Loading...
HomeMy WebLinkAbout506266 V & S LANDSCAPING & SPRINKLER SYSTEM INC - CONTRACT - BID - 7634 MEDIAN RENOVATIONS - MULTIPLE LOCATIONSCity of Fort Collins Purchasing SPECIFICATIONS AND Financial Services Purchasing Division 215 N. Mason St. 2" Floor PO [lox 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgo v. condpurchasing CONTRACT DOCUMENTS FOR MEDIAN RENOVATIONS - MULTIPLE LOCATIONS BID NO. 7634 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS • MAY 15, 2014 - 3:00 P.M. (OUR CLOCK) responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a • partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 0 • M ENGINEER. notion particularly the relationship of the pa meat requestul to the schedule of values work completed and materials end aIMVnenl delivered et the site but not incorporated m the Work, 9.3.2:10. Completion: 9.3.2.t0.1. Before ENGINEER issues a Certificate of Substantial Conlileliom=submit to CONTRACTOR a list of observed items reguuin n correction or completion 9.3,2.10.2. Conduct final inspection in the company of the ENGINEER, OWNER and CONTRACTOR and Prepare a final list of items to be corrected or completed. .Observe that all items on the final list have been corricted or complcted and make recommendations to ENGINEER concerning acceptance. 9.3.3. Limitation of Authority: The Repremnmtive shall not: 9.3.3.1. Authorize any deviations from the Contract Documents or accept any substitute mateda or quipmeni, unless authorized_py_tjte ENGINFHR. 9.3.3.2. Exceed limitation of ENGINEEiR'S authority as set forth in the Contact Documents 9.3.3.3. Undertake: my of the responsibilities of the CONTRACTOR. Suboontmetors, or —T[R.KTDR_�—supgfi�telzdet_hj, 93.3.4. Advise on or issue directions relative to. or assume contro] rn•er an 'aspect of the means, methods, mchnigues. sequences .or procedures for construction unless such is specifiwliv called for in the Contract Documents 0.3.3.5. Advise on or issue directions reaarding or .assume control over safety precautions and programs in connections with the Work. 93.3.6. Accept Shun Drawings or sample submittals from anyone 'other than the CONTRACTTOR 93 3 7 Authorize OWNER to occupy th Work in whole or in cart 9.3.3.8. Participate in soecialiaed field or labomlorvtests or inspections conductodl by others except as specifically authorized by the ENGINEER Ckrrifncafions and Interpresations: :9.4. ENGINEER will issue with reasonable promptness such written alanfications or interpreatiore of the EICDCOENERAL COMITIONS 19108 (1990 Edtion) w1CITY OF FORT CUI.LINS MODIFICATIONS OLEV 4r2000) requvemems of the Contact Documents (in the:forn of Drawing or mIterwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents-. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR .. If OWNER or CONTRACTOR believes that 'awritten clarification or interpretation justifies an adjustment in the Contract Price or the Cornmct Times and the parties are unable to agree to the amount or extent Thernof, if anyy, OWNER or CONTRACTOR may make:a :w'riuen c aim therefor as provided in Article I I or Article 12 Arthorized Mar(ations in Nark: 9.5. HNGINEER may authorize minor variations in the Work from the requirements of the Corntmct Documents which do not involve.an adJustment in the Contract Price or the Contmet 'Cimes and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and ulm on CONTRACTOR who shall perform the Work involved promptly. 1 f OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract price or the Contract Times and the porticti arc unable to agree as to the amount or extent thereof, OWNER. or CONTRACTOR may make a written claim therefor as provided in Article I I or 12. Rejectmg Defective Work. 9.6. ENGfNEER.will. have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing, of the Work as provided'n paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEEWs authority as to Shop Dmwings and Samples, we paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEERS authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGINEER's. audority as to Applications for payment, see Article 14. Determinarinns for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work Performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's Preliminary determinations on such matters before reentering a wTiden decision thereon (by recommendation of an Application 21 for Payment or otherwise). ENGUEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR unless, within ten days after the date of .any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intentionto appeal from ENGINEER's decision and: (i) an appeal from MINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to F.NGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR Such appeal will not be subject to the .procedures of paragraph 9.11. Decisions on Disputes: 9AL ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and either matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and famishing of the Work and claims under Articles 11 and 12 in respect of changer in the Contract Price or Contract Times will be related initialI to ENGINEER in writing with a request for n formal decision in accordance with this paragraph. Written notice of each such claim, dispute m other matter will -be delivered by the claanam to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the: start of occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or ever unless ENGINEER allows an additional period of time far the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. ENGINNEER's wTilten decision on such claim, dispute roc other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A. "Dispute Resolution Agreement", entered into between OWNER and CON'rRACTOR pursuant to Article 16, or (i) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from D•NGINE 'a written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision mid a formal proceeding is instituted by the appealing party in a forum of ampetem yurisdrelion to exercise such rights o remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such EJCDCGENEM COND1T10M 1910 9 (1900 E&Lkn) 22 .I (ITY OF FORT COLLINS MODIFICATIONS (REV 4R000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR 9.12. When functioning as interpreter and judge under pamgraphn9.10 and 9.1L ENGINEER will not show {�srtiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to my such claim, di to or other matter (except arry which have been waived by the making o acceptance of final payment as provided in pamgraph 14.15) will be a condition pnecedem to any exercise, by OWNER or CONTRACTORofsuch rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations.in respect of any such claim, dispute or other matter u atam4oAAie e-+(i. 9.13. Limitations on GVCINEER's Authoriov and Responsibifitier 9.13.L Neither INGINEER's authority or riesporsibidity under this Article of under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or- not exercise such authority or resportsihiliry or the undertaking,. exercise or perfoninanegof any authority o responsibility by ENGINEER shall crate, impose or .give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or many surety for a employee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be respore ble for CONfRACTOR's mar% methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulation applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible far the acts or omissions of CONTRACTOR or of my Subcorarmetor, anyy Supplier, or of any other person ororganization organization performing or furnishing any of the Work. 9,13.4. ENGINEER's review of the final Application for Payment.and accompanying documentation and all maintenance and operating instructions, schedules; guarantees. Bonds and certificates of inspection, tests and approvals and other docunnentation required to be delivered- by paragraph 14.12 will only be to determine generally that thew comer complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9A3.5. The limitations upon authority and 40 0 0 0 responsibility set forth in this paragraph 9.13 shall also apply to ENGTNEER's Consultants. Resident Project Representative and assistants. ARTICLE 10—CHANCES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety. OWNER may, it, any time or'frdm time to time, orderudditioru, deletions or revisioas`in the Work: Such additions, deletions or revisions will be authorized by a Written Amendment a Change Order, or Wok Change Directive. Upon receipt of any such document,'(ONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Dccitmcnuc (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the eateiit, if any; of an, adjustment in the Contract Prim .or an adjustment or the Contract Times that should be allowed as a rewlt of a Week: Change Directive, n claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not rcq�ired by the Contract Documents as amended, modified and 'supplemented as provided in paragraphs 3.5 and 3.6, except in the cow of an cmergcrwy as provided in paragraph 6.23 .or in the case of uncovering Work as provided in pnrmgmph 13.9. 10.4. .OWNER andCONTRACTOR shall execute appropriate Change Orders recommended by ENGRN'EER (or Written Amendments) covering: 10AJ. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1,'(ii) required because of - acceptance of defective ,Work under paragraph 13.13 or correcting defective Wort: under paragraph 13,14, or (iii) agreed to, by the parties: 10.4.2. changes in the Contract Price or Contract Timex which are agreed to by the parties: and 10.43. changes in the Contract Price or Contract Times, which embody the substance of arty written decision rendered by ENGINEER pursuant to paragraph 9.11; - provided that; in lieu of executing any such Charge Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws�and Regulations, but during any such appea1, CONTRACTOR shall carry on the Wok and Zr to the progress schedule as provided in paragraph 6.29. 10.5. If notice of arry change affecting the general scope of the Work or the provisions of the Contract. Documents E)CDCOMeERAL MUTIONS 19104 (IM Edhiao) w/CITY OF FORT ODLUMS MODIFICATtONS VXV UNDO) (including, but not limited to„Contract Price or Contract Times) is required by the provisions of any Bend to be given to a surety, the giving of anysuchnotice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be aetjusted accordingly, ARTICLE I I —CHANGE, OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations mired to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without charge in the Coruract Rice. 11 The Contract Price may only be changed by a Change Order or byn Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the parry making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the startof such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in supper of the claim) and shall be accompanied: by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant 'is entitled as a result of said occurrence or event All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with peragraph9.11 if OWNER and CONTRACTOR cannot otherwise agree on the.umoum involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The .value of any Week covered by aChange Order or of any claim for an adjustment in the Contract Prim will be determined as follows: 11.3.L where the Work involved is covered by unit prices oomaihed in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3. inclusive): I I.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (which may include,an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices wntained in the Contract Documents and agreement to 'a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Weak (dete nimel as provided in paragraphs 11.4 and 11.5) plus.a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cast of the Word: means the sum of all costs necessarily incurred and paid by CONTRACTOR in 'the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER such costs shall he in amounts no higher than those prevailing in the locality of the linject, shall include only the following items and shall not include any of the costs itcmisd in .paragraph 11.5: 11A.l.Payroll casts for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of thew time spent con the Work. Payroll coats shall include: lm-na be limited to, salaries and wages plus the cost of fringe benefits which shill include social security contributions, unemployment excise and payroll taxes, workers' cmnpemation, health and -retirement benefitsrbenuses; Sick leave, :aeeti liday-pay applicable thereto. The expenses of performing Work after regular working houm on. Saturday. Sunday or legal holidays, shag be included in the above to the extem authorized by OWNER' 11.4.2, Cost of all materials and equipment furnished andincorporated in the Work. including costs of .transportation aridstorage thereof, and Suppliers' Geld services reGG�ired in connection therewith All cash discounts stall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall icrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER and CONTRACTOR shall make provisions so that they may be obtained 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontmaes. If required by OWNER, E1CDC OENSM CONDITIONS 1910 9 (1990Editim) 24 wr CITY OF FORT COLLINS MODIFICATIONS MV4R00a) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER which bids, if any, will be accepted. If city suhcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the SubcoNmctoes Cost of the Work and fee shall be determined in the same manner as CONTRACTOR'S Cost of the Work and fee as -provided in paragraphs I L4, 11.5, 11 6 and 11.7. All subcammets shall be subject to the other provisions of the Contract Ibcumems insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing labomlories, swveyors, attorneys and accountants) employed for services specifically related to the work. 11.4.5. Supplcmemal costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5;2. Cast, including transportation and maintenance, of all materials, supplies. equipment, machinery, appliances, office and temporary facilities at the site and hard tools not owned by the workers, which am consumed in the performance of the Work and cast less market value of Such items used but not consumed which remain the property of CONTRACTOR- 11.4.53. Rentals or all construction equipment and machinery and the parts thereof whether rented firm CONTRACTOR or others in aaxordancewith rental agreements approved by OWNER with the advice of ENGINEER and the costs of transportation, leading. unloading, installation, dismantling and removal thereof —all in accordance with terns of .said rental agreements. The rental of any such equipment. machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar Isms related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR any Subcontractor or anyone directly or indirectly employed by any of them or for whiose acts any of them may be liable, and royalty payments and fees for permits and licerees. 11.4.5.6. Losses and damages. (anti related expenses) caused by damage to the Wark, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the 40 0 ppesrrformance and Currtisturig of theW�k (except 11.5.5. Costs due to the negligence of loses anI damages within the deductible amounts CONTRACTOR, any Subcontractor. art anyone of laoperty insurance established by OWNER in accordance .with paragraph 5.9), provided They directly w indircetly employed by en of than or for whose acts any of them may be liable, including but hale resulted Gan causes other than the not limited to, the corroclion of defective Wale negligence of CONTRACTOR,_ any Subcontractor, or - indirectly dispomI ofmmerials-or equipment wrongly .supplied any damage anyone directly or employed by any of them or for whose acts any of and making good to property. them may be liable. Such losses shall include 11.5.6, Other overhead or general expense costs of settlements made with the written consent and any kind and the costs of my item'not specifically and ;approval of OWNER. No such losses, damages expressly included in paragraph 11A. and eiq ensosslsll be included in the Cost of the -Work for the purpose of determining 11.6. The CONTRACTOR's fee allowed to CONTRACTORs fee. If however, any such loss CONTRACTOR for ovahead and profit shall be a damage requires reconstruction and determined as follows: CONTRACTOR is placedincharge thereof CONTRACTOR shall be paid for services a fee 11.6.1. a mutuallysoxcptable fixed fee; or proportionam to that sated in paragraph 11.6.2. 11.6.2. if a fated fee is not agreed upon, then a fee 11.4.53. The cost of utilities, fuel and sanitary based on the following percentages of the various facilities at the site. portions of the Cost of the Work: 11.4.5.8. Minor cxpcnsrs such as telegrams; 11.6.2.1. for costs incurred under long distance telephone calls, telephone service at paragraphs 11.4.1. and 11.4.2, the the'site, expreseagc and similar petty cash items in CONTRACI.OR's fee shall be fifteen percent; connection with the Work. 11.6.2.2. for costs incurred under 11.4.5.9. Cost of premiums for additional Bonds paragraph11.4.3, the CONTRACTOR's fee shall and insurance required because of changes in the be five percent: Work. 11.62.3. where one cr mate tiers of 11.5. The tens Cost of the Work shall not include any of subcontracts are on the basis of Cost of the Work thefollowlpg: plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3" and 11.5.1. Payroll costs and other compensation of 11.6.2 is that the Subcontractor who actually CONTRACTOR's officers; executives, principals (of performs or furnishes the Work, at whatever tier, partnership and sole proprietorships), general managers, will No paid a fee of fifteen percent of the costs engineers, architects, estimatom rattormys, auclitors, inmaed by. such Subcontractor under paragraphs aaountants, purchasing and contracting agents. 11.41 and 11.4.2 and that any higher her expc litert, timekeepers, clerks and other personnel Subcontractor and CONTRACTOR will each be employed by CONTRACTOR whether at the site or in paid fee•oFfwa-perunEroWne-anroutt-paid-fo CONTRACTOR's principal or a branch office fa the-next-lower4ter-Subcartraetor, to be nepatialed general administration of the Work and not specifically in good faith wrath the OWNER but not to exceed included in the agreed upon schedule of job five percent of the amount paid to the next lower classificatiorrs referred to in paragraph 11.4.1 or trey Subcontractor specifically covered by paragraph IIAA—all of which are to be considered administrative costs covered by the 11.6.2.4. no fee shall be payable an the basis CONTRACTOR's fee. of costs itemized under paragraphs 11.4.4; 11.4.5 - and 11.5; 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at 11.6.2.5, the amount of credit to be allowed the site. by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the 11.5.3. Any part of CONTRACTOR's capital amount of the actual not decrease in cost plus a expanses, including interest on CONTRACTOR'S deduction in CONTRACTOR's fee by in amount capital employed for the Work and charges against equal to five percent of such net decreased and CONTRACTOR for delinquent payments. 11.6.2.6. when both additions and credits are 111.5.4. Cost of premiums for all Bow.and for all insurancewhethercar not CONTRACTOR is required involved in any one change, the adjustment in CONTRACTOR's fee be by the Contract Documents to purchase and maintain shall computed cn:the basis.,of the' eel change in accordance with the same (except for the cost of premiums covered by paragraphs 11.62.1 through 11.6.2.5, inclusive. subparagraph 11.4.5.9 above). 113. Whenever the cast of any Work is to be E1CDC OENERAL CONDITI ONS 19108 (1990 Edlim) 25 w/CITY OF FORT WLUM MODIFTCATIONS(REV 420M) 0 detemlined pursuant to paragraphs 11.4 and 11.5,. CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to 24GDTEER an itemized cost breakdown together with supporting data. Cash AT[mtnnm: 11.8. It is understood that CONTRACTOR has included in .the Contract Prim all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER. and ENGINEER- CONTRACTOR agrees that: 11.8.1. the allowances include the .cast to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered et lthhe sac and all applicable taxcm and 11.8.2. CONTRACTOR'S costs for unloading and. handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowanms and no demand for additional payment on account of any of the forcgohg will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on amount of Work covered by allowances, and the Contract price shall be correspondingly adjusted. 11.9. Una Price Wark, 11.9.1. Where the Contract Documents provide that all art part of the Wort: is to be Unit Price Work, uutially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work lanes the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work we not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and clamifreatiam of Unit Prim Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit pricewill be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for eachmpmatety identified item. 11.9.3-:OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11-i[ 11.9.3.1. the quantity of any dent of Unit Price Work performed by "CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; EJCDCOM4UV . COND1116M 1910E (IM E(fitim) 26 wJ CITY OF FORT IXJwL momrICATIONS(REV42000) and 11.9.3.2. there is no coumpumling adjustment with respect to any other item of Work; and MU 3. if CONTRACIOR believes that CONTRACTOR is entitled to an increase in Contract Prim as a result of having incurred additional ,expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unableto agree as to the amount of any such increase or decrease. 11934 CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Hid or ehanec'mant m at OWNER'S sole discretion without at&yin¢ the Contract Pricy of am remaining item m Ion¢ as the deletion or oddit on does not exceed twenty-five percent of the mi¢innl total Contract Price ARTICLE 12—CHANGE OFCONTRACT TIMFS 12.1. The Contract Times (or Milmtanes) ran), only be edtangcd by a Change Order or a Written Amendment. Any claim for an adJustment of the Commct Times (or hAilestorxs) shall fie based on written notice delivered by the party making the claim to the miter patty and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the even[ giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days alter such occurrence (unless ENGINEER- allows additional time to ascertain more accurate data in support of the claim) and shall be. accumpanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with pamgmph9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for anndjustment in the Contract Timei;(or Milestones) will be valid if not submitted in accordance with the requiremots of thus paragraph 11 L 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 123: Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Miestones) due to delay beyond the control of CONTRACTOR the Contract Timm (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as eoatemplited by Article 7, fires, floods. epidemics, abnormal weather conditions or acts of God. Delays attributable to and .* within the control of a Subcontractor or Supplier. shall be below shall be paid as provided in said deemed to be delays within the central of CONTRACTOR paragraph 13.9; and 12.4. Where CONTRACTOR is prevented from 13.4.3. as otherwise specifically provided, in the ,completing any part of the Work within the Contract Timm Contract Documents. (or Milestones) due to delay beyond the control of both OWNER arid -CONTRACTOR,. an extension of the 13.5. If Laws or Regulations of any public body having Contract Timm'(or Milestones) in,im amount equal to the jurisdiction require any. Work (or part thermf) specifically time lost due to such delay shall be CONTRACTORS sole to be inspected, tested or approved by an employee or and exclusive remedy for such delay. In no event shall other representative of such public body, CONTRACTOR OWNER be liable to CONTRACTOR any Subcontractor, shall assume full responsibility for arranging and any Supplier, mry'other person or organization. or to any obtaining such inspections, tests or approval,, pay all costs surety, for or.employm or agent of,any of them, for in connection therewith, and furnish 'ENGINEER the damages arising out of or resulting from () delays caused .required mriificiam of inspection orapproval. by or within the control of the CONTRACTOR, or CONTRACTOR shall also be responsible for arranging (ii) delays heyond the control of both parties including, but and obtaining and shall pay all costs in connection with not limited to, Eves, floods, epidemics; abnormal weather any inspections, testsorapprovals required for OWNER's conditions, acts of God or acts or neglect by utility owners' and SNGINEER's acceptance of materials or equipment to or other contractors performing other work as contemplated be incorporated in the Work or of materials, mix designs, by Article 7. or equipment submitted for approval prior to the Work. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF 13.6. if any Work (or the work of others) that is to be DEFECTIVE W OR K inspected, tested or approved is covered o CONTRACTOR without written concurrence ENGINEER; it must, if rcqueated, by ENGINEER, be uncovered for observation. 13.1. Notice ofDefecrs. 13.7. Uncovering Work as provided in paragraph 13.6 prompt notice of all defective Work of which OWNER or shall be at CONTRACTOWs expense unless ENGINEER have actual .knowledge will be ,given to CONTRACTOR has given ENGINEER rarely notice of CONTRACTOR NI defective Wort: may be rejected, CONTRACTOR's: intention to :cover the same and corrected or accepted as provided in this Article 13. ENGINEER has not acted with reasonable promptness in response to such notice.. .Access to Worn: Uncovering Work: 13:2. OWNER ENGINEER.ENGWEER's Coianitams other representatives and personnel of OWNER 13.8. If any Work is covered maturity to the written independent testing laboratories and governntemal agencies request of ENGINEER it must, if requested by with jurisdictional interests will have access to the Work at ENGINEER. be uncovered for ENGINEEWs observation reasonable —times for their observation, inspecting and and replaced at CONTRACTOR's expense. testing. CONTRACTOR shall provide them proper and. safe conditions for such access and advise them of 13.9. If ENGINEER considers it necessary or advisable CONTRACTOR's site safety procedures and programs so that covered Work be observed by ENGINEER or that they may comply therewith as applicable. LmsNpecled cr tested by others, CONTRACTOR at request shall uncover. expose a otherwise TvAsandlns actions.• p make available on, inspection or testng as ENGINEER may require, that portion of the Work in 13.3. CONTRACTOR shall give ENGINEER timely question famishing all necessary -labor, material and notice of readiness of the Work for all required inspections, equipmenL If it is found that,such Work is defective, tests or approvals; arid shall cooperate with inspection and CONTRACTOR shall pay all claims costs, loses and testing personnel to facilitate required inspections or tests. damages caused by, miring out of cr resulting from such uncovering, exposures observation inspection and testing 13.4. OWNER shall employ and pay for the murices of and of satisfactory replacement or reconstruction, :independent testing laboratory to perform all (including but net limited to all costs of, repair or ayspeclions, lest-, or approvals required by the Contract replacement of work of olhers);and OWNER shall be Documents except: entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount 13.4.1. for inspections; tests or approvnls covered thercoC may make a claim therefor as provided in by paragraph 13.5 below; Article 11.- If, -however, such Work is not found -to be rkf cthw, CONTRACTOR shall be allowed an increase in 13.4.2. that costs incurred in connection with tests the Contract Price or an emension of the Contract Times or inspections conducted pursuant to paragraph 13.9 (err Milestones), or both, directly attributable to such E1CDC DENERAL CONDITIONS 19108 (1090 Edtim) 27 wiaTY OF FORT COLLINS MODIFICATIONS OtEV V2M) 0 uncovering. exposure, observation, inspection. testing. .replacement and reconstruction: and, if .the parties are unable to agree as to the amount m extent thereof. CONTRACTOR may make a claim therefor as provided in Articles I l and 12. OWNER May Stop the Work., 13,10. If the Work is defective, a CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the armpleted Work will conform to the Contract ,Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof. until the cause for such order has been eliminated; however, this right of OWNER to step the Work shall not give rise to any duty on the. part of OWNER to exercise this right, for the benefit of CONTRACTOR or any surety or other patty. Correction or Ren, mwI ofDefeedve IVork: 13A 1. If required by ENGINEER, CONTRACTOR shall Promptly, as directed, either -curtest all defective Work, whether or not fabricated,installed or completed, or, if the Work has been rejected by ENGINEER. remove it from the site and replace it with Wort: that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting Gam such correction or removal (including but not limped to all coats of repair or replacement of work of others). 13.12. Connection Period 13.12.1. If within one-year two years after thedateof Substantial. Completion a such longer period of time as may be prescribed by Laws or Regulations or by the tcmrs of arty applicable special guarantee required by the Contract Documents or by any specific provision of .the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without east to OWNER and in accordance with OWNER's written instructions: (iy correct such defective Wort:; or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) smisGactorily correct or remove and replace any damage to other Work or thework of oilers resulting therefrom. IT CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk. of Inns or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced and all claims, costs, losses and damages caused by or resulting Eom such removal and replacement (including but nor limited to all costs of repair or replacement of work of others)will be paid by CONTRACTOR 13.122. In special circumstances wherea particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the earectiorn Aerial forthat item may start 10 non from en eerlierilate if su provided in the Specifications ur by Written Amerdment. 13.123. Where defective Work (arid damage to other EICDCOEM M COND1710M 191M(199a E6dm) 28 cola Y OF FORT COWNS MODIFICATIONS(REya(ta0a) Work resulting therefrom) has been connected. removed or replaced under this paragraph 13.12. the correction period hereunder with respect to such Work will be extended for an additional period of con -year two veers after such correction or removal and replacement has been setisfaemrily completed. Acceptance Of Defective W01*.- 13.13. If, instead of requiring correction or removal and replacement of defective Wort:, OWNER (and, prior to ENGINEER's recommendation of Iial payment, also ENGINEER) preOWNERfers to .accept it. OWNER may do so. CONTRACTOR shall pay all.claans. costs, losscsand damages anribumble to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasorwbleness). If urry such .acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract price, and. if the ppatties are unable to agree as to the amount thereof, Oik ER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER O WA'ER May Cotreer Defective Work: 13.14. if CONTRACTOR fails within a reasonable time alter written notice from ENGINEER to correct defective: Work or to remove and replace related Work as required by ENGINEER in accordance with paragraph 13.11, or hf CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Cummct Documents. OWNER may, after seven days' written notice to CONTRACTOR correct and remedy any such deficiency. In "emising the rights and remedies under this pamg aph OWNER shall proceed apeditiously. In connection with such corrective and remedial action; OWNER may exclude CONTRACTOR from all or part of the site take possession. of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, coratruaron equipment and machinery at the site and incorporate in the Work .all materials and equipment stared at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR .shall allow DOWNER-. OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGR=- 'a Consultants aCCess::lo the site to enable OWNER to exercise the ri • ts and remedies miler this paragraph All claims; costs. taus and damegesiricuned or sustamed by OWNER in exercising such rights and remedies will be charged against CONTRACTOR arid a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respectto the Work; and OWNER shmll be entitled to in appropriate der rmw in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and Is 11 • ,damages will include but not be limited*to all costs of .repair or replacement of work of others destroyed or damaged byy correction removal or replacement of CONTRACTOR's defectnz Work. CONTRACTOR. shall not be allowed an extension of the Contract Times (or Milestones) because of any, delay in performance of the Work attributable to the exercise by 01AWM of OWNER's rights and remedies hereunder. ARTICLE 14—PAYDIEIITS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in ,paragraph 2.9 will serve as the basis for progress payments .and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the nurn6erof units completed, Applicnrfon for Progress Payment: 14.2. Al least twenty days: before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting doeumentetion:as is required by the Contract Documents, If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably .:cored a' t-the sits oral another location agreed to in canting, thc.Application for Payment. shall alw be accompanied try abillof sale, invoice or other daumenmtion werrntirg;lhm OWNER has received the. materials ana equipment free and clear of all Liens and evidence t}iat the makrials and equipment are covered by appropriate property insurance and other.artangements to protect OVVNQL'a interest thereau. all of which will be satisfactory to OWNER. The amount of relainage with respect to progress payments wig be as stipulated in the Agreemait. My funds that are wirhbeld by the OWNER shall not be subject to substitution by the CONTRACTOR with securities or any armneemcnis involving an e.srow or cticodianship D e_ecutirmg the application for. cayinenl form the COM RAC 'I'OR expressly waives his rig)it to the benetits.of Colorado Revised Statutes SectiM 2491-101. ct sea. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials andequipment covered by any Application for Payment whether incorporated in the Project or not, will pass to OWNER no later than the time of payment Gee and clear of all Liens, Review of Applications far PiogressFbymmi. 14.4. ENGINEER will within ten days after receipt of each Application for Payment, either indicate in writing a EICDC OWERAL COMIMOM 191"(1990 Edtim) %f o ry OF FORTCOLUNS MODIFICATIONS (REV 4r1000) .recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with INGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) became due and when due will be paid by OWNER to CONTRACTOR 14.5. HNGINEER's recommendntion of any payment requested in an Application for Payment will constitute a representation by ENGINFER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional'andon ENGINF,ER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belie[ 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in .accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragiaph 9.10, and to any other qualifications stated in the recommendation), and' 14.53. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or -the quantity of the Work beyond the responsibilities specifically assigned -to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additiomilly. by OWNER. or entitle OWNER to withhold payment to CONTRACTOR 14.6. ENGINEER's recommendation of any payment, including finalpayment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precaulicns�snd programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the ftmishi g or performance, of Work, or for any failure of CONTRACTOR to perform or furnish .Work in accordance with the Contract Documents. 14.7. 13NGINFERmay, rcfuw to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representa ons to 29, OWNER referred to in paragraph 14,5. ENGINEER may aim —refuse to recommend arty such payment. a, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any suchpayment previously recommended, to such extent as may be necessary in ENGINEF.R's opinion to protect OWNER from loss because: 14.7.1. the Work is defective,or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Rice has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been recluhed to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the, occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make paytnent of the full amount recommended by ENGINEER: because: 14.7.5. clnims have been made against OWNER on account of CONTRACTOR's perfomnance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. thercarcotheritemsentiding OWNF,Rtoaset- offagainst the amount recommended or 14.T8. OWNER .has actual knowledge of the occurrence of 'any of the events enumerated 'in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2,4'utclusi4e; but OWNER must. give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by . OWNER and CONTRACTOR when CONTRACTOR corrects to OWNER'S satisfaction the reasons for such action Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Wan is substantially complete (except for items specifically fisted by CONTRACTOR as, incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter. OWNER. CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not .consider the Wok substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER E1CDC Ge4E M CONDInON319105 (1990E(fitkn) 30 a/CITY OF FORT COLUM MODIRCAMONS tREV4R000) oonsiden the Work substantially complete. ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fie the date of Substantial Complelim There shall be attached to the certificate a tentative list of items to be completed or corrected before final ER OWNF,R shall have semen days after receipt of the tentative certificate during which to make canines objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering, such objections; ENGINEER concludes that the Work is not substantially complete. ENGINEER will within fourteen days after .submission of the tentative certificate in OWNER notify CONTRACTOR in NVriting, stating the reasons therefor. If, after consideration of OWNF.R's objections, ENGINEER considers the Work substantially complete, ENGINEER will within -said fourteen days _execute and deliver to OWNER and CONTRACTOR a definitive cenificate of Substantial Completion (with a revised tentative list of items to be completed a corrected) reflecting such charges, from the tentative certificate. as ENGINEER believes justified after corsiderntion of arty• objections from OWNER. At the time of delivery of the: tentative certifimto of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operalioR safety, mairaenmice, heat, utilities, insurance and waaamies oral guarantees. Unless OWNER- and CONTRACTOR agree otherwise in writing, and so inform ENGINEER in wi tmg prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment 14.9, OWNER shall have the right to exclude OONTRACTOR from the Work after the date of Substantial Completion but OWNER shall allow CONTRACTOR rem;c liable access to complete or correct items on the tentative list Pan tial UtiGzndon: 14.10. Use by OWNER at OWNER'S Option of any substantially completed pan of the Work, which: (i) has specifically been identified in the Contract Dccuments, or (h)OWNER, ENGINEER and CONTRACTOR agree conctitutrs a separately functioning avid usable parr of the Work that can be used by OWNER for its intended purpose without sigraficimt interterence ' with CONTRACTOR's performance of the remainder of the Work, may be accompfished prior to Substantial Completion of all the Work subject, to the following: ,14.10.I.OWNER at any time .may request CONTRACTOR in writing to permit OWNER to tine may such part of the Work which OWNER believes to be ready for its intended use and substantially coinpplete. If CONTRACTOR agrees that such pan of the Work is substantially corplete, CONTRACTOR will certify to OWNER and. ENGINEER that such Sri of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that pat of the Work. 0 i 0 • 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. S14.2. 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 • Mnch part of the Work ready for its intended use d substantially complete and request ENGINEER to issuea certificate. of Substantial Completion for that part of the Work-. Within a reasonable time after either such request, :OWNER CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially 'complete, ENGINEER will 'notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that Bart of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that pin of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work,will be aaomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Feral lnspeefion: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection With,OWNER .and'CONI'RACTOR and will nodly',CONI'RACT'OR in writing of all particulars in which this inspection nweak that the Work is incomplete or defective. CONTRACTOR shall immediately Make such measures as are necessary to complete such work or remedy such deficicncics Find Application forPaymenc 14,12. After CONTRACTOR has completed all such corrections to the satisfictiat of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules. guarantees, Bonds, certificates or ;other evidence of memance required by paragmph5.4, certificates of inspcctionn, marked -up record documents (as provided in pompmph G.19) and other documems, CONTRACTOR may make application for fatal payment followvrg the procedure fer progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i)all documentation willed for in the Commct Documents, including but not limited; to the evidence of insurance required by rubpamgraph5.4:13. (ii)consem of the surety, if any, to final payment, and (hi) complete and legally .effective- releases, or waivers (satisfactory to OIVNER) of all Liao arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens .and as approved by OWNER, CONTRACTOR may furnishreceipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment far which a Lien could be filed, and (ii)all payrolls. material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNEWs property in ig t' in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails EICDC oENERAI. CONDITIONS 19105 (IM Edtim) w(CITY OF FORT COLUM MODIFICATtONSOLE V 4R0aO) to furnish side a release or receipt in full. CONTRACTOR may furnish a Bond or other collateral satisfactory `to OWNER to indemnify OWNER against my Lien. Releases or waivers of here and the consent of the surety to fmalize payment are to be submitted on forms conforming to the format of the OWNER'S standard .forms bound in the Project manual Find Payment and Acceptance., 14.13 If, on the basis of ENGINEER's observation of the Work during construction and final inspectmon,.and ENGINEER's review of the final Application. for Payment and accompanyingdocumentationasrwuired by the ER is satisfied that the CONTRACTOR's other Documents have been n ten days alter receipt of ten. indicate in writing of payment and present cavmem. At the: same CONTRACTOR that the Workisacceptable sut the provisions of paragraph 14.15. Othem 3INEF.R will return the Application RTRACTOR, indicating in writing the reasons sing to recommend final payment, in which e NTRACTOR shall make the necessary corrections OWNER of do Application- and acompaI i documentation, in appropriate font and substance and with ENGINEER's recommendation and noticc of acceptability, the amount recommended by ENGINEER will become dun and will be paid by ,OWNER in CONTRACTOR subiect to raraemnh 1762 of these aelle"-LQMOAtj4Lt€. 14.14. If; through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement. make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the. Agreement, and if Bonds have been furnished as required in paragraph '5.1. the written consent of the surety to thepayment of the balance due for that portion of the Work dully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute •-9 waiver of claims Waiver of Claims 14.15. The making and acceptance of final payment will constitute: 14.15.1.e waiver of all claims by OWNER against CONTRACTOR except claims arising from unsettled Liens,from defective Work appearing after 31 final inspection pursuant to paragraph 14;11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15:2.A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. .ARTICLE 15-SUSPENSION OF WORK AND ' FRMINATION OWNER May Suspend Work: 15.1. At any time and without cause. OWNER may spend the Work or suspend any ponim thereof for a period of not roe than ninety days by Muce r writing to CONTRACTOR and ENGINEER which will fix the date an which Work will he resumed. CONTRACTOR. shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Cmtract Times, or both, directly ,attributable to am• such suspcnsim if CONTRACTOR makes an approved claim therefor as provided in Articles I land 12. O"IFR Alay Terminate: 15.2. Upon the occurrence of any me or more of the following events: 15.2.1. if CONTRACTOR persistently fails toperRmn the Work in accordance with the Contract Documents (including but not limited to, failure to supply sufficient skilled workersor suitable materials or equipment or failure to adhere to the progress schedule established under pwagmph2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body havrgjurisdiction: 15.23. if CONTRACTOR disregards the authority of ENGINEER: or 152.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, alter giving CONTRACTOR (and the surety, if any) seven days' written notice and to theextent Iby Laws and Regulations, terminate the services oT CONTRACTOR, exclude CONTRACTOR tram the site and take possession of the Wok and of all CONTRACTOR's tools, appliances, corns"dion equipment and machinery at thesite and use the same to time full went dry could be used by CONTRACTOR (without liability. to -CONTRACTOR for trespass or conversion), incorporate in the Work all material and equipment stored at the site or for which OWNER. has paid EXI)C OROM CONDITIONS 19105 (1990 E61im) 32 vdaI OFFORTCOUINSMODT-iCATION5(REV/2000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may dean expedient.. Insuch case CONTRACTOR shall not be entitled to receive my further payment until the Work is finished If the unpaid balance of the- Contract Prim exceeds all claims, casts, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR If such claims, costs, losses and damages exceed such unpaid balance,.CONTRACTOR shall pay the difference to OWNER Such claims, carts; losses and damages incurred by OWNER will berevrewed by ENGINEER is to their reasonablerim and when so approved by ENGINEER incorporated ma Charge Order, provided that when exercising any rights or remedies under this paragraph OWNER shell not be required to obtain the lowest precTor the Work performed. 15.3. Where CONTRACTOR's services have hccn so terminated by OWNER the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONI'RACI'OR by OWNER will no release CONTRACTOR from liability. 15.4. Upon seven day$ written notim to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to arty other right or remedy of OWNER elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Weak "muted in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit m such Work; 15.4.2. for expenses sustained prior to the effective . date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated cornets with SubmNmetors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall net he paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR bli v Stop Work or Terminate 155. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of mpre than ninety days by OWNER or miler an order of court or other public authority, or ENGINEER fails to act on any Applimhom fo Payment within thirty days alter it is submitted or OWNER fails forthvty days to pay CONTRACTOR my 0 Cl 0 sum finally determined to be due, thewCONTRACTOR may, upon oven days' written notice to OWNER and ENGINEER; and provided OWNER or ENGINEER do not remedy sushi suspension or failure within that lime, Ruruinate tFnc Agreement and recover from OWNER paynien[,on the same tams as provided in paragmph15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy. if ENGINEER has failed to act on an Application for Paymentwithin thirty days after it is submitted, %,OWNER has failed for thirty days to Pay CONTRACTOR any sum foully determined to be due. ,CONTRACTOR may upon seven days written notice to all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR, from making claim under Articles 1 I and 12 for an increase in Contract price m Contract Times or otherwise.for expenses or damage' directly attributable to CONTRACI`OR's stopping -Work as permitted by this paragraph. ARTICLE 16.-DISPUTE RF.SOLUFION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method! and procedure, of any, shallbe as act forth in ExhibitGC-A, '13ispule Resolution Agreement", to beattached. hereto and made part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached .and subject to the provisions of pomgmphs 9.10, 9.11 and 932. OWNER .and CONTRACTOR may exercise such rightsor remedies as either may otherwise have under the Contract Doaments or by Laws cir Regulations: in respect -of any dispute. ARTICLE 17—NIESCELLANEOUS (Shing.Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if deliveredinperson to the individual or ton member of the fine, or to nn officer of the corporation for whom it is intended orif delivered at or sent by registered or certified mail, postage prepaid to the last business address loic n to the giver of the notice. 17.2. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to 'exclude the first and include the last .day of such 'period If the last }lay of any period falls on s Saturday or Sunday or on a day made a. legal holiday by the law of the apphcablejunsdictim such day will be omitted from the mmpumtion. MUC GENERAL COMMONS 1910-8 (1990 E(itim) w9cs ry OF FORTCOLDh6 MODIFICATIONS (REV 4nW) 172.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. '.Should OWNER or CONTRACTOR suffer injury or damage toperson or property because,of any error, omission m act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other patty within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3'shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or mpose.Cumulafltz Remerh'es' 17.4. The duties and obligations unposed by these General Conditions and the rights and remedies available hereuncla_ to the parties hereto, .ant, in particular but without limitation, the witnonties, guarantees and obligations imposed upon CONTRACTOR by paragmphs6.12: 6.16, 6.30, 631, 6.32, 13A, 13,12,13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEFR thereunder, are in addition to, and are not to be construed in any way as limitations of any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special wanznty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specititagy in the Contract Documents -in connection with each particularduty, obligation; right and remedy to which they apply. . Frofessiowl Fees and Court CosuIntluded• 17.5. Whenever reference is made to 'claims, costs, losses and damages", it shrill include in each case, but riot be limited to, all fees and charges of engineers, architects, attorneys- and other professionals and all court or arbitration or other dispute resolution cents. 17.6. The laws of the State -0 Colorado apply 0 this eemeot. Reference to two pertinent Colorado statutes areas follows 176 If a claim is filed OWNER is rmuired by law (CRS 38-26-107) to withhold Gem erg payments to CONTRACTOR sufficient funds to insure the payment of all claims for labor materials team hire, sustenance. Provisions. provender, or other supplies used or consumed by CONTRACTOR m his 33 EJCDCOFNEM CONDITIOM 19I68 (IME&im) 34 w/CITY OF FOP.YCOLUNS MODMCATIONS(REV4fMO) 0 (This page left blank intentionally.) • EJCDCOENERAL CONDITION519108 (1990 U11m) M CITY OF FORT DOWNS MODIFICATIONS (RNl' 412M) 0 19M E)CDC GENERAL CONDITIONS 191"(1990 Edlim) 36 w1a rY Of FORT OOLLIM MODIFICATIONS(RLYA2000) u r� A 0 CI EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree Bunt Article 16 of the General Condlitions of the Construction Comma between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16A. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the' making or acceptance of final payment as provided by paragraph 14.15) will be derided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16.. This agrocmetit so. to arba ate and any other agreement or consent to orbtuate entered into in accordwice herewith as provided in this Article 16 will be specifically enforccable under the prevailing law of any court having jurisdiction 16.2. No demand for arbitration of any claim, dispute or oilier matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9,11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision. or (b) the thirty-first day affix die parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be,made later than thirty days after the date an which ENGINEER has rendered a written. decision in respect thereof in accordancewith paragraph 9. 11; and the failure to demand arbitration within midthirtydays' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGfNEER renders a decision after arbitration proceeding have been initiated. such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the Ironies concerned. No demand' for arbitration of any wriften decision of .ENGINEER rendered in accordance with paragraph'9.10 will be made later than ten days after the pony making such demand has delivered t«inen notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand. for arbitration will be filed in writing. with theother party to the Agreement and with the American Arbitration Association and copy will be'sent to ENGINEER for information The demand for arbitration will be made within the'drrny-day-or lcnday period specified in paragraph 16.2 as applicable, and in all othercases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall ;any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute a other mama in question would be barred by the applicable statute of limitation. EICDC GINERAL CONDITIONS 19108 (1996 Mumj w/ CITY OF FORTCOLLINS MODIFICATIOM (REV 9M9) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating.to the Contract Documentsshall include by consolidation, joinder or in any other manner any other person or entity (including, ENGINEER; ENGINEER's Consultant and the officers; directors, agents, employees or consultants of my of them) who is not a party to this contract unless: _ 16:4.1. the inclusion of such other person or eraty is necessary if complete relief is to ,be afforded among those whonre already parties to the arbitratioq'and 16.4.2. such other person or entity is� substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16A.3. the written consent of the other person or entity .sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraphs but no such consent shall constitute consent in arbitration ofany dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, disnute or other matter in aueston between OWNER and I xr i rx mvaves we worx of a aunmmractor• OWNER or CONTRACTOR may join such tractor as a party to the arbitration between OWNER )NTRACTOR hcrwndcr. CONTRACTOR shall in all subcontracts required by paragraph 6.11 a beingjoined in an arbitration between OWNER and CONTRACTOR involving die Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER of ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof: and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims disputes, and 'other mattersin question between them arising ouf of or relating to the Contract Documents or the breach thereof ("disputes"). to mediation by the American Arbitration Association under 'the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the outer 'a demand for arbitration pursuant to pvragaphs 16.1 through 166, unless 'delay in tmtiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to rile a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within than same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall no serve as nibitmtor of such dispute unless otherwise agreed. GC -AI EJCDC OENERAL CONDITIONS 1910-8 (1990Edcim) w1CITY OF FORT. COLLINSMODIFICATIONS(REV 9M) OC-Al Cl 0 0 • 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 I* 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. 0 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. r1 f.J SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment • 0 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 7634 Median Renovations - Multiple Locations CONTRACTOR: V&S Landscaping & Sprinkler Systems Inc. PROJECT NUMBER: 7634 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: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing DATE: DATE: DATE: DATE: 111 0 � � / Q / b ) `Rk$6 ;A;:; 2q5§2 !»0®§2 \//)}\, .» 7 \ » ) 0 § k ( ( / ( { ) _ `� ® a._ 0 -\ <\ }kk< - j \ a) -` m ) - }\ / 2; . !1wo \{)j{ ® ) ) C) \ �# )/ t� j / ) - {} ) /k j/\\) ) } /) ! f ( \\ { 2 ) _ , ci \ � \ \ \ \ \ � LE /LU 72 6 § { \ \ > )§ 4 \ k 2 �� ° ` ° ! ° \ } \\ \ \ } } E „ \ \ \/} / / k / § 0 / 0 C -O V U N a d m O N w a (D O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 O -O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O a IcU)���������VU>UlUl���69�--oU)U)�V9uv�V)ro ON in N N O F- U 0 0 0 0 0 a 0 0 0 0 0 0 a 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 73 3 0 0 0 O O O O O cc) O O O O O O O 0 a 0 0 0 0 0 0 0 0 0 0 0 0 Y W 0 0 0 0 0 6 a 0 08 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 >O Q E U3 EA 6,) fA EH EA EA EA EA (A EA 69 N9 EA eH ua uf, EA EA EA (A w 6.) EA w EA w fA UA Eli w > E U�o (0 � d C 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 a N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a a 0 a 0 0 0 0 0 0 0 0 0 0 7 N 0 0 6 0 0 0 0 0 6 6 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 06 0 0 '� N O a0 6%60, Vs UA e» w e» e» f» 6e ww bq E»e»en u>U»6a w w ww wc» w v>e>w 6%w z O O. —> . C Q z E a OW oaa T < U C3 UQ ::ia a C O 0 a 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a a 0 0 0 0 0 0 0 0 a 0 0 0 0 a a 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 Q N E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 6 0 0 0 0 0 Y_ Q EA EA eA fA EA EA EA EA EA b9 EA to EA ER (fl EA EA EA EA ER EA EA EA EA to H3 to EA EA EA EA O a O N U CO C 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 00 0 a 0 0 0 0 0 0 0 0 a a a 0 0 0 a a 0 0 0 0 0 00 0 a 0 0 E O O O O O O O O O O O O O O 6 O Ci 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q Efi EA w u% EA fA w 6s of wfA w w w e5 EA w w Ki fA u). ER w w EA w w w 69 fAw N 'C U tea` N U) C' H � z 7 >. O - � c Q F O U a O J z a r Z Q 0 N CO N E z 0 • • � -j J a 0 LL U O a m M w CD -a a) 0 CC) 000oao00000oo000000000000000 00 Q co@oo0000 o 00000000000000000000000 0 0 d O N p 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 66 W to co Eo Eo 69 (o Eo fo !o to EA Eo Eo Eo <o (o 69 Eo Eo (o (o (o 613 Eo (o Eo d) <o Eo EA U3 (o 0 0 N U) N O �- 0 m a �000000000000000000000000000000 0000000000000000000o00000o0000o 00 00 H a� 000000000000000000000000000000 00 Q c»e»e»e»esu>Foe»E»es<s»eoeov ellVgW,UDI »v>eg,W0»F»u�»e» u3u3 z oa LU 0 0 Uo- ~0 O O �0a0000000000000000000000000000 00 o LL a)N O O O o 0 0 0 0 0 0 0 o 0 0 0 0 0 o 0 0 0 0 o 0 0 0 0 0 0 0 0 00 Z Y O E 2 H3 fom m[o Eom [o Eom Eo Eo<o EA Eom fo Eo Eo (o Eo Eo EA d3 Eo Eo b4 Eo d3 EA EA d3 0ofl.0 Q N 0 . U0 a a a Q �0000000o000000o0000000000o0000 -0 00 0o00000000000000000000000o00o00 Y 0 O o 0 o O O o o 0 0 0 O o 0 o O O o 0 o O O o 0 o O o O o Cl0 Cl di EO w H9 fo fofo fo co N9 EO Eo w Eo to N9 fo wi 00 0 a)Q w EA fo fo EO Eo fA fo EA fo H3 b9 O a O N L UF- o O C:o000o00000o0000o00000000o00000 00 00000000000000o000000000000o0o0 00 E0a0000000000000000000000000000 00 <V)60 eoeoe»ESFOEoeoE»v3E»F»a»a3,U31, coUlm»v>U>lU emes6sU),»v> 6-Ym w U tea` N c W CO W c Q 2 af J Q LLJ F w O J�O� O z OOU W Q U 0 O U af p a m : E z LL o0 o 0 �' c MI)r- 0 0 0 0 0 0 00 0 0 0 0 0 00 0 0 0 0 0 0 00 0 0 0 0 a 0 a a O W= L ,U 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 00 0 06 (auiO0��Oco0ui64��O��uiZq60u>O�V)U ui CD ca M 64 M 6969 A 6969 b9 N EA N d Q O O N N V O i N L W~a c a W a o > 0 o 0 aoi~d U c J Q c 7 -0 O } _ 0 W H.� c (LI 66� < 0 CL 0� WU) w� O H c 0 .n U V1 N U O Cl) >Z O - N N E 7 Z Ll L_J 0 U C� 0 Oak & College Medians, Mulberry & Laurel Medians City of Fort Collins — Parks Division Project Manual April 18, 2014 BHA Design Incorporated 1603 Oakridge Drive Fort Collins, CO 80525 Phone: 970.223.7577 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado TABLE OF CONTENTS INTRODUCTORY INFORMATION 00010 Table of Contents I page DIVISION 2 - SITE CONSTRUCTION 02231 Tree Protection 4 pages 02380 Site Rock Work 2 pages 02930 Exterior Plants 13 pages END OF SECTION • 0 TABLE OF CONTENTS SECTION 00010 - 1 0 0 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado • SECTION 02231 — TREE PROTECTION PART-1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the protection and trimming of existing trees that interfere with, or are affected by, execution of the Work, whether temporary or permanent construction. B. Related Sections include the following: 1. Section 02380 —Site Rock Work 2. Section 02930 —Exterior Plants 1.03 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. B. Owners Representative: The Project Manager or other City of Fort Collins staff designated by • the Project Manager. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. C. Qualification Data: For tree service firm and arborist. 1.05 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of tree protection and trimming. C. Tree Pruning: Contact the Owner's Representative if tree pruning is required. Owner's Representative shall review the contractors request for tree pruning and provide direction. C. Preinstallation Conference: Before tree protection operations begin, contractor shall meet with representatives of authorities having jurisdiction, Owner's Representative, consultants, and other concerned entities to review tree protection and trimming procedures and responsibilities. 0 TREE PROTECTION 02231 - I • 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 11 11 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado PART2-PRODUCTS 2.01 MATERIALS A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a 3/4-inch sieve. B. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1.5 inch in diameter; and free of weeds, roots, and toxic and other nonsoil materials. 1. Obtain topsoil only from well -drained sites where topsoil is 4 inches deep or more; do not obtain from bogs or marshes. C. Filter Fabric: Manufacturer's standard, nonwoven, pervious, geolexlile fabric of polypropylene, nylon, or polyester fibers. D. Organic Mulch: See Section 02930 — Mulches PART 3 - EXECUTION 3.01 PREPARATION A. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. B. Mulch areas inside tree protection zones and other areas indicated. 1. Apply 3-inch average thickness of organic mulch. Do not place mulch within 6 inches of tree trunks. C. Do not store construction materials, debris, or excavated material inside tree protection zones. Do not permit vehicles or foot traffic within tree protection zones; prevent soil compaction over root systems. D. Maintain tree protection zones free of weeds and trash. E. Do not allow fires within tree protection zones. 3.02 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. Follow requirements on plans. B. Do not excavate within tree protection zones, unless otherwise indicated. Follow requirements on plans. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. Follow requirements on plans. 1. Redirect roots in backfill areas where possible. if encountering large, main lateral roots, • expose roots beyond excavation limits as required to bend and redirect them without TREE PROTECTION 02231 - 2 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado • breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. D. Where utility trenches are required within tree protection zones, tunnel under or around roots by drilling, auger boring, pipejacking, or digging by hand. I . Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 2. The installation of utilities, irrigation lines or any underground fixture requiring excavation deeper than two (2) inches shall be accomplished by boring under the root system of protected existing trees at a minimum depth of twenty-four (24) inches. The auger distance is established from the face of the tree (outer bark) and is scaled from tree diameter and breast height as described in the chart below. Tree Diameter at Breast Height (inches) 0-2 3-4 5-9 10-14 15-19 Over 19 33 3 REGRADING Auger Distance From Face of Tree (feet) 5 •10 12 15 A. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade beyond tree protection zones. Maintain existing grades within tree protection zones. B. Minor Fill: Where existing grade is 4 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Moderate Fill: Where existing grade is more than 6 inches but less than 12 inches below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: 1. Carefully place drainage fill against tree trunk approximately 2 inches above elevation of finish grade and extend not less than 18 inches from tree trunk on all sides. For balance of area within drip -line perimeter, place drainage fill up to 6 inches below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches minimum. 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. • TREE PROTECTION 02231-3 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado 3.04 TREE PRUNING A. Prune trees to remain that are affected by temporary and permanent construction. B. Prune trees to remain to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by arborist. C. Pruning Standards: Prune trees according to City of Fort Collins Tree Management Standards as follows: 1. Type of Pruning: Cleaning, Thinning and Raising. D. Tree pruning to follow City of Fort Collins Tree Management Standards. E. Chip removed tree branches and dispose of off -site. 3.05 TREE REPAIR AND REPLACEMENT A. Violation of these specifications will lead to penalties based on the type of violation and/or the resulting damages, and may be grounds for the termination of this contract. I . Penalties will be assessed based on the amount of damage done and the total value of that tree, or group of trees, prior to the damage. Penalties for damage would be based on the total value of the tree as determined by the City Owners Representative and the severity of the damage as a proportion of the total value of that tree. This could include up to the full value of the tree. B. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to Owner's Representatives instructions. B. Remove and replace trees indicated to remain that die or are damaged during construction operations that Owner's Representatives determines are incapable of restoring to normal growth pattern. I. Where practical, provide new trees of same size and species as those being replaced; plant and maintain as specified in Division 2 Section "Exterior Plants." 2. Provide new trees of 6-inch caliper size and of a species selected by Architect when damaged trees more than 6 inches in caliper size, measured 12 inches above grade, are required to be replaced. Number of replacement trees required to mitigate loss of larger trees will comply with City Code. Plant and maintain new trees as specified in Division 2 Section "Exterior Plants." C. Aerate surface soil, compacted during construction, 10 feet beyond drip line and no closer than 36 inches to tree trunk. Drill 2-inch- diameter holes a minimum of 12 inches deep at 24 inches o.c. Backfill holes with an equal mix of angered soil and sand. Aeration to correct compaction to be approved by the Owner's Representative 3.06 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Disposal: Unless otherwise agreed to, remove excess excavated material and displaced trees from Owner's property. is END OF SECTION TREE PROTECTION 02231 - 4 0 LJ 0 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS • Fort Collins, Colorado SECTION 02380—SITE ROCK WORK PARTI- GENERAL 1.01 SECTION INCLUDES A. The work of this section shall include excavation, grading and installation of site boulders placed at the locations shown on the Drawings. The materials to be used for the construction of such structures shall be as specified herein. Site Rock Work includes the following: Landscape Boulders 1.02 RELATED SECTIONS A. Section 02930 — Exterior Plants B. Section 02231 — Tree Protection 1.03 SUBMITTALS AND SHOP DRAWINGS • A. Submit three (1) samples of each stone type that represents the full range of colors/staining that can be expected. If stone supplier's yard is not local, the Contractor shall submit photos of available stones/boulders for review/selection — see drawings. 1.04 SOURCE LIMITATIONS A. Obtain each type of rock material from a single manufacturer. PART2 - PRODUCTS 2.01 MATERIALS A. Type 1 Boulders: 1. Stone Type: Colorado Buff Sandstone — light tan in color as approved by Owner's Representative (Dark brown, Brownstone, Cherokee are unacceptable) 2. Approved Suppliers: a. Arkins Park Stone Quarries, 970-663-1920 b. Tribble Stone, 303-444-1840 C. Rock Garden, 970-472-1115 • d. Or approved equivalent. SITE ROCK WORK 02380-1 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado • 3. Boulder sizes shall be as indicated on the Drawings. 4. Finish: as indicated on the Drawings. PART 3 - EXECUTION 3.01 SELECTION OF STONE A. Owner's Representative shall be contacted to participate in selection of boulders/stone at stone supplier's yard. If stone supplier's yard is not local, the Contractor shall submit photos of available stones/boulders for Owner's review/selection. 3.02 HANDLING A. Handling of the stone/boulders shall be carried out in such a way that the stones/boulders are not damaged or scarred. Damaged stones/boulders may be rejected by the Owner Representative. 3.03 PLACEMENT A. Placement of Type I Boulders: • 1. Place stone/boulders with Flat side up and most attractive face (as determined by Owner's Representative) facing activity areas, unless otherwise noted or directed by the Owner's Representative. 2. Bury stone/boulder per Drawings. 3. Locations and quantity shall be as indicated in the Drawings. Final placement of stone/boulders shall be reviewed and approved on site by the Owner's Representative prior to placing paving, surfacing and landscaping in abutting areas 3.04 CLEAN UP A. Remove unneeded stone debris from the site. Clean dirt, debris, trash and other deleterious material from stone surfaces and surrounding areas. END OF SECTION • SITE ROCK WORK 02380-2 0 0 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado • SECTION 02930 - EXTERIOR PLANTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I. Shrubs. 2. Ornamental Grass. 3. Perennials. 4. Organic Mulch. 5. Organic Amendment. 6. Weed barrier. 7. Planting Mix — topsoil/organic amendment/onsite soils. 8. Warranty. 9. Maintenance. B. Related Sections: 1. Section 02380 — Site Rock Work 2. Section 02231 — Tree Protection 1.3 UNIT PRICES A. Work of this Section is affected by Unit Prices specified in Division I Section "Unit Prices." 1. Unit prices apply to authorized work covered by,quantity allowances. 2. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.4 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum laced as recommended by ANSI Z60.1. • EXTERIOR PLANTS 02930 - 1 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado C. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of exterior plant required. D. Clump: Where three (3) or. more young trees were planted in a group and have grown together as a single tree having three (3) or more main stems or trunks. E. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container with well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type.and size of exterior plant required. F. Finish Grade: Elevation of finished surface of planting soil. G. Multi -Stem: Where three or more main stems arise from the ground from a single root crown or at a point right above the root crown. H. Sub -grade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. Sub -soil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. • J. Owner's Representative: The Project Manager or other City of Fort Collins staff designated by the Project Manager. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each of the following: I. I lb. of in -organic (rock) mulch for each type, color and texture of stone required, in labeled plastic bags. Provide name of Supplier and product name. 2. Samples of proposed organic mulch type NOT required. Material specified shall be provided by the City of Fort Collins Forestry Division. See Mulches, this section for additional information. 3. Imported Topsoil (for planting pits): Submit sample in a plastic baggie, and include topsoil analysis. Provide product type, supplier and phone number. Product delivered to site shall match the submitted sample. Submit delivery receipts to Owner's Representative for review. 4. Organic Amendment: Submit sample in a plastic baggie. Product delivered to site shall match the submitted sample. Submit organic amendment delivery receipts to Owner's Representative for review. 5. Organic Amendment Analysis: Submit copies of amendment analysis from qualified soil testing laboratory. 6. Weed barrier: Submit brand name and model number/name of proposed weed barrier to • be used. EXTERIOR PLANTS 02930 - 2 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado 7. Tree Stakes, Webbing and Rubber Protective Cap: Submit sample of each. 8. Landscape and Irrigation Maintenance Instructions C. Product Certificates: For each type of manufactured product, from Manufacturer, and complying with the following: 1. Manufacturer's certified analysis for standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. D. Planting Schedule: Indicating anticipated planting dates for exterior plants. E. Warranty: Sample of warranty. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of exterior plants. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. B. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium • absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of topsoil. C. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock." D. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above the ground for trees up to four -inch (4") caliper size, and twelve inches (12") above the ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip -to -tip. E. Observation: The Owner's Representative will observe trees and shrubs either at place of growth or at site before planting for compliance with requirements for genus, species, variety, size, and quality. Representative retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. I. Notify Owner's Representative of sources of planting materials seven (7) days in advance of delivery to site. • EXTERIOR PLANTS 02930 - 3 SECTION 00300 BID FORM n `J 0 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado 1.7 DELIVERY, STORAGE, AND HANDLING A. Do not prune trees and shrubs before delivery except as approved by the Owner's Representative. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery and handling. B. Handle planting stock by root ball. C. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants and trees in shade, protect from weather and mechanical damage, and keep roots moist. I. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 2. Do not remove container -grown stock from containers before time of planting. 3. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.8 PROJECT CONDITIONS A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed according to manufacturer's written instructions and warranty requirements. B. Coordination with seeding operations: Plant trees and shrubs after finish grades are established unless otherwise acceptable to Owner's Representative, 1.9 INSPECTIONS A. Site Inspection: 1. Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that existing grades are satisfactory. Verify that the areas to be re - vegetated are protected from concentrated runoff and sediment from adjacent areas. Note previous treatments to the areas such as temporary seeding or mulching and discuss with the Owner's Representative how these treatments will affect permanent re -vegetation. Report irregularities affecting work of this section to the Owner's Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. 2. Contractor shall notify Owner's Representative seven (7) days prior to start of work. B. Pre -planting Inspections 1. Plant material shall be inspected by an Owner's Representative before planting. Inspection of materials may be sequenced by major planting areas to accommodate • efficient planting operations. Plants for inspection must be in a single location preferably EXTERIOR PLANTS 02930 - 4 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado • on the project site. Rejected materials must be removed from the site, replaced and re- inspected before planting. If the supplier is a local nursery, tagged plants may be inspected at the nursery. Photographs of the plant materials to be obtained from non - local sources may be submitted to the Owner's Representative for preliminary inspection. This preliminary inspection is subject to final approval of plants at the job site. The Owner's Representative reserves the right to reject plant material during construction and the warranty period. 2. Soil amendments, backfill mixes and mulches will be inspected at the site by the Owner's Representative before they are used in planting operations. 3: Obtain Owner Representative's review of staked locations of trees before digging for those plants occurs. Obtain Owner Representative's review of the location of shrubs in their containers at the proposed locations before digging commences. Contact Owner's Representative at least two (2) days in advance. C. Substantial Completion Inspection: 1. As soon as planting is completed, a review and preliminary inspection to determine the condition of the vegetation will be held by the Owner's Representative upon request by the Contractor. 2. The inspection will occur only after the following conditions have been met: a. Landscape areas will be free of weeds and neatly cultivated; b. Plant basins shall be in good repair; C. Irrigation systems shall be fully operational with heads properly adjusted; d. Debris and litter shall be cleaned up and walkways and curbs shall be cleaned of soil and debris left from planting operations. 3. If, after the inspection, the Owner's Representative is of the opinion that the work has been performed as per the Contract Documents, and that the vegetation is in satisfactory growing condition, he will give the Contractor Written Notice of Acceptance and the Warranty period shall begin. 4. Work requiring corrective action in the judgment of the Owner's Representative shall be performed within the first ten (10) days of the warranty period. Work not performed within this time will require an equivalent extension of the warranty period. Corrective work and materials replacement shall be in accordance with the Contract Documents, and shall be made by the Contractor at no cost to the Owner. 5. On occasion, cold weather may preclude the opportunity to replace dead plants, or the contractor may request replacement to be delayed to the following spring. The Owner's Representative may grant this extension. In the event an extension is granted, the replacement plants shall be installed no later than May 15", and the warranty for the replacement plants shall be extended two full years from date of installation. 6. Final approval and Substantial Completion notice will be given when deficiencies are corrected. 1.10 WARRANTY A. Warranty: Installer's standard form in which Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. EXTERIOR PLANTS 02930 - 5 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, abuse by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. C. Faulty operation of tree stabilization. d. Deterioration of metals, metal finishes, and other materials beyond normal weathering. Warranty Periods from Date of Substantial Completion: a. Trees, Shrubs, Perennials, and Ornamental Grasses: Two (2) years 3. Include the following remedial actions as a minimum: a. Remove dead exterior plants immediately. Replace immediately unless required to plant in the succeeding planting season. b. Replace exterior plants that are more than twenty-five percent (25%) dead or in an unhealthy condition at end of warranty period. C. Provide extended warranty for replaced plant materials; warranty period equal to original warranty period. 0 1.11 MAINTENANCE SERVICE A. Maintenance Service for Plant Material: Contractor shall provide full maintenance of landscape, including hand watering as needed, by skilled employees from initial installation for a period of 4 weeks or until irrigation system is filly operational, whichever comes first. City of Fort Collins will accept maintenance responsibility after 4 week hand watering period elapses or after irrigation system is fully operational. Contractor shall provide City of Fort Collins with landscape and irrigation maintenance instructions and set up (1) meeting to discuss maintenance requirements with City of Fort Collins. City of Fort Collins accepting maintenance responsibility does not remove or negate plant warrantee(s). PART2-PRODUCTS 2.01 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs complying with ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Provide trees and shrubs of sizes, grades, and ball or container sizes complying with ANSI • Z60.1 for types and form of trees and shrubs required. Trees and shrubs of a larger size may be EXTERIOR PLANTS 02930 - 6 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado used if acceptable to Owners Representative, with a proportionate increase in size of roots or balls. C. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1 2.02 SHADE AND FLOWERING TREES A. Shade Trees: Single -stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, complying with ANSI Z60.1 for type of trees required. I. Provide balled and burlapped trees as specified on the Plant List on the Drawings. 2.03 DECIDUOUS SHRUBS A. Form and Size: Shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of shrub. 1. Provide container -grown shrubs. 2. Size of plants/containers as specified on the Plant List located on the Drawings. 2.04 ORNAMENTAL GRASSES A. Provide healthy, disease -free plants of species and variety shown or listed, with well -established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. B. Plants: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed, complying with requirements in ANSI Z60.1. 1. Size of plants/containers as specified on the Plant List located on the Drawings 2.05 PERENNIALS A. Provide healthy, disease -free plants of species and variety shown or listed, with well -established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are acclimated to outdoor conditions before delivery. B. Plants: Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed, complying with requirements in ANSI Z60.1. Size of plants/containers as specified on the Plant List located on the Drawings. EXTERIOR PLANTS 02930 - 7 L] E • • • CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado 2.06 PLANTING MIX A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of four percent (4%) organic material content; free of stones one inch (I") or larger in any dimension and other extraneous materials harmful to plant growth. Submit a minimum of two (2) samples of soil to the Colorado State University Soil Testing laboratory for analysis and fertilizer recommendations. Samples shall be taken from widely varying sections of the site. I. Supplement with imported or manufactured topsoil from off -site sources when quantity is insufficient, or when topsoil does not meet requirements listed above in section 2.06 A. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least four inches (4") deep; do not obtain from agricultural land, bogs or marshes. 2. Topsoil shall be incidental to the installation of the plant material. B. Organic Soil Amendment (Compost): 1. Organic Amendment shall be Class 1 Compost, meeting the specifications and guidelines established by the Rocky Mountain Organics Council. Supplier shall be A-1 Organics or approved substitute. Substitute shall be approved (7) seven days min. prior to bidding. C. Planting Pit Backfill Soil Mix for Median Renovations: Two (2) parts topsoil, one (1) part imported organic soil amendment. D. `Berm Soil' for Oak & College Median Renovations: See Drawings. 2.07 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of the following: Wood Chipper Mulch: Ground or shredded, 4" depth — no weed barrier required a. Organic Mulch will be supplied by the City of Fort Collins Forestry Division, located at the southwest section of East Prospect and Timberline. Contact the Forestry Supervisor (Del Bernhardt) at 970.221.6306 three days ahead of need to schedule pick up. City will load the material into the Contractors vehicle (free of charge) for transport to the site. Contractor's itemized pricing to include Contractor pickup at the above location, hauling material to the site and installation. 2.08 WEED -CONTROL BARRIERS A. Mirafi 140, Typar 3341, or Polyspun 300 or approved equivalent EXTERIOR PLANTS 02930 - 8 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado • PART 3-EXECUTION 3.1 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Contractor is responsible for contacting the Utility notification Center of Colorado a minimum of 48 hours prior to digging in order to field located underground utilities. B. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. D. Lay out exterior plants at locations directed by Owner's Representative. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Trunk Wrapping: Inspect tree trunks for injury, improper pruning, and insect infestation; take corrective measures required before wrapping. Wrap all deciduous single trunk trees with trunk -wrap tape. Start at base of trunk and spiral cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely attach without causing girdling. 3.3 TOPSOIL A. Imported Topsoil: Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from agricultural land, bogs, or marshes. Additional Properties of Imported Topsoil or Manufactured Topsoil: Screened and free of stones 1 inch or larger in any dimension; free of roots, plants, sod, clods, clay lumps, pockets of coarse sand, paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials harmful to plant growth; free of obnoxious weed and invasive plants including quackgrass, Johnsongrass, poison ivy, nutsdge, nimblewill, Canada thistle, bindweed, bentgrass, wild garlic, ground ivy, perennial sorrel, and bromegrass; not infested with nematodes, grubs, other pests, pest eggs, or other undesirable organisms and disease -causing plant pathogens; friable and with sufficient structure to give good tilth and aeration. Continuous, air -filled, pore -space content on a volume/volume basis shall be at least fifteen (15) percent when moisture is present at field capacity. Soil shall have a field capacity of at least fifteen (15) percent on a dry weight basis. • EXTERIOR PLANTS 02930 - 9 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS • Fort Collins, Colorado 3.4 PLANTING BED ESTABLISHMENT — Items A-E below apply to the Laurel and Mulberry Median Renovations in areas outside drip line of existing trees only. For Oak & College Median Renovations, and for Laurel and Mulberry Median Renovations in areas inside drip line of existing trees, apply %z" of Soil Amendment on top of existing grade and incorporate by gently raking. A. Excavate areas to be planted a minimum 12", except within tree protection zones/drip line of tree. Owner's Representative reserves right to require a greater distance than the drip line if site conditions dictate. B. Remove stones larger than two (2) inches in any dimension and sticks, dirt clods, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. I. Spread topsoil a minimum of 12". Place topsoil during dry weather and on dry, unfrozen subgrade. Remove vegetative matter and foreign non -organic material from topsoil while spreading. Thoroughly blend topsoil and planting soil mix. C. Organic Soil Amendment (compost) shall be required at a rate of 3 CY per 1,000 S.F. for Laurel and Mulberry Renovations. For Oak & College Median Renovations, see 3.4 above. D. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus one-half (1/2) inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that • can be planted in the immediate future. E. Before planting, restore planting beds if eroded or otherwise disturbed after finish grading. • 3.5 EXCAVATION FOR TREES AND SHRUBS A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area, raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. 1. For material outside drip line of existing trees, excavate approximately two (2) times as wide as ball diameter for balled and burlapped stock. Holes for I gallon material within drip line of existing trees shall be excavated the diameter of container root ball plus 2". B. Sub -soil removed from excavations may be used as backfill. C. Obstructions: Notify Owner's Representative if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Owner's Representative if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. 1. Fill excavations with water and allow to percolate away before positioning trees and shrubs. EXTERIOR PLANTS 02930 - 10 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado is 3.6 TREE AND SHRUB PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. See Drawings for planting details. B. Set balled and burlapped stock plumb and in center of pit or trench with top of root ball two inches (2") adjacent finish grades. I. Remove burlap, twine, wire basket, etc. from root ball, unless directed otherwise by Owner's Representative. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. C. Set container -grown stock plumb and in center of pit or trench with top of root ball two inches (2") above adjacent finish grades. I. Carefully remove root ball from container without damaging root ball or plant. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. • D. Trunk Wrapping: Inspect tree trunks for injury, improper pruning, and insect infestation; take corrective measures required before wrapping. Wrap trees of two-inch (2") caliper and larger with trunk -wrap tape in the Fall. Start at base of trunk and spiral cover trunk to height of first branches. Overlap wrap, exposing half the width, and securely attach without causing girdling. 3.7 TREE AND SHRUB PRUNING A. Remove only dead, dying, or broken branches only when directed to do so by Owner's Representative. 3.8 ORNAMENTAL GRASS & PERENNIAL PLANTING A. Planting Beds Staking - Prior to planting, stake, flag, or paint proposed beds scaling off the plans to determine bed configuration and size. Contact the Owner's Representative for review of extent and configuration. B. Prepare soil as per Section 3.4 under Planting Bed Establishment. C. Layout planting pots prior to planting. Space plants equally within beds to ensure a uniform appearance. Remove all pots prior to planting including peat pots. • EXTERIOR PLANTS 02930 - 11 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado D. For material outside drip line of existing trees, excavate approximately two (2) times as wide as pot diameter. Holes for 1 gallon material within drip line of existing trees shall be excavated the diameter of container root ball plus 2". E. Plant material so that the plants are flush with finish grade (top of mulch) when complete. This will require slightly mounding each plant. Lightly compact soil around base of plant to ensure adequate root/ soil contact. Do not vigorously compact. Place planting soil mix around plant in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering.until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. F. Re-establish fine grade by hand raking or smoothing grade by hand prior to placing mulch. G. Apply specified mulch taking care not to damage plants. Clear excess mulch from plant foliage. 3.9 PLANTING BED MULCHING A. Install weed -control barriers before in -organic (cobble/rock) mulching according to Manufacturer's written instructions. Completely cover area to be mulched (or as described on the Drawings) overlapping edges a minimum of twelve inches (12"). Weed Control Barriers are • not required in organic (wood chipper) mulch areas. 1. Material and Seam Treatment: Non -woven fabric with seams pinned. B. Mulch backfilled surfaces of planting beds and other areas indicated. Provide mulch ring around trees in lawn areas. 0 Organic Mulch: Apply four -inch (4") average thickness of organic mulch, and finish level with adjacent finish grades. Do not place mulch against plant stems. Install organic mulch in all ornamental grass areas or as indicated on the Drawings. EXTERIOR PLANTS 02930 - 12 CITY OF FORT COLLINS PARKS DIVISION MEDIAN RENOVATIONS Fort Collins, Colorado 3.10 PLANT MAINTENANCE A. Tree, Shrub and Ornamental Grass Maintenance: Maintain plantings by pruning, cultivating, water- ing, weeding, fertilizing, restoring planting saucers, adjusting and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray or treat as required to keep plantings free of insects and disease. Restore or replace damaged tree wrappings. B. Continuously maintain plantings included in the Contract from the beginning of Contract work, dur- ing the progress of work and as described in the provisions stipulated in 1.11, this Section for Maintenance Service above for median work. C. The Contractor shall be responsible for resetting of plants to an upright position or to proper grade in the event of unexpected settlement and for the removal and replacement of dead plant material. D. Warranty: See 1.10, this Section, for explanation of Contractor's / Installers responsibilities throughout the Warranty period. 3.11 CLEANUP AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. 3.12 PROJECT RECORD (As -Built Drawing) A. Maintain one (1) complete set of contract documents on site. Keep documents current. Record changes in location, quantity and species of plant material. Submit corrected drawings to the Owner's Representative prior to final inspection. 3.13 DISPOSAL A. Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 02930 • C-I EXTERIOR PLANTS 02930 - 13 • SECTION 00300 BID FORM PROJECT: 7634 Median Renovations — Multiple Locations Place: City of Fort Collins Purchasing Date: 05/15/2014 In compliance with your Invitation to Bid dated May 15 , 20 14 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% ($ 11808.75 ) 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: Western Surety Company 100 S Reed St. Sioux Falls SD 57103 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1 through i . 0 • LJ V) V) w w U) U Q0p �Z wO �U O� w Z V) 0 0U 0 O N C O .6u V LL NOISInla SAM SNiIIOD Iaod 1SV3 - SNVIO3W H10013SNOH Q 0 5m_Vw {U 0 0 s :3mgj� �uvLLiU.: / m_ &1103A_� _-__ 'dOH § d ) Hit; §� \ $ § � ` ! � \ d ! §(\�; m (0)!!! 2\§! \ )§ 0 .� � 0 \ QN!° �)} ` __,mw _, _,_ _-__ H10013SMOH HDiVW - �� _ j§§ ° )\§§ A \) \ ] / qp / \ ,..! �! - ,, \ § Ah § B/R |\ % � \ 1, ¢�Y ae. m.rrrvrn rvu nr 0 Y b NOISING SMSVd SNIIIO:) 1-dOd — ------ 1SV3- SNtl143W HiOO13SMOH e C'6c8 nw,. r� CJ mOA6 em.e MlaNOe In ne 11 � � j 0 _a 14 � ; NOISIA10 SMW SN1110D 18OA_ 1S%3 - SNYlQ3W H10013Sa014 h OR 2H�y?e a �I I a 11 a o � F 6 I � Q w U rc U O�@d spa , 2 iF• O � O aae IlU\\^\ Z j � O ' w q y g�R'FR k" 3z CC byk b 6 's${JJb Np e VyVy��t M-" ppyYY£J E "C E 36 E „ L Y 4$- •. 6 gp ki g§y tl� HLUUiUi5533@@s s� 333 sp 9E b �-� a • F':$ umed jRa e b§ "b 1 v a R39` S�Q 5op E Q ,.5 y o -y u ��i; i�'e E 9pb' :t. a Eo S6 S .0 y3 a t/) y, fy� F J yyRh kF 3 g h [ i yS F E Y ts Y g 8 i C 3 e i <g o s b 6 k o yy•• 4 04 `� �g@GNo EE� 4y yy [�g6Y„s d o `c6e g y g� 8 ��pp�'E@ Z' .�i 3d - ^E ZO gg4 Ky � � � '�" 4 "•kT 2E� F gh9b �� �g�� & N hi!U lin X14r449 E E 4 E $ `x?26 5 5 t: �Ph �tl$x! d €y s e c gg n $y 3i a 1@Y b 9S 4 4 Ee £E i 8j w oa £ a=gkpygka��gyYt�2�g ;�� �O O O O 00 O t0 H eo X- s P;Rl O • • s • 0 g�a m.nw'onaaSN111.rn. ROJ � �z�a i3 a NOISIAICI SJINtld SNI1lOJ 1NOi,t, d c° 3 55 xnwarva.wm�w y R lStl3 - SNVIO3Wsx H10013SUGH� r `o 2 gal II $u �• °�ha 'If a Y f l.i O OO O e o .yiR�2g7 . � yeF� 3 'I Sp' �.,5ggi y99�g8 t� 'n Ode ae..mm 9.�,,.a........... 1"" =. N y iq NOISINd S)1Wd SNI110� ,,,o 1NOi "^ 1SV3 - swimW H OOASNOH f �i is tea Y� p � 39 �P �8E gam rc 3pP gip o � ppyC�yC�pyxp" � o Bd� y.„ P NI a� gyp- g� 8_w yy Bppj 5 p €g `23 a y8 t � I I : g 6{$( p Otz BB�P e 5 qqQ ey5ea C s �9qd @ dp S b �p slag i�d —o¢�a8e R � � i� d � � �.tl P § FF {$$ � Fyyg�G� gBggg g�q9tlps pdB CMb�pip g�Qp`�pg 3�� a p �gpeg@ �ya �g@�� � yyp 9g��Q9� �r Q ZT d9 u m @ m T $ 3y P �w gg v a zr U < e®P @@$$ b PB € 6PPe�e€ a�gPgaq�q &�i S I� e�QeP wJ ii ��EESYA F% P Q P ¢o a a yA p[p[^rycd 3Y d Y U _ N p t� y 3,he T oaE Q6 LLQ 0 • • 0 s z O� \Q / z OLU z LLJ �O zo Q z 0 Lu U af� Z 'u O >-U wo J r CD L �8 tN C O U LL -e S)ISVJ SN111O� 11103 jo IUD ®= e y 'NR SNVIt)3W uNf1 ? ANN3Ennw 1 o p w — Ail Se is d g3 s" Y z o CQ° A 4 3g Y z$ '"�xg oCCCS 5 pi i V ° 5 85pgj 5 M V CC T 8 P� g rt Z t-@s$ Vials g W ui w G om��p u w W Gt aP� z ocg°a e'S O""sg f #$ saava srimo�iaoa ao uu 0 ®_ p aak 4i ti eg=a N3a SNVI43W 13af14'I .T8 AENAaa39lf1W -5 � �,gg { il "#liitl 11 Jililt #' {{{i1# iill{Flid .. _ i;$ HE yrffln3 N8�6 C�—o Mill i! i dddMM JJJAJ p JJ IM1 M A 53 AH 55 3 59dADDA � \ {� 3333J2 dE a yJdd AJidd Jill s z ±,,i, : l�l{�,,►� g�&9:i 5�B 9s3 ae�i Z ag. w 0 W Ur sa J W ~ �5 <_ 3lIN3nv 303110] • 0 8. BID SCHEDULE (Base Bid) . Please note that the bid schedules are subject to the following timeline: • Oak and College, Mulberry and College as first priority to be completed by June 15, 2014 • West Horsetooth medians as second priority to be completed by June 151 2014 or alternative date of September 15, 2014. If second alternative is chosen plants must be secured by July 1, 2014 and stored by the contractor, • Laurel and College third priority to be complete by September 15, 2014. Plants must be secured by July 1, 2014 and stored by the contractor. OAK STREET & COLLEGE AVENUE MEDIAN AND MULBERWSTREET.& COLLEGE AVE MEDIAN ITEM DESCRIPTION (Furnished, Complete in Place, with Warranty) UNIT ESTIIMTATED CI UNITPRICE TOTALPRICE I Demolition/removal of woody plants, cobble, rock mulch 1 lum sum p 1 $ - boulders, and herbicide clearing 3200.00 3200.00 2 Tree Protection lumpsum 1 150.00 $ 1 3 Earthwork and gradingof berms each 5 $ 200.00 200.00 4 Import topsoil for berms CY 9 2200 $ 198.00 5 Soil Amendment Cy 4.5 28.00 $ - 126.00 6 Organic (wood chipper) Mulch (material only provided by SF 2,035 $ Fort Collins, Re: Specif ications) 1.25 - 2543.75 7 Shrub (1Gal) each 3 30.00 $ 90.00 a Evergreen Shrub (1 Gal) each 2 42.00 $ 84.00 9 Ornamental Grass (1 Gal) each 9 1800 $ 162.00 - i0 Perennials& Groundcovers(1 Gal) each 29 14.50 $ 420.50 - 11 Shrub IS Gal) each 6 34.00 $ 204.00 12 Evergreen Shrub (S Gal) each 2 57.00 $ - 114.00 13 PVC Aeration Piping LF 30 4.25 $ 127.50 14 Type 1 Boulders (saw cut) each 36 225.00 $ 8100.00 S5 Traffic Control perday 20 590.00 $ 11800.00 SUBTOTAL 28319.75 Mobilization/Project Startup/ Bonding/ Permits/Site 16 Safety / Insurance/ Overhead, Etc. I 1 $ 1 3000.00 OAK STREET& COLLEGE AVENUE MEDIAN AND MULBERRY STREET& COLLEGE AVE MEDIAN BASE BID 31319.75 • 0 HORSETOOTH ROADMEDIANS',." ITEM DESCRIPTION (Furnished, Complete in Place, with Warranty) UNIT ESTIMATEDQTM UNIT PRICE TOTAL PRICE Landscape 1 Demolition/removal of shrubs lump sum 1 3000.00 $ 3000.00 2 Demolition/removal of mulch, vegetation, and herbicide clearing lump sum 1 12000.00 $ _ 12000.00 3 Tree Protection lump sum 1 800.00 $ 800.00 4 Fine Grading of berms each 4 300.00 1200.00 - 5 Imported Topsoil CY 20 2200 $ 44000 - 6 Soil Amendment CY 41 28.00 $ 1148.00- 7 Inorganic (Cobble) Mulch SF 2,450 3.95 $ 9677.50 - a Weed Barrier Fabric SF 2,450 25 $ 612.50- 9 Organic (wood chipper) Mulch (material only provided by Fort Collins, RE: Specs) SF 11,275 1.25 $ 14093.75 10 Deciduous Tree(3"Cal) each 10 525.00 $ 5250.00 11 Deciduous Tree (P'Cal) each. 2 325.00 $ 650.00 12 Ornamental Tree (11/2" Cal) each 8 300.00 $ 2400.00 23 Shrub (1Gal) each 145 2800 $ 4060.00 14 Shrub(5 Gal) each 319 32.00 $ 10208.00 is Ornamental Grass (1 Gal) each 160 16.00 $ 2560.00 16 Perennials &Groundcovers(1Gal) each 168 12.50 $ 2100.00 17 Boulders each 33 225.00 $ 7425.00 1a Boulder Retaining Wall -18"tall each 20 350.00 $ 7000.00 19 Traffic Control perday 30 590.00 $ 18750.00 Irrigation Zo Backflow Prevention Unitwith Enclosure-3/4" Febco YAw/ Strongbox SBBC-30AL each 2 1600.00 $ 3200.00 21 Master Valve Assembly each 2 450.00 $ 900.00- 22 Flow Sensor Assembly each 2 900.00 $ 1800.0U 23 Isolation Gate Valve Assembly each 6 450.00 $ 2700.00' 24 Quick Coupling Valve Assembly each 10 300.00 $ 3000.00 25 Remote Control Drip Valve Assembly each 12 450.00 $ 5400.00 " 26 Flush Cap Assembly each 18 15.00 $ 270.00- 27 Single Outlet Drip Emitter Assembly each 1,449 2.25 $ 3260.25- 28 Drip Drip Ring (Trees) each 20 20.00 $ 400.00 - 29 Rain Bird Model RBLESP12LXME-F with Cell Cart. and SS PED each 2 3000.00 $ 6000.00 - 30 N14 AWG Control Wire LF 16,940 .22 $ 3726.80 - 31 912 AWG Control Wire LF 2,420 18 $ 435.60 - 32 Diameter Directional Bore Under Pavement; 1-4", 1-2" OF 910 55.00 $ 50050.00 33 1.5' Class 200 PVC Mainline Pipe LF 480 3.80 $ 1824.00 - 34 1.25" Class 20DPVC Mainline Pipe LF 1,940 2.90 $ 5926.00 35 3/4" Polyetheline Drip Lateral Pipe LF 4,740 80 $ 3792.00 - 36 3" Class 200 PVC Sleeve LF 60 4,90 $ 294.00 37 2" Class 200 PVC Sleeve LF 25 3.90 $ 975.00 38 1" Sch 40 PVC Electrical Conduit LF 85 2.95 $ 250.75 - SUBTOTAL $ 197579.15 39 Mobilization/Project Startup/ Bonding/ Permits/Site Safety/ insurance Overhead Etc. 1 $ - 13800.00 HORSETOOTH ROAD BASE BID TOTAL $ 211379.15 " REM DESCRIPTION(Fumished, Complete in Place, with Warranty) UNIT ESVIVATED QTy- UNITPRICE TOTAL PRICE 1 Demolition/removal of woody plants, cobble, rock mulch boulders, and herbicide clearing lump sum 1 1200.00 $ 1200.00 2 Tree Protection lumpsum 1 150.00 $ 150.00" 3 Earthwork and grading of berm each 1 400.00 $ 400.00 4 Import topsoil for berms Cy 4 22.00 $ 88.00 s Soil Amendment CV 3.5 28.00 $ 42.00 6 Organic (wood chipper) Mulch (material only provided by Fort Collins, Re: Specifications) SF 565 1.25 $ 706.25 7 Shmb(IGal) each 2 28.00 $ 56.00 a Evergreen Shrub(1Gal) each 3 40.00 $ 120.00 9 Ornamental Grass (1 Gal) each 7 16.00 $ 112.00 in Perennials &Groundcovers(IGal) each 33 12.50 $ 412.50 11 Shrub(5Gal) each 7 32.00 $ 224.01T 12 Evergreen Shrub (5 Gal) each 3 55.00 $ 165.0Q 13 Traffic Control perday 10 590.00 $ 5900.00 sUBTOTAL $ 9575.75 - 14 Mobilization/Project Startup/ Bonding/ Permits/Site Safety/ Insurance Overhead Etc. $ _ 1700.00 LAURELSTREET& COLLEGE AVE BASE BID $ 11275.75 ' E • 0 is TOTAL BASE BID FOR ALL LOCATIONS $ 236,174.65 IN WORDS: Two Hundred Thirty Six thousand One Hunderd Seventy Four and 65/100 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: Valdemar Trevizo 05/15/2014 Printed President Title DBE #6500 License Number (If Applicable) (Sea] -if Bid is by corporation) Attest: V&S Landscaping & Sprinkler Systems, Inc. / Valdemar Trevizo Address 2458 W 44th St. Loveland, CO 80538 Telephone 970-461-8390 Email vslandscaping @Q.com 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 91 • SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 0 • 0 • SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned v&S landscaping&Sprinkler Systems, Inc. as Principal, and WestermSurety Cumpwiy , as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 11808.75 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, 7634 Median Renovations - Multiple Locations. 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 (property 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. 0 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of May 15 , 2014 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: V&S Landscaping& Sprinkler Systems, Inc. Address: 245aw440,st Loveland, CO 80538 By: Title;. President ATTEST: By: Patti Kinne/ V&S Landscaping & Sprinkler Systems, Inc. 0 _g. SEAL y_ rn� 2001 i��'A4 cot 0 R AoOap,`�� SURETY AAA xtraA ,t 4 Title: (SEAL) a Bond No 62034806 BID BOND (Percentage) KNOW ALL PERSONS BY THESE PRESENTS, That we V&s Landscaping & sprinkler Systems, Inc. of 2458 W 44th Loveland, CO 80538 hereinafter referred to as the Principal, and WESTERN SURETY COMPANY as Surely, are held and firmly bound unto City of Fort Collins �oX hereinafter referred to as the Obligee, in the amount of Five Percent of the Amount Bid ( 5% 11808.75 ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Median Renovations, Median Landscapes City of Fort Collins and Surrounding 5% NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be . specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surely acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 15th day of May 2014 pPOgy� FP(P ; Principal b: CIO P u _or z' SrtiL. n V&S Landscaping & Sprinkler Systems, Inc. 2001 BY: c,Ot 0 RM) "' `' Surety WESTERN SURETY COMPANY BY: 7ylom Sckar1((iwa Tyler Scher f fius, Attomey-in-Fact IsForth F459541-20D1 Western Surety Company • POWER OF ATTORNEY - CERTIFIED COPY Bond No. 62034806 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the Stale of South Dakotn, and having its principal office in Sioux Falls, South Dakota (the "Company'D, does by these presents make, constitute and appoint Tyler Scherffius its true and lawful attorney(s) in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, hands for: Principal: V&S Landscaping & Sprinkler Systems, Inc. Obligee: City of Fort Collins Amount: $500,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said atlorney(s)-in-tact may do within the above stated limitations. Said appointment is made under and by autbority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority harahyconferred shall expire and terminate, without notice, unless used before midnight of August 15th 2014 , but until such time shall he irrevocable and in full force and offect. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul 7'. Brufat, and inporakq,gpA to be affixed this 15th day of May 2014 i���.:•• :'p' WES SUR+ Y COMPANY Paul T ruf it, Vice President ' .' C A S'.5OU'ro" 0l'A COUtr�(7p�t�xAUA es On this 15th day of May , in the year 2014 , before me, a notary public, personally appeared Paul T. Brufat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTEI�NtMIZTY COMPANY and acknowledged said instrument to ho the voluntary act and deed o said cv�tion. 0. 44 454940.444SSS96440.9 S. PETRIK J seAE NOTARY PUBLIC SEAL i SUMSOUTN DAKOTA� f Notary Public - South Dakota �YCOMM4994 544999954999 My Commission �xes August 11, 41016 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 15th day of May 2014 . Fenn F5306 B-2012 WES R SURE Y COMPANY Poul T ruflat, Vice President 9 11 ACKNOWLEDGMENT OF SURETY STATE 0, 1 eB (Attorney -in -Fact) Bond No. 62034806 COUNTY On this f a day of I wl (U-4 t204 , before me, a notary public in and for said County, personally appeared Tyler Sche ffius to me personally known and being by me duly sworn, did say, that he/she is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said Tyler Scherffius acknowledges said instrument to be the free act and deed of said corporation and that he/she has authority to sign said instrument without affixing the corporate seal of said corporation. N WITNE E EOF, h ve reu to an scribed my rr �xe:and affixed my official seal at ,'7 (n t{ ✓! 1 �d15 (, 6.11[[4 , the day and year last above written. My commie on a ires ULd%?6'.W/V , Form 106-9-2013 PATTI L I(INNE I - --no"Mmommuffid] Notary Public State Of Colorado ACKNOWLEDGMENT OF SURETY STATE OF Colorado 1 ss (Attorney -in -Fact) Bond No. 62034806 COUNTYOF --:1 •eFF{250 J On this � day of I ' `i"`7 , a'8! / ,before me, a notary public in and for said County, personally appeared T ler Scherffius tome personally known and being by me duly sworn, did say, that he/she is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said Tyler Scberffius acknowledges said instrument to be the free act and deed of said corporation and that he/she has authority to sign said instrument without affixing the corporate seal of said corporation. IN WITN'/F� SS WJEREOF, I have hereunto' subscribed my n Fn and affixed my official seal at h{n Y /t f_ _ ^ the day and year last above written. My mus sionVxp res Form 106-9-2013 i• r�.•iD Nt ,tea of •..�!....•� `o r.. r•n� OP`P . 9 0 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: V&S Landscaping & SprinIder Systems, Inc. 2. Permanent main office address: 2458 W A4th St, Loveland, CO 80538 3. When organized: 4. If a corporation, where incorporated: State of Colorado 5. 7 How many years have you been engaged in the contracting business under your present firm or trade name? thirteen Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) under contract at this date S — &LtIdYr CcLchltij ramsperk.hon General character of Work performed by your company: uh > Landscaping & Irrigation Design and installation, DBE certified with state of Colorado license #6500 including but not limited to trees, seeding, fencing, retaining walls, irrigation, etc. Have you ever failed to complete any Work awarded to you?. If so, where and why? 9. Have you ever defaulted on a contract? No RE If so, where and 10. Are you debarred by any government agency? If yes list agency name. No 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. N. College Ave Improvements, city of Fort Collins, Nov 2013 still under warranty, landscape/irrigation Harmony Rd Median and Street repairs, city of FC, Aug 2012, landscape and irrigation, complete Mason corridor, city of Loveland, Aug 2011, landscape and irrigation, complete 12. List your major equipment available for this contract. Truck and trailers 2-Bobcats, landplanes, augers, tree diggers, trenchers, tillers, discs, 754 tractor buckets, forks 13. Experience in construction Work similar in importance to this project: Many city projects, including the N College Ave Improvements which gives us knowlege of what to expect in terms of renewal of existing installs. ie utilities and buried structures that may not be known, the time frame it takes to work within those boundries 14. Background and experience of the principal members of your organization, including officers: Val Trevizo/owner/president - over thirty years experience working with gowning and planting of trees • Patti Kinne/ manager/project estimator - with V &S for 13 years, over 15 years experience with estimating and installation of landscape and irrigation, many hours of education in irrigation design and install 15. Credit available: $ $50,000 LOC, unlimited for material suppliers 16. Bank Reference: JP Morgan Chase bank, Chad Tribe, 975 N Lincoln Ave Loveland 970-622-7444 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes 18. Are you licensed as a General Contractor? Yes in If yes, in what city, county and state? Wellington, CO Larimer Couty, Longmont CO Larimer CO What class, license and numbers? Wellington, #C 184-2014 Longmont, Class 0 1 G 0001-7`I Do you anticipate subcontracting Work under this Contract? Yes • If yes, what percent of total contract? 0 20. And to whom? Quality Traffic Control 15% Are any lawsuits pending against you or your firm at this time?, IF yes, DETAIL No 21. What are the limits of your public liability? DETAIL Insurance Liability 1,000,000 What company? Mountain Insurance Brokers 22. What are your company's bonding limitations? $500,000 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. SECTION 00020 INVITATION TO BID n U Il Dated at Office this 15 day of May , 2014 . Company: V&S LandscapingLandscgping & SRriulder Systems, Inc. By: Printed: VatdemarTrevizo Title: President State of Colorado County of Latimer Valdemar Trevizo is Valdemar Trevizo/ President (Name) being duly sworn deposes and says that he of V&S Landscaping & Sprinkler Systems, Inc. (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 I day of�, 20d otary Public PATTI L KINNE Notary Public State of Colorado My commission expires: 02 a5 2 U! & SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM Traffic Control • C� SUBCONTRACTOR Quality Traffic Control SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 40 • • r1 L SECTION 00510 NOTICE OF AWARD DATE: May 27, 2014 TO: V&S Landscaping & Sprinkler Systems Inc. PROJECT: 7634 Median Renovations - Multiple Locations OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated May 15, 2014 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7364 Median Renovations - Multiple Locations. The Price of your Agreement is Two Hundred Fifty -Three Thousand One Hundred Seventy -Four Dollars and Sixty -Five Cents ($253,174.65), which is the corrected total of the bid schedule. 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 June 11, 2014. 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. i 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 att4Ghed. •r[ Z 0 Gerry" S. Pau'N Director of Purchasing & Risk Management SECTION 00520 • AGREEMENT THIS AGREEMENT is dated as of the 27th day of May in the year of 2014 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and V&S Landscaping & Sprinkler Systems Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7364 Median Renovations - Multiple Locations. ARTICLE 2. ENGINEER The Project has been designed by BHA Design. The City of Ft Collins Parks Department is hereinafter called ENGINEER and 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 in accordance with the following schedule and after the date when the Contract Times commence to run as provided in the General Conditions: 1. Oak Street and College Avenue, and Mulberry Street and College Avenue as first priority must be completed by June 15, 2014. 2. West Horsetooth Road medians as second priority must be completed by June 15, 2014 or alternative date of September 15, 2014. If second alternative is chosen plants must be secured by July 1, 2014 and stored by the contractor. 3. Laurel and College third priority to be complete by September 15, 2014. Plants must be secured by July 1, 2014 and stored by the contractor. The Work shall be completed and ready for Final Payment and Acceptance in accordance with the General Conditions within five (5) calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. • They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Two Hundred Fifty Dollars ($250) for each calendar day or fraction thereof that expires after the prioritized deadline for Substantial Completion of the Work per Article 3.1 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 five (5) 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: Two Hundred Fifty -Three Thousand One Hundred Seventy -Four Dollars and Sixty -Five Cents ($253.174.65), in accordance with Section 00300, attached and incorporated herein by this reference. • ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If, in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an • amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of is 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: Horsetooth Road Medians COVER COVER SHEET, DESIGN TEAM DIRECTORY, SHEET INDEX VICINITY AMP a I FASTING CONDITIONS, DEMOLITION NOTES, TREE MITIGATION TABLE L-I LANDSCAPE HAM L-2 GRADNG PLANS, DETARS, TREE PROTECTION SPECS 1-3 PLANT LIST, GENERAL NOTES, DETAILS IR-D IRRIGATION POINT OF CONNECTION, NOTES, LEGEND IR-I IRRIGATION PUN IR-2 IRRIGATION DETAILS Laurel Street & College Avenue and Mulberry Street & College Avenue Medians CS COVER SHEET, DESIGN TEAM DIRECTORY, SHEET INDEX VICINITY MAP, TREE PROTECTION SPECIFICATIONS, DEMOLITION NOTES, NOTES • L-1 GILDING PUN, LANDSCAPE FLAN, PLANT LIST The Contract Drawings shall be stamped "Final for Construction" and • dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or • responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 0 0 OWNER: CITY OF FORT COLLINS By: 4` 1 GER Y PAUL DIRECTOR OF PURCHASING & RISK MANAGEMENT Title: Clerk :SEAL Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 A proved as to Form Assi ant City Attorney CONTRACTOR: V&S LANDSCAPING & SPRINKLER SYSTEMS INC. By: 1/A L,DrIYMM 2 I l eVI2b PRINTED Title: /'/ZES/()Yili Date: (C�ZRPCSfg SEAL 2001 :' y AttesOZ/21 Address for giving notices License No.: SECTION 00020 INVITATION TO BID Date: April 25, 2014 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on May 15, 2014, for the Median Renovations — Multiple Locations; BID NO. 7634. 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 7634. The Work consists of median renovations at the following street intersections in Fort Collins: Oak Street and College Avenue; Mulberry Street and College Avenue; Laurel Street and College Avenue, and five medians on Horsetooth Road between Shields Street and McClelland Drive. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be • held at 10:00 am, on May 5, 2014 in Conference room 1A at 215 N Mason, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: https://www.fcgov.com/eprocurement Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. 0 SECTION 00530 • NOTICE TO PROCEED Description of Work: 7634 Median Renovations - Multiple Locations To: V&S Landscaping & Sprinkler Systems Inc. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the reguip6dCONTRACTOR's Performance Bond and Payment Bond have been received by the QA!Z!N 47�'` That.'thb OWNER has approved the said Contract Documents. Theref'oFe, as'the CONTRACTOR for the above described Work, you are hereby authorized and r;. diredted.to proceed -within calendar days from receipt of this notice as requited by -the Agreement. Dated this' 'E -day of 120. . The dates for Substantial Completion and Final Acceptance shall be 20_and _ 20_, respectively. City of Fort Collins OWNER By:_ Title ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_ CONTRACTOR: V&S Landscaping & Sprinkler Systems Inc. By: Title: 9 • SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate 0 SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that V&S Landscaping & Sprinkler Systems Inc. 2458 W 44`h Street, Loveland, CO 80538 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the 'Principal' and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Two Hundred Fifty -Three Thousand One Hundred Seventy - Four Dollars and Sixty -Five Cents ($253,174.65) 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 27th day of May, 2014, a copy of which is hereto . attached and made a part hereof for the performance of The City of Fort Collins Project, 7634 Median Renovations - Multiple Locations. 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. . IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20_ • IN PRESENCE OF: (Title) (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) Principal (Title) (Address) Other Partners By: By: Surety By: (Address) 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 KNOW ALL MEN BY THESE PRESENTS: that V&S Landscaping & Sprinkler Systems Inc. 2458 W 441h Street, Loveland, CO 80538 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and (Firm) (Address) hereinafter referred to as 'the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Two Hundred Fifty -Three Thousand One Hundred Seventy -Four Dollars and Sixty -Five Cents ($253,174.65) 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 27th day of May, 2014, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7634 Median Renovations - Multiple Locations. 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 day of 20_ IN PRESENCE OF: (Title) (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: i (Surety Seal) Principal (Title) (Address) Other Partners By: By: Surety By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 11 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. n I� • EXECUTED IN TRIPLICATE SECTION 00615 PAYMENT BOND Bond No. 71550120 KNOW ALL MEN BY THESE PRESENTS: that V&S Landscaping & Sprinkler Systems Inc. 2458 W 44w Street, Loveland, CO 80538 Corporation), hereinafter referred to as the "Principal" and (Firm) WESTERN SURETY COMPANY (Address) 333 S. Wabash Ave., 41st Floor, Chicago, IL 60604 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins. 300 Laporte Ave. Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Two Hundred Fifty -Three Thousand One Hundred Seventy -Four Dollars and Sixty -Five Cents ($253,174.65) 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 27th day of May, 2014. a copy of which is hereto • attached and made a part hereof for the performance of The City of Fort Collins Project, 7634 Median Renovations - Multiple Locations. 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. • • 0 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 3rd day of June 2014. IN PRESENCE OF: (Title) yVP. pa�r��gl� J'L (Corporat_2 dal) AL *A - :wn 2001 IN PRESEft O,O...... Principal V&S Landscaping and Sprinkler Systems, Inc 2458 W 44th, Loveland, CO 80538 (Address) Other Partners By. IN PRESENCE OF: Surety WES 1 TY COMPANY eV, 2--- T LE CHERFFIUS, Attorney -in -Fact 333 S. Wabash Ave., 41st Floor, Chicago, IL 60604 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR Is Partnership, all partners should execute Bond. • Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 71550120 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint TYLER SCHERFFIUS its true and lawful attomey(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: V&S Landscaping and Sprinkler Systems, Inc Obligee: City of Fort Collins Amount: $3,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." • All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of February 21 2015 , but until such time shall be irrevocable and in full force and effect. In Witness Whereof Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its s 3rd day of June 2014 WEST R SURE COMPANY n Paul T. ruflat, Vice President On this 3rd day of June , in the year 2014 , before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and dee f said co at'o S. PETRIK (RHamm PUBLIC/,pg=�ppt,� • SOUTH DAKarA�vl'a/f Notary Public - South Dakota My Commission Expires August 11, 2016 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 3rd day of June 2014 WEST R SURE COMPANY Paul T. at, Vice President Fonn F530641-2012 • 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 0 E ACKNOWLEDGMENT OF SURETY Colorado 71550120 STATE OF 55 (Attorney -in -Fact) Bond No. COUNTY OF eenvcr ChafF T On this y day of CI U,? e— 2O , before me, a notary public in and for said County, personally appeared T T R SCH .RFFT US to me personally known and being by me duly sworn, did say, that he/she is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the . State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said TYLER SCHERFFIUS acknowledges said instrument to be the free act and deed of said corporation and that he/she has authority to sign said instrument without affixing the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal at Buena Vista Colorado , the day and year last above written. My commission expir fs �—rla Forth 106-9-2013 JANET S. WALKER NOTARY PUBLIC STATE OF COLORADO NOTARY ID 200"028833 MY COMMISSION EXPIRES 0811812018 ri L J • EXECUTED IN TRIPLICATE SECTION 00610 PERFORMANCE BOND Bond No. 71550120 KNOW ALL MEN BY THESE PRESENTS: that V&S Landscaping & Sprinkler Systems Inc. 2458 W 44" Street, Loveland, CO 80538 (a Corporation), hereinafter referred to as the "Principal' and (Firm) WESTERN SURETY COMPANY (Address) 333 S. Wabash Ave., 41st Floor, Chicago, IL 60604 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 Two Hundred Fifty -Three Thousand One Hundred Seventy Four Dollars and Sixty -Five Cents (1253 174.65) 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 27th day of May, 2014, a copy of which is hereto • attached and made a part hereof for the performance of The City of Fort Collins Project, 7634 Median Renovations - Multiple Locations. 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 terns 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 3rd day of June , 2014. IN PRE NCE OF: Principal _�7� V&S Landscapingand Sprinkler Systems, Inc SEA(. to.. 2001 �� e IN PREStNMOF- CO(ORA00•.••��� nnn ®/6 /Y-' M o IN PRESENCE OF • (Surety Seal) 2458 W 44th, Loveland, CO 80538 (Address) Other Partners Surety 333 COMPANY NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 0 • Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 71550120 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint TYLER SCHERFFIUS its true and lawful attomey(s)-in-fact, with frill power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: V&S Landscaping and Sprinkler Systems, Inc Obligee: City of Fort Collins Amount: $3,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the • corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of February 21 2015 , but until such time shall be irrevocable and in full force and effect. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its orate .M111%kaffixed this 3rd day of June 2014 S X- R� WEST R SURE COMPANY Paul T. ruflat, Vice President ST'SOfA COUN'�Fej On this 3rd day of June , in the year 2014 , before me, a notary public, personally appeared Paul T. Bru lat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deepf said co at on� J\ f S. PETRIK NOUINY PUBLIC SOUTH DANO A BFAL f Notary Public -South Dakota �r\rrrrr\rrr\rrr\r\\rrrr 1 My Commission Expires August 11, 2016 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 3rd day of June 2014 • WEST R SURE COMPANY Paul T. at, Vice President Form F5306-6.2012 9 ACKNOWLEDGMENT OF SURETY STATE OF Colorado (Attorney -in -Fact) COUNTY OF Chaffee ss y Bond No. 71550120 On this day of �>p Y� before me, a notary public in and for said County, personally appeared TVT ER SC FRc7 FFr` to me personally known and being by me duly sworn, did say, that he/she is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said TYLER SCHERF T S acknowledges said instrument to be the free act and deed of said corporation and that he/she has authority to sign said instrument without affixing the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal at Buena Vista Colorado -,the day and year last above written. My commission expires Form 106.8-2013 LYNN A. HUGHES NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20104002845 MY COMMISSION EXPIRES 01121/2018 0 V&SLAND-01 TSCHERFFIUS ,acoRO CERTIFICATE OF LIABILITY INSURANCE DATE(MAv0Dnrrr) slsnola 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 DClnsurers-Mountain 3705 Kipling St # 106 Wheat Ridge, CO 80033 CONTACT NAME: PHO HE FAX AIc Nn Ekt : (303) 420-4774 we No): (303) 420.2882 A E-MADRIESS: INSURER(S) AFFORDING COVERAGE NAIC If INSURER A: Liberty Mutual Insurance Company 41785 INSURED INSURER B: The Hartford INSURER C: - V&S Landscaping And Sprinkler Systems, Inc INSURER D: 2458 W 44Th Loveland, CO 80538 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 ADDIL INSR SUBR WVO POLICY NUMBER POLICY EFF MMIDDP/YYY POLICY EXP MWDDIYYW LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X jobsite pollution X BKS55718109 12/0112013 12/01/2014 EACH OCCURRENCE $ 2,000,00 PREMISES Ea occurrence $ 300,00 MED EXP(Any one person) $ 15,000 PERSONAL BADV INJURY $ 2,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'LAGGREGATE LIMITJECTAPPLIES PER: POLICY X PRO_ LOC PRODUCTS AGG $ 2,000,00 - S A AUTOMOBILE LIABILITY ANY AUTO ALLOMED X SCHEDULED AUTOS ALL HIREDAUTO$ X NON-0WNED AUTOS broadened Xpollution X BA1985084 12/0112013 12/0112014 (CMBI NED SINGLE LIMIT Ea accident 8 1,000,00 BODILY INJURY (Per Person) $ (Per ac BODILY INJURY /Pcident ) $ X PROPERTY DAMAGE PER ACCIDENT $ X $ A X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIM$ -MADE US055718109 12/0112013 12/0112014 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 DED IX RETENTION$ 10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABIDTY ANY PROPRIETORIPARTNER/EXECUTIVE YI❑N IM OFFICEREMBER EXCLUDED? (Mandatory in NH) If yes, descries under DESCRIPTION OF OPERATIONS belmv NIA 34WECRE1849 07105/2013 0710512014 X WC STATU- OTH- RY IM E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASEPOLICY LIMIT $ 1,000,00 rl DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Adach ACORD 101, Additional Remarks SChBdule, If more apace Is required) Certificate holder is listed as additional insured City of Fort Collins 300 Laporte Ave Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHOR DREPRESENTATIVE 9144, H4AA-9Mn ACl1Rn f`hRDrIDATIl1M en d..M� .vee...ed ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD • 0 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 7634 Median Renovations - Multiple Locations LOCATION: Fort Collins. Colorado OWNER: City of Fort Collins CONTRACTOR: V&S Landscaping & Sprinkler Systems Inc. CONTRACT DATE: May 27, 2014 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 AUTHORIZED REPRESENT DATE REMARKS: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: V&S Landscaping & Sprinkler Systems Inc. Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by [Contractorl for the City of Fort Collins project, 7634 Median Renovations - Multiple Locations. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated May 27, 2014. 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 ri SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: V&S Landscaping & Sprinkler Systems Inc. (CONTRACTOR) PROJECT: 7634 Median Renovations - Multiple Locations 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. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of 20_ CONTRACTOR: V&S LANDSCAPING & SPRINKLER SYSTEMS INC. 0 Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20_, • 0 SECTION 00100 INSTRUCTIONS TO BIDDERS • • • SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: V&S Landscaping & Sprinkler Systems Inc. PROJECT: 7634 Median Renovations - Multiple Locations CONTRACT DATE: May 27, 2014 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) M ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE 161 CONTRACTOR APPLICATION DR 0172 (12/98) FOR COLORADO RTMENT OF REVENUE DENY RCO80261EXEMPTION CERTIFICATE (303)232-2416 Pursuant to Statute Section 39-26.114(1)(a)(XIX) NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. ReglslretioNAcaount No. (to he assigned by DOR) Period 0170-750 (999) $0.00 89 CONTRACTORyINFORMATION Trade name/DBA: Owner. Penner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: Fax Number, ( ) Business telephone number: Colomdo withholding tax account number. .Copies of contractor agreement pages (1) rdentdying`the eontractrirg parties EXEMPTION INFORMATION and on (2)ctaming signs uses 0 Contrasting`partres mGs ttac ed 3sv„. Name of exempt organization (as shown on contract):Exe organization's number: 98mpt - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day year Estimated Month Day year construction start date: completion date: �s r n#rs4x the statements made in this application are 1 declare under penalty of perjury in the second degree 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 40 • 0 Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 GENERAL CONDITIONS 0 0 LJ GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, FJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining teat that has hecn added and striking through text that has been deleted. 0 EJCDC GENERAL, CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) • Article or Paragraph Number'& Title DEFINITIONS TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Page Number .Number&Title Number LI Addenda.............................................J 12 Agreement..........................................1 1.3 Application for Payment,,,,,,,,,,,,,,,,,_.,. 1 1.4 Asbestos.............................................1 1.5 Bid .................................................... 1 1.6 Bidding Documents ........... ........... ._. ! 1.7 Bidding Requirements .........................d 1.8 Bonds .................................................) I.9 Change Ordcr.................... .............. ... 1 I:10 Contract Documeats ,...__..,_._.......... _-.1 1.11 Contract Price.....................................1 1,12 Contract Times ..... ...... ........................ 1.13 CONTRACTOR..................................1 1,14 defective.............................................� 1.15 Drawings............................................1 1.16 liffective Date of the Agrccment,,....._ .I 1.17 ENGINEER........................................I 1.18 ENGINEER's Consultant................1 1.19 Field Order ......................................... l Iz20 General Requirements ........................... 1.21 Hazardous Waste ...... ,.... ___ ................ 2 1.22.a Laws and Regulations; laws or Regulations ... ................................ _ 2 1.22.6 Legal Holidays.....................................2 123 Liens, .......................................... .. 1.24 Milestone...................... ......................2 1.25 Notice of Award ................................. 2 126 Notice to Proceed..............................._2 L27 OWNER ............................................. 1,28 Partial Utilization...............................2 129 PCBs ................................................... 1.30 Petroleum.._.................._._._............2 1.31 Project ....................... ..___.............:2 1.32:a Radioactive Materiel_ ......................... Llib Regular Working Hour ....................... 133. Resident Project Representative,......__.-2 1:34 Samples.... 2 1.35 Shop Dawings.....................,.............2 L36 Specifications.....................................2 1.37 Subcontractor.....................................2 1.38 Substantial Completion „_„,,,,,,,,,,,,,,,,,,I 1.39 -Supplementary Condition....................7 1.40 Supplier :...........................: T 1.41 Underground Facilities... .................. _2-3 1.42 Unit Price Work ................................... 1.43 Work .................... 4.............................3 1 44 Work Change Directive„.__................3 1.45 Written Amendment., .......................... PRELIMINARY MATTERS................................3 2.1 Delivery of Bonds ............. ............ 2.2 Copies of Documentg .......................3 2.3 Commencement of Contract Times; Notice to Proceed,._..,....,_„ 3 2.4 Starting the Work ,,,,,,,,,,,,,,,„_.3 2.5-2.7 Before Starting Construction: - CONTRACTOR's Responsibility to Rcport; Preliminary Schedtles; Delivery of Certificates of Insurance ................................... 3.4 2.8 Preconstruction Conference ....... :...... 2.9 Initially Acceptable Schedules .......... CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE......................_..................4 3.1-3.2 Intent ............................................. a 3.3 Reference to Standards and Speci- fications of Technical Societiem Reporting and Resolving Dis- crepancies ................................. 4-5 3.4 Intent of Certain Terns or Adjectives... .................................. 5 3.5 Amending Contract Doctmenls......... 5 3.6 Supplementing Contract Documents...................................5 3.7 Reuse of Documents__...._............._5 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS__ ................................... 3 4.1 Availability of Lands..,..................5-6 4.2 Subsurface and Physical Conditions _.................._......__._6 4.2.1 Reports and Drawings......................6 4.2.2 Lim ited Reliance by CONTRAC- TOR Authorized; Technical Data............................................? 4.2.3 Notice of Differing Subsurface or Physical Conditions..................6 42.4 ENGMER's Review......................0 4.2 5 Possible Contract Documents Change, ......................................... 6 4.2.6 Possible Price and Times Adjustments................................0-7 4.3-. Physical Conditions -Underground Facilities ........................................ 7 4.3.1 Shown or Indicated .... ........... .......... 7 4.3.2 Not Shown or Indicated ,,,,,,,,,,,,,,,,,,,7 4.4 Reference Points ..............................7 EAIDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ a rY OF FORT COLONS MODIFICATIONS (REV 9199) 1] • A • Article or Paragraph Number & Title Page Article or Paragraph Number Number &Title 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ................... 7-8 BONDS AND INSURANCE ..................:.............. 8 5.1-5.2 Perform once, Payment and Other Bonds, ................._............................8 5.3 Licensed Sureties and Insurers; Certificates of Insurance .................... S 5A CONTRACTOR's Liability Insurance......................................... 9 5.5 OWNER's Liability Insurance ............... 5.6 Property Insurance... ..... ............ 9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance...,,,._.,_,,, 10 5.8 Notice of Cancellation Provision 10 5.9 CONTRACTOR's Responsibility for Deductible Amounts .................... 10 5.10 Other Special Insurance...... ............... 10 5.11 Waiver of Rights ................................ 11 5.12-5.13 Receipt and Application of Insurance Proceeds ..................... 10-11 5.14 Acceptance of Bonds and Insu- ance; Option to Replace,,..,,,,,,_,,,,,,, 11 5.15 Partial Utilization --Property Insurance ............ .:....................:..... I I CONTRACTOR'S RESPONSIBILITIES 11 6.1.6.2 Supervision and SuperintendcncF....... 11 6.3.6.5 Labor, Materials and Equipment... 11-12 6.6 Progress Schedule, ............................. 12 6.7 Substitutes and "Or -Equal" Items; CONTRACTORS Expense; Substitute Construction Methods or Procedures; ENO[ NEF.R's Evaluation ............. 12-13 6.8-6.11 Concerning Subcontractors, - Suppliers and Others; Waiver of Rights .... ___................ 13-14 6.12 Patera Fees and Royalties,,,,,,,,,,,,,,,,,,, 14 6.13 Permits__....... .............. .................... 14 6.14 Laves and Regulations.-, 14 6.15 Taxes ........................................... 14-15 6.16 Use of Premises .:............................... 15 6,17 Site Cleanliness ..............................„ 15 6.18 Safe Structural Loading,,,,,,,,,,,,,,,,,,,,, 15 6.19 Record Documents .............................15 6.26 Safety and Protection,__,,,,,,,,,,,,,,,, 15-16 6.21 Safety Representative_._ ..................„ 16 6.22 Hazard Communication Programs,,,,,, 16 6.23 Emergencies ..................................... 16 6.24 Shop Drawings and Samples__ ............ 16 Page Number 6.25 Submittal Praceedures; CON- TRACTOR's Review Prior to Shop. Drawing or Sample Submittal .................................... 16 6.26 Shop Drawing & Samplc Submit- tals Review by ENGINEER,,,,,, I6-17 6.27 Responsibility for Variations From Contract Documents.......... 17 6.28 Related Work Performed Prior to ENCINFER's Review and Approval of Required Submittals ............................... 17 629 Continuing the Worl......................17 6.30 CONTRACTOR's General Warranty and Guarantee, ............. 17 6.31-6.33 Indemnification _. 17-18 6.34 Survival of Obligations.... t..............J8 7. OTIIER WORK................................................J8 7.1-7.3 Related Work at Site,,,,,,,,,,,,,,,,,,,,,,,IS 7A Coordination......_. _. _....................18 S. OWNER'S RESPONSIBILITIES.........................1 S 8.1 Communications to CON- TRACTOR ................................. 18 8.2 Replacement of ENGINEER.-.: ....... I S 8.3 Furnish Data andPay Promptly When Due .................................. 18 8.4 Lands and Easements; Reports and Tests ............................... 18-19 8.5 Insurance ....................................... 19 8.6 Change Orders ............................... 19 87 Inspections, Tests and Approvals ................................... 19 8.8 Stop or Suspend Work; Terminate CONTRACTOR's Services ...................................... 19 8.9 Limitations on OWNER'S Responsibilities., .........................19 8,10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ............._... 19 8.11 Evidence of Financul Arrangements ............................19 9. ENGINEER'S STATUS DURING CONSTRUCTION......._. _ ................................. 19 9.1 OWNER's Representative,,,,,,_..,.,_, 19 9.2 Visits to Site .................................. 19 9.3 Project Representative ............... 19-21 9A Clarifications and Interpre- tations ........................................ 21 9.5 Authorized Variations in Vbrk 21 E1CDC OENI]tAL CONDITIONS 1910-8099a EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS OIEV 9199) Article or Paragraph Number & Title Page Article or Paragraph Number Number &Title 9.6 Rejecting Defective Work,,,,,,,,,,,,,,,,,, 21 93-9.9 Shop Drawings, Change Orders and Payments ................................... 21 9.10 Determinations for Unit Prices...... 21-22 9,11-9.12 Decisions on Disputes; ENGI- NEER as Initial Interpreter..............22 9.13 Limitations on ENGINEER's Authority and Responsibilities,,,, 22-23 C}IANGES IN THE WORK......de......_.................:....... 23 10.1 OWNER's Orred Change,,,,,,,,,,,,,,,,23 14. 10.2 Claim for Adjustment, ....................... 23 10.3 Work Not Required by Contract Documents- ..... -- ......................... 23 10.4 Change Orders ................................. 23 10.5 Notification of Surety.......... _._........ 23 CHANGE OF CONTRACI' PRICE ............................23 11.1-11.3 Contract Price; Claim for Adjustment; Value of the Work ................................... 23-24 IIA Cost of the Work.., . ...................... 24-25 11.5 Exclusions to Cost of the Work,,,,,,,,,, 25 11.6 CONTRACTOR's Fee,,,,,,,,,,,,,,,,,,,,,,,, 25 11.7 Cost Records .................................25-26 11.8 Cash Allowances, ............................. 26 11.9 Unit Price Work; .................... ............26 CHANGE OF CONTRACT TIMES ............................26 12.1 Claim for Adjustment ....................... 26 12.2 Time of the Gssencq ..........................26 12.3 Delays Beyond CONTRACTOR's Control ...................................... 26-27 12.4 Delays Beyond OWNER's and CONTRACTOR's Control................27 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFEC77VE WORK............._..................................27 13.1 Notice of Defects...,_....................._.27 13.2 Access to the Work ............................27 13.3 Tests and Inspections; CONTRACTOR's Cooperation,,,,,,,,, 27 13.4 OWNER's Responsibilities; Independent Testing Laboratory ....... 27 13.5 CONTRACTOR's Responsibilities., .........._.................27 13.6-13.7 Covering Work Prior to Inspec- tion, Testing or Approval, .............. 27 13.8-13.9 Uncovering Work at ENGI- Page Number NEER's Request. . ................... 27-28 13.10 OWNER May Stop the Work .......... 28 13.11 Correction or Removal of Defective Work,,,,,,,,,,,,,,,,,;,,,,,,,, 28 13.12 Correction Period.__ ...................... 78 13.13 Acceptance ofDefecrive Work_,_,,,28 13.14 OWNER ),by Correct Defective Work ..................................... 28-29 PAYh9EN'fS TO CONTRACTOR AND COMPLETION ........... ............................. .... ...... '-9 14.1 Schedule of Values., ................ ...... 29 14.2 Application for Progress Payment ............................. _ ...... 29 143 CONTRAcTOR's Warranty of Title.......................................... 29 14.4-14.7 Review of Applications for Progress Payments .................. 29-30 14.8-14.9 Substantial Completion,,,,,,_.......... 30 14.10 Partial Utilization.,_.................30-31 14.11 Final Inspection... ................. ........ 31 14.12 Final Application for Paymenl........ 31 14,13-14.14 Fine] Payment and Acceptance,.,,,,, 31 14.15 Waiver of Claims ......................31-32 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 15.1 OWNER May Suspend Work .......... 32 15.2-15.4 OWNER May Terminate ................ 32 15.5 CONTRACTOR May Stop Work or Terminate,,,,,,,,,,,,,,,,,, 32-33 16. DISPUTE RESOLUTION .................................. 33 17. MISCELLANEOUS ...... ..................... __............ 3 17.1 Giving Notice ................................ 33 17.2 Computation of Tim es .................... 33 17.3 Notice of Claim,,,__ ....................... 33 17.4 Cumulative Remedies.....................33 17.5 Professional Fees and Court Costs Included .................. .:_ ....... 33 17.6 Applicable State Laws,,,,,,,,,,,,,,, 33-34 Intentionally Ictt blank ....................................... 35 EXHBIT GC -A: (Optional) Dispute Resolution Agreement,._ ............... GC -Al I6.1-16.6 Arbitration ....................... _...,GC -Al 16.7 Mediation ............................... GC -Al EICDC OENULAL CONDITIONS 1910.8 (1990 EDITION w/ QTY OF FORT COLUM MODMICATIONS (REV 9/99) 0 0 P, • INDEX TO GENERAL CONDITIONS City of Fort Col tins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of - Bonds and Insurance ........................................ 5.14 defective Work............................10.4.1, 13.5, 13.13 final payment.............. ; ........................ 9.12, 14.15 insurance......................................................... 5.14 other Work by CONTRACTOR ..........................7.3 Substitutes and "Or -Equal' Items ......................0.7.1 Work by OWNER .............................. 2.5, 6.30, 6,34 Access to the. - Lands, OWNER and CONTRACTOR responsibilities ................ ............................. 4.1 site, related Work, .............................. ............... 7.2 Work .......................................... 13.$ 13.14. 14.9 Acts or Omissions--, Acts and Omissions.. CONTRACTOR...................................6,9.1, 9.13.3 6NGINEER...... .................................. 6, 20, 9.13.3 OWNER... ...:........................................ ..... , 20. 8.9 Addenda --definition of (also see definition of Specifications)...... f 1.6. 1.10, 6.19). 1.1 Additional Property Insuranceg...............................„ 5.7 Adjustments - Contract Price or Contract Times ...........................1.5, 3.5. 4.1, 4.3.2, 4.5.2, ....I........................A5.3. 9.4, 9.5. 10.2-10.4. ..................................I...... 11. 12,. 14.8. 15.1 progress schedule....... ......... ._ .....:................... 6.6 Agreement -- definition of......................................................J.2 "All -Risk" Insurance, policy form ...........................5. 6.2 Allowances. Cash ....... ...... ......................................11.8 Amending Contract Document;,,,,._ ......................... 3.5 Amendment, Written -- in general ................ 1. 10, 1.45, 3.5, 5.10, 5.12; 6.6.2 .......................... 10.1, 10.4, 11.2 .................................... 12.1, 13,12.2, 14.7.2 Appeal. OWNER or CONTRACTOR intent to,,,,,,,,,,,,,,,,,,,,,,,,,, 9.10,"9.t 1, 10.4. 16.2. 16.5 Application for Pn3went-- definition of........:..............:......:.......................).3 .ENGINEER'S Responsibility ............................... 9.9 final payment,,, ....... ,.9.13 4, 9 13.5, 14.12=14.15 in general ........... ............. 2:8, 2.9, 5.6.4, 9.10, 15.5 progress payment ......... ...... :........... :.......... 14.1-14.7 review of ....................... ........ ................. .J4.4-14.7 Arbitration : ........ ,........ ..........................._._._lG.l-1G.G Asbestos -- claims pursuant thereto ........................... 4.5.2, 4.5.3 CONTRACTOR authorized to slop Work,,,,.,,,,, 4.5.2 .definition of... ... _ .............. _ ....... .AA Article or Paragraph Number. OWNER responsibility for................_.......,,,,4.5.1, 8.10 possible price and times,change.._.... _ „ ,., 4,5.2 Authorized Variations in Worlt,,,,..... 3.6, 6.25, 6.27, 9.5 Availability of Lands ........................... _............ .1. 8.4 Award, Notice oG-defncd....................................... 1,25 Before Starting Construction ............. ....... :......... 7.5-2.8 Bid -definition of .............. ,__....... 1.5 0.1, 1.10, 2:3, 3.3, „-„_.................4.2.6.4, 6.13, 11.4.3, 11.9.1) Bidding Docurncnls-dc6nitiun of.........._........._......_ .................... 1.6(6.8.2_) Bidding Requirements --definition of ......................................... 13 (1.1, 4.2.6.2) Bonds— acceptance of ............... _..._.............................5.14 additional bonds.-'... ...... ­1 .1 ...... ­11-10'5' 11.4.5.9 Cost of the Work ........... .................. _.............. 11.5.4 definition of ...................................... ................ 1.8 deliveryof ................................................... 2.1, 5.1 final Application for Payment,,,,,,,,,,,,,;,, 14.12-14.14 general ...................................... 1.10, 5.1.5.3, 5.13, ....................................... 19.13, 10.5, 14.7.6 Performance, Payment and Other ,,,,,,,,,,,,,,,,,„5.1-5-2 Bonds andInsuranee--in general........................... ...... 5 Builder's risk "all-risk" policy form ........................5.6:2 Cancellation provisions, Insurance,,,,,,,, 5.4.11, 5.8, 5.15 Cash .Allowances.................................................... J 1.8 Certificate of Substantial Completion,,,,,,, 1.38, 6.30.2.3, .................................................14.8. 14.10 Certificates of Inspection ...................9.13.4. 13.5, 14.12 Certificates of Insurance .......... _,2.7, 5.3. 5.4.11. 5.4.13. 1............ .......... 5.6.5, 5.8, 5.14, 9.13.4. 14.12 Change in Contract Price -- Cash Allowances ................_............................ 11.8 claim for price adjustment;,,,,,.... 4.1, 4.2.6. 4.5. 5.15, 6.8 2, 9A I..................9.5. 9.11, 10.2. 10.5, 11.2. 13.9. .....................„13.13, 13.14, 14.7. 15.1. 15.5 CONTRACTOR's fee ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,_,11.6 Cost of the Work . general... _.................... . _................... 11.4-11.7 Exclusions to ...............................:....:.......:. 11.5 Cost Records__.._..............._...........-................J 1.7 in general .......... _J.19, 1.44, 9,11. 10.4.21 10.4.3, 11 Lump Sum Pricing, ricing.................. ........................ 11:3.2 Notification of Surety ........................................ 10.5 Scope of ................................................... 10.3-10.4 Testing and Inspection, Uncovering the Work,, ................... 13,9 LICDC GENERAL CONDITIONS 1910-8 (1990 SD1noM WI CITY OF. FORT COLLINS MODIFICATIONS OIEV 9199) Unit Prim Work,,,,,_ ............ ................... 11.9 CONTRACTOR's Fec.................................__. 1L6 Article or Paragraph Article or Paragraph Number Number Value of Work..................................................)1.3 CONTRACTOR'S liability,,,,,,,.._ 5.4, 6.12, 6.16, 6,31 Change in Contract Times-- Cost of the Work.......................................11.4, 11.5 Claim for times adjus[i ten[,.,,-„-4.1, 4.2.6, 4.5, 5.15, Decisions on Disputes:..............................9.11, 9.12 ............ 6.8.2, 9.4, 9.5,9.11, 10.2, 10.5, 12.1, Dispute Resolution............................................16.1 ,1,1,1,,1,,,,,13.9, 13.13. 13.14, 14.7. 15.1, 15.5 Dispute Resolution Agreement,,,,,,............. 16.1-16.6 Contractual time limits .............. ...... ;... ............ 12.2 ENGINEER.as initial interprelor.,............. ........911 Delays beyond CONTRACTOR's Lump Sum Pricing................................... 11.3.2 control....................................................... 12.3 Notice of .............. .............. .....,...__............:....17.3 Delays beyond OWNER's and OWNF.R's................. _?A, 9.5. 9.11, 10:2, 11.2, 11.9 CWNTRACTOR's control............................12.4 ......... I............. 12.1, 13.9, 13.13, 13.14, 17.3 Notification of surety ........ .................................1Q5 OWNER's liability .......................................... 5.5 Scope of change„-,,,,,-,,,_„.........................10.3-10.4 OWNER may refuse to make payment,,,,,,,,-„-,,,,J4.7 Change Orders-- Professional Fees and Court Costs Acceptance ofDefecfive. Work ... ......._.............13.13 included, ............. .................. _.............. ..... 17.5 Amending Contract Documents .............. I...........3.5 request for formal decision or) ,„-,,,,.......... ......... 2,11 Cash Allowances ............... ......... _ 4.... 11.8 .„-„,........ Substitute items ........................................... _6. 7.1.2 Change of Contract Price ................................... 4.11 Time Extension ............ ..................................... 12.1 Change of Contract Times ................................... 12 Time requirements ,,,,,,....4......................... 9,11, 12.1 Changes in the Work ........ :............. .:..._............-.10 Unit Price Work... ..... ..::............. ................._A 1.9.3 CONTRACTOR's fee.._ .. ...._............................11.6 Value of ........................................... ................ 1.1.3 Cost of the .Work, ............................ ......... 11A-11.7 Waiver of --on Final Payment ................. )4.14, 14.15 Cost Records_ ........................... 4......4.............. 11.7 Work Change Directive..................................... 10.2 definition of,,,,,,,,,,,,,,,,,,,,,,,;,,,,,,,,,,,,,,,,,,4 ............ 1.9 written notice required ...................... 9.11. 11.2, 12.1 emergencies...............................4.. ....0.23 Clarifications and interpretations ............ 3-6.3, 9.4. 9.11 ENGINEER's responsibility_..... 9.8. 10.4, 11.2. 12.1 Clean Site .._.... ............................ ...... ............ ... 6.17 execution of Codes of Technical Society;Organization .....................................................)0.4 Indemnifiction .........................0.12, 6.16, 6.31.6,33 or Association ..................................... ............. 3.3.3 Insurancq Bonds and..... ........_._5.10, 5.13. 10.5 Commencement of Contract Times,,,_ ..................... 2.3 OWNER may terminate ............... 15.2-15.4 'Communications-- OWNER's Responsibility ............. _.............5.6, IOA .general ..,,, ........... 4....... ...................... 0.2, 6.9.2, 8.1 Physical Conditions- Hazard Communication Programs, .....................6.22 Subsurface and, .......... .................................. 4.2 Completion - Underground Facilities..............................4.3.2 Final Application for Payment .......................... 14,12 Record Documents ......... ............................. ..... A 19 Final Inspection .... .................... ........ ... .14.11 ......... . Scope of Change ................ ............... ....... .10.3-10.4 Final Payment and Acceptance,..,,,,,-.......14.13-14.14 Substitutes ............. ........... ...... 6.7.3. 6.8.2 Partial Utilization .... ............. 4...................... .-.14.10 ............... Unit Price Work,,,-,,,,,,_„_ ................................ 11.9 Substantial Completion ............... 1.38, 14.8-14.9 value of Work, covered by........................4......... 11.3 Waiver of Claims, ........................................... )4.15 Changes in the Work ....................... .......................... 10 Computation of Times ... I .... ............... ........ 17.2.1-17:2.2 Notification of surety... Concerning Subcontractors, Suppliers ......................................10.5 OWNER's and CONTRACTOR's and Others,,,,,,,,,,,,,,,,,,„-,,,,,....................... 6.8411 responsibilities,,,,...._.................................10.4 Conferences -- Right to an adjustment ...................................... 10.2 initially acceptable schedules ........................ .... _ 2.9 Scope of change ....................................... 10.3-10.4 preconstructiort............................ ...................... 2.8 Claims-- Conflict. Error, Ambiguity. Discrepancy -- against CONTRACTOR ................. _.............. ...6.16 CONTRACTOR to Report ............ _...........:2.5, 3.3.2 against ENGINEER ....... :......... ....................... . 6.32 Construction, before starling by against OWNER ............ .................... .............. 632 CONTRACTOR................... 4....................... 2,5-2.7 Change of Contract Price......... I.................9.4, 11.2 Construction Machinery, Equipment, etc,,,,,,,-,......... 6.4 Change of Contract Times...........................RQ12.1 Continuing the Work ..................................... 6.29,10.4 CONfRACTORs............. A. T1. 9.4.9.5. 9.11. 10.2- Contract Documents- ........................... I 1.2, 11.9, 12.1. 13.9,. 14.8, Amending ....................................... ............. :.....3.5 ..._.__........._..._.................. 15.1. 15.5, 17.3 Bonds ................... ................ ._.................. ....5.1 4j E1CDC GRNt7tAL CONDITIONS 1910-a (1990 tDIT1ON) w/ CITY OF FORT COI.LrNS MODTRCATIONS (RF.V 9799) to 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 0 0 0 Cash Allounniecs. .. ....... ......... ........ 11-8 Article or Ruagruph Number ,Change of Contract Pricq .................................... 11 Change of Contract Times .................................... 12 Changes in the Work ................................ 10.4-10.5 check and verify .............. ..................... ........... 2.5 Clarifications and Interpretations .... ; .......... .......... 3.2, 3.6. 9.4. 9.11 definition of .................. ................... .............. 1,10 ENGINEER as initial interpreter of,,,,,;,,,,;,,,,,,, :9.11 Ek()Wifiii as OWNER'S representative,,,,,,,,,,,,, 9.1 genera13 Insurance....... _..................._.................... ........ 5.3 Intent 1-3.4 minor variations in the Work ..............._.............3.6 OWNER's responsibility'to furnish data _ ......... s.3 OV;W,R'i resporisibility to make prompt Payment ............... ...... 3, 14.4, 14:13 precedence ................................................3.1.3.3.3 Record Documents ............................................ 6.19 Reference to Standards and Specifications of Technical Swicticii ... 3.3 Related Work... ..................................... ; ............ 7.2 Reporting and Resolving Discrepancies;,,,,,,, 2.5, 3.3 Romeof ..................... I ........................ .... ­­­33 Supplementing .................................................. 3.6 Termination 6fENGINEERs Employment,......... 8.2 Unit Price Work ............................................... 11.9 viriationsl ..................... ................... 3.6, 6.23, 627 Visits to Site, ENGINEER'S._,_;,, ....... ........... 9.2 Contract Price- aditearn cat of ..... ........... 3.5. 4-1, 9.4, 10.3, 11.2-11.3 Change of ...... * ­ *1 ­ 1-1 ­­­1.­ " ­­­­j I Decision on15pulics ........................................9.11 6 : definition of Contract Times - adjustment of: .... ............ .3.5, 4.1, 9.4. 10.3, 12 Change of.............................................:..12.1-12.4 Com mencement of 2.3 definition of......:.: ............................................ 1.12 CONTRACTOR- Acceptance of Insurance ... ...................... _ ...... 5.14 Comm urications ....................................... jG.2. 6.9.2 Continue Work....::.................... ............. 6.29, I0.4 coordination and scheduling.... ... , „ definition of ........................ ...............1.13 Limited Reliance on Technical Data Authorized 4.2.2 May Stop Work or Term in;iii ........................... ­15.5 provide site access to others„......­6 .......... 7.2. 112 Safety and Protection,,,,,,,,,,,,,,,,,,, 4.3.1.2. 6.16. 6.18, ....... ­* ... ..... * 6.21-6.23. 762, 13.2 ..................................... Shop Drawing and Sample Review Pricr,tul Submittal ............... ......................... 6.25 vii Stop Work requirements__ .. .......... ....... ......... 4.5.2 CONTRACIOR's­ Article or Paragraph Number Componsatio n " _: .............. ... ­­­­ ...... 11.1.11-2 , h, Continuing ligation ..................................... 14.15 Detective Work ................................ 9.6, 13.10-13.14 Duty to correct defeclive Work,,,,,,,,,,,,,,,,,,,,,,,,,, 13.11 Duty to Report -- Changes in the Work caused by Emergency ............ .............. .............. 26.23 Defects in Work of 61licri; ..............................7.3 Differing condition* ................................... 4.2.3 Discrepancy in Documents,,,,,,,, :2.5; 3.3.2, 6.14.27 Underground Facilities not indicated,,,,,,,,,, 4.3.2 Emergencies .................................... I................0.23 Equipment and Machinery Rental,"Cost of the Work ......................................... ;. 11.4.5.3 Fee --Cost Plus 11-4.5 6, 11.5.1, IL6 0 eneral Warranty and G umantei; ........................0.30 Hazard Communication Programs,;,,,,;,,,, ,,,,0.22 Indemnification ...... ...... .......... §. I Z 6: 16. 6.31 -6.33 Inspection of the Work ............................... 7.3, 13.4 Labot, Materials and Equipment .................... 0.3-6,5 Laws. and Regulations, Compliance by,,,,,,,,,,,, 6.14.1 Liability Insurance,,,,,,,,,,.................. ,5.4 Notice of Intent to Appeal_ .......... .......... :9.10,10.4 obligation to perform and complete theWork .................................................... 0.30 Potent Fees and Royalties, paid for by,,,,,,,,,,,,,,,; 6,12 Performance and Other Bonds. ........... Permits, obtained and paid Col by ........... ...... 6.13 Progress Schedule,.........................2.6, 2.8, 2.9, 66. ..... .­­. .... I ...... I—— ........... 6.29. 10.4,1521 Request for formal decisionon disputes ...............9.1 I Responsibilities-- Changes in the Work-, . .............................. 10,1 Conceraing Subcontractors, Suppliers and Others 6.8-6.11 Continuing the Work.... ............. __ .... 6,29, WA CONTRACTOR'sexpense ..... ..................... 0.7.1 CONTRACTOR'S General Warranty and Guarsintec_ 630 CONTRACTORs review prior to Shop Drawing or Sample subm ittal ................. 6.25 Coordination of Work ............... ............. - 6,9.2 Emergencies ............................................... 6.23 ENGINEERS evaluation. Substitutes or *Or-rsqual" Items_ ._ ........ ................ 6.7.3 For Acts and Omissions ofOthers......__................... 6,9.1-6.9.2, 9:13 for deductible amountsjnsurarice,, ..... ........... 5.9 general ........................................6, 7.11 7.3, 89 Haiardous Communication Programs.......... 6.22 Ind.emnification, .................................. 6.31-6.33 EJCDC GENERAL CONDITIONS 1910.9 (1"0 ED111ON) w/ MY OF FORT COLLINS MODIMCAT70NS (REV 9/99) • Labor, Materials and Equipment ... .,_-......6.3-6-5 CONTRACTORS -other-._._ .......... Laws and Regulations_.............. ,..,,:, A14 Contractual Liability Insurance ....... ,.,,.............. _.... 5.4.10 Liability Insurance.........................................5.4 Contractual Time ...................................12.2 Article or Paragraph Article or Paragraph Number Number Notice of variation from Contract Coordination -- Documents ............................_ ............. 6.27 CONTRACTOR's responsibility........................§.9.2 Patent Pees. and Royalties ....... .................... 6. 12 Copies of Documents,,,,,,,,....................................... 2.2 Permits._ ............ . ................. .............. 10.13 Correction Period...........,.:.,.:. ................................. 13.12 Progress Schedule -._........ ............_..............6.6 Correction, Removal or Acceptance Record Documents ............ ......... ...:....... I .... 6.19 ofDefectirre Work -- related Work performed prior to in general_ ................................. 10.4.1, 13.10-13.14 ENGINEER's approval of required Acceptance of Defective Work ..... .................1. 3.13 submittals ............................................. 6.28 Correction or Removal of safe structwdi loading ,,,,,,,,,,,,,,,_„-,,,,,....,-„6.18 Defective.Work................................. 6.30, 13.11 Safety and Protection....................6.20, 7.2.13.2 Correction Period ......... .......... .._................. .,13.12 Safety Representative ,__.............. ___ ......... 6.11 OWNFR May Correct Defective Work, ............ 13.14 Scheduling the Work„ ............................... 6.9.2 OWNER May. Stop Work ................................. 13.10 Shop Drawings and Samples,,,,,,,,,,,,,,,,,,,, 6.24 Cast -- Shop Drawings and Samples Review of Tests and Inspections.............._....................13.4 by ENGINEER ....:............................... 6.26 Records113 Site Cleanliness ...................... _ ___ ........... 6.17 Cart of the Work -- Submittal Procedures,...._ ........................._ G25 Bonds and insurance, additional-„-,,,,,....._... 11.4.5.9. Substitute Construction Methods Cash Discounts .............................................. 11.4.2 and Procedures .......................... ......... . 6.7.2 CONTRACTOR's Fee .......... ............................_11.6 Substitutes and "Or -Equal" Items ............... 0.7.1 Employee Expenses,,,.,;,,,,,,,,,,.....................11.4.5.1 Superintendene4........................................... 6.2 Exclusions to .............................................. 11.5 ..6.1 General]1.4-I 1.5 Survival of Obligations................................6.34 Home office and overhead expenses .............. .....11.5 Taxes ......... ............................................... :.615 Losses and dam ages .... ................................. 11.4.5.6 • Tests and Inspection ............. .................... 13.5 Materials and equipment ............... _.............. :11.4-2 To Report .....................................................2.5 Minor expenses ....... .....>........... ................... 11.4.5.8 Use of Premises,,,,,,,,,,,,,,,,,,,,, 6.16-6.18, 6,30.2.4 Payroll costs on changes ................................. 11.4.1 Review: Prior to Shop Drawing or performed by Subcontractors„_.....- ...............11.4.3 Sample' ubmittal........................................ 6.25 Recondsl 1.7 Right to adjustment for changes in the Work..... 10.2 Rentals of construction equipment right to claim........... 4, 7.1, 9.4, 9.5, 9.11, 10.2,11.2, and machinery_„_........,,,_..................J 1.4.5.3 .......... 11.9, 12.1. 13.9, 14.8, 15.1, 15.5. 17:3 Royalty payments, permits and Safety and Protection'..................6.20-6.22, 7 2, 13.2 license fees :,,,,,,,,................. .......... ........ 11.4.5.5 Safety Representative-„_,.,.,_ ........................._.6.21 Site office and temporary facilities ,.............. 11.4.5.2 Shop Drawings and Samples Submittals..,, 6.24-6.28 Special Consultants, CONTRACToR's............ 11A.4 Special Consultants. ......................._.. .......... 11.4.4 Supplemental .......... _.............................. __:.11.4.5' Substitute Construction Methods and Procetlures.6.7 Taxes related to the Work --- _......... ...... 11.4.5A Substitutes and "Or -Equal' Items, Tests and Inspection,,,,,,,,,,„ ............................ 13.4 Expense..:..................................11.4.2 - ....; 6.7.1, 6.7.2 Trade Discounts............................................. Subcontractors, Suppliers and Others.......... 15.8-6.11 Utilities, fuel and sanitary facilities,,,,,,,,,,,,,, 11.4.5.7 Supervision and Superintendencq.,,,..-.,6.1, 6.2, 6.21 Work after regular hours.,,,,.,,„ ....................... 11.4.1 Taxes. Payment by .......... _......... .................... .. 6. 15 Covering Work ............ ___ ............... ............. 13.6-13.7 Use of Premises ............._....... ................. 6.16-6.18 Cumulative Remedies ..................... ..._............ 17.4-17.5 Warranties and guarantees .................... ..... 6�5, 6.30 Cutting. fitting and patching_,,,,,,......... I ........... ... ,,,, 7.2 Warranty of'f itle.............................................. 14.3 Data, to be furnished by OWNER............................. K.3 Written Notice Requireil-- Day -definition of................................................17.2.2 CONTRACTOR stop Work or term im ite,.._.... 15.5 Decisions on Disputes .............._.................... 9.11, 932 ReportsofDiffering. Subsurface defective --definition of.................. .._..................... 3.14 and Physical Condition .......................4 2.3 defective Work- SubstantialCompleticR............................... 14.8 Acceptance of ...................................... 10.4.1. 13.13 viii E1CDC OMNFAAI: COMT10NS 1910-5 (19" EDITION) wl 0TY OF FORT COLUM MODIFICATIONS (REV 9199) 11 • Correction or Removal of ..............._.... 10.4.1, 13'.11 Correction Period - - - - 13.12 in general ......................................... 13, 14.7. 14.11 Article or Paragraph Number Observation by ENGINEER ................ :...I-- ..... 9.2 OWNER May Stop Work ................................. 13,10 Prompt Notice of Defects ................................... 13:1 Rejecting ........................................... .............. . 9.6 Uncovering the Work; ............ ..........._..._......._ 13.8 Definitions-::....__:....:::.:: .1 Dclays...................................... 4.1, 6,29, 12.3.12.4 Delivery of Bonds ..................................................... 2.1 Delivery of certificates of insurance ..........................73 Determinations for Unit Prices 9.10 Differing Sulaurface,or Physical Conditions.. Noticeof._.__.._................._...........................4.2.3 ENGINEER's Review .........:............................. 4.2.4 Possible Cantract Documents Change,,,,,,,,,,,,,, 4.2.5 Possible Price and Times Adjustment; ............. .2.6 Discrepancies -Reporting and Resolving ...... ...._.:. :.........._ 2.5,3.3.2, 6,14.2 Dispute Resolution- Agreemenk.............................................. ) 6,1-16:6 Arbitration..:............... ................. ..... ........ 16.1-16.5 gtmeia116 Mediation........................................................ 16.6 Dispute Resolution Agreement..........................16.1-16.6 Disputes, Decisions by ENGINEER ................. ..y-11.9012 Documents -- Copiesof... ..................... ................................. 2.2 Record 6.19 Reuseof...............................:...•.......................':3.7 Drawings --definition of.........................................:1.15 Easements............................................................. 4.1 Effective date of Agreement.-- definition gf. ..............).16 Emergencies.............................. ..............23 ENGINEER -- as initial interpreter on dispute; ................. 9.11-9.12 definition oC,._................................................. 1.17 Limitations on authority and responsibilities,,,,, 9.13 Replacement of ..... ............ ...............................:3.2 Resident Project Representative......._.._ .............. 93 ENGINEER'S Consultant -- definition of.................1.18 ENGINEER'S -- authority and responsibility, limitations or) ........ 9.13 Authorized Variations in the Wor...................... 9.5 Change Orders, responsibility for,,.... 9.7. 10. I I. 12 Clarifications and Intcrpretations.,,,,-,,,,,_... 3:6.3, 9.4 Decisions on Disputes ................I............ 9.1 I-9.12 defective Wok, notice of............................_...013.1 Evaluation of Substitute Items ..........................6,7.3 Liability...................................................0.32, 9.12 Notice Work is Acceptable..............................14:13 Observaticros........................................... 6.30.2, 9.2 OWNL'R's Representative ,......_... .............9A Payments to the CONTRACTOR, - Responsibility for .................................... 9.9, 14 Recommendation of Payment ................. _14.4, 14.13 Article or Paragraph Number Responsibilities --Lim nations m) ....... ......... 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions ............................. 4.2.4 Shop Drawings and Samples, review responsibility........ I....:..... - ............ .....::..:... 6.26, Status During Construction - authorized variations in the Work .................. 9.5 Clarifications and Interpretationp ................. 9.4 Decisions on Disputes, ........ ........ .....: 9.11.9.12 Determinations on Unit Price......................9.10 ENGINEER as Initial Interpreter,--,_--,_ 9.11-9.12 ENGINEERS Responsibilities .... ............ 9.1-9.12 Limitations on ENGINEER'S Authority and Responsibilities ................... .........:9.13 OWNER's Representative.,,,,,...... I..... -.1,,,,,;9.1 Project Representative...................................9.3 Rejecting Defective Work..............................9.6 Shop Drawings, Change Orders and Payments..................................:9.7--<J.9 Visits to Site ................................ .... ...... ....... 9.2 Unit Price determinations .................... ............. 9.10 Visits to Site ............................................ ..._...... 9.2 Written consent requirco!_„........................... 7.2, 9.1 Equipment, Labor, Materials and ........................03-6.5 Equipment rental, Cost of the Work _,,,,,,_,_____,_ 11.4.5.3 Equivalent Materials and Equipment.* error or om issios....................I............................. 0.33 Evidence of Financial Arrangements ......... .............0.11 Explorations of physical conditions_......................4.2.1 Fee, CONTRACTOR's--Costs Plus ......... ........11.6 Field Order - definition of ..................................................... J. 19 issued by ENGINEER,,,,,,,,,,,,,,,,,,,,,,,,, 3.6.1, 9.5 Final Application for Payment_ ... _ .................. ...14.12 Final Inspection ................................................... 14.11 Final Payment - "it Acceptance .............. ,.14,13-14.14 Prior to, for cash allovanc.. ..................... General Provisions .............................. ......... ...17.3-17.4 General Requirements - definition of._ ................................................. J.20 principal references ........2.6. 6.4. 6.647, 6.24 Giving Notice....................._....__.................:__....17.1 Guarantee of Work -by CONTRACTOR „-,,,,,6.30, 14.12 Hazard Communication Programs ...........................6.22 Hazardous Waste -- definition of ..................................................... 1.21 general......._.......................................... ... ...... 4.5 OWNER's responsibilityfix..............................:8.10 E1CDC GENERAL CONDITIONS 1910 •s (1990 EDFITOId w/ CITY OF FORT COLLINS MODIFICATIONS (1MV 9/99) Indemnification, ...... __._............... 0. 12, 6.16, 6.31.6.33 Initially Acoeptable Schedules .........:............... ...._ 2.9 Inspection— Certificates of;,,,,,,;,,,,,,,,,;,,,,,,,,9.13.4, 13.5, 14.12 Final....................:.................................... ..14.11 Article or Paragraph Number Special, required byENGINEE•R...........................9.6 Tests and Approval.............................$3. 13.3-13.4 Insurance- Acceptance of, by OWNER ..... ..:....:............. ...... 5.14 .Additional, required by changes in the Wak............................._..........: 11.4.5.9 Before starting the Work .................................... 23 Bonds and --in general, ..................... I ....... ....... 1.1.5 Cancellation Provisions ..................... ,......... ...... 5 8 Certificates of .............2,7, 5,5.3, 5.4.11, 5.4.13. ........................5.6.5, 5.8, 5.14, 9.13.4, 14.12 completed operations,,,,,,,,,,,,,,,__,......... ....... 5:4A3 CONTRACTOR's, Liability .................................. 5.4 CONTRACTOR's objection to coverage;,,,,,,,,,,,,5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's. responsibility ................................................5.9 Final Application for Payment,,,,,,,,,,,,,,,,,,,,,_„ 14.12 Licensed Insurers ................... :........................... 5.3 Notice requirements, material changes,,,,,,, 5.8, 10.5 Option to Replace .................. _.___................. 5.14 other special insurances ................................... 5.10 OWNER as fiduciary for msurcdg 5 12-5.13 OWNER's Liability,;__„..................... ..._,5.5 OWNER's Responsibility .................................... 8.5 Partial Utilization, Property Insurance ,,,,,,,,,,,,,,,5.15 Property... - .... . .... ...... .. ..... Receipt and Application oflnsurance Proseeds.............................................. 5.12-5.13 Special Insurance.. _................. _ ........... _ ........5.10 Waiver of Rights .............................................. 5.11 Intent of Contract Documents .................... .......... 3.1-3.4 Interpretations and Clarifications .................... 3.6.3, 9.4 Investigations of physical conditions ......................... 4.2 Labor, Materials and Equipment ........... _........ .....6.3-65 Lands -- and Easements_ ................................ ...... ........S.4 Availability of ..................... .--- ................. :..4:1. 8.4 Reports and Tests...............................................FA Laws and Regulations --Laws or Regulmions-- Bonds................................... ___ ........ ..... 5.1-5.2 Chang" in the Work ..... ............................ .._... 6.4 Contract Documents..........................................3.1 CONTRACTOR's Responsibilities .................... 6.14 Correction Period, defective Work: ................... 13.12 Cost of the Work, taxes ............................... 11.4.5,4 definition of...... ...................... ......................... 1.22 general6.14 Indemnification. „..................................... 6.31-6.33 Insurance ..._.............____.............._._............._ 5.3 Precedence, _..__ ............................. , ......3, 1, 3.3.3 Reference to, _3.3.1 :Safety and Protect i6n ............................... 6.20. 132 Subcontractors, Suppliers and Others,.,,,,,,,, 6.8-6.11 Article or Paragraph Number Tests and Inspections,_ ...................... I.........13.5 Use of Premises ................................. ................. 6.16 Visits to Site .............. ............................. ... --- .._9.2 Liabi lity lnsm ancc-- CONTRACf OR's............................................... 5 A OWNER's:................:.................:.....................: 5.5 Licensed Sureties and Insurers ................................. 5.3 Liens -- Application for Progress Payment....... ............... .14.2 CON RACfOR's Warranty of'fitle................ 14:3 .Final Application for Payment ..........................14.12 definition of .................._.....................,........... 1.23 Waiver of Claims ................................... I.......14.15 Limitations on ENGINEER's authority and responsibilities ........... ... ...................... I ......... .. 9.13 Limited Reliance by CONTRACTOR Authorized ......................................................4.2.2 Maintenance and Operating Manuals -- Final Application for Payment ..........................14.12 Manuals (of others) -- Precedence...:...... _...... _... _............ _. _.... _....3.3.3.1 Reference to in ContractDocumentg..................3.3.1. Materials and equipment-. furnished by CONTRACTOR.... .............. 6.3 not incorporated in Work„.................................14.2 Materials or equipment --equivalent,,,,,,,,,,,,,,,,,,,,,, 6.7 Mediation (Optimal)..............................................1 G.7 Milestones --definition of ....................................... 1.24 Miscellaneous -- Computation of Times .............. ........... ._........... 172 Cumulative Remedies ........................................ 17.4 Giving Notice....................................................17 d Notice of Claim.................................................17.3. Profeesimml Fees and Court Costs Included ......... 17.5 Multi -prime contracts ........ _............... ....._............._.7 Not Shown or Indicated __,_,,,,,,,,,,,,,,,,,,,,,............. :4.3.2 Notice of - Acceptebilily of Project..................................14.13 Award, definition of .... ..... ............ .................... L25 Claim............................................................ 1.7.3 Defects,13.1 Differing Subsurface or Physical Conditions..,.,_ 4.13 Giving............................................................ 17.1 Tests and Inspections,,,,_,,,, 13.3 Variation Shop Drawing and Sample.................U37 Notice to Proceed -- definition of, ........ .................. ...... ........... 126 E1CDC GENETIALCONDITION51916.9 (1990 EDITION) .1 CITY OF FORT COLLM MODIFICATIONS (REV 9199) 0 11 E E Notification to Surety.... ................ ............._._...... 10.5 ,_ Observations, by ENGINEER..___,,,,.., ..........., 6.39, 9.2 Occupancy of the Work„ ................. 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR ,.............. 6.9, 9.13 Open Peril policy form, Insurance ................. ........ 5,.6.2 Option to Replace ............................................. ............................. ....5. 14 Article or Paragraph Number "Or Equal" Items......................................................5.7 Other work 7 Overtime Work --Prohibition of„ ......................._...... 6.3 OWNER -- Acceptance ofdefecnve Work...........................13.13 appoint an ENGINEER ...................................... 8.2 as fiduciary ... ...................... �....... ........... ..5.12-5.13 Availabilitytof Land., responsibility .................... 4.1 definition of .................................................... 1.27 data, furnish ......... ._................ ................_......, 8.3 Mny Correct Defective Work...........................13.14 May refuse to make payment ............................. 14.7 May Stop the Work ........................................ 13.10 May Suspend Work, Terminate,,........,__..............$.8, 13.10. 15.1-15.4 Payment, make prompt,,,,,,,,,,,,,,,,,,,,, 83, 14.4, 14.13 performance of other work .............................. 7,1 permits and licenses, requirements ....................0.13 purchased insurance requirements,,,,,,,,,,,,,, ............... OWNER's-- Acceptance of the Work ............ .................. 0.30.2.5 Change Orders, obligation to execute ....... ..8.6, 10.4 Communications ...............................................:8.1 Coordination of the Work ................................... 7.4 Disputes, request for decision„ ..........................9,11. Inspections, tests and approvals.................8.7, 13.4 Liability Insurance, ............................................ 5.5 Notice of Defects..............................................13.1 Representative --During Construction, ENGINEER's Status ...................................... 9.1 Responsibilities-- Asbestos,.PCBs, Petroleum, Hazardous Waste or Radioactive Material ,,,,,,,,,,,,,,,,8.10 Change Orders..............................................8.6 Changes in the Work ......... .._......................10.1 communications............................................8.1 CONTRACTORS responsibilitieq.................. 8.9 evidence of financial arangement$..............S.11 inspections, tests and approvals,,,,,,,,,,,,,,,,,,,,, 8.7 insumnoe................................... �............. :8,5 lands and easements ..................................... 8.4 Prompt Payment by ........................................ 8.3 replacement of ENGINEER ........................... $ 2 reports and tests ........................................... 8A stop or suspend........_8.8, 13,10. 15.1 terminate CONTRACIOR's services ........................................:. 8.8. 15.2 separate representative at site..............................93 testing, independent.........................................13.4 use or occupancy of the Work ............... .......... 5.15. 6.30.2.4, 14.10 written consent or approval required ......................................... 9.1,. 6.3, 11.4 E1CDC OENMA1. CONDITIONS 19104 (1990 EDITIOM -1 CITY OF FORT COMM$ MOI)MCATIONS (REV 9199) Article or Paragraph Article or Paragraph Number Number written notice required„....:................:7.I, 9.4. 9. 11. ................................. -11.2, 11.9. 14.7, 15.4 PCBs-- definition of......................................................)29 general..............................................................4.5 OWNER's responsibility for . ................... ...........8. 10 Partial Utilization -- definition of ...... .............................................. 1.28 ,general 6.30.2.4, 14.)0 Property Insurance. . ........................ 5 Patent Fees and Royalties.......................................6.12 Payment Bonds. ..... ....... .............._.....................5.1-5.2 Payments, Recommendation of,,,,,,,,,,,,,14 4-14.7, 14.13 Payments to CONTRACTOR and Completion - Application for ProgressPnyments ........... ...........)4.2 CONTRAM'OR's Warranty ofTitle .... ____ ......14.3 Final Application for Payment .........................)4.12 Final Inspection„ ...... ...................................... 14.11 Final Payment and Acceptance ............... 14.13-14.14 general........................................................8.3; l4 Partial Utilization .. ..... ....... ..._,........... 1......... J4.10 Retainage..........................................................14.2 Review of Applications for Progress payments ......................_... ... 14.4-14.7 prompt payment..................................................9.3 .Schedule of Values ............................................ 14.1 Substantial Completion..............................14.8-14.9 Waiver of Claims :................... .... ...... ..............14.15 when payments due ................................ 14.4, 14.13 withholding payment.... ........................ ........... 147 Performance Bonds ............................................ 5.1-5.2 Permits-.......................................................... 6.13 Petroleum -- definition of.....................................................1.30 general................................... I......................... 4.5 OWNLR's responsibility for-„ ............................ 8.10 Physical Conditions -- Drawings oL in a relating to_ ..................... 4.2.1.2 ENGINEER's review ............. : ........................... .2.4 existing strocturea........................................... 4.2.2 general4.2.1.2.......................... .......... --.................. Notice of Differing Subsurface or,:....................4.2.3 Possible Contract Documents. Change.. . ............ 4.2.5 Possible Prim and Times Adjustments .............. 4.? 6 Reports and Drawingq..................................... 4.2.1 Subsurface and ................................................... 4.2 SubswfaccConditions, ...,,..,,.. ... ................ 4.2.1.1 Technical Data, Limited Reliance by - CONTRACTOR Authorized ........................422 Underground Facilities-- general....................................................... _4.3 Not'Shown or Indicated .............................. 4.3.2 protection of., .................... ................ 4.3.6.20 Shown or Indicated- .................................... ;....... A3.1 Technical Data ............................................... 4.22 Preconswction Conference ..............................:........ 2.8 Preliminary Matters .................................................... 2 Preliminary Schedules,,,,,,,,,,,,,,,, Premises. Use of ........................:.................... 6.16-6:18 Prim, Change of Contract .......................................... 11 Prim,.Contract--definition of .......:.......................... 1.11 Progress Payment. Applications for .................. ....... 14.2 Progress Paymcnt--retainage,,,;,,,,,,,,,,, I.................; 14.2 Progress schedule, CONTRACTORS ........... 2.6, 2.8, 2.9, ..................... I........... 6.6. 6.29, 10.4, 15:2.1 Project --definition of..............................................131 Project Representative - ENGINEERS Status During Construction,........... 9.3 Project Representative,.Rcsident--definition of......... 1:33 prompt payment by OWNER ..................................... 8.3 Property Insurance -- Additional ............................... .......................... 5:7 genera15.6-5.10 Partial Utilization .... ...:..__................. 5.15. 14.102 receipt and application of proceeds„-,,,,..... 5.12-5.13 Protection, Safety and..............................0,20-6.21, 13.2 Punchlist...........................................................f4.11 Radioactive Material-- defintion of ..................................................... 1.32 general4.5 OWNER's responsibility fw .............................. 8.10 Recommendation of Payment ................ 14.4, 14.5, 14.13 Record Documents..... .......__................._ 6.19, 14.12 Records. procedures, Cor maintaining ................. ........ :2.8 Reference Points ...................................................... 4.4 Reference to Standards and'Specifications of Technical Societies ....................................... 3.3 Regulations, Laws and(or)., .................... f ...... ........ 6.14 Rejecting Defective Work ................................ ......._ 9.6 Related Work -- atSite ..... ................. ........................ ..:.... ..7.1-7.3 Performed prior To Shop Drawings and Samples submittals review ..................... 15.28 Remedies, cumulative ..................................... 17.4. 17.5 Removal or Cotrcetion ofDefecfiiv Work ................ 13,11 rental agreements, OWNER approval required ,,,.„11.4.5.3 replacement of ENGINEER by OWNER ................... ; 8.2 .Reporting and Resolving Discrepancies ................................ 2.5, 3.3.2, 6.141 Reports -- and Drawings................................................4.2.1 and Tests, 01 WERYs responsibility ... :......:.......... 8-4 Resident and Project Representative - definition of ..... ......... :...................................... 1.33 provision for.............................................................?.3 EICDC OGNMALCONDITIONS 1910-5 (1990 EDITION) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9199) • 0 0 7� Article or Paragraph Number Resident Superintendent. CONTRACTOR';,,,,,;-_:,,,;, 6.2 Respornsibilities- CONTRACTORs-in general ....... __ ............. 6 ENG1199ER`smirr general .................. ............. ....... 9 Limitationson" ...... �9.13 OWNEles-in general ............................. ................. 8 Retainage............ ............... .............. ............ -i.14.2 Rcusc of DocumcnLs ....... 3.7 Review by CONTRACTOR; Shop Drawings and Samples Prior to Submittal ........................ ::§.25 Review of Applications for . Progress Nymentl ..................................... 14.4-14.7 Right to in adjustment......._.,.....1. .................... ---:10-2 Rights of Way...._._........_.__.... ............... ........ __4.1 Royalties. Patent Fees and ..... 1 .... : ..... ...................... 0.12 Safe Stmeturni Loading,,,,,,,,,,,,,,,,,, .................. ,_6.1R Safety - and Protection ............. __ ............... 4.3.2. 6.16, 6,18. .......... I.:,. .......... 6.20,621. 7.2, 13.2 general...................................... ............... 0,26,6.23 Representative, CONTRACTOR's., ..................... 0.21 Samples - definition of ...................................................... 1.34 general ...................... .............................. 0.24428 Review by CONTRACTOR .......... _ ............ * ..... �6.25 Review by ENGINEER... ........................... 0.26, 627 related Work 6.28 subminalof.- .............................. ................... 6.24.2 submittal procedurcy.........................................0.25 Schedule of progress .......................... - 2A 2.8-2.9, 6.6, ...... ......... ........................ E29.10.4,15.2.1 Schedule of Shop Dra.wingand Sample Submittals . .'­'...................... ;.6, 18-2.9, 6.24-6.28 Schedule of Values-.,_..............._..._ 2.6, 2.8-2.9, 14.1 Schedules - Adherence to .,,_ ........................... ................. 15.2.1 Adjusting...........................................................6.6 Change of Contract Times ........................ 10.4 Initially Acceptable,,,...._.......... ......... ........ 2.8.2.9 Preliminary .... ...... -- ... ................ ............. . :7,6 Scopc of Changes,,,,,,,,,,,, .......................... 10.3-10.4 Subsurface Conditions ....................................... 4.2.1.1 Shop Drawings - and S2111PICS, general ....... ................ .......6.24,6.28 Change Orders & Applications for Paymcnts.-and....... ....... I ........ --- .......... 9. 7-9. 9 d6rinition of "**, . ............ :.1.35 FNC�INBFR;sa*p'p'"'" rova'] of 3.6.2 ENGIIIIE-URst-esponsibility, For review ..................................... P. 7. 6.24-6.28 related Work .... 0.28 review procedures ............................... 2.8. 6.24-6.28 Article or Paragraph Number submittal required... ............................................6.24.1 Submittal Procreduiei.. use to approve substitutions- ............................ 6.73 Shown or Indicated Site Access _: .............................................. : .... 7.2. 13.2 Site Cleanliness ..... ............... .............. .................6. 17 Site. Visits to- bYENGINE-ER.......................................... . 9,2, 13.2 by others:, ..... I ............ 13.2 *cciiil causes of loss" policy form, insurance......... ........................ 5.6.2 definition of,., ................................................. 1.36 Specifications- defirration of .................................. _ ............... 1-36 of Te6linical Societies, reference to _-_3'3.I precedence ...... .................... ........................ _3.3.3 Standards and Specifications of Technical Societies,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 3.3 Storting Construction, Before ......................... Starting the Work... ................... ............ ......... _2A Stop or Suspend Work - by CONTRACTOR ........................ ............ 15..5 by OWNER ......... ........................... �&S, 13.10,15.1 Storage of materials and equipment ..................... 4.1.7.2 Structual Loading, Safety ............................ ..... ..... 6.18 Subcontractor Concerning............... ................................ 6.8-6-11 definition of;... ... ..... . . ... ..... .......... ................................................ * ....... J.37 delays ......... . 12.3 witim of rights ................................................ 0.11 Subccntractcrs--in gimer A _6.8-6.11 Subcontracts -required provisions,........ 5.11. 6.11. 11.43 Submittals - Applications for Payment ................................. 14,2 Maintenance and Operation Manuals,,,,,,,,,,,,,, 14:12 Procedures.......................... - ........ 62.5 Progress Schedules,,,,,,,,,,,,, ..... ........ ........... :2.6, 2.9 Samples ............. I ........... -- ...... I ........ -- ... 614-6.28 Schedule of Values,,,,,,,;.. _....... ............... 2.6, 14.1 Schedule of Shop Drawings and Samples Submissions ......... ................ .... ... 2.6, 2.8,29 Shop Drawings............_ ... ........... ........... 6.24-6.28 Substantial Completion - certification ot: ................... ........ 6.30.2.3; KFA4.9 definition of 138 Substitute Construction Methods or Procedure*,,,,,,, 6.7.2 Substitutes and "Or Equal" Items., ............. . ............. 6.7 ,CONTRACTOR's Expense ............... FNGI!,ZESR!s Evaluation 6 7.3 "Or -Equal" .................... ........... 6.7.1.1 Substitute Construction Methods EicmacNERAL coNDrnoNs 1910.8 (1990 EDIfI011i W/ CITY OF FORT COLLMS MODIFICATIONS (REV 9199) Article or Paragraph Number or Procedures ............................................. 6. 7.2 SubstituteItems,,,,,,,,,,,,,,,,,,,,,,_._........,........6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relathg to ..... .............. ...:.4.2, E2 'ENGINEER's Review ................ ...................... .2.4 general :...:.............._..........:................... .... .......4.2 Limited Reliance by CONTRACTOR Authoriicd.....:..............:............... ........: Notice of Differing Subsurface or Physical Conditions ......................................... 4.2.3 Physical Conditions ...................................... 4.2.1:2 Possible Contract Docum enls Change ............... 4.2.5 Possible Price andTimes Adjustments..............:4.2.6 Reports and Drawings,._ ..........................__... 4 2.I Subsurface and ........... :......... ...._......................... :2 Subsurface Conditions at the Site...................4 2.1.1 Technical Data ................................................: 4.2.2 Supervision-- CONTRACTOWs responsibility._ :: ......... ...._..:....6.1 OWNER shall not supervise ................................ 8.9 ENGINEER shall not'supervisp................ 9.2, 9.13.2 Superintendence............................I,.:...... I.............. 6.2 Superintendent, CONfRACTOR's resident................6.2 Supplemental costs .............................................. 11.4.5 Supplementary Conditions -- definition of.....................................................1.39 principal references tp................. ).10, 1.18, 2.2, 2.7, .- ............... .:0, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ................ 5.11, 6.8, 6.13, 7.4, 8.1 I, 9.3, 9.10 Supplementing Contract Document$ ............... -.......3.6 Supplier -- definition of.....................................................1.40 principal references to ........... 3.7,6:5, 6.8-6.11, 6.20, ......... _........... ......_..6.24. 9.13, 14.12 Waiver of Rights ............................................... 6.1.1 Surety-- conmittto final payment,,,,,,,,,,,,,,,,,_..... 14.12, 14.14 ENGINEER has no duty td................................ 9.13 Notification of ....................... .....10 1. 10.5. 15.2 qualification of ..................... ........................ 5.1-5.3 Survival of Obligations . .......................................... 6.34 Suspend Work OWNER May .......................13.10, 15.,1 Suspension of Work and Termination- ......................15 CONTRACTOR May Stop Work or Terminate ....... :.......... ....... .................... 15.5 OWNER May Suspend Work-.... ........15.1 OWNER May Terminate.............................15.2-15.4 Taxes --Payment by CONTRACTOR_ ..................... 6.15 Technical Data -- Limited Reliance by CONTRACTOR. ................ 4.2.2 Possible Price and Times Adjustments .............. 4.2.6 Reports of Differing Subsurface and Physical Conditions....................................4.2.3 %iv Tern porary construction facilities...-_,_„__.................4.1 Article or Paragraph Number Term ination- by CONTRACTOR ............. ............................. .) 5.5 by OWNER ........................................8.8, 15.1-15.4 of ENG1NEER's employment...............................$.2 Suspension of Work-in general .............................15 'Terms and Adjectives..............................................3.4 Tests and Inspections -- Access to the Wak, by others. ....:....... ::.......... .:.13.2 CONTRACTOR'sresponslbilities,,,,,,,,,,,,,,,,,,,,,, 13.5 cost of 13.4 covering Work prior tq........... ................... )3.6-13.7 Laws and Regulations(or)................................ 13.5 Notice of Defects...............................................13.1 •OWNER May Stop Work .......... .._.__.............. 13.10 -OWNER's independent testing .......................... 13.4 special, required by ENGINEER ....... ......... __..... 9.6 timely notice required ....................................... 13.4 Uncovering theWorkat ENGINEER's request...... .............. __......... _.............. t3.8-13.9 Times-- Adjustin&..........................................................0.6 Change of Contract ........................... I ........... ...... 12 Computation of ........................... ................... ..17._ Contract Times --definition of ...........................).12 day................... .__........... ..............__ 17.2.2 Milestones.......................................................... ) 2 Requirements -- .appeals ............... _.................... ............ 9.10, 16 clarifications, claims end disputes ..................9,11, 11.2, 12 Commencement of Contract Tunes,,,,,,,,,,,,,,,, 2.3 Preconstruction Conference ...........................2.8 schedules ......................................... 2.6, 2.9c 6.6 Starting the Work.........................................2.4 Title: Warranty of ................................................... 14.3 Uncovering Work ............ ............................... 13.8-13.9 Underground Facilities, Physical Conditions - definition of.........................:...........................JAI Not Shown or Indicated............. . ............ 4.3;2 protection of ................ ........... .................. .3. 6.20 Shown or Indicated..........................................4.3.1 Unit Price.Work- claims.........................................................).1:9.3 definition of .................................................... 1.42 generall 1.9. 14.1. 14.5 Unit Prices-- geacrall 1.3.1 Determination Car ............................................ %10 Use of Prem ices _.. _... •„•................. •...6.16. 6,18, 6,30.2.4 Utility owners.............................6113, 6.20, 7.1-7.3, 13.2 Utilization, Partial ................... 5.15. 6.36.2.4. 14.10 Value of the work..................................................11.3 Values. Schedule of ... ......... ................. 2.6, 2.8-2:9. 14.1 EICDC GENMV; 60NUTIONS 1910=8 (1990 ED]T10M w/ C1LY OF FORT COLLINS MODIFICATIONS (REV 91") 0 is 0 • Variations in Work --Minor Authorized,,,,,,,,,,,,,,,,,,,, ;.................. 6,25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER ............. ................... 9.2 Waiver of Claims --on Final Payment ..... .......... 14,15 Waiver of Rights by insured partic$.. 11. 6.11 Warranty and Guarantee, General --by CONTRACTOR .... .............. _ .......................... 0,30 Warranty of Title, CONTRACTOR'S .... ............. 14.3 Work -- Access to._..... . 13.2 byothers............................................................... 7 Changes in the ..................................................... 10 Continuing the ..................................................0.29 CONTRACTOR May. Stop Work or Terminate ......... .... ___ ........... _ ............. 15.5 Coordination of._._7.4 Cost of the J1.4.11.5 definition of ........... ............ ............................. 1.43 neglected by CONTRACTOR ............................ l3A4 other Work OWNER May Stop Work . ...... ......... ........... 13.10 OWNER May Suspend Work ................... J3,10,15A Related, Work at Sitq ........... ........................ 7.1-73 Starting thc........................................................ 2.4 Stopping by CONTRACTOR ............................. 15.5 Stopping by OWNER, ............ ................... 15.1-15.4 Variation and deviation authorized, minot ....... __3.6 Work Change Directive — claims pursuant to ............................................ J0.2 definition of ..... 1.44 .................... . principal reier'c'n t q* ...... 3.5.3. 10.1-10.2 Written Amendment -- definition of ..... ................................................ 1.45 principal references to,,,,,,,,,,,,,, 1.10,3.5.5.10,15.12, ..................... 0.6.2,6.8.2,6.19,10.1, 10.4, 11,2,12.1, 13.12.2,143.2 Written Clarifications hca"ti'on's"a*nd­ Interpretationq ...... ................ .......... 3.6.3, 9.4, 9.11 Written Notice Required — by CONTRACTOR_ .........................7. 1. 9. 101.9.11, 10.4.11,2. 12.1 -10.4, by OWNER,,,;,,,,,,,,,,,,,,,, 9.10-9.11, 11.2, 13.14 XV 131MCGENERAL CONDITIONS 1910.8 (1990 EDITION W/ CITY OF FORT COLLINS MODERCATIOM XV 9199) (This page left blank intentionally) xvi E1CDC GENERAL CONDITIONS 1910-5 (1990 EDITION) .1 CITY OF FORT COLLINS MODIFICATIONS (REV 9199) is 0 ability of the bidder to provide future maintenance and service for the use of the . subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without • exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. C� • 0 GENERAL CONDITIONS ARTICLE 1-DEFINITIONS Wherever used in these General Conditions or in the other 'Contract Documents the following .terms have the meettings in licrted which. are applicable to both the `singular and plural thereof LL Addenda -Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change .the Bidding Requirements or the Contract Documcros. 1.2. Afreement-The written contract between OWNER and -CONTRACTOR covering, the Work to be performed other-Conuract Documents are attached to the Agreement .and made a part thereof as provided therein. 13. Appplicaaori for Paym m-The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by .such supporting documentation as is required by the Contract Documents. 1.4. Asbestos --Any material that contains more than one percent asbestos and is Giablem is releasing asbestos fibers into the air above current action levels eGablished by the United States Occupational - Safety and Health Administration, 1.5. Bid -The offer or proposal of the bidder submitted an the prescribed fomn setting forth the prices for the Work to be performed. 1 A Bidding _ Docurnenty-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). 1.7. Bidding. Requirements -The advertisement or invitation to Did instructions to bidders, and the Did form. 1.8. Bonds -Performance and Payment bonds and other instruments of security. 1.9. Change prier -A document recommended by ENGINRfiIT_ which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work. or an a4iisanent in the Contract Price -or the Corewct Times, issued on crafter the Effective Date of the Agreement, 1.10. Contract Documents -The Agreement. Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation,. ace ompanying the Bid and any post Bic] docur ienmlion -submittedprior to the Nonce of Award) when attached as an exhort to the Agreement, the Notice to proceed; the Bonds, these General Conditions. the Supplementary Conditions, the Specifientions and the Drawings as the EJCDCOU4ERAL C001TIONS 1910E (1990 Edllim) aagTl' OF FORT q)I,I.IJS MODIFICATIONS (REV nit Wee) same are more specifically identified in the B together with all Written Amendmerds, .Chary Work Change Directives.. Field Orders and EN written interpretations and clarifications issued f paregraphs3.5, 3.6.1 and 3.6.3 an or after the Date of the, Agreement Shop Dancing approved pursuant to paragraphs 6.26 and 6.? reports and drawings referred to in paragraphs 4.2.2 we not Contract Documents. 1.11. Contract Price -The moneys payable by OWNER to CONTRACTOR for conpletionof the Work in accordance with the C.onimct Documents as smned in the Agreement (subject to the provisions of paragraph 11 9.1 in the case of Unit Rice Work). 1.12. Contract Times -The numbers of days or the dates stated in the Agreement:.(i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with parugmph 14.13. 1.13. CONTRACTM--The person, firm or corporation with whom OWNER has entered into the Agreement 1.14, defective -An adjective which when modifying the word Work refers to Work that is ansnisfactory, faulty or deficient in that it does not conform to the Contract Document% or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract. Documents, or has been damaged prim to ENGINEER's recommendation of final payyment (unless responsibility for the protection thereof has.been ararimcd by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14A Q). 1.15. Dmrvings--Thc drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawingsassodefined 1,16, Effective Date of the Agmement-The date indicated in the Agreement on which it becomes effective, but if no such date isindicated'it meansthedate on which the Agreemenl'is signed and delivered by the last of the two parties to sign and deliver. LIT ENGINEER -The person, ..firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant -A person, .fun or corporation having a contract with ENGINEER to fumish services as 'LNGINEM''s independent aofessional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions, 1.19. Field Order -A written order issued by ENGINEER which Orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or 1heCortmet Times. 1.20. Genenil Requirements —Sections. of Division I of 1954 (42 USC Section 2011 et seq.) as nmepded from • the Specifications. time to time. 1.21. Hazanlors Waste —The term Hazardous Waste shall have the meaning g provided in Sectioin 1004 of the Solid Waste'Disposal Act (42 USC Section 6903) as amendedGan time to tine. 122.a. Lauv and Regulations; Laos or Regulations --Any and all applicable laws, rules, regulations, ord races codes and orders of any and all governmental bodies, agencies, authorities and courts hiving jurisdiction 1 226 Lezal llolirdmw-shall be those holidays observed Iry the QN, of Fort Collins. 1.23. Liens —Liens, charges, security mterrsls or encumbrances upon real property or personal property. 1.24. A4ilestane--A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice gjAwmd—A written notice by OWNER to the apparent successsful bidder stating that upon compliance by the apparent successful bidder with the conditions ,prcccdeni cnumcrated therein, within the time specified,. OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed —A written notice given by OWNER to CONTRACTOR (with a copy to b-NGINRER) fixing the date on which the Contract Times will commence to run and on which"CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. - 1.27, OWNLR—The public body or authority. corporation association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided Ii28. Poniai Utilization -Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work 1.29. PCBs—Poiychlarirat d biphenyls 130, Pehvicim—Petroleum. including crude oil or any 'fraction thereof which is liquid al standard cndifinIS of temperature and pressure 1:60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil petroleum, fuel oil, oil sludge, oil refuse. gasoline, kerosene and oil muted with other norm -Hazardous Wastes and crude oils 1.31. Project —The total construction of which the Work to be provided under the Contract Doctanents may be the whole, m a part as indicated elsewhere in the Contract Documents. 1.32.a, Radioactive Material —Source: special nuclear, or - byproduct material as defined by the Atomic Energy Act of EICDCGFTRRAL COND1116M 19108(1990Edi OM w'i Ci7Y OF FORT GT1ulm MOD6ICATIOAS (REV 4n00dx 1 32 b Reeriiar Woridn¢.Hours—Regular workma he we defined as 7:00am to 6 00pin unless otherwise snecified in the General Requirements. l31 Resident Project Representative—Tbe authorized representative of ENGINEER who may be assigned to the site or any part thereof 1.34. Smnples—Physical examples of materials, equipment, or workmanship that are representative of sane portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop Draivirrgs--All dmwirgs; diagrams, illustmtums:.schedules and other date a information which no specifically prepared or assembled by or (or CONTRACTOR end submitted by CONTRACTOR to illustrate some portion of the Work. 1.36_ Specifications —Those portions of the Contract Documcrett consisting of written technical descriptions of materials, equipment; constructionsystems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor --An individual, firm or corpomtion having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a partof the Worl, at the site. 1.38. Su5sramial Completion —The Work (or a specified part thereop has progressed to the pond where, in eihe opmmn of ENGINEER as evidenced by ENGINLER'a definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documrnts, so that the Work (or specified part) can be utilized for the purposes for which it,is intended; m if no such certificate is ensued, when the Work is complete and ready for tint payment as evidenced by ENGTNEER's written recommendation of fatal payment in accordance with paragraph 14.13. The terms "substantially complete' and "substantially completed" as applied to all or part of the Work refer to Substantial Caapletion thereof. 1.39. Supplementary Conditions-3'he part of the Contract Documents which amends or supplements these General Co nditiom 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR m with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or my Subcontractor. L41. Underground Facilities —All pipelines; conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any eneasanents containing such facilities whichhavebeen installed urdetgound to furnish any of the following services or • • • 0 materials: electricity, gases, steam,. liquid petroleum products. telephone or other communication% cable televisimt sewage and drainage removal, traffic or olha control systems or water. 1.42. IJWt Price Work -Work to be paid far on the basis of unit prices. 1.43. Work -The "entire completed construction or the various separately identifiable ppaartrtss (�hereof required to be furnished under the Contract Documents. Work includes :And is the result "oC performing or famishing labor and -furttisliittg and inco�+r rntingmaterials end equipment into 'the Nnnru-1 ml,,AfW pCTCOtmmg Or CUIrIIShing setl'rees and furnishing documents, all as "required bl' the Contrect Dooumcns 1.44. Work Chgluge Directive-A"wriuen directive to CONTRACTOR issued on er alter the 'Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion or revision in the Work, "or imponding to differing or unforeseen" physical corditions under which the Work is to be performed as provided in pomgmph4.2 or 4.3 ce to =agencies under paragaph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that" the patties expect that the change directed or documented by a Work Charge Directive will be incorporated in a subsequently issued Change"Order following negotiations by the parties as to its effect, if any, on the Contract Rice orContmet Times as provided in paragraph 10.2. 1.45. IVntin Amendment -A written amendment of the 'Coraract Documents, signed byOWNER and CONTRACTOR on or after : the Effective Date of the Agrcanent and normally dealing with the nonenguteering "ar nontechnical rather than strictly consduction-related aspects of the Contract Documents. ARTICLE 2-PRELIMINARY MATTERS D¢hvery of Bon&.- 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies ofl) a meats 2.2. OWNER -.;hall fumish to CONTRACTOR up to ten copies (unless otherwise-speciEr_eid -in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be Cumished, upon request, at the cost of reproduction. Commencement ofConinact Times; Notice to Proceed 2.3. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement, or, VCDC OWERAI. CONDITIONS 1910-8 (1990 Edtim) n't C1TY OF FORT COLLI143 MODt1.7CATIONS IItEV 42000) if a Notice to Proceed is given, an the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time widrmlhirty days after the Effective Date of the t 411 -,L_ M1�A...., Tim.... temenL 11 H H jtd-openingrr-the thin ietli day-after-tltc-Iit%otive'! of-thea�greernatk-whichever-dsteistarlier- Starting the Work: 2.4. CONTRACTOR shall start to perform the Work at the date when the Contract Tunes commerce. to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run Before Starting Construction: 2.5. Before .,undertaking each part of the 'Work; CONTRACTOR shall carefullystudy and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field ineasurements. CONTRACTOR shall promptly report in writing to F,NG(NEER any conflict, error, ambiguity or discrepant}• which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before"proceeding with any Work affected thereby; however,CONTRACTOR shall not be liable to OWNER or ENGINEER far failure to report any conflict, error, .ambiguity or discrepancy in the Contract Documents, unless CON"rRACfOR knew or reasonably should have known thereof 2.6. Within ten days after the Effective Date of the Agreement (unless otherwisespecified in the General Requirements),. CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating rheum (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 2&21. In no case will a schedule be acceptable which allows less than 21 calendar days for each review by Eneineer. 2.6d. A preliminary schedule of values for all of the Work which will include quantities and prices of Rents aggregating ..the Contract Price and will subdivide the Work into compohent pans in sufficient detail to serve as the basis for progress psymenis during con9metiom Such prices will include an appropriate amount of overhead and profit applicable to each item, of Work. 23. Before any Work at the site is startedl, CONTRACTOR and-GIVPWA shall eaeh deliver to the olber OWNER with copies to each-eclditieae}-uisured idemiGed-i ENGTNEF'R certificates of insurance (and other evidence of insurance -rastna requested by OWNERI which CANT1 C1'OR is maintain required purchase and in �aaordame with paragraphs 5.4-5.6;end3:i. Preconstrarlion Conference:. -2.5. Within twenty days after the Contract Times start to run, but before any Work at the site is stained a conference intended by CONTRACTOR ENGINEER and -others as .appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals pro essing Applications for payment and maintaining required records. Initially Acceptable Scheduler 2.9. Unless otherwise provided in the Contmct D cumcnts, a cot Appliaatien-faFP y,mant hefine tiny work at the site begins a confcrcnce.attendcd by CONIRACTOR, ENGINEER and others as a proprinte desivnated by OWNER, will be held to review tPor acceptability to ENGINEER as provided below the schedules submitted in accordance with paiagraph2.6. und�iyL12 7 - G era 99!t¢enLep3. CONTRAC'1'0R.shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No Progress payment shall be made to CONTRACTOR untd the schedules are submitted to and acceptable to ENGINEER as provided below. The .progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to emmpletim within any specified Milestones and the Commet Times, but such acceptance will "neither impose on ENGINEER responsibility for the sequencing schedulug a progress of the Wort: nior interfere with or relieve CONTRACTOR from CONTRACTORS full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Samplesubmissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3--CON'TRACr DOCUMENTS: INTENT, ANIENDING, REUSE Intent 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerrarg the Work. The Contract Documents are complementary; what is called for by me is as binding as if called for by all. The Contract Documents will be constrbed in accordance with the law of the place.of the. Project. 3.2: It is the intent of the Contract Documents to EJCDC GENfltAL CONDITIOM 191"(1990 Edam) w/QTY OF FORT WLum MODIFICATIONS ai V4rt000) describe.a functionally complete Project (or part thereof) to be crostruc1ed in accordance with the Contract Documents. Any Wank, materials a equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will tie famished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work; materials or equipment; such words or phrases shall be interpreted in accordance with that meanning. Clarifiwtiass and intcrpreiations of the Contract Documents shall be untied by ENGINEER a5 provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical .Societies; Reporting and Resohing Di.ecrepancies: 3.3.1. Refeence to standards, specifications, manuals or codes of any technical society, org'anvstion or association, of to the Laws. or Regulations of any governmental authority; whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or; on the Effective Datcof the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Doamems, 33.2. If during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the .Contract Documents or between .the Contract Documents and arry provision of any such law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of airy instruction of any Supplier referred to in paragraph 6.5. CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work alfected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the ContractDocuments has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided however, that CONTRACTOR stall not be liable to OWNER Or ENGINEER for failure to report any such codlia, error, ambiguity Or discrepancy unless .CONTRACTOR knew .or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in pamgraph3.5 or -3.6, the provisions of the Contact Dovmems shall lake precedence in resolving any conflict, error: ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or L] • is CJ 0 3.3.3.2. the provisions of any such laws or Regulations applicable to the -performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result. in violation of such Law W Regulation). No provision of any such standard, specific tion,.manual, code or instruction shall be effective to change the duties jandregmnsibilities of OWNER, COM'RAcrolz or ENGINEER• or an), of their subcontractors, consultants, agents or employees from those act forth,in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGMF,R's Consultants, agents or employees any duty or authority to supervise or direct the fumishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Lontract Documents. 3.4. Whenever in the Contract Documents the terms "as .ordered",."as directed", "as required", "as alloveod", "as approved' or terms of like effect or import arc used, or the adjectives"reasomnbW. "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requvement, direction, review or judgment of ENGINEER as to the Wok. it is intended that such requirement, direction, review, or judgment will be solely 'to evaluate, in general,.thc completed Work for compliance with the requirenenls of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as, u H Speelne Sm eMCM. Irmaaling mmerwnae). I he use 01 any such term or adjective shall not be effective to assign to INGINEER any duty or authority to supervise or direct the Iumishing or performance of -the Work or -any duly or authority to undertake responsibility contrary to the provisions of paragraph 9 13 or any other provision of the Contract Documents. 4menrbng and Supplementing Contract Documents 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or ,more of the fallowing ways: 3.5.1. a formal Written Amendment. 3,5:2. a Change Order (pursuant to paragraph 10.4). or EXDC OENERAL COMITtON5191" (1790 Eduw) w/01T OF FORT iMIA S MODIFICATIONS ptEV 4R000) 3.5.3. a Work Change Directive (pursuant to paragraph 10:1)_ 3.6. In addition, the requirements of. the Contract Documents may be supplemented, and mina variations and deviations in the Work may he aut iorimd, intone or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5� 3.62. ENGINEER 's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 617), or 3.6:3. ENGINEER's written ,interpretation or clarification (pursuant to pamgrnph 94). Reuse ofDoeumenrs: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization prfonninp or funnishmg .any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquQe any title to or ownership rights iri any of the Drawings, Specifications or other documents (or copies of any thereol) prepared by or bearing the seal of ENGINEER or FNGINTF.F.R's Consultant, and (t) shall not reuse any of such Drawings, Specifications, other documents or copies on estensionsfof the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE .AND PHYSICAL CONDITIONS; REFERENCE POINTS ihadubiGty ofLanda: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements .for access thereto, and such other lands which are designated for the OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in ceisting ITolr ies will be obtained and'paid for by OWN unless otherwise, provided in the Contract Documents. 'If CONTRACTOR and OWNER are unable to agree an entitlement to or the amount or extent of any adjustments in the Contract. Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rightsof. way or e9sancr4 CONTRACTOR may make a claim therefor _ as provided in Articles I I and 12. CONTRACTOR shall provide for all additional landsand access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface andPhyaical C'anrhtions:. 4.2.1. Reports and Drarwngs: Reference is made to the Supplementary Conditions for identification of. 4.2.1.1. Subsurface Con&aiiorrs: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER at preparing the. Contract Documents; and 4.2.1.2. Physical Conebtlons: Those drawings of ph}Nical conditions. in or relating to existing surface or subsurface stmoturesat or contiguous to the site (except Underground Facilities) that have been ,utilized by ENGINEER in preparing the Contract Documents. 4.2.2. limited Reliance by, CONTRACTOR Authorized; Technical Data: CONTRACTOR may rely upon the .general accuracy of the "technical dam" contained in such reports and drawings, but such reports and drawings are not 'Contract Documents. Such 'technical dam" is identified in the Supplementary Conditions. Except for such reliance on such 'technical data",.CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER a any of ENGINEER's Consultants with respect to: 42.2.1. the completcnes of such repots and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techhiqu6.% sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.23. any CONTRACTOR interpretation of or conclusion drawn from any "technical dam" or any such data, in erpretatione, opirrionc or information. 4.2.3. Notice of Differing Subsurface or Plnsical Conditiois: If. CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered car revealed either. 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR. is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate. or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or FXDCOEtaQtAL CONDI116M 1910-3(1990 EMM) wi CITY OF FORT COLLt tS MODIFICATIONS (REV 4/1000) indicated in the Contract Doctuneras; or 4.2.3.4. is of an unusual nature and dill= materially from conditions ordinarily encountered and gasrally recognized as inherent in workof the character 'provided for in the Contract Documents; then CONTRACTOR shall, pnampl4 immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as ppeermitted by paragraph 6.23), notify OWNER and ENGINEER m writing about such condition. CONTRACTOR shall not further disturb suchconditions or perform any Work in connection therewith (except as aforesaid) until remapt of written order to do so. 4.2.4., E'NGIAEER's Review. ENGINEER will promptly review the pertinent conditions, determine the necessity of OWN'ER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's Findings and conclusions. 4.2.5. Possible Contract Docianents Change: If ENGINEER concludes that a change in the' Contract Docum ants is required as a result ore condition that meets one or more of the categories in paragraph 4.2.3. a Wok Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Tunas Aentstnienre An equitable adjustment in the Contract -Prim or in the Contract Times, or both, will be allowed to the extent that the ceistence of such uncovered or revealed condition causes an increaseor deaease in CONTRACTOR'S cost of, or time required for performance o[ the Work; subject, however, to the following; 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inchisive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of no, a tunditiin precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for an a Unit Price Basis. arry adjustment in Contract Rice will be subject w the provisionsof paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contact. Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions it the time CONTRACTOR made a final comnitmad to OWNER in respect of Cataract Rice and Contract Times by the • 7 • 0 submission of a bid or becoming bound under a negotiated contract, or 4.2.6.4.2_ the existence .of such coridition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Acquirements or Ca coact Documents to be conducted by or for CONTRACTOR_ prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by pamgraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any, such equitable ,adjustment in the Contract Rice or Contract Times, a claim may be. made therefor as providedin' Articles I I and 12. However, OWNER, ENGINEER and H24GINEF,R's Consultants shall not he liable. to CONTRACTOR for any claims; costs, losses or damages sustained by CONTRACTOR can or in connection with any other project or anticipated project 4.3. Physical Con&dons Underground Facilities: 4:3.1. Shoun or lndmied: The information and data shown or indicated in the Contract Documents with icspct to existing Underground Facilities at or cmhguous to the siteis based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is ,otherwise expressly provided in the Supplementary :Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cast of all of the following will be included in the Caitmct Price and CONTRACTOR shall havefull responsibility for, (i) reviewing and checking all such information and data. (ii) locating all Uniierground Facilities shown or indicated in the Contract Documents,(iii) coordination of the Work with the owners, of such Underground Facilities" during consuuctic n, and . (iv) the safely and protxtion of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Wok. 432. Not Shoun or In heated: If an Underground Facility is uncovered or revaled at or contiguous to the site which was not shown or indicated in the lterfarmiag any Work in connection therewith (exnot in an emergency as required by paragraph 6.23). identify the owner of such Underground Facility and EICOCOENERAL COMMONS 19104 (1990 Edtiom w/CITY or FORTGOLUM MODIFICATIONS IIthV 412000) give written notice to that owner and to OWNER and .ENGINEER ENGINEER will promptly review the Underground Facilityand determine the extent, if any, to which a change is required in the Contract Documents to reflecl'enddocument the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a.Work Change Directive or a Change Order will be issued as, provided in Article 10 to retleot and document such consequences. During such time. CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as pprovided in pam&mph 6.20. CONTRACTOR steal} mma beallowed an increasein the Contract Nice or an extension of the Contract Times, or both, to the extent that they are attributable Co the existence of BayUnilerground Facdity'that "i not shown or,indieated in the Contract Documents and that CONTRACTOR did notknow of and could not reasonably have been expected to be aware of or to have anticipated If OWNER and CONTRACTOR are umble to agree on'entidement to or the amount or length of any such adjustment in Contract Nice or Contract Tunes, CONTRACTOR may make a claim therefor as provided in Articles 1 I and 12. However, OWNER, ENGINEER and ENGTNEER's Consultants shall not be liable to CONTRACTOR for any claims, casts, losses or damages incurred or sustained by, CONTRACTOR on or in comeetio n with any other project or anticipated project. ..Reference Poirnta: 4.4. OWNER shall provideengineering surveys to establish reference points for construction which in M40INEER's .judgment are necessary to enable CONTRACTOR' .to proceed .with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall report to ENGINEER whenever any reference point is last or destroyed or requires relocation because of necessary changes in grades a locations, "and shall be respirisible for the accurate" replacement. or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos PCM Petroleum: Hazardous Nacre or Radioactive Material: -- 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in .the Contract Documents to be within the scope.of the Work and which may present asubstantial danger to persons or property exposed thereto in connection with the Work et the,site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR; Subcontractors, Suppliers or mymc else for whom CONTRACTOR is responsible. 4-5:2-CONTd2AGFOR-shnNtmmediatelyF{ij•stopelI 4.54. The pfevisions of ....p",r3.. r,__�, flBittlUBF60C� er-reveoled et-thest4e: EICDcOENuLAL CONDITIONS 1910F (1990 Editim) w/ CITY OF FORT mwtts MODIFICATIONS (REV 4r1000) ARTICLE 5-110NDS AND INSURANCE 0 Pedbrmanee, Payment and Other Bondi 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each at an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACfOR's oblirtions under the Contact Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also famish such other Bonds as are required by the Supplementary. Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as, are named in the wrrent list of "Companies. Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amrndcd) by the Audit Stall, Bureau of Government Financial Operations, U.S.Treasury Department. All Bonds signed by an agent must be accompanied by n car ified copy of such agent's authority to act. 5.2. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ton days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER 5,3. Licensed Sureties and Intros; Certificates of is 5.3.1. All Bonds and insumace required by :the Contract Documents to be purchased and maintained by O\VNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorimd in the junsdiedon in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required Such surety and insurance companies .shall also meet such nddiliomt requaements mul qualifications as may be provided in the. Supplementary Conditions. 5.32. CONTRACTOR -.shall deliver to OWNER with copies to each additional insured identified m the Supplementary Condiucres certificates of insurance (and other evidence of insurance requested by OW'gER or any other additional insured) which 0 0 CONTRACTOR's Llabilitylnsurance: 5.4. CONTRACTORshallpurchase and maintain such liability and other insurance w,is appropriatefor the Work being performed and furnished and as will provide protection from claims set forth below which may wise out of or- result front ;CONTRACTOR'' .performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Document whether it is to be performed or furnished by CONTRACTOR, any Subcotractur or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose actsany of them may be liable: 5.4.1. claims under workers' compensation; disability .benefits and other similar employee benefit acts; 5.42. claims for damages because of bodily injury•, occupational sickness or disease, or death of CONTRACTOR's employees; 5.4.3. claims for damages because of bodily injury; sickness or disease, or death of any person other than CONTRACTOR's employees; 5.4:4:-olainn s-for-damegf-insured-by-custoinmy m�direely-related-to+l»e - . 5.4.5, claims for damages, other than to the Work itself, because of injury to a demotion of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6.. claims for damages because of bodily injury or death of any person or property damage wising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to Insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9, include as additional insuieds (subject to any customary exclusion in respect of professional liability), ,OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities idiniified in the Supplementary Conditions,. all of whom shall be listed as additional maureds, and include coverage for the respective officers'and employees of all such 5.4.8. include the specificcoversgcs and be.written. for not leis than the limits of liability prm•ided in the 'Supplementary Cerditionns.or required by Laws or Regulations, whichever is greater, 5.4.9. includecompletedoperatonsinsuanae EJCDCOEN'ERAL CONDITIONS 1910-8 (19906dtim) %TaTl• OF FORTCOLUM MODIFICATIONS (REV 4r1000) 5.4.10. includecontractual liability insurance covering CONTRACTOR's indemnity obligatiois under paragraphs 6.12, 6.16 and 6.31 through 6.33: 5.411. -contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior :written notice has been; given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whoa a certificate of insurance has been issued (and the certificates of insurance Furnished by the CONTRACTOR pursuant to paragraph 53.2 will w provide); 5.4.12. remain in effect at least until final.. payment and at all times thereafter when CONTRACTOR'ma be correcting. removing or replacing aefeclne Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made -basis, remain in effect, for at least two years after final paymtcnt (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to OWNER ,and any such additional insured of continuation of such msuranec at final payment and one year thereafter), OIVAFR's Liability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under pamgmph5.4,.OWNIii, at OWNER's opuon,. may purchase and maintain at OWNIIYs expense OWN M. 's own liability insaurance as will protect OWNER against claims which may arise from operations under the,Comract Documents Pmperry la wrmnce: 5:6-1lnia-O}wrwise-provided4n-Fire-Supplemenmry the We& fit the Site in the RMOUPA Gomlitions-t3WlsR"iR-sltaR-purct�se-end-maintain of-the-ftin -repinwrnent-cost-thereof-(sut+jeet-to-such tleJuctibla-umounds-as-may-ba-provirkrl-in-tlna Supplementary--C-onlitions-or-rerryircd-by-L-awa-ems Regulations).-T#nia insumlle 5-."—ineiude—the—interests—of—OWNER; n44NT AGTQR; Subs-waGu s, P1891$EFs entttas-ideaFtfad' miha-,Supplementary-6�nddions: each oFwhon-is deenmilio hart rr4nsurableintertst airds}adl-be4i9ad�nsari-visored or-additional-irpsraad; §.b.2--be-written-mn-Buildes•s-Risk=all-risk= er . .Ln�1.✓..i a. _ r.._ _ ' ( 91F. that rit -1.34 at least ^ i cad-Wodt-vt-Us . ®' mwerege-tlreA-vurdulisnr-end-mo4icious-mitcAief- �M �VE(tlr—dll r.3-imlude- pensea-imurred-ir the -repair -a roplaoemmt-ofany-iilsurad Property-(vwludi-but-na architects} -- er-et-enWMe!-bmlion-iMF-was-egeedio-in�vritingby 'provided-tbat-such-meteFlalr. nn�equiwera-hevo-been ineliriedti �,v£Pl6Ln:E�erd e 4�s-,-be�intained-in-elrest--tmtil-final-permeid-is rdada-Imlzre-otherwise-egeed�o-in--wntmg-by GMEM Z=-=gRAGTOR GEg56R-w.4h deiii/- :.sitten , eh-e-hor -addition4 utstiied-t issued: 59. OWNER shill not be mq�onsible for purchtsing and maintaining any property inswanec to protect the int&esffs of CONTRACTOR- Subcontractors or others in -5a 0.—(f-GONfR>4GTOR-roquests-in-writing-Ihet-dher l pas ude 'the, gel-wdW.-J --A .- 0. rFPAGTGR;.4 appropriate C-hange--Or.: tlr•._ �4'i�a FJcoc(3m4uAL coMA7tOt1 mos(1990 Elfitim) 10 d(3TY of FORT cmum mo meATIONS(REV42000) wmmaileemm6of�he-WurkeHho-eite; OWN�dwll-in writing..4:.L... 99\1TD L(`Tl1D .. latheF ... mash e-.A.— ipz —. es all against—GON RACTOR—Subwntlactom dTtaars.-direclor3reniployeesarcl�gems-of-ergo€ th 46vil 3�-1.2r1—less due to z�a.a apl:-- ---- oFusa-or-otltLs-corctquemieHondmg beyond-direct-physical-loss-or-domaga-co erisirtgout-o&a-rawlting�iom-&reor-oilier-peri4, what}w,r -Iwt- mffvd by-OWNGR;-ewd omsequeatiBHe�i.a--vomer`+=.:i11-Ievv-.ro�,B..Tz+. n U • 0 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. • 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and • 0 RD T Trecovery-against-any—of-GONTRA6s and e thaeetors; Tfl�T.TAl/�TAiRTD .. I�.- :,.1amiA 4glDFILS Of May 09-IMER. Receipt andAppGmtim of1sourance Proceeds 5:12. Any insured loss under the policiesofinsurance required: by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as they interests may appear,. subject to the requirements of any .applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may rmch. If no other special agreement is reached the damaged Work shal I be rcpaGed m replaced, the moneys so received apt5,d on account thereof and the Work and the rest thereof ciwered by an apfaopriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of lees to OWNER's exeacm of this powa. If such objection, be made, OWNER as fiduciary shall rocks settlement with the insurers in accordance with 'such agreement, as the parties in interest may reach If no such agreemcni among the parties in interest is�rmchcd,. 099��� ttle the loss withive—herd--fer�-rhe Acceptance ofBondv and Insurance; Option to Replace.. 5.14. If OWNER has any objection to the coverage affodod by or -other provisions of theBoncls-or insurance required to be purchased and maintained by the Aff pant .CONTRACTOR in accordance with Article 5 on the basis of nomconfanaumce with the Contract Documents. the Partial UriGWion—Prvperty Insurance. 5.15. If OWNER finds -it necessary lo,occupy or use a potion or portions of the Wort: prior to Substantial E)CDCGOAMU CONDITIONS 191" 099a Edum) wt CITY OF FORT COLLA its MODIFICATIONS MV 9120m) Completion of all the Work, such rue or occupancy'may be accomplished in accordance with peragmph 14.10r, provided that no such use or occupancy shall commence btfore the insurers providing the property insurance have acknowledged notice thereof and in writing effected any charges in coverage necessitated thereby. The insurers providig the property insurance shall consent by endorsement on the policy or poficies,.but the property insurance shall not be cancelled or permitted to tapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES Supervision and.Superintendence• 6.1. CONIRACTOR- shall :supervise, .inspect and direct the Work competently and efliciemly, devoting such attention thereto and applying such skills and cgxrti% as rimy be necessary to perform the Work in e accordancwith the Contract Documents: CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of ooaslruction, but CONTRACTOR shall not be responsible for the negligenceof others in the design or specification of a specific means, method, technique, sequence a procedure of construction which is shown or indicated in and expressly required by the. Contract Documents. CONTRACTOR .shall he responsible to sec that the completed Work complies accurately with the.Contract Documents. 6.2 CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not bereplaced without written notice to, OWNER and ENGINEER except under estri ordinrary circa mstarnces. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall'be as binding as if given to CONTRACTOR. Labor, DlateriaLs and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work ;as required by the Contract Documents CONTRACTOR shall at an times maintain good disci line and order at the site. Excep t as otherwise required for the safety o protection of personsor the Work or property at the site a adjacent .thereto; and e cept as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular waking hours and CONTRACTOR will not permit overture work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prim written notice to ENGINEER CONTRACTOR shall submit requests to the INGRQEER no less than 48 hours in advance .of env Work to be Performed on Saturlav Sunday. Holidays or outside the Regular Working Hours 6A, UNess otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full resporxibility for all materials. equipment, labor, -transportation, construction equipment and machinery, tools, appliarixs, fuel. power. light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the fumishing, perfomnance, testing, start-up and completion of the Work. 64 ] Pwchesinc Reslrictiore' CONTRACTOR must aumply ivith the Citv's i hasina restrictions. A ecov of the resolutions are available for review in the offices of the Purchasina and Risk Monagement Division or the City Clerk's office. 642 .Cement Restrictions: CiN of Fort Collins Resolution 91-121 requires that Micrs andyredums of cement or products containing, cement toccrtify that the cement was not made in cement kilns that that hamnious waste as a fuel. 6.5. All materials and equipment .shall be of good rlity and new, except as otherwise provided in the tract Documents. All warranties and guarantees specifically called for by the Specifications shall mpressly run to the hcnefit of OWNER. U nquired by ENGTNEFR, CONI'RAC'I'OR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: G.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated 'in pamgmph2.9) proposed adjustments in the progress schedule that will rot change the Comma Tames (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the. progress schedule .that will change the Contact Times (or Dfilestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. SubsHfutes and "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents', by tiring the reme of a proprietary item or the name of a (articular. Supplier, the specification or description is intended to establish the type,, function and quality requited. Unless the specification or description VCDCGkNFRM. CONDITIONS 1910-9 (1990 Edam) 12 w/ CITY OF FORT MLLI NS MODIFICATIONS(Rb'Va2000) comars or is followed by words reading tint no like, • equivalent a "ar-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may' be accepted by ENGINEER under the following circumstances: 6.7.1.1. 'Or -Equal". If in ENGINECR's'sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that rro change in related Work will be required, it may be considered by ENGINEER as an "or al" item, in which case review -and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance ofproposed substitute items. 6.7.1.2. Subslinde Items: If in ENGINEER's sole discretion an item of material or equipment propused by CONTRACTOR does not qualify ss an "or equal"item under iubpaagraph 6.7.1.1, it will be considered a proposed subaitute item. CONTRACTOR. shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that reamed and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR If CONTRACTOR wishes to furnish or use a substitute item of material or equipment. CONTRACTOR shall fast make written application to ENGINEQ2 for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified The application will state the evtent, if arty, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of arty other direct contact with OWNER for work m .the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license Tee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available mairdanum e, repair and replacement service will be indicated The application will also comain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of adesign and claims of other contractors affected • r1 U by the resulting chmige, all of which will be CONTRACTOR shall perform not less "than 20 considered by ENGINEER in evaluating the percent of the Work with its own forces (that is pr sed substitute. ENGINEER may requre withoul subconlmc[um). The20 nxrcenl reeuiremenl CO RACTOR to furnish additional data ghoul shall be understua3 to refer to the Work the value of the proposed substitute. which totals not less than 20-percent of the Contract Price. 6.7.1.3. CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in suppon.of"any 6.8.2. If -the Supplementaty-Galditions Biddin proposed "or -equal" or substitute item will be at Documents- require .the 'identity of certain CONTRACTOR'stxpense. Subcontractors, suppliers or other persons or organizations (including those who are to famish the 6,7-2. Sabanmte ComMec(ion Ateduxis or ,principal items of materials or equipment) to be Procedures: If a Tecific means, medind, technique, submitted to OWNER in-advence-of-the^specified sequence or procedure of construction is shown or date prior to the Effective Date of the Agreement for indicated in and expressly required ,by the Contract acceptance by OWNER and ENGINEER, -end -if Documents, CONTRAC"I'ORmay furnish or uti lire a substitute mans, method, lahntjue, sequence or WER " procedure of construction acceptable to ENGINEER. OWNER's or ENGINEER's acccpance (either in CONTRACTOR.shall submit sufficient information to writing or by failing to make written objection thereto ' allow ENGINEER,. in ENGINEER's sole discretion, to by the date indicated far acceptance or objection in determine that the substitute proposed is equivalent to the bidding documents or the Contract Documents): a€ that expressly called for by the Contract Documents. any-srch�u u- -�-^= -- bserarester� Sue� oa,=rM The procedure for review by, ENGINEER will Ix ,atganr M -, ' similar to that provided in subparagraph 6.7.1.2: '-•'-_O--^^^-^ble-ebjeaticfxr,al@erdua- igatien, 6.7.3. Engineer's Evaluation: ENGINEER will be in whisk eeeepfeble--sub:'o;:o c-t;,rC�rrtracFPriee-wall-be allowed a reasonable time within which to evaluate edhtubd-try-t}b-rlifTerenea-irt-the-oast-eoaanieneil.gf each proposal or submittal made pursuant to stub-substitution-and-nn-appropriate-Change-Order paragraphs 6.7.1.2 and 63.2. ENGINEER will be the .sole judge of acceptability. No "or -equal' or substitute will he in constitute a condition of the Contract requiring the ordered, rolled or utilized without ENGINEER's prior written acceptance which will be use of the named s ncontmctors, suppliers or other rersons or organization on the Work unless prior evidenced by either.a Change Order or an approved written approval is obtained front OWNER and Shop Drawing. OWNER may require ENGINEER. No acceptance by OWNER or CONTRACTOR to furnish at C,ONTRACTOR's ENGINEER of any such Subcontractor, Supplier or expense a special performance guarantee or other other person or organization shall constitute a waiver surety with respect to any "orcqual` or substitute, of any right of OWNER or ENGINEER to reject ENGINEER will record time required by defective Work. ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by 6.9. CONTRACTOR pursuantto paragraphs 6.7.1 2 and •6.7.2 and in making changes in the Contract 6.9.1, CONTRACTOR shall be fully responstble to Documents (or in the provisions of any other direct OWNER and ENGINEER fm all acts and on fissions contract with OWNER for work on the Project) of the Subcontractors, Suppliers and other persons occasioned thereby. Whether or not ENGINEER and organiaition s performing or furnishing any of the acceptsa substituleitem'so proposed or submitted by Work under a direct or indirect, contract with CONTRACTOR CONTRACTOR shall reimburse CONTRACTOR just as CONTRACTOR is OWNER for the charges of ENGINEER and responsible for CONfRACTOR's own acts and ENGINEER's Consultants for evaluating each such omissions. Nothing in the Contract Documents shall proposed substitute item, create for the benefit of any such Subcontractor. Supplier or other person or organization any 6.8. Concerning Subcontractors, Suppliers and contractual relationship between OWNER or Others: ENGINEER and any such Subcontractor. Supplier or other person or organization, nor shall it create .any 6.8.1. CONTRACTOR shall not employ any obligation on the pail of OWNER of ENGINEER to Subcontractor; Supplier or other person or organization pay or to we to the payment of any moneys due any ,(including those acceptable to OWNER and such Subcontractor. Supplier or other person or ENGINEER as indirated'in paragraph 6.8.2), whether organization except as may otherwise be required by initially or as a substitute. against whom OWNER or Laws end Regulations. OWNER m ENGINEERmay ENGINEER may have reasonable objection. furnish to env subcontractor supplier or other person CONTRACTOR shall not be required to employ spy or oreamzation .evidence of amounts aid to Subcontractor. Supptier or person or organization CONI'RAC7'OR in accordance with to hunish or perform any of the Work against whom CONTRACTORS "Aeoliations for Pavmcnt" CONTRACTOR has reasonable objection. FJCDCOENERAL COI1VITIONS 1910-8 (1990 Edlim) wr CITY OF FORT COLU S MODIRCATIONS(REV 9/30D0) 11 13 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors. Suppliers and. .other persons and organizations performing or furnishing any of the Work under a direct or indirect contrast with CONTRACTOR. CONTRACTOR shall require all Subcontractors, Suppliers and such other Mauna and organizations performing or furnishing any of the Work to communicate with the T NG1N1SR through CONTRACTOR 6.10. The divisions and sections of the Specifications and the identifications of any Drawings; limit not control CONTRACTOR in dwidirg the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work perfommd for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subconuastor m Supplier which specifically binds the Subairarnclor'or Supplier to the applicable terms and conditions of the Comma Documents for the bencrit of Parent Feesaad Rot'aldes. 6.12.. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the pertormance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular awention, design, process. product or device is specified in the Contract Documents for use in the performance of the Work: and if to the nctu it knowledge or OWNER or ENGINEER its use is subject to patent rights .or copyrights telling for the payment of any license fee or royally to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted. by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER. ENGINEER's Consultants and the oRnccrs; drectd's, employees, agents and other consultants of each and arty of them Gom and against all claims, cosh, losses and damages arising out of or resulting from any infringement of patent rights or copyrighs incident to the use m the performance of the Wort: or Ithing'Gan the incorporation in the Work of any invention, design. process, product or device not specified in the Contract Documents. EXI)COENERAL CONDITIONS 1910E (1990 EQam) 14 w1(.TTY OF FORT Wt.LINS MODIFICATIONS(Rh'V42000) Permits 6.13. Unless otherwise provided in the Supplemcnlary Conditions, CONTRACTOR,shall obtain and pay Cor all construction permits and licerees. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits .and licenses. CONTRACTOR shall pay all governmental charges and inspection Cem necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, CONTRACTOR shall Fay all charges of utility owners for connections to the l\tort:, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees 6.14. LansandRegulations., 6.14.L CONTRACTOR shall give all notices and comply with all Lars. and Regulations applicable to furnishug and performance of the Work: Except where otherwise expressly requirid by applicable Laws and Regulations; neither OWNER nor ENGINEER shall be responsible far monitoring CONTRACIOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to laws or Rcgulmiems, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting theretra ' however, it shall riot be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2. Tales 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.15. 1 OWNER is exempt from Colorado State and Inca ,des an sere taxes 'on materials to be p_ermncmlly irmiorporeted into the Ixojmt. Said tales shall not be Included in the Conrad Price. Address "Coludo Department of Reverme .State Capital Annex s • s 9 0 1375 Shemin r Street Denver, Colorado_ 80261 Sales and Use Taxes for the .Slate oC Colomdo R"y �I-I ramooitaio D'strhct fRTDI and certain Colorado counties are collected by the State of Colomdo .end ere aaduded in dhe Certifirnuon oC Exemption. All eoolimble Sales nrd Usc Taxes (irwludine State co111 d mxesl, on any items oher than constriction .and building materials ohysically incormnited imo the mmi+net are to he mid bv'CONfRACfOR and are to be included in appropriate bid items Use ojPremEaes: 6-16. CONTRACTOR shall confine construction equipment: the storage of materials and equipment and the. operabore of workers to the site and -land and areas identified inand permitted by the Contract Documents and other land and areas permitted by Lawi and Regulations, rights -of -way, permits and casements, and shall not mtteasonably encumber the premises with construction oquip ment . a other materials ar equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or aim, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be. made by any .such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim.by arbitration or other dispute resolution proceeding Drat law.CONTRACTOR shall, to the fullest extent Permitted by Laws and Rmuhations. indcmnifv and Coraultant and anyone directly or indirectly employed by .any of themfrom .and against all claims, costs, losses and damages' arising -out of or resulting from any claim or action, legal or equitable, brought by any such owner or cowpam against OWNER. ENGINEER or any other party 'indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work 6.17. During the progress of the Work. CONTRACTOR. shallkeep the premises Gee from accumulations of waste materials, rubbish and other debris resulting fiom the Work At the completion of the Work CONTRACTOR shall remove all waste materials,; rubbish and debris from ,and about the, premises as well as all tools, thppliances, construction equipment and machinery and surplus materials. CONTRACTOR shallleave.the site clean and ready for - occupanq, by OWNER at Subslantial Completion of the Word:. CONTRACTOR shall restore to original condition all property net desigmted for alteration by the Contract Documents, 6.18. CONTRACTOR shall not load nor permit any par of any structure to be loaded in any manner. that will endanger lhe'struclure, rase shall CONTRACTOR subject any part of the Work ix adjacent property to'strss'o. pressures that will endanger'it Record Uaeuments: wmcoENERALCOtdD17 m19io-s(im Edlitol %1=Y OF FORT ommP s MODIFICATIONS MV 4n Wes) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments. Change Orders; Work Change D'veclives, Field Orders and written interpretations end clarifications (issued -pursuant to pomgmphh 9.4) in good order and annotated to show all changes made during, constriction These record documents together with all approved 'Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Mferp and Prarection: 6.20. CONTRACTOR slmll be, responsible for initiating, maintaining .and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary prommions for the safety oC and shall provide the necessary protection to prevent damage, injury or loss in: 6.20.1.. nil persons on the Work site or who may be affected by the Work; 6,20.2. -all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereon, including trees, shrubs, pawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safely of persons or property or to protect them Gan damage; injury or loss; and shall erect and maintain all necessary safeguards for such 'safety and protection. CONTRACTOR shall notify owners of.edjacent property and of Underground Fncitities and utility owners when prosecution of the Work may affect them, and shall cooperate with diem in the protection, removal, relocation and replacement of thien,prupery. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 mused. directly or indirectly, in whole or in part, by other person or organisation directly . �' indirectly employed by any of them to perform or famish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omisscm of OWNER or ENGINEER or ENGINEER's Consulmm or anyone employed by any of them *o'r anyone for whose acts any of them maybe liable, and not attributable, directly or indirectly, in whole or in part to the fault or negligence of CONTRACTOR or any Subcontractor,' Supplier or other person or organization directly or indirectly employed by any of them), and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise a pressly provided in connection with Substantial Completion). 6.21. Safety Represenmeve: CONTRACTOR shall designate a qualified and experienced safety representative at the -site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safely prccautions and programs Hazard Connmanicarion Programs: 6.22. CONTRACTOR shall be respra Bible for coordamting any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among eotploycrs at the site in accordance with taws or Regulations. Finergencies: 6.23. In emergencies affecting the safety or promotion of persons or the Work or property at the site or adjacent _ thereto, CONTRACTOR without special instruction a xuthorirntion from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in .the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency.a Work Change Directive i or Change Order will be ssued to document the consequences of such action 6.24. Shop DrarvingsandSamptes: 6.24.1.'CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings. and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in .the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to . quantities, dimeresimu, specified performance and design criteria, materials and similar data to 'show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes .required by pamgmph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in aocordarez with mid accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified dearly as,such to material, Supplier, pertinent data as. catalog numbers and the use, for which inicn&d and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited E1CUC(hNFRAI. CONDI-fibM 19105(1990 Edtim) 16 wr C1TYOFFORTCC)WMMODIRCATIONSt1tEV4R000) purposes required by paragraph 626. The numbers of each Sample to be submitted willbe as specified in the Specifications. 6.25. Suhmiaaf Procerbrres: 6,25.1. Before submitting each Shop Drawing or Sample. CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.12. all materials with respect to intended use, fabrication, ship7,ng, handling, smmge, assembly arnd installation pa1ainang to the performance of the Work, and 6.25:1.3. all information relative m COMRACfOR's sole.res,xonsibihties in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Wort: and the Contract Documents. 6.25:2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Commit Documents with respect to CONTRACI'OR's review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the. Shop Drawing or Sample submitted may have from the requirements of the Contract Documents. such notice to be in a written communication separate from the sulmitLaL anal, in additia . shall cause a, specific notation to be made on each Shop Drawing and Sample submitted,to ENGINEER for review and approval of each such variation. 626_ ENGINEER will review and approve Shop Drawiigs and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted ,by ENGINEER as required by paragraph 2.9. _ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Wort:, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a furictianirg whole as indicated .by the Contract Documents ENGINEER's review and approval will not extend to meatis, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of 40 0 us su i the and expressly called for the safety prewutm_ or programs :w and eooroval of a senamte i by ENGINEER and shall return the corrected copies of Shop Drawings and new Samples for review and approval. mll direct specific attention in writing to tan the corrections called for by vams submittals. 627. RNGINEhR's review and approval of Sho' Drawings or Samples shall not relieve CONTRACTOR from responsibility for any.vnriation from the requirements of the Contract Documens unless CONTRACTOR has in writing called ENGIhrEER'sattention to each such variation at the time of submission as required by pmagmph 6.25.3 and ENGINEER has given '.written approval of each .such variation by a specific :written. notation thereof incorporatedina accompanying the Shop Drawing or'Sample approval; nor will any approval by ENCINRER relieve CONTRACTOR from responsibility for complying with the requirements of paragmph 6.25.1. 6.28, Where a Shop Drawing or Samplo is required by the Contract Documents: or the schedule of Shop Drawing: and Sample submissions accepted by ENGINEER as required by pimgmph2.9, any related Work performed prior to ENGINEER'S review and approval of the pertinent, submittal will be at the sole expense and responsibility of 'CONTRACTOR Cantinuingthe Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or `disagreements with OWNER No Work shall be delayed or postponed pending resolution of any disputes or disagreements; except as permitted by pamgmph 15.5 or as. OWNER and CONTRACTOR may otherwise agree in writing. -630. CONTRA.CTOR's, Genera£ Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER. and ENGINEER's Consultants - that all Work will be in accordance with the Contract Documents and will not be depctive. CONTRACTOR'S warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abase, modification or .improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or.Suppliers; or 6.30.1.2. normal wear aml tear antler normal usage. 6.302. CONTRACTOR's obligation to perform and complete the Work in accordan ec with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in E1CDC OLN6'RAL CONDITIONS 19105 (1 M Edlim) wdary OF FORT COLLINS MODHiCAMNS MEV 42M)) 0 accordance with the Contract Documents or,o release of CONTRACTOR's'obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Doctmcnts; 630.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5, any.aceeptance by "OWNER or any failure to do so:. 6.30.2.6. any review and approval of a Shop [hawing or Sample submittal or the issuance of a ,noticeof acceptability by ENGINEER pursuant to paragraph 14.13: 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8: any correction of defective Work by OWNER: Indmwifinombon: 631, To the fullest extent permitted by Laws,and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER ENGINEER ENGINEER's Consultants and the officers. directors, employees; agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but .not limited to, all fees and charges of engineers, architects,, attorneys and other. professionals and all court orarbitration or other dispute resolution costs) caused by. arising out of or resulting from the performance of the Work, provided that any such claim, cost. loss or damage: (i) is attributable,to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent actor omission of CONTRACTOR; any Subcontractor, any Supplier, my person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them maybe liable, regardless of whether or not caused in pan by any negligence or omission of a person or entiry or whether liability is party by Laws and Re 6.32:. In •any and all claims against OWNEIZ or ENGINEER or any of their respective consuhants, agents: officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR any Subcontractor, uny.Supplier, any person or organiztion directly or indirectly employed by 17 my of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR m. any such Subcontractor, Supplier or other person or organization under workers' compensation nets, disability benefit acts or other employee benefit Otis. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shell not extend to the liability of ENGINEER and ENGINEER's Consultmms, officers, directors, employees or agents mused by the professional negligence, errors or omissions of any of them. ,Wniiul ofObligafia= 6.34, All representations, indemnifications, warranties and guarantees mode in. required by or given in accordance with the Contract Documents, as well as all oontinuin� obligations indicated in the Contract Documents, wit survive final payment; completion and acceptanceof the Wark and termination or completion of the Agreement. ARTICLE. 7—OTHER WORK Related Work at Site:. 7.1. OWNER may perform other work related to the project at the site by OWNERS own force% or lei other .direct contracts thaefor which shall certain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) , tien notice thereof will be given to CONTRACTOR prior, to stoning any such other work and (u)CONTRACTOR may make a claim 'therefor a$ provided in Articles I l and 12 ifCONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties. are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (.rod OWNER, if OWNER is performing the additional work with OWNERS employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs Unless otherwise provided in the Contract Ducumenm, CONTRACTOR shall do all eultirg, Fitting and patching of the Work that may be required to mako its several parts come together property and integrate with such other work. CONTRACTOR shall act endanger any work of others by cutting, excavating or otherwise altering their work and win only cut or alter their work with the written consent of ENGINEER and die others whose work will be affected. The duties and r bilitics of CONTRACTOR underthis paragraph are or die benefit of such utility owners and other contractors to the extent that there are comparable EJCDCGE 43LAL CONDMOM 1910-9 (1990 Edition) 18 wJ CITY OF FORT COLLI M MODIFICATIONS (REV 412000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any fart of C.ONTRACIOR's Work depends upon work performed by others underthis Article 7, CONTRACTORS shall inspect such other work and proniptly report to ENGINEER in writing any delay% defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work: CONTRACTOR's failure so to report will consimte an acceptance of such other work as fit and proper, for integration with CONTRACTOR's Work except for Istent or nonapparent defects and deficiencies in such otha work. Coordination: 7.4. If OWNER contracts with others for the performance of other work: on the Project at the site, the following will be set Forth in Supplementary Conditions: 74.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 74:2. the specific matters tobe covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditorm OWNER shall have sole authority and responsibility in respect of such coordination ARTICLE S—OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER 8.2. In rase of termination of the employment of ENGINEER. OWNER shall nppoinl an eagweer egyiinsl whem-GOPFTRAC—T-0R—makes- reel mte-objactioN whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4,and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers.to OWNEWs identifying and making available to CONTRACTOR copiesof reports of explorations and tests ofsubsurface conditions at the site and drawings of physical conditions in existing • 0 0 structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. foNriiiparagephs S:Sthrotigii3:10:. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect ;of certain inspections, testa and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, we pimgmPPFis.13,10 and 13.1. Paragraph 152 deals wdh OW Ws not to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, director have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or'thcsafety precautions and programs incident thereto, o for any failure of CONI'RAGfOR to comply with Laws arid Regulations applicable to the furnishing or performance of ilia Work. OWNER will not be responsible for CON7'RACTOR's failure to pirfmn or furnish the Wok in accordance with the Contract Documents. ga--gym=glared a in --ragraph.4.5. netel nrrnngemams—kmue-6ezn made—to-satisfy--OWNES2's: responsibility-inn-respeoi-thereof-wit-ba-es�sei-feah-ai-the Supplenhentary-CatdHions, ARTICLE 9—ENGI1NEFR'S STATUS DURING CONSTRUCTCON OIFNER's Representative.• 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during, construction are'set forth in the Contract Documents and shall not be emended without written consent of OWNER and ENGINEER Kits to Site: 9.2. ENGINEER will make visits to the site at intervals apppxrooppnnate to. the various, stages of constructionas ENGEJEER deems necessary in order to observe as an experienced and qualified design professional the progress E)C1)C OENERAL COMITION51910 8 (1990 Edthn) wiaTY OF FORT COLLINS MOOIRCATION3(REV 4RM) that has been made and the quahty.of the various aspects of CONTRACTOR's executed Work.. Based on information obtained during such visits and observaticns. ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is.,proccoding in accordance with the Contract Documents ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis oCsuch visits and on - site observations, ENGINEER will keep OWNER informed of the progess of the Work and will endeavor to guard OWNER against defective Work. ENGMFR's visits and on -site observations are subject to all the limitatioris on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation during or as a result of ENGINEER's onsite visits or observations of 'CONfRACTOWs Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to enm(il}} with Laws and Regulations .applicable to the famishing or performance of the Work. Proect Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in orovidina more continuous observation of limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs9:3 and 9.13 MA i.at the—Swpplamente9` Conditions of these General Conditions. If OWNER designates mother representative or agent to represent OWNER at the site who is not ENGINEERs Coreultam, agent or employee, the responsibilities and authority and limitations thereon of such other versos will be as 9.3. L The Representative's dcalinnhes in matters nenaininu to the on -site work wiIL in general be with Me 12SGINEER and CONTRACTOR But. the Representative will keep the OWNERlyroperjy advised about such mattersThe Rerresentafive's Malmas-with subcontractors will only be through or with the full knowledge end eppioval oC the CONTRACTOR 932 Duties and Resp2asibilitim Representative will: 9.3.21 Schedules - Review the r(�igress 19, 20 sch'edule,land other schedules prepared by the CONTRACTOR and conwlt with the ENGINEER concanim acceptability. 9 3 2 2 .Conferences and Meeting - Allend meeting with the CONTRACTOR such as preconstruclion conferences._ o ess meetings Rod other job conferences .and prepare and circulate conies ofminules ofineetir� 9.3.2.3.Liaison 9.3.2.3.1. Serve as ENGINEER'S linison with CONTRACTOR working ra ncipally through CONTRACTORS sunerjntendent to assist the CONTRACTOR in urderstindim the Contract Documents. 9 3 1 3 Ass st in obtaining from OWNER additional details or informatim when re�C uiretl Cr yrocer execution of the Work. 93233 Advise the NTIGINEFR and CONTRACTOR of the commencement oT nv Wod: rcquirI a Shop Drawing or mnl suhrt n if 1h submission has not Ivan, approved by the NNUINEER 9.32.4 Review o W A._ReJStip I>� cf 'e Work Inspections and Tests - 9.3.2A.1. Conduct on -site observations of the Work i woeress 0 mist the ENGINEER in determining that the Work is Moeeeding jn accudanm with Ito Contract Documcros. 9_3.2.4.3. Accompany vjsiu m jncclols remesentine public or other agencies hav cep TIMn over the Project, record the results thitsoectjom and report to the ENGINEER 9.3.25. Interpretation of Contract Documems Report to ENGINEER when clarifications and interpretations of the Cmtmcl Documents are needed and tranvnit to CONTRACTOR clarification end urterpretation of the Contract Documents as c erl by the ENGINEER. 9.3.2.6. Modifications. Consider and evaluate -CONTRACTORS suggestions for EICDC(3DdEM CONDI-nbM I9105 (IM E&rim) w/ CITY OF FORT COW m MODIFICATIONS OdV 4f2UM modification in Drawings or Specilications and reuort these recommendations In. ENGINEER Amastely Irmrsmit to CONTRACTOR decisions isared by the ENGINEER 9.3.2.7. Records. 9 3 2 8 Reports Q„ 2 81 Tumish ENGINEER wriodic rpports asrequired of the progress of the Work and of the CONTRACTOR'S mtMliance with the n=m schedule ancl schedule of shop Dmwutg and samole wbmittals 9 3 2 S 2 Conwlt with ENGINEER jn advance of scheduling major tests, insnemions orstart of important Phases of the Work. 93283 Umft proposed Change Orders and Work DjLmtwe Changes. obtammg backup material frpm the CONTRACTOR .and recommend to L•NGINEER Change OrdersWork Directive Changes and field orders 9328.4 Revert immediately to ENGINEER and OWNER the occurrmcc 01 any aaident. 9.3.2.9. Payment Requests Review so l�ications for mmrcnt with CONTRACTORfor compliance with the established �orocedure for thew submission and forward with recommendation to U