 o o 0 O o (D E E (D O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 06 0 0 0 0 0 0 06 0 06 O o Y wU) U) ww w d). w U), U) w U) U) U) U) U) U) U) U) U) U) U) U) U) U) U) U) U) U) U) U) U) Q >O O N w O c o � 0 C:000000000000000000000000000000 00 0000000000000000000000000000000 00 E000000000000000000000000000000 00 Q U)F»cflc�U)U)e»E»U)e»U)U)WUYd3cflE»c»e»E»c»E»e»e»E»c»c»E»c»e» F»cfl N � d .U-. c w CD _ Z (/) J w co 2tr Q O wp ~O re O O JI]fF- w g O ip SOU O ~ w Q U O O d am m E Z v LL Oa 0 0 c - 0000000000000000000000000000000 O 0000000000000000000000000000000 0 w= s o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 <» (,7 ems— e»u>U»U�U»c»<»t»e»<4646-, -,6 64 Q><»<»U5.c9,vaZa Zry0)o,o'U>64es<»c» a0 O O 0 d) o cc ^L` I..L N O O NW LL Vl J -0 N 00 Q C 7 , O Of co 0 c6 O W i = . > .0 CIL QQ0 0- e» � � Q W � Q O c 0 CL .c O N N U Q of O Z L N a) E a =3 Z 0 • GENERAL SPECIFICATIONS The EPIC will be closed August 26, 2013 to September 15, 2013. All "deck" staged work must be completed during this period. The contractor will be able to complete roof work, exhaust fan replacement, vfd installs and control work before or after the closure window. All work must be completed by October 15, 2013. There is a one day "reopening" of the main lap pool scheduled for Sunday September 81h that will require the contractor to remove all work related equipment from the lap pool deck. The main lap pool will not be drained during this shutdown. The wader and therapy will be drained. • Install three (3) new (City of Fort Collins Supplied) OFCI Destratification fans over lap pool water surface at ceiling during shutdown. These fans to be controlled by panels in lifeguard room and also by City BAS. The main pool will not be drained and no scaffolding in the pool will be allowed. Work procedure above pool must be approved by the project manager. • Install new "low capture" natatorium exhaust fan and associated ductwork. • Replace one (1) existing rooftop exhaust/relief fan over natatorium. • Provide and install VFD's for two (2) rooftop relief fans over natatorium. Provide and install VFD for new "low capture" exhaust fan. Provide and install VFD for existing locker room exhaust fan. • Provide and install new differential pressure transmitter and control wiring to existing DDC control panels. • Test and balance as described on Project Narrative Cover page of drawings. • Controls programming to be done by owner, but all wiring between devices is contractor responsibly. A new controller for AHU-5 "Locker room exhaust" shall be installed by city to allow for VFD control of fan motor. • Provide all electrical disconnects, breakers needed for new equipment and drives. Project Coordination and Communication: • Contractor shall acquire all permits needed to complete project. • A schedule of activities planned during shutdown by contractor shall be provide to City prior to closure date to assist with coordination with other repairs / maintenance items being addressed during this shutdown by other contractors and city staff. • A concerted effort by the contractor shall be made to protect and keep clean pool deck and pool water during all phases of the project (see expected guidelines) • The contractor shall insure all subcontractors are aware of the need for this coordination and communication. • Test and balance as described on Project Narrative Cover page of drawings. • Controls programming to be done by owner, but all wiring between devices is contractor responsibly. A new controller for AHU-5 "Locker room exhaust" shall be installed by city to allow for VFD control of fan motor. is 0 Provide all electrical disconnects, breakers needed for new equipment and drives. • 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 • Cutting, drilling and patching • Other than described above as work provided or supplied by others, the Contractor shall be responsible for all cutting, fitting and patching to complete the work. • The contractor shall be aware this is a "bare foot' trafficked area in its final use and special attention needs to be taken to keep surfaces clean, sharp edges of material honed, protrusions, tripping and falling hazards contained and dust or other contaminants that would affect pool water minimized. Activities that may cause any of the above mentioned shall be reviewed with project manager before proceeding to insure control and mitigation methods are adequate. Cleaning • The Contractor is responsible for any cleaning and/or disposal of waste products that is necessary as a result of his operations related to the project. • The Contractor is to clean up the immediate work spaces for that day and each day. Particular attention shall be paid to pool deck and water surface. This means vacuuming or sweeping floor, removing all "metal cuttings, drill filings, and sheet metal screws or fasteners. • At the conclusion of the "indoor/deck and ceiling" work, the contractor shall clean all deck surfaces thoroughly and instruct city staff on possible areas in the pool that need special cleaning or vacuuming. Documentation • Provide O&M manuals with all associated equipment and processes used in the • installation. • Review with City staff an as -constructed AutoCAD drawing (basic drawing provided by City staff) verifying location of field devices and wiring path at end of project. • Upon completion there will be a walk-thru inspection by the Contractor and City staff to show location and configuration of completed system. Full operation of the system shall be verified by the designated City Representative before final pay application is approved. Warranty • The Contractor shall warrant all materials associated with his work (including low voltage wiring and connections) to be free of mechanical and electrical defects for a period of one year. City Responsibilities: • The City will make every effort to provide the Contractor with daytime access to the areas that will receive this work. • The City will coordinate with the contractor control logic, testing and verification of systems as the schedule reflects. Contractor qualifications • Contactor must demonstrate 5 years minimum experience in stainless/aluminum ductwork. • Please supply 3 references for like work. . GENERAL SPECIFICATIONS The EPIC will be closed August 26, 2013 to September 15, 2013. All "deck" staged work must be completed during this period. The contractor will be able to complete roof work, exhaust fan replacement, vfd installs and control work before or after the closure window. All work must be completed by October 15, 2013. There is a one day "reopening" of the main lap pool scheduled for Sunday September 81h that will require the contractor to remove all work related equipment from the lap pool deck. The main lap pool will not be drained during this shutdown. The wader and therapy will be drained. • Install three (3) new (City of Fort Collins Supplied) OFCI Destratification fans over lap pool water surface at ceiling during shutdown. These fans to be controlled by panels in lifeguard room and also by City BAS. The main pool will not be drained and no scaffolding in the pool will be allowed. Work procedure above pool must be approved by the project manager. • Install new "low capture" natatorium exhaust fan and associated ductwork. • Replace one (1) existing rooftop exhaust/relief fan over natatorium. • Provide and install VFD's for two (2) rooftop relief fans over natatorium. Provide and install VFD for new "low capture" exhaust fan. Provide and install VFD for existing locker room exhaust fan. • Provide and install new differential pressure transmitter and control wiring to existing DDC control panels. • • Test and balance as described on Project Narrative Cover page of drawings. • Controls programming to be done by owner, but all wiring between devices is contractor responsibly. A new controller for AHU-5 "Locker room exhaust" shall be installed by city to allow for VFD control of fan motor. • Provide all electrical disconnects, breakers needed for new equipment and drives. Project Coordination and Communication: • Contractor shall acquire all permits needed to complete project. • A schedule of activities planned during shutdown by contractor shall be provide to City prior to closure date to assist with coordination with other repairs / maintenance items being addressed during this shutdown by other contractors and city staff. • A concerted effort by the contractor shall be made to protect and keep clean pool deck and pool water during all phases of the project (see expected guidelines) • The contractor shall insure all subcontractors are aware of the need for this coordination and communication. • Test and balance as described on Project Narrative Cover page of drawings. • Controls programming to be done by owner, but all wiring between devices is contractor responsibly. A new controller for AHU-5 "Locker room exhaust" shall be installed by city to allow for VFD control of fan motor. 0 0 Provide all electrical disconnects, breakers needed for new equipment and drives. • Cutting, drilling and patching • Other than described above as work provided or supplied by others, the Contractor shall be responsible for all cutting, fitting and patching to complete the work. • The contractor shall be aware this is a "bare foot' trafficked area in its final use and special attention needs to be taken to keep surfaces clean, sharp edges of material honed, protrusions, tripping and falling hazards contained and dust or other contaminants that would affect pool water minimized. Activities that may cause any of the above mentioned shall be reviewed with project manager before proceeding to insure control and mitigation methods are adequate. Cleaning • The Contractor is responsible for any cleaning and/or disposal of waste products that is necessary as a result of his operations related to the project. • The Contractor is to clean up the immediate work spaces for that day and each day. Particular attention shall be paid to pool deck and water surface. This means vacuuming or sweeping floor, removing all "metal cuttings, drill filings, and sheet metal screws or fasteners. • At the conclusion of the "indoor/deck and ceiling" work, the contractor shall clean all deck surfaces thoroughly and instruct city staff on possible areas in the pool that need special cleaning or vacuuming. Documentation • Provide O&M manuals with all associated equipment and processes used in the . installation. • Review with City staff an as -constructed AutoCAD drawing (basic drawing provided by City staff) verifying location of field devices and wiring path at end of project. • Upon completion there will be a walk-thru inspection by the Contractor and City staff to show location and configuration of completed system. Full operation of the system shall be verified by the designated City Representative before final pay application is approved. Warranty • The Contractor shall warrant all materials associated with his work (including low voltage wiring and connections) to be free of mechanical and electrical defects for a period of one year. City Responsibilities: • The City will make every effort to provide the Contractor with daytime access to the areas that will receive this work. • The City will coordinate with the contractor control logic, testing and verification of systems as the schedule reflects. Contractor qualifications • Contactor must demonstrate 5 years minimum experience in stainless/aluminum ductwork. 0 Please supply 3 references for like work. 0 r Division Section Title Pages SPECIFICATIONS GROUP DIVISION 23 - HEATING VENTILATING AND AIR CONDITIONING 232923 VFD MOTOR CONTROLLERS 233113 METAL DUCTS 233416 CENTRIFUGAL HVAC FANS 233423 HVAC POWER VENTILATORS END OF TABLE OF CONTENTS • 9 12 12 6 pg. 1 SECTION 232923 . VARIABLE -FREQUENCY MOTOR CONTROLLERS PART 1-GENERAL 1.1 SUMMARY A. This Section includes solid-state, pulse -width modulated (PWM), variable frequency controllers (VFCs) for speed control of three-phase, squirrel -cage induction motors. 1.2 SUBMITTALS A. Product Data: For each type of VFC. B. Shop Drawings: For each VFC. 1. Include wiring diagrams. C. Operation and maintenance data. D. Load -current and overload -relay heater list. E. Load -current and list of settings of adjustable overload relays. 1.3 QUALITY ASSURANCE • A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100. B. Comply with NFPA 70. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for VFCs, minimum clearances between VFCs, and adjacent surfaces and other items. Comply with indicated maximum dimensions and clearances. 1.4 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation, capable of driving full load without derating, under the following conditions, unless otherwise indicated: 1. Ambient Temperature: 0 to 40 deg C. 2. Humidity: Less than 90 percent (noncondensing). 3. Altitude: Not exceeding 5400 ft. 1.5 COORDINATION A. Coordinate features of VFCs, installed units, and accessory devices with pilot devices and control circuits to which they connect. Edora Pool Ventilation Modification VARIABLE -FREQUENCY MOTOR CONTROLLERS Farnsworth Group, Inc. 232923- 1 100% Construction Documents • • 0 B. Coordinate features, accessories, and functions of each VFC and each installed unit with ratings and characteristics of supply circuit, motor, required control sequence, and duty cycle of motor and load. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ABB Power Distribution, Inc.; ABB Control, Inc. Subsidiary. 2. Dan Foss. 3. Yaskawa Electric America, Inc; Drives Division. 4. Approved equal; refer to section 012500 for substitution requirements. 2.2 VARIABLE FREQUENCY CONTROLLERS A. Description: NEMA ICS 2, IGBT, PWM, VFC; listed and labeled as a complete unit and arranged to provide variable speed of an NEMA MG 1, Design B, 3-phase induction motor by adjusting output voltage and frequency. 1. Provide unit suitable for operation of premium -efficiency motor as defined by NEMA MG 1. B. Design and Rating: Match load type such as fans, blowers, and pumps; and type of connection used between motor and load such as direct or through a power -transmission connection. C. Output Rating: 3-phase; 6 to 60 Hz, with voltage proportional to frequency throughout voltage range. D. Unit Operating Requirements: 1. Input ac voltage tolerance of 380 to 500 V, plus or minus 10 percent. 2. Input frequency tolerance of 50/60 Hz, plus or minus 6 percent. 3. Minimum Efficiency: 96 percent at 60 Hz, full load. 4. Minimum Displacement Primary -Side Power Factor: 96 percent under any load or speed condition. 5. Overload Capability: 1.1 times the base load current for 60 seconds; 2.0 times the base load current for 3 seconds. 6. Starting Torque: 100 percent of rated torque or as indicated. 7. Speed Regulation: Plus or minus 1 percent. E. Isolated control interface to allow controller to follow control signal over an 11:1 speed range. 1. Electrical Signal: 4 to 20 mA at 24 V. F. Internal Adjustability Capabilities: 1. Minimum Speed: 5 to 25 percent of maximum rpm. 2. Maximum Speed: 80 to 100 percent of maximum rpm. 3. Acceleration: 2 to a minimum of 22 seconds. 4. Deceleration: 2 to a minimum of 22 seconds. 5. Current Limit: 50 to a minimum of 110 percent of maximum rating. Edora Pool Ventilation Modification Farnsworth Group, Inc. 100% Construction Documents VARIABLE -FREQUENCY MOTOR CONTROLLERS 232923- 2 G. Self -Protection and Reliability Features: 1. Input transient protection by means of surge suppressors. 2. Under- and overvoltage trips; inverter overtemperature, overload, and overcurrent trips. 3. Motor Overload Relay: Adjustable and capable of NEMA ICS 2. 4. Notch filter to prevent operation of the controller -motor -load combination at a natural frequency of the combination. 5. Instantaneous line -to -line and line -to -ground overcurrent trips. 6. Loss -of -phase protection. 7. Reverse -phase protection. 8. Short-circuit protection. 9. Motor overtemperature fault. H. Automatic Reset/Restart: Attempts three restarts after controller fault or on return of power after an interruption and before shutting down for manual reset or fault correction. Bidirectional autospeed search shall be capable of starting into rotating loads spinning in either direction and returning motor to set speed in proper direction, without damage to controller, motor, or load. I. Power -Interruption Protection: To prevent motor from re -energizing after a power interruption until motor has stopped. J. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high -starting torque and increased torque at slow speeds. K. Motor Temperature Compensation at Slow Speeds: Adjustable current fall -back based on output frequency for temperature protection of self -cooled, fan -ventilated motors at slow speeds. L. Status Lights: Door -mounted LED indicators shall indicate the following conditions: 1. Power on. • 2. Run. 3. Overvoltage. 4. Line fault. 5. Overcurrent. 6. External fault. M. Panel -Mounted Operator Station: Start -stop and auto -manual selector switches with manual speed control potentiometer and elapsed time meter. N. Indicating Devices: Meters or digital readout devices and selector switch, mounted flush in controller door and connected to indicate the following controller parameters: 1. Output frequency (Hz). 2. Motor speed (rpm). 3. Motor status (running, stop, fault). 4. Motor current (amperes). 5. Motor torque (percent). 6. Fault or alarming status (code). 7. PID feedback signal (percent). 8. DC -link voltage (VDC). 9. Set -point frequency (Hz). 10. Motor output voltage (V). O. Control Signal Interface: Edora Pool Ventilation Modification VARIABLE -FREQUENCY MOTOR CONTROLLERS Farnsworth Group, Inc. 232923- 3 100% Construction Documents 1. Electric Input Signal Interface: A minimum of 2 analog inputs (0 to 10 V or 014-20 mA) and 6 programmable digital inputs. 2. Remote Signal Inputs: Capability to accept any of the following speed -setting input signals from the BAS or other control systems: a. 0 to 10-V dc. b. 0-20 or 4-20 mA. C. Potentiometer using up/down digital inputs. d. Fixed frequencies using digital inputs. e. RS485. f. Keypad display for local hand operation. 3. Output Signal Interface: a. A minimum of 1 analog output signal (0/4-20 mA), which can be programmed to any of the following: 1) Output. frequency (Hz). 2) Output current (load). 3) DC -link voltage (VDC). 4) Motor torque (percent). 5) Motor speed (rpm). 6) Set -point frequency (Hz). 4. Remote Indication Interface: A minimum of 2 dry circuit relay outputs (120-V ac, 1 A) for remote indication of the following: a. Motor running. b. Set -point speed reached. C. Fault and warning indication (overtemperature or overcurrent). d. PID_high- or low -speed limits reached. P. Communications: Provide an RS485 interface allowing VFC to be used with an external system within a multidrop LAN configuration. Interface shall allow all parameter settings of VFC to be programmed via BAS control. Provide capability for VFC to retain these settings within the nonvolatile memory. Q. BAS Interface: Factory -installed hardware and software to enable the BAS to monitor, control, and display VFC status and alarms and energy usage. Allows VFC to be used with an external system within a multidrop LAN configuration; settings retained within VFC's nonvolatile memory. 1. Network Communications Ports: Ethernet and RS-422/485. 2. Embedded BAS. Protocols for Network Communications: ASHRAE 135 BACnet, Echelon LonWorks, or Modbus; protocols accessible via the communications ports. R. Integral Disconnecting Means: NEMA KS 1, nonfusible switch with lockable handle. S. Isolating Switch: Non -load -break switch arranged to isolate VFC and permit safe troubleshooting and testing, both energized and de -energized, while motor is operating in bypass mode. T. Remote Indicating Circuit Terminals: Mode selection, controller status, and controller fault. Edora Pool Ventilation Modification VARIABLE -FREQUENCY MOTOR CONTROLLERS Farnsworth Group, Inc. 232923- 4 100% Construction Documents PART 3 - EXECUTION 3.1 APPLICATIONS A. Select features of each VFC to coordinate with ratings and characteristics of supply circuit and motor; required control sequence; and duty cycle of motor, controller, and load. B. Select horsepower rating of controllers to suit motor controlled. 3.2 INSTALLATION A. Comply with mounting and anchoring requirements specified in Division 26 Section "Hangers and Supports for Electrical Systems." B. Controller Fuses: Install fuses in each fusible switch. Comply with requirements in Division 26 Section "Fuses." 3.3 IDENTIFICATION A. Identify VFCs, components, and control wiring according to Division 26 Section "Identification for Electrical Systems." B. Operating Instructions: Frame printed operating instructions for VFCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of VFC units. 3.4 CONTROL WIRING INSTALLATION A. Install wiring between VFCs and remote devices according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." B. Bundle, train, and support wiring in enclosures. C. Connect hand -off -automatic switch and other automatic -control devices where applicable. 1. Connect selector switches to bypass only manual- and automatic -control devices that have no safety functions when switch is in hand position. 2. Connect selector switches with control circuit in both hand and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high -temperature cutouts, and motor overload protectors. 3.5 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 1. Test insulation resistance for each enclosed controller element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. Edora Pool Ventilation Modification VARIABLE -FREQUENCY MOTOR CONTROLLERS Farnsworth Group, Inc. 232923- 5 100% Construction Documents • B. Manufacturer's Field Service: Engage a factory -authorized service representative to perform the following: 1. Inspect controllers, wiring, components, connections, and equipment installation. Test and adjust controllers, components, and equipment. 2. Assist in field testing of equipment including pretesting and adjusting of solid-state controllers. 3. Report results in writing. C. Perform the following field tests and inspections and prepare test reports: 1. Perform each electrical test and visual and mechanical inspection, except optional tests, stated in NETA ATS. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. A. Set field -adjustable switches and circuit -breaker trip ranges. END OF SECTION 232923 Edora Pool Ventilation Modification Farnsworth Group, Inc. 100% Construction Documents VARIABLE -FREQUENCY MOTOR CONTROLLERS 232923- 6 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 • f•J E SECTION 233113 METAL DUCTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Single -wall round ducts and fittings. 2. Sheet metal materials. 3. Duct liner. 4. Sealants and gaskets. 5. Hangers and supports. 6. Seismic -restraint devices. 1.3 PERFORMANCE REQUIREMENTS • A. Structural Performance: Duct hangers and supports shall withstand the effects of gravity loads and stresses within limits and under conditions described in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible". 1.4 ACTION SUBMITTALS A. Product Data: For each type of the following products: 1. Liners and adhesives. 2. Sealants and gaskets. 3. Seismic -restraint devices. B. Shop Drawings: 1. Duct layout indicating sizes, configuration, liner material, and static -pressure classes. 2. Elevation of top of ducts. 3. Dimensions of main duct runs from building grid lines. 4. Fittings. 5. Reinforcement and spacing. 6. Seam and joint construction. 7. Penetrations through fire -rated and other partitions. 8. Locations for duct accessories, including dampers, turning vanes, and access doors and panels. 9. Hangers and supports, including methods for duct and building attachment and vibration isolation. Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 1 100% Construction Documents • PART 2-PRODUCTS 2.1 SINGLE -WALL ROUND DUCTS AND FITTINGS A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 3, "Round, Oval, and Flexible Duct," based on indicated static -pressure class unless otherwise indicated. 1. Spiral seam ductwork required at all locations. 2.2 SHEET METAL MATERIALS A. General Material Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Stainless -Steel Sheets: Comply with ASTM A 480/A 480M, Type 316, as indicated in the "Duct Schedule" Article, cold rolled, annealed, sheet. Exposed surface finish shall be No. 2B, No. 2D, No. 3, or No. 4 as indicated in the "Duct Schedule" Article. C. Aluminum Sheets: Comply with ASTM B 209 (ASTM B 209M) Alloy 3003, H14 temper; standard, one -side bright finish for duct surfaces exposed to view. D. Factory- or Shop -Applied Antimicrobial Coating: 1. Apply to the surface of sheet metal that will form the interior surface of the duct. An untreated clear coating shall be applied to the exterior surface. 2. Antimicrobial compound shall be tested for efficacy by an NRTL and registered by the EPA for use in HVAC systems. 3. Coating containing the antimicrobial compound shall have a hardness of 2H, minimum, when tested according to ASTM D 3363. 4. Surface -Burning Characteristics: Maximum flame -spread index of 25 and maximum smoke -developed index of 50 when tested according to UL 723; certified by an NRTL. 5. Shop -Applied Coating Color: White. 6. Antimicrobial coating on sheet metal is not required for duct containing liner treated with antimicrobial coating. E. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. 1. Where black- and galvanized -steel shapes and plates are used to reinforce aluminum ducts, isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials. F. Tie Rods: Galvanized steel, 1/4-inch (6-mm) minimum diameter for lengths 36 inches (900 mm) or less; 3/8-inch (10-mm) minimum diameter for lengths longer than 36 inches (900 mm). ��It1�I�l��l►1�:t A. Flexible Elastomeric Duct Liner: Preformed, cellular, closed -cell, sheet materials complying with ASTM C 534, Type Il, Grade 1; and with NFPA 90A or NFPA 90B. • Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 2 100% Construction Documents Basis -of -Design Product: Subject to compliance with requirements, provide K flex duct • liner gray or comparable product by one of the following: a. Aeroflex USA Inca b. Armacell LLC. C. Rubatex International, LLC 2. Surface -Burning Characteristics: Maximum flame -spread index of 25 and maximum smoke -developed index of 50 when tested according to UL 723; certified by an NRTL. 3. Liner Adhesive: As recommended by insulation manufacturer and complying with NFPA 90A or NFPA 90B. a. For indoor applications, adhesive shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). b. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." B. Insulation Pins and Washers: 1. Insulation -Retaining Washers: Self-locking washers formed from 0.016-inch- (0.41-mm-) thick aluminum; with beveled edge sized as required to hold insulation securely in place but not less than 1-1/2 inches (38 mm) in diameter. C. Shop Application of Duct Liner: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 7-11, "Flexible Duct Liner Installation." 1. Adhere a single layer of indicated thickness of duct liner with at least 90 percent adhesive • coverage at liner contact surface area. Attaining indicated thickness with multiple layers of duct liner is prohibited. 2. Apply adhesive to transverse edges of liner facing upstream that do not receive metal nosing. 3. Butt transverse joints without gaps, and coat joint with adhesive. 4. Fold and compress liner in corners of rectangular ducts or cut and fit to ensure butted - edge overlapping. 5. Do not apply liner in rectangular ducts with longitudinal joints, except at corners of ducts, unless duct size and dimensions of standard liner make longitudinal joints necessary. 6. Apply adhesive coating on longitudinal seams in ducts with air velocity of 2500 fpm (12.7 m/s). 7. Secure liner with mechanical fasteners 4 inches (100 mm) from corners and at intervals not exceeding 12 inches (300 mm) transversely; at 3 inches (75 mm) from transverse joints and at intervals not exceeding 18 inches (450 mm) longitudinally. 8. Secure transversely oriented liner edges facing the airstream with metal nosings that have either channel or "Z" profiles or are integrally formed from duct wall. Fabricate edge facings at the following locations: a. Fan discharges. b. Intervals of lined duct preceding unlined duct. C. Upstream edges of transverse joints. in ducts where air velocities are higher than 2500 fpm (12.7 m/s) or where indicated. 9. Secure insulation between perforated sheet metal inner duct of same thickness as specified for outer shell. Use mechanical fasteners that maintain inner duct at uniform distance from outer shell without compressing insulation. • Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 3 100% Construction Documents • a. Sheet Metal Inner Duct Perforations: 3/32-inch (2.4-mm) diameter, with an overall open area of 23 percent. 10. Terminate inner ducts with buildouts attached to fire -damper sleeves, dampers, turning vane assemblies, or other devices. Fabricated buildouts (metal hat sections) or other buildout means are optional, when used, secure buildouts to duct walls with bolts, screws, rivets, or welds. 2.4 SEALANT AND GASKETS A. General Sealant and Gasket Requirements: Surface -burning characteristics for sealants and gaskets shall be a maximum flame -spread index of 25 and a maximum smoke -developed index of 50 when tested according to UL 723; certified by an NRTL. B. Two -Part Tape Sealing System: 1. Tape: Woven cotton fiber impregnated with mineral gypsum and modified acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight seal. 2. Tape Width: [3 inches (76 mm)] [4 inches (102 mm)] [6 inches (152 mm)]. 3. Sealant: Modified styrene acrylic. 4. Water resistant. 5. Mold and mildew resistant. 6. Maximum Static -Pressure Class: 10-inch wg (2500 Pa), positive and negative. 7. Service: Indoor and outdoor. 8. Service Temperature: Minus 40 to plus 200 deg F (Minus 40 to plus 93 deg C). 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless • steel, or aluminum. 10. For indoor applications, sealant shall have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 11. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." C. Water -Based Joint and Seam Sealant: 1. Application Method: Brush on. 2. Solids Content: Minimum 65 percent. 3. Shore A Hardness: Minimum 20. 4. Water resistant. 5. Mold and mildew resistant. 6. VOC: Maximum 75 g/L (less water). 7. Maximum Static -Pressure Class: 10-inch wg (2500 Pa), positive and negative. 8. Service: Indoor or outdoor. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum sheets. D. Solvent -Based Joint and Seam Sealant: 1. Application Method: Brush on. 2. Base: Synthetic rubber resin. 3. Solvent: Toluene and heptane. 4. Solids Content: Minimum 60 percent. 5. Shore A Hardness: Minimum 60. • 6. Water resistant. Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 4 100% Construction Documents 7. Mold and mildew resistant. • 8. For indoor applications, sealant shall have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 9. VOC: Maximum 395 g/L. 10. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." 11. Maximum Static -Pressure Class: 10-inch wg (2500 Pa), positive or negative. 12. Service: Indoor or outdoor. 13. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum sheets. E. Flanged Joint Sealant: Comply with ASTM C 920. 1. General: Single -component, acid -curing, silicone, elastomeric. 2. Type: S. 3. Grade: INS. 4: Class: 25. 5. Use: O. 6. For indoor applications, sealant shall have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 7. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." F. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with polyisobutylene plasticizer. G. Round Duct Joint O-Ring Seals: • 1. Seal shall provide maximum leakage class of 3 cfm/100 sq. ft. at 1-inch wg (0.14 Us per sq. m at 250 Pa) and shall be rated for 10-inch wg (2500-Pa) static -pressure class, positive or negative. 2. EPDM O-ring to seal in concave bead in coupling or fitting spigot. 3. Double -lipped, EPDM O-ring seal, mechanically fastened to factory -fabricated couplings and fitting spigots. 2.5 HANGERS AND SUPPORTS A. Hanger Rods for Noncorrosive Environments: Cadmium -plated steel rods and nuts. B. Hanger Rods for Corrosive Environments: Electrogalvanized, all -thread rods or galvanized rods with threads painted with zinc -chromate primer after installation. C. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1 (Table 5-1M), "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct." D. Steel Cables for Galvanized -Steel Ducts: Galvanized steel complying with ASTM A 603. E. Steel Cables for Stainless -Steel Ducts: Stainless steel complying with ASTM A 492. F. Steel Cable End Connections: Cadmium -plated steel assemblies with brackets, swivel, and bolts designed for duct hanger service; with an automatic -locking and clamping device. Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 5 100% Construction Documents i 0 G. Duct Attachments: Sheet metal screws, blind rivets, or self -tapping metal screws; compatible with duct materials. H. Trapeze and Riser Supports: 1. Supports for Galvanized -Steel Ducts: Galvanized -steel shapes and plates. 2. Supports for Stainless -Steel Ducts: Stainless -steel shapes and plates. 3. Supports for Aluminum Ducts: Aluminum or galvanized steel coated with zinc chromate. PART 3 - EXECUTION 3.1 DUCT INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air -handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings. B. Install ducts according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" unless otherwise indicated. C. Install round ducts in maximum practical lengths. D. Install ducts with fewest possible joints- E. Install factory- or shop -fabricated fittings for changes in direction, size, and shape and for branch connections. F. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines. G. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. H. Install ducts with a clearance of 1 inch (25 mm), plus allowance for insulation thickness. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and enclosures. J. Where ducts pass through non -fire -rated interior partitions and exterior walls and are exposed to view, cover the opening between the partition and duct or duct insulation with sheet metal flanges of same metal thickness as the duct. Overlap openings on four sides by at least 1-1/2 inches (38 mm). K. Where ducts pass through fire -rated interior partitions and exterior walls, install fire dampers. Comply with requirements in Section 233300 "Air Duct Accessories" for fire and smoke dampers. L. Protect duct interiors from moisture, construction debris and dust, and other foreign materials. 0 Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 6 100% Construction Documents 3.2 3.3 INSTALLATION OF EXPOSED DUCTWORK i A. Protect ducts exposed in finished spaces from being dented, scratched, or damaged. B. Trim duct sealants flush with metal. Create a smooth and uniform exposed bead. Do not use two-part tape sealing system. C. Grind welds to provide smooth surface free of burrs, sharp edges, and weld splatter. When welding stainless steel with a No. 3 or 4 finish, grind the welds flush, polish the exposed welds, and treat the welds to remove discoloration caused by welding. D. Maintain consistency, symmetry, and uniformity in the arrangement and fabrication of fittings, hangers and supports, duct accessories, and air outlets. E. Repair or replace damaged sections and finished work that does not comply with these requirements. DUCT SEALING A. Seal ducts for duct static -pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." B. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible": 1. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 2. Outdoor, Exhaust Ducts: Seal Class C. 3. Conditioned Space, Exhaust Ducts: Seal Class B. 3.4 HANGER AND SUPPORT INSTALLATION A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 5, "Hangers and Supports." B. Building Attachments: Concrete inserts, powder -actuated fasteners, or structural -steel fasteners appropriate for construction materials to which hangers are being attached. 1. Where practical, install concrete inserts before placing concrete. 2. Install powder -actuated concrete fasteners after concrete is placed and completely cured. 3. Use powder -actuated concrete fasteners for standard -weight aggregate concretes or for slabs more than 4 inches (100 mm) thick. 4. Do not use powder -actuated concrete fasteners for lightweight -aggregate concretes or for slabs less than 4 inches (100 mm) thick. 5. Do not use powder -actuated concrete fasteners for seismic restraints. C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1 (Table 5-11M), "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and supports within 24 inches (610 mm) of each elbow and within 48 inches (1200 mm) of each branch intersection. D. Hangers Exposed to View: Threaded rod and angle or channel supports. 0 Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 7 100% Construction Documents • E. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets, support at each floor and at a maximum intervals of 16 feet (5 m). F. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 3.5 CONNECTIONS A. Make connections to equipment with flexible connectors complying with Section 233300 "Air Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. 3.6 PAINTING A. Paint interior of metal ducts that are visible through registers and grilles and that do not have duct liner. Apply.oete,coat of flat, black, latex paint over a compatible galvanized -steel primer. Paint materials and application requirements are specified in Section 099113 "Exterior Painting" and Section 099123 "Interior Painting." • 3.7 FIELD QUALITY CONTROL A. Perform tests and inspections. 3.8 DUCT SCHEDULE A. Exhaust Ducts: Ducts Connected to Fans Exhausting Laboratory and Process (ASHRAE 62.1, Class 3 and 4) Air: a. Type 316, stainless -steel sheet and aluminum type 3003 alloy. b. Pressure Class: Positive or negative 4-inch wg (1000 Pa). c. Minimum SMACNA Seal Class: A. d. SMACNA Leakage Class: 3. 2. Stainless -Steel Ducts: a. Exposed to Airstream: Match duct material. b. Not Exposed to Airstream: Match duct material. 3. Aluminum Ducts: Aluminum. B. Liner: 1. Exhaust Air Ducts: Flexible elastomeric 1 inch (25 mm) thick. C. Elbow Configuration: • Edora Pool Ventilation Modification Farnsworth Group, Inc. 100% Construction Documents METAL DUCTS 233113 - 8 1. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and • Flexible," Figure 3-4, "Round Duct Elbows." a. Minimum Radius -to -Diameter Ratio and Elbow Segments: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of direction have proportionately fewer segments. 1) Radius -to Diameter Ratio: 1.5. b. Round Elbows, 12 Inches (305 mm) and Smaller in Diameter: Stamped or pleated. C. Round Elbows, 14 Inches (356 mm) and Larger in Diameter: Standing seam. D. Branch Configuration: 1. Round and Flat Oval: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure 3-6, "Conical Tees." Saddle taps are permitted in existing duct. END OF SECTION 233113 • Edora Pool Ventilation Modification METAL DUCTS Farnsworth Group, Inc. 233113 - 9 100% Construction Documents SECTION 233416 CENTRIFUGAL HVAC FANS Fz"T 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: For each product. 1. Airfoil centrifugal fans. 1.3 ACTION SUBMITTALS A. Product Data: • 1. Include rated capacities, furnished specialties, and accessories for each fan. 2. Certified fan performance curves with system operating conditions indicated. 3. Certified fan sound -power ratings. 4. Motor ratings and electrical characteristics, plus motor and electrical accessories. 5. Material thickness and finishes, including color charts. 6. Dampers, including housings, linkages, and operators. 1.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For centrifugal fans to include in emergency, operation, and maintenance manuals. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Belts: Two sets for each belt -driven unit. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. AMCA Compliance: 1. Comply with AMCA performance requirements and bear the AMCA-Certified Ratings • Seal. 2. Operating Limits: Classify according to AMCA 99. Edora Pool Ventilation Modification CENTRIFUGAL HVAC FANS Farnsworth Group, Inc. 233416 - 1 100% Construction Documents u • 0 SECTION 00300 BID FORM 2.2 B. Unusual Service Conditions: • 1. Altitude: 5000 feet (m) above sea level. 2. High humidity. C. Electrical Components, ,Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. AIRFOIL CENTRIFUGAL FANS A. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Penn Barry. 2. Loren Cook Company. 3. New York Blower Company (The). B. Description: 1. Factory -fabricated, -assembled, -tested, and -finished, belt -driven centrifugal fans consisting of housing, wheel, fan shaft, bearings, motor, drive assembly, and support structure. 2. Deliver fans as factory -assembled units, to the extent allowable by shipping limitations. 3. Factory -installed and -wired disconnect switch. C. Housings: • 1. Formed panels to make curved -scroll housings with shaped cutoff. 2. Panel Bracing: Steel angle- or channel -iron member supports for mounting and supporting fan scroll, wheel, motor, and accessories. 3. Horizontally split, bolted -flange housing. 4. Spun inlet cone with flange. 5. Outlet flange. D. Airfoil Wheels: 1. Single -width -single -inlet construction with curved inlet flange. 2. Heavy backplate. 3. Hollow die -formed, airfoil -shaped blades continuously welded at tip flange and backplate. 4. Cast-iron or cast -steel hub riveted to backplate and fastened to shaft with set screws. E. Shafts: 1. Statically and dynamically balanced and selected for continuous operation at maximum rated fan speed and motor horsepower, with adjustable alignment and belt tensioning. 2. Turned, ground, and polished hot -rolled steel with keyway. Ship with protective coating of lubricating oil. 3. Designed to operate at no more than 70 percent of first critical speed at top of fan's speed range. F. Grease -Lubricated Shaft Bearings: Self -aligning, pillow -block -type, tapered roller bearings with double -locking collars and two-piece, cast-iron housing. is Edora Pool Ventilation Modification CENTRIFUGAL HVAC FANS Farnsworth Group, Inc. 233416 - 2 100% Construction Documents • G. Belt Drives: 1. Factory mounted, with adjustable alignment and belt tensioning. 2. Service Factor Based on Fan Motor Size: 1.5. 3. Fan Pulleys: Cast iron or cast steel with split, tapered bushing; dynamically balanced at factory. 4. Motor Pulleys: fixed pitch for use with larger motors. Select pulley so pitch adjustment is at the middle of adjustment range at fan design conditions. 5. Belts: Oil resistant, nonsparking, and nonstatic; matched sets for multiple belt drives. 6. Belt Guards: Fabricate to comply with OSHA and SMACNA requirements of diamond - mesh wire screen welded to steel angle frame or equivalent, prime coated. Secure to fan or fan supports without short circuiting vibration isolation. Include provisions for adjustment of belt tension, lubrication, and use of tachometer with guard in place. 7. Motor Mount: Adjustable for belt tensioning. H. Accessories: 1. Access for Inspection, Cleaning, and Maintenance: Comply with requirements in ASHRAE 62.1. 2. Scroll Drain Connection: NPS 1 (DN 25) steel pipe coupling welded to low point of fan scroll. 3. Companion Flanges: Rolled flanges for duct connections of same material as housing. 4. Variable Inlet Vanes: With blades supported at both ends with two permanently lubricated bearings of same material as housing. Variable mechanism terminating in single control lever with control shaft for double -width fans. 5. Discharge Dampers: Assembly with parallel blades constructed of two plates formed around and to shaft, channel frame, and sealed ball bearings; with blades linked outside of airstream to single control lever of same material as housing. 6. Inlet Screens: Grid screen of same material as housing. 7. Shaft Cooler: Metal disk between bearings and fan wheel, designed to dissipate heat from shaft. 8. Spark -Resistant Construction: AMCA 99. 9. Shaft Seals: Airtight seals installed around shaft on drive side of single -width fans. 10. Weather Cover: Enameled -steel sheet with ventilation slots, bolted to housing. PART 3 - EXECUTION 3.1 INSTALLATION A. Install centrifugal fans level and plumb. B. Disassemble and reassemble units, as required for moving to the final location, according to manufacturers written instructions. C. Lift and support units with manufacturer's designated lifting or supporting points. D. Curb Support: Install roof curb on roof structure, level and secure, according to "The NRCA Roofing and Waterproofing Manual," Low -Slope Membrane Roofing Construction Details Section, Illustration "Raised Curb Detail for Rooftop Air Handling Units and Ducts." Install and secure centrifugal fans on curbs, and coordinate roof penetrations and flashing with roof construction. Secure units to curb support with anchor bolts. Edora Pool Ventilation Modification Farnsworth Group, Inc. 100% Construction Documents CENTRIFUGAL HVAC FANS 233416 - 3 E. Isolation Curb Support: Install centrifugal fans on isolation curbs, and install flexible duct connectors and vibration isolation and seismic -control devices. F. Install units with clearances for service and maintenance. G. Label fans. 3.2 CONNECTIONS A. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. Flexible connectors are specified in Section 233300 "Air Duct Accessories." B. Install ducts adjacent to fans to allow service and maintenance. C. Install piping from scroll drain connection, with trap with seal equal to 1.5 times specified static pressure, to nearest floor drain with pipe sizes matching the drain connection. 3.3 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Verify that shipping, blocking, and.bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. 7. Verify lubrication for bearings and other moving parts. 8. Verify that manual and automatic volume control and fire and smoke dampers in connected ductwork systems are in fully open position. 9. Remove and replace malfunctioning units and retest as specified above. B. Test and adjust controls and safeties. Controls and equipment will be considered defective if they do not pass tests and inspections- C. Prepare test and inspection reports. END OF SECTION 233416 • Edora Pool Ventilation Modification CENTRIFUGAL HVAC FANS Farnsworth Group, Inc. 233416 - 4 100% Construction Documents s SECTION 233423 HVAC POWER VENTILATORS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Centrifugal roof ventilators. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Wiring Diagrams: For power, signal, and control wiring. 3. Vibration Isolation Base Details: Detail fabrication including anchorages and attachments to structure and to supported equipment. Include adjustable motor bases, rails, and frames for equipment mounting. 1.3 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. AMCA Compliance: Fans shall have AMCA-Certified performance ratings and shall bear the AMCA-Certified Ratings Seal. PART 2-PRODUCTS 2.1 CENTRIFUGAL ROOF VENTILATORS A. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Greenheck Fan Corporation. . 2. Loren Cook Company. Edora Pool Ventilation Modification HVAC POWER VENTILATORS Farnsworth Group, Inc. 233423 - 1 100% Construction Documents 3. PennBarry. • B. Housing: Removable, spun -aluminum, dome top and outlet baffle; square, one-piece, aluminum base with venturi inlet cone. C. Fan Wheels: Aluminum hub and wheel with backward -inclined blades. D. Belt Drives: 1. Resiliently mounted to housing. 2. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub. 3. Shaft Bearings: Permanently lubricated, permanently sealed, self -aligning ball bearings. 4. Pulleys: Cast-iron, adjustable -pitch motor pulley. 5. Fan and motor isolated from exhaust airstream. E. Accessories: 1. Variable -Speed Controller: Solid-state control to reduce speed from 100 to less than 50 percent. 2. Disconnect Switch: Nonfusible type, with thermal -overload protection mounted inside fan housing, factory wired through an internal aluminum conduit. 3. Bird Screens: Removable, 1/2-inch (13-mm) mesh, aluminum or brass wire. 4. Motorized Dampers: Parallel -blade dampers mounted in curb base with electric actuator; wired to close when fan stops. F. Roof Curbs: Existing fiberglass insulation adhered to inside walls; and 1-1/2-inch (40-mm) wood nailer. Size as required to suit roof opening and fan base. 2.2 MOTORS A. Comply with NEMA designation, temperature rating, service factor, enclosure type, and efficiency requirements for motors specified in Section 230513 "Common Motor Requirements for HVAC Equipment." 1. Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven load will not require motor to operate in service factor range above 1.0. B. Enclosure Type: Totally enclosed, fan cooled. 2.3 SOURCE QUALITY CONTROL A. Certify sound -power level ratings according to AMCA 301, "Methods for Calculating Fan Sound Ratings from Laboratory Test Data." Factory test fans according to AMCA 300, 'Reverberant Room Method for Sound Testing of Fans." Label fans with the AMCA-Certified Ratings Seal. B. Certify fan performance ratings, including flow rate, pressure, power, air density, speed of rotation, and efficiency by factory tests according to AMCA 210, "Laboratory Methods of Testing Fans for Aerodynamic Performance Rating." Label fans with the AMCA-Certified Ratings Seal. Is Edora Pool Ventilation Modification HVAC POWER VENTILATORS Farnsworth Group, Inc. 233423 - 2 100% Construction Documents PART 3 - EXECUTION 3.1 INSTALLATION A. Equipment Mounting: As indicated in drawings. B. Install units with clearances for service and maintenance. 3.2 CONNECTIONS A. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. B. Install ducts adjacent to power ventilators to allow service and maintenance. 3.3 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. 7. Verify lubrication for bearings and other moving parts. 8. Verify that manual and automatic volume control and fire and smoke dampers in connected ductwork systems are in fully open position. 9. Disable automatic temperature -control operators, energize motor and adjust fan to indicated rpm, and measure and record motor voltage and amperage. 10. Shut unit down and reconnect automatic temperature -control operators. 11. Remove and replace malfunctioning units and retest as specified above. B. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C. Prepare test and inspection reports. 3.4 ADJUSTING A. Adjust damper linkages for proper damper operation. B. Adjust belt tension. C. Comply with requirements in Section 230593 "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and balancing procedures. Edora Pool Ventilation Modification HVAC POWER VENTILATORS Farnsworth Group, Inc. 233423 - 3 100% Construction Documents D. Replace fan and motor pulleys as required to achieve design airflow. , E. Lubricate bearings. END OF SECTION 233423 9 • Edora Pool Ventilation Modification HVAC POWER VENTILATORS Farnsworth Group, Inc. 233423 - 4 100% Construction Documents NOIlVOIdI00W NOIltllllN3A 100d VN009 - SNI1100IMOd d0 AlIO V. i 0 C a L :D 7T Z J 0 0 LL LL 0 U z 0 Fm Q U LL 0 2 z 0 FM J z LLI 0 0 am Ln cm W 0 0 C J 0 U 0 LU LL cn W r co r E �a m m 0 a Gl u za _Ilxm °2`»gLLNgw�apag awp�sLLg awU ie5n€2 -� wpF¢2oQ co aaw� UwwOOOOOOa% ZAWOOii�-6}6g�Y �sma�am Fuu'00 n¢ o °�� <> o s=° o g: .w.e s - °„goq '-o3ao�W tea`„ga W=°soma p`o ag°gip - oE���ea» <o =oo� oo n na o F ui w ug ri rc a N awuQugz wz 'p _ u} °O �u �S F�rci.<pW i u 2 n0 3� w¢ m z po��� °jao5 pw o0 �� >„ �o�b ow s 5�- p �a a °FwsN a ~W �<odp<aE0 w15< �p wE 's s wE a Wao W C �Onww rQ=oso w_w.p -_anwSOw wUwu Faea0EiMZP.....o.. -1 '86gO�m¢Foaua o °°w¢°r ¢0-O °u g.Z. a�w� zogwo E° 0Mo� F co w$ 00 J isz-z 60 Z Oowa6 op g ° C Uwwwl a, n N5 W Nogg o �'p a=s s's'ss2's,a n u ��ss - 2s w. g aai nw°n SSSFSSF.. wwwwww 66 ��-i. FZFSSIFF wwww 0 N W Z C wN f m Z e ate--+ J wm FFo z >o zzo l o s5^ — . ° 3 o`m o oz0 wu Qao CD OF old maLLm g3� rc aHQ vl? rEw� Ia1F_P' QJLL a W72W Ic <cjF :o E o pZo LLB ^�^ gala g y chi °w>f mo auaa g gg `y se3�GS ESgL o-a 00 w 0 p gg fr`2 i e. 4og a� C' k of>fi63 w 0 98 f. oh0. eeE3 £' e a x aZ aa0 mZ y# u u a 9 `u. z -E @g L iQS e'o ^bX �fiE'� a oe P§ 3 of oM. oWs$ 00 r ` yo a ieg} g�} w¢d a=c G lode 10§ a E gg p yy o ae'e 3Pxy€,'e t¢x'" wZ •q- ! wJ 3q e am a£ age ha%igsp vY' 6� "$� q❑ ¢m.5 aW Ji "eg,Wa v4ae ea �'=aa" e2 ��„i9�6'i.aee ofS:%. 2 k "•w fJ S E^"J k_e:a..eE� .0 8 =zm��3o e HIP ;� x IV Al ^ x x qq 'g a g9 x 3gs @ E E � 4 9�'€ � 8 8C-gg� a �g➢� $ jgI EpE" � ] :�_ s 4s` Y}FED#}� B� Ysp]g�gd R $g 1, a�8 �� p9E �EE E� ag 3 a'a x $ ; }F ]}� jj 3121s Egnsa`gAga 3$ ;$ p gga aC W § 3E� ZH=S' E e b e appt egg $ fill! }a9 U �s¢ TYl � g 8 s+y'.S2 3�aF pp 'JT6 t6 g$$ YI x x tt z � fit S iI P£ jai �0 ".Ea a c,[g 8ggHg gg$ P Y $}$ T4=� rs y6$ a fill [ $Ea] 65.�g2� tltlEC: sSr xLL 5 gg{{ EY6p 2 Ena9p5a $�x S Qi €pij! Y ysy�{� ££ 'gF P y Fitl pF`gF E2aeM S €� �p8a ib � YCEFg9Q* 0�� p' YYp yp 3�pga {§C Og R9Q y5flp ygS Zg (f� yZy�� �a CEO 3�e�G� �% Ygg 85 9�6 � �dlltl%vY 5F5£ - flip 2 It �W i • i I M1:, �MN I urvhna uowfa� ti ap.n,Y��, �n �.� •u\x I �I I • In rs.-r�-N� E • • L �6e 3 oI N m B. L O 3 ( q T!i43�d• LL ed s� s w- S 3 o key pp yg y.a _. 3EM •5 3cy.sq `d 4� 4 r p B E W�a 3 y� gsx� y ;d ills �n� =5 4e_ k a , 0 z 0 wm O Jzp a0 �<�- u 0Or Nz �JW OdQU ttz �-aw wriiC aJLL j0 U FOO oz p owp —rc ugw S o z t � - z ' w a 0 W Q p J_ -? � p fA is a ss -N L 30:`�" ' l� J SECTION 00300 BID FORM PROJECT: 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade Place: r� q Date: In compliance with your Invitation to Bid dated T (4 L.Y Z 9 , 20)' � and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompag this Bid is a certified or cashier's check or standard Bid bond in the sum nyin of Z, OG l/ D f1 M D i f IU 7-� ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: r n'(Z Ll A) ) TL ,/ —V C pa azq/,-as Oo/< blq , O/re/r,111 G/ iy O c %7 z/ 5. All the various phases of Work enumerate in the Con 21: Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. `� through • L ko wm O ate- ? G'. o�o--4 u J2 Z0 o F o< w o y ~ o N `moo o aE R_ o a< rc s 1 O moo` voa d p?o OZ3 LL c�j :� '81 9 2 w>� mO g s d 4 a j 4 3 9 n fit it 4 M o aG 9 € 5 p $"ap ya 95� j Sc eaf a� R lh¢8 dgI yFFS¢ MIN p S�d3kg ��p Jim 'I, itp9y4 ap" a:ap,i �P y3 ¢pp� all e 3 e e R • 0 ± » / b y R2 !§g z§ _ g�Hz §...�L. /0z( \ ( } � m ? \\ 3 4J Q z wm u zw 8 s 000 pp `�c mOil 6g x € g a ,FQ ti? a�2 >0 oz° �U 3 ¢rc z� " 4 owo '� m0 $ wz �� �•I- i 0 W>m 000m g 2< =8WHwec= 7 =E�E88y8 i - �ae8s,'., Ego a 93mi.2tG� €Sad S af3 of tlb��z.�bf 'EO h pirvmg 6 P 3 >8b s F 3 Qa�Y'y �fiY a„ 9H g � ^ 4 g'o 6 4y 4 t44 d y"� y $ gg4a4� YP9 n Mwg�, 8E d P 48 �a $ .' tl § a3$a6� g8 '" 8y � '`�wa�8a w •�tt.� _& G � E � ag �J` - Mg gi _ � ?s a8» � .3:ow`o4 bw,``. > 3 z`4 'g. t v8 w <=3 a :oBaawW �w8 s� S6 ';� 8 8gS £ �tg a'�4 > h. w:$ 6k �� of F-gaoa9 ozo %,y sae 'gs FED 6 samosa"" 4 8-„y"w` S'acc g 3783" "S3g � � S�g w :=e $aE.a 8$.�a ggb 38g "o g$wG d a y = W $4 O 2 4Wa Ago a r• a 3 IL8�6u a Sa k C� j7 'J7 ,y} tF �S-11I o 5 <t g�a" gEaa'° Z U I Z Wy'�ag y u I'II� w J a F W E f W e W y EH E.Ee z�Jw4 3 3 `o Ea7 ge3 u., 1$3 8 6 S� a RRp ®E®��l�o g c� • • 0 � 9 0 4�igi \! !Ci { k0( - o ) (\ \ |)§ - �§,,! §§; \( �•! `■I!� !:: `!�§ \ >.. !.|} \| ) . )/ ! : ) z _ /� <�( / § � } j/§ �\ | J- | |\ r | § / } § ( } .dig §r \ \) )\ ! § 2 0 E 0 0 � 0 |_ : , § |fir i| k§( �0 ƒ ' ' \ U-ae`! a: | | |a W>§ , §) � §) � $ q) ® J �e e - 1- » — A ---------- - E� - � � - — .--------- � \ °. ) | - — - — - — - — - — - — - — - — -- b ] \, — - — - — - — - — - - - - ' / ,1.. � , ) \ ` ! _ !k • /§ : /§k ;] ! %§§! ) ; / |/ | { LL—o e«2jig !(i , k h $ � § # / | \ g p (/ / °a �( )k $ §/ /r) � 0 0 0 P 0 igi \ o {) ! \ ' ' \ \}\ | gym,.,!-,- | |, W„ ,: ,\\! ,,I, ,/ ,■2 f , : - - /� , \- \\\ - . i %a!!!{!, U-§ ! Pz | | |, / !!:; ,/ 2 | { � |) )!( & ))! !|! gg ((; , ;;! bn ) §!%\\( § : 4 0 0 • 4SJ OUOg OU OZOO QOU 9 c 3 s e� ¢ 0P: u iO Lo i R € a oZo tip z a i w>� mo o @ �o g s 11111■ HE NO Alll■■IAI■ A1111Ai111 A11111A11A11A1 AI ■■■■■■1■■IA■■ IIAA■■IIA■ IIAAl11AA111AA111A11A11A 111111 II IA 11111■ 11■■■■■1■■AI■■ IAII©■All■ IAl1AlAl1A IAl1A Al1Al1A11 AAAA1■ 11■■■■■I■■11■■ 1111■■111■ 11111111111111111111111111 x W w 4 b e �w�a f x= me gww '" .dg-� of a'Xw �aa-� - 3sw=a g3-�sa .o�so" a"' ooe:gg- aja�d @ ° .`_.." a a: - iw a 4d� y3§ Pa _a 4 4 C C4 s ggx _ HO eg ;4s g ewya sa'n es,„� w§ ?oo�., �' ?fie iru®q yg�•( � c ag-w ..z�.alwos.`� p $ og¢ Yo,oeg8 t"s 'asg= 3= acxLLs$a59W$oaw a;�a�wss a z,amo 00 �•e $w�'NN, �a9 gop52 a x"• §Ww° :�3 a x Y €w .oa-g"_gwY__e.^sa`9 `. �: M g t•oz :Y °E•� 38 EO4�`•i`i52 :8=w g�4L. CJ (Jgj 51 (414 e 8. l,31D,..$1rHEQULE (Base Bid) EPIC Natatorium Ventilation Upgrade as per theip'ttdchiad drawings and spec.ific-atiqn§: BASE BID (Lur6p SUM" -iNw6RDS:QX/,6" 815�f-V",p Al p //M kmj'ALTEM41 JC1 ATE ,,#! 44,9 6JE8biWO7I' A41 Air Floor Box, Exh/Supi-20t'ga,3116.SS, Ea (18,x1'x115,) Awl Architectural finishlWork for FlloouBoxe's 1 Ea TOTAL 1316'FORALTMATE4i •9: PRICES The foregoing prices,shall,include all labor,.Mtttetials,.transpor-t8ition, shoring, removal, d6wa,tering, overhead, prbfit, MUrafice,ptd.i to cover the complete Work ln,ola6e, of the .several kinds *calle, 140, 'Bidder 6 c*n q*Ie'djq- s,th6t the OWNER has the right to delete bldtb itbn;is'ifi thd Bid Or charigb uaniiti6s-al hii,s O*le discretion q ret- without affbct1hgJhe Agree6ient-or prices,of any item so '!6n4 'as the de'letion'cir dh6hgq does; hot I lekoeeqtwphty-fiVe . p6rcie nf,(?5%) of the total Agreement'Prib.e. RESPECTFULLY SUBMITT I E D: TiVe r---1 L-.J O - O 6 $ € p �ZZO ¢0 U 00r w J 00 G f? O ar< U5 .. cai� W Oz0 p� e s = wow 99 �� _ _ wcW7w� pp pp o IL CJ 9 81- s$�i ^° g u W> Z 20 m o e- m i W J w c i a °s 3a�e gg�E4°p�g y°° ?°3,§°aaaEe� F ,�8a „'e�`aBp28z ¥ae din V-M ` e� 5E :X o'€$�W m h OliS x �?. .a „ SW99 �•,`. e`B'�m E,_¢,�.$R�&o3� gze � F 2Nu cu �'; Y3u is Yo: 5QF S Ny SH fig° w o�.Es w9 d� JxGtu° ��`� gY8 O moW(y may �a� e'3 r �oF mp $cod ed� �W$Nva ka-k Faun "a is u -4oa �Jil =f :E fie: obz 41 x 2 gos`sa Y o Y � Q O o C w w C C e ou� gC Fa. NE u_i• ��I z E` �Y$si g3, =^ s oc `�i C �E � _! $ g z „ i 'm Flo �, g.3 m :z8�a ., °E C £ Olt :ass `' , ,e £il a .@ mmet. agw g 1Ta ^8_,�€ a s �: £g,.£ .eo¢e Ng g 3 sxms� :s e xaE ;E; d zee wy it k E aam a=a;za=g g a8ygw„`°33` oW*G as`3etz a °pi €gg ° sdagaw a;a x, �a$ „° ti aaa ° .w4E c� 3 r�, o 'Yoe-¥axa'o S me e peg aHy Egea £8 b �$i `3'3bi � E`mq gms ff ova,'m °Esm keoe MA � y.�. p $b�& d°. as E E ;mic gz- Y� a 3 w [ems. Ea M sa� _am _os£a 1s,N US _a sn � a Qaa,� E a a; a mag § �3.'.g Mvf s @�z L" i x z; F 8 e Lg y��E £ `2 '2 i rah 2d8E�'8'%e s ee £E 1 y as da ff a�. e c� gt ae3 £ ': d. $k > Baas g°e �.`•EEe s A€° E bs a zae['� �` �£s ag £ a. a° EE�TeaF8 exba £$ $ t „ �AJwm �p Sq.b�aaa a x �a ar 4 Q ba�,�ta"�.aa =aga ar •n�ad`=" IMF„ .�.g°.,$ag `$a$WBE s;��.`°�a aaa� � "omega $ `Ear sx• e�Wao$e z€ is�aea e �e a kawg£�arEaae aa: �.° a $esa, $a y=' a3 z g¢ ;Nasma�Er �ar� 3g w' e€.^anew g'ogg'aai.:mgc `- a w¢� s a° �e y ¢ $n� y ear ="_ z , a gaga= ar$a€.ff:a aa� & $.W a£¢ro�u£a�. €?a ?2 stare g Q � • tg ° 4,a�ypt c � P�,„ �� , gg r" �t §#3Eaegg' § ESya�aagg:P Ply S 2 g, g��$ r €�`§a3`s.4 o lie'^gg} aF k• �aa^g� i';' ads€a ea$@g.�z a. a$ axeEa €AH , $5 1l ti I Y dtF�,EB .t kgod:��s5-a$$ $:9@� €��,�.., c'Y$ atlkY. Etlx MOM, `¢Li¢ Se aE o5 F�6iE 82 H $$=az$ii oaoa eoeseso 86a.:ea: o56d rtparo d00°8O$..soZA �© 1611la 8xS ®Da Q��YImB ®�� 4Q®Cd 0 i. w.�,�,.�i w.aim,,.¢„a-�,-,�•,..,a.w.�...-a,.w„wmti-.oi ^ - -002 # !l I )k§ ( ;/\\ | � -/ \ )[ !\| ! sae: \ pz }\ \;; ! , , : ; , 6-0 C � � ) / 00 -2 - \() . §~ ! § \ - W : [ j\§ | 2\ _\ | . 0 0 0 to 0 r / 0 i ` (�_ ! ) ) 002 /52 r ]\ - k)§ },: �`� W i . / IS | \ 2 | |( e§2 |j(§ } +d. . . . . .. .. . . III \ . j \ !{ [ --- , [ R / p ' / & UIA \ � / I i . / D RRE } ± \ (Z: ! Ll } �\ oe§W� »Rfy; <29%� LU ct: \ \ / {` \ § § | ` | _ } 0 ` ( . :0 _- !; 2!! \ /\\ / «!i \/} LLJ | « | !\ | \ y /, \ � \ 171 0 � (Seal - if Bid is by corporatior Telephone l C� �� u- ""�,�_� Email 1,4b'(�t?.,r`'{ i I�L�C�.I'b'lre( ic(v7 lco-q ; C-6 i 0 CI 1] 0 0 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 0 • • SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Kuck Mechanical Contractors, LLC Granite Re, Inc. as Principal, and as Surety, are hereby held and firmly bound unto the City, of Fort Collins, ive Percent of amount bid - 5% 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, Edora Pool & Ice Center Natatorium Ventilation Upgrade: 13ID NO. 7528 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. • C] Yil CJ 0 ,IN WITNESS WHEREOF, the Principal and the Surely hbve hereunto set their hands and seals t ,this day of July 19 —.20 13, and sUch;of th6m as are corporations have caused their corporate seals to 156 h6ret6 affixed and th6§6 pr6sents to be sighpd by-theirproper officers,, the qayand year first set.forth above. PRINCIPAL. ,Narne: Kuck WchanicalCofitractb,s, LLC Addrd.!ss: .395 W; 671h Street Title: ATTEST: Lovelmd-,-CO 80539-0388 �(-512AL) SORETY Granite Re, 111c, 1460 1,()uailbTdok Driyc 6klaliumabty, Ok 33134 3 title: DiLytinGue Atte (SEAL) GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: DiLynn Guern its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge the following surety bond, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: DiLynn Guern may lawfully do in the premises by virtue of these presents. Surety Bond Number: Bid Bond Principal: Kuck Mechanical Contractors, LLC. Obligee: City of Fort Collins Bond Amount: **See Bond Form" In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 17th day of January 2200133 . V �yroLr, C Kenneth D. Whittingfon, President STATE OF OKLAHOMA ) s E n L SS: Z l 1y7AZ--Z/ COUNTY OF OKLAHOMA ) Kyle . McDonald, Treasurer On this 17th day of January 2013 , before me personally came Kenneth D. Whittington, President of the GRANITE• RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. i My Commission Expires: August 8, 2013 .: Commission #. 01013257 Nota Public 6J GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this • 19th day of July , 2013 SEAL K 'v (.L Kyl�McDonald, Secretary/Treasurer 3RO800-1 luj • 0 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Kuck Mechanical Contractors, LLC 395 W. 67th St., Loveland, CO 80538 2. Permanent main office address: 1999 3. When organized: N/A 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 15 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See Attached u 7. General character of Work performed by your company: HVAC Sheet Metal 8. Have you ever failed to complete any Work awarded to If so, where and why? 9. Have you ever defaulted on a contract?, No No If so, where and why? 10. Are you debarred by any government agency? No If yes list agency name. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. See Attached 12. List your major equipment available for this contract. Fleet of trucks, scissorlifts, forklifts, fully equipped sheet metal fabrication shop for all . 13. Experience in construction Work similar in importance to this project: See Attached - highlighted in yellow on recently completed projects list. 14. Background and experience of the principal members of your organization, including officers: See attached resumes t�J 15. Credit avdlla,ble.: $_j,6qq,6bG ... Jehhy . S;hult, brea't Westerh Bank, 9Mk&-4565 16. Bank Refdrence:. 17, Will you,,uppn request, fill odta,det6iled f1ripincial statemerit,and furnish Eiriy other Yes - information that -maybe reqUipedby the.OWNER? Yds,, 18; Are yod licensed as a General Coritractor?­ See Attached 'If yes, in,What_cily, county and state?, Whbt class, Ilderise and numbers? 1 9.. Do you anticip4te.subc6ritracting Watik,under this -Contract? If yps,what Percent of total poncontract?20% And to whom? - il,'Od. f 6Lf bk&l jl�olj at -IF . 20, Are any lawsbit§°pbhdihd against youoryourfirm at this time!. NP IF yes, DETAIL,-----.. -21 What are th-e.limits of your.public llabillt y? DETAIL. Whatcompainy?,_ 'What are .your ,company's bondinjIlrbitaii6fis? $2,5 Million 231- T . he -undersigned hereby pythoirizes and req uest§ any pqrsan, firm Or pqrparadi6n_16 iiirnl6h ahy 1hfbinrri6t16nrequested by the,OWNEkjn' Verification of . the recital Pompri I sing ar�r U6IMC8j,OhS_ this Statement of Bidd S 0 Dated at �.�3 D nil, this day. of 3-0 Gy 20LS Company: /Aram cA� 11%7fC114'V1 C-I Z- By. Printed: 3rT 'if Ti f✓� 1 %iy�`7:�2 State of J County of ro/I r/� S7 •e f�j7 C� being duly sworn deposes and says that he f (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this o� iiay of �JU�, 20 j3 • (Seal) Notary•Pub fc My commission expires: 7/18/2013 KUCK MECHANICAL CONTRACTORS, LLC r] • r� CURRENT PROJECTS IN PROGRESS Job Name Contract Chanqe Total Contract % Est. Amount Orders Amount Comol. Lompl. 1131 Boulder 75thSt. WWTP 213,353.00 10.799.00 224,152.00 98.7% Jul-13 1135 Harold D. Thompson WRF 93,353.00 249,659.00 343,012.00 86.7% Aug-13 1141 St. Vrain WWTP 583,342.00 5,496.00 588,838.00 93.9% 2014 1145 Independence Pass Residence 221,240.00 104,149.00 325,389.00 86.7% 2014 1157 Seminole High School & PS 1,476,906.00 127.705.00 1,604,611.00 99.0% Nov-13 1161 Denver University 704,803.00 44,802.00 749,605.00 99.0% Jul-13 1203 JR. Carson Battle Command Ctr 657,943.00 1,608.00 659,551.00 98.0% Aug-13 1208 Poudre High School Phase 2 550,000.00 28,593.00 578,593.00 90.0% Sep-13 1227 Resurrection School Addition 512,324.00 19,117.00 531,441.00 98.6% Aug-13 1228 Eagle -Avon WWTF 517,553.00 517,553.00 97.7% Jul-13 1229 Castle Creek Campus 405,574.00 10,945.00 416,519.00 98.8% Sep-13 1231 Holy Name Catholic Church 272,453.00 272,453.00 11.5% Mar-14 1233 Chambers Damp Pump Station 81,353.00 81,353.00 80.2% Se -13 1239 Woolley's Hotel Suites 3,672,000.00 71,400.00 3,743,400.00 42.7% Oct-13 1241 Allen Water Treatment Plant 31,582.00 31,582.00 83.4% Aug-13 1244 Black Hawk WWTP 11,853.00 11,853.00 95.7% Jul-13 1248 Halliburton 27,080.00 22,403.00 49,483.00 99.0% Jul-13 1249 Dellenbach Motors 23,969.00 27,895.00 51,864.00 99.2% Jul-13 1301 Best Western - Southwest 107,953.00 107,953.00 25.7% Aug-13 1304 Cunningham Fire Station #3 36,153.00 2,580.00 38,733.00 95.4% Jul-13 1305 DU Margery Reed Hall 291,110.00 291,110.00 46.6% Jan-14 1306 Marcy Gulch WWTP 116,538.00 116,538.00 7.4% Feb-14 1307 Northglenn WWTP 21,353.00 21,353.00 12.0% Dec-13 1308 JBS Swift Odor Control 870,230.00 870,230.00 48.7% Aug-13 1309 FJ Young Elementary 312,801.00 312,801.00 60.1 % Nov-13 1310 Groove Toyota 24,564.00 24,564.00 28.9% Nov-13 1311 Trailblazer Elementary 16,453.00 16,453.00 99.5% Jul-13 1312 Metro Flashing 13,995.00 13,995.00 1.6% Jul-13 1314 IMetro PAR 1088 NTP 1,788,160.98 1,788,160.98 0.0% 2015 1315 Englewood High School 148,163.001 148,163.00 61.0% TBD 1316 American Academy 105,753.00 105,753.00 77.1% Jul-13 1317 Tucson Rogers 67,253.00 67,253.00 3.4% Nov-13 1318 Rennaissance Hotel Fireplaces 48,563.00 48,563.00 41.2% Dec-13 1319 Stanley Fairgrounds 164,877.00 164,877.00 1.0% Oct-13 1320 Ashland Reservoir 52,553.00 52,553.00 1.0% Dee-13 1324 1 Ft. Morgan Dust Collector 64,621.00 64,621.00 1.0% Aug-13 1325 Sterling WTS 32,253.00 32,253.00 1.0% Sep-13 1326 Dunkirk Elementary 421,150.00 421,150.00 1.0% 2014 1328 City of Greeley Dewatering 150,553.00 150,553.00 1.0% Nov-13 TOTAL $14,911,730.98 $727,161.00 $15,638,881,98 Page 1 of 1 1118 , 12013 KOCK MECHANICAL CONTRACTORS,- LLC kEdtkt PROJECTS COMPELTED AMOUNT - PROJECT NAME !DF,PROJECT' Location. =Datv '`CONTRACT 10D3- Maim PAR 1094: Denver,,CO ICIM i $" 144.129.00, I004 McCook Community Hospital McCook. -'NE 6110" .085,609;06 1008 Ft. Lup!qp,Read1n6n Center Tt Lupton—. CO 121I0. 1009 0 q 1017 JOS SwIftArflonle Sifick Rool & dj' _. �Y;!Itlf'_ nbs Glenwood $priVVNTP Gredey, CO I Sp(Ings,. Co 8110 6/0 S 25IJBC00 Iola Summitville Mine OU5,WTP Suinmitvile; CO, 21112 $ 49D.807:00 1020 CSM Residence H611 do - Id9n. CO 2111 S 329,312:00 1024 Lyons Middle & High Schools Lyonsj CO 9111 _0I.S !S 167;324.00 1031 Red RocWA16d1cal Woe Bldg Golden,CO —i III 269,999:00 RM Arsenal Visitors Centdr Commerce Clty; CO 4111 1038 Creste;,Butte'VVVVTF CrestW,Butte; CO 6111 I.S, 49.75160 1040 McKee AHU Replacement Loveland, CO vio IS 524,177.00' 1043 Pioneer Elementary Lafayette, CO 7I11 S 898;738;00 1045 0 71' 1 4 1049 Lamar Lift Station and'ASN(i Part Mack 'Llbrary Lamar, CO jDehver,,C0_ ' :a. 3114 'IS 1115,55100 1191,790:00 -1050, FRCC'Facifilles Ft. -'Collins, CO 51,11 —T$ IS, �64X7.00 1051 ECCV Wieinbidne WTP Brighton, CO 7111 384,843.00 1052 JBS Hide, fleghers,,Elol ' _ CO dreeley, 5110 I'S 52,619.00 1056 Golden Gate State Park WWTF G61den,,CO 900 1117;777.00 .1057 CRMC - EP Lobi Remodel Cheyenne; WY 10110 S, , 66.608;00 1061 JOS Cardais,01i'166'Upgrade Greeley;�CO, 10110 S 189,95100 1065 Grand Junction VA Hospital Grand Junction, CO 11110, S. Ii m.006.00, 1069 OPS Vlsta ;6.cadarny Denver CO .3111 S. 327.70100 1071: 106 1102L R ad Ro'ck6 TF #4 ti 1166ln Scho&Communily.CV Meld County Sylkesaidig Golden, CO jGreeWy. CO. 4/11 411.1 S, 86.07800 1$, '92,081,.00 1104 PVHS Greeley Infusion Center' Gr,06169. CO' 5/11 264.722.00 1105 Memorial Hospital MRI Repl. Rack'Sorings, WY 7/11 — 75,693.00 1106 Larkspur Elementary Larkspur. CO �91.1 i S. 160,710100 1109 Kaiser Hidden Lake MOB Westminster, CO' 74111: $, 218,221.0D 11111, CAEDA,BwSlness Inhovallon,Center Chaverme, W.Y W13 5 1072AXOD 1113 Aspen Grove.C61mrnuriity.Church _ �1111 S 59,328.00 1116 Urilversity of WY - SFSF Laramie; WY 11111111 $ 2,125,690:00 1116 Clvfford Still Museum Denver, CO 9/1-1 92.005.00 1120 SE Wyom1ng*V1s1Loni Center Cheybhnb,YVY 6/.13 278.682100 1121 MrIkelman.wTP Berikolmani'WY' V12 S 57,845.00 1122, City of Preefey Boilers & RTU .6112 S 85.518.00 1128 Redston a %VVVTP Redstone, CC 13A 2 $79,853.00 1131 Boulder 751h Street VVMP Boulder, CO 7/1 S 213.353.00 1133 Boulder County Juslice AMU, Boulder, CO 8/12 '136,688;00 1137 Larimer Couhtq Det&ht1ofi'Clr Fbrt;Ci)lllns, CO '7112 --2, 103.43100 1139 Climax Motybden&ri Mine Climax; CO 7771 18421137M. 1151 St. Francis of Asslsi,Church Longmont, CO 7/12 —6/11 180,017.00 1159 Cargill Chemistry Lab fo­rf_0_0111nsC0 !F 104,432.00 1.160 CRMC.Irfiaging MOB Cheyenne; .WY 1 F$_101j*173_00_1 0 W 10 0 9 7/18/2013 KUCK MECHANICAL CONTRACTORS, TORS, LLC RECENT PROJECTS COMPELTED AMOUNT PROJECT NAME OF PROJECT Location Compl Date CONTRACT 1201 Boulder County Prcbatlon Boulder, CO e/12, U,058.00 1202 West End Health Center Denver, CO 71,12 $ 123,209101) c Center 20& NortiiglAin n Recreation (Northglen, 72j'-- 1208 Poudi;�IgiSbh6bl. Phase 1 GrCollins, co 12j1i`2 550,000.00 1213 Improvements Fort Collins.. CO, 1/13 -441,060.()0 Palsbffebant 1214 tal.- Greeley Greeley; qO 2112—, $ '483,282.D0 Laramie River Station Laramie, CO 6112 $ 59,,232.00, e1,216 1118 'Westin, Snomnass* Resort Snovrmass Co ��12 ?16 -000' 1-9 mc&k-C�W�nify 1-16�pltal Phase 2 .$I % NE 512 $ 1 12 0 1220 IEGD Building 5,, Denver Public SohooLs I Denver, CO 5112 312,032:00- 1224 ICSU -Alder Hall —ITc—d Collins, CO 5112 1$ 50,483.00, 'Page 2 • 0 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 THEODORE KUCK Kuck Mechanical Contractors, LLC President I am and have been involved in all phases of the sheet metal industry including ownership, management, shop fabrication, field labor management, and journeyman installer. At the age of 18, I became a sheet metal installer. I worked as an installer several years for different firms before I left the Ft. Collins area to join Young's Inc., a mechanical contractor in Topeka Kansas, as Estimator and Controller of the sheet metal division. In March of 1993, 1 returned to Ft. Collins to become Vice President of Operations at Horizon Sheet Metal, Inc. During my tenure at Horizon, the company achieved record growth and profitability as witnessed with total revenues reaching over 6.5 million dollars in the year of 1998. In August 1999, 1 founded Kuck Mechanical Contractors, LLC. Although in business a relative short period of time, Kuck Mechanical has already grown from the initial three principals to one hundred (100) employees with contractual projects totaling more than 13 million dollars. This growth is credited to long lasting previous relationships, a past track record of caring about our projects as well as the people involved in completing the work in a timely manner and the quality of workmanship which has helped to build my personal reputation. Licenses • City and County of Denver, CO #A23351 • Aurora, CO #A20237 / 155678 Pikes Peak Regional Building Department 414677 • City of Greeley #1741 / 101379 • Boulder, CO #3637 / LIC-0006701-22 • Summit County Building Department #6565 • Englewood, CO #12776 • Douglas County #02090 Arvada, CO #7M-0383 • Fort Collins, CO #H-1695 13096 • Loveland, CO #2852 • Longmont, CO #M00000352 • City of Aspen #C005762 • City of Avon #CCO0685 • Town of Breckenridge #42741 • City of Brighton #CL-08695 • City of Broomfield #OL-13-06923 • Boulder County #CON-11-0156 • City of Casper #95 • Town ofCastlerock#03-0413 • City of Centennial #CEN-13-00969 • City of Cheyenne CT-13-24209/24210 • City of Commerce City # 1599 • City of Fort Morgan #555 • City of Gillette #6208 • City of Glenwood Springs # 10-0102 • Grand County #MA050019 • City of Golden #4068 City of Lakewood #19226 • City of Laramie #3783 • City of Littleton #D11375 • Town ofSnowmass40003384 • City of Sterling #2012-210 • City of Thornton # 18356 Town of Windsor 94167 • Town of Vail #M09-0075 Pro'ects $100 000 - $499 000 Pro'ects$500 000-$3 500 000 JBS Swift Odor Control; Greeley, CO PVH Greeley Emergency Center; Greeley, CO SE WY Visitors Center; Cheyenne, WY Woolle 's Hotel; Denver, CO Laramie WWTP; Laramie, WY Westin Resort; Snowmass Village, CO Coyote Ride Elementary; Loveland, CO CAEDA Business Innovation Center; Casper, WY Vail Mountain View; Vail, CO Westin Resort; Snowmass Village, CO Summitville Mine OU5 WTP; Del Norte, CO NCMC 3rd Floor; Greeley, CO Grand County Courthouse; Hot Sulphur Springs, CO Prairie Waters WWTP; Aurora, CO Base Camp One; Granby, CO Renaissance Uptown Lofts; Denver, CO Aspen WWTP; Aspen, CO NCMC 3rd Floor; Greeley, CO LCCC; Cheyenne, WY Buckle TLF/TV; Denver, CO St. Vrain Schools; Erie, CO Monarch Residence; Aspen, CO RM Arsenal Visitors Center; Commerce City, CO Limelight Lodge; Aspen, CO Buffalo, WY WWTP; Buffalo, WY Mountain View HS; Loveland, CO Denver Public Schools; Vista Academy, CO Climax Molybdenum Mine; Climax, CO Loveland HS Pool; Loveland, CO St. Vrain WWTP; Firestone, CO Lamar Lift Station; Lamar, CO Glenwood Springs WWTF; CO CSM Residence Hall; Golden, CO McCook Community Hospital; WY • • ROBERT KUCK Kuck Mechanical Contractors, LLC •Superintendent For the past twenty-four years, I have been involved in multiple phases of heating, ventilation and air conditioning construction industry. 1 began my career as a stock boy, then truck driver. I was employed as a sheet metal pre -apprentice before enrolling and graduating from the Union Sheet Metal Apprentice 5-year Program (Local 265, Addison, IL). Since my graduation as a sheet metal journeyman, I have been employed as job foreman and superintendent. My current position is field superintendent and co-owner of Kuck Mechanical Contractors, LLC. • While employed by Simonetti Mechanical in Addison, Illinois, I worked on hospitals, schools, industrial plants, office buildings and other commercial construction projects. In 1997, I relocated and accepted a position as field foreman with Horizon Sheet Metal, Inc., Ft. Collins, Colorado in an effort to further my career and give me an opportunity to learn the different aspects of the HVAC business. I worked on design build projects such as DIA Hilton and Ft. Collins Marriott Residence Inn along with commercial projects such as wastewater treatment plants, water treatment plants and many miscellaneous projects at Colorado State University. I also fine-tuned my management skills such as scheduling, purchasing and human relations. In August of 1999, 1 co-founded Kuck Mechanical Contractors, LLC. I believe that my work ethic, professionalism and craftsmanship and working relationships with other trades as well as surrounding myself with top quality, experienced people will help my business grow and prosper. Training Certified Master Trainer —National Center for Construction Education and Research (NCCER) Master HVAC — Wyoming, Colorado Local 265 Sheet Metal Five -Year Apprenticeship Program, Addison, Illinois Certified Test and Balance Asbestos Abatement Refrigeration Recovery Technical Service OSHA 10 Hour Construction Safety Projects Present JBS Odor Control; Greeley, CO Poudre High School; Fort Collins, CO Seminole Prima & HS; Seminole, CO Resurrection School Addition; Loveland, CO Denver University; Denver, CO -Ti-oly Name Catholic Church; Steamboat Springs; CO Past: Westin Resort; Snowmass Village, CO Williams Monaco WWTP; Henderson, CO. University of WY SFSF; Laramie, WY Glenwood Springs W WTP; Glenwood Springs, CO . Memorial Hospital MRI Replacement; Rock Springs, WY Crested Butte W WTP; Crested Butte, CO McCook Community Hospital; McCook, NE Laramie River Station; Wheatland, WY Perl Mack Library; Denver, CO Bio Science Fitzsimons; Denver, CO CSU/ERC Lab Remodel; Fort Collins, CO CSU Regulated Materials Handlin; Fort Collins, CO CSU AIDL; Fort Collins, CO Loveland Library; Loveland, CO Kearney Wastewater Treatment Plant; Kearney, CO Loveland High School Pool; Loveland, CO Colorado School of Mines Residence Hall; Golden, CO Buffalo W WTP; Buffalo, WY Cherry Creek Library; Denver, CO WANG Air Lift; Cheyenne, WY Kent Campbell Kuck Mechanical Contractors, LLC Project Manager Over 25 years experience in all aspects of HVAC operations, financial management, and past ownership of a full service HVAC company.. Experience includes project management, operations management, financial management, and estimating. Project management experience includes clean rooms, laboratories, schools, offices, industrial manufacturing facilities, mid -rise offices, retail stores, food service, tempest facilities, hospitals, athletic field houses, theaters, data rooms, and hotels. Colorado State University Graduate Past President of SMACNA Colorado OSHA Safety Courses Business Consulting Training/Education/Affiliations Projects Present: Battle Command Training Center, Ft. Carson Army Base, Colorado Springs Poudre High School HVAC Remodel, Fort Collins, CO University of Denver Margery Reed Dorm Remodel, Denver, CO Independence Pass Residence, Aspen, CO Chambers Dam Pump Station, Aurora, CO Basin Electric Rotary Car Room, Wheatland, WY Denver Water Board Wynetka Decentralization Project, Littleton, CO GE Oil & Gas HVAC Addition, Johnstown, CO Marcy Gulch WWTP, Denver, CO Past: University of Denver Academic Commons, Denver, CO North lenn Recreation Center HVAC Replacement Monaco -Williams WWTP, Commerce City CO Enterprise Compressor Room, Keensbur , CO Basin Electric VAV Replacement, Wheatland, WY Denver Mint Sates Office, Denver, CO Basin Electric Laramie River TSM, Wheatland, WY Echo Star New Transmission Facility, Cheyenne, WY Laramie County Library, Cheyenne, WY East High School Remodel, Cheyenne, WY University of Wyoming Vet Laboratory, Laramie, WY University of Wyoming Library Addition, Laramie, WY Memorial Hospital — ASC, Colorado Springs, CO Brush Hospital ASC Addition, Brush, CO Fossil Ride High School, Fort Collins, CO Mountain View High School, Westminster, CO St. Marks Catholic Church, Highlands Ranch, CO Cross Roads Church, North lenn, CO St. Elizabeth Ann Seton Catholic Church, Fort Collins, CO Prairie View High School, Brighton, CO Brighton High School Remodel, Brighton, CO Aurora Medical Center MOB and TF, Aurora, CO Medical Center of the Rockies South MOB and TF. Loveland, CO CSU Morgan Library Remodel, Fort Collins, CO Wheatland Jr. /Sr. High School. Wheatland, WY • • • • E Adams School 5-Star Schools Middle School # 11. Westminster, CO Laramie County Community College New Dormitory. Cheyenne, WY Adams Schools 5-Star Schools Aquatic Center. Thornton, CO CSU Indoor Practice Field, Fort Collins, CO AIMS Community College Remodel, Greeley, CO Greeley Police Station, Greeley, CO Stuart Middle School, Aurora, CO McKee Medical Center HVAV Roof Top Replacement. Loveland, CO CSU BSL Lab, Phase I1, Fort Collins, CO Front Range Community College, Fort Collins, CO Johnson County Justice Center. Buffalo, WY CSU Diagnostic Medicine, Fort Collins, CO Pine Bluffs Recreation Center, Pine Bluffs, WY The Children's Hospital, Aurora, CO Littleton Recreation Center, Littleton, CO Littleton Historical Library. Littleton, CO Stevenson Lexus, Frederick, CO Ralph Schomp BMW, Highlands Ranch, CO Atzlan Recreation Center, Fort Collins, CO Cheyenne Mall Big Box Stores, Cheyenne, WY Metal Container HVAC Modifications, Windsor, CO Owens Illinois Glass Plant. Windsor, CO Springfield Suites Motel, Cheyenne, WY Presbyterian St. Luke's MOB and TF. , Denver, CO Larimer County Justice Center, Fort Collins, CO Memorial Hospital, Rawlins, WY Barbara Davis Center for Children's Diabetes. Aurora, CO Dick Pagel Kuck Mechanical Contractors, LLC Project Manager Over 30 years experience in all aspects of Mechanical and HVAC. Experience includes VP of operations, Senior Project Management, Chief Estimator, cost studies/systems evaluations, and design/build coordination. Since 1980 1 have specialized estimating and construction for infrastructure, military, heavy industrial, mining, clean rooms, laboratories, schools, offices, manufacturing facilities, mid -rise offices, retail stores, food service, hospitals, athletic field houses, theaters, air terminals, data rooms and hotels. Training/Education/Affiliations University of Minnesota, Electrical Engineering Licenses (Master, Supervisor) State of Colorado Masters Plumbing License Projects Present: Sterling W WTP - Sterling, CO Harold D. Thompson WRF— Fountain, CO St. Wain WWTP — Firestone, CO Castle Creek Campus Aspen Music School — Aspen, CO Halliburton Sand Frac Terminal - Greeley, CO Holy Name Catholic Church — Steamboat Springs, CO Past: Vista High School —Denver, CO Fort Collins WWTP—Fort Collins, CO Niwot High/Middle Schools - Niwot, CO Ball Aerospace Expansion — Boulder, CO Avago Clean Room Expansion - Fort Collins, CO Arapahoe Campus High School - Boulder, CO Mountainview High School - Loveland, CO Crestview High School - Boulder, CO Coyote Ridge ElementarSchool - Loveland, CO Lehman Printing Center - Berthoud, CO McKee Medical Center — Multi le Phases/Additions, Loveland, CO Larimer County Justice Center - Fort Collins, CO Denver University Fraternity House - Denver, CO Ball Aerospace Broomfield Campus - Broomfield, CO Oracle Broomfield Campus - Broomfield, CO Child Development Center - Buckley ANG Base, CO ADAL Facility — Buckley ANG Base, CO Design/Build Education Center/Libra — Minot AFB, ND Jet Fueling Facility — Malmstrom AFB, Great Falls, MT Barracks Renovation - Fort Lee, VA _TF Special Forces Fort Carson — Colorado Springs, CO ADAL/ADF Falcon AFB — Falcon, CO Steam Boiler Replacement Falcon AFB Power Plant— Falcon AFB Eagle County Courthouse — Eagle, CO Battle Mountain High School — Eagle -Vail, CO Gypsum High School — Gypsum, CO Little Nell Hotel — Aspen, CO Vail Medical Center —Edwards, CO Vail Waste Water Treatment Facility — Vail, CO Hanging Lake Tunnel — Glenwood Canyon, CO 0 • C� C-130 Maintenance Hangar, Malmstrom AFB — Great Falls, MT Continental Maintenance Hangar DIA — Denver, CO DIA Terminal Bldg —Denver, CO Steam Boiler/Chiller Plant U of C Fitzsimons Campus — Aurora, CO Longmont WWTP—Longmont, CO Loveland WWTP —Loveland, CO Fort Collins WWTP (original) — Fort Collins, CO Paper Plant — Valdosta, GA Saunders Middle School — Manassas, VA GERMAN RIVERA Kuck Mechanical Contractors, LLC Project Manager/Superintendent For the past thirty years, I have been involved in multiple phases of heating, ventilation and air conditioning construction industry including Waste Water Treatment Plants. In addition to my experience as a Project Manager, I also have experience in Purchasing, Field Operations, and played a role in startup vF a Design -Build HVAC business. Training/Education Red Rocks Community College HVAC Apprenticeship Program OSHA 10 Hour Construction Safety Business Management — Associates Bi-lingual — Fluency in Spanish Projects Present: Vail WWTP — Vail, CO Boulder75th Street WWTP— Boulder, CO Seminole Primary & High Schools — Seminole, TX Eagle -Avon WWTF—Avon, CO Denver Public Schools EGD Bldg #5 - Denver, CO Allen WTP — Englewood, CO Black Hawk W WTP — Black Hawk, CO Dellenbacb Motors — Fort Collins, CO Cunningham Fire Station #3 — Centennial, CO North lean WTP—North Tenn, CO JBS Swift Odor Control — Greeley, CO FJ Young Elementa — Seminole, TX Past: Redstone WWTP—Glenwood Springs, CO Glenwood S rin.-s W WTP — Glenwood Springs, CO ECCV Membrane — Denver, CO Golden Gate W WTF — Golden, CO Jacobs Denver Phase — Denver Kaiser Permanente Tenant Improvements, Fort Collins, CO Observatory Park — Denver, CO Cheyenne VA Envosco — Cheyenne, CO St. Francis of Assisi — Longmont, CO North Shore Manor— Loveland, CO Kaiser Hidden Lake MOB — Westminster, CO USPS HVAC Equipment Replacement — Denver, CO CMC Alpine Campus — Steamboat Springs, CO CU Regents HVAC Upgrade — Boulder, CO Pioneer Elementary — Lafayette, CO Buckley VQ Modifications — Buckle AFB - Aurora, CO DPS Vista Academy —Denver, CO Ground Water Rule — Vail, CO Lincoln Community Center— Cheyenne, WY PVHS Greeley Infusion Center —Greele , CO Larkspur Elementary Remodel — Larkspur, CO Greeley Boilers RTU — Greeley, CO CSU Student Recreation Center — Fort Collins, CO CSU Clark Building HVAC Upgrade — Fort Collins, CO . • 0 L • • 0 Northern CO Medical Center CT Modifications — Greeley, CO CO Plains Medical Emergency — Ft. Morgan, CO Front Range Community College Facilities — Fort Collins, CO CSU Recreation Natatorium Remodel —Fort Collins, CO Sunflower Market — Santa Fe, NM Boulder Post Office — Boulder, CO Arvada Post Offce — Arvada, CO -dr—eeley Police Headquarters — Greeley, CO MarriotUpgrades —Denver, CO Kuck Mechanical Contractor Licenses License License number City of Arvada 7M-0383 City of Aspen C-005762 City of Aurora 155678 City of Aurora -Public Works 2010 491784 00 SL City of Avon CC00685 Beaver creek Resort Company 1313 Town of Breckenridge 42741 City of Brighton CL-08695 City of Broomfield OL-13-06923 City of Boulder LIC-0006701-22 Boulder County CON-11-0156 City of Casper 292 Town of Castle Rock 03-0413 City of Centennial CEN-13-00969 City of Cheyenne Ct-13-24209, CT-13-24210 Colo. Springs Pikes Peak Regional Building Dept. 14677 City of Commerce City 1599 City and County of Denver 23351 County of Douglas MA02090 City of Englewood 12776 Town of Estes Park 885 City of Fort Collins H-1695 City of Fort Collins 3096- H (C ) City of Fort Morgan 555 City of Gillette 6208 City of Glenwood Springs 10-0102 Grand County MA050019 City of Golden 4068 City of Greeley 101379 City of Johnstown City of Lakewood 19226 City of Laramie 3783 City of Littleton D11375 City of Longmont M00000352 City of Loveland 2852 Nebraska Dept. of Labor 34758 City of North Glenn 12M01160 City of Riverton 2008-059 Town of Snowmass #0003384 City of Sterling 2012-210 Summit County 6565 City of Thornton 18356 Town of Windsor 4167 Town of Vail M09-0075 Is • • SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM C`1J, Fq/-?4 CN)d7'�14(�r70� SUBCONTRACTOR ,J.cL�Y �Dg/j 1' od C/)Aj 0 ti� SECTION 00020 INVITATION TO BID • • • No Text SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed • SECTION 00510 NOTICE OF AWARD DATE: July 25, 2013 TO: Kuck Mechanical Contractors PROJECT: 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated July 19, 2013 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade. The Price of your Agreement is One Hundred Fifty -Seven Thousand Eight Hundred Fifty -Three Dollars ($157,853.00). 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 August 9, 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 return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents att?lhed. OWN Gerry S. Pau,1 Director of Purchasing & Risk Management 0 • SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 25th day of July 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 Kuck Mechanical Contractors (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 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by the City of Fort Collins, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete by October 15, 2013 when the Contract Times commence to run as provided in Section 3.1 of the Agreement and the General Conditions, and completed and ready for Final Payment and Acceptance in accordance with the General Conditions by October 25, 2013 after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Three Hundred Dollars ($300) for each calendar day or fraction thereof that expires after the October 15, 2013 deadline for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Hundred Dollars ($100) for each calendar day or fraction thereof that expires after the ten (10) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: One Hundred Fifty -Seven Thousand Eight Hundred Fifty -Three Dollars ($157,853.00), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during • construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall 40 • 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 ARCHITECTURAL • A101 ARCHITECTURAL ROOF PLAN, DETAILS & INTERIOR ELEVATION A102 PARTIAL ARCHITECTURAL ROOF PLAN, DETAILS, AND INTERIOR ELEVATION STRUCTURAL SO.1 GENERAL NOTES S1.1 PARTIAL ROOF FRAMING PLAN AND SECTION MECHANICAL MO.1 MECHANICAL LEGEND AND GENERAL NOTES MO.2 MECHANICAL SCHEDULES MO.3 MECHANICAL DIAGRAMS M2.0 MECHANICAL FLOOR PLAN M2.1 MECHANICAL FLOOR PLAN M3.0 MECHANICAL ROOF PLAN M3.1 MECHANICAL ROOF PLAN M4.0 MECHANICAL CONTROL DIAGRAMS ELECTRICAL EO ELECTRICAL LEGEND, SPECIFICATIONS, DRAWING INDEX E2.1 ELECTRICAL WEST LOWER LEVEL POWER PLAN E2.2 ELECTRICAL EAST LOWER LEVEL POWER PLAN E2.3 ELECTRICAL WEST UPPER LEVEL POWER PLAN E2.4 ELECTRICAL EAST UPPER LEVEL POWER PLAN The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 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 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. E OWNER: qqY OF FORT COLLINS By: GE RY AUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: �j� �fy' OFpORT�O< Attest:C17 All. City Clerk. ••COLORN Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 App ved apito Form 64� � %&&� Asq6,ftant City Attorns CONTRACTOR" KOCKIVIECHANICAL /arc a A-f . Date: Z" ;Z—/3 (CORPORATE SEAL) Attest: Address for giving notices: 3� s GtJ. -7 -'-4 e0 License No.: /�� ' 16 9s • 0 • • SECTION 00530 NOTICE TO PROCEED Description of Work: 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade To: Kuck Mechanical Contractors 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: Kuck Mechanical Contractors By: Title: SECTION 00020 INVITATION TO BID Date: June 27, 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 July 19, 2013, for the Edora Pool & Ice Center Natatorium Ventilation Upgrade; BID NO. 7528. 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 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade. The Work consists of the installation of desertification fans over pool, pool deck exhaust ventilation system, replace one rooftop relief fan, and add Natatorium static pressure control at the EPIC Facility. The EPIC will be closed August 26, 2013 to September 15, 2013. All "deck' staged work must be completed during this period. The contractor will be able to complete roof work, exhaust fan replacement, vfd installs and control work before or after the closure window. All work must be completed by October 15, 2013. • All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin A MANDATORY prebid conference and job walk with representatives of prospective Bidders will be held at 2:00 PM, on July 8, 2013 at the jobsite located at the EPIC facility, 1801 Riverside Drive, Fort Collins. We will meet in the Lobby area. 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.fcgov.com/eprocurement Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. 0 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 J n LJ 0 SECTION 00610 PERFORMANCE BOND • Bond No. GRCO24502 KNOW ALL MEN BY THESE PRESENTS, that Kuck Mechanical Contractors, LLC 395 W 67t' Street, Loveland, CO 80538 A Limited Liability Coin any Ojaxkxk JwA t Q g y4 { Q p t5 itgp)xhereinafter referred to as the "Principal" and (Firm) Granite Re, Inc. (Address) 14001 Quailbrook Drive, Oklahoma City, OK 73134 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 One Hundred Fifty -Seven Thousand Eight Hundred Fifty - Three Dollars ($157 853.00) 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 Acreement with the OWNER, dated the 25th day of july, 2013, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Coiiins Project, 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the • undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition.to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice:of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. 0 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 291h day of July 20 13. IN PRES NCE OF: Principal Kuck Mech tca0"Wo'c' e Cc:st. (Title) (Tit (Corporate Seal) 95 W 67th Street Lovelan CO 80538 IN PRESENCE OF: • i PRESENCE OF: Cheryl M. Husted. Witness Other Partners I Rv..... .. .._. Sure ite Re, In B DiLynn Gue tt e Fa , 14001 Quailbrook Drive, ho City, OK 73134 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond.. ,� SECTION 00615 PAYMENT BOND • Bond No. GRCO24507 KNOW ALL MEN BY THESE PRESENTS: that Kuck Mechanical Contractors, I.LC 395 W 67" Street, Loveland, CO 80538 A Limited Liablitx Company taw kxlixis#o ak% tx�k3a+#aexs� { (ag tsattRg), hereinafter referred to as the "Principal" and (Firm) Granite Re, Inc. (Address) 14001 Quailbrook Drive, Oklahoma City, OK 73134 hereinafter referred to as 'the Surety", are held and firmly bound unto the Citv of Fort Collins 300 Laporte Ave.,Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of One Hundred Fifty -Seven Thousand Fight Hundred Fifty - Three Dollars ($157 853.00) 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 25th day of July, 2013, a copy of which is hereto attached and made a art hereof for the performance of The City Fort Cc!!ins P 7528 a � y o, , Project, Edora Pool & Ice Center Natatorium Ventilation Upgrade. 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. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 291h day of July 20 133. IN PRE Ef�$E Principal /�/ Kuck Mechanical act (Title) (Title) At f (Corporate Seal) 39 Street, Loveland, CO 0538 IN PRESENCE OF: Other Partners I • IN P ESENCE OF: Surety ite Re, Inc. _ By' DiLynn Guen , Att mee a Cheryl M. ]-rusted, \'✓fitness ron4 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. ...e.•. rxr .�. a.. .?. :.- »�i-#.:�. .::.. :ii. :, .r;..�.dv. :.♦.: >t., 4'-"- .5�. �^,f, ?i: `C 1i..., .. �..,.,. y '�:""F?_ .... �..-.. r . GRANITE RE, INC. GENERAL POWER OF ATTORNEY now all Men by these Presents: _ . - • - ThaTGRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: _ J. R. TROJAN; SUSAN J. LATTARULO; DILYNN GUERN; KEVIN W. MCMAHON; DONALD E. APPLEBY; FLORIETTA 'ACOSTA; TIFFANY MCGONIGLE; MARK SWEIGART; SARAHBROWN; LINDSEY KNICKERBOCKER; TODD BENGFORD its true and lawful Attorney-in-Fact(s) for the following purposes, to wit:' - To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth inthe resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney;, and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: - J. R. TROJAN; SUSAN J.. LATTARULO; DILYNN GUERN; KEVIN W. MCMAHON; DONALD E. APPLEBY; FLORIETTA ACOSTA; TIFFANY MCGONIGLE; MARK SWEIGART; SARAH BROWN; LINDSEY KNICKERBOCKER; TODD BENGFORD may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC., has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 11"' day of September, 2012. `mow' Kenneth D. Whittingron, President STATE OF OKLAHOMA . SS: O /�/a�/z✓ COUNTY OF OKLAHOMA. ) _ _ Kyle . McDonald, Treasurer - On this 11'^ day of September, 2012, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me everally 'duly sworn, said, that they, the said Kenneth D.. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the . Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. My Commission Expires: - � e-✓ August 8, 2013 Notai)i Public Commission #: 01013257 GRANITE RE, INC. - Certificate ' THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect.. - "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issuedby the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal,,or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however; that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this 29th day of July - ., 20 13. - - .. Kyle PfMcDonald, Secretary/Treasurer GR0800-1 - - - n u 0 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Client#: 40181 KUCME ACORDTM CERTIFICATE OF LIABILITY INSURANCE GATE (MMIDONYYY) 8/1312013 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 Flood R Peterson Ins., Inc. P. O. Box 578 Greeley, CO 80632 970 356-0123 CONTACT NAME; Cindy Zimmerman PHONENo 970-266-7155 F Exl: A/ax 970-506-6845 A/C G, No : EMAIL CZimmerman@floodpeterson.com ADDRESS: l:.00P CUSTOMER ID#: INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURERA:The Cincinnati Insurance Co. Kuck Mechanical Contractors, LLC PO Box 388 INSURER B Loveland, CO 80539-0388 INSURER C INSURER D 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 LTR TYPE OF INSURANCE 'ADOL NSR BURR WVD POLICY NUMBER POLICY EFF MMIODNYYY POLICY EXP MMMDNYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 51 OCCUR X PD Ded: 1,000 EPP0191836 5/01/2013 05101/20141EACHOCCURRENCE PREMISES(Ed occur ence S1000000 000,000 MED EXP(Anyone pan.) $10,000 PERSONAL S ADV INJURY S1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: IFCT -1POLICY X PRO- LOC PRODUCTS - COMPIOPAGG $2,000,000 S A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-0WNEO AUTOS EPP0191836 5/01/2013 05101/20141 COMBINED DQ SINGLE LIMIT $1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE (Peraccidart) $ X X S S A X UMBRELLA LIAB EXCESS LIAB X OCCUR GIAIMS-MADE EPP0191836 5/01/2013 05/01/20141 EACH OCCURRENCE s5,000 000 AGGREGATE s5,000,000 DEDUCTIBLE RETENTION $ 0 S X S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORIPARTNERIEXECUTIVE❑ OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WC STATU- OTH- 1-IMITS PR E.L. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT IS DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Certificate holder included as additional insured regarding commercial general liability and auto insurance if required by written contract or agreement. City of Fort Collins 281 N College Ave Fort Collins, CO 80524 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 ®1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) 1 of 1 The ACORD name and logo are registered marks of ACORD #S818672/M785146 KMM KUCKMA . OP ID: DP r' L r ,a"NI CERTIFICATE OF LIABILITY INSURANCE D07130/2013Y) 07I3012013 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: 970-356-8030 CONTACT NAME: Rich & Cartmill Ins of CO of CoA,rado LLC Fax: 970-356-8032 8213 W. 20th Street Greeley, CO 80634 AHLONNo Ert: AIC No: EMAIL ADDRESS: Michael J Schmitt CIC INSURER(S) AFFORDING COVERAGE NAICN INSURERA:Pinnacol Assurance INSURED Kuck Mechanical ContractorsLLC PO Box 388 INSURER B: Loveland, CO 80539 INSURER C : INSURER D : 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 LTR rypE OF INSURANCE A L UD POLICY NUMBER POLICY EFF MMIDDPY POLICY EXP MM/DDIYYYY LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE DOCCUR EACH OCCURRENCE S TRE PREMISES Ea occonence $ MED EXP(Any one person) $ PERSONAL 6 ADV INJURY s GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-1-1 LOC PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALLOWNED SCHEDULED AUTOS ALL U OSWNEO HIRED AUTOS AUTOS COMBINED SINGLE LIMIT Ea accident S BODILY INJURY (Per person) S BODILY INJURY (Per accident) 8 PROPERTYraaden DAMAGE S S UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S DED I RETENTIONS S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes describe under DESCRIPTION OF OPERATIONS below N I A 022260 08/01/2013 08/01/2014 X WC SAOTH- TORY LIMITS ER EL EACH ACCIDENT S 1,000,00 E. L. DISEASE - EA EMPLOYEE S 1,000,00 EL.DISEASE - POLICY LIMIT S 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101, Additional Renar m Schedule, if more apace is required) CITFOR City of Fort Collins PO Box 580 Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Michael J Schmitt CIC ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010106) 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: 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins CONTRACTOR: Kuck Mechanical Contractors CONTRACT DATE: July 25, 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 DA REMARKS: AUTHORIZED REPRESENTATIVE 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 L J SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Kuck Mechanical Contractors Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Kuck Mechanical Contractors for the City of Fort Collins project, 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade. 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 July 25, 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: 0 E • SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Kuck Mechanical Contractors (CONTRACTOR) PROJECT: 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade 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. 11 Signed this day of , 20_ • CONTRACTOR: KUCK MECHANICAL CONTRACTORS By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20_, • • ✓� SECTION 00660. CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Kuck Mechanical Contractors PROJECT: 7528 Edora Pool & Ice Center Natatorium Ventilation Upgrade CONTRACT DATE: July 25, 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) 0 ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 0 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (3W)M-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE_ Pursuant to Statute Section 39=26.114(1)(a)(XIX) 90 DO NOT WRITE IN THIS SPACE The ezernption certificate for whichryou are applying must -be used only for the purpose ofpurchasing consiruption 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. raterials which are purchased, rented, or consumed bythe contractorand which do not becorne part of the structure; highway. road, street, or otlier public works owned and used by the'exempt organization. Any unauthorized use of the exemption Certificate will result in revocation ofyounexemption certificate and other penalties provided by, law. A separbie certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by, the De0kifiierit of Revenue_. It is the "responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES.WILL.CAUSE THE APPLICATION TO BE DENIED. istrationfAccount No. (to$e assigned by DOR) F89 Period 0170-750 (999)$:00 0 _ CONTRRACTOR;INFORMATION Trade name/DBA: Owner, partner, or corporate name - Mailing address (City, State; Zip): -Contact Person E-Mail address,- Federal Employer's Identification Number:' - 'Bid amount for your contract: Fax. Number, Business telephone noniber, Colorado withholding tax account number. Copies oftcontractloragreementapages (4) idenGfymg"the contractmgfpartli t .EXEMPTION INFORMATION and (2)'corrtammgsignatures of contracting parties must be'attached. Name of exempt organization (as shown on contract): - Exempt organizations number: 98 - Address -of exempt organization (City, State, Zip):' - - - - - Principal contact at exemptorganization: Principal contact's telephone number:' - - Physical location of project site (give actual address when applicable and Cities and/or County,(ies) where project is located) 'Scheduled - Month Day Year - Estimated ..Month Day - Year - cdnstriaon start date: _ --. _ .- _ cornpletlon date! �I I 1 declare under penalty of perjury in the second degree that the 'statements made n'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 0 0 i Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. 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 11 0 0 • GENERAL'CONDITIONS OF THE CONSTRUCTION CONTRACT These;GENtkAL.CONDITdONS,have:been devglgped�hyusing the SLANDARUG)WERAL CONDITIONS OP TCIE"CONSTI"(UG�TION CODTRAC7 pi' parcel by'.' I ic. Enginccros Joint Coiur'nct D c uncnts: Lommitice, F,JC IX.'1 1990 Fdi46n) ac a zua C;hangGs.to thai document arc shown•hy underlining<test that 6.9,b cn sddcdarid sir ikine'throueh teal that.has•bbcn &feted.. IUCIOC.Gii:N)'MAI.XONI)ITIONS, 1-910=8`( 00'r-, �1TION), WITH CId'Y.OF FORT COLLINS MODIF'ICA3'IONS{It�U 9799j . u _T I Sror CIT-mmm., r-- 0 ABIT!.:0F CONnWr rn"O-M& AriicI6 or Parigriph Page Ankle or Paifriiigrii 'ph Page N . 6 `her & 'fit i Nordics Numbs N u M-'K- r Tn. e DEFNITIONS.... --- 2, PRELUMNARY 3, 1-1, Addcnda., .. ................... 211 Delivery of Bonds 1:2, 7 AgFFCM .... ...... ... Cojiies 6f Docam'ents .. Tfor........ _� Application Ny-M"iin�................... 1.1 2.3 'Coin in encement of Contract 13 Tinim Notice to proceed �­­ I., . ........... .3 I s Bid :1 5,4 I i� :StatliQ the Wbik , _­ ............ ............................................... B!dding*Qbctuuenti., ......... 2.5-2.7 beiore StartingConstruction: 17 Bidding Rqquirenierils,., ...... COIYrRA(.7OR!s Responsibility 1. .............. ............................. ... Rq'peri� Pi6niiha'q'�Sch'eddcs; 1-9 Change_ Order . ,to Diliviay of(,crtificates of 1.10 Contract Documents..., ........ ........ 3,-4. -I.IL ........... coh Firecc;,65truc4ur on 0 ete��c­-- 4 Contnici-Tifiies,,. ?9, [r itially Acceptable'Sch dules IA3 CONTRACTOR .................... i-A4 1 3: CONTTRACT DOCTkENTS: INTENT.. 1C15 ................. .4 11"fkcfi-�e batc o�(Aiz7XRrecm,c.nt �J, 2' intent l'i 0, bNGWEE - R-... , ................. ...... 1 .413 Wer e•n'6� I o'Standards and '6eci-' , IAS EfTd�4s Consultziiii ...... I ...it tica,� lions dfJechruca e i §Da"tie n Field Ordq-r,, ............. _ ......... ......... I j4or'tIfik iiiii Rcsb-YvingDis_ 'irZinents..-. qcnciiil Requ ......... creponcles ..... :.; ........ * 1-1 HazardousWiistc. .............. 2 urt 6nt of cirtain'Tcrin sor 1;22.a Laws and ftulfitio is LM6,dr -Adjectives: ..................... -1.22.b 'Regulations,-_. Amending, Contract, DocuncriLs Le ll�jida,� 3_6 §up'��l - empint'ing".0 - , I � 1.23 124 'i ................ . ........ Milesf_one, ...... 2 3.7. Documents . . . ... . . 4 . . . . . . . . .. . . . . . . . . . . . . • 145 Notice: of Award.,.,,.,_ ...... 0,2, 126 N.oticy to.l?!6c ed ...................... ........ 4AVAII ABll-lI­f%0FLANDS` nir ........ .............. In I SUBSLWACE,AND PHYSlCAL*C0rqDlTlONS-. - L-2 - 8 Partial'utiliiation, ......... .... .......... 2 1RErERENCE-POINTS .............................. ;.�.'5 71 4.1 Availability of Lands ......... ... .... .... 1:3,() Petroleuni.,__ ............ 1.31 Project ........................ ....... ............ Cloniiitions - ....... I ....... 13 11 Radk6i've* Mii6iiial 4_12:1 Reports and Dr wings .... Ii",b Regulsr Working Hours.,.,,. 4.1,2 Limit, ad Reliance hy;'CONTKAC= IR 133 Residau. Pr ojzi;t epresentktiva. TO iz-id a.. .34 . .*.. 2 Data —A—u't.hI...b—r ..l 6 05Shop'D Drawings -_.,................ -, 16tioeof Differing Sub§brface ......._. 1_ciftns ........m.................. or 1.37 u�xonact0r....... 4.2A FNGTKEER'sReview... ... ...... ....... 1.38 u tantialConI�ion 4.15- Possible,ContractDocyTens 139 upplenenI .0n lions ... .. ..........T..Technical..-....h......nI......i...c... 6 1.40 Supplier �, ....... 2. 4.2.6 -Possible'Nice`and 'Tunes ki V9deigroiind ra6iliiie's_ _t� ._ ...... Adjustments.... 1 Unit Price Work 9:3 1.43 Wort W i1ii1cs ..... ............................ 1.44 " .,: . � .......... .............. Wort -,Change ,Du­&Iivc Y 43.1 . . Sh6wii of lndiciife& .45 Written-4.3.2 Shown or Indicated. ........... 4.4 Reference Points„ ................... EJWC CE,4RAI Com)ifm1910-S (1-90 ' W MY4 FORT COLLM MODIFICATIONS (MV Mj9i 0 'or Arfi.ac or iiaia,6mph Ng,c Ari,ic"le Paiagrap'h [-Ric -Number, Ntim*r &'Fitle Jqarnher. 45 ASIIOV: PC_pN_T01:i)1cU_m­ 6:25 Submitt6l :Prciccedurcsj CON: Hazardous Waste or TRACTOR'S Review Prior , Submift 'a 1 16 -6(xN I Js A N I I N s URA N-C E ............ .................. I .. It & 20 ,175.2 mr ormwice. -PayiiicnOii'nd;Qther_-'__ tals Review by'ENGINEEK 16-17. Clcmds.......... ................... 8 `&27 ..... Responsibility for,* vaiitlti�� .s3 Ltccnsed Sureties and 1ns'u're­rs;, _-Fiorh Caniiiact b6curfi crks. ......... 17 erifficRtes o Insurfmcd' 8; :6.28; ReI't�8 11; 4 [:mirRACTOR's' IA:swi to 1: GINFER"Revi6v and [Asuranqc: ......................................... :9 Approval of Require d 5!5 (;%Vkf;kLin biliCylsdfnncc ............... .. ejopem -'Insurance ­19-10 6:29 cuiitii�uiing the 17, 5 I ... ....... ­­'1­-., Bciiler' A - nd Machinery' -or Addi 36 -6.: 1 . ............. CONTRACTORS de"l, 1s. � � .� tional Property Insbainjud - 110 ')�jarrnmyand S.II Notice ' 6 f 6 ation'tY6iiion,_ ...... W & 1 .3 -633 �Ifid'_ "fi cryint ication ................. _j -7118 -5,0 CON71RACTOR's Responsibility (63d Survival for Deductible Arna'u'n­N'*; fo 5.10 'Offia Special Insuranet!.: .................. 7. ItR WORK .............. ............... . ....... .5-11 Winver of Rights �T -7.143 Related NVLTk - al Site A; I 2L:5.13 Receiptarid APOlication of T4' Coordination ., Insurance ftocecda ...................... 10-11, ,5. f4 A6ccpfaniu 6FBcridkWnd'InW'*'- '6RAWFRS_RF hnce,!'Qpii6n to'RapInce:,. birpmuhications to CON- .5.15 Partatil'Utiliiation---Riip5ity' 'TRACTOR is 11 S.'2 kEphicairefit'Of-ENGINEER: is " 8.3 .3 �1.1, ­. . ............. ., Fyrfiish Data andPa!�Prbtfiptly• . e. (�WfRAM'bkf� PES176NSIBILITIES I I 'W I lien' I I I ')ijc, 1, 1 - . : 6'A_6:2 ............. -Supervision and Syperinteripercq.'......) - I SA - .; .... ..... ......... Lands nhcf titsem66:Re ports 'L45, '.Labor Maiciials-and Equipment 11-12 and l'csm� .6 Progress Schedule�, ... :...12 �.5 urance Ins 11 __j ......... ... . ............ ;J9. 63 'Sul:sIilutcs and "Or -`Equiil"!(_ems�, :8.61 'ChHiigc CONTRACTOR'S I I I _ Lx�pznse: 9. 1 7' Inspections, Tesits' anW 'Suhititu'tetonstructitin Approvals, ....... .19 Methods ciiProcedurM Stop Of pond Work';� 12-13 Termifta w kCr"N 6,876.1 V 'Cuncerninig Sukontiac t 6 -r s.r S15 ervlqcs., .... Suppliers and Others : .8.9 Irnilatio, ns- on, OWNER a XNraiver (;r j;i is . . . . . 4 . . . . . . ....... I ' 3;14 'Responsibilittes ....................... �19 6:12 P., i t c n t% Fee s -a n d, 6y ni'l 6'e s. ....... :;.;!:14 PCBs, iGciclini,. 613 P&m'ts 4 kamdous *iiiste or 6A I aws and ......... ....... . 14 1 Radioactive Materin- 1 19 o"Is. Ta.'xcs ....... ....... ...... ....... .. A41-15 :8111 Evidence of Fiowncel ,615, . -�U� 'Od ISCS. -Pre rn 617 % I Site Cleanlih , . . . . . . . . . . . . . . .. 15 6AS , . . Safe4sYtiet'u'ral Uoading'�... ........... ...... 15 '9. :ENGINEER'S STATUS DURING 6.19 Record Documents !IfoNSTRUC' _71ON Cnio .§afcty find Prgtcctiop ......... ;__,15-16 Lit I:Safety 'RePf6entap I V_e,_ ..... :t, ...... -;_16 9.1 Visits toSite . - ..... I ------------ - 9 Q.??H,117q �i cf(�mufiicdtionl'rog!gni;. 16 911 - Pioije6i Representative . . ......... 6.51 Enicjrkirici'es ............ 1 6 chuific;tiorts­�fi`n di , I Cf 6:24 Shop'Drawi4gp and Snimples:.., ... 16 _PTC- tal lons, ........ ...... : ....... 9.5 Aut horiied Vi6iiions in V&k- 21 Im 0 EJCDCGENEXA COINDI-1`101,4s 1910'.(19510 fflinom P Pi 0 SECTION 00100 INSTRUCTIONS TO BIDDERS .Articic or flara&011 'Number K'Citic i3igc Article or l4ragraph Nurnba Num.bq*,Title Number 96 Rejecti6gDqcfiveWork i ....... bfg-139 - Uri6mmhiio Work fit-ENG r7 -6.,i-90 Shop Qrawings,Change orders NI ER'i Request., ... ................ 27,28 and Pipiients, 21 13;10 -01AWER My,Stop,the ,Wor . 9:10 ................................... liderminailcfts:far 1-lnicPricci .,'21-22 1111 Corrcclion,or Raioval of 911 -1 -2 c gfNldl-* ................... :ImEER-as Initij inic'rpr&t6c ........ ...... 22 13.12 28 9:13 Limilat-ions on,EN-G' INEERs 13.13; A�c ...... 2S iNahbi afid R ofi ibilit it Z23 13. r 1 4: Wdk' �cHANcms IN THE -WORK—.-. ., .............n. 10.1 - . I - . OWNHR's Ordered Chage . ...... 7 :- 3 , 1� 'I2AY1%4FNTSI*Q .*TRACTMAND. 4. , 16.2 6--, 1� Claim or A justment, - 23 6%,k, ON"'CON,,2 E-h- . . ..................... �9, 16-3 Work Not k0red by Contract 14.11 Sched0c-,qfvmIqeS ........ k ....... ............ ......... ,..21 -14.2 Application for progress 1014 Change Order�............ m- ....... ........ P-6ym entI ......—..... ......�. llwll ...... :29 Iu.) NotifencinofSurctv-- 14.3 - COMYRACOR'sWam_nv6f 29� C4M66 6F'CONTR.A�(JI'!PRJJCl, -, 2 1,4,4-i4i7 kevie"w' 6f,A*p'pIicntions*fur 11.1-11.3 ....... - -- I . �-....... Contract Price-, Claim for ...... Progress Payrnefitq ........... :__29- . M I Adjustment; . Value . - or- 14:8-11 , 4.9 S6sfaniia'1`CbmpIt-Li&n 30 , 23-24 14,i19 0artiM Utilization,.................. -36,31 I i.4 t"irst of Lhe Work .......................... , 5 14.11 i-nadinspectio'n ............................ t,31 1:5 F -T Cost Of illc Xcl USi6ris, tri W6� r� k :;; Fi nrl,'Apol icat ion or� N .31 I f.6 ....... � 14.1113=14,14 Fin"sl'13'0-3,rnent and Acceptance ,�, ...... 31' 111.7 C os'Rlgcor'--'Cls ....... ,25-26 14, 15: 'I I;S Cash Allow' antes ..... p ......... ..... !76 ilig Unit Nice'W6rk ........ .........6 15SUSPJNSioN or - -WORK AND '1'ERIVINNI10N,, . I . ...................... - ............ ........ !.�.32. CHANGE OF CONTRA&MME-3, ........................ 1 OWNER M�� S6si)cnil Work ........... 32' ,i2.It Clajap for,Adjmtmcnit................... 13.2--15.4 OWNER I Timco[LheEssenc ............ ,6 15.5 CONTRACTOR May Stop, 12.3 Delays CONTRACTORs Work or Tern finale 32-33 12.4 'Beyond DeIO.&4ndOWNEWs and 16, DISPUTE RESOLUT16N,.... Control.........27, )7 17'MISCELLANEOUS'. . .......... � TESTS AND INSPECTIONS: CORP±-C-T,16N, I I 17.1 _q Notice ,... G'Win ---- . i7133- R,6MO"VAL OR"ACCEPTAN C H OF, 17.2 Cc - rnputJ4 . Rn 0 f-Tui-l-m .............. ,i4oii6e ;_..}3 6E)7j.:E77i1il:LW6k ' ........... p .................................. 27 113 ��,q ............... '33 13.1 t4ctiL'61`,Dcfc-�is ....... ... 1.27 1 T4 a R7 du�ul ICS ..... .... ... ... :33 13 Access to the Work 21' 17.5 Ir6fimional Fcmand,C6tirt I 313� cctions; Tests'aiind"insli' ud'il nits friclu e :,_ ....................... 73� CONTRACTOks Cooperation...,,,,,, ......... p . 27 17,6 Applicable I La I �Nvs . . ........... —33-k 114 O%VNms Respuniibilitics; in' tenticirally, left,ffink ......... my Ind vendeniTestiLaborator ........ 27' 13.5 CONTRACTORS EKHEB.17 Gt-At (Ppfional) Responsibilities_.....—. . .- .....:-:2 ......... 17 134tite Resolution Agreenent., 13.6-13.7 t.�- CovctIng WcrkNinr to IRSpee- 16,Ii6.6 �r tiofi. Testing Approval ... 27 i6,7 lvled1iaLioR,-.,,1;,—,... IV Ej '� GE ' CONDITION31910-8 CDC. NOLAL 0Y() taifflbM 4t1i37YbF FORT COLUN-5 MODMCA17ONS (RFV 910? E • 9 0 INDT7k TO GT---.N'M.IRAI.-o-CONT)I.T-'IONS- City of F66(Col I ins hodifilatiams to General Ccn0i,tii.36s:of thle..Constr . uc . tron - , ontract 'are- I not'sh'own in this"index . Alcie or Paris ruffb Number. ince 6f—% rids and Insurancq.z. �Ftiv'e Work.......... ....... '10A.l. 13.5, 13:13 ............. urance .. . ........ ..................... ............. 14 ier Work by.CON1Re1CTOR......... 7, bstitutes,a,d '-Or-alui& items 6:7.1 irk by QXVNFR .... : ......................... 2,'5?: 630�6.34 IN Maind CONTRACTOR ii6ilitiCS 4.1 i Woik ............ 14-9 pns--,-Acts and Omissions lOR6.9.1, 9' 13.3 R ......... . ....... j6 ow-9. .......... .......... ....... ...(I b; , IL 10, 6. 1 1. Contrad.1'Ecc.ar Contract Inics -5. 3:5. 4.1, 4i1-'2 4;5�......... 9.4, 93­10.2 10A, ....................... 1 f2,1 4:8;. 1.5.1 pkogr-m schHulq'z ........ ....... ........ ........ 6 Agreement-- definition -of,,,,,, .......... ir .......... ........ Allowances .......... ........ ...... .......... Arficndinp'Contm6tD;cuments- Amendm in g I 1J0­1.45,,3.5, 5A0, 5.12; 6.6.2, 6; 8:21 6 19 10.1,10.4. 11.2 1 3'.] 1, ApOca�],. ov intent to . ................ ........ :9.-10 9.11, 1016,2, 165 Appiic-atibniRi for , - eni­ defi' ..................... :-�­ ...... 4 ............ FNCTFNFFR's Responsibility, ............ .............. 909 ;final . ' rier`al )- ­ - --- 4 "1' •'15.-!p*"- .......... ........ '15k*roWpayment , review ........16. �)AA6.6 Asbestos'� 'Jirns pursuant tlhcrctc?! .......... 45!2, 4;5,3 CONMR-ACTORsuihorized to stop tdcfinitioir o( ........................................................1 A Article,or,Paiagraph OWNER_responslMitj40� .................v.. ... 4-5" pj?5ssihlc price 'and 'tin'ic"s'change"' 'Authoii2ed Viina-t-i6ns in Wort ;..� ...... :,.'34 U;, 6.27i 9.5 vMlability6f-Lan-4.. ..... . ...... ...... L: 9A 'Award; Notice,617-defined BdlbrcStarting Construction.%. ........... 2:a2.s 0cfjn I on of 1 A (1 1, 1 j n, 23, 3:3, 4064, 6.13, 11.4:3,,11.9.1) of, ...... . -Biddin- Req ulP&4nis!EdefiriitiW of 13 (1 1,, 4:21. 6.2) ......................... a6c6ptance of . ............... ­­ ...... 5A 4, ........ ...... 1 4 SiWCost.of the Wail- ........ ................ 11.5A definiiion,6(�.:, .... . ...... .......... * ......... delivery of-, ................ I ....... final -f6r,Rayrn6nt..:: .... ...... ........... .............. 1,10"51-1'3 5 13 9:13.J0.5­14.7:6 'Perf6r'nitarce, Payment an Other;___,__5:1 I . -5.2 Brinds gcoi e riij buApsris "r,?,1cy.fbr1n­ I] sk �), , " ..... ......... 5.6;2. Cancellation Provisions; Insurance ., 54; 11, 5.9.5.15 ; ................ Ci:rtificatv oESubstarifial Ccm'filetibn­: ....... ........... .... I3SA.30,23. ................................. 14.8,44.10 ev, ... ;' adjustment...... : ...... 4.1,42 . :6, 1 4 S. S. 15, 6. V, 9 9.5,9.11, 10.2i10,5, 11.2,43A ....... ...... 13.13, 1114, 14:7. 15 15 iNTRACTOR!i, ............... .................. 1 L6 U5. A13 ............. Cj&OLNTK ��CONDM­G'NS 1910�,609901SDITI,0N1 • Unit Piicc'M'mk 11:0 C"UNNACTbfes Fc-c I If6 Article or-P aiagraph Ailible oi,Paimgraph - Nuialier Number Value'of "Icirk, ....... 013 COWTRACTOR's lia-bility, .......... :5:*4; 6. 1 Z,.6;1 6, 6-,3-'1 . ��anpc .- in C . on tf acte i ii, c'.s- Cost of the ',Vork ... . .... . 11.4, 11 ".5 -claim '" for times '` � adjustment . 4.1, 4.24A5 .5,15, thcisions on Disjputq'� ........................ .... 9-11: 9J 2 10.2, 103:12A. Dispute Resolution.::. ................... ....... 139: 13,13, *13; 14,14.7 151. 1 53 e&men -D�isip ... .......... . 16.1216.6 .'Contractbal.tim - 6 la..i I. ENGINE.Ei.ni t.ii.b. Delivsbevcnd C64��cTbks-. Lump SuinPrc119.... ".R.a..s control ..... .1 .n.wip.eto 1. Notiec of......................... ......'it ..........173 ......-..... rMan,[;ypnd OWNER's and OWNE, R's -Q.A.,V5, 9.11, 10.2; 11.-2, 14.9 CQNTkN&Oks j 2:1_13 .13. 43.14. 17.3 Notification Of - .10.i 0 WNEWs liability ............... - 5 Scope of chafige ............ ................ I 06 ; - 10-41 QI�WER Ip , ejit� ma} ieftlsi� to mike. pay ........ 1,4 .7 Chang . e . 0 rders- Change .1 . Professional Fees, and CPurt tosts cc .13 .1hcluded, ....... ... JTS hi I decision op., Cash .klloxvances 11.9 Substitute Items...,.,,. .......... 6,17.1:2 'change of C6 , ntract I Pfi&e`- ................................... I I Tinic Extension ....... ............... ....... * ...... . ....... (�han&ie of Contract 12 . Time re"uii(�ments, 211 1 Chpn&s, rn the XVO; ----------- ......... 0 Unit price, ork' .... ....... CONTRAClibles Ilec ......... ........ ..... . ...... ......... Cost a'LhcAVcTrk 0 Wan ef of -6n.#iiii-71i ...... 14.14, 1 15 .Cost .. ............. 1-7 ---. �-e r AVork Clianpe'.Diiecti d6fmifitYn 6f...... . ....... ......... written hoticireitUired, ... 12.1, zrqcr . ucqcics .............. I .................... ...... ....... 0.23. Clarifications and Interpretations. 3.&19.4. 9A I .EKG-119E,E-Rs responsibility ......... 9X 17 excZA;tion of,�.............................�..................JOA Indeirinifiction 12 6 16, 6.:311--6.33 Cc;desbe-l'c hnica, Socicty0-rwatu�auo or &06-,itimi ...... I ................ ............ ........ 33.3, .............„ ,,,,,6 In'surance, Bonds.and ........ : ............... . 5:l0,5A3,-,l0;5- Commen(��Tn6nt7atConi�i�tTiin�s` ............................. 2,3 Ol1rNER,m4y lierininate ....... ........... ...... .. 15.2�15;4- Communications-- OIVNEws Rcs 0 lo� .4, gciu:jol ........... ...... 6.2-6AI-8.1 !P, Wvsiciil,ib.c4tions.- H,a,?'.Iid Corriffitinic tio6 Subsurface and 2 Completion-- Uridergiound Facilities ......................... final Applicauin fcrpa}ribcii-t .......................... 14:12 Wciilb"cnts 1�9 InsP66tion Final ..... . ....... Scopehanac. 9rc 16�3-40.4 Tina] Payment,itnil j�cccpt nce, ...... 14. 1 3L 14.14 Subitlitutrs :.6.7.3- 6.&T Partial Utilization,,.... .......... ...... ..14.10, fiiii, Price Work, ............... ....... ...J1.9 .... ....... ...... .S 'uIhs6uit2 Completion ......... .... I 4.9 valu bfIMorkcovcfcdbyt.,,::: ........ ....... ,Changes in h c*%vork . - .10 '. ty. Not'ifi6tion of sw 1 0.51 once M ing� Su-I)C86tra,ciors, Sul) . plicrs, OWNERs and COINTTRACTORs and rs - .... -* ... , .......... ...... ...... .. 0:8-6,11 . I I 'I, --: - - 1 11- responsibilities.1-.: ............ ............ ---- JOA Right to initially vi6c.Lptable schedules:: Se-o,pc ofchange ............. ...... .............. 103-10.4 preconstructtoq .......... .......................... .......... Claims'- -1. Conflict, Error, Ambigiiity;:,Discr epa " n _ cy-- against-COWRM I I*OR., . . ............... --6:1 . 6 tMri*A&MR to Report ........ 3.3.2 -AK32! ...... .... ...... �i- Construction, . deti6fi, b6f6re staii-Lihg'b" Y. agiiinst OWNTER ......... .......... ...................... 6-2 C .................................... 2.'5-2.-.7 . .'Change offCanti-act Pri& . ... .................... '41-1 'onstruc me �C iibh Machi�cqj Equip'- Zhtj'etc� ... ............... 6.4 qhing4eofCcntraQiTinic; ................ .9.4, 12.1 Continuing the Work . .............. ................. INTRACTORs 4� .CO ...... 71; A:9$ l'O..' ;Contract ocuments- .............. ............ 1.2� 11,9, 1 -2:1,)3�9, 1�:Sj Amending: ........................ .; ............................... -5 15. E 15;5.; 17:3 Bonds... ................. ; ............... .............. 5.1 Ni cxrociaNE-R.AL CONDI hoNS`I91�ioi.diu.)T16 N) Hj eery a Fi5m-cmum N40mcAlowS,(RFV,9199) 0 0 0 Stop Work: rcqwrcmcnts Article orlirfigrhp . h IdCj in t;yi, Contract lames:,-12 the' ,Work--'1' 0. 4' 10' .......... verify ..... aatitins ...... 3,6.; 9A 9wl I Intent 1:1-'3:4 minor variations m-t e tVor1 4VNER's responsiliility to famish ata, U lI: OW*.k's rqoonsib-ifit to nmkc prompt payment ............. .. .. ... �93, 14A 14I3 F1 .Pfcced.31.33.3, .. ..... ,51�icc ... -ence to Standards and Spc6ifications I Tec nica 'Societw I s 33 cd Work .-..: rtUng and lem ent!'ng 36 - ............. .................. Lnatjon�U ENGINEER'S ....... Einplo5iiiiiht.: .......... 8.,2 ........... ............. ; ........ t i.6na.%: ...... ..............................3G G23 G'7 s to SiteFN(;INF.E[V.q 1 r . . . I ..... ........... ; ........ Prir;c-- tin p! �..,3. 4L,9. :,10.31 1.2- 113 ige of. ...... .. .. flon on Di-% - )Ytcs;.;� I F itionot.......................... tat elit of, 3i5,l 4. 1 9.4101.h2 19c oC ............ ...... .Acccptahli:c of Insuian6c ............ ............... j:14 Comm uniQatibns.. ............ I . ........ Continue WQrk-: ................... coordination and acheduli' del riihon of f. 13 L i in i t ed R0 ta nee" 8 n� T ic hin i ca , I iSta-)Iufthbrizcd.- ,hlaYStop WorkloiTerminate 15.5 provide site access to others, 7 �2 13 ...... ............. Safety '. a Protection s,I-- a an ............ : ....... 4.3. L.2; 6.�16,.6. 18. ............................ 7.2. 13.,2 'Shop,D-rilvbij acidSampleRevie %v ftiortasubmittal -- . - , .1 - ....................... ..... ; ......... P,ii tTrticle of Paragraph `l�tumber-, 3.11 ............. e kVork cmsed by 'Y ...... ....... .. ..... --1 ....... .......... .. iik brOthers ............... , n bmil 61 a ci I -it j,es` iii 6 t, ii-id, i ca t e d ........ :.4.•2 lac}incq Rental Gent ........................ and 6 ... Guarantee: , ............ ationTrograniq ............... . 6.31-6.� �0- 12 '6� 16, lRegulsti -- - I TIs, � 'Intent to 4ppeal ..... ......... i,t6'&rfoim and com-glete. ............... es and'Ro'va�lfks', paid for ............... �5, 12 nce and (Xhcr b6ids - - ':­'­ ..... ........ ' -,-- :5. 1 ;�� ........ I , - - obtained and paid for by;,,;,, 6.13 29:6.6. ...f.629 IOA 15,,2.1 or lbrmAl decis'i-&6'n disp4kes.-�; "P-1 I biliiies-' gq, in the Work ...... ....... W. I ern,i.iij SubcdnLracLois. Suppliers_ n d Otha's .... ................. ........... 6.V'-6.11 � 1`1 ** .nwng thezWur -, ............... . �­ �,29 10:4 TRActdz-, iRAOTORos-Gefiera IAVarrafi'tv nd d - , , 'r i.�iarantcc ....... 1-7 bia,wio-g'orsam , ple subinittuP, 69,2 mergencies - . ......... ; ............... ... ....... ENGINLERsevaluhfion tilutes -��.6. 1 7. . 3 FQ'i Acti a-fi`d, bmlialoris. of Others, ........ ...... ....... for deductible amour is msurap "e9. .................... -6 717`3-8:9 Hazarjoias' it lioW ;2; -,6.22, [ndlemni"elcatiori - I �; ...... :- .. . ............ 6�31 76.33' CkDiC GL'NTAA'L'C.bNDM6NS tslo s pyvo ED111OW 4(ITI. OF FORT COLLINS M()rjJF1(-.AnM-'4UV W"I) 1;2bir4 Materials and Equipment„ --- ': ..... Laws and Rcgu1aqOns,.,, 6.14 LitibilitiVIn - - ­­11 ..... ­ I P surgric;,_, Article 41 r N,6iic'Cofvariation "rir;t!o-ntract Documents ........... ............................... ..A;17 Pateni Fees'and Roya lties�: ....... ........... Progress Accar4 Documents ... ..... ....... 6�. 1 _9 rclat�q;Yi'or,k- perfr; - rm ' ed p ' iior to ENGINEER'S upprovill orrequifed, submittals ..... ....................... ...... ...... � i6rai 6ding, : - .iiire siruct I a ............. ................. _'.6_28 Safety and Protection, „ 7.2;3.2 saieiy Representative, 1421 'Scheduling the ...... ...... * -S' .-�' �� ' d _�op Drawings.an_iSam eq ..................... � 24 by EINTO INT- ER , . ,7 . 6.26 -5, , , 1 z v - . , , , .............. ......... .............. 6: 17, .Submittal Procedures: ................................. fi.25 Substitute and Substi Cutesand :_O� 7r1 Isupcitridencr. ....................................... _fi;2, ion .... ....... ............ Survival of Obhgahims ............ . ...... ...................................... n- pinctionSi_ ............................ 7 ............................. Right to aijustmeni for changes in the lydrk,,:_10:2 right tb claiin t.zl, 7:1, 9A, 9.5. 9.1-1, 10,12:11. 2. -7:111.9, 12A.13.91:44.8. 15"il '15:3. fT� s6f,jy and Protection.,.: ....... ..... 6.20!622; 7.2. 13;2 'SafetyRepresentritive .................... ................... 6-21 i §hop"Drawn d Sirn-pIcs Submittals . 2 S Substitute Cons AIAA C: iah 1%4ctK6& and Proacduircs 6T Substitutesland "Or-Equ;iil" Items. E6.7.11-6.7.1- Expense: ................ I ....... ........ Subcontract Suppliers'and 0 ..... . �-6_ 1:1 ors�, Iih the ...6' Suiv,N-islon and Super tritendencq., ......6. 1 6.2; 6.21 Ta\'cs. Payment.by,,___ .............. tjs� of Y.'rimiscs 1 ..-6.18 . . ........ ........ ............... __'_ ,616 WdftWnti6 arid g6iiTan'tecs. 6:5,430 LXfnrranty of Title ............. ,..,.,11,3 stop Work or termlnkc5, 15 u, 19 subiurface .......... pletion 14.3 ................ c.6NrrRA(.:Tb1ZS—othcr .............. ........... ........ I Coritriictual.,Liabilitv 54A0 'Contractual Tune Limits fiAiele or paragraph Coordination-, CONE k responsibility;;;,,,, ons&fity..;,_ ... Co ..................... : ................... Cciiiectibn Period ....... 13.1, tq,r'r ecti o,it. Remova l', or,, Acceptance of De ctive Work:- I— fe- , � I , � in,geperal ................................... I ; ­ 1074:1,13.10-13.14 A ­ `VLM _�d ceelan� p .. (;a or Kerlioval ot ve;%Vork 6.3(), 13.14 Penod lay,Sto ,P work- ­ d Inspecti6n . �k.................. , '13.4 ind insurance, additional„ .. 44_5.9 L41.1 ZACTOWi Fee ece E:xpenses;_ ... ........... A lA`i.,I ons,to- .......... ; ................. ....... 1.5 fice and'4cfficad cxpepsc*................... I'l ............... ils' an d equip - inent .................... I L4.2, ......... -xpenses ................................... ...... ­ 11. ' 4.5.3 casts on.cgeti....._.,........... ­ � 1.hanI 1.4.1 _­ md,by.Subcontractors... of,c6nstru6tioh equipment I machinery;I payments, permits and ,rose ;fcc ........................... ............ ices nd wrrOor;iry 6a ilitie3 1 4 S '11:4.4 4- mental --------- 1.4:5 T6sts'and lospeftioA ............... ............... ...... 13A Trade .......... ..... 1. 2, Utilities, fuel and s;imiwTy.Ah6litie,A........ j14.5_7 ........... . ...... IIAA verina Work .............. ....... .... )3,(�13,7 rifulative'Reffiedies_,. ..................... J7*17;5. ltifig-. fitting, acid patching,�. .......... - �,_ .a, to be fumisheri OM4RR ...... of......:.. ................ ........ 171.2.2 usions on Disputes:,,; ' - ... ective—, Mfnit ion of--- ----- ....... 1,14 Acceptance of .......... 1 OA 1.) 3,13' I)c (M NITLAL C01-0117bM 1916-s(i9sib ax w(blY,OF FORT COLLMS MIOMMCATIONS (REV 9199,) 0 0 0 'Correction or Rcatovalot -. 1114 1, 13.11 C}WNER's Re rescntati�e ..... ,;9<1 �CorrccuonPdigd . „_ 1.3,13 I'aymtents.tothcCONTRACT0K in:general 13 Ia:7, 14.I1 Rtspons&lit _ 9:9i,'13 Recomnieridation'oCPnytine.nt + 14:414`13' .. Aiticlx orPara�aph Numlicr` Article or Nragr`aph, �t1I111L'i [ibservation by F.NUTNEER....:............. .:.....93 OWNER May Stop Wort. 13-10 Responsibilities Ltmitauons on ;,, 9,1 i,9:;13 Prdnipl Notice oCDefee.Js: -, ;,......, 111 `Review of Reports'on Diffeiing 5ulsurfacc Rej4ctmg :,, _ 96 IndPh}'sicitlCondilit u ., 42:4 Uncovering i}ir' Work 13 $ Shop)Drawings and Samples review, Defimtinns ...;...._. 1 responsiblhtv,.: .. ,...:.;6;26 Delays 9 16 �9 12 4 1? 4. Status During Colstruction,— Deliiery,of Bonds ., ]„ authoriied variations inthe Work Q;5 Dthve yj of certificates of insurance ;;27 CWificaiions and Inlapretations -9:4` Determinauons for Unit Prices-:, 9.10 Decisions an Disputes 9 Tl 9:12 DI((erina Subsurface or Physical Condmops— Dztxrm nauons:on UnRPrt�e ,. s9a0' Notice of 3. h'NGINFhR a5 Initial In[crproter 91(=9:•1fl. F,NGTNFFRs Rcviuv ....:. 4 4 FNGTNF.FRs Responsibilities , ;; ;� 1'79,1? .Pti 910e t in, traci Documents Change,,,, JAM its lion' Son 6NGINhER'sAiithontj• .Possible Price and Times Adlustmenls;', ............. + 6, and_ Responsibilines............... ........ 9:13� Discrepancies Reporting OWTTMs Representative,. - _9'1 and Resolving-,_ ,-__,_ �s5. 3 3 ^ t6;14 Projxcl Representati},e , 9:3 DisputeResoluliori,-. _ Rejecting/Jefecrlre Work „..,9;G: Agrecmcnt J611G,ti _ .Stipp Drawings; ChangeOrd�ri . arbitrnunn, ; ;., Ib l l0'.5 and Paym ants :: ------ eneiell6 Visits to',Sne 9.?' Merliation 16 G bitit Price dctermmatioriS , _ .... ,... 9.10 Dispute Resolution Agreement .......lG 1;]G,$ Visits to Site. , „ Disputcs,Decisions by 'kifNhhR 9 119 12 ..:, Written t.nnscnl reyuimel: 7� 9.1 • m Docuents i '-2 1Eituipmcnt, Ma &`b6r, lcriais and ¢ 3 6tS Co s of P ..... . ... ,: ,,, , ., Equipmcni rental Cost of Wort., , , , .,11,E S 3' Record 6 19 .;; Materials Equivalent Materials and 'Egwpmenl, ; ,, „ erroror omissions .,._ ,. ,.,..,, ,.,,,:6.33' Drawings -definition of , . 1i Ev idence of Financial't\rrap emcnis- b 8 l I Flscmcnts . 'A Frrlorniions of physical cohd qon$. ,•, ;,,, ,,.,4:2`,d Effective date'ofAgrecnlcht:-defmihongr., ,7.16 Fee, CONTRaACTOR's.-CostsPlts ,,. 1;6 6mcpgcpcus 623 Field Order-- fNGINMER - " 'definition of, , l 19. as i�itial'interproter.ondisputes ,,,._,,, ...... is'suedby$NUINEER-,..........,,,361 9:5: dzfinftion oC.,,,,, „_,.., ...,, ,1.17 ;Final A hcation for Pa ymen PP } ! l4,'12 _ C il bans on authority,ani r po sihilipcs 9 13, Final (nspccti on aaz11 Rgplacementof _ ., 3,2 Final_Paymcnr-= Rgsidcnt Projcct;Represcntativc ,,.;a3 and Accipfsnco- ----_ 14,13-14114 ENGQ,*)Rs Consultant &(iriaiai ,_......_ ut, „,,; -.4. cash allowances ,,,,,,, ENGINEER d= .. General Provisions ....... authority and responsibility, limitstions'on 9:13° Ceueral Requirements' iluthorized Vsriauons m'the 1Vod , „ a t definill- of„ ,; . J 20 Change Orders, responsibility tot ...;9.7110 11 ,12 primapal references tp!,,,, Clarifications and Interpretations,-, 3 6 3, $:a (riving,Ynticc_,., .•,-.:., .. ,,,, ,1,7r1 Decisions do Disputes .,.,;., ., 9 1 I,9.12 Guarantee oC WoTk by CONTRACT,OR,: 63U,:1 .12 nejechYe Whrk;nonxeof•..... ...... ,...13,1 �HazsrdCoalmunimiion.Programs. ; Lvalpatign.ofSubstituteItem$ ,,,;.,;, Ef7:3 Ilazardous,Wasle-- ..•.•._.q;22' Liatiilny ..., . ; ¢ 3^ 912 'dcGniuon of:., 12} A'olice Worl s'Ac�epmble ,: 14 13 ganernl .. - 4; Olscrvations...... ......... ............ . 6 30 °, 9.2 OWNHR's responsibility;.(nr;. : ,;..;,._;8 10 . Br 'r.IGDC G6h' (1990 I:UI noM: ':%v7.CITY. ORFORT COLLINS MODIFICATTCNS`tRF.\' 9%99? 0 Indemnification :............................ 6.1' � 6116, �6.31-6:33 ln,itially Acccj;table Schedules, ; ,;,;, :. „ _::: 2.Q Inspection Ceiltficates;ci(,, ,,, , , , Q I3 4 13 5 14:12 Penal .......................:... .. _1.4.11 Article or'Paragraph Ntnnhcr Special, requited by.6NG11NMER:,,,,,, ,,,,,,,,P'.6 Tests anilApprogal ..... -. ., 871,13,343:4' Ansurance— Acceptance 6Qb y OWNER,..., :, ..„ ...5.14 Additional,.rcguired by changes in the .Work �l 1.4.5.9 Before"siartine the Work; 2.7 13onds;and;=in general ......:.......:.............:...........:: 5. Cancellmion Prot tsions.; 5f8' 'Certificates of 7 5, 5:3 5 4 11 :a.13; i 6.5, 5,8. 5,14, 9,13.4, 14.12 completed' operations,,,,,,,,,,,,,,,, ,3:13 CONIR \G70R's Liability ........., , ,5l4 -COT'TfRACTOR's'objeclidn , cuverkge .5:14 Contractual ,:, 5.4.10 deductibl9ainounta, CC)N7 KAC TORs- rccponsitiilih' Final Applicauon'ib Optian to ...................... ; Wier special insur`ance5.- 5.10' OR'NER as fiduciary for .ins. a dg,.... b12-�,13 OIVhrPl's Liability:•...... :5 0WNLR'sResporisibility — ......... ....... ....:...:.:......::8:5 Partial Utii izaiioq," Prope'rty Insurance , 5:15 property _., .:.-.,.... 5 6. S.lt7 Ri.c.;iptand 'rlpplicatign.oflnsurancv I'rtsc�cds............ .1;:10 1Vatvei of Rights liitent of Contract Document;.,,.: ..................... 3 1-3.4 Interpretations and,Claii6catiomp .......................3 63, 9.4 QriJcsiigatio fs of physical conditions,..;, .4,2 Labor, Materials and EquipmenT _..... ..: .... L.ands-= and Easements :::..... ......... .....:. _ Availability oG,, , , .............................. Reports aridlests ....... .....:, •,:.,,, 84 _ _ Caws and Regulations• L1 ws.or Regulations-, Bonds ...:.:.:.............. Chengcsin the \Work...:. _. CONTkACTOR's Restionsibilitiec,,, ':Hc4dejective ,,6:14' :Coirectim?i Woik.- ,,,,.i;13.12 Cost ofth'c Work, taxes„ .... .....I) 4,5p4 - .. defioit on of ;22' I.: ........ ........:6;31-6.33 Instiranee.......................................................... �3 I'icccdence Relerc.nge W 3 3;1 SaCet} and Prolernon 6- 0 13.2 Subcontractors,.Supphers an'd Ciihers ,,.....,6.8-6.1 I Articic or. Paragraph Numba Test's and lnspecti ris,..............:.................. 13;5 UsebfPie-m-'i L.inhilii}• Insurance,-- CON1"}2+CIOKs:...„ ..... ................... A Licensed §ureties and Gstirerg -„ _ . ........... i3, Liens-- Apphcaiionfor Progress Payment ....... 14.31 CONI MCIY)R's Warranty.of "Title .. 14.3' Final Application' forjNymcnt....--......;'..:.14r13 definition of , , „ ............... T:23 .-I5 Limitations'on CNLiINECR's authorit} and lumited Reliance by C(JN I RACTOR Auihorized ..:..::...:.... ......... ::.::,,..:.:...::d3:2.? Maintenance and O peiating Manuals final Application for Payment...; 14i•1') Manuals (ofothers)-,- ,Preczdznce 3.3.3.1 kefer'ence tom Contract 150cunienL5 , ..„... :..d 3.1 _ Mnteni is'and equipment fuit rnished by (C>M'RACTOR+..... ....... ..:.... 6.3 not incorporated in Work . . .... ................ ..1'4.3' \4aterials or equipment-;eywvelem,; _Mediation'.(Optional)..:.........::.. ........ J6.7 Miscellaneous— Cotiputationofl•iines 6ivin9'�N6iice ......................... .... ...17 _l Nnt ice `c)[Clnnm Profosgi onal Ft and Court Cysts ]nclud..... 17.5 ,m6lti-prime contracts,_­-­'7 1`fot Own or Indicated._.. ,.,,_ - ..,., ... 4.3 Not iec of-- Aceeptubility.of Project. ...:...... ..._..: 14r13; Award, definition of _ , , ; l_25 Claim ..... _J73` Dzfects,13:1 Differing Subsurface -or. Physical'Conditians; _4:2:3' Tests and Inspection$ 13 3' 1'atialiyn Shop Drawing and 5pmptg . 6r1_7 Notice to N6cee_d-- definition ai .....1 26. _ ;giving of ............ ............r.,:.:.......... ........... ........:'-3 L1CUC (HihhRAl. CONUI r10NS1910 r3 (19901DIT10'f) w('aTY.OF FORT c6urN''s Mobmc-AT1c)\S.(RF.v 9t99,) C] 0 ".0r Etluil?, It6's ....... ............. ............. .......... y_V 0ter,tinie rL-, r6hibi.fibn o ice of deftqire.Wbrk� ............. a ............ 13.43 p,ENGINEER �.12- '13 Gt}r,617 Lmds,; iesponsibilky,... ................. 4:�l ........... ....... ....... �,'�,J.27 nish N r 4. 1 c D e** ...... ,se tomake ......... �J,4S7 & ............ ....... ......... 13, lfj Te rm i n,,i,t g� 13,10,15.1-AS, ,Paynient, make prompti ... ................ 8-3i 14-4, 14.13 per 6rrimfiw o"f-other w,dr_k,. ' permitsnn6 '*chised ifisufatke,`rquiieffient A�4tiiftce tithe Work • Chafige. Ofd6r% obligation to cxccuty.,, R 6 it ............ mmuntcahons C I do rdinaii6n UiKi W6&1. I I - .1 1 . ......................... Disputes, r . equesufor I decision., .............. waste, or-tta6ciive 'Niiiterial 10 .Chuhge brder's'- C%_rmgcs in dhe, Work 10:1 pommunicatigns. .............. - �SJ ' CONTRACTOR s rcsponiibiliti�j 'inspections. tests and -7 insurgnce..m ..................... .......... '-- :lands and"ease, ments ... �,4 Irrompt,fil yTnent I?)- f ENGINEER S reports rind tests: ........... ....... .." .......... 8;4 1 to , ssuspend Wort. .p or k 5X-13,10, 6.i Term irate' CONTRACTOR'S services-.. ---- ...... . ............... .......8.8,152 xi, 0 ...a::......:13.4 use or occupanc}uF , ' - WA wrote consent or approya. .......................... ,LJCL)Cbl&li(AL'C.ONDMONS1910-.S*(1990r,I)InOM'. �%V/ 6T)Kbt km. axt.mm, momscATiON.11-juv w(n). - Articic or -Paragraph NiUmber 11 r- -wditen riotiE8 ruldired .... 9.4 '9.1 1. 1;2,,11 1.9, 14,_7,.15A definition of general.................. ...... ..................................... 4:5 O}VN E'R`3­T'6­p'0h'si*bility' Car ................ ; ......... SAO -Partial Utuizutico-= ,'definition--pr rgehcra16:30.2.4, 1410 _ Prrapcirty Iftsuranec ......... .................. ...... Patcrit Fees and,R9)T Iti g; ... 6.12 ' Applicaiioh for'ProgresWayments ...................... 1'4. ..... . .. ..... 143 Final Application for Payment ... Fiialinspect!qn 14411 ............................................... Final Pavincrit and Aceeptince,`...* .. .. ..... 14:0-14-14 Partial Iftili4tion --- ---------- 14 ---­--------- 14.10 Retainsge............................ .............................. 14,2 .. . kcview oir-Ap , pl i Cat i bris * ftir prr OST es 9P aymcnts...,,__, ...... 7 piompt , '- - -.1 , PSYTIC ..... 3 Schedule of Values 14•41 Substantial ............ .......... _�_...14A44.9 I 'Waiver ofcliiirn�s 4 14 15 K,hcn paym ents due . . . .... .................. 144, 14:13 *iding'phymen. �Aht 14:7..... .. ......... ............. Performance Bbng-................. PFUn its petibleumt definition of ............. general 4'5' QjVj4t.R!s responsibility ... 8.10 PhysiTcal' cnognsdoinns-- oifti. rebting.1...................... �NGiE�'roew...;......o Ai2.2 ..I.. .4.14 2. existing structuri ........ ....... .. I.% ... ; .......................... .. I . I . . ... , . -:. ,f Diffcrink Subsurface &i. ................. 4.23 !, -, ,Contract Duvurrierits , Change_ ..... . ... ... A2;5, Price and imle's and biawings ............ .......... ice and.:__­V ... ........ r ....... ­.:4._2 ice Conditi'9n5.......... 4.2.1.1 ... ... ­_9-?_-2 geI nerial ................................................. ........... 4.3 Nor Shaivi i or In , di , ca . ed .4-12 Protection of ................... ; ............. I ....... 143�. 6.,2.0 A - kicle or liarngraph Nutnlisr cd er s 7 dules:_ ...... ......... ................ ........... ..... ...I...: 6166:15, ; Contiacl':...............I ....... ...... 1 lefihiticifi,cf. . ......1 . 1.11 t Applications (61N*rkAcTOR's..7� ....... :-7 6.,2:8. 2,9, 66 6.29. 10A. 15:2.1 LNGiNLER's Status.Durirfg(.onstruetion ........... :9.3, Prqjcct Representative, 1:33 prompt ti?yroentj-6rb 'R ...... I 1. - � - - ­ - I . . ........... ........................ ­1 ............. ...... ;5'7 PrtriiM Utilization,:.,5.15- 14.10,2 receipt and application of priocicedq-,.­ ..... 5.12-51.13, 'Protection §aFeiy YuncOist ur; .............. ............ 11; ............ ...... 1,32 s respohiihility firir ................... fi.10 �ion -of Payin ent, ........... 4.4" 14.5,14,13 .......... . ........... Owes for miuitairimg ........................... 18 nls... ...... ...... . zlt4 cal Societicg ...... ........ .................. 3i 3 6.14 ........... 'Clive Work and §amples,submittals rcvicVvf,w.., ..... ;... ,Remedies, cumulative... . ..... ...... I -- ----------'Worl 17-4, 17�5 Removal orACorrcctia'Wiifdifeci�, 'rental auiemcnis,%OWNER 40roval rcquiicd .... ............. Repurtipg an&Resolving Disc'rejparrctes.................... ........... 2_5.;,X3__L6.I4.2 Reports-- �d b ifra%i ings and Tests )jVNjR, s responsibility -Resident and Projeci Representative:-- �aerinitirm of ........ ...... ...1,33 ............. provision for ... ; ..... ; ..... I., ....... 3' .. .....�; ............................... gkb,C•GENIMLA4 S_ C'O'NDITUON'191'0�8 I _(1990E)1110M, wt CTTrOr FORT COLD MS MODIFICATIONS (MV-909), 0 11 Artidp or. Par'agidp'h 'Number Article or PaHjoaoh Number �- Responsibrhiies== subm itt9l Teq6 ired .............. ........... ...... (CONTRACTOR'S -in genet. ....... :6 S66'litl"I P­r'l��M6i&s F Sh own brIndicated ENbINEERVin'generfil.� ..... .. ......... .......... .......... .......... .;7;2; 13.2 .. .. .............. . ...... ....... ..... ... ............ ......... ...... Sit I e, toam tainage IQ 2 byM\TGM-ER, 9.2, 1312 41 -7 .. ..... ..... .......... .... ........ RMew by COMFRACTM. SkopDrawings, _: ",S[veiii.causes otlo.%s4 puiiLv.(0JfL ,un3 Stirirplies I�i�'r ::0.25 I insurance S.6.2 . Revi da'F'ihition of ... ......... 6 Prq'ess�Paymcnt4 ................ ...... .... J4.4-14.7 Specifications - Rightto an adjustment ..... .............. ..... . ................ JO.2 dthlation,of ......... J .......... !'N Rights of Way_ .......... ........................ ------- _4.1 .. ........ of'rechnicil Sodietics, referenc:6 to ...... pr�ciede SAC-Stnuctu,in'l i_.6ad'io`g_..', .......................... 08 Standsrds.,nnd:speciflcat! tons of Technical Sciciaits� .3 ,and Pr6tecti 6n, ............ 8, Startmg,qonstruction,- Before 4 ------------­------ -----.&20-6:21; 7.2; 13.2 Starting ihe.Woik-� ---------- -­-------- .... ... ­-1-4 ig6wral .................. ...... ........................ 0, 23- Slop or Sus end Work— q,21, �p by CONTRACTOR ........................... ....... Saniples- b' OWNP .. . ........ deL ru.6 P34 ��u d Stbrage"ofmawrial' njequipme ....................... 6 -24-6 �_) S .................... SLructural Loading; Safety..... .., ... 6AS CONTRACTOR,... ................... 6:25 -Subcntra6t6r- R&icNV'hk FNCrINF.FR ......... .... 6.26."'6-:2-7 ................ ...... • " - �­ " � ­ related Work ......... ............. �.. ­ - ............... d6anition 6r, I..: ........... submittal of ........ ............ :.6.224.'Zi ys :_ .......................... ......... ....... ........ .... 12'3 submittal ,proc ures�, ...... I ........ ......... VA'!s waiver-bf nghts ........ _ ...... ...... ...... .............6.11. Schedule ........ 7;6� 2:82V- 6:6; Sublcrnti�acturs-'`in general 6,8 .15:"2-J Subcont ac e uffed ppvjsion$_,, 'r_ts, r_.q A 1, 6.11. 11:43 Schedule Shop and Sample 9p - Submittals 'S66miltalsSubroitt�ls_- _. - ........... ....... :1 1 , A0plicatioris, For ��yal ent ........ ......... I 4,2 11 1 136hedi& f Schedule f) Values-_,- 1.- — -'2.�,'2 8 IP, 1,4.1 .... ?�ri!'htenah_cc-'and'( il A Manuals. ' ?Pcrat o .. I.-Toceaure4, 6.25 J5.'Il ............ - ........ P>ogress Schedules '- ......... .... �2.6. 2:9 Adjusting ...... ......... ........................ ..... ..... 6.6, Samples haiig'e of Contract Times-. table.. 9 .S"11 'S:hcdulc of Shop Drawings and Simplesep fr Iiinary 219 .................. ......... ......... 10.3-10..4 .. Shop D w6iPA ............................... :6.2476.28 •Conditions. ....... Subd Completion. ................. ........... ;9'74§� ........... I ................. 16.2 tof rwleli .......... ; ......... ..... 9-t6.24,6.28 related Work- - ----- - .28 lreyiew pwczdur ........... 6.24L-6;2,8 Siil 0 LA:­b(__OL_NlikAi C.bND MONS 19,10-8, (1996 rD'InON) OF'FORT COLLIN'S MODIFICAVOKS tREV 9M?)- 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 • TUnpior 3*ry�cb�&nict ion Artic!e or, Niagreiph AeLick or Pa0graph N 4M or 6J2 .... , Term t1on7- .... .63. l.,2 hymNTRACI-OR ........... OWNER ........... 15.1-15.4 Drawings of to or reldiii to .... ............... 4.21;2 of ENGINE ER'5"cm p164'cnt ... ............. ........ XT uspension of Wor ............... Terms S , and Add} ctWes -L-itiliW Reliance by CONTRACTOR. Tests and Inspections-- Auihoftie'd-,, -; ............... ............ ......... '4--'12 A'c'cc-%sto thc-Worl,,by othcis; .......... "k - .. ... ........ ' " ­ Notice of Diffe�hfig Subsurface or c or -X � -;1:6ks�esponsib'gitl'-11 ei, "i ...... 135 Ytiysunl Pon ...... .1� cost of 114 Physical Conditions,j ..... ............... covering Work prior ........ .... ..... 116-13:7 136ssible7cmtiact Docu"M'ents Ching,; .... ........... 4;2.5 Liws and ieL'Ulations;(or) ................... ............. 1315 Possible Price indTimes Adjustal6ts ....... :� ....... �1.2.6 Notice &Defects Defects:,-,,,....... 13.1 Reports and Drawings ... may S i6,jp Siiiisurfacz and ..............I........ ......42 10WNE�sto&; ..... k' 's independent L..e. ubmrface Conditio- atAhe Sie......, s3e6inl, ieqiiied byHNGUMF,R ..... . ................ :.,!J6 ............__............................ ,. TechAical Data................. ..:4.22 �y�'oLYee tIrdk ..-........:13 4 . , Supervision-- ito,eiig LheWorl., at ENGIN[EETs CONTRACTOR'srespons'ibility-.-,,..,.,.,, ..... -request ----------- ---------- ----- ------ 11VU9, OXAVNFRshall not supervise ............... ......... 89 Times- �.N-G-INF`ER shall hot'supervils'- Adjustin&t,; ... :Super- ............... ...... 6.2 Ciinnge of.C66tract ............ --- ----12 Sukrintznderit, CONTRACTOR'S rirsideht,.,.,,I,.,,,, &2 Comodfation,61' - 7;2. Supplemental costs,,,;,,,,,,,;,,,,,,,,,............ ........... I 1'-4--� uf Timesde Contract a-finition oT. ....... ............. k.12 Suppleineniary�:on itions- day- .............. ....... ............. definition of; .................. I .................... ............1 31 pre r, tq.. .... .......... milestones:.:_:. ments Requirements kcqvir 2 .-.ilqrc�ces ........... .'4.2; 4,3� S. 1, 5.3,5.4, 4; 6-5-9, appeals. . ........ �: .................... 5,11. .8,6.13,7A8.II.9J;.9.-I0 Aarifiwaii oni; claims and 113 1.2 Supp IJ er-- (�61fi rnencern -2.3 definition of,.............. ........ Pr�6c1on..st.ru..c.t..i.d.n..n..r..e.r.e..n -- PeincippliefcrcnCs,t6 J17i6,5,,6,8-6-A1,6:20, .C..o-.1 sch6dulcs ...................2:6 2:9­ 6 N3;13, 14J2 �Siirii'�9-thc Work ...... �A- 1 Title.'Warr.antir of Surely- Uncovering Work, ....... ........... ........ consent to,final payment ........................ 14:12T 14J*4 Undergrlound.FRulities, Physic6lCondition's-L- F$Td&HRJ;as no duty to ............................. 9�, 13 od.efinition o(.,..,.... t 19,5, 15.2 kotifica*ion oe -Not. Shown or .......... 4.S�2 a ' a ....... f rotccuon of ....... . ................. .3,6-20 Survival ro hewn or Indicated ......... ....................... ........ 5 'md �r Nfuy. .......... �111U,15*1 Unit Price Work - Sen I Ter�nination ..... .... ............ 115 'claims ... ........... ........ '11 9:3, CONTRACTORMaySt9p or, defuiitionof ......... ..........................................1,42. ,or Terminate ,01AFNER.May Suspend Work ISrI, unit Primq- bIvNiv' �VNER Terminate„ .. ......... ; 15�2 -15.4 1; . � � gcirierull 13.1 TaSes-Payinent byCONTRACTOR . ....................... 615 nation Deteminn fi for . ....................... ........ Technical Data-- Use ........ ............ ; .... 6.16 6AK 63624' Urnited Reliance. bv.CC)N1TR'ACT0R,.-,.. .......... 42.2 Utility Owners .............. 6:13, 6,20,'7:1-73-13:2 .......... Possible -Price and Times � Ad'jusi ments -4.16 utilintisrL, Partial ---- 1. 8-15.63UA-14.10 '--------- parts,of Differing Subsurface an ....... ......... ...... lihysicH'I,--6ondition-2s ............... ....... . ........... A-2.3 Val u4-eiScheide-iic... ....................... 14;1 'xiv. EL(--KMN%1LAL CONDI LIONS 1910:8 (1990 IM11101 N) wt d7yor FORT COLLM,'MOMFICATTONS (REV9/99Y E Variiations in Work --Minor Amthcirizcd. 62% 6;27, 9,5 Aruc�le or Nriigrapji NfIntheim. Vtsits Co Py EN31NEER.,: ... ....... ......... .......... 9.2 WaIvcr of Claims, --on Final N)7ncnt, ; : 14.15 s Witiver of lii'lits:by ins partic3: ..... ....5 11 (i'l I j. 1Vairant3; and Guarantce, General by dONTTRACT61' ................ a ....... ............... M Work­ Acem to ........................................ ......... 7 C6ntinuing the, ......... . I , CONTRACTOR :May.Sto . p Work or Terminate:.._ ....... 'Coordination cost of the,: ....... 1:d;l I's difthition_of ; 1,43 ..... ................................................. negle&d,by CONTIZACTOR: ...................... 14 other ,91111,lER lyby, §top AVork ----- -------------- OwNrsR Mdy Strspcnd-Woik j1lo'.w Rclat.edl Wcirk,nt ..Stmling ...................... -------------- ).4 - 'Stopping by CONTRACTOR-. Stop, ing b5; OWNER,, ........ .... ...... .......... 4 10 v lat Vafiai� a ami di �'6n fitii�orize -DieZutive— m inot ...... .• Work Change daims'pursuant to ...... ...... I ..... 10,2 I,- defiiniti6n d . I ­...... ............................................1A4 I : prmcipal references tq ....................... 3.5.3, 10.1-10.3 Written Amendment!- - definition of........ ...... 145 principal ipal references to ........... 1 10'.3.5, .......... ........... 6.8 6.19; 10. 1, 1 0A. I1 2 123, fi.11-214.7:2 Written• Clarifications'and ns. Interpretatio.......... ... 3.63%9Aj 9.11. Written Ni6twe Required- hy b0M'r"cTOR:..; ....... ------- --- I0;4' 1 1.2. I 9 10-9.11, ........... . )(1.4, 1-1:7 :13,14- UJCDC GLNUUL CONDITIONS 1910-8 (1990 LDI nOM ,%Vl C!Ti.MFORT COUrNm MofxncArm-'RFV is X;A I L,JCDC,GLNbL-kL CONDIIIONS 19108.(199O ED1116NI 0 0 i - -- GENERAL'CONDITIONS • 0 aRTIGI:E 1-DEI71V11TO1�S WNarever used.ai.these General Contiitions,'ac'in the other, _,. ,. , , . Contract Documents the Collowue tens arh`ve the ameanmg's in Lcawd which .are ''.applivable.16' l uth ithe' singular and,plural thereof 1;1; .Ad fend6 Written or gmtihic tnstniinents issued ;prioi to .ttio opening of Buds tvhicti clardj; coriecl ,or. :clianga`the Bidding. Requtrent inE or d1e Contract tJocurnciits. I n tgiYzinent 1 He'.wi ncn cbntmcl hciween ()W1JFR: :and CUNTiZ9C1'Uk•ctiVcru; t} c WorF.to br pafo ie l other. (ontract Documents arc atiachcd•to the Agiccincpt :tied mutle a part dtereoC its,prov itlul therein. 1'r3 9pj�ficabnn ,'Ya`}mrenl Tht roacpted tig -PN401NEBR iWch is jo be used by (C)N`fkACTURm„atxin rcqu&ting' progress or linal paynicnts-and whieh:.is to be eccompanied'.by, such`supporting- d=niatation- as, is r ,quj hyt} 6-.Contract w inients_ ,l.a, Asbe, roe Ahv riaiernft}tat'conta nsinafe"ihan dine: perccntasb�stos gr d is triable or is n lcasmg ishcslas F Fc'rs, "into the nir:'above current:`acnon'-.livels estabiishid hv,.the' t7mfed "States t?c tipnhonal :Safety, and " Health Adnuttisirahon. 1:5, Bid•The c,Crer artpmposal':or'tha bidder sulimllted. on the preac6t)W:Corjn selting'rotth the prices'for tije Work to be per(a Med. f 6 Btd Cni De0ineiits.'The adieitisentent• or uivtwtion to Btd mstti coons to-btddcrs I it-,Bid;f6nn, find pfaposed.Cendr ct. D'&uniehts%(including aLI Addnivi issuedpno tnrueijilofDids):. 17 13;"zg Reyuilsments'The tadvcitiscment of ,ini itagon`to I3id. inswcSions to bidders, and the Rrd`form: 1C8 Boridr'`=PcrConn it a and,Rimeni ooiidsjind other,irisVttmeritsarsncurityt 1.9, Changz Order-,N doarment.recontm"endeu :by, INUINECR ;' tWhkt is sigrwcl by; 061WRACTOR y it OWNER and authorizies an rid Lt on rdelehon er,revumn"N Ihe'Work„or.an adjustment in;the;Contnidl Price'or this. tContrdcl Times, issued on$r aftef ihe'EffeatiVii Datcof the . ;reement: I:10 Goiit?ac7 Dvcrimanl.:-TFin'-1\gteament, 4ldeniJa� Cwhich pctaui 'tu, the Contract Do6i nekt )r ;Wll kACT,(5hs Bid,- (mcluilmg documerAation eca,ompimving:-lbe. Bid and and post'Zid dociunentautiri submated prior to the Notiee oC Aw trrd) when altar, hod as - an exhibit to'the Agr_& ienS Iho-'Notice to'[)me,cetl,.the' Bonds." these General Conditions: -.•the Supplcmentary Conditions,.. [he 4pecificatinns mid :the Di-- wings_-*` the', I:dl- Conlrgct Prue -The moneys, ,payableby U�VNER to CONTRACTORYor cgm`pletitn oCdte lVil in'aecondanee°i'ith the Cnfinnd Documents ns uated.in the Agreement (stilled '{o the .provisions -of pnragraph I I`.91 in thectcenfUnit{kice Work), 1.11 tonlrucl Dimes-The*taimbeis or days of the dates stated irt1ie Aaracmcnt; _(t) to achieve Suhstant al Completion..and,(ii),lo ximplete the ;Neu i so t}rdt'it"is r'c�dy,f r'firral'paymcnt'as.cJidcnccd;by h�CINhHRS written recaminentianon q, final Pgpiept in atcordtihce with;paragrnph 1413, 1213, Cbffl kriJR=Clie".ljerson,Jfuni-or,corporati_on_ vviih`whom (�{1Tlpk has entcrcd•into the Agrecmcrit 1,15; Diawing =The drawings which the scope:; aetrin.'and charaeter 6C tse.Wtrk to :tie. fumishcd ,and pertcrmtxl by CONTRACTOR and Iwliidi ha�c been pretZt`rd oraliprrnred, by L'NGTNGER iiCui aia'retcrieii to 6the .ContibLi Documents:, .Shop*thawirigs ;are `not Drawings as so defiged E•g'e'ctive- D41e .nf tls ,lg+i¢nrznJ The';date mdiCate m lhe'.ALviiinent an which it becrniless effictive; but` if rio tlsuch dare_ � indicated`ii means`thddate on ivhidt _i Ae 'rcement rs signed m&Jilivereil b,e List cif ibe, hvo parties to st 'an do y th wer, I;I7, LNOINLCR The perr6 fiirni' sir uirpttrutian` named its such'in ibd Ageemant: 12M ENGINEERS Con vliant-A.person, firoi, or +corpomuan hayuiga contrai,f tdith L'NCIIQLLR. to Cumis}i serJirzs' as GNUINILR's independent, proCessiorigl associate or ixinsultint with respect to,the,Pryletl,am1 who �is ideniihed es such in the Supplementary Cond{uons: 1.19:..,;Fiefd Order A vvriiten order; issued INCrII7EER wlucai'aiders m ri r cha Ses"in the War4 ri a corilanee intb paragaph� 9';,t th which doi nei irrvofvc a change ut the Conaacl Pricc or the Contract Tangs: FJCUG OF.'JER.{L CGNDITiOIVb f Y IO�8ll1Y{i ErfitimL ;1 "I©TY OI' FORT C6L sm6dtilCAllON3(FhV'•121r(lai. Requhti»nnis=Sections of bwfgjoh I,of ibz Spec lcallor} :6v'c thc-pieu-ning provided m Section 100•3'of'tFie'Solid, Waste DmmaA, I ' ' I' Of (42 6903) �is Aiiin&d . firom time to tone. Laryanti vi-Regidirtionsr-Any , all applicable laws rules rc�ululions oidu ewes t odes anti 'orders 6fr"},Ind,911 governmental` bbid!51., aeencirs jums", - dicLt_m 1.22.11 Legiii Ho , lidu6=shill'R-1hose Kb1i6y% ubse&ed ,bvthe Ciryof Fort LieliS-Liam churges� seFun-ty, !'ntirest3, ;Or, lmcunlWaln =""u- pon real fr%perty or pciikibmil &ojierty. 1 -1 4- Mileslony-A n_utiidipO -eqni gedified in the Cotfaet.D�ufhEru re6tinC-Lc-an'thtdfmedJpte o-'Ieliofi - date PFAne. prior, to S tstaI I Coo" 61im of all .1fie Work. L.25: Nofice 'of -Award --A written notice :by 6NNVR'ti, :the a pparent 'hy the apliarcntsuccessfulifbl bidder' With the conditions Iff criuriieruidO, theicin, �,ith�n the tini6 OVvi\ERwiti.signaiid:deliv&the A�r� Agreement. 1;26�L IVOIlCe_ iD 'PJ`0�,20C". written notice given • by T - N fixing the date on whIch tjt5.'Ccintruol Tinics will corrimeficd to!nIn' and on;khi,4, CON URAC.:IYOR shall start 40 , ,under th - 6C�eoiftdli CONTRACTOR'S ohligatim, Lr e. 1,27. OMVER-The public, body .or authority, Qdtiorx asmciafiunfirin- or puxm with vVfim­ CONTRACTOR has entered into the Agre0u6tit and for, 'V%�h0`al'­tf4\qoik fsilopr"oy "'ided. 128. Partial UtIlization-Use by OV&M�, of 'it substantiallyZmmjiklcd.r;art'6f the Work for thd pu6)osc f6r '% 0iich I it, ls; intended -,(or a related pirilx to., Subs-tazn'tia','Com' pleilon of all the Work- 'iJq, 11 Pitivieum--Petroleurn; includuig crude,, oih,or any, lill W­ *thereof, -NVHG'H is liquid itt stiundsr d cot i I dition I s or- i(etup'e'nituirie 'tud pr'e's'sure_ (60 degrees Fuhrenhei . t and .14.7 pounds per square inch'.ahsoltite) 'such' as oil - p&olcuiii; fuel bil, oil gludae_6il kerbsene. .and* it iiai:xxl;wiih oLhpr.non-11ira dLM­ .%VaSt;s,uiJ&ctUdLr 131, Project--flie tonal uonstructibri,of which the,Work, tw,l * curni?,ritsinty;bc the proyided.Ltrider,thiIC6ntr�ct'DL c. Or apart as iif4as lndi4iO I eli�wherc in Coiitric'l �Documc6ts, IM& ka&&ncfiiif Alaterial-Saurce. special nuclearor b}-OFodu&ini,,iterinl'fL-.-deft6ed,i)ythi,Ai raic Reigy n- ­.k ctpif � EJC DCGIENiR , CON 61 n6tti"s 6 If" 091Y�o Edwm), 2- wt 6-L-Y 6ii;64 COLLINS m0D11'C'X'T16N50u;v.l , /2 . OUU), 19,5a (42,LISC, ;.Sicti6i -201 L of kq') ffixii as 'lime, time'tojime;. 13' 1.33; Resitkml. Pivject'RepiesenriitAv.-The rititlitirize-d pr&*sentatik of ZINGNMER whoria), be !isslpiieO.o'the 'iiiue Zrlimv par. theicol 1.3.4. ekarnplesof rgteiiuL, 'ment, or k hip thin[are-refirmnattive o p i"oil 6ik itind whlch cstalblish the standards s by I portion of theWawill b; judged 1.35: >SIirji drnW4n&-s,, -diagrams., illtlis�t.rafj6m.%,schcdulcis I'itiW other' data or irilbrinatiVo which -,are i'Fica11 .p-rcparM or nssenblcd by or for CONTTySubiitt6d by, CE)INTTRACTC)Ri fd illustrate softiefiortiofi of the Wqfk� I5pacificoliau '-oftIhe I'Contract TiXunCrts1consIsting Of%Tlticn techiieal &mriptions.or cquipmcnt:con-truqLiqn systcms; stand"s and as ah d f4iliedto t ' - e, 'W&L "an certain administrative daiaits ap'plimblc thereto., 1.37 Subcqfitrrwtnr-An individibal, firrii 4'corporkion 'cirWith 'smy tor for the rx. ormance o "iifail, rthe 0 1.39! �'.Tubslct;Wal Completid&,The; Work (tir, a ified pail , thercoo has rd I ogressed t o the point in, where; in thc'ufiihio6t of ENGINHE , R; is cvidFhixd by ENI•GINEER's " definitive I c ; e I rtis c , at . e I or- fsubstard,Lal Completion, it is sullictently. die'C&fitnict,Docuiaents, s6,tbat the Work for :s ed �n.nyl ca n h6 Aitilind for the purixkesJdr Which it'is 'iaten�d; or if no such .cerdficii I tels issued whiLn-the ork is complete and ' ready for fina 'pyment 'as ri ev'Wtied !by FNIGTNFFRW written reconimendati6n of F6ql p'n,vit'i'mit in tiecordance The tiiiits _"stjbsunfirdly . it I npleek and "Isubstaintakly. ' , tine wo�rk,idcr lt� complet6d" as applied to all Of p6q Of t S6bsuiniial CZvmplk.im lh2rd(4. - 1 139- Supplementary .Conditions Tote.pan of •the Gen - era - I Conditions. . - . 1.40., Si4lio­A manufatiltircr. 6bricator, supplier; dikributot, nulfeiialman'6r,vendor' ha'vqi�'_, a'direct 'c'onfta6C �_ 4 with 'COWM��CTbk or 1wil"h uii)'-" Sul;iiontmcftir to s tfurnish.niattri Ien'(to be L",o'rp'6'rut'e_d'i ' n' the Work by Coj� in riiovIS6b6DnU:aet6r. ]AIL. Unler. . All pipelines. c�nduiLs; - I ductcables, 4ix� maih6ld-i: a,ults, Or &bersu& rdGifiti chnic tand - .. ny,i'nc'asemenis C0naMM Ig Suchwhich -'have. beerkistalled undir'round to ftriIsh •49y of the ffillowu'l' 0 0 0 0 4ioteria'V ctri'city, ' se stediii, kroleum ei� gas )16, produ4, (elep ne, .or of T commaciations. -,(-:able, Itel6isi9ri,-ge and dage 'iq�n6vial. -trafTiv6r-6thei, "rain- L41, (InfrPilce whrk--"wctr6 to he baid of umt 'Prices. 1.43 W,?4--The eriiirc.lcompleted ccnSaiuciion or -the, vialous!5cparately tdcntiGable par. Untikhed-unde5t the 'C6htmcv0oeain&ts;. Work' ificltidtvs� . . 11 . 1- -tu*r.' `,--c-r Tii-riishifitt ab6r �d' and is tfie-'r'ts�ul 1' '7 , ",ft, - , . per om ing n `d it ' * ' - '- ' tini,,oct� O"na t, f the constm 11 n pa onin fitmish' ije _ 611 �Jjg Documents." ctm� ents ' :(-,nntract ., bocti-m-i c'n-ts,- ' mg'ricd 'by' -6WNHR and; CON'TRACTOR on or after the Effeitive, Date ,of,thc Agfdncnt,iind nofftlAy. dcAirig -with nanengmcering. 'or- contractDmitin' 6nts'. ARTICLE i 4PRELUA LNARY-AIATT E RS IL --When, CONTRACTOR (Itilitets the. :executed r\g'emenU, to UWiPk tiiei - 6 -,m Rsuch;Bonds ;isS:O,NTTRAC.'fOR niay, re ic�a tti�-Fbrfiish in`a& 'i6ewith hs-1. qui parag ap 2.1 (j%N'qE- R' shall furnish lo`C'ONlTiACTO'R tip - t�!Pn. CO ftl &-j - !the, Supple ti- fne� U, �SS' _4n _ _ , upp.ernep,lry Conditions) of the Contract DocurncriO' 59, are rt�asbhably ndessaxy CorAhe execution'of ihe W6rk. 'Additional oOpieSr '.willbe famished uponFet Best; at the cast oft-upi'odue'lium' th in the Noike to;ProccW.. ANotice to llfcieecd.mav be giv'en'al afi]i. time within4hiApilitys after,the Effediv-,! Nte-,bf the Agreement t aI of Bid openine or the ------ -S* Date of the ?a em ens{rr"arltir 2A CONTRACTOR shaU 16 the Work- -'I - --11- - 1111-- .- - �Stfiqltoper(M — I '. - �qn the.dati: �%Yhcn the, C6ntrw',Timestcbfiiffied�c� to nab, hLitho work dial ftie ,cl mWe fit the -site 'p6dr'tb'the-date -P*n tifiich the Conti,86i Tunescommenceto 111-11 2:6 , Within ten days aflbr th4:,E [Tccitivc: Date "bf, ihe Agnienic"n'-f (unkis othcf*'iite 'specified General -IZ6qtiiv jionG), 60NTk-ACTOR "]I S-�Uhiniit: to- ENGL for reiiiiw: 16.1a preliminary .progress schedule indicating lht'dun& (rituiabirs or-Llays 6idaWs) f&' itiku T and ,c9nipleti,ng, K3,an s of die xvo<idcludkg an 2c _ -zs 'Im the Colitiect Ilax , 2:62 -it praliminaiy schidule of Shop Dravving- and tMl list•2ach required i vt mlttal 4iid ific ttnies,l*or.sijb'miturie-;,revi.ewirg and, f62.1- 4,1n,ncase -tvill ;:be ,ac�c *Nch allows less thin,'l-eilefidar 2.63. A,prelirainaty, Zciicdiile of ifte Wtitic %Ajcfi4iH ira;16&'q6itfttiiies:aM piiciis br 11 t iggregaling - the con"61 'Privi: ';i'd .twill Is vide the Work -in -to' camponetitparis in itilricierit detail bais�--fiar; prq rii pay'nive'rits iaorih 'Suc,h * pm _will appropnitwani(iiint of timheid and profit applicable t6cawitcm, 61"W'aik I I — I -- I .— - I ;Commencement of 4 onhilcf Tihiev;.Ivoice ir(A4vee&,, '2.7: Before .any, W6rk - at .the � :site 'is staitccL - ar .' i- *,''li- .f' :3 The*Cdat�uct Times will commence ib.r�n onthe, other OWNE with :to eEPh���.oay aqcr the EtTecfive4)at N -A0 or ideviti€izd-rI Cafiditia ENGI SER, IFAAL 10 1 rY - 0 - 1' FORT (X)LLI M I N . 10 1 it F I C-4', 'il 0- N'S ( 1A 4'V - 1 R 0 110) :��hkh Ahe� al; iii F Inyey which CONTRACTC lcquifCd to purcnax And ';n- liowr( u Nv'ilh I vragra vis 5 4,-5.6:Arfd-", tee: IninEigpAcceppme - ; - �edule S.- ARTICLE 3.—CONMACT DOCUMENTS: INTEW? ON 4UNIDINGiREUSE. Intent 11, Thti; dmitiaGt bdcUmehti wmfin6a tKe entire ta&merii.• bcm"een - OWNIa iun& tbN'TP_kTOR con6ernihg th� "Worl, The Coidract. :DocamenW, are, by o . n I e isas'biildu , ig as if galled rur-byall. The Contract 'Docitment's'-will :be' ,CorLS6ijcd'in.ic66fdaft.6e'tNith the law of thc.filace orthe' 2: It, 'is%the'.iriteni 6f,theF Contrad I)ocunieiiti to Exixr;61t _AuiJawmitSNs iO4 699UE(fitiffll, -4 w7tii-roif6iiTCOLLi'M"N'i'CDlf,-ICA-nONS (ItE, N'4/2 OUO) dcsdfibe n fiifictiohal Iv 'a6otpleto f1rqjecv(d,p6rt,dwreol) • ,(o he constructe'd 'in g �c6ntricl Vxurii&its_ I Any' Worn: indiaists,& cq5iWI6A,Ifiiit may reasonably I e b ' ififli d Gam the Contiaat'Docilments or trom:pfeverlrne custom or FrTe ge as, , ing r, produce ilte intended- result 'will -be Rit-ni,hed "inii parfurmed whether or not : vaadically, called ior. � W`hen worili-or j�bmses 'svIiJch'hav'e-a wedknown technical 'or. comitructiori ifid6stry- or'trade meaning tiizd' L desmibe W , matcrlals or.cquipmen or. shall' be in reted in sac oric WIEh ,th I meanin& Cl rIM6 in tatru I or c CI 1.506 s'en _11be v4;�c by �IIWMR as proiVid M-In p si"grop Ki. Rejerehee llo- Technical', -SOvieties, RijbijAg and Rig hlin.ig 3.3.3. Ezcopi rrroflicrA,6 spccillualiv blotedin.ihe Contract Doctirsanis �or­ H's may -*y piovildled by , rklifierit O'i stiOltimefit U-rcto issucd by one of the in . ethcxd.i,indii7'�-tedin.-pammph3.i •mr 3 '6 . the' ku V i� i6ni of the C(3 nIrfi60`EIocL'tr �'rits shallIa�-e preccdenou- iii.'re'so,iv,im a'n'y'c6nflIa_jrr6r limliigiiit , , 1. ambiguity urrilisarepancy between the pro-visio'n's Of Iiie GoIntract .3.3.3.1. the provisiam;_6f tihv, SUh 'Aindmi:L S ­6 - ' - "' - 'I _Rdc , - _._ _-, I I h, I - POCIi 1CM10n, Morris CO ar imftett6n (w cthcr or not specifically incortic_reVcd by iafcrerice:in flie Coirrial Docu cnlsY, or- 9 19 0 0 1VO4, such lo7then liqt I etrp rd0on aT "Ibe provisions rth,:Coid bocumei" Would result in %g6lauon 6[si!I&LsNsof Rego li3:5.. Thi Cbrd4ct Dckumefiis ivay, be aricrded'!O, -idd&h�:'dekio 6n—d reymais tn.tfieAVurk, tt fy more of the f6llbNv_ug,)%uqs: J.5.A. dhsnke.i: der (pLLuanilo ourajyaph 10.4)r or ,beDcr&�EkAL.CON&rnbm igi(,-s i0W iati4ii, FORT MLLI NSM00111cino -Vi"7040) \y6rk, Qhait'ga Qihictwe joubmaht to rap pa jo h 10,J) A aqd ili6TL the Fe4d&mat5,vf the Gontrac[ D'to.curutmiks may be supp'l_ cmc-_ntc.cL'!..aiiid miner and devjatons,fii V*'Vqr I1tyhejuc'� ,no­ r d, J41.A Field (Pupwan t to 3 6*?iNGINtMs H0&vslW.6'Sh6p Drawing or 3.6 I ENGINEER; iwiden . !dm*taU&i -or olarif cation !o eu-se qfDd.cil nz en ty. AliTICU 4—ANIAULAB . IL I ITY OF LANDS;- .REFFRF.NCFP6INtS lliniltibifify fLan fh-.* ;CONTRACTOR slrall.piotade far'at.additiorial lands arid! access thereto that; mby be required Cnr - Fttmpoiary' -construction ,lacuities : or storage' of Matgrials '.and egwpinent, J�? .Srib3irjnce'tiitill?hys�cal L;pnrflripns: a' 1. Repom rnrd Dau4hgs Wfeience'is'made to Ilw Siipplememan CondLticins Cui iUcnhhwtion oC 4 11 1, Subm— -f ee C,atuhilows l hok s.e ms'tif- explotations and esfs oC subsurface conditions at• ur contiguous io_the site that hm;e bean°utilized M' EINGINEER or preparatg.ihie Ccritract Documents:- and. ,421.2. PJrys ca!,Conihhairs Those drimini s-of physical condinbns,in or relating to existing surface or subsurface structures, it; or contiguous,to thesitc; _(czccpt Undergrotnd hactlitics) that have bean utilized br. y ENGh\'EER tit -preparing die: Contract, f�ocunie'nts; 4:2.2.1. tfie•cdtnplctencss ot.sucli report:v ,anil drmvings for CONTTRj\QTOR's ,pitrpoies, in`eluding,.but riot limaed'to, arty aspects of'th'a means methods, technique* ticyucnacs 'anil ,procedures of _cbnslruetion .to be employed by CONTRACTOR' .arai safety precautions ;tree! ;programs"incidc tUacretgor other data: ii terpretatigns opinions Judi IIriformatign.contatned iu such reports or shown mindic*d m gLich drawings'or any..COty'I'icACTORxatterlirttatiivt;nC+ or c'onclusionwdiawn frcuti_any technical data" or, w .any, ch Aita„ mtEiprelatiods; opinion.% :or irrfiiinialion, 423, 3 Notice q(', D((fering . Sirbsiirjaee' or Physical :Lauhtian8r. if 'CO,TI'RA&'fdR balieves that. any tsuU rfaee,or physical, cdnduidn:aLonconti-' , a tothe sire alist is uncovered or revealed either., 4.2.3.1 is :of"such'a rialdre as to establisli_iliat any "tectinical;dala' onivhich COyTRi\CTORis entitled to rely,as;pmvid6i 'in Para gaphs 4.2.11 and .? 2 is matcridlly'utaccuale:.or 423.2. is of such a nature a's,ln 'reyu re'n charge m the (?o'A i Do zrmcnts, or 4-2, :3: or t:K'UCOENiy,AI:'GOP6'tj kstl iihtt(im Ecidml, .%I 61Y OFFORTiJ0LL1tC5 P1ODIFICATIONS(XiiV 4' zoo) indicated, in the Contract DocumentL,;,or '4.13.4. As oC an unusual,natiae: and, differs materially frcun eonditigns ordinarily enwunierrd ;areal beneralty recces. d as inherent m work ,;f 'the clt.>iracter provided for in the, :onvacu Documents: then 421A: ,PVGIAiEER'a Reigew' 'ENG1NIIER will pronipily review the pertinent conditiorm'tictcrminc.the nccestiity oCOWNERaohhuningeddttioiialerplorattonor, test's with respeei thereto gr d dose QIYNfi_, m writing (tvath`a copy, to • CONI'RAG'fOR) of F.WUNF",FR's findings and mnclustons t ;5, Posslhle Contract 15i c u wnls 'Change: Jr FNGINFFR c6hcludcs'ihau a' oliange in *the Coiitiacr Documents is required ati a result oCo condition that me one or "more'ofthe categories in paragraph,4 23, a)A ork ('lunge Oiroctive or n Change Order will be issued as, provided in. Article 10 to reflect end` doaiment :the c aig qucnces of such change; 426. Pnsable i,'iici Wid'Tmres- 4,t'u Wientv-_ ,K cyuitahlc. adjustment „in• the ,Conlmct''Pricc .or in -tire Contract Times, or both will lie allowed "16 the extent 'the CN,Cstcncc of such 'unco've'real or revealed .cuniiition carcases an increase'or decrease;in CONTRi1(70Rs ccxst ol, to time requvetI b prrforiii a oC; thii \Fork., subject, hov cV 'r, to die fglloiv'ng; 1? 6:1: such'coralition rtiust'meet any one or more; "or the .categories `'desciiiied in parvgmphsA 2, i;1 thrgirgh 4? 3.4;,inclusivc 4 fi 3; u thange'_in ihz Comnicl Docirrnents pursuant to Ixuagtaph A. 2.5 -WU not ;Ix.: an auimmntic auihuiicition of rmir a, .condition preccilentln enhtltineiif to an"q such adlustrriiritt. 426.1 with icspe4t to 14tiii'.that is,ppid for- ona.Unit'Price Bnsm an'us y'adutmem ct in Contra Price, will' be subject' to 'the' ':prod isioiis of paruaphs4ll)and,l1';,n:pnU .. 2.6.4. CONTRACTOR slwtl_not be entitled vany, FUjuatmenl.'in ihd C-ilitract Pnce & Times ,if; " 416:4:1; CONTRACTOR knew or` •the cYistence- of'such' i:ondition's'at. the nmc q,0WR'AI,; OR ,nincle a, ,Final cttniniifitent toOWNER` in�TesPec4 of Centmct Price and Contract I imps h}•the • 0 4.2:6.4.1 qoNrrRAc,i:6R fniled' to, #n iithe :written n6ticc-;6hin :as I-OL14 - - `�� b},TH92P-PO- - ` h'4 2'3';, � 11 '-— - 43: Physi 4.ij. Aou??.q?-!ncMqied.-.- The ffifcmatidn and daiii, %6Wn wtics-- - respect, to rexisting Und6gro 'IFac-H at or L�ndg'uous-,t-g',thi.sitdi.%Ibakd 66 infa-mation' and'&' kmishcd to OWNFR',or FNGWFFJR by the 6%6i:rs or' such UiidirgrouW Ricillitio'* bv,olhcii AWess il:iS erwvi�, c- in I r- qin:s,% yI guq in nc Sup&- er ta�y 4.S 1: 1 -0'%VNEIZ-*iitd ENGINEER :SmL�ro; �c gr ofnpv su clfififbimati' of and "d an gr ­ igio-8 (im 6(6liviij 1�1 OTli- OF PORT CULLI M -.1001FICATIONS tlEV 0 'Pefwr mci P, OihtF. 4.5. '.T • 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 ARTICLE ,5=BOYD9,AM INWk�INC9' -5.L CONTRA&OR-AgIl 9IurTii--Jh'Pcif6r;inancc' im'd' shalt be executtd, bY, such ' suraic4miarc!namcdih current IEst of 'Tornrjaniq;,'H'odj' ' ("Lrltfieat.cs A Acceptable Z01- ptables�ritim'6ii Fe crsl,Boft&- art (qmc Ack . C d):6D* the -Aa11 giliff. 'Buim 'Tit -rhii6n5 ds--rica! 60v milcht � -oncial OPL Orxtrlrocht. All 'horuls sig`ned.hy an agent must y EL certi I-(-. "'o mcli q puthi as let. 5:2. If ,the Siifej on. -any, Bond WrruifiW 'by CONTRACTO'k - isdared a bankrupt ,or Ucomes, solvent - or its right .uo:do businew.ig 6inninktid in any i�itc wh6 IF the "I" "d' to i�,,,a,nS%ppqq_ �TqJCCt 15, located c-c-a.'--' meet thcFre44ircmcnI9-oLk*ib ph.,.I, COITrRACTOk hall sthcrc?Rcr'suhstinitc anothef. Bond shall wety"S-Pth '53. L.16mied and Inusim; Cerli t4ufis 0 -- — " -"I f f S. - - — - - - - - - - or iw'PA -A nt Thii-si� EJCDCUE%�RALCO,NDlTlO.M' 1911F8'.'4191 Edi4mlr w/ (I-I-V OF F61tT 00CLiNS kfcOw-kAnoNgawR -idnou), 0 9 0 5.�4,il �clihs,unWr Vul ere - -i-..--cbmpensa,tion. dsa-bi LtIy ne fi sand otberszn-lar cmplay63 benefit nct's, ; 5,4.?_ -claims 6r damapcsbccmw of bodil 'injury„'di' s5"_ or 43:. ddims,for, ditmagk -because of h6dily;i i , sict K'SS or diseasc-'or&2th 5.4.kclaimsAbr: inle ent- p4sp n i45, _�claimi ki. ca'mag4. Siher. -tAim, to the Woik: hselC because to ci de_stri-cion_.of tanwble pm1kry sAcr&ver; Ip"ta. ipcI dm8 1os"s o 'use )estdtingthererrart; acid 5.4.6- de6th &94t,of tIMIC o"',der'ship- ':main'trinance .-a u'sC,&P.any Pac,q.r :v lcwcli, The OoUoies,bf,insurtihce so required by NipaniEVa0h SA jo,bii maititah: I d sha H: 5A8. 'im:16W the specific wycru"Us and be k%qitten the ,SqpPlementuzy C*6Aditions or rr4iitred,b', y- vs, 'or, .5�49_ inidc *ted ofkrationsImfahc _. cueI I . " . , om, - . . I— - ."c'. i-�bj; IiOR,TC,U-LLI,\TS , MOD . IFI CATIO 3(1i4 1 V I -!rN]D,) e `4 =litile :ebntru��t]n I liability insu""" ' 5_ AU" ' runce covering CONTkACTORV indemnity oblip;aticins .1,�:6,16ar".31 thrwgfi633_ 5'4.12� remain I and at all,tinici be remov ing Pr' ICIAacitij, in=with Mragraph 1321 a J- In,addiUcin tti.insurance required,46 be psdidc by CONTRACTOR under 'p*'aMg-mph,5.'4,'�OWNEP,' at cl)��.R,S OpLign, :arid rfi'ltinf�m at , . __ ... 1. 1- cis OWNIER'slogwrise'OWNER's 6wn Hability tinsu'ce cirans .WAYpioted OWNEWu&ifist auns w "may artse r opci4atioqjljincici the C.omrict,Q6dun NLts,. aherwise4gov, ided-46-the-S6pp lementuy "T MeurA fal.kleil"- —the :-Supp r4nTaTn A�n -C-OH5*1,1111 and a.-Y 'Ih.F R-Psefdi�er entities Identifeul pp each ofwhctta is deemed to'havran Nur leas[ abtx tl :9. and - ;I T tsA!.�eI:o: p& F ea f4 "nd - I'ff ;�f-' nd }�daec-ts) I ! &oA: -Gam— st4hoske oFnteinitheFlnaiain•thnrwes.egnedjia-in4fdinj ky by L'aF:LN}s�4�enil -5. FBI . EX . DC'lJE9VFW: C014DI TI Oki 19 1 f>'N (I MA )o E(6'4'm 'vo LiTy cw.F&TCOLUs mxjokkfi&Ns ' lhain; For Meyontl c 1physical lossr-or� m agd-to "d b 16VNRR, is d 0 0 0 0 'Paniul 5A5. If OWNER:[imS, it necessary,to occupy vr [use =ii porttion ar, poffi6ns of "'the Mil." miBr ii - sulf,taniial :EJCD&QiNERAL,(`,Oi6fTfdNs 191 Q-8 (I'* WH(vii ) 0 IIESP'ONSIEIILITIES' Super Won and. Lab te Hial' an EaU ifihient.- 6.4, Unless 6thiiwjse Specified, M'', the 'G6n6ffil Requirements. CONTRACTOR shall fiInnish', , add, ri= in c, rdlI res-pohsibilit I, for all mAttirisli equipment. Isboi. transpor4tocm; a+nstruction equipment and machinery; fuel p saint Fn t � 71k liiciljtia� Bd iint: 6:4.1. Purchasing -Restribtibmr. COf,!T'RAQTbk must comply with the City's pumh9sing, mstrictions. A coop. 'vf �Lhe resolutions me%%4ilable forr.revi'cw'in'Ib offices of. �the- Purchasinp Division or the Cilv Clerk's office.- 6A.2. Ccin6rit R&trictions: Cit� of ;rorf Collins Resblution.91,-'I 21 requires thirt'sup2licts and produoers or ccmcnt the-cement}Nvas not -made in ce Went Uns, thaL-burn hazardous; wasic as a fuel. 1Progresx Schedule 6.0, CON'lrkAqipli shall -a&�cec to tfie progrvis, schedule'estMis]" in aabrdance.wrth paragraph 19,is it, 6AL1 CONITRACTOR shall submit to UNGINTIM-R for atieptance' Jq (to', th� extent Vindicated ` "gmpla'19)' propcised'&djosuitents in the,progress schcddjc�thay.will not change the 'Contract'j imcs'(br .\,41*lestofies), Such adjustments will conform generally effect and inOiLiciiall y ,Will comply with, any pr&isionsof lhn Gc6cial �R4-9,anenli 6 6-2. Proposed sdjustmenL% in the progc5s'schedule that will change the carittrict tiri�es(br,'Mlestohel) shaU be submitted in accordance with &' quiremonts. of piaragra-phi 12.1-, 'Such eidjus;-un enLs -,rnay , p;bel, made .by; a Change Order or Written Aineridnrcrtt in with -Article' 12 " A7. ,63A. . Whenever air item of material or, e4ulpmeaf is specified m desciiSed in the'C64m&t. Documents by , . using he name of thu'proprictuiv item or c name UF*B 01l c6iar, Su-- ppI tcr. the sIrm tcation or dcscrtpuon is, intcndd to',cstablishAc typ*e;.'fiu-ri.ctj'on-,'anU,q'uah}y reoired_, 'U,Meis."the �spFcificatio'n­or cfiiscqpljqn 9JC . Dcrjk,4Et.V CO3�61TIO,INN conth6oi,is. folliiwid_bvyvo , -,reac vig', that no, .0, equivalcm. or "or ' -e[jual" item dird substitution is permitti:cl, other items 617 mite It � dr cifuiprierit or 66 '' - b material Cif, mliaphicht of ot er Supp ers imay,be, by the"' fbillowni" g circumstanceS7 0, 0 0 • resultuig:cWr&.: all of tthibtiwill be' considercd by: •L'NGEPM, ev -in nlun'(ing 'the. prtip)setl._subititutr II�ciWFER msi} rec{uuc: CoNTRACTOI2'.to furiiik_' additional da A 8a Nut the propmd su6stiuttc. 6�7,1 3 iCON7Rat'rORe,Ex' nsa All`tluta to be provided,by CONTRACTOR in suppo¢itiC_any� proposed ' m-e4ual ur suSsiilUic ntm%il'ill be at- -CONTRAC Ok'se.%pensr.. 68 'con. erniniv 4abcbatractIors. . SappIiers. and -Others•: - - -... FJCdt, 4E3�'ERAI. CGNDITIOPS t'll1FS. (I l>Ytl Er6liolil ;w dIY OP, FORT QJWd,%M0i)lHCAT10N3 tl" ,?0001 C� 6-0. GO\*CRA-CT0Rshall oerforni riix m ftn 20 rt:ent"'of511ie'eWork'tvith its ntt7isoars� (alas without subcbntrnctatL)d 'The` 20oercrnt'riiauirairient "shall be understood to"refer.to the Work the value-uf `which totWnotlessthm O oeiient'oflheGonuxd 13; piii41671 6.M, The &,isichsirid,stciibnsd the, Ah6. i"de�tifiL41ioi�; 'nn-N'- p qmll.-lnQt'.cdntrbl - �COTNTTRACTOR dR ' lyliding --ffie _ Work ahi6rw Subcontmetom'or Suppliers.or delineating the "',curklo'bc' pertomicd y sttaU Five; all notic�s.anU comply 'tN;iih A Rqgulaflnris �pplicablo in rUhujjjjjL,'L I ., 3f iW'.perf6miunce o )the NVorki Ex6tot _quired by appliti Laws :and Ac'cgula-linns;'. 'n�vjihcr ' -OWV&tR nor EN( T-FERW _shall "lie '.responsiWa tor'mb-nit6rinz �; I 'ce with ONTRAGfOR's.complia� -h any Laws `or f'dtmt Fies 6.15. CO4NTPj%C7TWA91Ljiav aU _smiler la '�q' 6se.:arxi -other " q t6-- be . Oid �ur ,co-N-rRAGTc)R" in - witli 'the Laws -iid Aqutati6n,� of thi� pld&� of t�c� Project "which 'pic applicable aurffV - iflcopedonlli&c of the wo'k-- 6.15 1`OWAJZJeic&ppl 6oai-Coiohido'Slate and ,local salcs. end - use t ix��,Lin imalmaN 'to -be �d­ M� into �ojc&t. Sal.d.ta.,6< ,sImWnoi be included in theConiract-Pric-6 Add' sm: "Colorado Dejmrlznedl-6fRevLnue' FJ I CDC'GEN: MAL C0114DITIOI� 6MR 6056fidd)t 14 0 40 0 1375:S8enitilnSteet. .Lkiiyen Colorisilo `80261 Sales iarid Use Takes • foithe :State or Ciilor'ado.. Reuioretl'.TransvUnsfion. District (RTD)'iiid:ccaiiin Colorado+ cotmttz.4=.ara 'collected: bl� the-.'State:>ofc Colorado,and'.arermcludcdiii the."Cxtihcatian'of Gsamotton: Alfa 'icable'Sales and.Usc Tuxes (iricluaim= State' iollec!d la•ms)'t or 'iinv •items othi.r'thao conslrucCtbn. and buildinu materials i)hvsitwlly'inctrponited into'the Ee t are: to'ha id by CONTRAC•1• )R` rind' are't o o included in abmooriite bid items. 'Use,n .Yrenuses: i ;6A S. GONTRACTURt,"U not load nor permii anylwar[ of any structure to beJoeiled to s4 manner:•that will -endanger"thz'sirvLiurentir shaIICOA'f2ACTOR subjeci ;any part oC the Wo}k or adU.acrnt!pn6puty tb,1 slrcsses: pre-ssurde t}iat will endai gc •it: . Keco�d Dacuirrentr. :bFl)LQiNSRALCONOITIONS1007811 ygE�61un1„ p9 pTl 01 FORT COLLI NS hl W ll7('ATIONS �111V •1�21111a) 0 $aJeit•and /'rorecNort: 6:20. CONmka'oR shall be responsible •for mniating matlilainilig 'and supc[vising nll� sal'cry. precautions and_.pi4ams inLmnecuon•vvith the l a-: CON'f tAt`TOk :."Il,take all newssarvpip- u, . ns,Cor, the seCrty,bC and;st tll provi a the necrssAn^pmtecuon to prevziitdamage, injury or, lossro,i ' o.3tl 1 all;personc on the'lVorl.`stle or who may..b�'- 'aticcted hyil c work". all„the;lVork anii rnatehals acid 2gatpment;to lie` incorporated thacln ,whether in ., =ge on"nr off t}te ti$;:anil 6.203rulier'prapeoy et the site nr.ridjacent thereto; .i6cludmg,trec� shrubs,,.Inwn.S walks: pavements. ron ays. stiueturm mulittcs aid .Undcrp txtiid laclhn�s.not dcsl;natEd,0 nnno"I' �elocatton ,f. rcplaccm"ent-in'the courscofcon struciiam notice R 6r ACTOR in acoll al' with ph 14,11the.Work I�imk is7ac�pliWcx (kept SIS &hcnVise . cxp�jcssl}; 'provideq in. connecti,6n. ' with COYPRACTbli, shall de;ignatt a - qutalilicd ..fitnd experienced surety represerastive.at the site whose dutiis :6d restronsibilities shall be the piev4ftrioh'cifue6iW�nd die mintswnr q 'n-d prqpms. m Hdzarr6Gvynmunlcaiia,i Prvi;ran& 6-22, C0IN:rkAQ'l*0R shall Sa -Tcspomqihl& 1143r LL6 sh666s or �othcf hazard communtLiah�on'i'nfonn-2tion,tcquired�'to."'bc ' !Made available to' or exchanged betWccn, or' among tl�.c site in accordance I with' Iaw s or .6.24., -Sh6pDnmwingsandshnqjIev 6.24.2.ICONTRACTORshell' alw sutmi;I Samples - - to; LGNIM krreiew and approvaI an accor&tice, with ssialauceplid khedLdc of Shop Draivirgs�a6d S�AP15 su.b-7iival-s-- Each.S*ple will Ne' identified cicgrl} is to rnhteriaLSuppher, pertinent date su,ch-a's catalog 'ndftibLis and,the u!k'l'8r -i-hi6 'ini-eh "and ENGINEER may 'requirt: *.-to emble tMIOPPR to rey`ii}v th6 silbrniiiiiI f6i tl-e linliaid, . 10 EXDC n6rs 6 1 (M' (t 90 gdidm), W/ 0TY OF ItORT OOLLI NS M.DDLIiIICA'r[0NS qtLv .112000) purr K y paragraph 626. T ie iniffibers ,of ekliSqmple to he submitted will he as s sT . t6ifie . 6 , ffi the Spe&ificatiom. 6.2e' Bff6m; aubrniit4, ea6h,, Shu' Ur p Dru%%ii� ' .Sariple., CONTRACTOR,4bll hivi ilden-ilined and 6.153A- till field rKe-nmranents, quantitiesI- -I � - —1- an�, dirneres-k-)ns, red perr ornice criteria: i6stallationre9mre-niSnts materials 4-aailoi rLnibefs.'and -almilar. inlorm.ati0i w44 respect 6.25.IiI ull rrater6jsLwith aspect to irite6dLd use, fisbric-�ation-, shigg, handling, srorage. assembly ;end tion pc - rtauimg to, the performance pfihc'W&Tk: and -6.2i,,13, all - ififc hfion, '� i fefidii6'to CON I12,SF;1ORs rcspon-ibi i" re -spec, of means nctha& tcchnque-sequcnces'sM aroSedurcsof construction .and �fcty prccautims -Wdd-pngrAn-is incident thereto ';ITRACT shhIl Wso have, ,reviewed and � ilina 1, 0P` h"r1wing or,Saniple ti ith other er ShoppinMh& and, sampicg and with JKL .requirements• of the Work and the tonim-et :6:25.2Paco'tivbminai:willbcaFia.itaino. or e*ific CQI\TTRK(--T(.)Rs obli&tions Wnder..'the Coraha b6duawhik with rc's`pkx'�t t6 co-NTRACTOR's iuiCk'VI b 1nd,npFwqvdl!6fthht,.§u inittal. 0 El 17J s .628 -W cwa shopDraatng•or S@mplcJs rquircd try, :Wii Contrict.Documl� s nr the schedtik of.Shii Drswiog- and 'Sample' sulmiissi4ni; a c�T ted by F.NGINEFR ; s rNNuired'by,p;Iragniph2_ any related Work,pa"rfonned prior to RNCrINFERs re%gq%v and approval of thc;�'ertuient, sdbmitm]'will be it the sole,cSpense and risp6iutbilit} of COM NA&DR. r•'oiititiuing�t/e dt(pii: 6,29 CONTRACTOR-.slmU Car on the Wort, and. . adhere t(J ttu' piol rem Y-lie lul ing all dispute5,o`r d&gtectten ts wah OIIR5IGR No GVQii. shall be delayed ai postponeA pen. respmptin ;of. any; , wpules or dlsagreemeJits,*cucpt aspemiiiied by_lx+ragraphyl� 5 or as, �O)IINUR%;nd CONTRACTOR iilay otliervvtsz agree 4 'writing. - .. :630 CClaV7kl&bR's• Gen&,ii - arrant .and u.36.1 CONTRAC .OR wmiiants aalgitdrantecs. to. OWNER 1sTY II EE-R vice ENC3[hGGR's Ccrosidtarls that all Work will'be'in acco_ rdance with the Contract Ocictiniznfs wtil "wlll riot. be d feelnz; dOle'TRAC.TOR'a-.wnrtan[y :itul gaetttrw.e Fiereuruler'. c�clucicy clefects;tir damage caused by; 63).1_I, abuse;: moJli6cation or improper mairdenaNe or; opemitM:li � persans'other thian. CONTRACTOR;.So :o- "'ctors p' suppliers 'cir' 636.1.2., ttoimal'nvciii�arid tear undea,,doiritel. usage., 63U� CONTRACTOR'S 6b.Ujotion tope Ibrin,undI:, oamplcte.thc Woik in,acciirdarrcc ivit ihe.Cafinct. Documents shall tie sbwluie� None .oflhe'follbiij w ll caisiimte an+acrepmnce or'Wnrk that;i's ti6y, in, 66)z: iENE[tAL wisi6f bOis iSol a-8.(i*ii Gtim)�. ',q'7 L1T1 OY FORT OU' LLIttlS \i0Ut17CATI0[JS nifsY-J,^.lH1Uf • ascordarice with the Ccintmo Docuirients or n relea`se 61C014TRAG.TORs' obLi&tiori la perrorm INAVbrk in uccoidan6: %V lh'.t} e C l nttia Doc imrnt; 6 30 '.1 observitions by ENGWEFR'. 63U''> 'rgcummendauan oLanv„pro�ess.or. final pnytncnt liyFiNGINffi2; (i3U:?:3: •'ihe :issuancr.,oG a c8�caie'-of Suhslaritiat Curqp,cuiin or xny' paymept. by OWN>T<'to CONTRACT'OR under the Contract .... _ ......_. _. . . . Docluments;.. 6302A.. use ormcupnnby,pGthe Work or.nny parrilicrcnf by t7WNIN; . 630.2.5. apy aceepianm ti;<(JWNEIR'-ai sny fail' ie Lo du so:, 6366: an} revtau and appimial of a'Sh6p I>rnnmg'o Sample ubintttator:the_Isamrceofa nuttccfaf.'aac piiibility•h} ENGINEER pursuant to paragraIph 1413 63� -7,; nn} ticjtcc'aon,,tcst or.approyntlry ot} crs_ or, anv'cvrrection of idefet•in a work' by }WNFR. :!a'deniai cation: . In a� - tun all clans agaifist'OWNEk Oc INGINC1:R,of;any iJf thz¢ resj nt!; agents ofGuer3; cLrcctorroc e nployrn`by any empluyee'(or lFte srnliorrsonal rqprascntatitc ofsncn employee) of 'COl\°I'RACTOR; any Subo&htiaclur• any Supplier, any pee an or 97ri imn directly'ar mrlirectly emplo}''ed; iiy IT