Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout150588 WALSH CONSTRUCTION INC - CONTRACT - BID - 7676 E LINCOLN & S LEMAY AVE IMPROVEMENTSCity of
wort Collins �Purchasl
SPECIFICATIONS
AND
Finxneial Sery —
PunOning Div A.i
215 N. M.0A3 Flaar
m Dox 580
FunC Ihi ,CO 80522
970.221.6145
900 22 6707
ISov.roMlmrcnasin8
CONTRACT DOCUMENTS
E LINCOLN AVE & S LEMAY AVE
IMPROVEMENTS
BID NO. 7676
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
AUGUST 14, 2014 — 3:00 P.M. (OUR CLOCK)
0
EXHIBIT 7 -ADDITIONAL INFORMATION •
1. It is the preference of the City of Fort Collins to construct Bid #7676 E. Lincoln
Avenue and S. Lemay Avenue Improvements per specifications in the fall of 2014.
However, the City of Fort Collins will entertain the delayed issuance of the notice to
proceed to the apparent low responsive responsible bidder until March 23rd, 2015.
The contractor must agree to honor and hold all line item pricing for the project
through the completion of the project.
2. The City's will use CDOT's "Asphalt Cement Cost Adjustment" to offset any increase
or decrease in asphalt cement materials that may change during the period between
bid opening and notice to proceed -- no matter if work is competed in fall of 2014 or
spring of 2015. Please see Exhibit 2.
•
Addendum 1 - 7676 E Lincoln Ave & 5 Lemay Ave Improvements Page 2 of 6
roverage,-theft, -vnl J., ..I-in.h.ow.-inoinnM:
.xahgwlke,-eeHxPsu--JxAnx-*ex.a.:.,--e�.n:xian
oeaaei , ind 5 Wxlixr�
�-ylm... _ _
�x�lYfNui'�inSwM+ a•..^•-) w.,m^^4
3:(.}-imindr-erR'nsys-im:mrediii-the-rcpii,
replacmnenofony-monied-prcp9rN (incdWirg-Wt nM
end-dtnr- s of no.... omi
mchiteatn);
5 64-anvm-mnkriulanod oi .1 nod Ilheute
tmel-xmdrr lamtimHwt wxsxgreal-to in-wrilin bl
IrcovidxdMm vdr mntaink-andegxiPmeM-have-kwi
by`ENGRFE nrd
-Riede "!new tilillomm W A.5---brm6x0WNwnid6mtieo-aet-iv"N 'ontiMy
On",,w#nh.-.I&.lniaoer
imued
+4. OVINER--shell pme ion�nw, iii nreunb-bailer
oolwimflmyar-n6diNrya W ty-ilvwraxee
m meY_be-requ4ed-by theSUPplen inin,-Cmdit. n,
how *0RegahNNnFinekdz-thcimWesU-of
ENIWI�{-�1'FAA6OR1-Sulwwbwtlwr-FPu:GJFI.t✓;
FN her. Pxrrnrcer-xxNli�
. 'tao�bd�wn
tabkimeastxxdhnHbeJimedns
's AMow'w`---sa.ef-inm.a
• edmr Tuw{wwd-awd
mxim.4W bYOl\9N'BRn wk re-wot), graphs 34
in d A 7 ill owrtnimeyx.wex., , , i la xerx-IAM-the
wweroge-aKard.d-will no Iu-o 11W or mw hilly
dMngad or mroWiiI ni iwed-umil xt low 4hirtvdays'-prwr
written-notia-font wn-- pivcn- ar-Q*Y -mod
F'Q=.G}OR-AMie-ah-nlhareIili ved-M
whomn-waif to ofireunnme-lnahwn-Isaxdu W will
lxsrdnirr-.0 pnvonw, in osconfnma--w4h
1TM
59 OWNER slmll nut be t nbk for t,cht-
and memminmg any PmPuty lvmsea to iotcct the
Wtaesto of CON LI ACTOR. S bwntrncm w ahem in
Iho Wool' in th- I I nt-nf.nnyddhxVlbk�m IFmtl
idaxiGed-N-0n SxpplarromntY Comlitiom--Fhe,ilk of
lam-xdRtin»xA.iJeNlfed.bduNiMwwxnM: wil4lru-Iw+me
oiiiil,
�ni wi r-awmrty inirn-xxy
.ona,,c.etd-ifnnY nf-them-wiellm prupWty- inwmnw
mvsrege-willlinlhe limitr of-oudt-�xmwma,-wch-mxy
pwaM'nercfmxiNxinitxttM punhxeekxwwnnxpanw.
ZAO:-If-OON'1'RAG1'OR-rryueAvin wriUrg-Iletaher
in
to
10 OCCCOFNFALL COIJWTOM 181P809Millio
ny
w'LI W OFFOkT W W I.b MCONIGTIOMftN4aM
0
wmmencementoNhe Werk-eFNe eila�B112I6IFshellin
a6"in°- - fQNfRAO
iiffi . dirxaon,-e opl,,,00n d Wnto-dony f
Nein,A,
i
of ux « xthW wreequeNul-Ir><+-enteriding
MYond-dueq--pllYaknl-loss-�r-dnnmge-m
HWA{ER'.
rising ownfareesxlting Itom-0 wpod.
whWMrw-mil irwrml4ry GWTIfiR-: end
51122, -1.-t, 611111ge-to-tM-oomPlemd
Neryvwt lr--ppaerFlhnrnuFamsedby,' g-eW�fer
Inrgnnm 41c«ot,, uonn.' pmk-eoverN
bY-xxY�rmMdy�+N:uni r+ "eiNe'v�adrw-the
xwxpbwJ-Rnil
-ur ...it ve- nmoun i—w
pint, _-t 14 W,—Wilimtim---pumlmM—b
faru .ni 114:-, n h 148 intamiet-nl ,n lint
puewumto pwgruph 14 Fnr-xWwbrel-yMyment
pnrxnunt4u9nm®uphl4fd.
,kiry-aNmmxn"HWiH'-m+w�ew
d
f mn�tninTfPvwIM1.9M IIMr
w-the-evml-of yxylllenl Uf xnV wldr lus.-abwtllir-ar
amsegxeminl Ica Ih„ Iw+nec. will hove ne rights of
resaery- aN-arry-xf-CONFRAN'OR-Sulra6maors.
Reor yl mdAypliames ef/nsmmmee Fvamede:
5.12. Airy seemed loss uds the Policies of buurance
required by pangraphs56 oho 57 will be adjustod with
OWNER and made peyeble at OWNER in fidaary fa the
mvsedq s the. imereds may eI smr, wbjw to the
regairemenm of am applicable momme cause .d of
pngaph5.13. OWNER shell deposit in a xpervte
..arm anry merry so remised and shall dlmibute it in
ue¢dmoc with such eWeentera es the panics in interest
may ranch. If no ester special agreement is reached the
demagw Work shall be repaucd a rep4eed the maeysa
«mrved eybed an moaant thereof and the Work and the
wan theran corned by an n,a,ma has Change Order or
Written Amendmem.
5.13, OWNER as felnnary shill have power W adjum
and settle any loss with the inwrem emeas one of the
Fortis in irsercm dell object in writ within fifteen days
ether the oanrreme of loss to OWIJR[t, axe . of this
pawsif west objaenma lomdn OWNER an fidaimy
atell make scsicmertl with the use ras in acwrdence with
A Mmee nfHnnds aed fNuasm.� 00. m Rey/aea'
AMiaf U6dadon-Proyerryfnmrenee:
5.15. If OWNER fink it acavmy to occupy or use u
pardm m pordnm of the Work prier to Substantial
EJK=01R WamlRom 191" (IM Mike)
MMY OF rMT COrI.M MWIFICATIONS(R VVM)
Completion of all Ilia Work such ux in oa alemay may
be scermppfished in xemdenee with rLrhla.IR
povidW tha no such use or oceupaay slmll a ..a
before Ile we. Roma, the poperty ncvu come hires
ackmwldi rosin thereof ad in wntrrg effected my
eleaTes in eovemge aearsmtd thereby. The imemre
provdmg the mopedy smtu . .loll �ormaa by
ertdaxment an the policy a fishes, but the property
musarae shell not be cmalled or permitted to IuIns on
aaoum of any weh manal um or occupancy.
ARTICLE 6- 0!iITRACTOR'S
RE:%1(MMLTTM
Srysidm mQ9rpedNwdma:
&L C0N'fRAC'1'OR still setpuvir, impact .n
dbect the Work compatemly and efficiently, devoting
moh attention themto and vppirat, aah skills and
expertise as may be necessary to perform the Work in
aeorderres with the Comment Dommenm
CONTRACTOR shell be solely teepos We fee the mans,
meshed., mdrniques, Ygaanas and pro dem, a
forNwcdaer but CONTRACTOR toll not be roryadblc
for the agligetee n others nee a the el"iIi or spemfimtio r
of a sp dure o c means method is shown
sequerce or
p d empn ofy requamm which is Chown a Comm n o
and CONTRACTOR
ty requmed by she Contras as thatmm.
,mopl RACfOR anal be rsamat lye tt sot that the
amplemd Work amPkra acammty with the Cmtract
Doaemrnca
6.2 CONTRACTOR shall keep on the Work at all
rims drum, im Ix,,a. a competent resident •
suminterei who shell not be ep]i,.d witrom writmn
aria to OWNER and 1],10RItM aces% inner
eenancli Cry escemmnces. The xiN inimmdent will be
CONTRACTOR', ropexer ive a the seemed shall have
amhority m ad m betilf of CONTRACTOR All
oe mmusueetiom to the supaimmadmt Shen be as binding
not tfgtvento CONTRACTOR
Laho,, t/alalah and F ganese:
63. CONTRACTOR Gall sr -de one,wWre.
suitably qusfi6W personnel to survey, lay of and
anwutt she Work as required by the CatnO
flommnards CONTRACTOR shall st oll Wan maintain
gaud r6wr has and order at the she. Except so otherwise
require far the safes or txraectim of pemew a the
Work or property at the site or djoema Rerelo, and
excepts otherwise mehertd in the Cmmact Oomemenm,
ill Work at the see sI.R be paf W Aerira, mgdm
working Isms aM CONTRACTOR will not permit
evedime work or the ,erfinemeae a Watt m Saturday,
Suale, or eery, legal holiday without OWNER'. written
t swan stir orice written name to ENGINEER.
64. unless dhems, . the Geneal
is followed by that like.
mfled
commis a wends readicl no
Requ'vemenk. CONTRACTOR shall [mmsh mil esame
wuivalmt or mcr q l' item in no mteltutim is
fidl ccep.aibility f c all mmmale. wuipmenk lab.,
permiuW, oiler neon of mmaul as wuipmmt or
Imnspmktim taximmcllon equipment end machinery,
m aced or eqww"ppmmmI Of other Suppliem may be
toile, amliarcea, fool, power. light, but. teluphanw, water,
acreptod b) ENGA(EER urvla the fullowug
smutary ftalitea tan�are, facilities and all dkr
anwmsearect
facilities and incidents incesseary for the fnnithirg,
pafomsflrce, lean!mea4uP and mmPlegon of NeWak.
67.1.1. 'Or-Equo!", If in INGINEEWs ads
rkmetion an Item of mmerial or equipment
641 Pumu' Ranricnmm CAN'�EQCfOR
papmad by CONTRACTOR is fmwtiumgy
moat cmndvwth eC urchemSse cesketiona AA
mmel to don owned and sd6uatly similar so that
amv of the . luo ere— AYaWpit ifowan fbe
no c. in,dined Work w0h be requirmL it may
ol�ices of the pvdsflema and Risk lyfgw wet
be considered by RNGfNEHR u ea "a-uryal'
Divisor orde CiN.Clek4 oRo.
ikon, ha which cam miew end epp ov.1 of the
propmed item may, in BNGINEER's sole
642 Canent RaniAiem CN of Fort Collins
discretion be sccanplished without compliance
Rssolulion 9l-121 rewvu that suvoliers end producers
with some or ill or the rwuircmeras fa
o7cemem er pmArcta content! cement k cam vl t�
.7pdo u ofprotwd wbstituk itcros.
the ammt was ml made cant kiln Net bum
6.7.I.2. SobsliMk Irson, If in ENGINEER'S ode
heasiodonwease n_s_a
dissam. an item of mmerial or equualify u�w
Mewed by CONTRACTOR dos rwl q
6.5. All naneri ils and equipment shall be of good
an o<quel" ikon under sNpungmph 6.7.1.1, it
quality and now, except as oNarwix provided in the will be cpmhlered a propped submiWts item.
tam OOamtenm All warmalies aid gmrenka CONTRACTOR shag sobmt marking
spceifically called for by the Spmiflueions shml eepraely infameGon as provided below to allow
ventathchmefitoFOWNER. U ncruiradby ENGINEM ENGIN6ERtodmmninetbottuitemormekrial
CONTRACTOR sell famish mdsfactay Md. m equipmem pgsmnd is essentially oEdvelem to
(including roryrts of rwuirrd tale) as to the kind mad that emmcel ad on acceptable mbmimtc tiercfe.
quoliry nimaials and apsiPmmt AR mMe ice and The ProcMme for review by the ENGINEER will
aqm ant cleall as applied, installed, .mated, erected, imlude the follmving s9 so bed N the
.2 cleared and waididmed m aamdance with General Requiimnenm and as EI 1 MER may
insocktims tithe applicable Supplies, mere as otherwise decide is a'm pnak raider the aimmasmtees.
povidadintle Contact Documams. Rwakma Cor micro of popaetl solutionsitems
M makrial m equilmem will non be aaeptd by
Pzogres S�erka(a: ENGINEER tram to. other than
CONTRACTOR If CONTRACTOR wishes to
6.6. CONTRACTOR shell adhere k the pmgres
fumieh . us a aobmimk item of matmal as
schedule esmblidul m ucordance with ptratimph 2.9 as it
•
eauhpmeat. CONTRACTOR shall fan make
rosy beadjusWt from limeto tiroeupmidedbelow,
written application to ENGINM. f. acce'laus
thereof, unifyusg that the proposed sutmime will
6.6.1. CONTRACTOR shall clang to ENGINEER
perform adequomly the locations and achim the
fro noepmce (to the eakm indicated in
resma called for by the 4.1 dedga be sander
fo%alphJ 29) pmpaed adjummems. in the proFfass
in sabme ce k that specified mad be suited to the
tin Is that will not choWe the Contains Times (o
mine use as Out specified. The application will
Milettmes). Soch adjuekmen will msfnna generally
note the uknt. if arty, to which the evaluation
to the rootlets scheahals then in all. end additionally
and acceptance of the proposed Wlssule will
will comply with any provision of the Oeeeral
pe11udice CONTRACTOR'S achievcan of of
Requoemm6 applicable NmetO.
Submntiul Caopletion on time, whethe o oct
acecptence a the subsdmte far new in the Wok
6.62, Propsad adiliamenm in the progress schedtde
will require a curie in any of the Cmlwtt
del will charge the Contact Times (a Milestones)
Dammerns (or in lIc provumn of any dlwr
euRbesabmilted irnmerdmce wish thempcvanmm
dawn conaua with OWNER it. week on the
of pace aph 12.1. Such adjummmm easy only be
prajeet) to a&p de desgn to the propascd
made by a Clamyx. order . Wnetm AmaMmmt in
sobzdmk and whether Or rot bwoaporntim or use
aceVYd.. with Article 12.
Of the .Wbmamle in CCMNhIm with the Work Is
wbjen to payment of my license fee a coyalty.
V. SLbGgamsand" F wal"It.,
All variations of the ppra2Wrased mbmguk Gum tut
Specified will be idenliCkd m the upphulice and
6.7.1. Wheraa e. en itern oImmaterial or equipment as
avWeble msimaamme r i' and rtpkcemmt
apccifd a dmesibid in the Comma Doeumenes by
mvio will be inbcaul. The application will
ash! the amine of a p two male creme of a
also contain an itemized estimate of ell ems or
partiminr Supplies, tlae apee...anon or deseipaion v
candies tic will mach directly or indirectly frrm
Intended to a abada the type, fwction awl cooky
woccptiance of such suhditatc, itelodb, casts of
regnaedUnless the spmificatiem Or description
mdagn and clams Of Oche e a aoctOn oriented
12 FJCDCOENFRN.CONOIII016191a8(19NgdIM11
0
by the rson"
d"t�ga erg of wlucb will be
emsJdmed by ESGAIE®f in evaluatirg the
p subaiwte. INGRgGmi may seqai
W RIGOR to funuvh addilimml ales about
the ls,.d substitute.
6.7.13. CONTRACTOR}Erymmn: All data to be
lxovided by CONTRACTOR in support of my
proposed "OregqmP or subetime item will be at
CONCRAC'f OR's aspeue.
6.7.2. SxbsvNm Corelnnrt'don Mxdmdr at,
Procedures: .... meuad techWqua
.W. or praMme of eartmovam is shown or
uMicnted in and celmnaly required by the Craven
Documme, CONTRACTOR may fumih or mllia a
substitute means, nmhoy tacluii mil. or
praedure of emetruedon aoxpeble to ENGINEER
WNTRAC'1'OR shell submit sufLmmt iN'nowtim is
.D. ENGINEER, in RNGINRER's We discretion, todetermine thin the sub66ste propmd is epdvafml to
tbnt aWmmly Celled for by um Cowma Documents.
The p.do. for review by ENGINEER will be
6.73. EngineseS Evnlomicn: ENGINEER will be
allowed a rrnsmwble it.. within which to evaIn.,.
ad, props I or submival mode pursuant to
No 'oramml' or
CONTRACTOR to famish m CONTRACTORS
ecpeme a special performance gimr.'mtee or other
.my wdh reaps[ in my 'orcgml" ormabmusc
ENG24M will neom! time nee a ml by
ENGINEER anal ENGINEGR's Casawbonls in
ewluating subsumtaa Nopeacd or submitted by
CONTRACTOR puemM to ferNpaphs 6.7.12 and
6,7.2 ad - ..kin, changes in the Comma
Documents (or in the provisions of my *am Aired
mnbam with OWNER for work m the Tvojeet)
ormmeed theneby. Whmbm or not DIGINEER
acaple a substitute flat anproposed a submitted by
CONCRACTOR CONTRACTOR stall mimbutse
OWNER to, fee elmges of ENGINEER ant
ENGINEER'S ComWmme for evalum, each such
C'oncemwg S Isaofineors, &ppfiers and
era:
6.8.1. CONTRACTOR aleal tux employ my
Subwrmwear, Supplier or ogmrlaem am meerdvtim
(melodmmgge those a Teable to OWNER oral
INGEJEER as indioeted in pamlpaph 6.8.2). whether
ENO yWEER s a subaaM. egabul whom OWNER a
mayy have renwmble bid.
CONTRACTOR ilm11 net be required to emplay my
Suhmnaama, Su liaaaherporminrorppmean.
tp Imuah a perform arty or th Work Want wheat
CONTRACTOR line senspmble abjection.
•S8 '.:h •: :man
Rr
6.9.1. CONTRACTOR ahail be fully respmaMe b
OWNER and ENGINEER fa Wlacm nmd om esions
of the SYb mmLWry S.mlleta and Other foams
and cvgmdm ions perforating or famishing my of the
Work miter a dben or indvret on meet wilb
CONTRACTOR just as CONTRACTOR u
reryxnmble fan CONTRACTOR'S own note AM
mnmore. Nothing in the Cavan Dc mnmm ahsll
meats for tbn Imisfst of my such Subemtrocmr.
Supplier ea other m argamsaI airy
eommcmel .WuaaNtm be. OWNER or
NER or ENGINEER
of any mans,: due a
v or Cttr foam
urLncoeNmnamwxnore lvteatlasoedtims 13
W ntt 01 MKT Cb M MCOIFICATIONS p6V 4n00])
L]
6.9.2. CONTRACTOR shall he sally om aveible
for whedWmg and eoorNnant the Work of
Subcatnnnms SupplieR and ahcr person and
mganiation perfmmirg or fumiahov any of the
Work ua#r a direct « i W.1 mNnwt with
CONTRACTOR CBNTRAC'I OR -fall rmphe all
Subconrenaa Supplima and such odor pmmas and
m'noolimm perfamu6 in hmni a of the
Wmk u cmnmw icau with de ING through
CONTRACTOR
6.10. The divisions end sections ofthe SpxiScatietm mad
the identification of anyy Drawing+ -fall aria eon"?
CONTRACTOR in dividitg the Work amom
Subcooramon or Suppliers or dehocieung the Work in he
performed byany specific node,
6.11. All Wok pmfonned far CONTRACTOR by a
Subeanlma« o S.Whot will be rauwmn to on
Mriau atIncencat batwcen CONTRACTOR and the
nuactm or Supplier which apecifaally binds the
Subeeranctor or Supplier to the applicable terms and
condition of the Cores Dmumenta f« the berclt of
OWNER and tsNGINEER. Whmmvee-onvsashasseament
•
Pafmr Feea a ad Rufd(ier:
6.12. CONTRACTOR shell tiny a0 bona fees and
royalties and insane all cots vnahnt to the ua N the
peEWemonce o[Ne W«k «the incoryo-on in the War,
of any a-cnnan, dn18M1 proem, pralua «dm•ice which
u the subjem ofpaum rights «mpyriphu hold by ethos.
If a yrticulm inveaoC-1 design procaX product Jevice
a
u spaiged w the Cmwa n«umams f« nee
o N the
per of the rind if to the aaunl kmwltJ�e of
OWNERor EE ill use it subject to patent
OWNER
hu IhMC•Ot
1. or
«apyngho ( for the paymed of any hcene fee be
royalty to all am the existence of such rights •Jan be
dill me W
OWNER in the Ceased Oon"! . To the
eby
extent peonilled Lewa and
001,1 holdharnitmX
CONTRACTOR shag itdennE mil Auld bumtleu
lc
OWNER ENGEJlaaaa Coewlonu aria the
nnGwEER
aM otherame, xna
9eachddeny.eman[ina•eW
of each end any ofthon Gvm all claims sic
f w
and manta Oor of Br f
out from
inhin,lomemai
n of Plant
vJnrgemen of latent « yoigw' udmt re the
ile uncg the
use m the pert � o the W� «imergi Rdc the
mp«aio n design.
ct err Work of any cl
l . tlm.
pmceu, proAmt o dwia na apoifrd m Ne Catmea
moons
FJCDWLRa+RALCOrvpTtOte 1910i(Iam Edllap
14
wtatyorroaT mueaammcanotttduvan000l
Pomfh
6.13. Vnhae ahawix provided n the mil ry rz Cook ay CONTRACTOR shall obtain entl
e®Ieucfim pmnio and licmmes OWNER almR mint
CONTRACTOR, who rm is obain, mch
ponds and hccnxa CONTRACTOR dmR pay all
�vmtmetaal ch and inarection lees neoa�y, for
the It<a«Wion of Ilre Wok, whieh ane applicable at the
pay all charges of utility owneas In cwumenom to the
Wok, and OWNER shall pay all shatgm of malt utility
ow. for capital cots Meted thereto such ea plant
&M TnasoadRewsla4om.
6.14.1, CONTRACTOR shell give ell W. end
osmply with all Laws and Regulations epplioblc toddrg furruoral perforriamn , of the Work. Except
where at an -wise ,T.ly regwred by appli shle
Laws and Regulation, ncith« OWNER n«
ENGINEER gall be rEspmsible for mmduring
CONTRACOR'a compliance with any laws or
Regulini.
6.14.2. if CONTRACTOR pneforne mry Weak
krowing «Ma`ag reason w knav Not it s o>wory
toI. or RagWnionrX CONTRACTOR ehdl boor
all claim; cots, loess and damages mined by,
nout of eroca lfng themfoem; haeev«, it shall
CONTRACTOR'a gftinary responalbillty to
make ortain thin the Spocifio . anal Drawings coo
in ecaordanm with Laws and Regulatiom but this
shag no rtheve CONTRACTOR of
CONTRACTOR§ obligation ura]er pan W ph 3.3.2
I.
6,15. CONTRACTOR stall tiny all cote, oansumm,
um and office dmilar oaa reeurod to be paid by
CONTRACTOR in accada. with the Lnws anal
RcguMtimS of the place of the Protect which ma
applicable dunalitho perfmmance of the Work.
UZI • I.,eumn fmn colctado Sou and
I nks atu buss m mgTg�g_Io be
IN- arm. tlY. io4RPamtEdiNo_RicRoiK4 Seal—WW
ehall not be 1poded to the Connect Price.
CONTRACTOR MMpl Dunk fW 9
Caotnhca�c o[ Exempton Gan the aadu
psmmaenn of Kamm for comoction n, tedab to
yl�y$ ..n� �1r gp�tot Tlds
,�C�entiGyel alr ofd�pn BraVWo that the
CON rcaher M include to
d..Saes B UM LCea m BIW
wrcmuaian materials ohvaiedly irw•umetW iNo
NeproJecl.
Address,
ColmO DeverunmtarReverme
Sou Ceolol An o
1375 Sternum Street
Sala snit lies, Taxes Ira du Slam of Culamde
j(<vioml Trerumnalion DyglL(RTDI seal cmmin
C 1 M ties al ectesi the Stye of
ion
liable Sula seal Ilse Taves (WdudWa Stem
taXe6l On anY IlemB ether alien W Ituu
anwinotles
ojem are m be rend by W RAC7'OR and ere m
In =ljWpd in eowoormm
Use of nendiee
6.16, CONT'RACI'OR shall anbrc cmMmction
,uproent. the storage of.stanel. and aluilanan coal de
��gawwaanom of workers to We Bite and lard anal areas
idmC�G J in and Ixneitod by the Caused Dmummts and
other land and areas ma nitad by Laws east Regulations,
rightaof-way, permits and easemetns. ural shall net
mnewoutibly emwnber tits premises with cotnernction
oauipmem a miler unionists ar oauipment.
CONTRACTOR sbvll nssutne fill lIsponibility to, airy
damage to my sudt land or area, or to the owner or
aatipamihomaforofun, adjuent Iendor arena, msuft
6,17, During Use progress ot'th Work, CONTRACTOR
shag keep the premises No from epcumuNu. of wane
makrials rubbish and oWa delels easulum few the
Wak_ At the mmpletim of the Work CONTRACTOR
mull rants. ell were material, rubbish eM debris fimn
and about In, premise as well as all tools. applurtres.
6.18. CONTRACTOR shun net lad ear permit any port
of vary srucnee to be laded in eery memo that will
mderger tie smaae, per ahall CONTRACTOR subject
any pant of Ile Work a adjacent pmpom In stresses or
pmsmrca that will admtger it
Reeonf Dosanswer
WIUW Tmnuweminorervtosnvwgaikw)
w/OiY 0!• F00.T CDIJJIBMLORICAnoH9 tlthYer! Wm
6AS). CONTRACTOR shall mobaeW m a safe place at
the aim am ecou d copy of all Dmssimn Sprcifeatiau
Addend, Written Amendownts. Change Ord m Weak
Change D'uemives, Field Omer eraJ written
now,odut.. seal clorifiau. (ivuW pmauud to
lmmgreph 94) in order and nnmlaso d to show all
charge made tiring eormntction Th. raord
documents us etler with all approved Samples aid a
&lay aMfnnvadaa:
6.N. CONTRACTOR shell In, resecreible for
ionizing. maintswng seal supervising 11 safety
possenens and Wogrsrn. in c .,a. with We Wink
CONTRACTOR shag take all amen cry prod. fin
We safely of and sMll pwide the naesssry protection to
prevent damag, iajuryar lose to:
620.1. all penman on the Work site or who may he
affmmd try the Wmk;
6.20.2ell one Work and materials and equipment to
be inocrpeaered thmtiq whether in spent. on In elf
the site. end
6,20.3. other propeny at the site or adjacent theist.,
ie.ltid'ag tram shmbe, mats, walks, pavements,
rMdways, soustu m utilities attd UnsIe pueet
Feailides not dcsgteted for removal mlaamton or
mpliesu ent in a. cause ofcoest action.
and of
prPomy or W protect them Gam
or loss; and shell acct and mebmin all
sum property referred to in lu namphsb]03 or
auxd dbec0y a iMimedy. in wMe or to park by
oNer eran a prg.. a utweeny
employM by nary of them to petlmn ea untiet nary ofthe
Work or anyoue fa wh. acts mY of them may bs livbl,
ea stall le,w,kasl by CONTRACTOR (except damage or
loss, atvibumWe to de fault ofDonvings a 3ppaeclGeatiora
or to the son a moiaaiae of OWNT L or ENGIgE®t ea
INGMEER's Consultant or am. anpl yed by any or
Nan cr anyone for whose one any of Wan may be liable,
.it not stri"ble, di eetlly a itaGrzcUy, in whole or in
Mtthe fault or mglige. of CONTRACTOR ar arty
u star. Supplier a odus patent or argammtion
wit Wmeetiat of the Weak d.H oorahtue until such Wee
.sell the Work is mmploW and RNGINRER has imua/ a
15
•
nonce to OWNER and CONTRACTOR m accadanoe
p rpoaes raquued by pa vx t 26. The mrmbea
withpaegraph 14.13 dot do Work uaceeptable(ucepee
of ado Sample ohs mmbxw willbemapaifiedin
mherwise expesaly provided in .6. with
the Spoeifiatim e.
Sabdamial Canpieticn).
6.a Sa6en7gufProadnv:
621. Safety Repreknmdve:
6.25.1.13dac submittink inch Shop Drawing or
CONTRACTOR atoll deimmte a qu.1iLed mad
Semple. CONTRACTOR shall trove detemanwi and
experienced efay, repreaNative at the ute wb.e duties
ve
and respeudbdika shall be the presemion of.cidmma and
the mamminmg and supervising of sa@ry Drerautimis end
625, LL all field mtemaxa erne. quantities,
prymms
d aaa aiaa, specified performance aiteris,
iniallmion reyuiremenry mmrrkls ni
Neas4Cooraanicmionpragrame,
numbers and omdmr udormitien with respem
thereto,
5.22. CONTRACTOR aleall be teppaaible to,
awdirotuig arty exchange of metaiel sakry data shale or
6.25.1.2. all mmaiels with .,.I to untended
odor head ammunlcatien information required to he
mi mbriation, dvpmtit, hem It .brig
mole uvmlable to or .1amgal between or among
assembly and Irotntlation pmmmreve [o Ilte
anplayas at the site in eaadaxc with Laws or
performnam. ofthe Wok, and
Regdmim
6.25.1.3. ell mfammism relative to
E t agend.
CONTRACTOR'. role ms(wr®bilities m respect
of mane, methoda, tetlmmquas law. end
6L3. Ioranerge affecting the a
eaMwrimwdamet. afcry pmutisma
adpoof
mamas Workthey or
the Work o prop"rtho m mace site a di al
modpim
end Progmns incidvntthercto.
ar
C inmumim a
CONTRAOOR
mathontherrate
or EN INEER
autlwriatimfrom OWNER or bloc
CONTRACTOR dmil also lovereviewedrple wed and
dermer. malty
act m proem thracemd dameg, igjury a loss,
but
coordinated act Shop DmwitgwSemPle whh other
CONTRACTOR shall ggtt a ENGINEER prompt wrimn
if CONTRACTOR believes that
Shop Dmyy witand Samples d with the
da Work the Canon
notice mry ea,mocant
rapammems of and
dangea in the Wok or miatioa Trim mho Contract
Doamama
Dceumenb love ban amid tWeeby. If ENGINEER
dcmnnirms that a eremite is the Cameo Davmenm u
625.2. Fach elimmal will bear a.rompp tar specific
requred Womme afth. action taken by CONTRACTOR in
written i dicatian that CONTRACTOR Ims satisfied
respmse to such an emetgeay, a Work Chmgm D[nedwe
CONTRACTOR% obtigetiam under dre Camaet
o Chsngc Order will W woad to dent the
Documents with respect to CONTRACTOR. review
•
catteynerces orsuch anion
mdapprovd ofde submittal.
624. Shop DrewAgrandSamptea:
6.25.3. At the time of meet atbmiswon,
CONTRACTOR shell give ENGINEER specific
6.24.1. CONTRACTOR shall arhmit Shop Deawuga
written red. ofaueh varietiaq if any, that the Slop
W ENGINEER forraiew and appravml in o.odoke
Drawutg or Somple embunned may hove from the
with the cecepkd schedule of Shop Drawugs and
requirumems of the Contras Documents, such notice
Semple ebnimnls (sa panomph 2.9). All submimds
ode in a written ammurdwtion ampmmk from the
will W identified me ENGINEER may require and m
wbmiud', aM in addition, abdl puce a apedGc
the .mbar of topics specified on do Gmeal
notation to be made on aerie Shop Dmwmg and
Requnaaeam. Tbedmm downontln Shmy Dmwin,
Sample wbmidml to ENGINEER for review anal
will be complete with respect to gantities
epp .lorcmh sudr variaGm.
dim maims ayaified performance and clesimaiutm.
remerida ntd similar data to show, ENGINEER the
6.26. IiNGINECR will review and of Slop
metoode and eqa m. CONTRACTOR faolaw. to
Daxvgs end Sanpka insetted. with die sdedule of
provide and to enable ENGINEER to review the
Shop AawirV and Semple aubeniuds ao<pted by
u eitun for me Limbed puixwas ra aue l by
ENGINEER errywoml q-a,ao p. ENGRe
pampmph 6.26.
rei� fqrovaiato determine if the loans
byda bmttelewld. Rer installed.
6.242 CONTRACTOR alall attainment Smapks to
ukmpadion in the Wark awfmn to the iNamntion
ENGINEER far r.iaw and approval in eecado.
IPvem in the Carved Doamems and W =pebk with
with said neeepted schadde of Shop Dawn its ad
the design caaept of the :.Jlaed proial es a
Sample enbmittak Each Sanple will be identified
Iunnianing whole ore adliiam by the Canrnn
dimly as to material, 9upptim, perwemu dam ecb to Documm n, ENGINEER'. review and eppael will not
mtalag number and the uw for which intended end wend to nantrat mndnds. teciriquq snqumoee or
atheewae as ENGINEER may ruluue to arable poceduree of uaeNnc4ai (accept wlue a particular
ENGINEER to review the aboom] for the limited mans, methad, trandque, segmmroe ar pmcwLme of
16 HICOCO6N6R.aLGONgPOr8191aa n99m Edlaml
N/nTYOFf O0.TNLLItSM WNICAS10N5/W!V eROat
C1
mrshuaion is ejannfially and exposely called for by are
Codmct Doamenm) m 10 mfary pmsi ties . progsma
incidaa Oanem. The review arid appmvd of a to
item as such will root indicate approval of the avemby in
which the item f setiaw. CONTRACTOR alag make
eurreetiam required by ENGINEI312, am shall roost the
requ'oed numb. of arrceted *. of Shop Deewirga and
submit as required new Snmpla for review and appnwal.
CONTRACTOR shall ducat epeci6c Rusevion inwnaeg to
m airs other than the corrections called far by
ENGINM on limiou submittals
6.27 ENGINEER'a muse, and appoval of Shep
Umwit�ga or Ssmpks shall rent enEeve COMRACTo
from repntsibility f. carry vnrianion fmm the mN'uanmm
of 0 Contract D. ease unless CONTRACTOR Fos in
writing, calls ENG1NE1iRS wombat to with auch
veriaM1on at the time of mbaiadion as required by
pane®aph 6.25.3 and ENGINEER has given written
approval of caeh Each varie6on by a .peas a written
motion thereof inesparaeed in. accwnlerryin, the Shop
Den ug . Sample appppw.I; tar will airy npp.1 Try
ENGIME"R relieve CONTRACTOR Gam rupmsibiliry
far a.nplying wirer the ra7uimmnem of paragraph 625.1.
6.28. Where a Shop Drawing or Sample is required by
the Contract Drwmmm or the sch dds of. Dmwag
.adSample mbmisaios aecip0ed by ENGINEER a
requ'v.d fomgmph2.9. say related Wak performed
5=px1.It GINE6R'e review and appn..I of the ppecrtninner
1 will he at the axle experte, end rmpmsgnliry of
CONTRACTOR
ConEnai'nav Want
6,29. CONTRACTOR shill on to Work oN
adhere in the prepreca sthedulla all disputer ar
disegrammmwW GWNIDt. No Work shall h delayed a
PogPa'ed pending rra;olution st arty Eupora. car
diasgreemen., ueept so p.miled by pamgmph 15.5 a as
OWNER aM CONTRACTOR may oaerwrse agree m
writing.
630. CONTRACTOR's Cannel Illsersery and
Gearsesrea
6.30.1. CONTRACTOR warrants and guarantees an
OWNER, RNGINEER and ENGINEM's Covwlanx
that all Work will be in mmrthme with the Comrect
Doetunenm aM will real be abAr. fir..
CONTRACTORS warranty and guarantee hereurdar
me Iwlcs dvRcm car damage caused by:
630.1.1. shone, modi5atiot or wproper
muidlesnce or operation by perms other than
CONTRACTOR Subcaanacmrs or Suppliers; or
630A.2. mrmd war and We, under n.mal
usage.
6,302. CONTRACTORS oldigation ro perrimn aW
oznplee the Work in aearsdarco with the Contract
Deterrents shell be absolute. None of the following
will co sbnue an ec.,ta. N Wmk that is rot in
seeardmim with the Cratram DaumetM a a release
of CONTRACTOR'. obliandon to perfom the Work
in aaodanwe with the Cmam.l3ucummm:
6.30.2.1, observairash ENGINEER;
6.30.2.2. reammmdetion of any progesv or
fral paynlmd by INGWEER.
6.302.3. the isse. of a certificate of
Substantial C.npletion or any psym al by
OWNER to CONTRACTOR wd. the Cummcl
tbwmnts.
6.30.2.4 ussorowupmuyoftlw Workermry
partth.mfby OWN®;
6.30.2.3, any eccq=. by OWNER or arty
failure m dem;
6.30.2.6. airy miew and .iAme l of a Slop
thawing or Semple submioal .the verarre of a
ilia of sccgpabiliry by ENGINEER punruam
topomgraph 14,13;
6.302.7, airy inslemioq os m approval by
other, car
6.301.8, ay m.". of JoE,,ivse Work by
OWNER
/ndrmnhoaaion:
6,31. To the fullestextent p.mdcd by Lew. and
Regulations, CONTRACTOR shell indemnify and held
ltmtelas OWNER INGIMFR ENGINEER's
Cmmeltarm and the of6ccn, d'uectas, employees, egmta
and other consultants of with red any of aeon Gam and
againat all claims tags, losses and danvges (inshcI y
bon tat limited to, ell free and charges of ereinars,
androicW sttorrcys and with. po[aaiamla end as court
or arbitrationor other digate rcmlutioncram) caused by,
raising out of is mauling from the Path... of the
pan
a famish any 1 the Work .anyone fw wMu aeon any
of Oren ney be Iishle, rsgaNlem of wheth. orrmt mused
m port any negligence or am ission or a parson or wary
imiem eel hcreuruler or whether liability is it read
upon men indemnified party by Laws end Re,, atios
mgandless oflhe negligence ideny such person arentity.
6.32. In say ors ell clews against OWNER or
U40EIM or any oftheh mfinetive cmwdtema, .game.
of aers, director as =play= by arty arepdoyee (a the
amass or fanmel mpmsenmtive of mrh employee) of
CONTItACLOR airy Subarea.. any Suppn., soy
p.mt . oegadention directly or mdhevtly employed by
6a:r%:09NLRALCONOITOro 1910.8/m906dWn1 17
tl TIT' OF FORTCOI.IIISMCOtFICAT101i4aWY940Wt
0
• say arrears to peffam w famish any of tlw Work a
my.. fix whites, am any of than may be liable, to
demni4®tion obli,tioe under wmsuaph 6.31 shut] non
be limited in any wry by any, limami.m on the amount or
type , or rhansw eun emention or benefits lsyable by or
fir CONTRACTOR or any meh Subcontredrn, Supplier w
other p�er�son or wgerdmttou under worked ormpenestion
ante. Xse` duy b2fd nets or other empiW. berefil acts
633. The ofdeunificmiw obliptaws or
CONTRACTOR under wwgaph 6,31 shall not extend W
the liability of ENGINEER end ENGE4EERS Cores]tanta
.M. , direuors, eeapioyxs or agents omsd by the
pot wmlwgligencc.err.srcanmi...renyorue..
Srnesal strobygatlons
6,34. All representations, indemnification; wammies
wedge erawasmah setrequired by agivenmoweenlause
with the Camsa Dismounts.
as ll as all continuing
obligetiwu indicated in the Camas DoeuuaCa, will
survive finel wymeN, completion and meepunce of the
Work and termiretinm cur mmplenon dthe Agcomwn
AMCLE 7.4)TFIDR WORK
Rdmrd WwtmS&c
7.1. OWNER easy perform other work related W the
Project at the site by OWNER's oar forces. or Ice other
dram commas terafm mink shall contain G.eul
Conditions simile to these, or have of work performed
by unliry owners. If the fact Msuh ol et ch eo won): is th be
performed was e t rated i the CAmma CONTRACTOR
s, TOR
QJ written nets tsmd will h such
to CONTRACTOR
pion W CTO etry such tear work and
gfid.dTRAC 1. may, make a claim t Rr ti u
pwsuc Yhurkens a l l red b iFCONTRACfORbelieve
Cut such pert awe are Invdve add a an aW� W
CONTRACTOR or requires then nnounonal time toil the parem
me enable W egret oe W the mnwnt or axsnt Caormf.
7.2. CONTRACTOR maul .5red each other renumber
who is a arty te, such a direct cornea and ends utility
owner (and OWNER if OWNER is pertome,, 1e
.Utkrul work with OWNER's empluycas) prcper and
safe emanate to site and a rmmrmble opt Whvty f c flu
uasn bnTodant slam ege of deids end equipment and
the ammtion dmchoter work end shell properly cmauct
and coordinate the Work with these I1Ness otherwise
to the saner that there ere mmwmble
1tl tl(DCOENIXAa WNpT10Na 19108 ppm9btim)
M rstt OFFn&Td]W hRMCO1mCRl]fHl4 pehY4rlWa)
0
provisions for the benefit of CONTRACTOR in mid
d nvat.Maces between OWNER mail arh utility tanners
soil othermmaclo s,
7.3. If the reaper axamfiat or mulls of any p �
CONTRACTOR% Work depends upponm work w
by others said. this Artich 7. CONTRACTOR shall
uu�ssppee��tt -on
other work end pprranpty repttt W
BISGD4M m wimp mry dd.ye, rkf cts or deC .
mch aller work that render it unavailable a menuimble
fine the paper execution and remhs of CONTRACTORS
Work, CONTRACTOR's fail. so W report will
mneutu a an uceepterwe of math other work as fit and
proper for inalluni n with CONTRACTORS Work
aeon, t 1. latent or n.upwrent defeets and deficiencies
in such other Work.
ComeBemoa:
74 If OWNER contracts with Chers for tea
past... of other wok on the Project at the site, don
following will be set forth in Supplementer, Co ditimu:
74A. theperson.firmrecwlwredanwhowillheve
Outhmity read rcriNhty for aoorduhnion or the
e.fivir. omnng the renew prim. contrapors will be
ado viEoi,
74.2, the swcifie molars W be covered by such
authority adnslwsibilty will be hetniad: seat
74.3the extent of such authority end
responsibilities will be provihd.
Unk. dherwise rywided in the !is, laremary
Cordifiwa, OWNER ahall sort onto authority and
responmbdityintapmtofsuehcoordi wn
U. Except as ollerwits provided in Mete General
Conditions, OWNER ehuR issue all aommtmimtfms W
OONCRACTOR thrWghFNGINffiL
8.2 In ease of renumber, of the employment of
ENGINEER OWNER shall appoint an ��
wham-GOM tAC-T'e itlnsno-rra . le -abjection;
whose Moue miler the Comma Documents shell be that
tithefimmr NGRJEER.
8.3. OWNER shell haneh the data required of
OWNfiR entice the Commct Doemose. peamply end
ahall make wymah4 to CONTRACTOR pranptly when
they are due aspewided u psresusphu 14.4 rho 1433.
SA OWNER', denies in m,.t of prwkting lands
and easements em1 providing erhginarmg e�yyss to
establish refirente pn u me net forth hn wngnpns 4.1
arcJ 4.4 No" 41 refers W OWNER's uk fifymg
ant makdg avmtahia W MNTRACIOR copies of
reports of axplamtiohs and teat of subaafem m.do,.
at Me site am drawings of phydml caafin. in exiaing
dnaurea etor mmiguare W dte sate tact have been inlizW
by �*GItJEER in PmFarin6 the Cowed DonononN
tMhtFpslegraPM3:34hmagh:4:19:
13.6 OWNER is obliggated to ma esChange Orders as
indi®kdin panBsph 10.4.
81. OWNER's respomihility in inspect of contain
uupmiona, team and wimcvula is xt forth in
W.gmph 134.
BN- In aamecdm with OWNERS right to dap Work Or
wgend Work, sax parzIaggrraapphs 13.10 and 15.1.
pmegaph 15.2 d.m win )MIN right m mnnumm
xrvtas of CONTRACTOR uMercmmin evmmdancm.
SR Ths OWNER dmll no sufervise, direst or hive
oorwol or tugmrity over, nor be respanible for,
CONTRACTOR'• mean, methok tchNques, asquenas
a prmedures of cmrvtrudim or the safety prmutims and
programs incident thnd% or for any PoJun of
CONTRACTOR to ronply with Laws and RcgWatims
apPlieubic to do furnishing or Vpc....o of ft Work.OWNER will not bn nslonibI, for CONTRACTORS
fail.. to perform or furL9h the Work in acmrdarve with
the Contract Dmumenm.
8J!>—O W VFRktegaansihilityi
Radi forth
patio .ph mm9vere
aatfanls+a'Para@^P�-f
F,UhP-truna, rlvi, re rxkb—atidmw�
enmgm am My-beennaode to-xtisry—OWNlRE's
os,,000way-iFry ttlmeotavilLbenssaN'anh-vrdte
gupplarentnty fb 64.
ARTICLE 9-ENGINEER'S STATUS DURING
CONSTRUCTION
OWAMR'aR'ns,salsdvc
9.1. ENGINEER will ba OWNER, aemeamatwo
during the ounavunion pmiod. The duties cad
raspo.ibilitiea am the hmimtimu of outhodry of
FNGINEER as OWNER§ repramin tivc dnbg
oonh.dim ra sat forth in RIe Cmtiact Damomm end
shall not be eteisld without writlrn mono a[ OWNER
aM ENGINEER
15,E la MA,
9.2. ENGINEER will make visits to if. sde atioorvals
��pprraa{{nnate to the various ssdm ages of cwdion n
sINGP16ER deems necesvuy et order W ahserve as an
experienocd and quolifiel design p.fmimal the program
tM1et has ban rude and the quality of the various n on •
of CONTRACTOR§ cecumd Work
ViriC soon oda'udd durilg wd1 visits uM obncvutiw
oin ER will mdnvor for to, benefit of OWNER W
ddermine, in ,anal. S do Work is p..Uv in
amardane with the C watt Dmummea. ENGMEE.R
will not he requi.d to make exhauaw. or canfi w. or,
an. bmpa1ion W check me quality, or 9uunrtty of des
Work. ENGINEER'. &arm will be dueled toward
poridi%for OWNER a @ream degoe of cmdideree that
Ne cnmpletd Work will wnfmm gererelly to 0¢
Cowmt Documents. On the basis of wd1 volts aM or,
ails, oismvalims, ENGINEER will OWNER
informed of the pngisr ofthe Wakand wit
ge, OWNER against ds•e WakEeNIANFER's
lido and oobtervationeae subjedl ge
limitations on ENGNEER§ authority and rspmabilty
limitation. during or m a roult of ENGINEER's orasde
visits or ostarvations of CONTRACTOR§ Wok
ENGINEER will not supmix, direst oowd or hive
authority ever a be usTriv ible fa CONTRACTORS
mean, an vhod , techniqquues, sequences a Rroced. of
mntl.ctioq or the Safety pueub end
incident thereto, or for airy failac of COWTRAe'TOR to
mmpl))• with Incas ead RgW.fion nppliwda W the
furnishing orperfmmnmo ofthe Wak.
P.JaoRep.sanmBve:
93. NOWNER and ENGINEER room, ENGINEER
will famish a Resident Noct Rolonamrtive W starts
ENGINEER mpvidig am obat.n of
me Work, hnibht,.. and ..duoiand
bituminous tharmn mry ch Rotation ynjed
Representative and ossistants will be as providai in
9gmA to repowan,
EER's consultant.
and nutltorlty and
931 The Rmresmaarve daalirrea 'n m.tmm
venciWtm W do mvnm�l�m 511 be wbe with
dte 940MEER and (�NCRACiOR BW the
RepS9�g wtll keyp the OWNER N
edvixd bau such rttma The Re�mtive's
wbh whcmtracWm wJl aN be duw a
car.-_ __ noel edBC�gd_I�r9ya.._ _
('ON]'RACTOR.
93' Dot' rvJ Rs,Nti' ReD
will
9321 Srhek lace - Review des gorr cs
81CDCOENF:VN. WNWEONS 19r08 (rSxgdllvU 19
WIQtt OF MRT QlWJh9 MWIFICaTONSmEv 4110sa
CJ
•
• EXHIBIT 2 — REVISED SPECIFICATIONS
April 5, 2013
REVISION OF SECTION 109
ASPHALT CEMENT COST ADJUSTMENT
(ASPHALT CEMENT INCLUDED IN THE WORK)
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch
with formal instructions for its use on CDOT construction projects. It is to be used as
written without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions unless such use is first approved by
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge
Construction to administer construction projects may use this special provision as
appropriate and at their own risk.
Instructions for use on CDOT construction projects:
• Use this standard special provision in all projects with items 403 Hot Mix Asphalt
and/or 403 Stone Matrix Asphalt in which the cost of AC is included in the work.
•. The designer should add a Planned Force Account item called F/A Asphalt
Cement Cost Adjustment, Pay Item 700-70019 to the plans and project special
provisions to account for the possibility that an adjustment will be required. The
amount of this Force Account item to be included in the project budget can be
calculated using the AC Cost Adjustment Worksheet provided on the Design and
Construction Support - Asphalt Cement Cost Adjustment website. Input the
following data in the worksheet
o Price index for the current month (BP)
o BID +10%
o Estimated Percent AC to be in the mix in decimal, i.e. 0.05 for 5%
o Planned tonnage
• This will calculate an estimated dollar amount assuming a 10% increase in
price. This should be used as the minimum FA budget amount.
o Follow the same instructions but use BP + 50% for the estimated maximum
amount the project would pay in AC Cost Adjustment
• This will calculate an estimated dollar amount assuming a 50% increase in
price. This should be used as the maximum FA budget amount.
o The Region may determine an amount between these two figures for the final
FA budget amount.
• Contact your Area Engineer if you have any questions.
• If the amount of actual Asphalt Cement Adjustments exceeds the funding allotted
in the Planned Force Account, the remainder of the adjustments should be made
using funding from Minor Contract Revisions (MCRs), or by adding funding to the
• project.
Addendum 1 — 7676 E Lincoln Ave & S Lemay Ave Improvements Page 3 of 6
mcdnrq,ysa the CONTRACTOR such m
and other pros and awom and
m cornea mmumeefineedws
9323. LiaimP
932.3.1. Serve m RIGINERR'S lisism
with CONTRACTOR wwkin¢ mrcioelly
thwuah CONTRACTOR'S mpaimendent m
=A dw CONTRACTOR m mdasmn6m
IheCmnam Dcm mn
addiUcawl dmads or motmenon whm
mmsired formwer ewwo�m ofllw Woh.
93233. Advim dw ENGINEER and
CONTRACTOR yf dw amnmenwmerd of
pomWany o wb remnnn
a,glbmmion hen not
unproved by t w &JGINEGR
Wuk4lmrosmi�ima�madT� wnm of Defective
932A.1. CPMum m.sik be oftm, of
dm Work in N detelnu"m''reom�teo Wesmvsk tah ENO IE'R
snc wt�r�xan
• 932.4.2. Re= m ENGINEER
>�3hc.RsprexRa¢ LWp
Vl rG �s uwnwf Iwv (n IN g defemve m
does rwi cm, form m �Iw cgxma Documcl3
m'J�as_hs>•a domPsm...oa_d«s_o¢t_mestJha
rg= mgnim_of en_v_up ep�ctiayq_ teae or
gg���nal�e�9ee4�IJ9_be�eds: eaLBd:1�Wt
ENGiN'FF.R whm he bcliev_v war�ould�p
£SQffiled_Of_[eJe55Pd.St 311Qu1�bF.SW'9YSd91
fOf aF,:Jynljun•_Qr. jglulfE5�1 ek Nl�6ftI1S.
imoectionmoommal.
9.J;�., fjctoNlPnLeisAtiOY._�SSelgap
re resem bl c a - s
iwW�mim e r remlb
a( dsee iluwcliore oml moost tO the
ENGWEER
9329 INeppeW. of Cmn d
Ducmnmvm Repot lb. ENOTNhen
plarifiwnare end int ims Cmenm
Tl9eumnds a e�pr{_ 19
91,
d the Cmtwet Dommwts u M the
G NEER
9.3.2.6. Modificmi. Consider sad
ayslwm CONTRACTOR'S suaacmosu fm
20 Wa O OF
WtNITOb61910 MON85
wVreTYOF f'Oai W W lL9 MCOMCATONSB.6'V </IaD»
0
�w i w cifxati d
esa recomm isIJGWErR.
dccmalu mued ba a 0W eER
^R • a mh Iry mlatiowldo of requkemetgs of the Cmtroct (bcumema (m the farm of
�anmt_: y w� m (hc_schedule of yelueg Aawi� w othmviu) xs ENGINEER may J 11M,
dabmasm'p, whica dull be mreimw widh the hdmt of and
'vw M the silt but not incorp rxteJ in the mnsowbly infamblc ftmn den
eripCtbcu Smb
Workwrium clnroton and nkicutimwill bc bindvg an
93210 Comiktien
93Z1 .1__➢,efR ENGINEGJt issues e
Sm(i6my, pl'�u e11 II.—OF
I Gmo( lion wbmit
W i of ooswaiten+a
••o P4matianorao*oln'oa
932102 Coduct foal btac8m m the
oomarry f tlm HNO NEER OWNER mM
CONTRACTOR and aapaa a fiat in of
items W M uwnatad m comolded.
ra11'm h,va ban c#d mmpatcd and
make rcwmmedat'at W E1JG4VEER
CIMMTIM BOCOnmRe
9.3.3. I'unitncon of Authority Th, Reanexmanve shall
al
91. 1 Authaia am davwtiama Gam the
Canna, Ibcument a xcmt en atntlmm
a{yfjys_pLo;tujpmmt uNms evlhor ad bv�Ig
bNGINEE2
9332 Exceed Iun'mtima of ENGINES
y��}, �n a�4Cn!o rmpprniMlitus
d the CONTRACTOR SWbwmmMoia. m
9334LSSS4.9LAtNldil'.tWfklSj3ilYf
Ip�grym�me_wMol war any acgLgr Jbq
mmrq__mmiw63._ hrygu<A. A ._!coea_gr
aarhvm I9T_4ozopta,ft unlss�Evah_.is
,aced Jv cenx f_. R* C..nkwl.Dcyawx_
2315. rWvviw a w gut direction;
fS rdirn R amen, mwd -WA ._� tY
Wft
ti aMGINUIP
9336 Aa6p}_$Imo R 1
e '
9337 Audnim OWNER W occupy _the
Wok inwbk a m am.
N a pate in sacidiad Eetd o iom caaMaW otlem
00P3._.ga_ $a9,.®y
f
Cfwifnalixuandlavapab6nr .
9.4. ENGINEER will imuc with rmswmble lxanpmess
evch annm elarifiafims n adcliremaaw pF the
NC It U.N. R
a wri"n clmificatien a
neat in On Cabnct Price
artier arc unable W agree
oG if ertryry. OWNER a
weium claim therefor az
AaNwa#d Yariadvan in Wmk:
93. ENGINEER may aahai. mi. varutinns in
M. Work ft. the m9mmmema d the Comma
Comments which do not involve an eduvmcm in the
Camract Perim or tiv: CcaRact Timm and are canpmiMe
with %a daalga COMCpt atha Cdnplatad PrOlam an a
fumliumg whole a, indicsted by Film Comma
DreummR Thmemaybeecwmplidmdbya Field Order
and will ha binding on OWNER and aleo on,
CONTRACTOR wM shall perfam the Wch inmlved
rprompty. If OWNRR cr CONTRACTOR baliava dwt a
FmId Ordurjusti5ce na ad'mIm..t in den fti Cmmwdm w
tM Camera Timm ad z panim era unable tag. as
W tM mammt w cxmat th mof, OWNER a
CONTRACTOR may make a warms claim therefor as
prmidW in Article 11 or 12.
RaJectaag D#f ,Wok,
9.6. ENGINEER will have nudmri y W d anpIw"Ma'or
ajm rWwk which ENGINEER bchcmm W be ak)av:.
ordat IAQGRNEER believes will = produce a co oplaed
Prajevt doa conforms W the Carman Document a t1mi
win pmj,dice tlw integrity of iM deign concept oft
ppIIWA Pru))'ect as a fimctiooww�g A k a inch a ul by
the Commm Dwuniants. ENO EFdt will also hnve
eudh.tj to aqquuae epee.] ma,x0fim oc tam, of the
Work as p ndul m Imm,,h 13 9, whUher tu rat des
Wwk m fabnoted. uwallcd w canpleW
amp Drawing,, Chang# OrMxandPayman
9.7. In cmmcc ten with ENGINEER', xuthaity as an
Shop [bawimis and Samples ao pua®nplm 624 ihraugh
6.28 inclusive.
9.8. In catenation with ENGINEER, sulhaity ea W
Chmge Orden sa Artioks 10, 11, and 12.
9.9. In waamtsun with ENGINEER's awhwity as W
Apptim0mu fm Payment, we Article 14,
i%nwwamwa ,far OadtP cm
9.10. Is1NUP1 x win ddetmam den ecUml gtunmu.
and elawifimtic s of Unit Pries Work ,crfamed by
CONTRACTOR. ENGINEER will miew wilh
CONTRACTOR the ENGINUX''s pmlimmmy
detmnirutiora on such mancm befom renderug a wriam
daimon thereon (by maammerdadon of an Applimtion
&COCOHaPaAL WaDa90t3191ad (1990 Edtbm) 21
W aTV OF FORT W WMMOOImGt10NSpWY 4C.)
•
0
r�
u
•
for Paymeal or Metu'im). ENGINEER'. wrinen 0. devoim. unless otherwise aged in writing by OWNER
thaon will be fiend and badmg upon OWNER and and CONTRACTOR
CONTRACTOR calve. whin ten days aga ale date of
any such dce sim either OWNER a CONTRACTOR 9.12. When funeteminb as mtNm�OT andleg. under
daliveo to 0u other and to ENGINEER written notice of ptmgmpIN9,10 and 9.11, ENGA'EE2 w� not 3mw
seemion to append Gam ENGINRFR's dmidonend: (i) nit fart lay to OWNER m CONTRACTOR and will M he
appeal from ENGINEER'. decision is taken within the lute liable in w�ation with my imeryectmon or decision
Limas and in accordance with the procedures sec forth in reded th gond faith br such capacity Therenderiag of
Exhibit GGA. "DI mo ResolutiM Amen greet', edere<I
mn a dec6ion by PNG]NEER pursuant m pmogapha 9.10 a
ins, belev. OWNER ad CONTRACTOR personal to 9.I I with names to any such clam, dwute a ether
the
M be subject to the
Derismam DIW.
requirements
ENGMEER will be the Intel imapu g of the
mgtmmnenm of the Work
thermal,
hem , Ca and judge es the
sthwm aft of the Win ork she
Cty of he Were nd
or
ochermaaenrelanr�ghthe acceptability of the Wereor
the inteparai of the accentuates, of the Cawum
Documents Work ddom e m don nid.nmaand in unpmg of
the Work and claims ender . or 11 and 12 a will or
he
charges in the Gaarat INEE a Contrett lima will st
far . t initiallyy m ENGINEER fa writing with a erequest
oph,
fore formal of
a azcadane with this pnmgmph.
Written rmia N' by h each claim, diaapptte a ocher ad tkr
will be delivered by the ctsimsal m fl4GI in end the
Mar ferny to the Agreement stao of (but N no wont
laser U w thin' mYa) other,a0. 9mt N um t o darcc or
betsubmitted i itlee ENGIN and wridm suppppatmg don wan
he yto ENGINEER and the oche pant Lurk.
sorry days ether the scan ofmch am hilt or event onleu
ENGINEER allows na add.. period of none up non
of web claim,
of ddtee a a mere oa T e dim al support
of ouch cteim, disfwm a other manes The opposing parry
and beach, upon OWNER and CONTRACTOR
() an appeal from ENGINEUR's decision is token
the time limits and in accordance with the
ass set forth in OCAMIT GC -A. 'Depute
area Agouniamr, entered into bar. OWNER and
iACTOR Ptuauma to Article 16, a (ii) I run wch
R1ssdunon Alpee to hen been edemd intn e
entice of inaaion to appeal Gam ENGI R or
daivm is aebamaa by OWNm a
'CTOR m the other and to @JGINEHt widmt
aya?Rm the dam of each &.are. end a formal
ingehe4iin by tkaeped'mg panyin.r of
:in jurarli tiro to cxr 1 such rights or rendma
waxovaoarwuua Nmmcanoervtasvarsmm
or acce of fined payment provided in
pnmgre 14A5) w 11 be a condition to erry
acrcmeby OWNERmCONTRACTO vole faudlrighour
e mdim es aithermny otherwisehave under the Connect
Daureens a by law, or Regulations in respect of any
mcheem, dispute or Maart lw-useMHoAnial.46.
9.13. Lbskanov an ENCINEM'' AWhorib and
Res,mabilinee:
9.13.1. Neither ENGINEER's authority or
rapomibility under nos Ankle 9 or ma&r My other
provision o(the Connect Dmmmm�na any dmaion
made by ENGINEER in good faith either to mend.
or M erevc& such authariry m respanibilrty a the
urdernkmm�gg aadm orppaa ana ofatry amhcrity
or rgwraibilay by E WEER shall crwtn impoac
or give Poe to my duly owed by ENGINEER to
CONTRACTOR sn3' Subcontractor, any supdier,
my other person or crganimtioq or in any moil, f
or employee or WM of any of them.
913.1 ENGINEER will not copm ion. dirca.
annual or live authority over car W responsible for
CONTRACTORk mmrn, rumbods. t.c micei ,
acquenau or poemorea of rom"own or the sefay
presentation and pregmea ocidan thereto, or fa my
failure of CONTRACTOR to amply with Lawn ant
Regulation applicable to the finmiahbtg a
performance of the Work ENGINEER won not be
rcapm 'ble fen CONTRACTORS oil - to perfum
orPomish the Work m aaundanm with the Counsel
Domrmens
9.13.3. ENGINEER will out be reible for the
an a ommlonn of CONTRACTOR or, of any
Ssbcom uste. arrtyry m $uppllcr of my ohrrpeun a
argmeebon perlmnmg or formation, my of the
Work.
9.13.4. ENGINEERS review ofthe final ApphwliM
for Payment and eaampMyiag documentation and
all tom atwmnm and onerali, irou taime, achedwm,
neu mess, Bonds andcenificnms of imp uttes. tests
end aped! by and othvn h 1412 tsnm renly b m be
determin a ally that
air c well only be to
determine generally of ohm na the
mien comp) o with
the rmuvenew o[ and in the case oft 'he no of
mspified indicate Iona anti leaccea Iht the rnsuln
anifid wmpluuux wiN, the Contract
Dommann
9.13.5. The lmarati me upon authority and
raWorwbiliryry at forth N gta pmggmph 9.13 0011 aka
apply m 1�TrGINBERS (:awlmtll$, Resident Project
Rgnearntativa end asf iemntn.
ARTICLE 111-CRANGM IN THE WORK
10.1. Without invoidatir�R thou Ageement and wilhoul
notice to my aunty, 0 may, at any time a (rani
time to time, order ahEtiam. deletimi or re'Wons in the
Work. Such sdditmv, deletion: or revimom will be
Work dbya Wriam A. Ldaam eCharge Order,aa
Work Charge IRACra. Cpa radp of m i with
dwument, L'ON'1'RAC'fOR dull pmnrply ad a d with
the Wak dition Which on kit pGC d umbr to
coppliable limieaua nevi ed). Docummw(.rapt cox
atlwrmix sacrTicallY providd).
10.2. If OWNER and CONTRACTOR me unable an
Wm an to the em.n, if any, of an adjuvment in the
Commet Prig or an adjuvtmem of the CoMmt Tbna that
should be allowed m a result of a Wink Chore Directive.
a claim may be mad, themf . provided in A.Ic I or
".to 12.
10.3. CONTRACTORahallnotbcenmledtomiarmce
N thou Camatt Prze a an eirtsiwt ofte Corned Times
with «spotet Dry Work pernmmd tam a tut reqqu l by
the Cmtrvct Davmenw a amrkic1 d 6, end
wpppplIanemef as onaM in a. pirovihs Sin andgnaheiM
cacerat
in -din cox o[ o eof uncovering
as prwr Work
m pomgmph in
p m the won of unarming wak an provided m
partgmph 139.
10.4. - OWNER and CONTRACTOR atmll excate
aarc Chage Orders exanmenkd by ENGIKMR
(gpvtWten Ammmneme) aveeit,,
104.1, changes m the Wak winds me (i) avkrd
by OWNER purnaontce of deft'swL(ork uha
beaux of acceptance ti dalactiva Work end.
pamgmph 13.13 a w)airitg to bythe Work ceder
paragraph 13.14, a (ti) pgrced toby the ptutiei
10.4.2. &,qp in 0a Cammt Price or Combed
Timex whiA me.geed m by thepvrtim: and
1043. dmWFa - the Com ad Prier erComa d
Timm which embody the abstmce of any etiuen
declaim e.ckoxi by ENGWEER pamuem to
paagmph9.11'.
M,,xid that, in lieu of ew.cuttg any ouch C 'c Order.
an aPM may be taken tom my ouch decision in
oaadance wiut Ne provisions of 11w Contract Documenw
d �op .N. Lawn and Regulatiom, but dabs any each
appal, CONTRACTOR shad on the Work and
adhere to the progress W. ss pmvided in
peeageaph6.29.
of th If tmtia the
clang. a6'edirg the ct Doc cape
of odor Work a the prwi'aa of the Contract fkrwmmm
(mcludvr6, but dour mound tW Caaraa Pia our Cormat
Times) is required by the Provisions of any Bond in he
Bg�� toe i� ttyy the givbg of any inch native will Ise
CO1iTRACTOR's respaabJrly. srvl the amuma of each
appliable Baud will be a djudd.vanJugly.
ARTICLE II-CHANGF, OFCONTRACT PRICE
ILL The Comma Pia coamass the total
wmpormtion (subject to wthoriad adjaaenmw) payable
to CONTRACTOR for perfannin6 the Work. AE duties
rapomibilitia awl abliBatiaa as d In a urdenaken
by CONTRACTORsha bastCONTRACTOReexpvox
wdroutdmtge in to Cantmet Pelee.
11.2. The Comma Pion may only N changed by a
Change OrGe or by a Written Amendment AT alone
fa an ad iumn me in the CaDad Pnce shall be basil oa
written notice dclivemd by de Iany making the claim to
0. other any and to ENGINEER promptly (but in no
event later than a my days) ally the start of the
eccunmaaeven gmug rix claimandthe
geraml name of tan cmtm. Noticeti.o(tse aniseaeofof the
debv sviN auppatrg Jvte sbell h detverW witJrr dory
or more mcorme
u mt claimed covers all known amounts an
l.im.m ix voided a a rewlt of said
event. All claims [or adjustment in the
e and be detemined yy FNOINERR in
with pmagmph 9.11 iC OWNER and
OR e.aW of e. oga on the smarm
v claun for an adjustment in the Convaa
raid ifnot abnited I... owe with this
113. The value of any Work covered by a Change
Onker or of any claim for an adjudment in the Convect
Prier will be d.mmiad. follays.
11.3.1. where the Word, involved is cmxrd by unit
prim contained in the Contract lbcnmmte, by
application of each unit pricer to the quantities of the
minis involved (wbjam In the p wmaia of
61CpC08MiltALIXlld11'IION3191a8 f199J6d1im1 23
x/OlV (1FfOHT LbtJJISMOOIFlGTIOIii(&h'YNlam
•
umamplm 11.9.1 though 119.3. imluaive)
11.3.2. where der Work irwolvnd is not wvaed by
Out prior mvrmind m de Com ou Ducumeme by a
muWally ogad paynnmt basis, imlu& 4 lump sum
(which may =.nude an af... for mm,Inad mot
po6l not no, amily in accordance with
paragraph 1162);
11.3.3. whao the Wak mvolvd iswt wverd by unit
for. ou.incd in the Comma Dawmaus anal
WaOmmt to a lumpp sum is not ruchd order
& at
fp+almpaph11at bolaofthe Caa of the Wak
(..nal assalACTOR in puce r ,war 11.4 OM 1 ofit
plus a (DNTRACTOR's ran gr ovahmd and profit
(determined aspmvidd in pampaph 11,6).
Coe ofm, Work
114. The mom Cost of the Work mum the arm of all
costs neeemaray inennd ad paid by CONTRACTOR in
the prgw pnnfonnance of the Woh. Rttept as drwoo,
may bmd e agron in wnfiag by OWNER such cons Aell
be In arnwms no higher than dine Proven 11 m the
bulity of the I r jerk shell include arty the Fallowing
items and atoll not include any of the outa itemiad in
parageph 11.5:
xs in thn dhcct
pen( nnancc tithe
aifon agreed
=ACTOR, Such
=than limitation
other Pea almd
Payroll ro4s for
on the Work droll
time apunt on the
shall be imimted in the ubovo W the eater nuthorvzd
by OWN
11.4,2. Can of all nam rlab and atuifpinanent fnmol d
and momporamd m the Work mclWing coots of
toomar abort anal aomge thereo[ and Supplinm' field
aavicea rtquimd in announce drewith All man
disewma ahaii .stun to CONTRACTOR noom
OWNER do,xona fuda with CONTRACTOR wits
which to make payments, in which cam der cah
dauune shall a«cue W OWNER All ba&
dOo,00z a, mbatea and refunds am] mama hots min of
sarplu makdals and or meat shall eam vto
OWNER and CONTRACTOR "1 make pro u.
o That they may be dNamod
1143. Paymans made by CONTRACTOR to tier
Sub.0 mus for Work paformd a fumisld by
Srbcanwa. If requiwd by OWITIR.
24 YlCDCUtT®aaL WNpnore latoat(19mgd1iml
,o an ors 6oaT new re mom CAnorrs tahv 4oun
CONTRACTOR shall obtain eompeEtive bids loom
Sobomarwmm moopuble an OWNER aM
CONTRACTOR and shall dative, malt bila W
OWNER who will Ulan &tamim, with de advice of
ENGINEER, which bider if any, will be aaeµd. If
any solaunbaet pwvidu that the SWmre wr. m
l% pnd on the b ois of Con of tier Wak bsafee,
the Saloomractoes Coat of the Work oralP.e shall be
determined m the mate mmmer as CONTRACTOR'S
Cost of the Wak ea,] lu no pnaidW in
psmpaphs 114, 113, ❑ 6 anal 1I 7. All
aubunwctsshellhmiiatW theouterable. ou o[
the Correa Ibamems i rattan u appli&bk.
11,44. Coats of spaial casdmros (including but
net limited m enginccrs, amhfl eok totingg
lanoretotag stuenyom, dtannys and m .tuts)
W@kryd for s xos snecifiwlly mks d m the
11.4.5. Supplememal cmta imludirg the fallorv'utg'.
11.4.51. 1'he Proponien of ou ry
hhuulwa��eettea�mm1� weal ad sOlunonroupo scO ol''
CONl'RACTOR's anpl yea imurtd
dim.,ge of&tm,.oad with tits Wak.
114.5.2. Can, including wuponmion and
meintam or, of all matormlo. suppfies.
equipmaa, maAhay, appliances, offs and
temporary fimihfia st the ate and lord mole not
arced by tho workers, which arc..d in doc
performance of the Work, end out Ices market
vertu. of.h items mod bat not comamd which
mmnin tine property of CONTRACT OR
IIA.53. Romania of all caetruction
equipmem and madumry and the part thereat
whadar rand [ran CONCRACTOR mothers to
a.&. with mural agramema approval by
OW41 R with the advice of ENGINEER and the
Lion
motslla a doon alu9 and am loading, Hereof -ell
in ecea&me with Wrens of sid rental
npeemems The rental of any such equipmem.
machinery or pans doll cats. what du use
thereofis no longermceemry fat the Woh.
11.4.54. Sska crnomro, uo or aimilor leas
rebid 0 the Wak and for which
CONTRACTOR is liable, unpowi by Laws and
Regulatio o.
11.4.5.5. Depmim kut for cauva other the.
=germ- of CONTRACTOR arty
Stir eta or onyor chrardy or indircaly
plryd by any of them or for wboso acts any
of then may be 4%bk, ad royalty m,nmms and
fasforpermitaad Iica oat.
114.5.6. Lossu and damage (ad muW
eapuos) urd Try damage to the Woh, not
umpematd by marame or Wavowiaq sunained
by CON[RAC'rOR in connunr with tier
m
As
aetllemewas mesa vnth the wntten conscnl Arad
.ppam.l of OWNER No such lama, damega
And ex emcees shall be irmludd in the Cost of the
Work for it. of detemaining
CONTRACTOR'. to. I[ 6mcm, my>� 12
or damage requ. rmommuotion and
CONTRACTOR ' plaud [ charge Nam
CONTRACTOR shall be laid for saviors a fro
114.57. The cost of utilimo Pool and anitary
fecfuiaet dos site.
114.5,8. Mimi expenses such as takloen%
Img distance ulephorw eels, telephone amvice At
Me site, exprea+ege mad similar peay rash items in
mm nctson with iln Work.
11.4.5.9. Cora rMatiuma far whhumed Bonds
and in.. rmluied beaux of Oharaa in the
Work.
115. Ths mmCm.fthe Waka llr irct,d&Anyaf
the following:
11.5.1, Payroll coos and other commrrmtion at
,I R A mares .. 1m
the Work ad not apeoffi, I
:d o,m sohc uda of job
to in paragraph l I.4.1 a
.,.graph 11.4.4-aR of which
tmhYme wcosh covered by the
11.5.2. Expenecs of CONTRACT )Rk prom ed and
broach offices other than CONTRACTOR's office at
the alto.
11.5.3. Any fart of CONTRACTORb apical
exporus, "I dung inaes As CONTRACTOR'S
a% employed fa Ma Work and clop ca stoutest
for defmryat Mymems.
11.5.4. Cost of premiums for .11 Boils And for All
insurance whdv w net CONTRACTOR is Acquired
by the Cadraa Documems m puclose ed mmmain
the same (.map for the ran of rmniums emoted by
seblarvgreph 11.4.5.9 above).
113.5. Cats due to the no0aam. of
CONTRACTOR Any Submntramq As s Amato
direelly or irduscily anpioysd by an of a. or for
whose sees any of dwn may be liable, including but
runt limikd t the wrmtiun of nQfmtivr Wort
di�aal of ramanah or ac n men wrongly supplied
Ardme ;good any dsmege in property.
1I56, Olt. ovaheud or general v,ceae ousts of
any Yid Aral the. of my Men not specifically and
expaaly included in par xaph 114.
Ilk. Thee CONTRACTOR, the ellmved to
CONTRACTOR For overhead and profit oaf be
deemirvd As follows:
11.6. I. a mutually acceptable fixd f ;or
11.6.2. if. A hoed to. is net Ageal nmc Non A fee
based on the followingg percemxgea of the carious
mina softhe Cmtofthe Weak
11611, for mass in.urred under
paragraphs 114.1 And 11.4.2, de
CONTRACTOR'e fee ahsll be fifteen pmvent;
11.62.2. for mans meuaed under
1am,,eph 11.4.3, Me CONTRACTOR§ fee shall
be five percent;
0
11.62.3whoa one or more tiers of
abm tooAnd
arc n ice boil. is Coa of der Work
plus a far Ada fined he o egrcd upon, Nc
vaaa of pthat Mrs tbeca 114.2, c,co14 3 and
lly
performs
u that "t sea Me Work, a who ver iar.
performs i R nee of the Wok at n of the
tic,
wt11 be paid a fee ub BRsm pmmat of the cuss •
IIAI d by weds Subcomr Met
wader lamgropM
11.41 Aral 114.2 And that mry the be
Srbconaaaor end CONTRACTOR w, each be
foal A fee A v proses t-aFNeemourd-pniA-to
Ncrrea4awatill £nbaaa'aao ,'w_b gatlatea
ws�0 Git. Mae Ow�i2;1- tegees4
five ru taf Mae. m_gpjd lLJ(le�mrt l_owar
tiff
Q<.
116.2.4. no fee shall be payable An the basis
of costa itemised undo pvAgmphs 114,4, 11 45
Aral I I.S.
11.625. the Amount of alit to be sll.d
by CONTRACTOR An OWNER for any
ura9e in rauh. in a no dcos wallbe e
amount of the aouel Act decomse in cart plea a
dAd.1mn in CONTRACTOR'. fee by en...
equal to five pram of.A.h Act deaeme, end
11.6.2.6. when both ad Ui. And eedis arc
involved in Any mA the e, the Moslmem in
CONTRACTOR'. fee sMR be amluted An the
bads of the rat dump in cmadenee with
paragraphs 1162.1 through 116.2 5, veluaive.
113 Whoever the area of A, Wok i. to be
FJCDC05N6RALCUNpTlOtb 191o8 (tvasgdtiml 25
Mary Or FORTH Nfi M0061GTWNSNf6V 4aM)
0
•
0
detumined rymoum to paragraphs I1.4 and 11.5.
CONTRACTOR will establish and maintain records
thereof in emordmrm with generally ac aged ecewaibyl
pastices and submit in farm aatptable m L•TIGWEER en
t.tudcut hhakdh.vn together wdhap mtiny dam.
Cad mi..
11.8. Ttiswhmte d that CONTRACTOR has, bahalW
in the Catraa Price all mum.. err amW nt tla
Channel Docmnents aml stall muss the Weak an soverml
m be famished aJ ppearfumed fen such.ama u may be
ae npaNetr OWNERand ENGINEER CONTRACTOR
egreathat.
11.8.1. the allowances include the som to
CONTRACTOR (less any eppliable cede stixdhms)
of mamia6 and equipnmai required try the gllowancm
m ha delivered., the ante, end all eppEl; axon; ad
11.8.2. CONTRACTOR. its far unloading and
handling on the ate. labor, installation costa, overhand,
inert and other exisanks conemplated for the
all.. have been included as the Comsat Puce
and rat in de. U.. end on, dernand for
additional payment on nccaant army of the faogohg
will be valid
Paor afoul PeYaem,annp M40 Choryte Order will be
imued as rmonhmcWW ENGW66R m rateet eaal
E.Ale CONTRA OR on neWlmt of Work awe red
by allowansea and the Contract Pam shdl he
corrommE hgly adjusted.
11.9. Me Price Wink
11.9.1. Wheat the Catmet Doe memapsevide that ell
a part ofthe Work k m be Uut Rice Wak initially
the Codmet Rare will be demand m include For all
Una Price Work an amount equal to the stun of the
established unit prigs for cmb separately, identified
hen of Unit ITm Work man the estimated quantity
of each Item as iMimmd in the Agteeoant- The
atheated qunnmim ckitem. of Umt Ion Wak are,
not guarmaeed end ea solely for the.. putpom or
mmisrison of Bids and deterenu mg on mitial Cooked
Price. Detemnlrattons of the aenml quanttm and
elan ifin.amhs of Unit Rig Weak perfermad by
CONTRACTOR will Is, cede by INIGINEER m
aseendonm withpmagraph9.10.
11.9.2. Each unlit pr ce wdl be deemed to inoluds fin
smutcanader by CONTRACTOR m be adDLw
m cover CONTRACTOR's overload and profit fed
each upmntely identified item.
119.3. OWNER W CEq`rR OR may, make a
dhnw fa an edlusheant m the Cmmea Rae m
amwdenm with Arad. 11 tip.
119.33, to quantity of any item of Unit Rim
Work oufamW by CONTRACTOR did.
motm., not si ly flan the estimated
qumhcty, a such ism mdated in the Agreement;
� &COCOge®IALCON[aTON3t8108 ❑99agdlMn
w/tuTYOFF00.1' W W M1MMCOIFICAl10NatWYIRONt
and
11.9.3.2. there ea re, sonespmdutg edjumnera
with reaped many other it. of Wak; and
11.9.33, if CONTRACTOR belieac that
CONTRACTOR is atitled to an tranone m
Contact Rice as a smolt of having ifewred
additional expense W OWNER believes that
OWNER a merited to a d.ceuss in Contend Prise
.d the robes, arc unable m Woe as m the
amanu ofeny such ime.se m d.a.
11.9.3.4. CONTRACTOR aeknawlnmm that
Rhas the r' ht lo nrkl W delete items'.
e E W EM, ammifia at OWNER'S sole
v..'a I. fits dPr gr
8a4 lgllalmaa Item b WI¢ W the delttla W
the Wi¢md Wd Cankactpfion
ARTICLE 12-•CHANGE OFCONTRACT TIMES
12.1. 'The Cmmad Time (a Mllcatahm) say o1Jy be
charged by a Change Order or e Written Amem aka,
AArrtyry
ikflonclaim fa ha basean atp Merd of the Contrast Timm (W
Mes) shell d on written notice delivered by
the panty making the ].hn to the other party and to
ENGINEER Roraplly (ben in as event hater than thirty
drys) after den mammas of the avers ghv'ug rise m the
claim and Rating the ga.l ink s of the ihn. Nairn
of the natant of the claim with su"rdne data shall bk
delivered wuhin ahoy days now such omumam (hatless
ENGINEER allows additional time as ..m. mac
aectaew data to suPrpann of the claim) and shall be
aaanpatied by mclaimant's written Ratant that the
Wjuaknat clam d i9 me mrim adjuRmeat on which the
claim n, has lonem m believe it u entitled as a rewh of
the oaunence ofseid event. All shims faadjusenent in
the Camaa Tim. (a Mmunkes) shall be detami and by
ENGINEER in mo mdanm with my mph9Jl hf
OWNER and CONTRACTOR cannot otherwise ogres.
No clan fir ea adjusknenl in the Contend Times (or
N ilmosom) will be valid if ad submitted in aahudace
with the requirement oftds pompoph 121.
12.2. At tine lama Rated in the Cantles Ek mm%
ere of the exvlee ofthe Agfkennot
12.3. Where CONTRACTOR is prevented Gum
enplaning any pen of the Work willm the Contrast
Time or IvlilaRam) due m delay beyoM the trained of
CONT CTOR, to Cahkaa Tuner Cur Wedowee) will
be emended in an amaaai aqud to me mat due m ankh
delay if . ela'un is made thaci. es hkvidvd in
pond 121. Damys beyond the central of
0) CTOR ahell include. WI net be limited m• ass
within the Moral of a Subcattro3o, or Sopppptier shall be
dread m be klayswithin the control ufCONTRACTOR
124, Where CONTRACTOR is Wevemal from
eompletirg arty pal ofthe Work within the Cmmad Tune
((m Mdegnln) doe m de the consol of both
OWNER ad CONTRA O an ede.ion of the
Contract Times (or Mile9ona) in an amount equal to the
time last due m such delay shall he CONTRACTOR's sole
and mralusiv. remedy for wilt del.. In . eve. shell
OWNER be li.ble toCONTRACTOR, arty Subunha sor,
my Suppber, any other person or arprixation a to any
surety for err emplgo, nngeist r .7p a them. Re
demmge .arum out of or nadli g Iran p) delays =used
by or within the oontol of the CONTRACTOR m
(ht) delaye beyond the cmmol of F.oth parties i.luding, but
not nand to, Gres Roods epdisa s, shame] washer
Qaditione, ads dGod m actsor neglect by utility owncre
byo 7 aspmfamvg other wink iscantemplaWl
b1 Mitts
Artictltes].
ARTICLE 13—TESTS ANO INSPECTIONS;
CORRECTION, REMOVAL. OR ACCEPTANCE OF
DEFECTIVE WORK
B.I. NdlmofDrfaaa
prompt notim of all dq(adve Wak of which OWNER a
13NGMER have acteal knowledge will be gives an
CONTRACTOR All 4e4*. Work may W rejected,
mm.Wma eptd.aprmkWmddn Article 13,
Accrue. Rork
132. OWNERM4GINMR. EKGlNEERs Camtl1M
aMe reResenlvtive, am l persoand of OWNER
Indepe,,,d h .gltersea is andgovamnto the Work at
with j ble,fiiaal ;for the sviR have scores to the Wink at
masig. CONTRACTOR
for their shall
Xmi a thd%aravectirg and
testing. CONTRACTOR shill not them ptoqpaar and
sate TRAC.s forss sucfi nccas .nil advise loon of
W
CONh,ACTOR's site ereery procedures alb RoBrems m
that they any comply thaewiN as applicable.
TemandfnspeGi.
13.3. CONTRACTOR shall give ENGINEER timely
.lice of radinea of the Wmk W.11 requ and u"pwims.
uses or vppowds, and shall oeapemte with ucpedion awl
lasting posann el in dciliwu rNuimd i.Rotim,a tests
13.4. OWNEI shall employ mal pay fa the murices of
en indcpendem testing Monitory In perfmn all
irssectiaa, urw m eM..N mq..d by the Corned
Dwv "eacepL
13.4.1, for "usvpe times, tea, a approval, covered
by paebmph 13.5 below,
13.4.2. Nat ones incurred in connection with uses
or uafectian canbmred Fineman m paragraph 13.9
below shall be paid as provided in raid
paragraph 13.9; awJ
13.43.se Nerwoo sped6mlly novided in the
Connect Documes,.
or ..roved W an
required cortifissatea of impcdion a approval.
OON'I KACI'OR stall also be responsible fa innso tg
and obtaining and .hall pay all .era in wtrwaion with
any and ENGMNGINats taw a apl�rels lequved fa OWNFR's
6RR's seeTer ofmaterials or equipment or
bs in oiIp,. d m tlw Wmk, m des eomile ruin deigns,
aldafa
a i am nittad fen pprwal prim to
CONTRACTOR'. purch.se thereaf�nmrpmetwn in
the Wok.
136. If eery Wmk (a the work of ngem) tlet w m be
resod or nppmW is em�erd by
C NTRACTOR wilhaa written camurm.c of
ENGINEER. it must, if ruryatd by 13NGINF,ER, be
un.vemd too observation
13.9. Umwvarilg Wmk isRw riled in p n,,,oph 13.6
"! be at OON1'RACTOR'. ecpmne unless
CONTRACTOR his Siva ENGINEER timely .Nu of
CONTRACTOR'S Intention to cover the acme and
ENGINEER has not acted with reasonable prompeRa in
me,a is to such anti..
unomaring IMoi,
138, If anyy Waic a sward .marry 0 the written
rNwa of INOINEER, it must. if revened by
ENGINEER, be monied for ENGINEER's observation
and repl.d.tCONTRACTORS apeme.
make available fa msoi,iitior. iapedion or tear se
ENGINEER may reyuve, that Pont. of the Wak in
Vannon. fumiaung ell necessary Immo. material and
ampmmL If It Is found that sueh Work is delaagvi.
CONTRACTOR shall pry aR chaos .a> lose .ad
demages ceased by, mhe.,.1 of m re.kirg Iran ash
un.venug, e>pesu e, oba ovation. inVec ionmb testirg
and of ate say replaamaft or reaaatrucliltn
(ndoding but no, tunnel to all cm, of rep. a
mphosmra eof wmk of otters), and OWNER stool be
.titled to an aplaaprimw cie. is the Contact Price,
and if the paltbe are unable to agree as to the amount
iF rooZ may make a claim therefor as provided in
Ankle 11. If, how vs, S or Work is .1 toad to be
d=factive, CONTRACTOR Gall be ellovd an rases m
the Contract price err an eete..a. of the Cmdred Tuna
(m Mleaome), or both, directly mmibaeble to audl
EY.DCOEWFAA Mmlllom 19108(19908011M) 27
W aW OF FORT (MU. MCOVICATIONS MW4COM)
u
•
•
anmvaing expwure. obsavatce, tell m,
roplassa au red roremtacttam ead. if the 1-threes me
amble to xxp� a as to the amountextent thcreaf
CONTRA r de a lim tacforas pwided in
Articles 11 ud 12.
OWNER .fay Seop et a Work:
13.10. Rthe Wark is ak eevs. a CONTRACTOR fail.
basupply aQcimt dcil workers or mailable mstmulsor
err fa egwmnerd, il. atf amidaer Psrfam the Wak lo acb.
way that de mmplefd Work will mNmn to de Comma
Dreammta. OWNER my order CONTRACTOR to smtomp
the Work, or myy pmlion thereof wail the wax for ach
order his berm eltmimtar; however, he right of OWNER
act A the Work hall am give rise to any duty, em the pal
of 0 ER to asaciu this right for the bewfit of
CONTRACTOR army sway crash. party
Ge ,M. or Rem med ^rDefemer Work:
13.11, If required by ENGINEER, CONTRACTOR shall
promptly, as directed, either wrmet ell edsv Wak,
whaler or rot fabrimted imptd a amp w, it'ihe
Wakhas beenrejeacdby &Weak that remwoit Franthe
site and m'OR it with Wak then is m% rtfecdve.
CONTRACTOR shall pry all chime, amte, loses and
m mused by a resulting fare
such corrosion or
removal up rat limited wall caofrepaor
replacemeatofwrkofdire)
"it L'emmen Period
13 12.I.If within me yet two van mar the deer of
Subatettthd Completion or such latter pond offbeat to
may be premdbd Laws or ftid tiros a by the
terms of ary mdm a special manta. required by
the Camas Document or W ew stralfie aovidon of
If CONTRACTOR does not tamely romply with the
from of such baste mmes. a in an ematamy where
de., would most serious rid: of Ion or dum,,
OWNER may have the rkkalra, Work tasted or the
moved Wak removed ntd replaced aml .11 claims,
eosis, lours and dimegw mused ty or resufting from
such mnwm eyed reptaament (mcludig but not
limited to at rem of repro- or rap vmsrt of work of
atlas) will bepeid b)' CONTRACTOR
13. M, le spec'.) weearra ses whey m pataalm
iimt of egmpmaa is placed commune service
service
before Sabsmmial Ccvopletim of all the Work the
cmatien peril for that item mey start m run from m
ember dui if so prwidd in are Specifim stiom a by
Written AmeMmmt.
13.12.3. Where deja fi, Wak (red door, to War
B/U 0FVMTCOr3p19WMMCAp9MMV
28 a/aTYOFt'a0.T WLWNaMWMCa110N9dNV<rle(%
Work oral[mg thereGom) has been mmected,
resswed or repla.1 raster the pmrypnph 13.12, the
am,miner perial hereunder with reap t to suer Weak
will be emended for en addifimm period of
two y,5tty an. such tion or ar, ...I and
replsoemmt his been sodareartly completed
Acceptance of Dar 6m. Work:
13.13. If, imtmd of repu ri%cara en or sawed end
mpinmment of dafenfve Work OWNER (and, prior to
ENGINPFR's mrsomemdumn of fuel payment also
,mites emi intile to OWNER'S mmlaadm of and
dctermiatian to scmpptt ash elyacave Work (ads coaster
be eppmvd by PNGIIJEERa m rmaablermis). If arty
ach meepmnm areas prior to ENGWEER's
mmmdetioa Ling t peyatsm, aChmtge Order will be
weed inDocuments the respect eft W . the
OWNS Dmmnam with rapers to the Wak and
OWNER shall be entitled man epprgniete.W e,. m ate
Comma Price, real, Other pal. arc=a. Is. therefor
re m
ate.maim[ tawf OWNER mey make a e .her
ptw led m Aae1C 11. If Ih amepmac acme RRcr
bothracommc ORt OWNQtw
by CONTRACTORm %oxiNc ammt wil
l be paid
OWNER May Caress Defscde a Wak:
13.14 If CONTRACTOR fells within a..ble time
after written maim from ENGINEER W carrot alys aha
Work a to snore and replace re�,,IImted Work m nefand
by ENGINI in Rmadmme wM paagesph 13.11, or if
CONTRACTOR foils to perform the Work in eaadmeu
with the Comma Doe moms, a ifCONTRACTOR Us
m amply with any air prwoim of it. Contrast
Documents, OWNER mey, after seven days' written
entice to CONTRACTOR correct and ormedy my such
deficiency. In ..im% the it m and amad. under
tlm piratmph OWNER shrill prayed cepedilousy. In
cornett+. with ach cmreeave eml remdird aeries,
OWNERmey efudu le CONTRACTOR fron.g., pat of
the sire, take poseseim of.]] a part of the Work, and
aspen. CONTRACTOR's services related thaao, take
tornados of CONTRACTOR', reds, appliances,
aomlagim eclat men ad mecldrhery at the site and
p mco,pauto the Wark at ond egai,re.
stored at the sit. or fen which OWNER has paid
CONTRACTOR but which arc soma deewhere.
CONTRACTOR shop allow OWNER OWNER's
Corealmms P=ess to th site to 61e OWNER to
emere�lletrigghhts aryl remedies tinder the Wra®eph At
.hols,. cols, lwaaa rd dummies iramd a named by
OWNER N aacam, ach rialm h d remedies will be
chid sguwt IXSNIRACTO and o(]tape Order wit
be isud moorpnmts, the naasay rwis. vh the
Comma Dmmaerds with .epee to the Work, and
OWNER shall W entitled to an appropriate decaao in the
Cataract Prim, nd,s [ate pmnaeremnNeastarea.m
the amoat Ihvm I OWNER may make a abim lretefa
as prorated In Male 11, Such cteim% costs, Iran and
damages will include but nor be limgM m ell Icon of
repair a mpincemar of work of others dnsbpy d or
dam eg d bbyy mrmta. removal m replaommit of
COW7RAC'I'OR's defective Wok. CONTRACTOR shall
rent be allowed a exurnsion of the Carried Times (a
hbleaate baeuae of mry delay b annanm of the
Wekonn mblemlheexertiseby0 oTOWNER's
rigka end remedies hereunder.
ARTICLE 14 PAYA(EMS TO CONTRACTOR AND
COMPLETION
sa&,a deo'Vefeas
141 The schedule of values onabbArd as pmvided in
pmegrph 2.9 will serve as the basis for progress, paymenm
and will be incor��nnmnd into a form of Application fen
Paymem meegmble mENGINRFR. Progress paymens on
amain of Unit Aim Work will be based on the number of
unitammplcmd
AppRmmar fal)PArif—PoymeaC
142. N lean twenty days before the done exehilfli d fen
.on progress payrecm (ben not mac often thin o m, a
mash). CONTRACTOR shall abnit to ENGINEER fa
review an Appppliention for Paymars filled outand sigxd by
CONTRACTOR owermg 0e Work mmpletM as of the
dam of the Applica6m and accompanied byy each
supporting dmmicati e, as a mquved by the Conbad
➢omrmmu If Payment is rryua2ed An the bees of
mmatiela end Armament not incorporated in the Work bur
ds ..teems and equipment me
m mmmnt r
will be as
CONTRACTOR' 1Varmrrt� ofTille.
14.3 CONTRACTOR warrants AM Suarannms tl tide
to all Wok, material. AM equipment covered by eery
ghon for Nymem whether Cmorpooed in the, ha rml. will pass m OWNER no later than the time
of laymen. Racers! clew ufall Lien.
Review af.4ppl1m4oa, forProgres Par mart
14.4. ENGINEER wJL within 4m doya after maript of
mch Application fa Payment, either indimm in —b, a
recommendation of payment end present the Application
m OWNERor Atumthe ANricatmnm CONTRACTOR
indicating in writing ENGINEERS rrnsatn for rcfvwg to
rmammend mymem. In the mda cox, CONTRACTOR
may m ika the Accessery comctiaa mil resubmit the
Applicmion. Ten days efler prea�anarm f the
A,Uoo arm for Paymaa m OW NPR with ENGA'EER's
a amimendation the mtrount recommended will (eubjep
to the provisions of the Imit sentence of paragraph 14.7)
br more due and when due will be pad by OWNER m
CONTRACTOR
145. ENGINERR's mcammmdution of any payment
mquedcd in an Application fen Payment will omrtttuk a
reyrmentamer by ENGINEER m OWN®; based on
ENGINEER'. ahaw .1ismames of the eaemted Work
aenrxpe--cedamt quAif d dmi,pmr®imml adan
ENGINRER'e review of the MIyliestion for Payment and
the aceompenying dam AM r4wdslee Am m the best of
ENGI4EER's kmmvladge, inform man and belief
14.5.L the Work has pArgma ed to the point
indicated,
14.52. the quality of the Work is generally in
acordmmce with the Contract Dmmmrm (suMaa to
an evaluation of the Work As a form orung whole
prior to a upon Subotemiol Completion. m the mortis
of any abmquent tons called for in to Commit
Common, We final ddmnuuuon of qua er titend
classifications fen Unit Price Wale under
paragraph 9.10, and to any other qualJcatime anmd
Intherecommmdation), and
14.5.3. the conditions precedent m
CONTRACTORS be'vtq entitled An ach payment
app. b have been (ul6lled ireofm as it is
ENGINEER'. mapouibility m observe the Work.
However, by maanmandbg my such payment
ENGINEER will trot Uiereby be &.M m have
mpasenmd that: (i)orshmative or continuos orwite
inspections have been made to check the quality or the
quantity of then Work beyond the responsibilities
specifically msigmd m ENGINEER in it, Contras
Documents m (il) that there may Art be Mar ensues a
swm between the Fame, that might eatiUe
CONTRACTOR to be ,it additiaelly b/ OWNER or
entitle OWNERtowithholdlwym ntto CONTRACTOR
146. ENGINEER'8 recommendmion of any payment,
baludng final pe,n ml, cfag ram man that ENGINEER
I,
responsible for CONTRACTORS mama, mdhodv,
teelmigaen seam. a laecelmm of cansoro ioq a
the mfelyy pptreecauuaa and Ixr�ams AAM m theism or
fa mry ordure oC CONTRACTOR to comply wilh Lanz
AM Regulation applicable In the firmairing a
performam of Work. or for airy milme of
CONTRACTOR to perform or fumish Work in
acadanm with IFS Contract Docrmmm
14T. ENGINEER may refuse An mccomed the whole
amity part of enY TeYmentito, the ropmeara en, n
would be ircnnact m mvke the repremretion5 m
tUCDCoWERAbcotrolnota lmaB OamadlRm 29
MaiYOFmoxi COLYMNWIFtGnoespL6V nrsaW)
•
0
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Subsection 109.06 shall include the following:
(i) Asphalt Cement Cost Adjustments. Contract cost adjustments will be made to
reflect increases or decreases in the monthly average price of asphalt cement from
the average price for the month preceding the month in which bids were received
for the Contract. These cost adjustments are not a change to the contract unit
prices bid.
Cost adjustments will be based on the asphalt cement price index established by
the Department and calculated as shown in subsection 109.06(i) 2.D below. The
index will be the average for the month of the daily postings of the spot price per
barrel of Flint Hills Resources daily crude oil posting, as published on
http://www.fhr.com/refining/crude oil.aspx. The index from this source will be
converted to US Dollars using the currency converter at
http://finance.vahoo.com/currency; the posted price of Canadian Dollars per
cubic meter of WCS on fhr.com will be converted to US Dollars per cubic meter.
A conversion factor of 0.89 cubic meter per Ton will be used to convert the
posted price from cubic meter to tons. The converted daily prices and the
average index number for the month will be posted as soon as they are available
on the CDOT website at: .
http?//www coloradodot.info/business/designsupporUconstruction-
specifications/2011-Specs/aspha6-cement-cost-adiustment
2. Cost adjustments will be made on a monthly basis subject to the following
conditions:
A. Adjustment will be based on the pay quantities on the monthly partial pay
estimate for the following two pay items when measured by the ton and
asphalt cement is included in the pay items:
Item
Asphalt (Grading
cement cost
B. A cost adjustment will be made only when the asphalt cement price index
varies by more than 5 percent from the asphalt cement price index at the
•
Addendum 1 —7676 E Lincoln Ave & S Lemay Ave Improvements Page 4 of 6
•
0
OWNGR refmd to N pemglnph 14.5. HJOAIID2 may
alm refuse to mcommmd any wch payment a, baauw o[
sobaeyuently dUmvaed evidenw or the recalls of
w iomint reenamae kto c ¢eery es may be
peviouslY nxmnmeNE to such extent a may h
neaemery in MGEJEERs'pbden to Protect OWNER
fran loss besua.
14.7.1. do Work is dit ave, or mmpldod Work las
been dens aged rarybmg correction or raplecemem,
14.7.2. the Omihect Price has been rerWced by
W.U. Ameaiment a Charge Oder.
14.7.3. OWNER hoe bans nejeited m carat
akfatroe Work or complete Work to acmrdmim with
yaegaph 13.14. m
14.7.4. ENGINEER hoe actual knowledge of the
acaur.a of airryry ofthe evanm ammerated in
pam®nphs 13.2.I tlaauyr 15.2.4 iridmive.
OWNER may refux to make paymtla d do fall amaud
mm remended by ENGINEER Inaum.
147.5. damns have been mad. agaimt OWNER on
aaoum of CONTRACfOR'eparfamance or fimrddh ng
ofthe Werk,
14.7.6, Lien, have been filed in mnmelion with do
Work aer,pt where CONTRACTOR has delivered a
yceide Bad atidanmry to OWNER to acme dsc
atidactionand discharge ofauch Liam,
147.7, them emotherdamanddimOWNERmaact-
oRagaimt dU mnaunremmmede4 a
14.7.8. OWNER hen nquel knowledge of dre
cecmmme of orWry f dw evema ..led
paragraphs 14.7.11Fvough 14.73 or Taman* 15.2.1
through 15.2.4 inctusive.
but OWNER must give CONTRACTOR intmd'mU
wriaeri madee (with a copy to ENGINEER) war, the
ramm for wch action anti promptly pay CONTRACTOR
the amount w amhhel4 or any dJ mummt 11.4, egmel
0 by OWN®t ad CONTRACTOR, wins
CONTRACTOR aerate 0 OWNER. ati.frumun the
reaav far amen action
SSbvacdd civo pwaa:
14g When CONTRACTOR enmidms the entire Weak
m4r, fen in, innmdd sex CONTRACTOR Jwd omil4
ER veme a
G'�i F�I'.RSIS�Irq.(Hluaq:i
30 FACOCOhHI•AALWNDITIONS19104(1990DIIIW
W aTYOFF'ORT W W NSMWlFIMM0NSmJHV 4nM
considers the Work wbaantialty ampkU. EIVOWEER
will venue and deliver to OWNER a Unmtive artifian,
W be cempktol or
airy
ofUr
reasons , ENGINEER
u. ear
abjabas, EENGINEE men
campUU, mj &II..EER w
ivs execuk ad deliver to
wreideretion of any objatiom tram OWNER. Ar the
tuna of delivery of the Umwive omtifiak of Submamial
Canplden ENGINEER well hlwar to OWNER and
CONTRACTOR a written emac ation as to divixim
of roammibildice pending fual payment between
OWNER and CONTRACTOR with rc�at to seweiry,
apmm en, ealety, maintenance, heel aniiax, iemnmlx
and wenmsia and guammea. UNess OWNER aril
CONTRACTOR egra otherwise N writuugg and so inform
ENGRJE®t in wNmg prior to SNGINEERk i.irg the
ddrutive catifimU of SuMUntial Completion,
ENGINEERS dfomsewd mcommend mm will be binding
m OW NER and CONTRACTOR mail foal payment.
14.9. OWNER shall Iava the right to exclude
CONTRACTOR from die Wmk after IN dale of
Subatamisl Canpktion. but OWNER atoll allow
CONTRACTOR rescuable aoxa to emnben oromens
hams on the tamed'. lint
Pmtld It. azedoa
14.10, U. by OWNER a OWNERS option of any
aubee miolly <mipleud pan of the Work which'. (t) has
epeeil all hen idemdif in the Cmhazt Docommarm m
(A. )0 PNOTNE©t ad CONTRACTOR agree
mmlilm ea a sapamUly fanaimmg mat uabla part of the
Work that can be uad by OWNER for its mterdcd
purrypomme without nnifieten intedermee with
COIJTRACT0R's performance of do reamimim of the
Work, may be accan9Gahed per. to Subslamial
Complelionofegthe Work wbjmtlothef.11co ig:
14.10.1.000VNER m any time mayy ra aaa
CONTRACTOR in wrm, to permit 0 - W.
my wch IMrt ofthe Wak which OWNERImI was to
be ready for its Gamded new and suleamNally
amvvlae. If CONTRACTOR.,cars Yioteo pan of
die Wak is suWa nially complete, CONTRACTOR
will certify to OWNER ad ENGINEER dent such
ryinofde, Wmk is wNtan ialty pkU and"uaot
ENGINEER to roue a mnficem of Substantial
Con,laien for that pan of the Weak.
CONTRACfORnigaimamayyrm6fy OW`i 8Z 10 fumide each a release or recp in fug.
MIG)NEERvs wntmg lhlCONTRACTOR emuidem CONTRACTOR en, fumiih a Bond m o1NL mhinta d
any such pert of rim Wok seedy fit, its eradeded sex ad.fectoy to OWNER to udmu ify OWNER againstand m7alangmgy wmplae and,,met ENGINEER to any Lien Releasm or waivers of Ifni and the ardent of
issoe a oenifiwk of Sdawmal Completion for din rile v w finslies winning am to be, mheihd on
pert ofdn Work. Widen. wasnmble Iddidereither forms conformill inthe tams tof OWNE 'S
Mmine OWNLR CONTRACTOR and (gm}_bound'
EM ding md:e en inspection of that part of
the Work to detmnmc in stews of dmplaion If Fund Paymeal and,icapewee:
ENGINEER does teat consider that part afthe Work to
be substmusliy worylete, ENGINEER will notify 14.13 If. on the bass of ENGINEER. elimination of
OWNER and CONTRACTOR in writing giving the the Wok diming coatandian and find impaction, and
.thasefor. IFEI4GTNEERsdandemgmtwdof ENGEVRER's review ofthe 6.1 Anoliwtion for Pnvmne
the Wad: and U. division of rapoodany in rtapet
thereefard aaem therein.
14,102 Nosona ma mmfamwopaationofpml
of the Work will he eaompluhed Rio w wmpRmtte
with the realuhammte of Iam®aph 5,15 in defeat of
psopm err nsammc.
F.1 harem.
14A L Upon wneum nolce Ifom CONTRACTOR that the
entire Work or on egged Man. fl cred is danplew,
INGINEER wig make a fiwI with OWNER
and CONTRACTOR ad will wtl CONTRACTOR in
writing d ell pertidlms in which -a impmcdm ravc¢Is
Nd the Wok is mcanplew m dsfe da, CONTRACTOR
almll immediately take such measures as are woessary to
oomplete such work or remely such defisimmeg
Fad Application, for Payment
14,12, After CONTRACTOR has completed all soda
coin 6.0 is satisfaction of ENOfNEERaol delivered
in aocordmmce with the Cmo-wt Tanomeds all
ramegntarnt ord spending admission. Sasewles,
gummead. Bonds. ce fiesta oNn nidmd, of
dinars. inquired by pare�reph 54, dismissed of
inspection, markd.ap record da .ms (as provided in
1xamgmph6.19) and of documew, CONTRACTOR
may make sPvli.fi. fa fund payment following the
by: (i)all dmmcmetion csgml fm in the
bcumaoS and. bat not limited io the
N.a f denier os,2 by sutparegaph54.13.
of the suretyry, if any, 1. fired paem ym,and
to and lebmlly effeanc releexs a waivers
r to OWNER) deg liens misiag tat ofa filed
n wily t o Wart in lieu a each neleaus a
be fdaT and
property might in any way be repansible have bempsd m
ohnwim atiiefad 1f wry Subwdemor or Sapplim fsils
lotion fa payment udiests in writing
ilia' riardalid of payment and press t
e to OWNER for wvmeo. At don mine
In its proiwed of pde,,h 14.15, umnwes,
b'NGTNEER wig etam the Application to
CONTRACTOR. assuming in writing the mssnm I'm
sefnim, in tawtmmd fowl paymim, in which cam
CONTRACTOR ahall make the rleaesary aarectimo and
wouMeitdte Apphimion. Thinydayseflerpsesenmtionto
OWNER of the Appliwuon and ccanpmyinngg
doamtcastion, in appropriate form and!submnu an
tl
with ENCINEER's ....addition and rate of
awepmbifiry, the emdm moommerded by ENGINEER
will become due and will its paid by OWNER w
CONTRACTOR dined hi DunwifficIL17.6.2 of Nee
97fri'iCd'T1ii
to be held by OWNER for Work one
comecled is lea than the rdaminge
Agressent and if Bondy )tare been
psymem, except that it shag rm wmtdOw a wmvm 01
dims.
Wdvw ofC'bims:
14.15. T)wmakingaislecapwruoffinalpaymWwdl
on lihits
14.15.1a waiver of all ddms by OWNER spNe
CONTRACTOR ecept claims miring fide
umaded Lam, had &festive With appearing other
Elcocam+tiltN ODt MOM191080mlldnW 31
wl,M(PrMTLCY1MMMIMCAnoNSO VOrsme)
•
• foul uvpection Pumuant w pamorePh 14.11. from CONTRACTOR bon which era maed elsewlw 4; and
Nilurt w coymprylYscwith the Curaract IJoammla ar the finish the Work m OWf1ERRmeY axes eePedieM in such
GansC�NTRACTOR8s satin bl'edliom iudu �herONIRACTOR shag act he mrNlui to receive mry
the Cmhem lbcummis. era bakin-or r t1w Cmerem Primeaec6kiu Ifilitimpul
lama- nos
14.15.2.A waiver or all davr by CONTRACTOR
agates OWNER other than these raimally made in
wntrngandaWl lmrCWed.
ARTICLE I5 3USPENSION OF WORK AND
TERFDNATION
OWNER May 3uepand Wad:
15.1. At arty lima and without same. OWNER may
mspmd the Work or prtim thermffor a period of net
save Nan rdrcty deyyaa by .6. in wraim, to
CONTRACTOR and RNGNEER which will fin the dame
on which WA will be nu msi. CONTRACTOR alall
meson. the Wark on the die m fixed CONTRACTOR
anal[ Is, allows] an adjustment in the Contract Rice er an
occasion of the Cmuad Time, ar both directly,
attributable to airy such aonpvaim if CONTRACTOR
makvn an approved claim thvefv sw provided in
Articles ❑ cad 12.
OWNERMy Tmmdeme:
15.2. Upon the ovmrmce of any one or more of the
Mewing wmta:
15.2.1. SCONTRACTORIpersishrttlYRtilewperfmm
the Wok m aannlmcc witbh dw Camay Dents
(imWd'mg but rw limited to. failure to supply sutRdent
skiRml wakes ar suitable mammal, or eeryymmm or
failure, to a&. w the podrea schedule emablishcd
under paragmph29 as adjusted from time w time
ptvusntwpw®afh6.6).
15.22 if CONTRACTOR damomeds Laws or
Regulacau of any public body havbgjmiedimiom
152.3. if CONTRACTOR diaegurds the authority of
ENGINEER. or
15.2A if CONTRACTOR abstruse; vahmsa in flap
substantial way any Mr.. of the Cmbam
Deoumema:
OWNER may, after giviM CONTRACTOR (ad the
steely. if cry seven d wnhm miceand te de estout
permmed by laws mad ettatq terminate the sari.
efCONTRACTOR on
lure CONTRACTOR Imam des die
and Wee possession of the Work and of all
CONTRACTOR'a tool, appiamx cecrostro men
Mnml aral machiovy at the site mid rue the same to
full ear they could be ascot by CONTRACTOR
(without liability in CONTRACTOR for top. or
mnvemee), misestimate in the Wok all reasons ail
equipment stew[ at the son or for which OWNER bins yid
EICOCOgNHtAt, CONpTOM 19mJ (1990 games)
32 MUNOFFORT wwrbauxxitG90mft ,triune)
153, W ime CONTRACTOWit services have h. so
laminated by OWNER On lmminativm will not affect
any righte a rcmedi s of OWNER spirit
CONTRACTOR then m6aing or which may tlmeafter
rtcre. Any retention or payment of moneys due
CONTRACTOR by OWNER will not reline
CONTRACTOR fin Natality.
15.4, Upon xvcn da)3 written naive to
CONTRACTOR anal ENGINEER OWNER may,
mecly muse and wihout pmjudice w cry deer rigid a
remedyoe, CONTRACTOR
elect Ol aball the paid (wit 1n
such cave, CONTRACTOR shell he paid (without
duel icelian of any items).
15.4.1. forcomplowdandaccepable Wakezavwd
in accordance with me Cmtiaa Documents pna to
the eHeetiw date of wrmbmtiom including fair end
reasonable sums for werlaed and profr ce such
Work',
15A.1 fa expenses sustained prim to the aftective
date of termtration to performing M. and
Surethat labor, materiels or equipment is nttryircd
by the Costram Documents th connection with
uncompleted Work plus Rascal rrommble sums fins
werMad end profd on arch ceases,
15.4.3. for all claim, costs, loses ascot damage
incurred in uttlemmt of tummted comacts with
Sutmmmeta, Supplier and ahem, ail
15.4.4. for reasonable vipene n dbmdy attributable
teamnnam.
CONTRACTOR shell not be paid on aceoum cf Ions or
anticipated pngta a m or ale ecmasic Imo
ancingetil oforrmNitg from such iarminum
CONTRACTOR May gap Want or Tmebrah:
15.5. Mumosq;himactorksollfCONTIACTORtha
Work is suspended for a period of more then mwaty an mdays
by OWNER or undo da or court or other pubbc
amhwity, or ENGINEER fails road m my Application
for Payment within thnly days spar it u submitted or
OWNER fails f dary days te pay CO.ONTRACTOR cry
snn lolly ddmnimd m be due, then CONTRACTOR
may. upon seem clays' wtilkn notice b OWNER and
ENGINEER ad pawidW OWNER a ENGINIsEA no,
rem WY wch wspemion or Gilme widrm IMt rime,
krminak the Agcement and rcava from OWNER
ARTICLE 16—MSPME RESOLUTION
If and in tM eaamt Ihnt OWNER and CONTRACTOR
have slimed an the method and procedure for resolving
diapuks between than than may arise under this
Agrc mere, such dispute mmk6m method and procedure.
If snyy, shell he as set forth in EdubitGC-A, "Digmae
Rosel.6. AgeamenV. W ho modard bottomed mad. a
part haaf. If no meh Teemeilt en the method and
Ocadur. far raolvim smell cawtaa has been ranched
as eiRas my ogunw s, havc under Vre
te or by Laws or Reguladots in rasped
I.\'ti Y fM FYiLar— I f.. l P i
G trial, Nome.
I ].1. \Vluaeva ew provision N' the Odeemet
Docmnmts rcqutres dre giving of written nmkF it will be
deemed to Inv<been vptidly giver if delivered in Mims to
the individual or toot member ofthe Gam. a to an of es of
the au neramn for whom it ea uuended or ifdoliverW at is
cant by omsrad a cadfid mail, pMu m prepaid to the
lad burinsaddress known to the giverofthe rmtice.
171. Contoured. ofTimi�
17.11. When say, Mai W of time is refarrd to in IM
Command Documents by days, it will be comWted in
eselusk the firm and include the Ion day of such
period IC the lest day of myy ch pmW fells w e
SamrMy or Sunday a m a My made a legal Mods}y'
by lire kw oCgw tlppkcaNe Junsdfrioa such daY vrill
b armed from then ampmsrim.
1722. A cafndn..by mftwedy-foahwmmeswred
from mhhright b tire ram mldried will com1itute a
day.
Nodm ofCmh n'
173. Should OWNER or CONTRACTOR sift injury
a damage to person or pneMmy became, of any error.
drison m and of the other May or of any of the other
May's emplaraca in wider a others for whose none the
W., put, is le ally liable, do. will be mmf in wailing
to du other perrythin within. rmsamble ban of ire first
abswam< N such ir9ury or damage. The poviuona aIhs perngmph 17.3 droll rot he construed as a mhditme
for or a waiver of the provisions of any applicable assume
of limitations or rapm e.C.,niamrz Rrmedea,
17.4. The duties and bb ti.. unpaved by in.
Geurel Carditicas and the rights and remedies available
hemurdu b the pelves had, and, in pmkvlar but
without limitation, the onrmnfies, Summaries and
b OWNER end ENGINEER thereunder. eon I
to, and am not to be, construed in any way as a
will he as effective as
they apply .
Prefnsiowl Fes aunt Cart Comrindankd.
17.5. Wherever refe one us made in 'cleans, cods.
to. and rhmagee, it shop uslude in each case, but not
be I.AW W all fees and chergm of ergywens mchusets,
attorneys and other professionals and ell rnat or
mbllrafim m other dilute resolutim aster
176 Thn low the Slats Of IM I' o do to iris
Referenceums
e
ZIZI CoIsRWo Revved_.$I�If{}_[�1{$�.-].p-dQIJ
tM Cob'01 ha 1 d b d
Uw Wank b Las ewad oC rot Jjg�80 r>ermrt
((ggppyA� of cash Non cfss of labor m dw mveml
dessiLmimrs a died andyommm Ieher employed
on the mroieci Colorado leba mars uw am
IUJLbgIP Cd�akN of IM gkk ofs olasdo a� the
erldr..�Wm+ cal withwl t' t q,
ale. cr<ed eta mleion or sez
i]bZ [f a cldm is filaL OWNEA u rmyjlt�M
fw (CRS 38-2t:19'n to withhold Trots all mvmeNs to
GONt'RA TOR ,IDfigA hymilk to m d,e
pavmmt of ell cUbns fro labor makriota tam lure
mesa
aster r other OR or his
u+ed a emotional by CONIRAO'OR a his
PJCOOt)&mRN. WtabDONSmrai fraao6driml 33
rAOIYOFFORT WtLM19MOOIa1CAT10N3Ur6y<ROW)
Ca
•
7
tawcwwa�u. Wemnots wiox ovsoemwo
34 MattoFFORiwwN9MWNICgnoNY11f6V alloWj
•
(flue p,g kft bhA ilurnuanally.)
6%,'DCO6NE4N.W MOM19108(1990EJIfm)
35
•
•
36 BICDCOB�YCONgIlOtS 191P8(19Pofiafml
v an or Hoar ww re n�aouncnnora �axv �n wok
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
OWNER end CONTRACTOR hereby, ago foal
Ankle 16 of the General Conditiene of the Cauuuction
Cmo-aa brvem OWNER end CONTRACTOR m
Bmmldefl m VIcIUde a1E IOIIOW V$ 0$reemeN Of chin Fafllev'.
uder
All elaba% dopuma and other minas is
bmvan OWNER and CONTRACTOR add%
relatingg ro dote Cament Di ctimh on the broach
xape fa .Fauns which have them waived by if.
a accedence of fined aimed as nownled M
any
No demand far uo itrnion of.m claim, membe
matter that in aamimd to be rofemed in
R imaki yy for decision in Accordance with
9.11 eedl h mod. mml the mrlia of (a) the dam
tendered by ENGINEER Whom that date. No demand for
arbitration of my each claim, dispute a other matter will
be made later than tluM1y, days after the date on which
ENGINEER hot ordered a wnnun docisian in respect
thereof m accadana with paragraph 9A l: and Use War.
to &.. d mbi4etion wilhm Wd dmhly dayd peed will
..It in ENOINEER's de aisim being feral ad bbofelI
upon OWNER ail CONTRACTOR If ENGINEER
remlaa a decision after rubmaUa r pro:cma, laic been
mitut d, such decieon may be en ered as evidence but will
not w,mwde the arbicetion laccu,din,,, w omawhere we
decision is acceptable to the partite concerned No dement
for arbitration of any written decision of HNGfNEER
rendered in accodonce with paragon 9.10 will be made
law then ten days after the punym ' nmh demand hot
der w.W written curies of munition to epp-dl m pwvidd
In pemgnph 9.10,
Notice or the dammd for arbihation will
ma with the ache muty to the Ameement
any:
legal
or o
EIWCOflV6RAL CONOITIONs 19,0410 90 EElam)
MC 09'F0ATC01.UMMOOTFICATI0N9(a[V9991
16.4. F)caPt m provided in pomgoph 165 balder,
rim arbitration mining out of a relining in the Camrmt
Doaunenne "If ind dcby co mafi,etion,poidn' or in may
d}xr yy doer pemn or entity Iumluding
INGINEER, E9DZEL Comultant and ere ifacera,
WIMit s, . pea employe%9 or ce aaulmma of any of them)
who a nd a vadY tothin cw,en unlcm:
16.4.1, the incluaim of such other pawn cranny is
"Mmemy if complem ,.tier ie to he aQuded among
those who are already parties to theralentiam, and
16.4.2. math oher ornm or may, is suhaanoally,
bwotvd ice qucatico of law or fen which is common
to than who me elroady lmniaw to the orbitrobou and
whiehwill aria in such proomding%and
164.3the wrimn cmved of the other gaud a
many awash, to be included end of OWNER and
CONTRACTOR haw been amood for each inclusion,
which amml dell make specific reference to Uds
paragraph: but ro such an m chef continuum rnsm,
no arbitration of dry diapum rut apa ificaily dwaibud
in .each Colman a to mbitmticn with nay puny not
specifically identified in each contend,
16.5. Notwithstanding paragraph 164, if a claim,
bop to or We, manor in qu stion belwxn OWNER ad
CONTRACTOR awchca the Work of a Subcanlruclor,
title, OWNER or CONTRACTOR may jan each,
Subc nn Mesapartyrothanrbiaatimodwer OWNER
and CONTRACTOR harmMer CONTRACTOR alall
include to all aubmmracm required by pmegraph 6AI a
specific provision whereby the Suhmrrecta cormcnm to
hulne joind is an arbitration hareem OWNER mod
CONTRACTOR imoh, the Wad: of such
Sudantracar Nation, in tide Mragmph 16.5 tar in do
provision of such mbmrowt coneoung to joinder dull
come, airy claim, right or cause of man. in favor m'
Stibcommutor and Wool OWNER, ENGINEER or
1T'G W EER9 Camsulmna that dab rat OtEE, W lac arvwl.
166 The award rmdmed by the anbarabora will be
final, jmun ear may N coded claim 6 in any man having
jurisdiction dram[ and it will not be subject to
mdlficationorappenl.
167 OWNRR nd CONTRACTOR a ree flat ary
shall fuel submit any and ell umctdd cleimR
munteminlm% deputy and other meftem a qu c ion
between them ruming cut of or roldulg to the Conrad
Documm e, or the broach tlemof ('dapums ), In mediation
In, the American Arbivation AsaaMticn under the
Contraction hdushy Mediation Rules of tla American
A,binmm Asswim. prier to either of them imtiatmg
ageing the alas a domed far mbiwtim purmwnt to
raphe 16A though 16.6. udum delay in motiaWg
ntim would irrevocably paluclice arc of the panda
The respective Unity and den day time limits within which
to We a demad for attention ea Irovidd in plum oplss
16.2 and 163 above dug be a L, dd with Mapect to e
dorame eusemod in radiation within three creme
applicable time limits and dill mnain wWmded uNil rot
days afterthe termination of the mediation. The mdhttar
ofmmydia wmbmihdmmdiatkmudathe Agcemmmt
dell nd save as maaata of arch digmfe odes dharwac
elYccd
•
0
Ll
PJCDCOENBM1AL COMIIHON9 m" fl"OEdl )
WQ OF FMTCOUMMOOIFICRTIOIB( MQ
0
SECTION 00800
SUPPLEMENTARY CONDITIONS
E
• time of bid, and only for that portion of the variance in excess of 5 percent.
Cost adjustments may be either positive or negative dollar amounts.
C. Asphalt cement cost adjustments will not be made for any partial estimate
falling wholly after the expiration of contract time.
D. Adjustment formula:
EP greater than BP:
ACCA = (EP — 1.05 BP)(PA) (Q)
EP less than BP:
ACCA = (EP — 0.95 BP) (PA) (Q)
Where_:
BP = Average Asphalt Cement pr
to the calendar month in A ,
EP = Average Asphalt Cement price index for the calendar month prior
to the calendar month in which the partial estimate pay period
ends
• PA = Percent of the paving mixture that is asphalt cement. Asphalt
Cement content will be determined by the weighted average of all
asphalt cement content percentages obtained from the field
acceptance tests for that item (Use decimal in formula, e.g.:
0.05.). If Reclaimed Asphalt Pavement (RAP), Reclaimed Asphalt
Shingles (RAS), or both is used, the percent of Virgin Asphalt
Cement added to the mix will be determined by subtracting the
percent of asphalt cement in the RAP, RAS, or both from the
percent of asphalt cement in the mix as calculated from Revision
of Section 401, Reclaimed Asphalt Pavement and Revision of
Section 401 Reclaimed Asphalt Shingles.
Q = Increased pay quantity-fo aCl df)3"lfems show s- bve one'
•
monthly partial pay estimate in Tons. JM
Example: Bids are opened on July 16. The BP will be the average of the
daily postings for June 1 through June 30. For an estimate cut-off
date selected by the Contractor at the Pre -Construction
Conference of the 201" of the month a February estimate will
include HMA quantities measured from the 219t of January
through the 20t" of February, and the EP index used to calculate
Addendum 1 -7676 E Lincoln Ave & S Lemay Ave Improvements Page 5 of 6
• SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins
modifications) and other provisions of the Contract Documents as indicated below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph numbers of the
General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of
$1,000,000 combined single limits (CSL). This policy will include coverage
for Explosion, Collapse, and Underground coverage unless waived by the
Owner.
• 5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations coverage/product
liability coverage with limits of $1,000,000 combined single limits (CSL).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero 0 days lost due to abnormal
weather conditions.
0
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
•
•
•
n
U
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: E Lincoln Ave & S Lemay Ave Improvements
CONTRACTOR: Walsh Construction Inc.
PROJECT NUMBER: 7676
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 chance orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
Purchasing Agent over $30,000
cc: City Clerk Contractor Engineer
Project File Architect Purchasing
DATE:
DATE:
DATE:
DA
Dzzzm
zoowz
<020
}�xwm�/
)!
hi
-
.
!
!
r!
f
°
_
\
\
|a
-
\
2it«»
§
a®
!
\\
�\
)
\
{
\
0
k
!!
2
ƒz
Eof
§
fi
_
4g
;
<
$$
f
-
_
/
\
(
)
k
§\}
2 !
-
|)k
|
/
}
�
LA
0
•
•
J
�
C
U
a
0
d
m
N
(7
�°�o«
o o o o o 0000000000000000000000000
W
o ~ O » w 6 ici� �w 6 6 ow w ciC:; o� w �w w C56 ow ow w w 6 6 6 6
N
y
n
ou
C
1
!!
O
O
�
a
�000000000000000000000000000000
w
o000000000000000000000000000000
000000000000000000000000000000
3uoQ
2
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o o c
N
O O o 0 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0
6 6 6 6 6 6
o00000000000000000000000000000
6 6 6 6 6 6
r
Z
o`
3i E v m
w
UaM
y
�
a
a
�000000000000000000000000000000
0
a
0 0 0 0 0 0 0 0 0 0 0 0 0 0
°oc0000000000000000000000000000
d
6 6 6 6 6 6 6 6 6 6 6 6
Y y
Q i9 f9 fA f9 fA fA f9 t9 fA t9 fA fA k9 f9 w fA E9 ER t9 t9 t9 t9 t9 (A t9 fA fA fA l9 F9
O
>E> O N
UF-o
i
O
�000000000000000000000000000000
00000000006
E00000000000000000000000000c000
cs 666006666666666666
w w w w w w w w w w w w w w w w w w w w w w w w w w w wen(»
Q
r
� •c
a
N
C
C
Z
41
O
n¢
°
C
a
U
�
o
Z
n
O
o
U
�
a
m
a
m
E
Z
2
0
_
'm
0
a
w
W
O
a
y000000000000000000000000000000
00
¢
yv
o--000000000000000000000000000000
00
D_
°EF-10d000000dood6666666o66d6666cdoo
O,»e»d.
00
HW
ds e»ere»e»m`n e. e»fnMMMMMMMMMMMMMMMMM
(»»
w
`o
�
y
°
x
o
g
a
oo 0000000000000000000000000000
00
o000000000000000000000000000000
00
w
000000000000000000000000000000
00
Z O
p
O
O
O
�000000000000000000000000000000
00
W
a
�000000000000000000000000000000
00
O oS>>�
¢
m m
U
Uaa
�
O
a
a
¢
�000000000000000000000000000000
00
w
060o660000000oo6o6coo6000000000
000000000000000000000000000000
00
00
O
p
O
y C
U12°
O
�000000000000000000000000000000
00
00
o'000000000000000000000000000000
00000000000000000000000000000�0�
omom
�a
r
D
w
c�
J
O
UWW
K
O
(no
F
0
o
a0
~
O
w
a
F
O
�
a
m°«E
E
_
m
z
•
•
LL
� C O
W S L U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
O O O O O O O O O O O O O O O O O O O O O O O O O O O pp O O pp
Q OC~ a t9 df f9 f9 fA lA di f9 di difA fA difAl9 f9 f9 fA f9 fR E9 dl f9 f9 di Mfg t9 f9 f9 iR
a
•
0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
PROJECT AND
STANDARD SPECIAL
PROVISIONS
E. LINCOLN AVE. AND S. LEMAY AVE.
IMPROVEMENT PROJECT
•
Ll
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• PROJECT SPECIAL PROVISIONS
E. LINCOLN AVE AND S. LEMAY AVE IMPROVEMENT PROJECT
The Colorado Division of Transportation's 2011 Standard Specifications for Road and Bridge
Construction controls construction of this project. The following special provisions supplement or
modify the Standard Specifications and take precedence over the Standard Specifications and plans.
When specifications of special provisions contain both English units and S1 units, the English units
apply and are the specification requirement,
Other Technical Standards and Specifications that support this work are as follows in the order of
importance: Latimer County Urban Area Street Standards (LCUASS); Fort Collins Stormwater
Standards, and the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and
Highways" (MUTCD). These documents are not included in the contract documents, but may be
obtained at the appropriate City or District Departments. It shall be the Contractors responsibility to
purchase and familiarize themselves with all the standard specifications.
PROJECT SPECIAL PROVISIONS
Item
Page
Index Pages
2
Notice to Bidders
6
Commencement & Completion of Work
7
Revision of Section 101 - Definition of Terms
8
Revision of Section 102 — Bidding Requirements & Conditions -
10
• Revision of Section 105 - Control of Work
13
Revision of Section 107 — Performance of Safety Critical Work
14
Revision of Section 107 — Insurance
16
Revision of Section 108 — Prosecution and Progress
17
Revision of Section 202 - Removal of Trees, Shrubs and Stumps
22
Revision of Section 202 — Removal of Pipe
24
Revision of Section 202—Removal of Bollard
25
Revision of Section 202 — Removal of Pavement Markings
26
Revision of Section 202 — Removal of Concrete Irrigation Structure
27
Revision of Section 202 — Removal of Sidewalk
28
Revision of Section 202 — Removal of Curb & Gutter
29
Revision of Section 202 — Removal of Concrete Pavement
30
Revision of Section 202 - Removal of Asphalt Mat
31
Revision of Section 202 — Removal of Barricade
32
Revision of Section 203 — Proof Rolling
33
Revision of Section 207— Topsoil
34
Revision of Section 208 — Erosion Control
37
Revision of Section 209 — Watering and Dust Palliatives
38
Revision of Section 210 — Reset Ripmp
39
Revision of Section 210 — Reset Fire Hydrant
40
Revision of Section 211 — Dewatering
41
Revision of Section 212 — Seeding, Fertilizer, Soil Conditioner, and Sodding
43
Revision of Section 213 — Mulching
46
• Revision of Section 214—Planting
50
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
•
Revision of Section 306—Reconditioning
53
Revision of Section 601— Structural Concrete
54
Revision of Section 608 — Sidewalks and Bikeways
55
Revision of Section 608 — Concrete Curb Ramp
57
Revision of Section 609 — Curb and Gutter
59
Revision of Section 610—Median Cover Material
60
Revision of Section 623 — Irrigation Systems
61
Revision of Section 627—Pavement Marking
64
Revision of Section 630 — Construction Zone Traffic Control
65
Traffic Control Plan — General
66
Utilities
68
is
0
AC CA will be the average of the daily postings for January 1 •
through January 31 as established by CDOT)
E. Cost adjustment will not be made for the quantity of any item that is left in
place at no pay or for material removed and replaced at the Contractor's
expense.
F. Cost adjustments will not be made to items of work added to the Contract by
Change Order after the award of the Contract.
G. The asphalt cement cost adjustment will be the sum of the individual
adjustments for each of the pay items shown above. No adjustment will be
made for asphalt cement costs on items other than those shown above.
H. Asphalt cement cost adjustments resulting in an increased payment to the
Contractor will be paid for under the planned force account item: Asphalt
Cement Cost Adjustment. Asphalt cement cost adjustments resulting in a
decreased payment to the Contractor will be deducted from monies owed
the Contractor.
•
•
Addendum 1 — 7676 E Lincoln Ave & S Lemay Ave Improvements Page 6 of 6
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
•
STANDARD SPECIAL PROVISIONS
Item
Date No. of Paees
Revision of Section 103 - Escrow of Proposal Documentation
(May 5, 2011)
2
Revision of Section 105 - Disputes and Claims for Contract
(January 31, 2013)
31
Adjustments
Revision of Section 105 - Violation of Working Time Limitation
(February 3, 2011)
1
Revision of Section 106 - Certificates of Compliance and Certified
(February 3, 2011)
1
- Test Reports
Revision of Section 107 - Project Payrolls
(May 2, 2013)
1
Revision of Section 107 - Responsibility for Damage Claims,
(February 3, 2011)
1
Insurance Types, and Coverage Limits
Revision of Section 107 - Transfer of Stormwater Permit
(April 26, 2012)
1
to the Contractor
Revision of Section 108 -Critical Path Method
(August 19, 2011)
1
Revision of Section 108 - Liquidated Damages
(May 2, 2013)
1
Revision of Section 108 - Subletting of Contract
(January 31, 2013)
1
Revision of Section 109 - Compensation for Compensable Delays
(May 5, 2011)
1
Revision of Section 109- Fuel Cost Adjustment
(February 3, 2011)
2
Revision of Section 109 - Measurement of Quantities
(February 3, 2011)
I
Revision of Section 109-Measurement of Water
(January 6, 2012)
1
Revision of Section 109-Prompt Payment
(January 31, 2013)
1
Revision of Section 203, 206, 304, 613 - Compaction
(July 19, 2012)
2
Revision of Section206- Structure Backfill (Flow -Fitt)
(April 26,.2012)
2
Revision of Section 208- Erosion Log
(January 31, 2013)
1
Revision of Section 212 - Seed
(April 26, 2012)
1
Revision of Section 213 - Mulching
(January 31, 2013)
4
Revision of Section 250 - Environmental, Health and Safety
(July 19, 2012)
1
Management
Revision of Section 412-Portland Cement Concrete Pavement
(February 3, 2011)
1
Finishing
Revision of Section 212, 601, 711 - Liquid Membrane -Forming
(May 5, 2011)
1
Compounds for Curing Concrete
Revision of Section 601 -Concrete Batching
(February 3, 2011)
1
Revision of Section 601 - Concrete Finishing
(February 3, 2011)
1
Revision of Section 601 - Concrete Form and Falsework Removal
(July 28, 2011)
2
Revision of Section 601 - Concrete Slump Acceptance
(July 29, 2011)
1
Revision of Section 601 - Depositing Concrete Under Water
(May 2, 2013)
1
Revision of Section 601 - Fiber Reinforced Concrete
(May 2, 2013)
1
Revision of Section 603, 624, 705 - Drainage Pipe
(April 26, 2012)
2
Revision of Section 703 - Concrete Aggregate
(July 28, 2011)
1
Revision of Section 712 - Water for Mixing or Curing Concrete
(February 3, 2011)
1
Affirmative Action Requirements - Equal Employment Opportunity
(February 3, 2011)
10
Disadvantaged Business Enterprise - Definitions and Requirements
(February 3, 2011)
14
Minimum Wages Colorado, U.S. Department of Labor General
(January 4, 2013)
56
Decision Numbers C0130016 thin C0130024, Highway Construction
Statewide On the Job Training
(July 29, 2011)
3
Parmering Program
(February 3, 2011)
1
•
Required Contract Provisions - Federal -Aide Construction Contracts
(July 19, 2012)
14
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
PROJECT SPECIAL PROVISIONS
•
0
0
•
•
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
NOTICE TO BIDDERS
The proposal guaranty shall be certified check, cashier's check or bid bond in the amount of 5 percent of the
Contractor's total bid.
Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site
and plan details with an authorized City of Fort Collins representative. Prospective bidders shall contact the
following authorized City representatives at least 12 hours in advance of the time they wish to go over the project:
PROJECT MANAGER Rick Richter
Engineering Department
City of Fort Collins
281 North College Ave
Fort Collins, CO 80524
Office Phone: (970)221-6605
Email: rrichter@fcvov.com
PROJECT ENGINEER Tracy Dyer
Engineering Department
City of Fort Collins
281 North College Ave
Fort Collins, CO 80524
Office Phone: (970)222-0855
Email: tdver(a7fcaov.com
The above referenced individuals are the only representatives of the City of Fort Collins with authority to provide
any information, clarification, or interpretation regarding the plans, specifications, and any other contract
documents or requirements.
All questions shall be directed to the City of Fort Collins contacts listed above and must be submitted 7 full
business days prior to the bid opening. Final questions and answers will be posted no later than Tuesday morning
of bid opening week.
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
COMMENCEMENT AND COMPLETION OF WORK •
The Contractor shall commence work under the Contract on or before the 5th day following Contract execution or
the 20th day following the date of award, whichever comes later, unless such time for beginning the work is
changed by the Project Engineer in the "Notice to Proceed." The Contractor shall complete all work within 70
calendar days in accordance with the "Notice to Proceed."
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The Contractor's progress schedule may be a Bar Chart Schedule.
Salient features to be shown on the Contractor's Progress Schedule are:
(1) Mobilization
(2) Construction Surveying (By City Forces)
(3) Construction Traffic Control
(4) Erosion Control
(5) Removals and Adjustments
(6) Roadway Earthwork
(7) Simon Sewer Improvements
(8) Utility Stubs
(9) Utility Coordination and Relocations
(10) Curb, Gutter and Sidewalk
(11) Concrete Pavement
(12) Asphalt Pavement
(13) Seeding
(14) Landscaping Restoration
(15) Signing and Striping (By City Forces)
(16) Traffic Signals (By City Forces)
(17) Cleanup and punch list
•
0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 101
DEFINITIONS OF TERMS
Section 101 of the Standard Specifications is hereby revised for this project as follows:
Subsection 101.01, Abbreviations, line 25 is deleted and replaced with the following:
CDOT Colorado Department of Transportation or The City of Fort Collins, as applicable.
Subsection 101.10, CDOT Resident Engineer, is deleted and replaced with the following:
101.10 CDOT Resident Engineer. The City of Fort Collins acting either directly or through an authorized
representative, who is responsible for the project's engineering and administrative supervision.
In subsection 101.17, Contract, delete the first paragraph and replace with the following:
101.17 Contract. The written agreement between the City of Fort Collins and the Contractor setting forth the
obligations of the parties for the performance of work and the basis of payment.
Subsection 101.23, Contractor, is deleted and replaced with the following:
101.23 Contractor. The individual, firm, or corporation contracting with the City of Fort Collins for
performance of prescribed work.
Subsection 101.25, County, is deleted and replaced with the following:
101.25 County. The City of Fort Collins acting through its authorized representative. The City of Fort Collins
and City will be interchangeable in this Contract.
Subsection 101.28, Department, is deleted and replaced with the following:
101.28 Department The City of Fort Collins.
Subsection 101.29, Engineer, is deleted and replaced with the following:
101.29 Engineer. The City of Fort Collins acting directly or through an authorized representative, who is
responsible for engineering and administrative supervision of the projea. The terms Engineer, Project Engineer,
and Project Manager will be interchangeable in this contract.
Subsection 101.36, Holidays, is deleted and replaced with the following:
101.36 Holidays. Holidays recognized by the City of Fort Collins are:
New Year's Day
Dr. Martin Luther King, Jr.'s Birthday (observed)
President's Day
Memorial Day
Independence Day
Labor Day
Veteran's Day
0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 101
DEFINITIONS OF TERMS
Thanksgiving Day
Day after Thanksgiving
Christmas Day
When New Year's Day, Independence Day, or Christmas Day fall on a Sunday, the following Monday shall be
considered a holiday. When one of these days falls on a Saturday, the preceding Friday shall be considered a
holiday.
Subsection 101.39, Laboratory, is deleted and replaced with the following:
101.39 Laboratory. The testing laboratory designated by the City of Fort Collins or any other testing laboratory
that may be designated by the Engineer.
in subsection 101.48, Preconstmction Conference, delete CDOT and replace with City of Fort Collins.
Subsection 101.51, Project Engineer, is deleted and replaced with the following:
101.51 Project Engineer. The Engineer's duly authorized representative who may be a City employee or an
employee of a consulting engineer (consultant) under contract to the City of Fort Collins as defined below:
(a) The City of Fort Collins Project Engineer. The City of Fort Collins's duly authorized representative who
is in direct charge of the work and is responsible for the administration and satisfactory completion of the .
project under contract.
(b) Consultant Project Engineer. The consultant's employee under the responsible charge of the consultant's
Professional Engineer who is in direct charge of the work and is responsible for the administration and
satisfactory completion of the project. The Consultant Project Engineer's duties are delegated by the
Project Engineer in accordance with the scope of work in the consultant's contract with the City. The
Consultant Project Engineer is not authorized to sign or approve Contract Modification Orders.
Subsection 101.58, Region Transportation Director, is deleted.
In subsection 101.76, State, State shall mean The City of Fort Collins, Larimer County, Colorado where
applicable.
11
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 102
BIDDING REQUIREMENTS AND CONDITIONS
Section 102 of the Standard Specifications is revised as follows:
Subsection 102.04, Interpretation of Plans and Specifications, is deleted and replaced with the following:
102.041nterpretation of Plans and Specifications
Any change to proposal forms, plans, or specifications prior to the opening of proposals will be issued by the City
of Fort Collins by mail or email to all holders of proposal forms. Certain individuals are named in the project
specifications who have the authority to provide information, clarification or interpretation to bidders prior to
opening of proposals. Information obtained from persons other than those named individuals is invalid and shall
not be used for bidding purposes.
In Subsection 102.05, Examination of Plans, Specifications, Special Provisions, and Site of Work, the following is
included after the final (fifth) paragraph:
The project Construction Documents and supporting information will be available for review until the date set for
opening of bids at the following locations:
1. Online at the City of Fort Collins Buy speed Webpage, www.fceov.com/eymeu ment
2. City of Fort Collins Purchasing Department, 215 N Mason Street, 2"a Floor, Fort Collins, Colorado 80524
Subsections 102.06, Preparation of Proposal, and 102.07, Irregular Proposals, are deleted and replaced with the
following:
102.06 Preparation of Proposal
The bidder shall submit the proposal (bid) upon the farms furnished by the City of Fort Collins. The bidder shall
submit completed CDOT Forms 606 and 714 with their bid or the bid will be rejected. The bidder shall specify a
unit price for each pay item for which a quantity is given and shall also show the mathematical products of the
respective unit prices and the estimated quantities in the column provided for that purpose, together with the total
amount of the bid obtained by adding such mathematical products. All the entries shall be in ink or typewritten.
When the bid contains an alternative pay item, which has been approved by the City of Fort Collins, the choice of
that item by the bidder shall be indicated in accordance with the specifications for that particular item. No further
choices will be permitted.
The Contractor's bid must be signed in ink by an individual with legal authority to bind the Contractor. Such an
individual includes the owner of a sole proprietorship, one of more partner members of partnership, one or more
authorized members or officers of each firm representing a joint venture, the president or vice-president of a
corporation, or an authorized agent of the Contractor. Anyone signing as agent for a Contractor must file with the
City of Fort Collins written evidence of such authority.
(a) Proposal Guaranty. A proposal will not be read and will be rejected unless accompanied by a guaranty of the
character and in an meant not less than the amount indicated in the "INSTRUCTIONS TO BIDDERS"
statement, found in the Special Provisions portion of the bidding documents. If the proposal Guaranty is a bid
bond, the bid bond will be in the format presented in the proposal. No other wording will be accepted.
0 10
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 102
BIDDING REQUIREMENTS AND CON
(b) Delivery of Bids. Each bid shall be submitted separately in a sealed envelope to the City of Fort Collins by
mail, personal delivery, or messenger service at the location indicated in the invitation for bids. The envelope
shall be clearly labeled to identify it as a bid for the subject public project.
The sealed bid shall be addressed to:
City of Fort Collin Purchasing Division
215 N Mason Street, 2"" Floor
Fort Collins, Colorado 80524
All bids shall be filed at the place specified in the invitation for bids and prior to the time specified therein. Bids
received after the time for opening of bids will be returned to the Contractor unopened.
(c) Withdrawal of Bids Prior to Bid Opening. Prior to bid opening, a Contractor may withdraw or revise a bid
after it has been deposited with the City. Withdrawal of bids may be made either in writing or in person; however,
any bid withdrawn for the purpose of revision must be re -deposited before the time set forth for opening of bids in
the invitation for bids. A bid may not be withdrawn after the time set for opening of bids.
Before a bid may be withdrawn, proper identification and verification of the authority of the individual requesting
to withdraw shall be obtained. The fact of such withdrawal shall be documented, in writing, by the City.
(d) Receiving Bids. Sealed bids will be received by The City of Fort Collins at the place specified in the '
invitation for bids until the time and date specified in the invitation for bids. Bids most be submitted to The City
of Fort Collins in a manner that ensures that The City of Fort Collins receives a complete bid with original
signatures), including submission by U.S. mail, personal delivery, or messenger service. Bids submitted in a
manner that results in The City of Fort Collins receiving an incomplete bid, a bid without original signatme(s), or
a bid not in the approved form, including submission by telephone, facsimile machine, telegram or mailman, will
not be accepted or considered but will be rejected.
(e) Opening of Bids. Bids shall be opened and read publicly at the time and place specified in the invitation for
bids. Such opening shall be performed by an authorized employee of The City of Fort Collins in the presence of at
least one witness. Contractors, their authorized agents, and other interested parties we invited to be present.
(f) Rejection of Individual Bids. Individual bids may be rejected for any of the following reasons:
I . If the Contractor fails to submit completed CDOT Forms 606 and 714.
2. If the bid is on a form other than that prescribed by The City of Fort Collins, if the form is altered or any
part thereof is detached or if the form does not contain original signatures.
3. If there we unauthorized additions, conditional or alternate bids, or irregularities of any kind which may
tend to make the bid incomplete, indefinite, or ambiguous.
4. If the Contractor fails to acknowledge in the bid that it has received all addenda (if any) current on the
date of opening the bids.
5. If the bid does not contain a unit price for each pay item listed except in the case of authorized alternative
pay items, the mathematical products of the respective unit prices, and the estimated quantities, and the
total amount of the bid obtained by adding such mathematical products.
6. If the City of Fort Collins determines that any of the unit bid prices are materially unbalanced to the
potential detriment of The City of Fort Collins. There are two types of unbalanced bids: (1)
11 0
LINCOLN AND LEMAY IIAPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 102
BIDDING REQUIREMENTS AND CONDITIONS
mathematically unbalanced and, (2) materially unbalanced. The mathematically unbalanced bid is a bid
containing lump sum or unit pay items which do not reflect reasonable actual costs plus a reasonable
proportionate share of the bidder's anticipated profit, overhead costs, and other indirect costs, but not
necessarily to the detriment of The City of Fort Collins. These costs shall all relate to the performance of
the items in question. The materially unbalanced bid is a mathematically unbalanced bid which The City
of Fort Collins determines leaves reasonable doubt that award will result in the lowest ultimate cost to
The City of Fort Collins, or that award is in the public interest.
7. If the Contractor submitting the bid is affiliated with another contractor that has submitted a bid on the
same public project.
8. If the Contractor submitting the bid has been asked in writing to show why it should not be found in
default on a City of Fort Collins contract.
9. If the Contractor submitting the bid has had its prequalification by the Colorado Department of
Transportation and/or The City of Fort Collins revoked, or if the contractor submitting the bid is currently
under debarment or suspension by the Colorado Department of Transportation and/or The City of Fort
Collins.
The City of Fort Collins reserves the right to reject any or all bids, to waive technicalities, to further negotiate
price, scope of work, terms, and conditions with the successful bidder, or to advertise for new bids, if, in the
judgment of the City, the best interests of the City will be promoted thereby.
•
0 12
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.22 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution for any claims filed by the
contractor.
0
13 0
• CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1 - 00020-2
00100
Instruction to Bidders
00100-1 - 00100-9
00300
Bid Form
00300-1 - 00300-3
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1 - 00410-2
00420
Statements of Bidders Qualifications
00420-1 - 00420-3
00430
Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500
Agreement Forms
00500-1
00510
Notice of Award
00510-0
00520
Agreement
00520-1 - 00520-6
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 - 00610-2
00615
Payment Bond
00615-1 - 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
• 00650
Lien Waiver Release (Contractor)
00650-1 - 00650-2
00660
Consent of Surety 00660-1
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700
General Conditions
00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800
Supplementary Conditions
00800-1 - 00800-2
00900
Addenda, Modifications, and Payment
00900-1
00950
Contract Change Order
00950-1 - 00950-2
00960
Application for Payment
00960-1 - 00960-4
SPECIFICATIONS
n
f�
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
. REVISION OF SECTION 107
PERFORMANCE OF SAFETY CRITICAL WORK
Section 107 of the Standard Specifications is revised as follows:
Add subsection 107.061 immediately following subsection 107.06 as follows:
107.061 Performance of Safety Critical Work. The following work elements are considered safety critical
work for this project:
(I) Work requiring the use of cranes or other lifting equipment.
(2) Temporary works: falsework and shoring that exceeds 5 feet in height.
The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe
construction of each of the safety critical elements. When the specifications already require an erection plan or a
bridge removal plan, it shall be included as a part of this plan. The detailed construction plan shall be submitted
two weeks prior to the safety critical element conference described below. The construction plan shall be stamped
"Approved for Construction- and signed by the Contractor. The construction plan will not be approved by the
Engineer.
The Construction Plan shall include the following:
(1) Safety critical element(s) for which the plan is being prepared.
(2) Contractor or subcontractor responsible for the plan preparation and the work.
(3) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour
limitations.
(4) Temporary works required: falsework, bracing, shoring, etc.
(5) Additional actions that will be taken to ensure that the work will be performed safely.
(6) Names and qualifications of workers who will be in responsible charge of the work:
a. Years of experience performing similar work
b. Training taken in performing similar work
c. Certifications earned in performing similar work
(7) Names and qualifications of workers operating cranes or other lifting equipment
a. Years of experience performing similar work
b. Training taken in performing similar work
c. Certifications earned in performing similar work
(8) The construction plan shall address how the Contractor will handle contingencies such as:
a. Unplanned events (Storms, traffic accidents, etc.)
b. Structural elements that don't fit or line up
c. Replacement of workers who don't perform the work safely
d. Equipment failure
e. Other potential difficulties inherent in the type of work being performed
(9) Name and qualifications of Contractor's person designated to determine and notify the Engineer in
writing when it is safe to open a route to traffic after it has been closed for safety critical work.
(10) Bridge erection plan when submitted as required elsewhere by the specifications. Plan requirements
that overlap with above requirements may be submitted only once.
0 14
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 107 .
PERFORMANCE OF SAFETY CRITICAL WORK
A safety critical element conference shall be held two weeks prior to beginning construction on each safety
critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the Contractor's
Engineer shall attend the conference. Required pre -erection conference may be included as a part of this
conference.
After the safety critical element conference, and prior to beginning work on the safety critical element, the
Contractor shall submit a final construction plan to the Engineer for record purposes only. The Contractor's
Engineer shall sign and seat temporary works, such as falsework, shoring, etc., related to construction plans for
the safety critical elements, (1) Work requiring the use of cranes or other lifting equipment and (2) Temporary
Work. The final construction plan shall be stamped "Approved for Construction" and signed by the Contractor.
The Contractor shall perform safety critical work only when the Engineer is on the project site. The Contractor's
Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided
signed and sealed construction details. Unless otherwise directed or approved, the Contractor's Engineer need not
be on site during the actual performance of safety critical work, but shall be present to conduct inspection for
written approval of the safety critical work.
When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being performed
in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the
Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to
correct the unsafe process before the Engineer will authorize resumption of the work.
When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the
safety critical work in a manger that creates an unsafe situation for the public in accordance with subsection
108.05.
Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor
shall immediately cease operations on the safety critical element, except for performing any work necessary to
ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor
intends to modify the submitted plan, he shall submit a revised plan to the Engineer prior to resuming operations.
All costs associated with the preparation and implementation of each safety critical element construction plan will
not be measured and paid for separately, but shall be included in the work.
Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent
acts or to he a waiver of the Colorado Governmental immunity Act on behalf of the Department.
All costs associated with the preparation and implementation of each safety critical work element construction
plan and meeting will not be measured or paid for separately, but shall be included in the work.
15 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 107
INSURANCE
Section 107 of the Standard Specifications is revised as follows:
Subsection 107.18 is hereby revised as follows:
For this project all insurance certificates shall name The City of Fort Collins and the Colorado Department of
Transportation as an additionally insured party.
•
0
16
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 108 •
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is revised as follows:
Subsection 108.03, shall include the following:
Project Meetings
A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and
before the Notice to Proceed. The date, time and location will be determined after Notice of Award. The
conference shall be attended by:
1. Contractor and Contractor's Superintendent
a. Contractor shall designate/introduce Superintendent
b. At this time the Superintendent will be expected to show that he has sufficient knowledge
of the specifications and plans to orchestrate and coordinate the construction activities for
thisjob.
2. Contractor's Subcontractors
a. Contractor shall designate/introduce major Subcontractor's supervisors assigned to the
project.
3. Engineer
4. Owner
5. Others as required by the Contractor, City, or Engineer.
Unless previously submitted to the City, the Contractor shall bring m the conference a tentative schedule of the
construction project. Shop drawings and other submittals shall be included in the schedule. Any submittals •
requiring long lead times and therefore must be expedited shall be submitted at the pre -construction conference,
or as soon thereafter as possible.
The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters
requiring coordination will be discussed and procedures for handling such matters established. The agenda will
include:
1. Contractor's tentative Schedule
a. The Contractor shall submit a detailed project schedule showing milestones and the critical path
for the Lincoln and Lemay Improvement project. This schedule shall be agreed to by both the
City and the Contractor. It shall be made in writing and signed by both parties.
2. Permit applications and submittals, including Dewatering Permit, and Erosion and Sediment Control
Plan.
3. Transmittal, review and distribution of Contractor's submittals.
4. Processing application for payment.
5. Maintaining record documents.
6. Field decision and change orders.
7. Use of premises, office and storage areas, staging areas, security, housekeeping, and City's needs.
8. Proposed daily construction hours for the City's approval
9. Designation of access routes and parking.
10. Contractor's assignment of safety and first aid.
B. Construction Progress Meetings: Progress meetings will be conducted weekly or at some other frequency,
if approved by the City. These meetings shall be attended by the City, the Engineer, the Contractor's
representative and any others invited by these people.
17 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 108
PROSECUTION AND PROGRESS
The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the
minutes to all persons in attendance.
The agenda of these project meetings will include construction progress, the status of submittal reviews, and the
status of information requests, critical work sequencing, review of strategies for connections into existing
facilities, status of field orders and change orders, and any general business.
The Contractor will prepare a `two week look ahcad" schedule to facilitate coordination of work items.
The schedule shall be monitored closely during construction and may be updated by written agreement of the
parties as changes occur in the project progress. If the milestones are not met, the City may utilize the remedies
provided in the General Conditions as well as any other remedy provided by the Contract Documents in provided
by law or equity. The City may also assess liquidated damages as outline in Article 2, Section 3.2 of the
Agreement.
The Engineer or Engineer's Field Representative and Contractor shall agree to weekly quantities at the progress
meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall
be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project
pay estimates.
C. The Engineer may hold coordination conferences, in be attended by all parties involved, when the
• Contractor's operations affect or are affected by the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Engineer.
Construction Schedules
A. The Contractor shall prepare a detailed schedule of all construction operations and procurement after
review of tentative schedule by parties attending the pre -construction conference. This schedule will
show how the Contractor intends to meet the milestones set forth.
1. No work is to begin at the site until City's acceptance of the Construction Progress Schedule and
Report of delivery of equipment and materials.
B. Format and Submissions
1. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled
and actual progress.
2. Submit two copies of each schedule to City for review.
i. Owner will return one copy to Contractor with revisions suggested or necessary for
coordination of the Work with the needs of City or others.
ii. The Contractor will be required to submit a weekly progress schedule showing work to
be completed, labor, equipment, work hours and methods of construction for the
upcoming week. This schedule will be required every week during the weekly progress
meeting in a daily calendar format.
3. The schedule most show how the roadway and underground utilities work will be coordinated.
0 18
LINCOLN AND LEM" IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 108 .
PROSECUTION AND PROGRESS
C. Content
1. Construction Progress Schedule
i. Show the complete work sequence of construction by activity and location.
ii. Show changes to traffic control.
iii. Show project milestones.
2. Equipment, Materials and Submittals Schedule
i. Show delivery status of critical and major items of equipment and materials
ii. Include a critical path schedule for Shop Drawings, tests, land closures, and other
submittal requirements for equipment and materials.
D. City's Responsibility
1. City's review is only for the purpose of checking conformity with the Contract Documents and
assisting the Contractor in coordinating the Work with the needs of the Project.
2. It is not to be construed as relieving contractor from any responsibility to detemtine the means,
methods, techniques, sequences and procedures of construction.
Modifications to Time of Completion in the Approved Schedule
The date of beginning and the time for completion of the work are essential conditions of the Contract Documents
and the work embraced shall be commenced on a dated specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure fullcompletion within the contract •
time. It is expressly understood and agreed by and between the Contractor and the City that the contract time for
completion of the work described herein is a reasonable time, taking into consideration the climatic and other
factors prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the
proposal. The "Contract Time" anticipated "Normal" weather and climate conditions in and around the vicinity
of the Project site during the times of year that the construction will be carried out. Extensions of time based
upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were
"unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the
Contractor's work and thus required additional time to complete the work.
The following specifier the procedure for the determination of time extensions for unusually severe weather. The
listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based
upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of
the project.
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
7 4 4 4 6 3 4 2 3 3 2 5
The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion theregQ
weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the
19 •
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 108
PROSECUTION AND PROGRESS
contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the
work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through
Fridays (holidays accepted) unless an approved construction schedule or written authorization from the City
indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then
be compared to the monthly adverse weather schedule above.
An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay
work critical to the timely completion of the project, and be documented by the Contractor. The City
Representative observing the construction shall determine on a daily basis whether or not work can proceed or if
work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing
of any disagreement as to whether or not work can proceed on a given date, within 1 calendar days of that date.
The City will use the above written notification in determining the number of working days for which work was
delayed during each month.
At the end of each month, if the number of working days for which work was delayed due to adverse weather
exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time.
The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar
Days based on the contract completion day and date. The conversion assumes a 5-day work week, Mondays
through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays,
and then the method of conversion of workdays in calendar days would take this into consideration. The contract
time period will then be increased -by the number of calendar days calculated above and a new contract
• completion day and date will be set.
The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -dependent
activities.
While extension of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall
make no monetary compensation for any.costs to the Contractor arising out of such delays. The Contractor shall
comply with the portions of the Contract Documents relating to his project schedule and amendments thereto
which result from the "unusually severe" weather condition.
Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an
extension of time. Liquidated damages will be assessed as delineated elsewhere.
The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of
the work is due to the following, and the Contractor has promptly given written notice of such delay to the City or
Engineer.
1. To any preference, priority, or allocation order duly issued by the City.
2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor,
including but not restricted to, acts of God, or of the public enemy, acts of the City, acts of another
Contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions,
strikes, freight embargoes, and abnormal and unforeseeable weather as provided above.
3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above.
0 20
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on •
weekends or holidays without written approval from the Project Manager. Work requests beyond normal working
hours must be submitted to the Project Manager a minimum of (3) working days prior to the request date.
21
•
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 202
REMOVAL OF TREES, SHRUBS, AND STUMPS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.02 shall include the following:
This work includes the removal of trees along Lincoln Ave and the trees and shrubs in the median in Lemay as
designated on the plan or as directed by the Project Engineer. This work includes the preservation from injury or
defacement of all vegetation and objects designated to remain.
In conducting tree removal operations, all work shall be performed using methods and equipment in such a
manner so as to avoid and prevent damage to other plants (except minor damage to turf), properties, structures or
persons. The ANSI Z133.1 for Arboricultural Operations — Safety Requirements is the industry -developed
national consensus safety standard. ANSI Z133.I shall be referenced by the City Forester in interpreting this
specification.
For trees and shrubs indicated to be removed, the Contractor shall remove entire tree or shrub to permit
installation of new construction. Grind down tree stumps and remove roots larger than 3 inches in diameter,
obstructions, and debris to a depth of 18 inches below exposed subgrade. Remove entire shrub including roots.
Chip removed tree branches less than 15" diameter. Chippings and branches greater than 15" diameter shall be
removed from site and delivered to the City Wood Lot near. the Drake Water Reclamation Facility in Fort Collins,
• CO. Contact Del Bernhardt at dbembudt@fegov.com or 970-221-6306 three days prior to delivery.
Excavate remaining soil within median area, outside of the dripline of trees to be protected, to a depth of 42" to
allow for new topsoil as per Section 207. The removed material shall become the property of the Contractor and
shall be disposed of outside the project site legally.
Work shall be performed by a Fort Collins licensed arborist following City of Fort Collins Tree Management
Standards under the direction of the City Forester. Only companies that hold a current City of Fort Collins
Arborist License with the Pruning and Removal/Climbing category will be eligible to submit a valid bid.
Subsection 202.11 shall include the following:
Tree removals will be measured by the number of trees removed and accepted.
The removal of the existing stumps will be measured by the number of tree stumps removed and accepted.
Potholing will not be paid separately and shall be included in the cost for removal of tree or tree stump.
Subsection 202.12 shall include the following:
Pay Item Pay Unit
Removal of Tree Each
Removal of Median Tree Each
Removal of Median Shrubs and Topsoil Cubic Yard
9 22
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
Removal of Tree Stump Each •
All clearing and grubbing directed by the Engineer will be paid for as lump sum under the clearing and grubbing
item.
•
23
SECTION 00020
INVITATION TO BID
•
•
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 202
REMOVAL OF PIPE
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing pipe within the project limits as shown on the plans or at
locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The removed pipe shall become the property of the Contractor and shall be disposed of outside the project site
legally.
Subsection 202. 11 shall include the following:
The removal of the existing pipe will be measured by the linear foot of concrete pipe removed, and accepted.
Excavation and back511ing will not be paid separately and shall be included in the cost for removal of pipe.
Subsection 202.12 shall include the following:
• Payment will be made under:
Pay Item Pay Unit
Removal of pipe Linear Foot
Work shall include all material, equipment, labor, and disposal of materials required to complete the work.
0 24
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 202 .
REMOVAL OF BOLLARD
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing bollards located around the existing fire hydrant that will be
reset. This work also includes removal of any subsurface concrete/foundation related material associated with the
bollards.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The removed bollards shall become the property of the Contractor and shall be disposed of outside the project site
legally.
Subsection 202.11 shall include the following:
The removal of the existing bollards will be measured by eacb bollard removed.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of bollard Each
Work shall include all material, equipment, labor, and disposal of materials required to complete the work.
25 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 202
REMOVAL OF PAVEMENT MARKINGS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal of existing and temporary pavement markings to the satisfaction of the Engineer.
Subsection 202.05 shall include the following:
The method of pavement marking removal shall be an alternative that does not involve grinding the existing
surface. Options include, but are not limited to, hydro wash / solution recovery and bead blasting.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Pavement Markings Lump Sum
Work shall include all material, equipment, and labor required to complete the work.
•
40
26
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 202 •
REMOVAL OF CONCRETE IRRIGATION STRUCTURES
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes the removal and disposal of existing concrete irrigation structures as shown in the plans or at
locations directed by the Engineer. Any other concrete liner, headwall/culvert related items found in the Coy
Ditch shall be removed and be included in this work.
Subsection 202.02 shall include the following:
The existing concrete irrigation structures shall be removed in a manner that minimizes contamination of the
removed concrete with underlying material. The removed concrete shall become property of the Connector and
shall be disposed of outside the project site legally. The Contractor may dispose the removed concrete at the City
of Fort Collins crushing facility at:
1380 Hoffman M01 Road
Fort Collins, Colorado
(970) 482-1249
It is the responsibility of the Contractor to be Familiar with acceptable disposal specifications of the City crashing
facility. - -
•
Subsection 202.11 shall include the following:
The removal of the existing concrete irrigation structure will be measured by the number of structures removed
and accepted.
Subsection 202.12 shall include the following:
Pay Item Pay Unit
Removal of Concrete Irrigation Structures Lump Sum
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
27 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 202
REMOVAL OF SIDEWALK
Section 202 of the Standard Specifications is hereby revised for this project as follows
Subsection 202.01 shall include the following:
This work includes the removal and disposal of existing sidewalk as shown in the plans or at locations directed by
the Engineer.
Subsection 202.02 shall include the following:
The existing sidewalk (6 inches thick) shall be removed in a manner that minimizes contamination of the removed
sidewalk with underlying material. The removed concrete shall become property of the Contractor and shall be
disposed of outside the project site legally. The Contractor may dispose the removed concrete at the City of Fort
Collins crushing facility at:
1380 Hoffman M01 Road
Fort Collins, Colorado
(970) 482-1249
It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing
facility.
• Subsection 202.11 shall include the following:
The removal of the existing sidewalk will be measured by the square yard of sidewalk removed to the required
depth, and accepted.
Sawcutting will not be paid for separately and shall be included in the cost for removal of concrete sidewalk.
Subsection 202.12 shall include the following:
Pay Item Pay Unit
Removal of Concrete Sidewalk Square Yard
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
0
28
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 202 •
REMOVAL OF CURB AND GUTTER
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing curb within the project limits as shown on the plans or at
locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The removed concrete shall become property of the Contractor and shall be disposed of outside the project site
legally. The Contractor may dispose the removed concrete at the City of Fort Collins crushing facility at:
1380 Hoffman Mill Road
Fort Collins, Colorado
(970)482-1249
It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing
facility.
Subsection 202.11 shall include the following:
The removal of the existing curb will be measured by the linear foot of curb removed, and accepted. .
Sawcutting will not be paid separately and shall be included in the cost for removal of curb.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Curb and Gutter Linear Foot
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
29 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 202
REMOVAL OF CONCRETE PAVEMENT
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing concrete pavement within the project limits as shown on the
plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing concrete pavement (10 inches thick) shall be removed in a manner that minimizes contamination of
the removed pavement with underlying material. The removed concrete shall become property of the Contractor
and shall be disposed of outside the project site legally. The Contractor may dispose the removed concrete at the
City of Fort Collins crushing facility at:
1380 Hoffman M01 Road
Fort Collins, Colorado
(970)482-1249
It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing
facility.
Subsection 202.11 shall include the following:
• The removal of the existing concrete pavement will be measured by the square yard of pavement removed to the
required depth, and accepted.
Location of sawcutting shall be as directly by the Engineer. Sawcutting will not be paid separately and shall be
included in -the cost for removal of concrete pavement.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Concrete Pavement Square Yard
0 30
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 202
REMOVAL OF ASPHALT MAT
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or
at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed asphalt with
underlying material. The removed mat shall become the property of the City and be disposed of by any one or
more of the following described methods:
1. Place material in bottom of fills as approved by the Engineer.
2. Haul offsite to City of Fort Collins crushing facility at:
1380 Hoffman Mill Road
Fort Collins, Colorado
(970) 482.1249
•
It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City crushing
facility. •
Subsection 202.11 shall include the following:
The removal of the existing asphalt mat will be measured by the square yard of mat removed to the required
depth, and accepted,
Location of sawcutting shall be as directed by the Engineer. Sawcutting will not be paid separately and shall be
included in the cost for removal of asphalt mat.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit -
Removal of Asphalt Mat Square Yard
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
31 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 202
REMOVAL OF BARRICADE
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.02 shall include the following:
This work includes the removal of existing roadway barricade as shown on the plans. The barricade shall be
turned over to the City of Fort Collins traffic department. Coordinate with the Project Engineer:
Subsection 202.11 shall include the following:
The removal of existing barricade will be measured by each barricade removed, and shall include the cost to haul
item to:
City of Fort Collins Traffic Operations Facility
626 Linden Street
Fort Collins, CO 80521
Subsection 202.12 shall include the following:
Pay Item Pay Unit
Removal of Barricade Each
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
•
0
32
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 203 •
PROOF ROLLING
Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.13(f) delete and replace with the following:
Proof rolling will not be measured but shall be incidental to the work.
Subsection 203.14 shall include the following:
Proof rolling will not be measured and paid for separately, but shall be included in the work.
33 0
10
SECTION 00020
INVITATION TO BID
Date: July 23, 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 August 14, 2014, for the E Lincoln
Ave & S Lemay Ave Improvements; BID NO. 7676. 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 7676. The Work consists of the
construction of two, dedicated left turn lanes on Lemay Avenue. One at Magnolia NB and one
—1000' north of Magnolia / Lemay NB, just south of the Back Porch Restaurant. A second left
turn SB on Lemay to EB Mulberry will be added. Lincoln Avenue will be widened to
accommodate a center reversible turn lane along with a pedestrian path and a dedicated right
turn lane into the Woodward Technology Center. More specifically, the project includes:
removals as defined in the plans, embankment, erosion control, water and sewer main stubs,
stormwater pipe installation, concrete curb and gutter, full depth asphalt pavement, median /
parkway irrigation and plantings, concrete sidewalks and traffic control. Permanent signage,
permanent striping and construction staking will be completed by the City of Fort Collins.
. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins,
215 North Mason St., 2nd floor, Fort Collins, Colorado 80524.
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 2:00 PM, on August 4, in the Training Room (Conference Room 2E) at 215 N
Mason Street, Fort Collins.
Prospective Bidders are invited to present their questions relative to this Bid proposal at this
meeting.
The Contract Documents and Construction Drawings may be examined online at:
• City of Fort Collins BuySpeed: hftos://www.fcoov.com/eorocurement
Bids will be received as set forth in the Bidding Documents.
The Work is expected to be commenced within the time as required by Section 2.3 of General
Conditions. Substantial Completion of the Work is required as specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond
guaranteeing faithful performance and the payment of all bills and obligations arising from the
performance of the Contract.
0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 207
TOPSOIL
Section 207 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 207.02
Wetland topsoil is not required.
Two (2) "types" of topsoil for this project shall be provided as follows:
A. Median Topsoil — Pre -amended soil with 4 cu. yds. compost
B. Tree Lawn Topsoil - Pre -amended soil with 3 cu. yds. compost
Topsoil - Pre -amended topsoil shall have the following characteristics:
A. Imported topsoil or manufactured topsoil from off -site sources.
1. Additional Properties of Imported or Manufactured Topsoil: Screened and free of stones one inch
(I") 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 weeds and invasive plants
including quack grass, Johnson grass, poison ivy, nutsedge, nimblewill, Canada thistle, bindweed,
bent grass, wild garlic, ground ivy, perennial sorrel, and brome grass; not infested with
nematodes, grubs, other pests, pest eggs, or other undesirable organisms and disease -causing
plant pathogens; fiiable and with sufficient structure to give good filth 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 afield capacity of at least fifteen (15)
percent on a dry weight basis.
B. Samples for Verification:
1. Soil Analysis: Submit copies of proposed topsoil test results from Colorado State University
Soils Laboratory or other approved, accepted, accredited testing agency. Submit copies of cover
letter / results with recommendations for supplemental fertilizer applications prior to planting.
Topsoil shall be amended with fertilizers, as required, by crop type, in accordance with laboratory Soil
Analysis Report to provide satisfactory amended topsoil for planting. See Section 212.
Ten (10) days before notice to proceed, Contractor shall submit a weed mitigation plan to the Engineer for
approval. This plan shall include a graphic time line showing milestone and completion dates of herbicide
treatment, topsoil stockpiling and topsoil spreading time lines.
0 34
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 207 •
TOPSOIL
Soil Conditioner (Compost)
Topsoil shall be amended with Class 1 Compost meeting the specifications and guidelines established by the
Rocky Mountain Organics Council. Incorporate compost at the rate indicated for each topsoil type as specified
above.
CONSTRUCTION REQUIREMENTS
Subsection 207.03
Salvaging existing topsoil is not anticipated.
Topsoil Materials and Depths:
A. Median Topsoil — Shall be placed at locations over the new subgrade to a minimum depth as described
on the drawings.
B. Tree Lawn Topsoil - Shall be placed at locations over the new subgrade to a minimum depth of 6".
Soil and Finished Grade Preparation
C. Sub -grades: Loosen sub -grade to a minimum depth of: •
1. Tree Lawn Topsoil - Twelve -inches (12") overall (6" of existing subgrade and 6" of new, pre -
amended topsoil). Remove stones and clods larger than one -inch (1") in any dimension and
sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's
property. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil,
has re -compacted subsoil. Engineer shall be notified if this cannot occur due to existing
conditions.
D. Finish / Fine Grading: Grade disturbed planting areas 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.
1. Reduce elevation of planting soil to allow for soil thickness of sod
2. In seeded areas, reduce elevation of finished surface to V/" below the adjacent pavement / curb
elevation.
E. Moisten prepared tree lawn areas before planting if soil is dry. Water thoroughly and allow surface to
dry before planting. Do not create muddy soil.
F. Before planting, restore areas if eroded or otherwise disturbed after finish grading.
35 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
SREVISION OF SECTION 207
TOPSOIL
•
METHOD OF MEASUREMENT
Subsection 207.04 - Revise to include the following:
Delete these six (6) paragraphs of the specification.
Topsoil will be paid by collecting load tickets of pre -amended topsoil delivered to the site for each of the pay
items listed below.
BASIS OF PAYMENT
Subsection 207.05: The accepted quantities measured as provided above will be paid for at the contract unit price
for each of the pay items listed below that appear in the bid schedule.
Payment will be made under:
Pay Item:
Pay Unit
Median Topsoil Cubic Yard
Tree Lawn Topsoil Cubic Yazd
Lincoln Ave Parkway Topsoil Cubic Yard
Payment for topsoil shall include soil loosening and all soil amendments required to produce satisfactory soil
for planting.
36
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Section 208.01 of the Standard Specifications is hereby revised for this project to include the following:
Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to
surrounding properties or facilities (either on site or off site) related to erosion caused by construction of this
project, will he the sole responsibility of the Contractor.
Subsection 208.05 shall include the following:
Erosion Log (Wattles) shall be installed in accordance with detail in the plan set.
Storm drain inlet protection shall be installed in accordance with the details in the plan set labeled IP-1.
It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of
construction debris.
The Contractor will acquire and at all times be in compliance with the Colorado Stormwater Discharge Permit
(CUPS) and the Stormwater Management Permit (SWMP) associated with construction activity.
Section 208.07 shall be deleted and replaced with the following:
All erosion control measures identified in the Contract and as directed by the Project Manager will be paid for by
Lump Sum. The unit cost price bid will be full compensation for all work required to complete the item.
The Erosion Control Supervisor hours will be included in the Lump Sum price.
All items related to the CUPS and SWMP (preparation, implementation, etc.) will be included in the Lump Sam
price.
Excavation required for removal of accumulated sediment from traps, basins, areas adjacent to silt fences and
erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be
considered incidental to the work. Street sweeping will not be measured but shall be incidental to the work.
Subsection 208.08 shall include the following:
Pay Item Pay Unit
Erosion Control Lump Sum
Street sweeping will not be measured and paid for separately, but shall be included in the work as directed by the
Project Engineer. The travel time for the Erosion Control Supervisor shall be considered incidental to the work.
0
37 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 209
WATERING AND DUST PALLIATIVES
Section 209 of the Standard Specifications is hereby revised for this project as follows:
Subsection 209,07, replace this subsection in its entirety with "Dust Palliatives (water) will not be paid for
separately but shall be included in the work."
In subsection 209.08, delete the second paragraph.
•
0 38
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 210
RESET RIPRAP
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.02 shall include the following:
Reset Riptap consists of removing the existing riprap at the existing culvert under the clubhouse driveway,
stockpiling in approved location on site, and relaying within the areas designated on the plans or at locations
directed by the Engineer.
Subsection 210.12 shall include the following:
Relay Riprap will be measured by the actual cubic yards and shall include all work and materials necessary to
remove items from their existing location, stockpile, and relay at the new location and according to plan.
Subsection 210.13 shall include the following:
Pay Item Pay Unit
Reset Riprap Cubic Yards
Work shall include all material, equipment, labor, and dewatering to complete the work, including
excavating and backfilling.
39 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 210
RESET FIRE HYDRANT
Section 210 of the Standard Specifications is hereby revised for this project m follows
Subsection 210.02 shall include the following:
Reset fire hydrant consists of removing the existing fire hydrant assembly and installing a new fire hydrant
assembly at the location shown on the plans according to the requirements of the current Fort Collins Standard
Construction Specifications. The Contractor shall cooperate and coordinate with the Fort Collins Utilities when
shutting off water to minimize downtime to customers.
Subsection 210.13 shall include the following:
Pay Item Pay Unit
Reset Fire Hydrant Each
Work shall include all material, equipment, labor, and dewatering to complete the work, including excavating and
backfilling.
i
0 40
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 211
DEWATERING
Section 211 is hereby added to the Standard Specifications for this project as follows:
DESCRIPTION
211.01 This work consists of dewatering to facilitate construction activities.
CONSTRUCTION REQUIREMENTS
211.02 The Contractor is advised that groundwater within the project limits may require dewatering. The
Contractor is advised to limit pumping of groundwater in all project excavations, by careful scheduling,
expediting the work and use of conscientious construction methods. The Contractor shall conform to all
applicable State and City of Fort Collins requirements.
Permitting, removal, sample collection, analytical testing, containerization, transportation, and disposal or
treatment of all contaminated groundwater will be in accordance with Section 107.25 Water Quality Control and
as described in Section 250 Environmental, Health and Safety Management.
The Contractor shall:
•
(1) Minimize the disturbance of contaminated groundwater by avoidance.
(2) Limit intrusion of groundwater into excavations.
The Contractor shall obtain the appropriate Colorado Discharge Permit System (COPS) general permit for i
management of groundwater from CDPHE Water Quality Control Division, as determined necessary. A
completed apolication must be submitted to CDPHE at least four weeks prior to dewatering operations
The Contractor shall measure the rate of groundwater discharge timing the dewatering using an inhne flow device
capable of measuring slow rates with an accuracy of plus or minus five (5) gallons per minute . The Contractor
shall record the rate of discharge daily and shall submit a discharge report to the Engineer weekly or as approved
by the Engineer.
The Contractor shall submit a Dewatering Plan to the Engineer at least four (4) weeks prior to the proposed start
of dewatering operations. This Plan shall detail the Contractor's method of dewatering for all major excavations
including caisson construction. The Dewatering Plan shall be stamped "Approved for Construction" and signed by
the Contractor. The Dewatering Plan will not be approved by the Engineer.
The Engineer will review the Dewatering Plan and issue a written acceptance letter or request for changes within
two (2) weeks of receiving the Plan. If changes are requested the Contractor shall update the Plan and resubmit it
to the Engineer within one (I) week after receiving the request for changes.
The Engineer's written acceptance of the Dewatering Plan is required before construction.
41 •
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 211
DEWATERING
The Dewatering Plan shall provide complete details of the Contractor's method for construction dewatering
including:
(1) Copies of all permits required for dewatering, treatment of and (or) disposing of water.
(2) If applicable, copies of agreements for disposing of water in storm sewers, sanitary sewers etc.
(3) Method and details for minimizing dewatering in excavations and during caisson construction.
(4) Method of measuring ground water discharge.
(5) Equipment descriptions including size, number, type, capacity, and location of equipment during
dewatering operations.
(6) Methods of testing groundwater to determine appropriate disposal.
(7) Detailed methods for disposal of water.
(8) If applicable, name of facility where contaminated water is to be delivered to.
Jb7 M0917:\ lurl U0
211.03 Payment for all work for Dewatering including preparation of the Dewatering Plan and all work for
Section 250 will not he measured and paid for separately but shall be included in the work.
Permitting, removal, sample collection, analytical testing, containerization, transportation, and disposal or
treatment of all contaminated groundwater will not be paid for separately but shall be included in the work .
0 Payment will be made under:
Pay Item
Dewatering
0 42
Pay Unit
Lump Sum
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 212 •
SEEDING, FERTILIZING, SOIL CONDITIONER AND SODDING
Section 212 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 212.02
Seed, Soil Conditioners, Fertilizers and Sod.
Replace "Species shall be as shown on the plans" (c) — Sod, with the following:
Turfgrass Sod: Certified Approved Number 1 Quality/Premium, including limitations on thatch, weeds,
diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its
"Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and
texture, strongly rooted, and capable of vigorous growth and development when planted.
Turfgmss Species: Sod of grass species as follows, with not less than 85 percent germination, not less
than 95 percent pure seed, and not more than 0.5 percent weed seed:
Type: Proportioned by weight as follows:
10 percent Kentucky bluegrass (Pon pratensis), a minimum of three drought resistant cultivars
90 percent improved dwarf type tall fescue (Festuca amndinteca), containing equal amounts of a
minimum of three and a maximum of five of the following varieties: Monarch, El Dorado, Rebel Jr,
Crew Cut, SR8200.
Add the following seed type (a) Seed as follows:
"Seed Mix A"
20% Bouteloua cunipendula— Sidecars gmma
20% Bouteloua dactyloides - Buffalograss
20% Bouteloua gmcilis — Blue grama
20% Sporobolus cryptandrus — Sand Dropseed
20% Koeleria macrantha - Prairie Junegmss
Seed at the rate of 5 lbs. / 1,000 sq.fl.
CONSTRUCTION REQUIREMENTS
Subsection 212.04
Lawn Grass Seeding. Bluegrass seeding is not a part of the project. Delete this section from
the specifications.
43 0
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening i
Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities and
irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the
form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision -
making authority concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
City of Fort Collins
Gerry S. Paul
Directorof Purchasing & Risk Management
•
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 212
SEEDING, FERTILIZING, SOIL CONDITIONER AND SODDING
Subsection 212.05
Sodding, (c) Fertilizing and Soil Conditioning.
Soil Conditioning - Soil conditioners (compost) was added to the pre -amended topsoil as described in Section
207. Additional / supplemental compost is not required as pan of this Section.
Fertilizing - Contractor to use the following placeholder types and quantities for the establishment of bid pricing
only.
Nitrogen (N)
35 lbs. / acre
Phosphorous (P)
40 lbs. / acre
Potassium (K)
300 lbs. / acre
Calcium (Ca)
2,0001bs. / acre
Magnesium (Mg)
600 lbs. / acre
Once the project has been awarded, the landscape contractor shall collect soils samples and forward to an
independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to
conduct the testing indicated and that specializes in types of tests to be performed.
Pre -Amended Topsoil Analysis: Laboratory shall 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 pre -amended topsoil.
Laboratory shall provide a report / recommendation of the suitability of the topsoil for tree lawn (sod) growth.
State -recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added
to produce satisfactory topsoil.
Landscape Contractor shall compare bid placeholder quantities and pricing with the laboratory
recommendations and associated pricing. Forward this information to the Engineer for evaluation and bid
pricing will be adjusted as necessary / needed.
Examination. Verify rough grading is within one -tenth of a foot. Verify site is free from obstructions, objects, or
structures that are not a part of the final site construction. Verify major drainages are completed and in place. Do
not start work until the site is acceptable. Once landscape grading has commenced, the Landscape Contractor
shall be responsible for bringing all grading to final line and grade and creating positive drainage.
Clearing. Prior to any soil preparation, existing vegetation not to remain and which might interfere with the
specified soil preparation shall be mowed, grubbed, raked, and the debris removed from the site. Prior to or
during grading or tillage operations the ground surface shall be cleared of materials which might hinder final
operations.
Soil Preparation and Finish Grading. Protection - Field locate all buried cables, wires, elceMcal service, irrigation
lines and any other subsurface element that may be damaged during ripping operations. Stake and/or paint
locations with an easily visible system that will enable equipment operators to avoid damaging buried utilities.
0 44
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
•
REVISION OF SECTION 212
SEEDING, FERTILIZING, SOH. CONDITIONER AND SODDING
Roundup (glyphosatc) Application. Apply to areas to be seeded a minimum of two (2) weeks after topsoil has
been distributed. Apply Roundup only when weeds are growing vigorously. Apply at manufacturers maximum
recommended rate.
Subsection 212.06
Native Seeding. Delete (b) Fertilizing and Soil Conditioning from the specification. Fertilizer and composting of
native seed areas is not required. Hydromulching will be required. See Section 213.
METHOD OF MEASUREMENT
Subsection 212.07
Delete paragraph 3. from the specifications. Soil conditioning is not required here, as it has been included in
Section 207 — Topsoil, and pre -blended as part of the imported topsoil work.
BASIS OF PAYMENT
Subsection 212.08
Delete "Lawn Seeding" from the payment schedule.
Delete "Soil Conditioning" from the payment schedule.
•
Herbicide (Round Up application) will not be measured and paid for separately but shall be included in the work.
45 is
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 213
MULCHING
Section 213 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 213.01
Add to the description as follows:
"...work also consists of furnishing and installing aggregate inorganic mulch to include —
Washed Pea -Gravel;
1.5" dia. Tan River Rock;
3" to 6" dia. Tan River Rock;
8" to 12" dia. River Cobble;
Landscape Weed Barrier Fabric;
Landscape Boulders in the following sizes:
Type 'A' — 24"x24"x36"
Type'B'—30"x24"x36"
Type 'C' - 42"x24"x36"
MATERIALS
• Subsection 213.02
Wood (Organic) Mulch. Delete the "wood chip mulch" specified and replace with the following:
Wood (Organic) Mulch: Ground or shredded, 3" depth (minimum) — no weed barrier
required.
Organic Mulch will be supplied by the City of Fort Collins Forestry Division, located at Parks
Maintenance Shop, 413 S. Bryan Avenue (near the City Park Golf Course), Fort Collins, 80521 or an
alternate location within the Fort Collins city limits as determined by the Owner. Contact the City
Forester (Tim Buchanan) at 970.221.6361, to schedule material pickup. City will load the material into
the Contractors vehicle (free of charge) for transport to the site. Contractor's pricing to include
Contractor pickup at the above address or alternate location, hauling material to the site and installation
only.
Steel Landscape Edging. Delete the "Steel Edging" specified and replace with the following:
Steel Landscape Edging. Contractor to provide commercial -steel header, rolled edge, fabricated in
sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes as
follows:
Manufacturers: Ryerson Steel or approved substitute.
Edger Size: 3/16" thick by 4 inches deep.
Stakes: Tapered steel, a minimum of twelve inches (12").
Accessories: Standard tapered ends, comers, and splicers.
46
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 213
MULCHING
Finish: Standard paint— Green.
Add to this sub -section as follows:
Landscape Weed Barrier Fabric. Materials for weed barrier shall be a non -woven geotextile material
suitable for this purpose such as Mimfi 140, Typar 3341, or Polyspun 300 or approved equivalent. Submit
brand name and model number/name of proposed weed barrier to be used a minimum of one week prior to
installation.
- Inorganic Mulch — 1.5" to 4" dia. Tan River Rock. 3" deep, hard, durable stone, washed free of loam, sand,
clay, and other foreign substances.
Inorganic Mulch — 3" to 6" dia. Tan River Rock. Hard, durable stone, washed free of loam, sand, clay, and
other foreign substances.
Inorganic Mulch — 8" to 12" dia. River Cobble. Hard, durable stone, washed free of loam, sand, clay, and
other foreign substances.
Landscape Boulders
Stone Type: Colorado Buff Sandstone •
Approved Suppliers:
A. Atkins Park Stone Quarries, 970.663.1920
B. Tribble Stone, 303.444.1840
C. Or approved equivalent.
Provide boulder sizes shall be as indicated on the plans.
Quantities and locations as identified on the plans.
CONSTRUCTION REQUIREMENTS
Subsection 213.03
Revise (e) Steel Landscape Edging to read as follows:
Install by laying out beds scaled from the plans. Stake, flag, or paint proposed beds prior to installation of
edging and obtain review of Engineer of layout prior to installation. Install header plumb with grade and
stake at minimum ten (10) foot intervals. Establish top of header one inch (1") above finish grade in turf
areas. Install using straight lines or long smooth curves. Provide v-shaped drainage openings two inches
(2") wide and one inch (1") depth at low points in the bed, at outlet point for drainage appurtenances such as
downspouts including overflow drains and at ten (10) foot intervals maximum. Do not install steel landscape
edger around mulch rings in lawn areas.
47 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
eREVISION OF SECTION 213
MULCHING
Add (g) Landscape Weed Barrier Fabric as follows:
Prior to placing mulch and planting in mulch beds, apply Roundup herbicide to weeds and allow beds to sit
for seven (7) days. Place wood mulch in shrub beds and tree planting rings in turf areas. Place mulch to a
four -inches (4") depth. Gently brush mulch off of shrubs once installed. Take cue in placement not to
damage newly planted materials.
Install landscape weed barrier fabric before inorganic mulching according to Manufacturer's written
instructions. Completely cover area to be rock mulched (or as described on the Drawings) overlapping edges
a minimum of six -inches (6"). Seams shall be pinned at min. 12" intervals, all along edge.
Add (h) In -organic Mulch —1.5" dia. Tan River Rock as follows:
Apply 3-inch compacted average thickness of rock mulch, and finish level with adjacent finish grades.
Landscape fabric is required in all 1.5" river rock mulch areas.
Add (i) In -organic Mulch — 3" to 6" dia. Tan River Rock as follows:
Apply 3-inch to 6-incb (single layer, completely covering the weed barrier fabric) compacted average
thickness of 3-inch to 6-inch mulch, and finish level with adjacent finish grades. Landscape fabric is
required in all 3-incb to 6-inch river rock mulch areas.
• Add 0) In -organic Mulch — 8" to 12" dia. River Cobble as follows:
Apply a single layer of mechanically placed, followed by hand placed/distributed. Landscape fabric is
required beneath all 8-inch to 12-inch river cobble.
Add (k) Landscape Boulders as follows:
A. Placement of Landscape Boulders:
1. Place boulders with most attractive face facing roadway, unless otherwise noted or
directed by the Engineer.
2. Tolerance: Top of Boulder elevations shall be within 0.1 of the designed elevation.
3. Bury approximately I/3 the height of the boulder, unless otherwise noted.
4. Locations and quantity shall be as indicated in the Drawings. Final placement of
boulders shall be reviewed and approved on site by the Engineer prior to placing paving,
surfacing and landscaping in abutting areas as required.
• 48
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 213
MULCHING
METHOD OF MEASUREMENT
Subsection 213.04
The quantity of Landscape Weed Barrier Fabric will be measured by the square yard of surface area
covered, complete in place.
The quantity of 1.5" dia. Tan River Rock will be measured by the actual tonnage of material placed.
The quantity of 3" to 6" dia. Tan River Rock will be measured by the actual tonnage of material placed.
The quantity of S" to 12" dia. River Cobble will be measured by the actual tonnage of material placed.
Landscape Boulders will be measured by the actual quantities, in the specific sizes identified on the plans.
BASIS OF PAYMENT
Subsection 213.05. Add the following line items to the Pay Schedule as follows:
Payment will be made under:
Pay Item: Pay Unit
Wood Mulch
Square Foot
Landscape Weed Barrier Fabric
Square Yard
1.5"dia. Tan River Rock
Square Foot
3" to 6" dia. Tan River Rock
Square Foot
8" to 12" dia. River Cobble
Square Foot
Landscape Boulders — Type`A'
Each
Landscape Boulders — Type`B'
Each
Landscape Boulders — Type`C'
Each
•
49 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
. REVISION OF SECTION 214
PLANTING
Section 214 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 214.01 shall include the following:
This work also consists of a Landscape Maintenance period. See Section 213 for wood mulch and weed barrier
fabric.
MATERIALS
Subsection 214.02 shall include the following:
Plant List. A plant list is provided on the plans. Quantities shown on the list are for information only. Contractor
shall be responsible for verifying quantity takeoffs as shown on the drawings. In the event of a discrepancy
between quantities shown on the plant list and quantities depicted on the plans, the quantities depicted on the
plans shall govern.
Guying and Staking. Material includes 14AWG wire with 1/2"xl2" PVC sleeves and stake protection cap per
each stake.
• CONSTRUCTION REQUIRMENTS
Subsection 214.04
Landscape Establishment.
The duration of the Landscape Establishment period shall be twenty-four (24) months and will commence upon
receipt of Notice of Substantial Completion from the Engineer.
If Notice of Substantial Landscape Completion is issued during the spring planting season, the Landscape
Establishment period begins immediately and lasts for a period of twenty-four (24) months. If the Notice of
Substantial Landscape Completion is issued at any other time, the Landscape Establishment period begins at the
start of the next spring planting season (April 1") and lasts for a period of twenty-four (24) months.
After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer,
Owner and the Landscape Architect to determine acceptability of plant material. During inspection, an inventory
of rejected, dead or dying material will he made, and corrective and necessary cleanup /replacement measures will
be determined.
From the time of installation, during construction, and throughout the Landscape Establishment Period, the
Contractor shall maintain plant material, sodded and seeded areas in a healthy and vigorous growing condition, and
ensure the successful establishment of vegetation.
During the Landscape Establishment Period, the Contractor shall water, cultivate, and prune the plants, and repair,
replace or re -adjust guy material, stakes and posts. The Contractor will provide weekly mowings, grass trimming, a
0 50
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 214
PLANTING
minimum of three (3) fertilizations per year (six (6) total over the duration of the 24 month Landscape
Establishment Period), and remove grass clippings from the projects hard surfaces. The Contractor shall also
remove weeds from planting beds and tree area saucers on a monthly basis during the growing season, maintain
specified depths of mulching material annually and fertilize trees via a root feeder during the spring of each
growing season (two (2) times).
It is anticipated that this project will be constructed in a single phase. The Contractor will be required to maintain
the "completed" landscape areas fully, until the remaining landscape areas are deemed complete by the Engineer,
when the projects Notice of Substantial Completion" letter is issued.
Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as
directed by the Engineer or City Forester. Plant replacement shall be performed during the spring planting seasons
at the beginning and end of the Landscape Establishment Period. Plant replacement stock shall be planted in
accordance with the original contract specifications and is subject to all requirements specified for the original
material. Plant replacement shall be at the Contractor's expense.
Subsection 214.04
Delete paragraphs 5. and 6., and replace with the following:
The trees planted by the Contractor shall be watered twice per month at the rate of twenty (20) gallons per tree per
watering for the months May through October during the twenty-four (24) month Landscape Establishment Period, •
or as needed, and the trees shall also be watered once per month at the rate of twenty (20) gallons per tree for the
months November through April during the twenty-four (24) month Landscape Establishment Period or as needed.
The shrubs planted by the Contractor shall be watered twice per month at the rate of five (5) gallons per shrub per
watering event for the months May through October during the twenty-four (24) month Landscape Establishment
Period, or as needed, and the shrubs shall also be watered once per month at the rate of five (5) gallons per shrub for
the months November through April during the twenty-four (24) month Landscape Establishment Period, or as
needed.
Prior to the beginning of the Landscape Establishment Period, a watering schedule listing the calendar days chosen
to complete the required watering shall be submitted to facilitate inspections by the City/Engineer.
METHOD OF MEASUREMENT
Subsection 214.05 shall include the following:
Soil material for tree, shrub, ornamental grass and perennial backfill mix, guy, webbing, tree stakes, protective
caps and PVC pipe sleeve and wrap for trees, will not be measured and paid for separately but shall be included in
the work.
51 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
. REVISION OF SECTION 214
PLANTING
BASIS OF PAYMENT
Subsection 214.06
Delete the fifth paragraph and replace with the following:
The initial watering during the planting of trees and shrubs will not be paid for separately, but shall be included in
the price of the work.
Watering of trees and shrubs after receipt of the Notice of Substantial Landscape Completion will not be measured
and paid for separately but shall be included in the work.
Water used for the Landscape Establishment Period will not be measured and paid or separately but shall be
included in the work.
Subsection 214.06
Delete the seventh paragraph including item (1) and (2), and the last paragraph of the subsection -
Payment will be made under:
Pay Item Pay Unit
Landscape Maintenance (24 months) .. Lump Sum
40 52
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
0
REVISION OF SECTION 306
RECONDITIONING
Section 306 of the Standard Specifications is hereby revised for this project as follows:
Subsection 306.02 delete the first sentence and replace with:
The top S inches of the existing subgrade shall be reconditioned by blading and rolling.
53 40
SECTION 00100
INSTRUCTIONS TO BIDDERS
lJ
LJ
0
•
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Subsection 601.02 shall include:
Class P concrete shall have a 48 hour 3000 psi strength with the following mix design:
Design Strength: 4000 psi
Mix Proportions:
Materials
Type or Size
ASTM Standard
Design Weight per Cubic
Yard
Total Cementitious
630 lb min.
Cement
C-150
85%min.
SCM
C-618
15% max.
Coarse Aggregate
C-33
50-55%
Int. Aggregate
C-33
5-9%
Fine Aggregate
C-33
37-39%
AEA
C-260
2-5 oz
WRA
I C-494
oz/cwt
MRWR
C-094
4-8 oz/cwt
HRWR
C-094
oz/cwt
Water
C-94
283 lb 34.0 1
H drarm, Stabilizer
C-494
1 0-3 oz/cwt
The above weights are based upon aggregates in a saturated, surface dry (SSD) condition. Batch plant corrections
most be made for moisture in aggregates. Mix proportions may be adjusted in accordance with 301-05, section
4.2.3.5
Physical Properties of Mixture
Slump
3-5
in
Air Content
5-8
%
Unit Weight
144.2
pcf
Yield
27.23
cu. ft.
Water/Cement Ratio
0.45
54
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Section 608.01 shall include the following:
This work consists of the construction of the paving for concrete sidewalks, and concrete curb ramps.
In subsection 608.02 delete the second paragraph and replace with the following:
Concrete for sidewalks, bikeways and shall be Class B, and meet the requirements in Section 601.
Subsection 608.03 shall include the following:
Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no
cost to the Owner.
Record date, location, and quantity of pour, as well as air temperature at time of pour.
Subsection 608.03(b) shall include the following:
For Surfaces Exposed to View: Form faces must be free from raised grain, tears, worn edges, patches, dents, or
other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material,
and arrange seams in an orderly fashion.
To minimize potential cracking, no section of concrete shall have any angle less than 90 degrees.
After stripping of the forms, if any concrete is found to be not formed as shown on the drawings, is out of
alignment of level, or shows a defective surface, it will be considered as not conforming with the intent of these
standards and specifications, and shall be removed and replaced at the Contractor's expense, unless the Engineer
gives permission to patch the defective area.
Delete subsection 608.03(d) and replace with the Following:
Sidewalk: Concrete sidewalks trails shall be medium broom finished with joints located per drawings.
All outside edges of the slab and all joints shall be edged with a 1/4-inch radius edging tool.
Thoroughly wash the surface with water prior to acceptance.
Surface Planeness for Concrete Paving. Unless otherwise specified, produce slabs with the following
tolerance.
Finishes shall be true planes within 1/4-inch in 10 feet, as determined by a 10 foot straight edge placed
anywhere on the slab in any direction.
•
55 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Subsection 608.03(e) shall include the following:
A. Expansionjoints/eonstruc6onjoints/ for concrete paving:
1. Expansionjoints to be spaced no greater than every 200 feet.
2. Extend joint filler the full depth of the slab. Hold back filler 1/2-inch from top of slab.
3. Joint sealant or caulk shall match color of concrete; caulking shall not extend above level of
Pavement.
B. Score Joints.
1. Construct sawcut and tooled score joints as detailed on the plans.
2. Score joints shall he %n of paving depth.
3. Tooledjoints to have a 1/4-inch radius and shall not incorporate a trowelled edge except where
indicated on the drawings. Score joints into plastic concrete during finishing operations.
Subsection 608.06 shall include the following:
• Pay Item Pay Unit
Concrete Sidewalk Square Yard
The price all pay items shall be full compensation for furnishing and placing all materials including test slabs, and
demolition of test slabs, excavation, subgrade preparation, concrete, forms, joint materials, reinforcement, tooling
and finishing.
0 56
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 608
CONCRETE CURB RAMP
Section 608 of the Standard Specifications is hereby revised for this project as follows
Subsection 608.01 shall include the following
This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the
plans and in accordance with the plans.
Subsection 608.02 shall include the following
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall
be prefabricated by the manufacturer as a pattern on concrete or masonry pavers.
Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit a sample of the
product, the name of the selected supplier, and documentation that the product meets all contrast requirements and
will be fully compatible with the curb ramp surface to the Engineer for approval 1-2 weeks prior to start of work.
Known vendors of alternate products include but are not limited to the following:
The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of the
adjoining surface. The contrast shall be verified using the following equation:
Contrast = Bi—Bz X100
Bi
Where Bi = Light Reflectance Value (LRV) of the lighter area
Bi = LRV of the darker area
Absolute black and white will not be permitted.
Ll
57 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
SREVISION OF SECTION 608
CONCRETE CURB RAMP
Subsection 608.05 shall include the following:
Detectable warnings on curb ramps, ramp wings, curbing associated with the ramp, alternate materials, and all
other work and materials necessary for fabrication, transport, and installation will not be measured and paid for
separately, but shall be included in the work.
Subsection 608.06 shall include the following:
Pay Item Pay Unit
Concrete Curb Ramp w/ Truncated Dome (8-inch) Square Yard
The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials, truncated
domes, tooling and finishing.
•
0 58
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised for this project as follows:
Subsection 609.02 shall be deleted in its entirety and replaced with the following:
609.02 Materials shall meet the requirements specified in the following subsections:
Joint Fillers 705.01
Bed Course Material 703.07
All concrete used for Curb and Gutter shall be Class B and meet the requirements in Section 601.
All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one
week prior to the beginning of construction.
Concrete mikes will be subject to inspection and tests as required to assure compliance with quality requirements.
Subsection 609.06 shall include the following:
•
Pay Item Pay Unit
Curb and Gutter Type 2 (Section I-B) Linear Foot
Curb and Gutter Type 2 (Section II-B) Linear Foot
The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials, •
reinforcement, tooling and finishing.
59 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 610
MEDIAN COVER MATERIAL
Section 610 of the Standard Specifications is hereby revised for this project m follows:
In subsection 610.02 delete the second paragrapb and replace with the following:
All concrete used for median cover material shall be Class B and meet the requirements in Section 601. Coloring
agent shall be Davis Color San Diego Buff. All concrete mix designs utilized shall be submitted to the City
representative and approved a minimum of one week prior to the beginning of construction.
In subsection 610.03 delete the third paragraph and replace with the following:
(b) Concrete. Construction requirements shall conform to the requirements of subsection 608.03. The surface
finish shall be exposed aggregate as indicated on the plans.
Subsection 610.05 shall include the following:
Pay Item Pay Unit
Exposed Aggregate Median Splash Guard (41nch) Square Foot
Exposed Aggregate Median Cover (4 Inch) Square Foot
The price for all pay items shall be full compensation for furnishing and placing all materials including test slabs,
and demolition of test slabs, excavation, concrete, forms, joint materials, reinforcement, tooling, finishing and
• removing polyethylene.
60
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISIONS OF SECTION 623
IRRIGATION SYSTEM
Section 623 of the Standard Specifications is hereby revised for this project as follows:
Subsection 623.04 shall include the following:
Contractor shall install a Rain Bird ESP-LXME Control system as specified in the irrigation plans & details per
City of Fort Collins standards. Coordinate with City of Fort Collins as required.
Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the
identification number (see drawings) of the remote control valve to which the control wire is connected.
In subsection 623.07(a) delete the first paragraph and replace with the following:
(a) Pop-up spray Sprinklers. The pop-up spray sprinkler body, stem, screen, and nozzle shall be constructed
of heavy duty plastic.
Subsection 623.10 shall include the following:
Plastic and Copper water lines listed below shall be paid for under section 619.
Subsection 623.10 (a) shall include the following:
0
Identify all pipe with the following indelible markings: •
(a) Manufacturer's Name.
(b) Nominal pipe size.
(c) Schedule of class.
(d) Pressure rating
(e) NSF (National Sanitation Foundation) seal of approval.
(i) Date of extrusion.
Delete subsection 623.10 (b) and replace with the following:
(b) Lateral Line Pipe. Lateral line pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride
(PVC) compound in accordance with ASTM standards D2241 and D1784, cell classification 12454-B, Type I,
Grade I.
Fittings shall be standards weight Schedule 40 injection molded PVC conforming to ASTM D1784 and D2466,
cell classification 12454-B.
Delete Subsections 623.10 (d), and 623.10 (e)
61 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
. REVISIONS OF SECTION 623
IRRIGATION SYSTEM
Subsection 623.10 shall include the following:
(g) Joint Cement and Primer —Weldon P-70 Primer and Weldon 711 Gray Glue or Weldon 725 Wet and Dry Glue
will be allowed.
(h) Irrigation Roadway and sidewalk sleeves. Lateral line pipe shall be Class 200 PVC manufactured from virgin
polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell classification
12454-B, Type 1, Grade 1.
Delete Subsections 623.1 (c), 623.11 (d), and 623.11 (e).
Delete Subsection 623.11 (f) and replace with the following:
(f) Mainline Isolation Valves. Gate valves for 3/4-inch through 2-1/2-inch Pipe — Brass construction; solid wedge,
IPS threads, and non -rising stem with square operating nut.
Delete Subsection 623.13.
Subsection 623.23 First Sentence shall read as follows:
• "After installation of...for leaks after a minimum 120 PSI static pressure... for four hours in a hydro static test."
Subsection 623.23 shall include the following:
The contractor shall conduct pressure tests in the presence of the Engineer or Engineer's representative. The
Contractor shall give 72 hour notice prior to testing. The test is acceptable if no loss of pressure is evident during
the test period. The Contractor shall retest system until test pressure can be maintained for the duration of the
test.
Subsection 623.26 shall include the following:
The Contractor shall provide a valve sequencing chart for each automatic controller installed. Charts shall not be
prepared until as-builts plans have been approved by the Engineer. Charts shall be installed on the automatic
controller door with photo reduction prints of the as-builts plans. Reduction prints shall be kept to the largest site
possible to retain full legibility.
A readable print of the as -built plans shall be provided showing the area covered by the automatic controller. The
area of coverage of each control valve shall be identified using a distinctly different pastel color, drain over the
entire area of coverage.
In Subsection 623.30, second paragraph, delete item (4) and replace with the following:
(4) Two of each Type of Valve box
0
62
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISIONS OF SECTION 623 •
IRRIGATION SYSTEM
Subsection 62330 shall include the following:
One set of special tools required for removal, disassembling and adjusting each type of sprinkler head and valve
installed.
Two keys for each automatic controller enclosure.
In Subsection 623.32, delete the second and third paragraphs
Under Subsection 623.33, add the following items:
Pay Item Pay Unit
Flow Sensor Each
Automatic Controllers Each
Line item costs include all materials and labor required to complete the work.
63 0
Financial Services
City of
Division
singMason
Pur215
F
Collins
N. Mason Floor
PO Box 580
■yIL(`wJ`'_■■M
t
852
Fort Collins. CO 80522
F7022
9]0.221.8]]8
170.221.6707
Purchasing
rcgov.com/pamhasing
ADDENDUM NO. 3
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7676: E Lincoln Ave & S Lemay Ave Improvements
OPENING DATE: 3:00 PM (Our Clock) August 19, 2014
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
1. Revisions to the Bid Schedule
A. Increase in item 202 "Removal of Pavement Markings" from 0 SF to 2089
SF. This item is reflected correctly in plan set on page 4 and is now
corrected in Exhibit 1 — Revised Bid Schedule.
B. AutoCad (CAD) files are available upon request from Tracy Dyer, Project
Engineer. Please send an email request to tdvert7a.fcoov.com for an
electronic copy of these files.
2. Exhibit 1 — Revised Bid Schedule
Please note that the Revised Bid Schedule has also been uploaded as a
separate Microsoft Excel file.
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 3 — 7676 E Lincoln Ave & S Lemay Ave Improvements Page 1 of 6
Ll
•
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 ad.) 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.
11
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
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
•
REVISION OF 627
PAVEMENT MARKING
Section 627 of the Standard Specifications is hereby revised for this project as follows:
Subsection 627.01 shall include the following:
The City of Fort Collins will furnish and install all permanent pavement markings and signing for the project.
The Contractor is required to coordinate with the City for the completion of the work.
•
0 64
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
REVISION OF 630 •
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows
Subsection 630.01 shall include the following
The Contractor will provide construction zone traffic control for the project. The Contractor is required to
coordinate with the City for the approval of a traffic control plan. The Contractor is also required to coordinate
with CDOT for at the Mulberry and Lenny, intersection.
Subsection 630.16 shall include the following:
Pay Item Pay Unit
Construction Zone Traffic Control Lump Sum
The price for the pay item shall be full compensation for furnishing and placing all traffic control devices as well
as any flagging operations. Preparation of a traffic control plan as detailed in the following section shall be
included in the work.
• .
65 0
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
• TRAFFIC CONTROL PLAN — GENERAL
The key elements of the Contractor's method of handling traffic (MILT) ate outlined in subsection 630.09.
The components of the TCP for this project are included in the following:
• City of Fort Collins Work Area Traffic Control Handbook Manual of Uniform Traffic Control
Devices (U.S. Department of Transportation), or applicable statutory requirements of authority
having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic
Control Devices.
• Section 630 of the specifications.
• Revision of Sections 100, 104, and 108 of these Project Specifications.
• Standard Plan S-630-1, Traffic Controls for lligbway Construction, Case 11 and 18, and Standard
Plan S-630-2.
• Signing and Striping Plans
Special Traffic Control Plan requirements for this project am as follows:
A. The Contractor is responsible to provide all construction traffic control for the project. The Contractor
shall submit a construction phasing and construction traffic control plan to the Engineer and the City
Traffic Department for review and approval. Submittals for major project phases shall be made at least
three weeks before implementation of any element of the plan.
B. The City reserves the right to restrict construction activities at the intersections of Lemay and Lincoln and
• Lemay and Mulberry during the hours of 7:00 AM to 8:30 AM or from 3:30 PM to 5:30 PM.
C. Road closure request shall be included in the construction phasing and traffic control plan submitted to
the City.
D. The Contractor shall maintain pedestrian and bicycle movements through the project site and the
surrounding trails. The Traffic Control plan shall address the method of handling these movements.
E. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction
site,
F. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and
equipment.
G. Keep fire hydrants and water control valves free from obstruction and available for use at all times.
H. Conduct operations in a manner to avoid unnecessary interference with public and private roads and
drives.
0 66
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
TRAFFIC CONTROL PLAN — GENERAL •
I. Provide and maintain continual temporary access for businesses and residences.
J. Roadway Usage Between Operations — At all times when work is not actually in progress, Contractor
shall make passable and shall open to traffic such portion s of the project and temporary roadways or
portions thereof as may be agreed upon between Contactor and Owner and all authorities having
jurisdiction over any properties involved.
K. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time,
unless directed.
L. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic
Engineering and Electric Departments to assure that work activities by those departments are coordinated
with the Contractor's activities. At the least 48 hours' notice is required.
M. The Contractor shall maintain 12' lanes throughout the project.
N. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment
entering or leaving the construction area into traffic at all times.
67
•
•
•
LINCOLN AND LEMAY IMPROVEMENT PROJECT
PROJECT SPECIAL PROVISIONS
11111111111 x�
The followine Utilities are known to be within the confect limits
Utility/Agency
Contact Person
Phone Number
COFC Water & Wastewater
Roger Buffington
(970)221-6854
COFC Stormwater
Wes Lamarque
(970) 416-2418
COFC Light and Power
Doug Martine
(970) 224-6152
COFC Fiber Optic
Clint Reetz
(970) 221-6326
COFC Traffic Fiber Optic
Brimey Sorensen
(970) 416-2268
COFC Forester
Tim Buchanan
(970) 221-6361
Century Link
Bob Rulli
(970) 377-6403
Comeast Cable
Don Kapperman
(970) 567-0245
Xcel Energy (gas)
Stephanie Rich
(970) 225-7828
Platte River Power Authority (PRPA)
Mark Curtis
(970) 420-2999
ELCO Water
Jack Warner
(970) 493-2044
The work described in these plans and specifications will require full coordination between the Contractor and the
Utility Companies, in accordance with Subsection 105.06 and while performing their respective operations, so the
utility work can be completed with minimum delays to all panics concerned. In accordance with the plans and
specifications, and as directed by the Engineer, the Contractor shall keep the utility company(s) advised of any
work being done to their facility, so that the utility company(s) can coordinate their inspections for final
acceptance of the work with the Engineer.
• The Contractor shall be responsible for protecting, supporting, and if necessary, shoring existing utilities while
constructing the trail, pedestrian bridge, and associated work. The Contractor shall submit to the City and the
individual utility companies' plans of how the utility lines will be supported and protected during construction.
NOTE: The Contractor shall be required to provide written notice to each utility company, with a copy to the
City, immediately prior to any utility work expected to be coordinated with construction.
The following utility work shall be performed by the Contractor:
Storm sewer improvements
Water line connections
Sanitary sewer connections
is 68
• 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 (a) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents,
4.2. Reference is made to the Supplementary Conditions for identification of. Subsurface
and Physical Conditions SC-4.2.
4.3. The submission of a bid will constitute an incontrovertible representation by Bidder
• that Bidder has complied with every requirement of this Article 4, that without
exception the Bid is premised upon performing and furnishing the Work required by
the Contract Documents and such means, methods, techniques, sequences or
procedures of construction as may be indicated in or required by the Contract
Documents, and that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to be
submitted in writing to the Engineer and the OWNER. Interpretation or clarifications
considered necessary in response to such questions will be issued only by
Addenda. Questions received less than seven days prior to the date for opening of
the Bids may not be answered. Only questions answered by formal written Addenda
will be binding. Oral and other interpretations or clarifications will be without legal
effect.
5.2. All questions concerning the scope of this project should be directed to the
Engineer. Questions regarding submittal of bids should be directed to the City of
Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as
having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the
amount stated in the Invitation to Bid. The required security must be in the form of a
certified or bank cashier's check payable to OWNER or a Bid Bond on the form
enclosed herewith. The Bid Bond must be executed by a surety meeting the
requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon
Bid Security will be returned. If the successful Bidder fails to execute and deliver the
Agreement and furnish the required contract security within 15 days of the Notice of
Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes to have
reasonable chance receiving the award may be retained by OWNER until the earlier
of the seventh day after the effective date of the Agreement or the thirty-first day
after the Bid Opening, whereupon Bid Security furnished by such Bidders will be
returned. Bid Security with Bids which are not competitive will be returned within
seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be substantially
complete and also completed and ready for Final Payment (the Contract Times) are set
forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment described on
the Drawings or specified in the Specifications without consideration of possible
substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in
the Specifications that a substitute or "or equal" item of material or equipment may be
furnished or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective date of the
Agreement". The procedure for submittal of any such application by CONTRACTOR and
consideration by Engineer is set forth in the General Conditions which may be
supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430 contained
within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request
the apparent successful Bidder to submit an acceptable substitute without an
increase in Bid price. If the apparent successful Bidder declines to make any
substitution, OWNER may award the contract to the next lowest responsive and •
• responsible Bidder that proposes to use acceptable subcontractors.
Subcontractors, suppliers, other persons or organization listed and to whom
OWNER or Engineer does not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the effective date of the Agreement as
provided in the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or
other persons or organizations against whom he has reasonable objection. The
use of subcontractors listed by the Bidder and accepted by OWNER prior to the
Notice of Award will be required in the performance of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained
by the Bidder. A separate unbound copy is enclosed for submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must
be stated in words and numerals; in case of conflict, words will take precedence.
Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other appropriate officer accompanied by evidence of authority to
sign) and the corporate seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of incorporation shall be
shown below the corporate name.
. 11.4. Bids bypartnerships 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
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) anddelivered to the place where Bids are
to be submitted at any time prior to the opening of Bids. •
14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized
representative provided he can prove his identity and authority at any time prior to
the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to
Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major
alternates (if any) will be made available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid and return the Bid Security, prior to
that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate contract
terms with the Successful Bidder, and the right to disregard all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to
reject the Bid of any Bidder if OWNER believes that it would not be in the best •
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by OWNER.
Discrepancies between the indicated sum of any column of figures and the correct
sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit
prices and other data, as may be requested in the Bid Form or prior to the Notice of
Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the
Work as to which the identity of Subcontractors, Suppliers, and other persons and
organizations is submitted as requested by OWNER. OWNER also may consider
the operating costs, maintenance requirements, performance data and guarantees
of major items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to assist
in the evaluation of any Bid and to establish the responsibility, qualifications and
financial ability of the Bidder's proposed Subcontractors, Suppliers and other
persons and organizations to do the Work in accordance with the Contract
Documents to OWNER's satisfaction within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and
responsible Bidder whose evaluation by OWNER indicates to OWNER that the
• award will be in the best interest of the OWNER. Award shall be made on the
evaluated lowest base bid excluding alternates. The basis for award shall be the
lowest Bid total for the Schedule or, in the case of more than one schedule, for
sum of all schedules. Only one contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice
of Award within forty-five (45) days after the date of the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder delivers
the executed Agreement to the OWNER, it shall be accompanied by the required
Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement with all other written
Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall
sign and deliver the required number of 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.
is
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included in the
Contract Price. Reference is made to the General and Supplementary Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid assures the
Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is
available for review in the Purchasing and Risk Management Division or the City Clerk's
office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that
suppliers and producers of cement or products containing cement to certify
that the cement was not made in cement kilns that burn hazardous waste as
a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be
rejected and reported to authorities as such. Your authorized signature of this Bid
assures that such Bid is genuine and is not a collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self -stamped
envelope and a Bid tally will be mailed to you. Bid results will be posted in the
Purchasing office seven (7) days after the Bid Opening.
END OF SECTION
•
0
BID FORM
•
SECTION 00300
BID FORM
PROJECT: 7676 E Lincoln Ave & S Lemay Ave Improvements
Place: Foil Collins, CO
Date: Auei si 19 2014
1. In compliance with your Invitation to Bid dated 3nl 223 , 2014 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
($ 1 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 It 5) 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: c.,,.d„y •ra Miitml Casually Cgnipany, PO Box 712 Des Moines IA 50306
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. one through
Thy.
• ADDENDUM 3 - REVISED BIB SCHEDULE
71378 E, LINCOLN AVENUE AND S. LEMAY AVENUE IMPROVEMENTS -BID SCHEDULE
0
'BID
NO.
CONTRACT
RIM NO.
CONTRACT ITLM
OUPNIRY
UNIT
UNITC04
TOTALC(ff
1
N1
CleeNq and GMOlnp
1
LC
525W000
E "I nro.00
2
202
R..l MTree
51
EA
"50m
IF ".Sam..
3
2a2
Remwx N MCLNn I.
30
EN
SADD)
t 7,000.00
a
202
RemwddTree BNmp
6
EA
S1,750m
s 0.750.OD
e
202
RmI of MCEIen SWW and! Topee2 MaNg1e, mdlWbUW)
1,TW
BY
510.00
$ 17.000,00
D
302
RemmeldConcrelaldONIm 801wuNe
1
LB
53,000.00
t 3.OW.00
T
m
RemwelM%pe
131
LF
14500
t 1.51D.
8
203
Remo¢eIdTMWBeMUOe
2
EA
5150.00
$ 520.00
0
202
RemwN d SaMN
4
EA
j st50Ao
t 800.00
10
202
RamwNMPAHMAAMaMy
20W
BE
am
$ s.25T.0o
11
202
MmwYx810wWk
72
BY
M&O,
$ 1,20s.o0
12
202
RemoYNdCxcdowd.
iW
IF
000
S 1.380.00
13
202
RemweldCUNand Wox
3,177
BE
la.
$ 10.012A0
It
2W
RenwaldcomvNe CUNWmP
1s
SY
fYA.
$ 400.01)
15
202
RemmN AMMIen CouxlBpleMIWW
I'mBY
$151W
S 19.146.00
1s
202
RxnovNIXGMdeM PavameN
ss3
BY
S1eW
$ s,20s.CO
iT
2W
Ruwvld aphallMN
S.s4
SY
E1200
$ BI.m..W
1s
in
UMx.HNra O EFaao.n(CIP)
S,YIe
BY
S1x00
6 0T.02fi.00
10
mEmsanwml(CID)
1,11E
BY
1120.00
s 22.300.00
10
m
HwIaNOlrynea
2bW
BY
315.00
4' t ,WW O.
21
203
Rwmw lcwaSxe ASC)(clq
1.381
CY
tAp 1B
t 24. )D
22
2W
MudlFvavaurm.(Liq
1,W1
CY
$20.00
s A140.01,
23
2W
PONNry
1
LB
".0000
s %mm
14
200
EmebnCmW(BWMP, BNPa,iNIMe)
1
Ls
NAWO.W
s 15.000.0d
25
210
RweI1RSM 81pn
21
EA
s250.00
t 51m.00
2e
210
Rx.I RSW
a
BY
$100.00
s MISS
v
210
Hand FNe NOMA
1
FA
STAW.W
s 7DBDI.
20
210
RxelwtlaTBbe05
1
EA
t1,020.0
6 1,O0 1
22
210
Ral Bw Bl.pBMMSBgn
1
EA
61,O00.00
t tOW.W
SO
IRS
Rxel MaRw
1
EA
3100.00
s 1W.W
21
210
ANuNMMhde
6
EA
SSB6.m
$ 1,750.W
62
HO
Aduel VeNe Bw
2
EA
i250.m
t 501,00
•
•
•
EXHIBIT 1 — REVISED BID SCHEDULE
BID
NO.
CONTRACT
ITEM NO.
CONTRACT ITEM
QUANTITY
UNIT
UNITCOST
TOTAL COST
1
201
Cleonng and Grubbing
1
LS
$ -
2
202
Remosil of Tree
54
FA
$ -
3
202
R pu a! of Median Tree
39
EA
$ -
4
202
Remoa! of Tree Stump
5
EA
$ -
5
202
Remoal of Median Shrubs and Topadl (stockpile, rrdlshlbule)
1.790
CY
$ -
6
202
Ra l of Concrete lagatlm Structures
1
LS
$ -
7
202
Ramos! of Pipe
121
LF
S -
8
202
Remove! M Traffic BaMeafk
2
EA
S -
9
202
Remmel of Bollard
4
EA
$ -
10
202
Remoal of Pawment Marldgs
2,089
SF
$ -
11
202
Remoal of Sidewalk
72
BY
$ -
12
202
Remoal of Concrete Pan
160
LF
$ -
13
202
Remoal of Curb and Gutter
3,177
LF
$ -
14
202
Remoal of Concrete Cut Ramp
16
BY
$ -
15
202
R..l of Median Cgwr/Splash Guad
1,083
BY
$ -
16 1
202
Remoa! of Concrete Pavement
553
BY
$ -
17
202
Rem.. of Asphalt Mat
5,664
BY
$ -
18
203
Unplass.Aed Excaation (CIP)
5,225
CY
$ -
19
203
Embankment(CIP)
1,118
CY
$ -
20
203
Haul and Dispose
2,800
CY
$ -
21
203
Boeee(Class 5 or 6 ABC)(CP)
1.381
CY
$
22
203
Muck Ezcsation -(CIP)
1,307
CY
$ -
23
MG
Potholllq
1
w
$
24
208
Erosion Contra! (S"P, Ships, Pemlta)
1
LS
S -
25
210
Reset Traffic Sign
21
EA
$ _
26
210
Reset Riplap
6
CY
$
27
210
Reset has HydiaM
1
EA
$ -
Addendum 3 — 7676 E Lincoln Ave & S Lemay Ave Improvements Page 2 of 6
BIO
[OW.a
WNMALT Min
OUANTTY
UNIT
UNTCOIT
TO]ALCOST
33
3O4
Apann.t. Eeee C..(Class 5 or 0)
5.017
TON
E1&00
E IOBWS.00
34
ad
RxmJllbn4p(31rM)
10414
6Y
$2.00
1 M..,an
35
as
HOI Mh Asphlt(Bl So(AB BWE B322)
2A06
TON
BBO.Oo
S 102,040.00
36
as
Hot IN, Asphalt(Gre St(IR PPG"M
1.M
TON
550.00
s 114,iMTA
37
403
Hot MY As ding PWOVisafts 8)(]4)pass 54-22)
73
TON
$200.00
6 KNOW
30
412
Conrnb Possmantl8inal WMAY)
425
BY
B)200
S Naas.
30
412
Conoeb Paysmml Inch)
1.014
BY
Mi.
B 100,%BFU
a
412
En11BIae0 Cwloleb CmeawW
40
BY
MIN
E B,B]BSO
41
412
MCMn Nats
17
BY
1210,03
S WON
42
MI
WpeB(]rye L)
I0
CY
590 M
E 2.OD-OO
43
M3
61ncOPVCSBxr NBe(CIP)
70
EA
mm
$ 3,500.00
I4
M3
16UNARCP(CI%
BB
LF
{37.00
$ 2,10.M
a
B03
151lMHOPEP1Pe(CIP)
1®
LF
W.M
$ 4,531I.M
a
003
is 1lM CmGeb End Bal
1
EA
f6M.M
S MO.M
47
B03
15 NN HIPE End 3aslbn
1
FA
.NOO.M
$ pt
4B
a09
1BbW PWB[mM CmeMePIp IC,lP1
32
LF
mm
s t.314,00
40
B03
2411x0RWBomeBCamele"(MI
2B4
LF
U.
S 13.2M.M
M
MS
2411cM1 RaWomell CaWab FM Bectlm
1
EA
S1J50.00
$ 1,250.O0
61
W4
WaTiNR(BFsoO
1
FA
S4,OM:M
$ 4,O00.00
blHTIODR(10FW)
2
EA
34.MOM
3 B,BBB.00
MCMNeBIaBBw(4FWq
2
FA
33bM.M
S ].Mo.M
481MllMla,6mnnGanarMenMN
2
FA
33,5M.M3
7,001
Temporary AepBatl 9Mex'YM I3'OepM)
20B
TVN
E]oM
E 20,BM.M
CanrxWe9Mexe5(sMtll)
1A)3
BY
mm
S ]B,642.M
E
CmusteCobRempoTIPApmeBOams slinaO
1.
BY
mm
3 12A]OAp
CWeqUWbrType2t8eltlbn4B)
2.T5]
1F
324.M
E mi..
CIAOVMOMerTW82(B LM
2,238
LF
woo
3 M,T3B.M
2xporBPgple2ete MCEbn BpM OUW (41lINI)
1.]M
BF
S12.M
S 21,M2M
Ea,wft,t .McBCwer
Im
RF
S12A33
iO,BM.M
BInnSPUCWWRMeM(CB(a
a
LF
mm
S MOOM
BInMx81MIRWuwr
1
FA
34M.M
3 450,00
64
Big
BMSx241M Tapping BWEM
1
EA
"I M.00
$ &MO.M
a
B10
BItMOwV
1
EA
U.MO.M
$ S M.M
M
BIB
FIre MYNeAIAeeWRy
1
EA
N.M.M
3 B4OM.M
•
•
01,
N0,
MNMAa
REM NU
MN.P NsM
QUANTITY
UNIT
UNrt COS!
IDTPLfOST
87
626
MoblWWn
1
LS
s5 "J.
S .,W410
w
0J0
T d, Is MMMaEe
J
FA
11] 00
$ S'Nww
ds
OM
COIW1u9n1IDnaTaAlcCaNd
1
LS
UDM.00
S 40.WJ.03
4nGoe In Ro.
TO
207
Wdll.n To
1.190
CY
i25m
S 44.I50m
Tt
07
Tm Lewn Tgwal
J16
CY
Wad
i I.M.00
n
207
LOImIn AWPaMxryT.peM
His
CY
SEEMi
O.mm
TJ
212
Orylana Smtl
47A78
SF
W.12
s s.OW.M
14
213
L.Mmaw SWM.n-'a•BpuNw
31
EA
$ssm
s 21e06.00
75
213
LeMwO®OWbxa-'@BWltlal
n
FA
Vn,00
$ 3,7OO,wI
TO
213
Laltl.oepa BWMxa-'C'SOWeI
10
EA
$221M
$ 3,520.00
TI
213
UM.u". Me FaMo(ALLN nWW)
TM
SY
Sim
$ 1.10M
TO
213
Rod Ed,.
1,sM
LF
SKIM
$ 5,4M.M
TO
213
W WP,.nId M.M
0,420
aF
law
$ 3.2%.M
M
213
Onp.NOMUIM
O,OM
SF
SJ.M
S 10dsom
al
214
Cllenalid'aO..ITmY
92
EA
lNoom
$ 12.M0.00
az
214
O.onuoMa0edgIdde •
3
EA
1400A0
S 1.20DAD
83
214
SMbeSWI
418
FA
i40.M
i 18,n0.CO
B4
214
p.IwmIM.I Od
aw
EA
111200
s 0.432.00
SO
214
C.W W cl.m..l OY -
33T
EA
$12m
S 4.044m
OO
214
Unties. WIM.w d' Yw0 NNAN IUMW
I
1S
s10.M0.G0s
10.M0A0
S/
Ns
WIN"-s .iN .tlMre
IUM
SF
IN.
O N.914.20
BB
.3
nddidw lnlpalbl, WW1 MW,"No M1 pllmyP r,
",m
51,
i2201
IOpTTAO
50
am
Dip 11M1280m. MO ROW. Sw de Piddle PmpwM
1p00
SF
M."
$ 2A10,00
NO,
On
010Gw INIUvmw. to N.Tlre, W ROW. mid dMymY
2
EA
S2.000A08
4.000"
M
M
SuMmIIMpe'bn IDmd W Naw T—.,W.FIRM. —M d Mapn4T
B
EA
14.5comS
B.MMM
In
823
W U.n C.l Sy.Mm Madl maacl. x Iibdo Wider—
1
FA
$7.000"
s 7MOO'
M
B23
BxkFlpwCOlwrtb Petl mtlEntlorvm Metllm
1
EA
59.MDIq
3 9.[OpAO
tanMm M peme- Sma2
&T
212
TWSM-Wed P..,
7,3M
SF
qm
$ 3.605.00
09
213
L.M.npe..Msa-•a'aWnw
10
EA
mm
S 00.0
26
213
LdNlwa.SONaan-'a'BwY
T
EA
5135.00
i WsQD
07
213
lanes Waetlamltlw Fmbtlo(ALLllwlylln MM)
in
SY
$1.M
i 2117.00
N
213
SNd EEpml
420
LF
53.50
S 1.470.0
M
213
W¢tl(0,.W)M"
1m0
EF
SOAR
5 525m
BID'
".
CONTBAR
RCMND.
CONFAB RfM
-
QUANTITY
UNIT
UNRCOIT.
TOiALOJST
100
213
Inm mw Muk
1.Y'A
SF
3a.00
3 3A51AD
101
214
Omnmenkl SOONTreaY
11
FA
390000
$ 4.0000
102
214
DwMv R..T.r
10
FA
IMMIX
3 4.00O.0O
to
214
MrvW 6Gel
EO
EA
340.00
3 2.4CO.W
W4
214
Omemenlet omowo I GY
70
FA
$1200
3 MAN
Woh To W PMonn1J qMn
105
210
peeNDWOWFmbetlon UNl
3
FA
WAD
s -
IN
210
BxHSVINIU114
]
T!1
RUN
3
10i
210
Sarol WalerMMr
1
FA
10.00
3 -
IN
614
W,Malmenedbn TRft6Uel
1
LS
Wee
3
1N
614
aloft
]
FA
30.00
3
110
0ID
B1.ff FI.HW.,Iowmdy
1
FA
S0.00
5 -
111
-
Sw BMKr
1
FA
W.00
5
112
MS
CamNMIm S..ft
1
LS
RUN
3
Ila
N]
41NADwDNYelowlem UN
0ID
LF
ON
$
114
BY2
41mVYMMwWM4lmADWWYdWUm
2.000
IF
WAD$
-
I'D
07
•N[SOWW WNIa LMaLMoI1V10NrMM8V BeN
I=
LF
WADS.
11e
627
DYIM 6oPo NTW clmnetl[MBI1m
43N
IF
WAD
$
117
527
4NNISN1WNbmo
IAA,
LF
0.00
a -
118
.27
4InODDINd MIDUM
I.M4
LF
11B
ST]
Cmowelk Ben
84
EA
MOD
3 -
IM
02]
Pavemelll MCMry
410
IF
WAD
3
TOTIi wmamD
$ 1,]d4,T1A0
IN WORDS I�11/ALL�F�WLYP.ATILH T/uP IYYVfP'I' r^'�`^GI'DLi6L * / QT—..
Ill CONSTRUCTION. ING
613DOPEtiVIEW PLACE
LOVELANO, CO BB337
18]0{82M22T
•
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:
W ALSH CONSTRUCTION INC.
CONTRACTOR
Matthew T. Walsh August 19, 2014
Printed Date
President
• CI-119
License Number (If Applicable)
a
(Sea[ - if Bid is by corporation)
Attest: rD�
Address 8139 Op, Vines Pmrry Laydod CO 80577
Telephone 970- 22-8227-Fax 970-278-9796
Email mett(OmIshconstruction.us
SECTION 00400
SUPPLEMENTS TO BID FORMS
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
Is
•
• SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned welsh Constmctlon. Inc.
as Principal, and Employers mutual casualty company , as Surely, are hereby held and firmly
bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Five Percent (5%)of the Amount Did
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, 7676 E Lincoln Ave & S
Lemay Ave Improvements.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the
• - form of Contract attached hereto (properly completed in accordance with said Bid) and
shall furnish a BOND for his faithful performance of said Contract, and for payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid, then this
obligation shall be void; otherwise the same shall remain in force and effect, it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation as herein
stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its BOND shall be in no way impaired or affected by any extension of the time within which
the OWNER may accept such Bid; and said Surety does hereby waive notice of any such
extension.
Surety Companies executing bonds must be authorized to transact business in the State of
Colorado and be accepted by the OWNER.
0
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals •
this day of Au9usl 19 , 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 SURETY
Name: W hC Irucrpn inc Employers Mutual Casualty Company
Address: 8139 Open View Place
Loveland CO 80537
Des Molnes, I,A 5550306
By:
By
j�pi}
Tl
Tltll--a
Title: AshleyK Anderson /ABorney-in-Fact
•
4 2 13
By
By:
/J
(SEAL)
- (SEAL)
0
•
l J
•
/EMC.
INSURANCE P.O. Box 712• Dew Molnar, Iowa 50306.0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation I. Dakota Fire Insurance Company, a North Dakota Corporation
2. EMCASCO Insurance Company, an Iowa Corporation 8. EMC Property 8 Casually Company, An Iowa Corporation
3. Union Insurance Company of Providence, an laws Corporation 7, Aamllten Mutual Insurance Company, an Iowa Corporation
4. Illlneis EMCASCO Insurance Company, an Iowa Corporation
hereinafter ralerred to severally as "Company"and colionvely as'Compwdee', each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, BRIAN MAYER.
TERRI L. REESE. BROOKE DIANA LEE BECK, ANITA CLAYTON KELLER, INDIVIDUALLY, GRAND JUNCTION, COLORADO
Its free and lawful allamey�ln-facl, with full power and aulhodfy conferred to sign, seal, and exeoute the following Surety Bond:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as It such inslmments were signed by the duly authorized officers M each such Company, and all
of the acts of Bald attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire Alan 1, 2015 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This PowerrobAttomey is made and executed pursuant to and by the authority at the following resolution of the Boards of Directors of each of the Companies at the
first regulaaly scheduled meeting of each company duly coiled and hold In 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and eu0rorty to (1) appoint allomeyean-feel end authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in tact at any time
and revoke the power and aulhority Saw to him or her, Altomayedmlacl shall have power and authority, subject to the toms and limitations of the powerobattorney
issued to ]hem, l0 execute and deliver on behalf of the Company, and to allach the seal of the Company ]hereto, bonds and undertakings, mcInsuances, contracts of
Indemnity and other vnitingsabilgaWr, Iho nature Ihereol,and any such ioslrumenl executed by any men allorneyIn-fact shall be luky and in ell respects binding upon
the C "" aey. Cetlilicalian astothe validity at any powora attorney --honed levels made by an a8lcerel Employees Mutual Casually Company shall be fully and in all
respeds binding upon This Campeny. The so
maps reproduced ugnalu a olsuch officer, whelhernmem herotctom orlemadler, wherever appearing upon
A
cer0fied copy olany pawaFapaRorney of the Company, shell be valid end binding upon the Company with the same farce and e8ect as though manually aaNerL
IN WITNESS THEREOF, the Companies have caused these presents to be signed knows by their ofilaem as shown, and the Corporate wets 10 he hereto affixed this
22nd day of June, 2010. ///jJ 8p GGG /yy�
Seals ..... /e`"-" '/LNG
ow-}�°a•°+,a`,. � &uce G. Kelley, Chairman Michael Fees
' ' b- ... ° ^= al Companies 2, 3, 4,588; Preedent Assistant Secml"
@� SEAL . ivwp ,_e F ,, +,, 1953 f _ of Company 1; Vim Chairman and
to %•. - :, ... CEO of Company?
On Its 22nd day of June. AD 2010 before me a Notary Public in and For the Slate of Iowa,
xP 'e�+"'e" w°�'•• personally appeared Brace 0. Kaliey and Madeel Free[, who, 5eln9 by me duly sworn,
3� ,y"°'°•:.a- v°' 'w:, "5 j u `, did say that they are, sort are known to me to be the Chairman, President, Vice Chairman
=b: SEAL g i- : SEAL l: : , SEAL g t and CEO, a,Nor Assistant Secretary, respectively, of each of the Companies above; that
' + • • e seals affixed to this Instrument m the seats of said corporations: at said Instrument
the e a ee el w ens, h r
9n was signed and sealed on behalf of each of the Companies by aulhority of their respective
"':a„°+Ii,','oud;:•' „wow.,.•'
. • Boards of ged th a and that the sold I Boca G. KelleybLand Micheal Feaact a d such and iho
�4 N. acknowledged the executlon of said Instrument to be their voluntary ad and dead, end Ito
Uiuq won ry act and deed of each of the Companies.
err LAUREL A. GLOSS My Commission Expires Ma 4.
COMMISSION N0. 1FyRES
s My(� MISSION EXPIRES
NMary pubis In aM far the State of Iowa
CERTIFICATE
I, James D. Clough, Vice President of the Companies, do hereby sonny that the foregoing resolution of Uw Boards of Directors by each of Ne Conga miss, and
this Power of ABomay Issued pursuant thereto on 22nd day of June, 2010, ere ]the and correct and are Mill In MB tome and eBecL
In Teslinomy Whereof I have subscribed my name and of iiwd the facsimile seal of each Company this 1mh day of /J Au9uet , 2014
i&� Vice Pendant
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: Walsh Construction Inc.
2. Permanent main office address: 8139 Open View Place Loveland CO 80537
3. When organized: Dec 1998
4. If a corporation, where incorporated: Colorado
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 18 years
6.. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.) •
see attached
7. General character of Work performed by your company:
G.C., Municipal Construction, Concrete, Sitework. Civil Bldg., Perk Construction,
River Stabilization, Erosion Control
8. Have you ever failed to complete any Work awarded to
If so, where and why?
9. Have you ever defaulted on a contract? no
CJIP 8/19/2014
•
•
L
PROJ.# NAMEIADDRESS CONTACT
I
107.14 rolect: HyaK Place liskordarft. 112-040.14,711M
OwneC Milender White Construction Co.
cab HP Boulder LLC _ start 710912014
_
12655 West 54th Dr
Est end Oct
Arvada, CO B0002
_ --
303-2164M n•Fax 303.21•0419
_ —_--
1U5.14-
rolec: Fire Training ener._ -POM278r_
Owner gtyofLongmont start e/25/201 4
Public Works & Nall Resources
Est nd Au
_
1f00 S. Sherman Sr.
Longmont, CO BOSOt
_._
303-Bb1.8 7— t 1112
Owner.
City ofL
Petrie Flhgera/d
start FIM
Public forks & Nae RBeotfrc9a
303-651.8349
est end ib o
1100 S. Sherman St.
aul_a.fitz erald ci.Ion mont.cou
Longmont, CO 60501
_ _
_
303-651.8817 - Fax 303-651-8812
102-14
Pro ect: 2014 Concrete Blanket
Owner: I City of Loveland
mike.b an. ci otloveland.o
$315,000.00
__all year 2014
- . --
_
Public Works De f
_
410 E. 5M St, Loveland, Ce 80537
Mike 8 rR
_ _
870-902.2027- Fax 97"62-2900 -
962-2559 - Fax 962-2908
1
44 Project tuverKesteratiOngwOOrW—OrTORT 7tr ,..
. Clubhouse 777 E Lincoln Ave.
Owner: City of Ft. Collins Mulb Ron Lemay Lon LlnwIn start 02/10/2014
300 LaPorte Ave., FE Collins, CO 80522
Enter from Linooln
Est End Dec
970-221.6775 • Fax 221.6707
Ower Rep,
I Wm T Watch Co., LLC
Will Waloh
1315 Oakddge Dr., Ste. 100
270-215.4099
IFtCDUkm 00 5
C 720-376-0912
GC:
MllenderWhBe Conslmcrlon Co.
sricks milenderwhite.co
Start 09/1113
12655 feat 64M Dr.
n Ury
Est end Aug2014
Arvada CO 60002
C720-541-3309
303-216.0420-FIx303.216Q479
bu milenderw i c
Ire TlRany3-00"197 - - _
Tifton Erdman c720-606-11 6
CereBedfMyroff: Emfly Neyfer3-M-0388
I wromanummuenoemnife.mM
28
210
Reset Water Slow OR
1
EA
$ -
29
210
Resist Bus Slap Bench & Sign
1
EA
$ -
30
210
Reset Mallbex
1
EA
$ -
31
210
Adjust Manhole
5
EA
$ -
32
210
Adjust Value Box
2
EA
$ -
33
304
Aggregate Base Course (Class 5 a 6)
5,917
TON
$ -
34
3W
Reconsidering is Inch)
10,414
BY
$ -
35
403
Hot MIx Asphalt (Grading S) (75) (PG 64-22)
2,408
TON
$ -
36
4W
Hot Mix Asphalt loading S)1100) (PG 6128)
1,269
TON
s -
37
409
Hot Mix Asphalt Patch (Gredins S) (74) (PG "U)
73
TON
$ -
38
412
Concrete Pavement (8 fth Dewway)
425
BY
$ -
39
412
Concrete Patent (11 Inch)
1,014
BY
$ -
40
412
Enhanced! Generate Cmsawstk
49
BY
It -
41
412
Median Nose
17
BY
$ -
42
506
Rlyrap (ryde L)
10
CY
$ -
43
603
8Inch PVC Saver Pips (CIP)
70
EA
$ -
44
603
15 Inch RCP (CIP)
68
LF
$ -
45
603
15 Inch HDPE Pipe (CIP)
168
LF
$ -
46
603
15 Inch Caiciete End Section
1
EA
$ -
47
6W
15 Nch HOPE End Section
1
EA
$ -
48
W3
18Inch Reink n:e l Concrete Pipe (CIP)
32
LF
$ -
Inch Reinforced Concrete Pipe (CIP)
264
LF
$24
Inch Reinforced Concrete Entl Section
1
EA
$Inlet
Type R (5 Feet)
1
EA
$Inlet
E4960324
Typo R (10 Fact)
2
EA
$Manhda
Side Base (4 Fool)
2
EA
$48Incut
Flat Tap Stain Sexy Manhda
2
EATerepwary
Aapinalt Side adlk IT Depth)
299
TON
E -
Addendum 3 — 7676 E Lincoln Ave & S Lemay Ave Improvements Page 3 of 6
•
•
E
If so, where and why?
10. Are you debarred by any government agency?
If yes list agency name
11. List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type of
construction.
Bellvue Water Treatment Plant $455,711 09/01/2012 -Structural Concrete
Pioneer Park $876.319. 07/0112013.- Municipal Public Use
Water's Way Neighborhood Park $1.414,746. 10/01/2012 - Municipal Public Use
12. List your major equipment available for this contract. •
see attached list
13. Experience in construction Work similar in importance to this project:
Tumbeny Road Landscape & Irrigation, $250,200 /City of Ft Collins, Mark Laken 970-221-6775
200 pedestrian Improvements, SI61,896./City of Loveland, Justin Stone 970-962-2642
2012, 2013, 2014 Annual Concrete Blanket Repairs, 5375,000/City of Loveland, Mike Bryant 970-962-2727
14. Background and experience of the principal members of your organization, including
officers:
see attached resumes
•
WALSH CONSTRUCTION INC. EQUIPMENT LIST W10/2W4
•
•
heW No 3500
2001
'allmmnnaEmck 6M Whet
1888
Immaterial Truck
19114
Vilmp 10 Tao - -
1987
fility Turner _
PON
Bra F350 XLT _
2OW --
KI TEX Unity Trailer _
-
2010 _
havyLOW Truck C_t690H011mnm)
2005
ACK Gump Truck
1992
uzu lmrlc
2004
uN F450XL Came 40unlace
20B6
mi F250XL Utility Track
A11
Omy 3500 Utility Truck
M03
Ieing Nk Water truck
1990
ACK Truck trailer
1aB0
utu A. Tmk
2010
_
lament End Gump
gone
AT DON XLD.r
nos _
ASE E.Ior 9030B
1098
.No Excavator
2W5
TSI B811 Oump
2011
1ematceld Dump Truck
INS
Bee 1846 SmItener
ASE Burk0oe 580SL
199e
ASE 5eOM 40 Leader Beckhoe
2006
almplller CP.433C Comprctor
1008
yetler Beomm. Hydraulk Hemmer.
21OLE 44 Loachu �
00un
ateko SKSOSR 3 NMI EmavaWr_
- -
2005-
Omatsu SFMateer -
2005--
) Loa5er - -
- --
2002
uA King halter - �
ION
RIIA Tether ..
10T1 ..
obila ATV
2014
ervker
/adx Tend..
Ten .. Monkery,
-_
comlpeRolbr
iPK AircompmuG
1003
1052-
Hydraulic compacmrj
PK Hydraulic laemer 0adtck
Tamp
Jackm BmhV Jumping Jerk Tamper
JeWRammer
2008
harypi,umpl
hempen Motor _.
19"
IW,qWp MT45HSJuaOJack
_
eyerLd.1 Imem
1p GA OHZR Ge8 . .
.calleur Manualurble
IUWy 000Wait 5 KWGen Se
Ou
Venetic, Leader Beckhma PlateCwTINorm _
ve0er-Miler1
eeman Comparator
_
kcatiburaThumb
Moker P31A Sto Pm/HeM
ono -to Pevmrmaket _
e1 ke.Walk SConGele S.
ed
TOAL
Saw T5920A
Bmom
rr Bucket
CV36M Coleete Nerates
PSI Prenme Wearier
u __.. M0)
k Sely Prop._ _
is Cul-o0 army partner_ _.
(-Stone War
on
Ur Hammer
Ur Hemmer _
23W 3In. Pump
13V 31n. Pump
141H 4In, Pump _.
I
In Traffic Bmrela
a her Senate
Toole
00inp
eveneweeher
Matthew Walsh
EDUCATION
B.S. - Construction Management, Colorado State University, Fort Collins, CO 80521
Major GPA: 3.0/4.0 May 1997
Course Content: Construction Project Administration, Scheduling & Planning,
Construction Contracts, Construction Estimating, Safety
Management, Labor Relations, Elementary Structural Design
WORK EXPERIENCE
Walsh Construction, Inc. Loveland, CO. July 1998 - Present
General Contractor
• President/Owner
R.D. Stewart, Inc. Loveland, CO. August 1997 - July 1998
General Contractor, Contact: Dave Hall (970) 669-1500
• Project Manager
• Oversaw project operations for commercial and multi -family construction
• Project estimating, budgeting, scheduling, cost control, general administration •
• Negotiated, wrote and organized all subcontracts
• Performed on -site supervision
• Reported to Divisional Operations Manager
Amnia Construction Corp. Huntington Station, N.Y. Summers/Winters 1988-1997
Civil Construction, Contact: Prescott Ammarell (516) 351-6124
• Supervised operations related to concrete, sitework and steel fabrication
• Assisted in project estimating
• Modified company's job cost control system
• Diagnosed possible managerial problems in company
• Assisted office engineer in everyday duties
• Assisted in organizing and maintaining companies shops and yard
• Operated wide range of heavy equipment
• Drove tractor/trailer combinations to move equipment and materials to variousjobs
• Performed general labor duties
Self - Employed, Walsh Contracting, Northport, N.Y. Summers 1993. 1995
Residential Landscape Construction
• Initiated company's existence
• Contracted work related to residential landscaping
• Planned, organized and supervised everyday operations
{.pad Use Environmental Corp. Paiting Ho�hiw, N.Y. Summer 1993
• Performed general tasks in accordance with mmsh and wetland renovation .
Celine E. Asbury I CelineAsbury@comeast.net I C 303-506-17641
Celine is well rounded in both Residential and Commercial Construction.
Her strengths are in preconstruction, detailed planning, project management,
estimating, project buyout and contracts. Celine is an excellent
communicator which allows her to develop lasting relationships. She is ready
to be part of dynamic team. Celine adds immediate value to any project with
over 11 years of industry experience.
Strengths
Pre -Construction Project Management
• Estimating and Buyout Value/Cost Engineering
• Contract Negotiations and Writing Scheduling
• Detail Oriented while keeping Communication and Problem Solving
with big picture goals.
Experience
•
Asrociale Broker.
• FourStar Real Estate. Boulder, CO (8/13-Current)
•
Broker for Commercial and Residential properties.
Owner
• Asbury Construction Management. Longmont, CO. (4/05 —Current)
'
Owners Representation and Construction Management services, focused on
preconstruction services, effective management and successful project delivery.
Responsible for supporting: Business Development, Budgeting,Contracls, Purchase
Orders, Change Order Management, Scheduling, Quality Assurance/Quality Control,
Closeout, Retail TI Leasing and Project Closeout.
EstunamrJPr•nlecl Engineer
M.A. Mortenson. Denver, CO. (12/00 — 5/03)
Responsible for estimating, buyout, budgeting for numerous projects including: The
Denver Art Museum, Exempla Good Sumarimn Medical Center, 2200 Market Street
Lofts, RTD Elati Maintenance Facility.
Prior to estimating Celine worked as a Project Engineer on the BroadmoaHotel, Phase
2 including: new pool, pool house and Northlake Hotel renovation $22M.
Projecl Engineer
Roe] Construction Inc, San Diego CA. (2000) Internship
Management of documentation and record keeping by way of maintaining Procumnenq RFI's
and Submittals as well as meeting minutes. Other support roles include, Change Orders,
Contracts and Scheduling.
Office Engineer
AMMA Construction Inc. Huntington Station, NY, (95-97) Summers
Responsible for maintenance of correspondence, review of submittals, li As-Builts
and closeout documents.
Education and Licenses
- State of Colorado Associate Broker License
- Bachelor of Science in Consbuction Management Colorado State University 2000
- ECS—(COOT 2010)- Erosion Control Supervisor Certification
CellueAsbur,<ajcomcas2ner-1112 E.P Ave. Lougntonl CO80504-303-506-1764
Notable Projects
• $600M — The 3W Marriott San Antonio Hill Country Resort & Spa is a 1,002 room
Hospitality resort hotel. 'fire property features 140,000-square-feet of meeting space, two TPC golf
courses and a sophisticated spa. This is a ground -up development which consists of 12
structures; seven contiguous structures housing guest Boors, the lobby and restaurants; one
337,440 square foot conference center structure that includes the executive boardroom; four
an uctures related to recreation including a Spa, Golf Clubhouse and Pool Bar. The project
also includes the development of 36 holes of TPC golf with courses designed by Greg
Norman and Pete Dye, The Resort is positioned to be an AAA Four to Five Diamond resort
ofsuperior quality. Scheduled opening January 2010. San Antonio, TX.
• 22M — Broadmoor Hotel Phase 2, included new infinity pool, waterslides, pool house and
renovation ofNonhlake building, Colorado Springs, CO
Multifamily • 560M — Talking Waters Mixed Use Development, 65 acres on the Uncompaghre River in
Montrose CO. Green Field Phased project complete with 70 single family units, commercial
pads and room for assisted living facilities. Montrose, CO
• $12M — Blue River Crossing, four story upscale condominium development in Silverthorne
CO. Works as CM through as Owners Rep through RFP pricing. Silverthone, CO
A4nsenm • H0M— Denver Art Museum, addition to the existing art museum designed by Daniel
Libeskind. The building has become a landmark in Denver due to exterior angles and being
clad in a titanium skin. Denver, CO
133M— Exempts Good Samaritan Medical Center, a 174 bed hospital with over •
Healthcm•e • 477,000sf. Lafayette, CO
• S3001, —Children's Garden, interactive park for the City of Fort Collins CO. Complete with
Municipal a waterfall, pond, picnic shelter with hydroscape grass roof and hand pumps for children
related activities. Fort Collins, CO.
• 1.3M — Sunset Pool Bathhouse, Longmont CO Municipal pool facility complete with party
room, offices, 4 restrooms and snack bar.
• $140K — Nix Farm, Historic Barn renovation and construction of new loafing shed. City of
Fort Collins, CO.
• $140k — Saint Stephens Plan, new landscape park on Main Street, including 400SF
fountain with tiered water feature, Lower Downtown Development Authority, Longmont,
CO.
E
CelineAsbitrj{k'anreaxl.,zet-1111 E. 3P Ave. Longmont CO 80501-303-506-1764
• 2338 Whistler Drive Brian G. Becker 720.987.3954
Longmont, Colorado 80504 tarMog@hotmail.com
Experience Summary
Over 15 years of experience successfully managing and supervising projects in the construction
Industry. Projects valued between $50K and $20M. Projects have been completed in the public
sector for the Army Corps of Engineers, the U.S. Department of Energy, the State of Colorado,
multiple counties, school districts and municipalities in Colorado. In the private sector
successfully completed projects in aviation, tenant finish and residential custom homes. A
detailed, energetic and well liked manager delivering projects on time, on budget and to the
client's satisfaction.
Areas of Expertise
• Commercial, institutional and residential • Supervision/coordination of subcontractors
• Project management • Safety and OSHA compliance
• • Schedule managemeht • Estimating and budget creation
• Change management • Excellent communication skills
Professional Experience
Walsh Construction, Inc. — General Contractor Mar 2013 — Present
Loveland, Colorado
Project Superintendent
• U.S. Army Corps of Engineers — Army Reserve Center, Windsor, CO
• City of Fort Collins — Tumberry Road improvements
• City of Fort Collins — Spring Creek Trail
• Town of Berthoud — Pioneer Park
CG Construction, Inc. — General Contractor Feb 2010 — Feb 2013
Englewood, Colorado
Project Manager/Superintendent
• NREL Field Test Laboratory Building — Thermo -chemistry Lab 101
• NREL Field Test Laboratory Building — Synthetic Chemistry Labs 235/236
• NREL Alternative Fuels User Facility — Process Development Unit
• NREL Vehicle Test Pad
• Widefield Water and Sanitation District — Air Stripper Plant #2
• . Colorado Department of Agriculture — Security Envelope Upgrades
III
F&D International, LLC — Project Management/Owner's Representation Feb 2007 — Oct 2009 •
Niwot, Colorado
Project Manager/Engineer
• Grand County Judicial Center
• Grand County Administration Building remodel
• Steamboat Springs School District — Soda Creek Elementary
• Steamboat Springs School District — Strawberry Park Elementary
• Steamboat Springs School District — Steamboat Springs Middle School
• West Grand School District — PK-8 School
• East Grand School District — Middle Park High School
• East Grand School District — Granby Elementary School
• East Grand School District — Fraser Valley Elementary
• XJET FBO — Centennial Airport
• )JET Fuel Farm — Centennial Airport
Walsh Construction, Inc. — General Contracting Jan 2001 — Dec 2006
Loveland, Colorado
Superintendent
• City of Loveland — Marianna Butte Golf Course on course bathrooms
• City of Loveland — The Old Course on course bathrooms
• City of Fort Collins —Spring Park
• City of Loveland — Eagleview Park
Wildflower Homey, LLC — General Contracting Mar 1999 — Apr 2005
Fort Collins, Colorado •
Owner/Partner
• Custom Builder — 9 Houses design/build
• Tenant Finish - multiple projects
• Site Development — Dunes Park Neighborhood Pool/Playground
James Construction Company, Inc — General Contracting Dec i997 — Jun 1999
Fort Collins, Colorado
Superintendent
• Miramont Village PUD — completed 42 luxury patio homes
• Site development for Phases 2 & 3 — utilities, curb and gutter, roadway for 30 new lots
Education
Colorado State University Aug 1993 — Dec 1997
Bachelor of Science — Construction Management
Training
OSHA 10 Hour Training Course — Miller Safety Consulting — March 2010
Heartsaver First Aid / CPR — Miller Safety Consulting — September 2010
Fall Protection — Miller Safety Consulting — February 2012
Scaffold Training — Miller Safety Consulting — February 2012
Aerial Lift Training — Miller Safety Consulting — November 2012 •
1•
15.
Credit available: $ 4 mil
16.
Bank Reference: Adams Bank & Trust; Greg Harrell 970-667-4308
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
If yes, in what city, county and state? Fr Call ns I .in I e: mer Gnty I n gmcm Graaloa
Weld County and more
What class, license and numbers?
19.
Do you anticipate subcontracting Work under this Contract? Yes
15 % Paving, 2% Tree Removal,
•
If yes, what percent of total contract? 5% Landscape, 3% Traffic Control
And to whom?
20.
Are any lawsuits pending against you or your firm at this time? no
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL 2,000,000.
What company? United Specialty Insurance
22. What are your company's bonding limitations? 4,000,000.
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.
Dated at Loveland this +na , day of August 2014.
Company: Walsh Construction Inc.
By:
Title: President
State of r olnradg
County of
Matthew T Walsh
(Name)
Printed: Matthew T. Walsh
being duly sworn deposes and says that he
Of Wolch Conch ir_t'nn 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 19th day of August 2014.
Ld NANCY MARI�$tA:l¢
'NotaryPublic
aTAETAOF CoioR�AW
NOTARY le 19 3401T4J1
. CCMM5610N F%PIIlE6 NOYF1P8l'.e. xM I
My commission expires: 11-30-2017
0
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15 % of the contract.
ITEM
•
SUBCONTRACTOR
•
•
56
BOB
Concrete Sideaelk IS Inch)
1,473
SY
$ -
57
608
Ccnchhe Cub Ramp w/ Truncated Dome (6lroh)
143
SY
$ -
58
No
Cub aW Ginter Type 2 (Section FB)
2,757
LF
$ -
59
W9
Cub mM Gutter Type 2 (Session 11.8)
2,239
LF
$ -
60
610
Exposed Aggregate Median Splash Guar (41nch)
1,781
SF
$ -
61
610
Exposed Aggregate Median Caer
1,590
SF
$ -
62
619
B Inch PVC Water Main(G-")
SO
LF
$ -
63
619
B Inch x 61nch Ra lueer
1
EA
$ -
Ba
619
81nch x 241nch Tapping Satldle
1
EA
$ -
65
619
8Inch Gale Vale
1
EA
$ -
66
619
Fire HyMant Aaaemdy
i
EA
$ -
67
626
Mablllzwion
1
LS
$ -
68
630
Type 111 Bticade
3
EA
$ -
69
6w
Cant wlion Zane Tame Ccrdrl
1
LS
$ -
LarWerapin Rem*
70
207
Menfim Topsail -
1,790
CY
$ -
71
207
T. Lean Tapacil
319
CY
$ -
72
207
LlnWh Ale Parkway Topsail
250
CY
$ -
73
212
Dryland Seed
47,475
SF
$ -
74
213
LaMacape Boulders-A'Boulper
31
EA
$ -
75
213
Landscape Swldare -'B' Bwlder
20
EA
$ -
76
213
Lanc..aps ecurars -'C Boulder
16
EA
$ -
77
213
Landscape Weed Barer Fabric (ALL hnrgenic beds)
739
SY
$ -
76
213
Steel Edger
1,560
LF
$ -
79
213
Waal (Olgenic) Mulch
9,420
SF
$ -
80
213
Irwlganic Mulch
6,650
SF
$ -
81
214
Omamemal Street Tree r
32
EA
$ -
82
214
Deciduous Street Tree Z'
3
EA
$ -
83
214
Shmbs 5 Gal
418
EA
$ -
84
214
Perennials 1 Gal
536
EA
$ -
Addendum 3 — 7676 E Lincoln Ave & 8 Lemay Ave Improvements Page 4 of 6
SECTION 00500
AGREEMENT FORMS
00510
Notice of Award
00520
Agreement
00530
Notice to Proceed
•
' SECTION 00510
NOTICE OF AWARD
DATE: September 8, 2014
TO: Walsh Construction Inc.
PROJECT: 7676 E Lincoln Ave & S Lemay Ave Improvements
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated August 19, 2014 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
7676 E Lincoln Ave & S Lemay Ave Improvements.
The Price of your Agreement is One Million Seven Hundred Thirty -Two Thousand Seven
Hundred Eleven Dollars ($1.732.711.00).
Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany
this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise
made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days of the date of
this Notice of Award, that is by September 9. 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.
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 Docum;ached.
Citv of F rt" Ili e`
OWNE
By: J)
Ge S. P I
Director of Purchasing & Risk Management
0
.
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 8th day of September 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
Walsh Construction 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 7676 E Lincoln
Ave & S Lemay Ave Improvements and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by Intenvest Consulting Group. City of Fort
Collins Engineering 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 within fifty (50) calendar days
after the date when the Contract Times commence to run as provided in the
General Conditions and completed and ready for Final Payment and
Acceptance in accordance with the General Conditions within twenty (20)
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 Thousand Dollars ($2 000) for each calendar day or fraction
thereof that expires after the fifty (50) calendar day period for
Substantial Completion of the Work until the Work is Substantially
Complete.
2) Final Acceptance:
After Substantial Completion, Two Thousand Dollars ($2.000) for each
calendar day or fraction thereof that expires after the twenty (20)
calendar day period for Final Payment and Acceptance until the Work is
ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: One
Million Seven Hundred Thirty -Two Thousand Seven Hundred Eleven
Dollars ($1,732,711.00), in accordance with Section 00300, attached and
incorporated herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article
14 of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Application
for Payment as recommended by ENGINEER, once each month during
construction as provided below. All progress payments will be on the basis
of the progress of the Work measured by the schedule of values
established in paragraph 2.6 of the General Conditions and in the case of
• Unit Price Work based on the number of units completed, and in
accordance with the General Requirements concerning Unit Price Work.
5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in each
case, less the aggregate of payments previously made and less such
amounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with paragraph 14.7 of the General Conditions. If , in the sole
discretion of Owner, on recommendation of Engineer, Owner determines
that the character and progress of the Work have been satisfactory to
OWNER and ENGINEER, OWNER may determine that as long as the
character and progress of the Work remain satisfactory to them, there will
be no additional retainage on account of Work completed in which case the
remaining progress payments prior to Substantial Completion will be in an
amount equal to 100% of the Work completed. 95% of materials and
equipment not incorporated in the Work (but delivered, suitably stored and
accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the
application Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to
95% of the Contract Price, less such amounts as ENGINEER shall
determine or OWNER may withhold in accordance with paragraph 14.7 of
the General Conditions or as provided by law.
0
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in S
accordance with paragraph 14.13 of the General Conditions, OWNER shall
pay the remainder of the Contract Price as recommended by ENGINEER
as provided in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and
Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of
the General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise
may affect the cost, progress, performance or furnishing of the Work as
...CONTRACTOR considers necessary for the performance.or furnishing of
the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents,
- including specifically the provisions of paragraph 4.2 of the General
Conditions; and no additional examinations, investigations, explorations,
.. tests, reports, studies or similar information or data are or will be required
by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site and assumes
responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports, studies
or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and furnish the
Work at the Contract Price, within the Contract Times and in accordance
with the other terms and conditions of the Contract Documents, including
specifically the provision of paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors
or discrepancies that he has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
•
• ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General
Conditions, Supplementary Conditions, those items included in the
definition of "Contract Documents" in Article 1.10 of the General Conditions,
and such other items as are referenced in this Article 7, all of which are
incorporated herein by this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are
not limited to, the following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2.6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
SHEET NO.
DESCRIPTION OF SHEETS
1
COVER SHEET
2.3
GENERAL NOTES
4
SUMMARY OF APPROXIMATE QUANTITIES
S-7
HORIZONTALCONTROLPLAN
8.9
TYPICALSECTIONS
10.13
•
REMOVAL& RELOCATION PLAN
14. 18
ROADWAY PLAN&PROFILES
20-22
MEDIAN PLAN & PROFILES
23-28
GRADING PLAN& EROSION CONTROL PLAN
27-28
INTERSECTION GRADING PLAN
28-31
UTILRY PLAN &PROFILE
32-38
SIGNING & STRIPING PLAN
38-40
CROSS SECTIONS
41 -47
CONSTRUCTION DETAILS
LI-L7
LANDSCAPE PLANS
IRO -IRS
IRRIGATION PLANS
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 3, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract
Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated
by reference in this Article 7. The Contract Documents may only be
amended, modified or supplemented as provided in paragraphs 3.5 and 3.6
of the General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the General
Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the •
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment no
assignment will release or discharge that assignor from any duty or
responsibility under the Contract Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
OWNER: CITY OF FORT C LI CONTRACTOR: WALSH CONSTRUCTION
INC.
By: r By:
FTA TTCaroov ITV AAA Ar-!=P
By: �Wi
GORY S. PAUL PRINTED .
DIRECTOR OF PURCHASING
AND RISK K MANAGEMENT
Title: ear' [% "V` Title:
Date: 3 ° Data:
. o.....:.•.c4,
City Clerk
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
pproved as to orm(
L
Ass as City Attorney
SEAL 1
1 1 (CORPORATE SEAL)
Attest
Address for giving notices:
WALSH CONSTRUCTION. INC.
PIPG nPFN VIEW PLACE
LOVELAND, CO 30537
19701622-847
License No.: df—//9
W
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7676 E Lincoln Ave & S Lemay Ave Improvements
To: Walsh Construction Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within (_) calendar days from receipt of this notice as
required by the Agreement.
Dated this day of , 20_
The dates for Substantial Completion and Final Acceptance shall be , 20_and _
. , 20_, respectively.
City of Fort Collins
OWNER
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this _day of
20_
CONTRACTOR: Walsh Construction Inc.
By:
Title:
0
SECTION 00600 .
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630
Certificate of Insurance
00635
Certificate of Substantial Completion
00640
Certificate of Final Acceptance
00650
Lien Waiver Release (CONTRACTOR)
00660
Consent of Surety
00670
Application for Exemption Certificate
0
U
• SECTION 00610
PERFORMANCE BOND
Bond No. S432035
KNOW ALL MEN BY THESE PRESENTS: that
Walsh Construction Inc.
8139 Open View Place, Loveland, CO 80637
(an Individual), (a Partnership), (a Corporation , hereinafter referred to as the "Principal" and
(Firm) Employers Mutual Casualty Company
(Address) RO, Box 712, Des Moines. IA 50306
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300
Laporte Ave Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of One Million Seven Hundred Thirty -Two Thousand Seven
Hundred Eleven Dollars ($1 732 711.00) in lawful money of the United States, for the payment
of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the Bth day of September, 2014, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
7676 E Lincoln Ave & S Lemay Ave Improvements.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof which may be granted by the OWNER, with or
without Notice to the Surety and during the life of the guaranty period, and if the Principal shall
satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and
save harmless the OWNER from all cost and damages which it may suffer by reason of failure
to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER
may incur in making good any default then this obligation shall be void; otherwise to remain in
full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
0
05
214
Ornamental Grasses 1 Gal
337
EA
$ -
Be
214
taiMscape Maiirtenance(2 YeM(Meduvi, Only)
1
LS
$ -
87
623
Inrigation System -Medians
15,653
SF
$ -
88
623
Sprinkler Imgalion, West ROW, sensor from Private Property
7.W8
SF
$ -
89
623
Dip lmgation, Wast ROW, eared from Private Property
1,400
SF
$ -
90
623
Bubbler Irrigation Zones to Naw Trees, West ROW, north Of Magrolla
2
EA
$ -
91
623
Bubda IMgetlon Zones to New Trees, Wast ROW, south of Magnolia
6
EA
$ -
92
823
ImgaBon Cmcrol System- Medians arol south West tore bubblerzmes
1
EA
$ -
93
623
Beck rim Corolla Pad end Endmuw Median
1
EA
$ -
Landscaping Peme-Phese2
94
212
Tuff Scat -West PaMWay
7,330
SF
$ -
95
213
Landscape Boulders -'A' Boulder
10
EA
$ -
96
213
Landscape Boulders -'B'SoUcar
7
FA
$ -
97
213
Landscape Weed Banter FaGic (ALL nor anic beds)
138
BY
$ -
96
213
Stet Edger
420
LF
$ -
99
213
Wood(Oiganic) Mulch
1,500
SF
$ -
im
213
Inorganic Mulch
1,250
Sir
$ -
101
214
Omemerval Strsat Tree Z
11
EA
$ -
102
214
Daciduam Street Tree 2'
10
EA
$ -
103
214
Shrubs S Gel
60
EA
$ -
104
214
Ornamental Grasses 1 Gal
70
EA
$ -
Work To Se Performed By Olham
105
210
Rest Cathatle ProtecOlan Wit
3
EA
$ -
I w
210
Reset Street Lt9hl
7
EA
$ -
107
210
Reset Water Meta
1
EA
$ -
108
614
Magnolia Intersection Traffic Signal
1
US
$ -
109
614
Signing
7
EA
$ -
110
619
Blow -off Fire Hytlmnt Assembly
1
EA
$ -
ill
-
Bus Shelter
1
FA
$ -
112
625
Construction Surasying
1
tS
$ -
113
6V
4Inch Dcude Yellow Lane Una
390
LF
$ -
Addendum 3 — 7676 E Lincoln Ave & 8 Lemay Ave Improvements Page 5 of 6
•
•
0
• IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 12 day of September . 2014.
IN P SENCE OF: Principal
C Walsh Construction, Inc.
(Title) (Title) eta
(Corporate Seal) 8139 Opan Vlaw Plaw, Loveland, CO 80637
(Address)
IN PRESENCE OF:
IN PRESENCE O
• Mary RJtl our �G
(Surety Seal)
11
Other Partners
surety -Em oy.. Mutual Casuallyc mpany
By. MnNyK maµlmFad
P.O. Box 712, Des ea, IA 50306
(Address)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
t
SECTION 00615
PAYMENT BOND
Bond No. sa32035.
KNOW ALL MEN BY THESE PRESENTS: that
Walsh Construction Inc.
8139 Open View Place, Loveland, CO 80537
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Employers Mutual Casualty Company
(Address) P.O. Box 712, Des Maine., IA 50306
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 One Million Seven Hundred ThirtV-Two Thousand Seven
Hundred Eleven Dollars ($1,732.711.00) in lawful money of the United States, for the payment
of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 8t i day of September, 2014, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
• 7676 E Lincoln Ave & S Lemay Ave Improvements.
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
12 day of September , 2014.
IN PRSENCE OF:
Principal
<-.
7
Walsh Construction. Inc.
SGGrG'I-%-^3/
(Title) '-7V�
(Titlej��ESid�tS�'
(Corporate Seal)
8139 Open View Place, Loveland, CO 80537
(Address)
IN PRESENCE OF:
Other Partners
NIA
By; NIA
By:
IN PRESENCE O
Surety -E npl m Mutual Casually Comp y
f!
By
ey N.M@iwn/Pllom - Fact
• MaryRidenour
P.O. Be. 712, Des Moil o
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
0
/EMC.
INSURANCE P.O. Box 712• Des Moines, Iowa 50301
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that
1. Employers Mutual Casualty Company, an Iowa Corporation I. Dakota Fire Insurance Company, a North Dakota Corporation
2. EMCASCO Insurance Company, an lows Corporation 6. EMC Properly ItCasualty Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corpoatlon 7. Hamilton Mutual Insurance Company, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company' antl collectively as •Campanian•, each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, BRIAN MAYER,
TERRI L. REESE, BROOKE DIANA LEE BECK, ANITA CLAYTON KELLER, INDIVIDUALLY, GRAND JUNCTION, COLORADO
Its true and lawful atlomey-in-fact, with full power and mentally confemed to sign, seal, and execute the following Surety Bond:
ANYANDALLBONDS
and m bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized offices of each such Company, and all
of the acts of mid attorney pursuant to the authority hereby given are hereby ratified and confined.
The authority hereby granted shall expire April 1, 2015 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Powarof-Atlomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies W the
got regularly scheduled meeting of each company duly called and held In 1999:
RESOLVED: The President and Chief Execmlve Officer, any Vice President, the Treasurer and the Secretary of Emplowis Mutual Casualty Company shall have
power and aulhoriry to (1) appoint aRomays-In-fact and authorize them to execute on behalf of each Company end attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of IndemNry and other writings obligatory in the nature fheram; and (2) to remove any such attomey-in-fact at any time
and revoke the pow rrand authority given he him or her. Atmmeys-io-hct shall have power and authority, subject m the terms and limitations of the power-ofarorney
issued to them, 0 execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizences, contracts of
indemnify and other writings obligatory in the nature thereof, and any such instrument executed by any such aaamey-In-fact shall be fully and in ore respects binding upon
the Company. Certification as to the validity of any power-ofatlorneycommitted herein make by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facslml le or mechanically reproduced signature of such officer, whether made heretofore or hereafter, Wherever appearing upon
a certified copy of any power-of-mo rnmy of the Company, shall be valid and binding upon the Company with the seine force and effect as though manually, affixed.
IN WITNESS THEREOF, the Companies have caused these present m be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of June, 2010.
AIZ—
.`°Y °^^ '.=fp„w•°.:; 2'.�'s'I,Seals
Bruce G. Kelley, Chairman Michael Fmel
of Companies 2,3,4,566; Presider reta Assistant Secry
�gE SEAL; , s3 1663 :o: 1953 : of Company l; Vice Chairman and
`°",' ..,,:' F F�. o•, imw;YA., . CEO of y
T
,Y p„ •• ;, .�;,nwi Onthis22nd dayet June, AD20f0 halos me a Notary Publicin and forthe Stale of Iowa,
^� ,.••' -• v `1; personally appeared Brace G. Kelley and Michael Fre il, who, being by me duly sworn,
��P �"° °"%°� = c s; .✓•°"@'= s % ,`_ did my that they are, and are known to me to be the Chairman, Presidenl, Vice Chairman
_ S 2 SEAL 5's = S a SEAL iiii i; SEAL and CEO, andfor Asslsmrd Secretary, respectively, of each of the Companies above; that
• ' the seals affixed to this Instrument are the seas of said corporations; that said Instrument
-'•1„°»,;'o;�".•` i;�.. vx was elgnetl antl sealed on behalf of each of the Companies by authority of their respective
"'•^ ""'^'"• " ° Boards of Directors; and that the said Bruce G. Kelley and Michael Freet, as such oMcem,
eTU acknowledged the execution of sail Instrument to be their voluntary act and deed, and the
v� voluntary act and deed of each of the Companies.
LAUREL A, BLOBS My Commission Expires March 13, 2014.
?TBfA® COMMISSION NO. 183662
PIRES e q ^
v' > AN AIMISSIONEVR/RES (J�)z^v ^'l"L'"',-.e[/—(il. /A~Lap-�ue, `,I,✓..Uj
a'o/Inns, to`e owe 3^I
Notary Public in and for the Stale of Iowa
CERTIFICATE
1, James D. Clough, Vice President of the Companies, do hereby of that the foregoing reaolubon of the Boards of Directors by each of the Companies, and
this Power of Atlamey Issued pursuant thereto on 22nd day of June, 2010, are true and correct and are stil In full tones and effect
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 12N day of September 2014
(— �Q ` J /Z Vice Prea dent
• SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
•
40
OP ID: TA
d►m��zn CERTIFICATE OF LIABILITY INSURANCE
0911612116/2014
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: H the certificate holder is an ADDITIONAL INSURED, the polloy(lol must be endomed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A steOment on this certificate does not confer rights to the
certificate holder In lieu of such endomeme s).
PRODUCER Phone: 970-22348
Front Range Insurance Group
1100 Haxton Drive Suite 100 Fax:INC.No:
Fort Collins, CO 80525
COXTPC�
rxoxe FAX
E.WJL
David A. Wooldridge LUTCFAAI
MD&WALSH4
INSUM APEOMN000V8MOE
NAIeR
INSURED Walsh Construction, Inc.
INBORN A: Plnmcol Assurance
41190
Matthew Walsh, Pres.
8139 Open View Place
Loveland, C080637
INSUREI V"u.° ap call, lnsur nue
IxeuReR c: Travelers
25882
INSUMRD:Atul
INSURIRE:
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.
less Im
TYPE OF IXNIRANCE
POLICYNUMBER
POLICY EFF
POLICY UP
LIMITS
B
OlNIRALWBILIrY
X COMMERCIALGENERALDABILRY
CUPMS#UDE �X OCCUR
X
BV01412931
0711312014
0711=01$
EACHCCCURRENCE
f 1,000,00
PREMISES EPacwmnu
$ 100,00
MEGEXP A o
f BOO
PERSONALIAOVIWURY
8 1,000,00
GENERALAGOREOATE
S 2,000,00
GENL MMREGTE
POLICY
LIMIT APPLIES MR:
[XI PRO- Lam,
pROOUCTS LOMP,DP AGG
f 2,000,0001
f
D
AussecaIl
LassuTY
AIRYALD,
ALLOWNEDAUTOS
SCHEWLEDAUTOS
HIREDAUTOS
NONJWNEDAUTOS
X
74164
X74164
X74164
X74164 -
/7/0311014
071OW2014
07/03/2014
0710 =15
0710312015
07M M15
COMBINED SINGLE UNT
E. esmm)
OCULY INJURY (Par pmn)
5 1,000,00
5
X
X
?ONLY auum 1Por sayllma
f
PROPERTY ."DE
(Pdxtldwo
5
X
X
5
r
U e"Ma"ALMe
EXCESS LIAe
OCCUR
CLUMSMACf
EACNa RMCE
$
AGGREGATE
f
OEWCDKE
RETEMION 3
f
Is
A
WORKERS COMPBNAXDON
ANYLOYENeLIAa1LD"TORY
PPOPRIETCRNARmERIEXEClI11vEYI"
0FMQFnMEM FR EXCLUDED? ❑
(Mande, In NH)
11 Yes de:cn neunder
OEBCRIv= OS OPrr"ous m
MIA
104361
05/01/201a
06/01/2016
WCSTATI4 X OTH-
LIMITS
EL EACH ACCIDENT
s 1,000,00
E.L. DISEASE -EA EMPLOYE
$ 1,000,00
E L DSEASEPOLICY LIMIT
5 1,000,00
C
camenom Equip
SH0 MM100A
OB0112014
06101/2016
SCh Equip 174,20
Leas/RBM 260,00
DESCRIPTION OF OPERATIONS I LOCATIONS I WHICUES coach MARD IN. MMXIwI Ramos Seedulo. X man, a Moved)
City of Port Collins Is listed as Additional Insured with respects to
the General Liability and Auto Policy.
CITY-02
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Fort Collins ACCORDANCE WITH THE POLICY PROVISIONS.
215 North Mason St
Fort Collins, CO 80521 AUMORDEO REPRESENTATIVE
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
• SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
•
40
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION:
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
PROJECT TITLE: 7676 E Lincoln Ave & S
Lemav Ave Improvements
LOCATION: Fort Collins. Colorado
OWNER: City of Fort Collins
CONTRACTOR: Walsh Construction Inc.
CONTRACT DATE: September 8. 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
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
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
OWNER
REMARKS:
By:
AUTHORIZED REPRESENTATIVE
0
0
0
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
20
TO: Walsh Construction Inc.
Gentlemen:
You are hereby notified that on the day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Walsh Construction Inc. for the
City of Fort Collins project, 7676 E Lincoln Ave & S Lemav Ave Improvements.
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
September 8, 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
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO:
City of Fort Collins. Colorado (OWNER)
FROM: Walsh Construction Inc. (CONTRACTOR)
PROJECT: 7676 E Lincoln Ave & S Lemay Ave Improvements
1.
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2.
In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives
all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims
(40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund of or in the
possession or control of the OWNER, against the project or against all land and the
buildings on and appurtenances to the land improved by the project.
.
3.
The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further -
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4.
The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any,
and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
5.
The parties acknowledge that the description of the project set forth above constitutes and
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and
may be relied upon by the OWNER, the lender, if any, and Surety on any labor and
material bonds for the project.
CI
•
•
114
627
4 Inch YNlwwhh4 Inch DeeheE Yellow Una
2,900
LF
$ -
115
627
4Inch Dashed White Lade Una (10rIwg with 30 pep)
1,227
LF
$ -
116
527
8Inch SoIld White Channelizirg line
4,388
LF
$ -
117
627
4 Inch Solid White Ulna
11521
LF
$ -
lie
627
41nch Dottetl White One
1,314
LF
$ -
119
627
Cmsswalk Bars
64
EA
$ -
im
627
Paw ent Marking
410
SF
$ -
TOTAL BASE BID
$ -
IN WORDS
Addendum 3 — 7676 E Lincoln Ave & S Lemay Ave Improvements Page 6 of 6
• Signed this day of , 20_
CONTRACTOR: WALSH CONSTRUCTION INC.
0
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of 20,
• Witness my hand and official seal.
Notary Public
My Commission Expires:
0
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins. Colorado (hereinafter referred to as the "OWNER')
CONTRACTOR: Walsh Construction Inc.
PROJECT: 7676 E Lincoln Ave & S Lemav Ave Improvements
CONTRACT DATE: September 8. 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) •
By:
ATTACH: Power of Attorney and Certificate of Authority oL-Attomey(s)-in-Fad.
0
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172 (12198)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 60261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
l.J
NnTweRp
The exemption certificate forwhlch you are applying must be used only for Me purpose of Pummeling MWMCticn 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
maleness which are purchased, rented. or consumed by the contractor and which do not become part of the structure. highway, mad,
street, or other public works owned and used by the exempt orgennabbit.
My unauthorized use of the exemption certificate will result in revocation of your exempton certificate and other penalties provided by
1.
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 certlfcautes to each of the subcontractors. (See reverse side).
FAILURE TO ACCURA TELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
ReglstralamAccount Nogo he mal,fid by CDR)
Period
0170-750 (999) $0.00
89 -
CONTRACTOR INFORMATION
Trade namelDBA'.
owner, perver, n.r. n. o
Melling address (City, Shire, Zlp):
.person
Ewell address:
Federal Employets demarcation Number:
W amount for year contract
Fri Number
autlnuatakplvie lwmWr.
COMatlowmbWnp tax attewxtwmMx
Copies of contract or agreement pages (1) identifying the contracting parties
EXEMPTION INFORMATION and(2)containing signatures of contracting parties must be attached.
Neme rf e[ampt.,nirafmn (se shown on wMndt:
Eeempl og tio-im na number:
98 -
Adrees of exempt organization (City, 6hiM1. Op):
ladnrlpal come. at exempt organization:
Peapal cwtlecl'e M1lepMmnumber:
Physical location of project site (give actual address when applicable and case andNm County (Ira) where project le Ioo ned)
SehenuiM Martin Oey Year
Esdmnted Made pay Veer
consconon star date
omplmm eats
I declare under penalty of pery'ury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of barer, greet or dangerous Officer:
The of corporate officer.
Date:
DO NOT WRITE BELOW THIS LINE
0
P
Special Notice
Contractors who have completed this application in the past, please note the following changes
in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only
prime contractors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor
involved in the project and complete it by filling in the subcontractor's name and address and
signing it.
The original Certificate should always be retained by the prime contractor. Copies of all
Certificates that the prime contractor issued to subcontractors should be kept at the prime
contractor's place of business for a minimum of three years and be available for inspection in
the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any
applications submitted for future projects. This should be your permanent number. For
instance, if you were assigned 89-12345-0001, every application submitted thereafter should
contain 89-12345 on the application. The succeeding numbers will be issued by the
Department of Revenue. DO NOT enter what you believe to be the next in sequence as this
may delay processing of your application. •
0
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
� 1
14T6)@Y VATom
These GENERAL CONDITIONS have bum developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engincers Joint Contract Dwan eras
Commina,EJCOCNo. 1910-3(IWO Edition). ass ham Changesto
that document arc ahavn by underlining Oat that has been added and
striking through text that has been deleted
•
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
0
Article or Paragraph
Numb" &Title
F.T.-mr-vori'V
TABLE OF CONTENTS OF GENERAL CONDITIONS
Page Article or P .. 1pph Page
Number N..ber & Title Number
1.1
Mdermia .... ....................... ..... ............ j
1.2
Araerrerk ............................. ........... j
1.3
Appliestion for Payniank ...................... 1
1.4
A w . . . . .................... ...............
1.5
Bid
1.6
Bidding Do,nurnent,
1.7
Bidding R"ner...r..........................1
1.3
Bends
1.9
Change Order...................................._I
1.10
C.Ma Decueneran .. ... ..... ............._A
1.11
C.."a Price , ......... .. ....................... 1
1.12
CrmraaTimes_ ..... ....... .... .. .... ....... 1
1.13
WNTRACTOR. 1
1,14
deferliva..........................................1
1.15
Dravdrgs ......... ...... _ .............. ......... j
IA6
Hffaiv. Dew efthe Agrccrunt. . .... j
1.17
M40MER I
1.18
RNOINEW. Cnesulturt ....... ..............1
1.19
Field Order 1
LID
Gener.1 Reniwern.rin .........................2
121
lbeard. W.M., 2
1.22.n
La. and Rugudmi.., Lawn or
Rq.l.fiun, .... .......................
1.21b
Legal Hhd.A ......... ... ............. ....... :2
1.23
Lin . .......... .. . . ................ ........ ....... 2
.24
Milestone- . .. .... ............ -'. ..2
1.25
Noli. afAward 2
1.26
Notice to Proneecl, ....................... 2
1.27
1.29
1.29
1.30
1.31
1.32n
1.32.b
1.33
1.34
1,35
1.36
1.37
1.39
1.39
1.40
1.41
1.42
1.43
L"
LAS
0
S.Pplern..uey6unditrurs1,
- . . ....2...
Supplier_ .............. .............. ............
Underground Facilkets, ...................
2-3
Unit M. Work ..................................
3
Week..................................................3
Work Change Directive....._........._3
Written Ansarden ank
.3
PRMLUVONARYMAMRS. -- - - . ....... - ...
.3
11
Delwery.rBuml . .............................3
2.2
copi...Monunenter-- ......
23
ceenmerument orcmurw
Tinnes; Notion to Premed_.........,,?
2.4
Slaften; the Work- ..........................3
25-2.7
Before swains coreftrulluotu
CONTRACTORaRespornribifity
w Report; Preliminary Shdd.%
Deb,." of ceftifiewtes of
I....q ............... .... ... __34
2.9
Reennehudim C..fonnm ..............
4
2.9
Initially Acoepub4a Schedulcn__
4
CONTRACT DOCUMENTS: INTENT.
AMENIM0, RISUSE ......... . ...
4
3.1-3.2
Intent .........................................
3.3
Ref.. w Sw.d.,dsarrd S,.i-
ficution, rfTechrml Societies:
Reporting and Rmlying Dt-
.'epwi es .................................
43
3.4
Intent cd Certi. Terre. .
Adjective, ....................................5
3.5
Arnondung Cunnuet Ducnemm
5
3.6
Supplare entirg Contract
Dmvment...................................
5
3.7
Re. (Dcctuuerrts
5
AVAILABILITY OFLANDS,
SUBSURFACE AND PHYSICAL CONDITIONS,
RIYERENCE POINTS........................................5
4A
Al.debility fLrn], .....................5.6
41
Subsurfine end Physical
C.dib . . . . ............ ...........
6
41.1
R.pons and Draw ..V ...................
_0
U.2
Limited Robee. by CONTRAC.
TOR Authorized; Te.W..1
D.w ........................ ...................
A
4.2.3
Notice of Dfffmg Sburfm
. Ph*.] Ccrufitien4 ..................
A
4.2.4
ENOIN5W.Rim .......................
Dun
0
41.5
Possible C.Unat
C1.4. ... .....................................
6
4.2.6
PmiW, Pi. and Tien..
Adjuarn.rnu......................
6-7
4.3
Mysiml Cordtions--Unclorgroun!
F.'Hifi.......................................7
41.1
Shmneelmdinated- - ---7
4.3.2
Not Shown . Indicatecl ...
Y
4.4
Rclacrueepointk.
7
W/ aW OF PRAT crorrotnoas tato.. Dam snap
PORT M1M r4ontf tCAMCHS OUTV M
Arn.le o, N,,,.ph pw
N,not,a, & fitie Number
45 Asbestos, PCBs, Petoolnum,
H..,d.. W.w e,
wimuntiv. material ....................74
74
5. BONDS AND INSURANCE .................................8
5.1-5.2
Pfmovaam, Payment and Other
Bovala. ...........................................
S
5.3
LkemdS..tiaaand lmatram;
5.4
CONTRACTOR. Liability
Insurance ............. __ .. .....
....... 9
5.5
OWNERS Liability Insammace., ........
.... 9
5.6
p-lo"iyIre "mace , __, ...... . 11.111
"0
5.7
llilarimdlvfechimuym Ad&
timed Pmpaty lammanet ...............
. 10
3.9
Noi. of Ce.e.11mion pomi.ion. ,
10
5.9
CONTRACTOR a Rcapom,ibility
f,or Daddibl. Amountk ........... .......
10
5.10
Other Special Immanenc.....................10
5.11
W.ivaofRightk, .................. _., .......
JI
S12-5.13
Raccipt.nd Appikaboa, of
la.mae ftoe..4 .. ..................
JO-11
5.14
Acceptance fBoods and Itm..
anee;Opumn toR"Iam,.,,
11
5.15
partial Utilizatioproperty
Insunut. ....................... .........
11
6, CONTRACTORS RESPONSIBILITIES.__._.......
11
61-6.2
Supervision and SoMmeandoneq, ..
... 11
6345
1142
66
Progress Schdul ........................
12
6.7
Substitutes and Item,
CONTRACTOR'. Expense;
Substitute Construcam
Methods . Woodime.;
ENGINEERNS�.luation,
12-13
6.M.13
Concerning Sub,."at.m
Suppliasmul Othmw,
Weaver of Right, ..............
J3-14
612
Paumt I. and Roniti� ...................
14
613
Pamir. _ ... .... .. ... . ........
14
6,14
Leona and Relodationa .. . .... ...... .......
14
615
T . . ................._........................MIS
616
U..fw.i . ................................
15
6,17
San clawdimom ... ....... ...........
is
6.18
Safe Struetuml Lowling ...................
JS
6.19
Rod l7aeument, ... ...... ......
__35
6.M
Safety and Poveati on .. .................
15,16
6.21
Safety Raprc tafivc .........................16
622
14..d Communication Pr% . ......
16
6.23
Eaaerganci es .......... ..........................
16
624
Shop Drawings and Samples ..............
16
Article w Paragraph Pegs •
Number & Tatic Number
6.25
SohnMal Prvcedur.e; CON-
TRACTOR. Revie. Pd.
to Shop Drawing or Sample
S.lmaiml
16
mpiSala6.26 SheeDoma,&Sa.mi-
dp
y IEER
uepRli,vbfENvG"Ndians
16-.17
627
Reosior
oament.I. Contract De..........
17
6.28
Related Work Pvfanued Prim
1. ENGINEER'. Rmi. and
Appowal of Required
SubmiusK ..................................
17
6.29
Cordinui.gth.Wo,k ...................17
6.30
CONTRACTORS Omen)
Warranty and Guarantee..__......
17
6.31-6.33
Indemnification _ . ___ __17-18
6.34
Suvjval of0bliatations ..................18
7. OTFERWORK......._.......................
_19
7.1-7.3
Related Weak at Site, ............... .......
19
7.4
CMimatnot ....... _ ............ ..........
.18
9 OWNSkSRESPONSM=S.........................It
91
Comm unocanon. to CON-
TRAJCTOR
IS
8.2
18
8.3
Fumash Date andPay Promptly
When Duc_ .......................
is
8.4
an
Lda and Easements, Reports
.ad Tem,_.,
J8.19
8.5
1 . . . . ce ....................................._19
8.6
Clam, Ooda . ..............................19
8.7
Inp,eteem% Tema and
Approvals...................................
19
8 8
Stop or S.ep.4 Wark,
Teammate CONTRACTOR.
se,i . ......................................19
9.9
Lontations . OWNERS
....................._19
8,10
Aalagon, PCB,. Patol..,
Hazardous Waant or
R.di..U. Material ..................19
19
8.11
Evidan".fl`immcsl
Aamasaauvnd .............................39
9. ENGINEERS STATUS DURING
OONSTRUC77ON.I...".1.1'... 111111.11
19
9.1
OWNER. Rtpoexentath, ...........
J9
9.2
voutstosite_ ...............................
19
9.3
Projeat Rapowerowtor, ..............
JMI
9.4
Cluili.miona and Irimpo,
tations, ............. ....... .. ....... .......
21
9.5
AudurIzad VuSationa, In
21
LILUCMMRAL MoIanom 1910.8 (i"o samnom
.1 aW OF FORT MLLM MMMCA7I0*M XV 90m
0
0
•
Article or N,.gr.,h pa,,c Anicic or Paragraph Pap
Nmbcr & Title Number N. [ar & Title Nw
9,6
Rj.ti,Nfofl,,Work...................71
9.7-9.9
Shop Drawings, Change Ord.
and Panumts .............. .....................
21
9.10
Nwm inatiorat for Unit PTicq.__
P-22
9,11-9.12
Dae.i. on Disputes; ENGI.
NEER o lethal lnftorprcua
22
9.13
Limitations on @ GINEMW.
Authority and Rceponsilklitian .....
22-23
CHANGES IN TIM WORK......._........._... . ...
. .... 23
10.1
OWNER'. Ordered Chang.................23
10.2
Clam for Adjustment..._............
23
10.3
Work Net Required by Content
Documents ....................................
23
10.4
Change Ordt,4.
10.5
NetificatictefSnoety,
_23
CHANGE OF CONTRACT PRICE
23
11.1-11.3
Canna Prix, Claim for
AdjwunentValue of
the Week_._...._. - 11 __23-24
11.4
Cont ofth. Work ............. ......
;1.75
113
Eadumion.wCout ofth. Worl, ..........
p
11.6
CONTRACTOR.Fan........................
35
11.7
Con Record. ................................
25,26
11.8
Cash All.. ........ ....................
.. 26
I'1.9
Unit Price Work- - - - ,
-- 26
CHANGE OF CONTRACT TIMES............_......
26
111
•
Clam fe, Adjuateent....__......_........26
12.2
Time ofthe Essoneq..........................26
12.3
Dol., Banaal CONTRACTOR.
Control..... ..__ ............. ..........
2&27
12.4
Mi., Bcond OWNER. and
CONTRACTORS Control ................27
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFFC= WORK . . ........................................77
13A
Nodie. of'Defutt, ...............................27
13.2
Access to the Wonk_ ... ...... ...... .....
27
13.3
Towns and M.Peetice.;
CONTRACTORS Coo,,cration ..........
27
13A
OWNERs Reeporembilitics.
Ind,cedoetTesting Luboratory
13.5
CONTRACTOR'.
Responabihirian_ ............................27
13.&13,7
Goering Work Prim to lnspo
tim Testing or Approut................27
E
114119
Unonaei%WorkatE3qGL
NEER, Request... ..................
27-28
1110
OWNER MY Stop the Weak ..........
28
11.11
Ceraodon or R..l of
Dqloato, Work ...........................28
13.12
Commi. Piod ...........................70
13.13
AccqAanc..fW.,dvwWork
29
13,14
OWNERMayCenreetDofeefive
Work, .........................
M29
14. PAYMENTS
TO CONTRACTOR AND
COMPLETION
14.1
Schedule of Values , .. .... ....
_29
14.2
Application for Pr,ons
Payment ____ .. ..... ......... -..,.29
14.3
CONTRACTORsWx;nantycf
Tit]. .................. ...... .................
14*14 7
Rsi..ofAppIi,wi.fce
progreat P.Ymtq ...... . ........
29-30
14.11-14.9
Sukotential Conpletion ................
_"
14.10
Partial Utilizatiort
30-31
14.11
Fine] Inapendm ............................}7
1412
Final APplinatim for Payincel, .......
31
1413-14,14 Final P.,ae.nt and Azempterem, .......
31
14.15
W.i..rclitne
31-12
15. SUSPENSION OF WORK AND
TERMINATION
32
15.1 OWNER May Sunprml Week ..........
32
15.z15.4 OWNER May Teminede_ ..............
. 32
153 CONTRACTORMay Stop
Work or Teratinaw ................
. Va
16. DISPUTERBSOLUTION .................................. 33
17. MISCELLANEOUS._..____........._..............
_33
17.1
Giig Netic. ...........................
__33
172
ConputationorTimem....................33
17.3
NaticefCNixen .. . .. .....................
33
17.4
Ctaeulatm Remedies.....................33
17.5
Profestuaral Fees and Court
Coate ln.I.&d .. .. ......................
33
17.6
Applicable State La . ..............
. 13-34
Intentionally left blanic .. ....... ...........................
35
MUH131T GC -A
(Optional)
Disp.w Resoedion Agreement- ...... .... .......
O6Al
16.1-16.6
Arbitrati._ .............
O1-AI
16.7
ModistiM .............. ...............
GC -Al
filC9C mT0tA1. cot.Dnom 191.-9(1999mrom
w/07Y0FF0RTMMM0D Ar==e9'W
INDEX TO GENERAL, CONDITIONS
City ofFm Collins modificattions to the General Condinnotaftbe Coreenoctoon Contract are, net shown in this index
Article or Ptcra,,raph
Notch.
Accepts. of--
Bmdaend lns=ncq ........................................534
d.ft,fioc Work
JOAA. 115,13.13
final payrecont
9A214 13
insurance ..... .. .. . ........... ....
..... . . ...... 5.14
other Work. by CONTRACTOR
1. _- 73
Substitulas end "CEqual' Items
. .. .............. _,,0.7.1
Work by OWNER ............
$.5.6.30.6.34
Accost to thr,-
Leads. OWNER and CONTRACTOR
r.p.,ibilid es ............... .. .
.............. .........
site, related Work -- .....
.... ..... -.7.2
Work . .......... ............ ..............
... 13.2. 13.14, 14.9
Acts or Omisadms� Acts and Omissions -
CONTRACTOR .. .................................
0.1,9133
UNICANHER .... .............
__ ....... 0,20.9.13.3
OWNER ................................ ...................
0.20.8.9
Addenda-dermiticanolf(alsom
defindim ofSpecificatimaj...
(1.6,1.10.6.19), 1.1
Additional PropertyInsuromenot .................................
5.7
Adjustreenw-
Centered M. or Cnoball,
To . . ....... ... . .... 1.5,3.5.4.1.4.3,2.4.5.2.
....... 4 533.4,95.102-10 4.
.j.,--..-.-.......
. .. 11. 12. 148.15,1
poneo,,�r��ed,'
§6
definition o(
)2
'All -Rink" ho,ure.m. p.lwy forra, ......................
5.6.2
Allowances, Cash ......... . . . ....................
. .. .. ..... III
Aseending Contract Dommmt*.,, ................
.._ ........ 3.5
Aacendacent. Written --
in pecral , . 1,10, 1.45,
3.5, 5.10, SAZ 6.62
... ... .............. 0.81, 6.19. 10.1, 10A.11.2
7.2
Appeal, OWNER or CONTRACTOR
intent w,, ............. _ ..... .. 9.10,9.11. 10A. 16.2.115.5
Appinotoon for Faystereay.
definition .( ......................................................
13
EN(nMRs Respensibility ...............................
9.9
final Nymank . ... ____9 13.4,9333,14 12 14 15
in pnml,, .............. .. ....... R.S.
2.9, 5.6.4, 9.10. 15.5
K.E. p.,onuk .................. ........
......... 14.1-10
.view of ............................... .
. .. .... .. . K143
Arbitration __ ...... ........................
..... ........ 16.1-16.6
Ascent.-
daima pursuant thenraq ..........................4.3.2.
4.3.3
CONTRACTOR authorized to stop Weak........, . 4.5.2
Article or Paragraph
Numbcr
OWNERnan,sansibil.ty for ....................
...... 4.5 1, 8.10
possible price and tire" chmg; .....
. .. .......... .. 4.3.2
Auth.,i.d Variations in Work .........
1.6,6-25,6.27.9.5
Availability
A. 1. SA
Award. Notice o4defund. .........................
...... .... 1.25
Before Startinji, Cat.d,.n .............................
�R5-21
Bid-definitman of 15 (11. 13C0. 2,3.3.3,
Bidding
Of
1,6(6.8.2)
Boddio,i, Reclurream.1s-46stift.
Of......... ............. .................
Boed.-
..Tw. of
5.14
.ddki.1 beards
10.5. 11.43.�
Cost of the Work ............................................
11,5A
delivery T ................... ........ ... ..............
.... 2. 1, 5.1
final Aplicati. for Payment ........
........ 14.12-14A4
general .......................................1.10.
5.1-5.3,5.13.
Perfornstree. Nymm and Other
....... ...... ... 5.1-5.2
Binds end T...-i. garecanal ............
................. 5,
Bofilder'.fisk policy1com .....................
... 3.6.2
Ceecell.tion �mo,,a. le,eareom ....
_5.41 1, 5.11, 5.15
Cash Allo..cee ...................................................11.8
Certificate of3utarearsti.1 Comarphatior,
_.1.3& 6.30.2.3,
_ ..... ... -_ .......... ......... -
.......... _14.8.14AO
Cartificatat ahespecticar, ...........
P. 13.4, 13.5. 14.12
Cenificat..ofInscorannut ..... -.2.7.5.3.5.4.11,
5.4.13,
... _ ... 5.6.5.51.
5. K 9.13.4.14.12
Clocip in Cruttrw Price-
Crah Allcancosa...............................................11.8
.l.im lbeleri.
adjustontart ............. 41.4.2.6,45.
115,68.1.9.4
95.911. 10,2 10 5,11.2.13.9.
............. J3.13, 1114,14.7.15.1,
15.5
CONTRACTORS fee ..................
...... ....... 11.6
Cost of the Work
,..[ ........................................
11.4-] 13
Exclusions to..._.._ .......... ...............
........... 113
Cat Records ....... . ... ..... .........................
_.., j 1.7
in general,,,.._......).19, 1.44, 9.11.10.4,2,10.4.3,
11
Lump Sure Frhnn& .........................................
11.3.2
Notificattion,al'staraty .... . ..........
......... _ .......... 10.5
Scope.S.................. ................................
J0.3-10A
Testing and Inspustim
Urcconaring the Work ,., _ ..........................
_ 13.9
0
0
0
Flnancsi Services
City of
F
Collins\/v"
nStsion
215 N. Mason . 2"
215N1.6775 St. 2" Floor
PO Box 580
■y�L//`—a J7`_■�■/►
t
Fort Collins, CO 80522
9)0.221.6))5
Purchasing
..221.6➢W
rcgovwm/pwohesln9
ADDENDUM NO. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7676: E Lincoln Ave & S Lemay Ave Improvements
OPENING DATE: 3:00 PM (Our Clock) August 19, 2014
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
The Opening Date has been changed to 3:00 PM (our clock) on August 19, 2014.
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 2 —7676 E Lincoln Ave & S Lemay Ave Improvements Page 1 of 1
•
•
•
thinumWork......._.._....... ....... ............ 119 CUNDRACTOW.Feac_ _ , , , . _11.6
L -A
I*
Article or F.,W.ph
Naocber
Value of Work ......................................
.......... M3
Chimp. i. Contract Tiorca-
Claim for time, adjunurecent
43.4.2.6,45.5.15.
..... 6.8.2.9.4.
9.5. 9.11,10.2.10.3.12.1.
..139,13,13. 13.14.14.7, 15.1. 15.5
Cm,boactmil tict.liecith ........... .....
................... 12.2
Delays beyond CONTRACTOWs
control ......... ....... __ .... .............
.... _ J23
Way. boyand OWNEts and
CONTRACTOR', control ..................
12.4
Ndificution or study ..... .... .....
.... ................. 105
Smipo d6arpc
10.3-10A
Change Owdec.-
Amajosm. ofDfmw Wok._
.. . . .. ... ...... 13.13
Arecadirig Contract Document;
......................... 3.5
Cash Allcounmece..,.,
III
Chumic of Contract Aim .
. .................... _ JI
Change of Contract Timq..................................
12
Chearego, m the Work.....-.-..._.
--JO
CONTRACTOR, fee., ........... ......
................... 11.6
Cost of the Work..... ................................
11*117
Com Ramucle
)1,7
definition of ..................................
.. ................ 1.9
cmurganicies.....................................................6.23
ENGINEER smsporwitibility....,
.9.8.10.4.11.2. IZI
exaction of ...... .....................
........................ I(X4
hdomitifidicat .............. ..........
0,lZ 6.16. 6314�13
Ineci Bonds and__ .............
5.10.5,13, 10.5
OWNER may. teominite, .... ........
. ............. 15.2-15.4
OWNER. Reomobilit .............................4.6,10.4
Physical Conditiont,
S fam end...................._.._.._........4.2
Underground Fmilitics,. .......
........ ....... _43.2
RemardDoctincrita
I fi 19
Scope o(Clusirgo., .. ... ........ .
.. ............. 10.3-10.4
Siebutitta ce ............................................
0.7.3.6.8.2
Unit Prim Wcrk,
.... . ......... 11.9
value of Work, mvcred by .................................11.3
Clumve i. the Wock- .......
A0
Nofificatiom dem-cly .. .. .... .......
........ 10.5
OWNER, and CONTRACTOR.
rouponsibilitio ..........................
.......... . J0.4
Right to an adjustment ............ ......
.................. 10.2
Some ofchars c ........................................
103-10.4
Claim,
.giumat CONTRACTOR........._......._
............... 616
.Puest ENGINEER
An
.,.,t OWNER ..............................................
iiM
Change of Cftftt Aim...........................
94.11.2
Change of Cattract Times..........
_.......... 9.4, IZI
CONTRACTOR'...._........ 4, 7.1.9.4.9.5.9.11.10.2.
Mid. or Paragraph
Number
CONTRACTOWs liability ........... 5.4.6,I2 6.16, 631
Cam of the Work.._.._......_._ ..................
MAILS
Decisions onDiRpute, ................
... _9 11, 9.12
Dispute Resolution ............................................
J6.1
DivuPeRam,lutimAgotment., .... ...........
161-166
ENGINEER as initial ititerpdw .........
..... .. .... 9.11
Lump Sum pricing-_......._ _ ,
, , I L3.2
Notice d.............. . ..................... ..
, , , ):7,3
OWNEW,__ ............. 9A.9
10.2.11.2,119
........ ..... I .... ... . 12.1.13.9,13.13.13.14,17.3
OWNER. liability .. .. . . .... ....
_ ............ 5.5
OWNER arayod. to make aycmmt
................ 14.7
Adea.imal pace and Com; Costa
request to, formal dwiek, om_ ......................9.11
subatibuto Items .......... .............. I..................67.1.2
Time Smerai . ........ _ _ ... __ ..............
.......... 12.1
Time nedomiums ...................................
9.11,12.1
Unit Rice Work ......................................
--- J L9.3
Valueof ........... ................................................
1.1.3
Wiuvm of --on Find Pamerif .................14.14.14.15
Work Change Directive, ....... _ ..............
.... J0,2
written notice require4,., ... ..............9.11,ILL
12.1
Clwifioafim. and lmerprcuafiowqa ..... ......
;3,6.3,9.4,9.11
Clean Site . _ ,, , __ ......................
.. .. ... 0.17
Codes of Technical Smicty, Organizaticei
. Aaemi.6 ce, .................................................
3.3.3
Commicumment of Contim., Time, .. ....
. ____ ... _Z3
Cominunicsitione,
,...I ..............................................
6.2. 6.9.2, 8.1
Mu,nol Coommumicatim P,.Wmq .........
... ....... 0.22
Completion -
Final Affiliation fur Paymerit .............
......... _t4.12
Fuel loapectucit.
) U 1
Final Payment and Acceptance i ...........
J4.13-14.14
Pactied Utilmatior, ............ ............ ..................
J4.10
Substantial Completion .....................138,
14.8-14.9
Wom, orC1.ime.........................._................34,15
coreptutieflou, of Timm ............. .................
172.1-17.22
C...g SLbcontractors, Suppliers
and Othera, . ... ...... ...............................
... ... 6X6.11
C,ociremacm,-
mutiedly, momptabbi schedul . ..............
....... __2,9
precomoneotiom ..................................................i.
Conflict. Error. Ambiguity. DiwMcy--
CONTRACTORWRepart,_
_2.5,3.3.2
constructico, befoo, awertum by
CONTRACTOR............_........
2.5-27
Comalructim, Machinery. Equipencet. etc
..... 6.4
Coudiftutial, the Weak ....................
6.29,10.4
Contract Docuumote,
Amending..........................................................3.5
B.6 ..... "" , " . " .,
, , , ".11
�FMT=MMMMicAncas (REV g/A
•
............. ...... ....... .. 118 Stop Work .,unnovents ..................... ......... .. 4.52
CDNTRACTOWI
Artiole or 16nSmph
N.b.
Change ofComma Rice ............ ...........
_ 11
Change of connect Timm ...................................
12
Changes in the Work, ............. __ ..............
10*705
.f..k mad ocrify . ........ ............... ....... ...............
2.5
Chnificatimeaand
Inter,mommim.........................3.2.3.6.94.9.11
dd.jtxinof.._..,....._..... ........... ...................
1.10
ONGMUR ea initial mewater of ...................9.11
ENGINEHR as OWNIX. Mrmamativ,._
......... 9.1
gamemau
T.m.m ...... .. ........ ............ .......... ....
....... _5 3
Intent
-.3.1-3.4
miner y.owtion, in the Week ..............
OWNER's responsibility in famish data
.S 3
ONVhTEWs ranponability to make
,antmpf p,mamt ..... ... _ ...... ?.5, 144,14
13
p,..d . . .................... ................ ......
. 31,33.3
]Zaeordl3caumcahs ...........................................6.19
Reference to Standard, and Specifications
of 7.1minal Societies ...................................
3.3
MatedWork ....................................................7.2
Reptnan, and Rea Img Di.eMiq
2,5,33
R... ctL............................................................3.7
Supplammting..................................................
3.6
Unit N. Work .......................................
....... J19
,ecmtiona� ...................................... ... �3,6.6.23,6.27
vonts 1. sitc, MUMMA_ .... .. ....
9,2
Contmet Pi.-
adjuinnern uf94.10.3,11.2.1
1.3
Mam, of,. ...... .. ...... ........................
. . ....... I I
Decision on Msmact, ........................................
931
definition a(
1.11
Canned Tim.-
adjuntineat of ................ ......... 3.5.4 1,9.4.10.3.12
Clangs of ........ .......................... .
12.1-12.4
Core mencementof .......
..2.3
clarinition
1.12
CONTRACrOR-
Aeommonemloam".....,__
5.14
Cortmomi.miona, ............. .... ... ..... .....
fi.2,69.2
Cantinas Work ......
fi.29,10A
emanduatamnand salux!.fitig_ ...............
6,9.2
defbaitio..( .....................................................1.13
Limited Rellanne on Technical
Nu Awlioricei ............ ....
422
May Stop Work a Tertimme....................
provide site.crew to Awn, .......................
7 2,13 2
Safety mul Nmentim .................. 4.3.1,2,6 16. 6 18.
6.21.623,72,13.2
Shell, Drawing and S.Mpic &vi.
Mar to Saban ittal ........................................
0.25
Artwlc or Paragraph
N.bcr
ComPanamiim.-......................
IIA-111
Continuing Obligation.........._ ................ .........
14.13
&av&. Work....._........................9.6. 13.10b 13.14
Lamy to conact diainA1,,a Work ..........................
13.11
Duort.Repot_
Changes in the Work caused by
E.iWt.y . ... ........... _ ....... ......
_.j&23
D.fe,ta in Work of Othm .............................
7.3
Differing maeaditimm,................................
4.2.3
Discrepancy in Doeturnams 7.5,33.2 6.14.2
Uroar,round Feilities mot idi.bi .........
4.3.2
Ilmargert.oas . ........ ............ ....... .. ...........
..... 0,23
Equipment and Machinery Rcavlal, Cast
ofthc Work-...............................
11.4.53
F,(>0 Plu,� ........... . ) 1 4.5.6, 11
11. 11 A
General Warmintyand Guntant,..............
IlmordCaramunicationRa,rame, ...................0.22
Indemnification ........................6. IZ 6.16.6.31-633
Ingmetion of the WA, ...................
7.3,13.4
Labor, lAmmi.l. and Epipment ..........
... 03-65
Laws and Reul.a., Compliance b, ...........
6,14.1
Liability linanance, ........ . .. ........................5.4
Notice ofTment to Appal........._..............
P. 10, 10.4
obligation to perform and complete
theWork ...................................................
. 0.30
Pmant F. and Royalties, paid Im- by .................
6.12
Paribronim. and Other Bond. ..... .. .. ...
... ....3.l
Permits, abwi..d and paid Ire by .....................0.13
RWn. Sehiniul . ...................... 2.6,2.8, 2.9,6.6,
-1- 1 1. - . .. 11-1 ...... .. jS29. IOA
15.2.1
Re,,ucat for formal dociamarionfispatea ..............9.11
Rem,,onsibilibea--
Chang. in the Work
10.1
conoaron, S.1,minumanim. swPliern
and Others
Caroming the Work ............. ........
6ZR, 104
CONTRACTOR'. animse ........... ... _
_03.1
(DONTRACTOWIGatimalWarmaity
and Guarantee
. .. 6.30
0ONTRACTOR.,,,wa, Ww to Shay
Dmoin, . Semplesubmit{................
0.25
C art flan ofWk ................................
6.9.2
Emargtemaiw. ............................ ..................
6.23
ENGTMMEV, wralmmoo, Sb*mm
or 'C)n-&qmil- ham....._...........__.._
,03.3
For Ats end Oiai=
ame . ............................. o.u-6.9.2,9A
for ioductible amouriminsurimax, . ......
....... _5.9
gona.1 ........................................ 0. 7.2. 7.3.8.9
Hourelone; Conommineflow, programs.._......
6.22
bohommimation. .........................
6.31433
Kn=oGt41La.CoMMMI,10.S(IMMnoM
,O ,MT,,LLM%RAVtCAMM(lMV"
0
0
•
6abor. Materials and Equipment 6 a-&5 CONTRACTORS—mlacr_ .... .............. ... ................... 7
Um and Regulaucce 1 6J4 Contractual Liability tnacionamea_ ....... ...... ... ....... 5.4.10
Liability I . . . . ....... ... .... . ... 111.1,54 Contrwhol Time Limits, ...................... _ .......... _J12
0
I*
Article on Nrc,.,h
Nmathe,
Notimcf,mi-Wito fican Centered
Documents,........................................fin
Noun F. end Rryshi . ............................
612
permits.......................................................613
Pregres, Schedule ........................................
6.6
Record Documents
619
related Work performed prior to
ENGINEMs approval of railuiried
subanitele
0.28
safe couttural loading....... ....._...........
618
S.fittyand Prommion ................. 6,20.7.Z 112
Safety Represcreali .... .. .... . . .... ..
., _.621
Scheduling the Work .... ...........................
_6.9.2
Shop Domemp and Samplia, ... ___ ...
__ ...... "4
Shop Droings and Samples Revises
by ENGINEER ......................................
&M
Sim Cleanliness._.._........._........................617
Submittal Preausl area ..........
625
Substitute Conowction Method,
and pressed us as ............ ..............
6.71
Sulastittusa and -O,-EquaP Imem ............
6.7.1
Su,carintenderuc_ .................. ..... .............
_AI
Supervusi . ........ .............. .............
........... 0.1
Survival of Obligations.._ ...
634
Taxes........... ................ ..................
�15
Tests and .............. ... _ ..
....... .. _
....
Toof
Repot ........................................I.11,...30.2AUse
...1.1.5
PrInsspceac, .t.ion,
I"
6.30.2.4
PricsewShop............§
Drawing5 or
Sn"I'm SUhmmr� 1. 1.1 r.11.1 ... I ........................
Z
Right to adjustment for changes in the Work 10.2
right to claim _ , . , A, 7.1, 9.4, 95, 9.11,
15..1 LZ
.......... J1.9.12.1,13.9.141. 15.1.15.5.
173
Safety and Romer win ................. 620fi.22, 72,13 2
SmairyRopreterantive .. ...................................
621
Shop Drawings and Sam,]. S.1rniKul,....6.244.28
Special Cxxtmliveas. .... ...................... ---
.... 11.4.4
Substitute C.rustrowunm Methods and Putaceduce,_63
Subethums and 'Cr-Equsl' Items,
E.p.mac ..........................................
6.7.1. 6.7.2
3.1acormc.tors, Suppliers and Othe, .... ......
0,84.11
Supervision and SWerintandenoq ... __6.1,
6.2. 6.21
Taxes, Payment by ... . ...............................
....... 6.15
Uaa.rJ`r..i.—
wameetties eM guarantees .........................
0.5,6.30
Warranty ofTiffi, ...........................................
)4.3
Written, Notice ANwred..
CONTRACTOR stop Work or terminum_ ..... 155
Reports miDiffiving Subsurface
and Physics[ Conditions_ .........
423
Substantial Completion,
14.8
Me
Article cur Peregrarph
Number
Covedinmion—
CONTRACTOFesce,posmiNfluty ........................6.9.2
Co,inatuft)ccuments ................ ........... ...................
:2.2
Correction Period .................................................
13,12
Correction. Removal or Acceptance
Work—
in general ................................... 10.4.1,13,1(W3.14
A..ptmv...fDqf,,hvvWmk..........................13.13
Causation on, Removal of
Dsleefive Work ... ... .....................
6.30,13.11
Correction Period ........................................
... 13.12
OVVNERMayCcnredDqftcIhsWork,
_ , J3.74
OWNER May St, Work .............................
... 13.10
rat —
of Tests and Irmeaction,
13.4
Recordall.7
Coal ofthe Work—
B.d...d insurance, additional ...................
]IA.S.9
Cush Di".'A ..............................................11.4.2
CONTRACTOW.Fa,......._
11A
Employs. Expenses, ...................... ....
......... 11.4.5.1
Exclusions to, ............ .......................................11.5
General] L0.I 1.5
Home office and ovarimed cepames,
11.5
I,oaaca.ml dromfice .....................................
11A.5.6
Materials and equipment_.....,., .. ... .
.......... 11.4.2
Min. cape . ....... ...................................11.0.5.1
8
Payroll xios . ch an . . ...............
11.4.
performed by Subcontract . ............................A1.43
ffic.rdial 1 .7
Rentals of construction equipment
and machincry,.,
IIA.5.3
Royalty payments, permits and
license mac
_11A3.5
Sim office and terstromary
Special Consultants, CONTRACTOR,
J1.4.4
Supplemental. ........ _ ......... ..........................
11.0
Texas related to the Work_ .... __ ...............
j1A.S.4
Team and Ins,,ectio . ......................
.......... 13.4
Trade Di.ts .............................................11.4.2
Utilities, fuel and sanitary ficilittee, ..............
j 1,4.5.7
Work arm, regular hours, ................................
IIAI
Covering Work_,...__..__ ..... .. ... ...........
.. 33.6-13.7
Cumulative Remedies —
Cutting fitting and patcluing_ ..... ....... .......
__7.2
Dart, to he Ratori-Inel by OWNER _ ..... .....................
�11 3
Day —definition of .... ........... ....... ..............
.... -.0.22
Da.mons on Dnputes.
9.11.9.12
dlilae9w.-deffintionof.__.........___......_........
. 1.14
agern. Work—
Acovlaimca.( .. . . ..... . .. .... ...
C,nnectice, c, Rommel OF._.........____ 10.4.1, 1111 OWN13R. Repromtanno, , , , . ...... .... 9.1 •
Carman. Period . ...... - I 'J312 Paineenta to the CONTRACTOR.
13,14.7.14.11 Reoponsibifity far ...... ... ...... ... ............
Rearearneed.lion.17Nyrnand_ ....... ....... J44.14.13
Miele or Paragraph
Number
Obaertvation by RNOMEER.. __ .............
_ ...... 912
OWNER May Stop Wadi ........... ......... ..
.. ..... 13,10
PriteptNotion afl)cfvma.............................._...III
Rejoining .................. .. ...... ..... - ......
-.-9.6
Uncovering the Work ..... .. ..... .. ... ......
. .. . 13.8
Defiritione —,
I I I
Delays......................................
D.1i'ar,ofBonds....................................................2.1
. ca......................
..7.7
Didorn orations fier Unit Prim .............................
_.9.10
Differing Sbfe. or Miyake] Ccndifiona-
Nod. of
4.2.3
F,NGTNFER'., Ravi.......................................4.2.4
Possible Canned D..ft ChcV._ .............
425
Pocabbe Prim and Times Adjustments .............
4,76
Discrepaxim-Reporting
..dR.[ving , , � ......... . 2.5,33,2,614.2
Di,puto Revelation-
A,cana.ak ...............................................
16.1-16,6
A,bin.tim ......... ......... ...........................
161-16 5
g...116
Median. ........................................................16.6
Dispute R.1inionAgremant,, _-_- .... ....
16.1-16.6
Diapeates. Decoi.. by ENGINEER.._................
VAI-9.12
Domannote-
Rc.d6.19
R. of . .......................... ....... ... .... .
............. 3.7
Drawing ,Icfinitien of__._._...._._.....__.._....__.
1A5
E. . . ran ................. ..........................
..... -.4.1
Effective 4swofAgrmmt..defiAitionQf,.....
1.16
Enner'.xim" ..... ......
..6.23
Rml....t.f .... ..... ...
R,.id.ntPrqjamR.Fma.t,dil.
93
INGINIMRSConauhant-derucitiongf..................1.18
ENGINEER,
..ffio,ity.d,espoa.ibil.ty.limiMUmm, _9A
Authorized Venetians in the Wock,__ ................
9.5
Choung. Orders. responsibility fiv, 9.7,10,11, 12
Clarifications and Interratiations ,
163,9A
Decisions an Divuum .............. ....... ....
... 9.11-9.12
d,f.,fi,a Work, rofien of ..................................
131
E,.I.ti. of Sbthula, hernia ..... ...................6.13
Liability ........................................ .. ,
fi.32.9.12
Notice Work is Acceptable ......... . _ . . . ...........
14.13
Observations........I ... I .... .... .......... ........
0.30,%9.2
Article a Paragraph
Number
Res,oncibilitim,-Limit.fiete, M_ ..............
9,114.13
Review ofRoports on Differing Subsurfiece
and Payment CorAhti..............................9.2.4
Shop Drawings and Samples, review
responsibility, . ... ... ... ... .... ... _ ...
.. ...... 6.26
Shares During Construction-
andearLeed variations in the Work ..................9.5
Cl.rdications and Interpreelatimg..................9.4
Decisions m Disped, .........
9.11-9.12
Dotormanatims on Unit Price......._.............
9.10
ENGINEER we Initial lnwtprntt __.9AI-9.12
FiNGINEERs Reopensibilitin ................9.1.9.12
Lienitafions .. RNGfNEER. Atefficerity
and Responsibilities..............................9.13
OWNER!s Represcrudiv,..
_, ...... 9.1
Project Rapnaantsti . .... .. ......................
.... 9.3
Rejecting Wouve Work ..............................
2.6
Shop DrowinSt% Cheap Orders
.ad P.,nnents .............................
..... 9.7-9,9
Votes to Site .. ................ ... ..... . ..................
9.2
Unit Prim deteredinationa.",
9.10
Vi.ita on Site
.9.2
Wnuan minartucitare4 ....................
7.2,9.1
Equipment, Labor, Muriel. and ........................
O.M.5
Equipment malisi, C of the Work.... .............
11.4.3.3
Equivalent Materials and Equl,am........................6.7
caror or nerivanno, ......................... ... ....................
0.33
Evidence of inancial A rangwmnta, ..........
......... Oil
Explorations of phpic.1 conditions .................
.... 41A
F., CONTRACTOR. -Cann Pink ..........................11.6
Field Order -
definition a( ... .......... __ ................................
_J.19
ise"d by ENOINRER-- ... - - .............. -.3.6.1,
9.5
Final AppluoutionibrPay.cal,_ , .. . ....
.... 14.12
Final P.yrawn—
and Accoplentoo,
14.13-14,14
Price to, for wah.Ilovanca...............................11.8
General P,.iaia .......... ...........................
17.3474
General Rexpairmanta-
definition of .._.................. ..............................
1.20
principal -C--- to ............2.6.64. 6.66.7. 624
Owing Nodes
17.1
Getaranam, of Work -by CONTRA(TfOR ........
0,30,14.12
H.v.,d Conanner"'in' 'We"na.-I'll.
......... 0.22
Hazard .. Waom-
definition of .................
1.21
SM-01
4.5
OWNER'. raspondlifity fen...............................
8.10
w/CrrY WMRTMLLMMMMCAMM (FdrVVM
0
Ll
•
Indemnification 11 . ............ §AZ 6.16, &31.6.33 1 . . . on .............. ....................................... ... 53
Initially Ace"ble Schedahn...._ ...... ....... 19 Pr�vchnn ce . ..... ................. ..................... S. 1, 3.3.3
Inc,cition- Ref... to .......................................20. .... �.3.1
Cwt,ficate, n( .... .... .... .. ..... 9114.133,1412 Stimay and Prleacti on ..... .......................... 6132
Firm) ..... ... ....... . .... .... .. .. ....................... It 11 Suberintractcrs, Su,,licm and Oricra, ........... 6.84. II
0
0
Mid.. Paragraph
Nitrate,
Spacial, required by ENGINEER ............ ...
......... 96
T.I. and Approval ............................. $1.13 3-13 4
Insurance-
Aecaptince of, by OWNER........._......_....___
,5.14
Additional, required by change
in the Walk ...................... __ .. ..........
114.5.9
Billme alerting iho Work ........... ...........
.... _2 7
Foods and-ir 'razaj_
5
Cancellation provision. . ..........................
..... 5.8
C.'fificame of I 2.7. 5,5.3.5.4.11.
5.4.13,
.......................5.6.5, 5g. 5.14.9
13.4.14,12
aeon plated Nridi on . ..... .......... ...............
5413
CONTRACTOR'. Liabiflty._
5.4
CONTRACTOR'. objeettion to oweaq . .............
5.14
Contactual Liability ,_ ... ..... ........... . .......
d.drictibl. mancente. CONTRACTOR.
mailamcibility ................................................
59
Final Applicaliont fee Nyamear.........................14.12
Liormwd barriers ...............................................5.3
Ncakrequienicarm, material h..Sq
SA, 10.5
Option to Replete . ................. ..................
....... 3.14
other spread insurance, .......... .. ......................
5.10
OWNER ic, fiduciary fa inereuda,
5.12-5.13
OWNER'. Liability_ ..1111- ... .....
M
OWNERaRcipermilafity ....................................8.5
Partial Utiliestion, Propaty Insurance;
..... _5.15
Iir.peuny . ....... .... ...................................5.6.5.10
Receipt and Application ofEnsurena
R.reads ..............................................512.5.13
sperial Inever................. ......
_ ... 5An
Weaver of Rights .. ...... . ....... . . . ...... ......
..... 5.11
Intent ofConnumt Dovernicat a .. .. ..... .... .. ........
. 3.1-3.4
boterpretatione, and Clarinficatione .....
y&3. 9A
Trvactiptions ofphpiml covidificra ...........................4.2
Labor. Materials and EQwPmmt
0.3-6.5
Lend,
andS....u...- ...................... ...........
.......... li.4
Availability of_ ........................................
... 4.1,8.4
Ree,orta and Tair...............................................8.4
Laws and Rc,.Iruom,4Awv or Ralinflinionei
Bonds
Charges in the Work
10.4
Cu,Arvd Documents..........................................3.1
CONTRACTOR'. Responsibilities.....................0..14
Connection Peviddlktanv, Work ...................
13,12
Ocest of the Work, true...._. ........................
j 1 Aly.4
definition of, .......................
122
gene.16 14
hidencifi.ali . . . . ... ... .. ..........
.. 6.31633
Article m Paragraph
Niarban
Trans and Inspectiorm,_.., . __ ........
..... 13.5
U.e ofPrzmises................................................6.16
Visits to Site ..........
_9.2
Liability
CONTRACTORs ................................................
5.4
OWNERk- ........................................................5.5
U.d Suenit. and banner, ...........................
.... 53
Lic.-
A"fication fee Pgm Payment .. ...........
.. ... 14.2
CONTRACTORP Warranty of"Thic.................143
Final Application for Payerient ................
14A2
definition .(
)M
Waives ofClaims............................................1415
Li.itatione on ENGINEER'. authority and
raporsibilifies . ...... ....... _,_ ...........
9.13
Limited Reliance by CONTRAMOR
Ardhoriced ......................................................4.2.2
412
hisintansurce, and Operating Manumla-
Final Application fee Payment..._....... ... ....
. �14.12
Manicals (or othms)-
Precedence....
Reference to in Contract Doccareaq, ... ............
3.3.1
hfidormls and Nuipreven.
I.khed by CONTRACrOR... ........... ... .....
...... 03
not incmporekd in W.4 ................................
... 14.2
Materials in equipment. -equivalent .
6J
MeduclUoin (Optimal).............................................
163
Milrounce.-defization o( ........................................
3.24
"ardlanecon,-
Computation ofTia.
172
Cura.l.tiv. Remadice, .......................... ............
J7.4
Giving Notice_, ........... ...... __ _ ..............
17.1
Note' orChare" ... 1.11.1 ...... - _ .........
17.3
Prc,fessan.) Fort and Coart Cont Indiadcat
IT5
MWti-wimaconlnde.... .................. . . ........
--7
Not Shown or Indicated, ... _ ............... _ .............
43.2
Notice of-
AamptabilitycifFi.jecit ........................ ............
14.13
Awerd do5rution of ........ ................... .............
) 25
Maur............................................................
173
Defects.13.1
Differing Subserfice, or Financial Curditborep..
_ 4,2.3
Giving..... ............ .......................... ........
_ 17.1
Team and Irsepectiona . ........... . .........................13.3
variation, Shop Drawing mad Simple, ..............
6.27
Notice to Prowed-
definition of .............................. ........ ....
...... J.26
gwinsoi.
Hj=ixNFIIM commons igio
a nine arynnom
•
Natificami. to Surety___ .................................. 105
toting independent .......... __ ......... ..... 13.4
Obeeay.ticas. by UNGINOR .............. .. ......... 6.30, 9.2
uaa a occupancy
Occupancy afthe Work_ ................ 5.15.6.30.2.4,14.10
fth.Wk .......................... $.15.6.3024,14.10
Ohnitoome.metabyCONTRACTOR , ........ .09.9 13
withet consent or approval
Open Peril policy room. Innommew ................ ......... 5.6.2
royuarccl ............................. . .......... 9.1,6.3, ILA
Option toRephoo- ........... .............. ... - ....... 5,14
Article or paragraph
Number
'a Ea.1- Iteme .. .... _ . . ......................................... fi 7
Olbarwork 7
Overtime Work -prohibition c(_ ............................... 63
OWNER-
Acceptnace ofalifechme, Watt ..........................13.13
appoint an ENGINEER ...................................... 8.2
. fid.rimy_ _ _ ................. ........ ... 3.12-5.13
Availability ofL..d.. reeponsilhility .................... 4.1
d6rupon o( ..... ............................................... 1.27
data, intaith _03
May Corr. Dqfkfivv Work ...........................13.14
Iviny refuse to make payment .............................147
May Stop the Work . ........................................ 13.10
May Suspend Wwk,
renuinapt , . . .... ..... M 13.10. 15,1-154
Payment, make prompt._ ........... ...... P.3,14.4, 14.13
perform....father amrk .................................. 7.1
permits and limenw, requirement, ....................413
purchmen] inamm.,acparumma . ...............5.6-5.10
OWNER.-
Ameptence ofthe, Work......._ ........ ...... 0.30.2.5
Change Ordere, obligation W tommuta; .. K6,10A
Communimatin . .................. ............. .............. �8.1
Coordination ofthe Wark 7.4
Disputes rquand for decision ., 9.11
lnopeoioaa, tame m.d.pprovadq .............. g7,13.4
Liability In . . ne ... ............... ......................... 5,5
Natux.rNreato .............................................. 13 1
Ropreseartative--During Communion.
FNGTNMRe Status, .. ..... .... 9.1
Rospoasilnliuiee--
Aabamas, PCEIa Papal., 14..d.s
Waste or Ravolinviefive Ideteahil 0.10
Change Orders ..................... ........................ go
Change in the Wark- _. .. ............ - ............. 101
eammanicatt mat .. ....................... .......... ........ &I
CONTRACTOR'. respovefloiliti . .................. 8.9
mrnlemce affieunowl mrromitemmala ...............0.11
irapaofim.s, items end epmrnal, ........... ........ K7
land. and manamem"
8.4
prompt payrmmtby,
9.3
replecemrnt of ENGINEER..._
......................$.2
repm-ta and team
84
" - —N-d W-k .................
b1, 13.10, 15,1
terminate CONTRACrOks
sarvim ............
...... 8.8, 15.2
sopmeme representative 9 the .............................
P.3
YJCCC aSaaalN. rominom Ill. A (IM WMITOM
wl CrrY OF FORT MLLM WDIFICAM(MIS MV 91M
0
•
Artil.cur Paragraph Artid, or Paragraph
Number Number
0
0
anAmn Wien requnreel_ ... ...... .. ...
... 71. 9 4. 9.11.
.................................... 1 L2. 1 L9.14,7.15A
d.firdtion of .................................................1
29
general................................ ........................
.... 45
Owwas resimeraWity lbr
8'10
Partial utiliename-
dalmition, of
1,28
general 6,30.14.14.10
Properly I . . . . ... ... ...................
...... ..... .. 5.15
Patent Fees and Ray.16 . .......................................
6.12
Hymens B.d� .. ...... ...... . ........ ................
.... 5.1-5.2
Payments, Reameremandatima of...- .....
34.4-14.7,14 13
Hymens to CONTRACTOR and CompIction-
Appliention, for ProgdmoPoyrments .....................
14.2
CONTRACIOR'sWeramentyofTide,
14.3
Fine) Appliomi.a for P.M.k ............
........... J4.12
Finer Inapami on ..............................................
1411
Final Payerentand Aceeplance.............
14.13-14A4
general........................................................
83,14
Parted Ufihaabon- ..............................
-- ....... 14.10
Romm.go ............................. ........................
141
R.i.ar ofApplicatnen. for
prmrptpayaram� I ....... . . .. ......
... .. ... ... . 0.3
Mmdala.rv.iaes ........... ................
............... 14.1
sub.tantadcoreptetioA,
14.844.9
Waives fC].i.k
14,15
witch payments due, ..... ..................
14.4,14.13
withhalding payraent ... . ......
_ .... ...... 141
Pe'[ornamot Bonds....._ .. ... ... ......... ......
5. 1-5.2
Permits.... ............. ........ ........................
......... 0.13
definition.f.....................................................1.30
gcreern] .............................................................
4.5
OVA4 Ma respernibility fa.,._........_..........
JAG
Physical Candruone,-
Drawingsodinorreludengut, __., ....
... .... 111.2
ENGMFR., review ........................................
41.4
eailliag, rUmMInat ................. ........ .... ........
.. A2.2
,...14.2,1.2 ........... ...................................4.2
Natiae.fDiffaling
..3
Postiblet Contract Domonerds Chose . .............
1.2.5
Possible Prim and Umnes Adjumncrt4
J,Z6
Rebore ad Drawiap..
S.bw,&et and...._..__._......._._......._._......_..
4.2
sub..b. Condid.4 . . . , '.'
- 42],I
Tooluricad Data, ]Jradod Mumea by
CONTRACTOR Audmerized
_.A.Z2
undcr,rotaelhdhti�-
gameral-.......................................................43
Not Shoran or loclicead ..............................
4.12
PnAaamn of ............................ . ..........
4.3.6.20
Shown or lmd,ented ....... . ....................
....... . 4.3A
Technical Did . ................................................
4.2.2
Reammereation Cartla, . . . .......................................
2.8
Preliminary Mantua ....................... ..................
........ 2
Reitman, Schedules ........................... ...... ...........
;tk
U. d
of.....__.
.r. ............................
AI&6.118
RR"aam'C�emset-Conamet
....
c-iin.
CmitaxrAppiico................................
f
1,I3Pic.
Payment ltionfat..........................
1I
4.2Pogres
Pra,mas Paymcntctairn,,q .......... ...................1
..... 14.2
Progress whadade, OONTRACTOIWs ........... �A�
8. 2.9,
I ...... -.................... 6.6.6.29.10.4,11
Project-d.finitionof ............ ............. ...........
1.31
Project Pbeprementative-
ENGIN=s Status DuringConsIvettlon,
........... 9.3
Pr.jeat Rpresertatim. Resident-deftition of
133
prompt payment by OWNER .....................................
83
Proemy lnneurancr,-
Additional
,ene,.15.&SA0
Pailgil Iftdizatpon ........................
receipt and application of proceadat ......
5.W.13
Prot.u.n. Safety end . ............................. fi.2U.21.13.2
Panoh left
54,11
Rsulmacu'.Mmmiql,-
danation of
1.32
grown.145
OWNEW.'.,xaadbility fer ..............................8.10
Rcominme.datem dPaMord, ................ JIL4,14.5.14.13
Record Dearements., .- _6.19,14.12
Rooeadr. 'rceduraa for nairdaimmg ...................
2.8
Rem.P.irda ..................... .................. ..............
0.4
Reference to Stande,cls and Specifications
of Technical Snood ca........................................3.3
Regulations. Lm,, and (.) ......................................
614
Rejecting Dftfine Work.._......_......-_.. . ..
......... 9.6
Related Work..
atSite ................................................ .......
7.1-7.3
Parlorarea] prim w shop ]:nmamp
and Sampler submittals wiew... ..............
-.1s.3
Remedios. cumulative ......................................
17.4.17.5
R..] or Coneation ofD.*h. Work ...............
13 11
rental agreements, OWNER approval rorhrel,
11.4.5.3
mpl..cm ofENGMER, by OWNER ...................
BI
Ralmr1mg and Resolving
Durarepanclea ............ .................... 2.5,131,6A4.2
Reports -
and Drawings ,.. "". ........ - ... ... .... -11-41_
... 4.2.1
end Teals. OWNE[Warporailility .....................PA
Randent and Project Reprommuitie,
definition .(.
1.33
provision
Articl. or N ...... h 0
Number Article s Pm-Wph
Number
Resident Superintendent, C0NTRA(7TGWc_ 61
Rcapcasibilitics--
CONTRACTOWei gcnamI,_._ .....................6
ENGINEER...
............. 9
Litakartione M
9,13
OWNEWs-in ,mcmd, ............................................8
Rocamage,
14.2
Rase .ff)ucomervok ....... ................................
. _3.7
Review by CONTRACTOR: Shop Dmwj'W
.cad Sample. pries to Submittal ..........................625
Review ofApplindionsfor
i"allm" Nona-141
14.4-14.7
Right to an adjustment . ..... .... ..... ...
... ............... J0.2
Rt$hts.fW.y_ I . I .
._1. -A-I
Ra,altme, Noun Fees .4 ..... ................................
fi.12
,%to Stmounel Ioading., ..........................
0,19
S.f.ty-
.ad P,.u,,fi on ................................
43.2.6.16,05,18.
_.610421.
7,2.13.2
generalsass.__sass ..............................
I .... .,.k.M.6.23
R.iaae.tauu,., CONTRACTOR'.
.......................6.21
Sm.ploo,.
column. mf .... .............
........... L.34
Rc,,. by KNOMBER ............................ §.26,6,27
uelmcd Wcuk ...... ............ ........ .... .... ....... .......0.28
naboutt.1 of..... ..... ...... . sass_.. , , . .0.24,2
10.4.
Schedule of Voluq
6, 21-2A 14.1
Schaduics-
Adhere.. to
_15.2.1
Adjusting__ ...... .. ... . ...... .. ....
. ... _...,........_no
ClumV a Common Timm ................................10.4
I.iti.Hy A.Wabl ....... .. .
..... .... 7.S. 19
Ptelimimmy ......... .. ..
scaocorCh . . ................. ......................
10.3-10.4
SubsuffewCanditions........................................
4.2.1.1
Mal, Drcaualp,-
and Samples, gameml ................................
6.246.28
Change Orders &Applicatimis for
Payments, and sa111 1
1 -- I I . 9.7.9.9
dolictition of.....................................................1.35
ONGINERR-a appocuI ed ................................
3.6.2
ENGINEERe'eaponsibility
far roview .......... .... ..............
9.7, 6.24-6.28
rcIm.dWcxk....-- . ...... ... - -
,, . , , A28
rvict, pf000denot ........ .... ..........
._..2.9,6,24628
.1d
sulhomitud requved...............................................
j5.24.1
Submittal Procedures .......... .................
....... 625
. to app.. subatmentate ..............................
6.7.3
Shown or Indicated ...............................................
4.31
Site Aaaccc_...................................................7.2,
13.2
Site Cletudin . . ....... ..............................................0..17
sho, viail. to -
by ENGINEER, .............
...... - 92.13.2
bydh.,,., , _ ......... ................ ......................
112
.s,nceal causes of low policy form.
ime. . . ...... .... ............................
....... ........ S.6.2
definition ot .......... ...........
...... ........... I
spe.diudiom,
Mount. of .......................
........ j 36
of Technical Somimins, rdmna M
3.3.1
prccadznce......................................................3.3.3
Standand. and Spocificati.
of .hrucul Scictuat........................................1.3
Starting (7onsmuctum. Befoaq..............................2.5.2.8
Smiting the Wock ............... ......... ..............
. 2_4
Stop or Seepand Work -
by CONTRACTOR .......... ...........
........... 15.3
by OWNER, ................. .. ........
8.8, 13.10, 15.1
Storage ofmaterials and oquipmeal., ................
_4. L 7.2
S"choutl Loading, Safety........................................618
ladeamnotur
Conectuing .................... .........................
.0.11-6.11
definition a ..... ..............................................
1.37
delays_ .. ....... ___ .........................
......... 12.3
..i,cr ofrjhto, ........................... ....................
611
SubconcoccLors-in general ........................
..... _6M.11
Subcontacte--required pisione ... ....
531. &11. 11.43
Submittals-
ApplIftnionsfor P.ymcm, .................................
14.2
Met ...... ad Opmetion Manandia ............. 14,12
A.,. Schadulcat ......................................
2.6.2.9
Samples . ................ .......... .................
0.2".28
Schedule dV.1 . o....................................
2.6.14.1
Schedule ofShW Dmwinp and Samples
....... ........ ..... . ....... 2.6,2.8-29
Shopaawing.......................................
. 6.24-6.29
Substantial Cm.Pldivn--
'emulion. l-- . ... ....... ........ 0.30.2.3,14.8-14,9
definition al .............................. .....................
1,38
subethroto ComanKtion Methods a Frocedurac ........
6.7.2
Sucaututee and "Or Equal" lamm...... ..............
�63
CONTRACTOR. Expenco ........... ................
6.7.1.3
ENGINEEW. Eiml.mion ..... ........
47.3
'Or -Equal ....................................................6.7.1.1
Sukmae Construction Method,
.9 neat, M 110M
Ll
0
1-1 L
0
Article or Paragraph
Ntonlm-
Substitute lvmas� ...... ... ............ ,
, , _6711
Sobecattkoe and Ptraicel Conditions—
Drawarepe of, in or relatus to
1.2.12
. .......... . ... .. . ...
...... 424
general....................................
42
Minjual Reliance by CONTRACTOR
AuthmiW ..... ............ _ ,
_ � 422
Netion of Differing Sbf... or
Physical Corditiona, .....................................4112
.. 1.2.3
Phyincel 0anditiona_ ... ...............................
Possible Contract Drounranta, Cleang . ...............12.6.
45
Possible Prim andTimon; Adjustanwate_
...........2.
Reports and Doroin,_
_
22Sulsr&can4
....
....................Sinq.............4,21A1Subsofae
.4
CrinUtins at the .__4.2.2To.haimllat.
.._..
............................__...............
soper�mon--
CONTRACTOWs rupocriiinificy., ...... .....
..... .... ... Of
OWNER shell not suparvis,.,
8.9
ENOMEER.h.11 ot.,crvi . ........... ....
9,Z 9.13.2
Su,terintandance—, ,, _ __ __ ...........
___01
Superintendent, �NTRACTOW.maident, ...............
6.2
Supplemental conts, ..... ..... ......... ......................J1.4.5
S.Pplecentrary Condifions,-
definition .f.................. .................. ...............
J.39
tnuicip.lod.centq .................1.10, 1.19.
2.2, 2.7,
_ ... ..... __ __4.2,4.3, 5.1. 5 3,5A,5.6-5,9,
................. 3.11. 6.8.6. 13.7.4, 8.11.9.3.9.
10
supplenienting CantraY Dadw mts...........................3.6
Supphar—
definitiont of_ ..........
........ )A0
Principal rateresima, to ..... ...... 31,6.5,6.8-611,6.20.
624.913.14A2
Waiver dRights ........................... .. ..........
_&i
surdy-
craccent to Roal pynnair...................
J4 IZ 14.14
ENGINEER has nodety t.................................9.13
NotiOrstion of . ..... ....... . ..... ....... 10,1.10.5,152
,pialifin.tion of..._ ... ... .. . . .... . .....
......... 5.1,53
So,i..l ofObligatione, ............ - .... ...
-_ .,634
Socpand Work. OWNER May ................. .....
13.10,15.1
Suc,maorn of Work and Termination, ......................15
CONTRACTOR May Stop Work
or, Taormina....._....-.. -
---35.5
OWNER May SuVand Work........... _ .
, , . _ . 15.1
OWNER May Tenninitta ... ... ...............
15.2-15.4
Tiom—Payment by CONTRACTOR__ .....
0,15
Technical Dins —
Lucien] FAw" by CDNTRACrOR.... ............
4.2.2
Possible Price and Times Adjustment,
........ 4.16
Rgarts of Differing Subsurface and
Phy.ical Condition ...................................
4.2.3
Temporary mactruction
Mint. or P..Vph
Number
Teorneatien-
by CONTRACTOR . ............ ....... ....... ............
115
by OWNER ........... ............................ A.B. 15.1-35.4
dENGINEER,employment...............................3.2
sov.eni. of Work-in S..4
]5
Tore. end Adjectives..............................................3.4
Tests and lrispcofirroa--
A.. to the Warl, by inhere, ...........................13.2
CONTRACTOX.,cap .. Mitt . ......................
13.5
carald 13.4
covering Work prior to .......... ...................
13.&13.7
Litaveand Re,tilitfictic(or) .........................
13.5
Notice ofDcitams...... .... .... ......................
13.1
OWNER May Stop Work._ _
___13.10
OWNER', unl9twollent ftsturc,, ........
)3.4
".i.l, ragoired b, ENGR41MV
bendy iirtim,quircQ........................ ........
.... 13.4
Uncovering th,W.k. .1 ENGINEER.
reopect, ..........
118-13.9
Tiara..
Adjunin, ................................ .........................
0.6
Clore dCannaq ...........................................
12
Conapmati. of .....................................
..... .... 17.2
Con"d Timea—demiLion of,
1.12
day
IT2.2
Crarnmencernow
1'roconatrunwon
schedules....'....
Starting the Win
Title,
11.2,12
definitionof ....................................................
J'41
Not Shown or ldinead...................................
4.3.2
pornationt of ....................
..... .................. 4.3. 620
Shown . lrnlit . ............
.................. 4.3.1
Llait Price Work—
aloun, ................ .......
. .............................. 11.9.3
definition of ............ I
— .... ... 42
ger.rall 1.9.14.1. 145
Unit Prices—
8.111.3.1
Detanninotion far, ..............................
............ 9.10
Use ofPfcMis".—.—, — ..............
6 16. 6.18, 6.302.4
kkility c,mM__ ............... _
§13.6,20.71-73,13.2
ThifintiMa. Partial . ............ ....
6.30,14.14.10
V.I. of the Work ..................................................
J1.3
Values, Schedule of____
.Zii, 2.8.2.9, 14.1
gICPCMAOominomlqjo-snmmrnofn
•
vari.b. in Work -Mina
Authorized.._........._.,..............__.
, 6,25,6,27,9.5
Mid. w Paragraph
Number
Visits w Sit. -by ENGINEER ...................
......... 9.2
W .... . fClai.,. Final Pyauq_ ..................
14.15
Waiver of Right, by hoon,d prfi . ..................
5.11,6.11
Wfluenty and Guarantee, Garmoal-by
CONTRACTOR .......................
0 M
Wanneaty of Tida. CONT9ACTORa.. . .
.......... .. 143
Work --
byothem ..............................................................7
Cb.,a in the , . ............. I ........... 10
Continuing the-_ ...............................6.2
CONTRACTOR May Stop Work
.Teraimw . ..... 11 ......
Coordination of I -.................7.4
Cast efthe.............. ...... .. ... ........... 11.4-113
dafi.ift. .( 149
ncgl.cW by CONTRACTOR, ....... ......... ..... 13,14
otherWork..........................._..............................I
OWNER My Stop Work................................. 13.10
OWNER May Suspend Weak ................... 13,10,15.1
Related, Work at Sita, ... __ ... ...................... 7.1-7.3
Smitingthe ........... .......................... ..... ........ . 7, A
Stepping by CONTRACTOR ............................. 15.5
Stopping by OWNER ........ .............. _. ...... 15.1-13.4
Variation and d.,ifim outh"i" minor ........ -3.6
Work Change Diraeti,o-
.l.mosperautiotte, ............................................ 10.2
•
definition o( ...... I L'PI
principal rale,e. to...__.......35.3.10.1-10.2
Written Anuendment-
defiratteno( ..... .... 45
principal m6ncnea.0 to .............. 1.10,15.5.10,1512.
........... 64.2,63.2,0,19.101.10.4,
- - 11.Z 12.1,13.122,14,7.2
Written Clarificationes and
.................................. 3.6.3.9A.9A1
Written Nod. Required -
by CONTRACTOR ......................
10.4. 11.2. 121
by OWNER ................. A. 10-9.11,10A. 11.2, 13.14
E aaT8at.1L CONDMONS 1910 4 0990 sinvom
w/C11YOF MTOOLLMMODOM710NSOIN M)
Fj
Cityof Financial S9rvicPurchasing Division
• Collins 215 N. Ma5on St. 2n0 Floor
//—!'lI`r�\(vA`'-■.M \/v Po Box 580
FM Collins, CO 80522
970.221.6775
170.221.6707
Purchasing iwo'-ouFnrcOssing
•
•
ADDENDUM NO. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7676: E Lincoln Ave & S Lemay Ave Improvements
OPENING DATE: 3:00 PM (Our Clock) August 14, 2014
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
Exhibit 1 -Additional Information
Exhibit 2 - Revised Specifications
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 1 - 7676 E Lincoln Ave & S Lemay Ave Improvements Page 1 of 6
(This p%c let blank immrtionally)
LI
xW canco�uFaa. coem�naNs �s�o.e peso F]Nnop
wr a rr or roar (sows moomceno'a �av w997
0
GENERAL CONDITIONS
ARTICLE I-DEFINMONS
Wherever uxd in these Gamral Conddineve or in the other
Cotmad Documents the fillowirm terms have the
mommaim s indicated which are apphmble to both the
,insularurdplurelthereof
1.1. Akknde-Written a' graphic itunanents iswW
prim In the ":s ins of Bids which deify, cared m
change the Bidding Raquimmams or the Conditwl
Tkeomcnts
1.2 AEsmant--The wnacn contract herween OWNER
ad CONTRACTOR coven, the Work 19 be perCeemed.
reher Conrad Documents an, euached to the Ageeanmt
and mark a part theaofas provided therein.
13. Ap heation for Pyevent-The farm ,AMO by
INGIN R which is to be used by CONTRA OA in
requesur,. regress or final psymcns ,rid which a to be
accanpamcd by catch appodnng doasmmdstion ea is
papered by the Correct D..m
1.4. Asbastar-Arty mntdial that wnmins more than cure
1mlasbma lusand liable er e, rcleasisg mlestos Idea.
the or above ou.ent ncuon levels esmhluhed by the
united Sons Odnpotiorat Safety and Health
Administration
U. Bid -The stun or psfocal of the bidder submitted
on the preeminent form setting forth the prices far the Work
to be performed.
16, Bidding Doctme tv-The edverniweW or
lnvimtion IU Bid, itmructlore to biddere, flee Bid form, and
the pmpmed Correct Dammetaa (including as Adderdo
issued prior to rev pt ofBids).
1.1 Bidding Ro,dramrnts--The odvedixmem or
hlvimtlon to Bid to bidders end the Bid teem.
I.S. Bard,4krfamaree and Payment bonds and other
ingtmnenMofsecwity.
L9. Claude Order -A documen recommended by
ENGINEER. which a signed by CONTRACTOR and
OWNER and antenna or addif. deldimd orreva ce, in
the Weak, or an adjustment in the Centred prig or the
Corded Timm isv'xd on or,ller the Effective Dam of the
Agreement
1.10. Contract Lkicumenk-The Agreement Addenda
(which permbn m the Contrast Decumens),
CONTRACTOR, Bid (motidnta dneansw ention
emompmyitd th Hid nrad any pos Eid documentation
an abmitt, prier a the Noum of Award) when attachal as
eahih to um Agmmmt the to Naito premed, the
Hondo U. Gaseral C. it site SuPplemmsry
Conditions the Spedfimlior. mdd the Drewidds m the
61000 t1PNkItN.l'OM:110NS IYIaB (Ills Hdllml
w/QTYM FORT CUW IN MOWFlCa1lOtHmEVaRaM)
me are mare rihcally identified in the Agreement
train, with all Wntan Amendment', CMege Orders.
Wmk Cdangc DuaYiv0. Field Ciders and ENGINEER,
written intwpnetatiom 1 clarifications ivwu:d psaent to
paremaphs3.5. 3.6.1 and 3.6.3 es car efler the E !ache
Date of the Ageammg. Shop Drawing abnnmk
.Facred p are an to peregaph, 6.26 and 6 27 and the
repass and dmwltps referred to to pamgaphn 4 2.1 and
4.2.2 arena Contract Documans,
III. Cortmn Putt -The morays payabk by
OWNER to CONTRACTOR Ica sanpkucs of the Week
in accordance with the Con rid Documents as rimed in
the Ageemem (abjmt to ue pmviskm of
p regreph 11.9.1 in the mse ofUrul price Week).
1.12. CoNms9 yimrs--'The N. of days or the
data send in the Agreement (t) an achieve Subaarvind
Cumpleueea and (i) to mmpl,ac the Week so that it is
ready far 6.1 peryymmant es evidenud by ENGINEERS
carte , manmemkuon of Taal menen in oaadera:e
with panagepb 14A3.
1.13. COMRAC7YM-The pemnn Tam ee e pomtion
with wham OWNER here Wcad into the Agreemnt
1,14, df,,M a -An adjective which when modifying
the wad Wmk refem to Wmk drat is wsstisfactery, faulty
or deficient in this it does era conform to the Cadmet
Documents, or does not mcet the rcc uincmmes of any
va,catics, ref nee a sMarq ktt or approval rekned to
in the Canoed Dmummts or has bent damaged prior to
ENGINEER', reoamnendation of Rust M= (unlese
responsibility far the protection thereof has bond aaumed
by OWNER at Subaenttal Completion in acemdance with
paragraph 14.8 or 14,10).
1.15. Drenengs-71n,drawings whale show the antra.
anent and chmader of the Work to be fumand end
pedeerned by CONTRACTOR and winds here been
pepared or approved by ENGINEER and are referred to
an the Cmtrad Documents. Shay dtawitps ere teat
Drawmgesodefined
1.16. GFNcbve Dees of the Agnenawt-The date
indicated in the Agreemenl on which it become effective.
but If roe such dau is i d¢akd it meures the risk on which
the Ageemenl is signed and delivered by the bat of the
two patierto sitm and deliver.
1.17. ENGINEER -The person, I. or corporation
mmed as etch in the Ageem cat.
].IS. ENGINEERSs CcvauBord-A pasari, fuse or
oapmstion 1,1ud,Mead with ENG[I drM to,ouch
moos es ENO]NEER's independent pafeariorol
ampe®k or coraulluttl with respect to the Project and who
a identified as such in the Supplementary Conditions.
1,19, Field Onkr-A written order nosed by
ENGINEER wWdd order, mitmr charges in the Wok in
recordsnm Pri
with pargm 9.5 but which dmenot involve
a cherdc m the Coned ceerr the Cormaca Timm
C
•
u
•
0
1.20, Gmaml Rugruremeno siwliore of Division 1 of 1954 (42 USC Section 2011 to seq) as araeMed fray
the Spedfirafiaro. time to time.
1.21. HamNmn Wusm-The tam Hemrdms Waae "Il
have the ..an, provided in Salim 1004 of the Solid
Wave Ditymal Act (42 USC Section 6W3) ss amectded
boon timetotimc
12 _a Laws and Ragmludaa, Incas or Reguh u.-Any
and ell eppli ble lmw Ira raguhlima, wake" a;
aades and mlons of my mad all pwimmental bodies.
agemies. nmlwri[ies and cows tavicgimisrticti0a
122E Legal Nofitbm-shall the It.. handays aburvN
by the ON of Fort Colliro
1.23, Liens -Limn, charges, warily nocuous or
d 1aareaaupm reel(rapaty or persoml propo'
124. Milenone--A prirwipal overt epaificd in the
Core Doamwma rellating to an irmrmcdlaw completion
dale or nice prior to Subaltern] Campktim of all the
Wok.
125. Notice ofAwar" written notice by 0WN1bR to
the arnera uneventful bidder stating Net upon compliance
by the apparent w¢eafn) bidder with the wtdi ione
proccdmt unmanned therein, within the time apecified,
OWNER will sign and deliver the Agreaream.
1.M, Nader to Pmceed-A written came given by
OWNER W CONTRACTOR (witha copy to ENGINEER)
ftxitg the data an which the Cmtrad Times will
wmmmw W ern and on which CONTRACTOR shell amrt
to ponfam CONTRACTORS obligations under the
Context Document,
1.27. 0JVIVZt-T1w public bury or authority
M.aaaemm firm ca M. with when
RACTOR hem mWmd into the Alinement tend for
when the Work teW be provided
IN. Partial Utun rocs -Una by OWNER of a
mFemrtially completed pun of the Work for the pup0a
fa which a is intended (or a related purpose) prior to
Substantial Canpletimorall the Work
I N. PCBx-Iblychlaireld biphmyle.
1.30. PCtrofeltea-Petrolemo. including aide oil or arty
fiadat Hereof which is liquid ar sumdvrd aadilime of
oer, minpaohue and M. (60 ttegramand s FAalion
14.]faunde per mlume inch absolute), such es oil,
pecalmia, Act oil, oil sludge, oil refuse. µawfne, kerosene
and al mixed with other rem-UnmNOuawa4es and crude
oils
131. Pryea-The that comtruatim of which the Work
W be provided Under the Cmtnct Dmormas mayy be the
whole, or a pan as indicated elaewbare in the Contract
Document.
132.g, Rmdaach. MamurL- urce, spxul mcclam, or
byproduct materiel m dermal by the Atomic Energy Act d
w, O FFMT CO11gIl emanum(19AatiAIM)
2 W/maYOFFOaT(AWlHMCOmIG2101S tWiv</1@a)
132 b A,M Wonbnf Hours-Rmal. workrr he.
eR m
ever der nNe Gemrel teem iemerm�
1.33, Rest&nt Prgjact RapresaMarre-The amhaieed
remesaaetive o[INCAIffit who msy be asvitgsed b the
stwormypanhrumc
1.34. Smiplm-PhyScal examples of metering,
oquipmem, a wakm achrp that ere rtprosentative of
m capalm of the Woh and winch establish the
9arderds by which such portion of the Work will be
judge&
1.35, Shop DmMogs-All dmwitgp dugams,
illusestime, whodules and other date a iNormntem
which are e�m fimlW prepared or emembled by or for
CONTRACTOR end submdtd by CONTRACTOR to
illustrate mere portion ofh Wool;.
1,36. Spacoomme-fit poroone of the Cmtlad
Dommcme mrmsNcg of written Were.] desmpTttism of
mntaiels, equipment, wn+trmtim syaWmy marderdv and
akmmvhip as applied 0 the Work and contain
adminigmtive death applicable thereon
1,37, Subconrracmr-An individual, fine w atpotmion
having n direct mound with CONTRACTOR a with any
other Subcontractor for the performarea of a part of the
Work to the into,
1,38, Subnmdal Conwhedan--The Work (a a
epeout d pert Nam01) has yr�com' 10 the Von where.
in tho Winim of SNOB ER ere avcdmad by
ENOR EER'o defuitive anifimle of Subewmiel
Completion it's. vermimdy complete, in Work
(or o r with
the) Contract Ao read for
t e p the \York (a which
ibd
poi) ern r f an s far the ea rlacra tiorme which it e
mondd: c if m such ready
u usual when the
Work is by y (G E ready far &al payment m
wed pay 6y ENGINEER'S written r�mmmdunm hof
e
bml garment In accordancecare with paragraph 14.13. The
terms hdmtplie gall or Po and ' Work
rd 0
Sidem tot' m applied to e11 or purl of the Work refs W
Suberamivl Canpldm thereof
1.39. Suppleamor' Gandaimm-1'he tan of the
Contract Dmuments which ..it, or supplemeNs then
0.1 Cmditias,
1.4). Scwplier-A manufacturer. fabricator. wlylier,
dideibutm, maldialrom or vendor having a direct contract
with CONTRACTOR or with any Subcomicec to
banish matetiais or equipment W bo incorporated in the
Wakby CONTRACTOR ormry SubaMeam
141. Umfmgramd Fmthde�All pipelirea conddty,
ducts, trebles, wire, mnAdes, vmld, mils, lammle or
der Leh faanhno or nnacMCms, and my ernen a
cmmnnng such mca ailihwhich have been indabd
aaderpard to funush my of the following emvias or
materials: electricity. gases, seam, blind pefrokum
pendnes, telephone or other eammmsome able
kkvisiat sewage and drainage removal, "fr. a clear
cadol ay9®m or water.
1.42, (]Wt Pnm WDrk—Wak m be paid form the basis
ofmutpriees.
1.43. Wor�The emhc caepl IW construction a use
venous m,mo ell identifiable peers thereof ivyin d to be
fmnlslwJ under the Comma Document. Wak includes
and is the result of performing or furnishing labor and
fire isdrg rid in ..mini mateials end yuilmera into
the amuuctiac and pforni ar fwn6hirig service ured
Nrnishitg documerm ell as relayed by the Cemt.n
rMamcma
1.44. Wnrl: Chungu Dhucdva—A writmn directive o
CONTRACTOR toed a a ate the Effective Date of
the remem and signed by OWNER and ecmmmendid
by ENGINEER ordavg m addltal deletion a mdm
N tlm Work, or reeparabi to diffeing on, mfomamn
physical comiliory under which the Weak is in be
performed as provided in ptmgmph4.2 or 4.3 a to
snagsaw"
uWar paragraph 6.23. A We& Chmge
Dyative will not sang. the Caused Price or the Conned
Times but is madmen that the nation cared that the
Irovidcd m Imvgnph 10.2
1 A5. Ipntt n Amenkwm -A written wi=Ammt of the
Contact Dowmmts, signed by OWNER and
CONTRACTOR m or after the EIBnPoe Den of the
Alummem and =really dealing with the ormsegirzwing
or roveclmial .list then sisterly coraructimaehated
aspects of Jae Cavern Documard s.
Detltsryof8ortdv
21. When CONTRACTOR delivers the seasonal
AW c mt to OWNER. CONTRACTOR shag aim
&liver to OWNER such Bonds m CONTRACTOR may
bon required to furnish in accordance withpsaWeph5.1.
CopiecolDoeaai.m.
22. OWNRReholl famish ID CONTRACTOR up to ten
olefin (unless otherwim slsecified in the Supplanentery
Questions) of the Conant Documents as are mesambly
cane any fee the eaecmhen of tI. Wak. Additional copies
will be fumshd upon rryuat. at the met ofrapmduestien
Cemnaenaemew r(Canaua Times; Naticeal'roreed
23. The Contract Times will eommeroe to run on the
thirtieth day rifler the Effestm a Oats offs, Ageement, a,
FJCpCO91SRAL(A}Il1NIOb31Yta8 (IYSOEdYm1
w/G1lV OF'fONTCOIJJIS N�IFIGT1018fREv<Ra0a1
•
ere Notice W Proceed is givan.mthe day indicated in the
End. to Proceed. A' dies to Proceed may be given at
any time within thirty dp fluethe ERetiv, Date of the
Agreement •_ __ ..._. ..:11 the nape._...1 n:__
ar Rid martin, orthe thirriath%ayaM-the-EF1'mtwe+3em
.fAhe Agnt+nmb:whith deniararher:
Saudngthr Wong:
24. CONTRACTOR deg sort m pert the Work
m the dam when the Contend Ti..,... to unt,
hot an Work shell be done at the site nor o the data on
which is CurtmnTiesesmmmaae loran
Bide Marring Counnerim:
25. Before undertaking ch part of the Work.CONTRACTOR shall archdb suN' and conngmc the
Commet Do entarre and ene& and verify penmmt
figures shown thercm and eU eWli.We field
mmsuemm¢. CONTRACTOR shall promptly ml cn in
'ling to RNGTNE.RR erry 70ia, once, ambiguity or
dvmperwy whirls CONTRACTOR may dsa+ve and
sail obtain a written mtmquoti e a clarification from
ENGINEER beta.. Kmiseditg with an Weak od
f lenet
thereby; how.a. CONTRACTOR shall be liable an
OWNER or ENGINEER for failure to repos wry wn0ict,
era. ambiguty or diar.rey in dce Cmtrect
Bok nton, inCONTRA R knew or rasonably
should have known thereof
2,6 Within not de}a efts the Effective Dare a the
Apartment (unles o[hswtm specifid in the General
Regt err aura), CONTRACTOR shall aJnnh 0
ENGINEER for review:
26A. a preliminary pngnst schedule indcatme
•
the Ems (nonbers of days or dab) la siding and
ex mplemg to various sing. of the Work, including
my MJnlaas specdud an the Correct Docomeds;
2.6.2. o laellmimry sdtehde of Shop Drawing and
Street. subreowle which will list each relived
subsomel and the tire%fa submitting, reviewing and
pecemygsuchenhnrmali
In on a�MAI a4a
I 8wd1e4s_71a ^I lady
diva face .Jew by Geitceel
2.6.3. A pedimnt, schedule of values for all or
the Work which will nelu& irimures rid pion or
items aggregating the Contact Rice and will
subdunds the Wad am cvnpmau puss in sufficient
detail 0 save as the unit fen promise paymmta
during construnice. Such paces will udu& ea
epp,frinm smuuo of.crh.d and post eplifabl.
an each ism of Wo k.
2.7. Before arry Work it the sit. is initial.
C ONI'RAM OR and Oko NRR shall make &live to the
atha OWNER with cvpia o wed
admtfiebin-tMFupplem weary Conditions ENGMBRR.
0
• certifiwtea of insuam, band otba evidence of huweno, describe a fuctiemlly complete ITeject
an be CWVYckd m moOdame wi
0
1�
u
cab ch
CONT CT gem u require)
m pumles. and maimein in moundance with
lamgaWe 54.5.E nrafi .
HeeoasmaCha Canferaaw:
2.8. Whhm tomb days after the Cmtlmq Times wart to
'On. but befne any ork at the site is slanted n cmfinem,
amended by CONTRACTOR ENGINEER and ethers as
M*w, will be held 10 Owl,hsh a w.h,
raemling among the patio se to non Work and to
discuss the schedules referred to in pamgaph:6,
paem edua for hadDrawing and Shp Drawinand other
wbmdual, processing Applications for Paymw end
maintaining neV irnd reoada.
lnimlly nampmCle Sn1eAt W:
29. Unlas arhawise aovidM in the CoNmct
0
mmo,tions end edjunmctls and to mmplme and masbmil
the mhpWla No Iaogesv payment shall be made m
CONTRACTOR until the Weedulea are submitted to and
acceptable to ENGWEER as prided below. The
progress a.'hrdule will be mwpeble to ENGINEER as
pmviditg on orderly, peaganan of the Work to
cpnplemon within any specified Milemma and the
Commat Times, but web actepmme will neither inane on
ENGWGER reeµmsibilily for now nor11uercu—ut� srMhlirtg
m renames of the Work w imafine M or rcliac
ARTICLE 3— ON'IRAC`f DOLNNENIS: INTENT,
AMENDWG,REUSE
Meat
31, 1'In Contract Dnamws crmpnm the emrte
agearaw between OWNER and CONTRACTOR
mmmurR the Work. The Contact Do mnme are
mmplpn b1r whatrscalledforbyoneis 83
birdit� as if
w11W for by IL The Coma Dmmws rwdl k
committed in acoordmm with the One of don plain of t1no
Rojed,
32. It is the meat a Ne Catmint Dmumws m
131000OFNFML WNpTIOM 19taa (199mfidtlad
4 WCINOFFOATWWlN9MOOtpI(ATONS (aLY V1o0a)
3m±2
salt ewll be furnished and
slocifiwlly called for. When
we a well-known technical or
made mewing are mad m
m squipmetµ wdr words or
3,3. Refam ea m S4andards and Spadfrewas of
Technical Smie ier RepO n" and Resolving
IHmrepanda:
3J.1. Reference to slmdwds, s,enheatiow,
mamak or codes ofarry, technical moiety, organintion
or m enowtim or m the Laws or Regulobens Of any
govmnmetml authority, whether such mfucnm be
spmifie Or by "Pie tin "I mean the term
nandmd specifiwben, mmml, node or Laws cr
Regulation ine(DOW fda, eofop=if fern wer.
nit Bids).
EEmbe Dam of tlo Agcvnw rfthc i wcm
ro Bids), eContt as may en otherwise: spmificolly
mated N the Contract DwW Hems
33.2. It dun% the perfamanm of the Work,
CONTRACTOR di . any mnR,M error,
ambiguity Or diserepncy whim the Contend
Doeomarva or between rho Combos* Document, and
airy provision of may each Low Or Regulation
.,IusaNe to the peRmnence of the Work or of any
such man ent epmifiwfiom manual a code M of any
'�Wructimofa. suuppppgx rcfinedminparegaph6.5,
CONTRACTOR daR npOM1 it to ENGINEER an
writing at ram, and, CONTRACTOR shed no
plocmd with the Wok almeted thereby (except in an
emergency as authorized by pangmph 623) until an
amendment or wpplemmt m the CaWnetDmumanm
has loco uwad MM me of the metloda indicated in
to mpon my cam mathat,
or demsepxmy mlexs
Or ramo©bly should have
3.3.3. Ese la oa W wise specifically, sorted in the
Cmntmct Documents or as may be prewided by
waseaslan. or supplement tbmesu issued by pre of now
methods Indicat in p1.,V ph3.5 or 36, the
pro,en. of the Cmlmcl Documents shall rake
prmedenm in madvim my ennflic4 ern, ambiguity
mdi.V ybetwtnthepovwmsofthe Cm d
Ducummas and:
3.3.3.1, the poriaipu Of my, aweh sturni
specifmatia, maaaL code or nmrupim (whahee
a not specifmally momporsted by refertrce in the
Canino, Documents); or
33.3.2, the povision of arty mch Iutvs or
Regulation appfinble to dot perfamane of ores
Work (elm such en ime 4w-. of the
�iaima of the Cmatmet Dmummds wadd result
ohtim of.rch Law or Regulation).
note or mention. wall M .11move m emeop true ashes
arm tmpwrsibilitwa of OWNER CONTRACTOR or
ENGINEER or any of their suboonmcbrs, comultarma,
,gams or anplaye. from three ad forth m the Crammer
Dmummm, nor shall it be effamti e m roanp to OWNER
ENGINEER orrery ofENGINEFR's Cmuulmms, gents.,
onpbyeu airy duty or mthe my s m pwise or dorun the
famishing or paloom en of the Work or soy duty or
,uthonry to mdatoke reepambiluy rainwawa with the
=pWane of pmsgmph 9.13 or any other provfdm of the
Curarect Pm orem,
34. Whenever in the Coolant Lbrnmena, the term,'as
ordered", 'a dircclod'. 'as roq.i.&, 'a allowed', "n
a,Vmod' or terms of like affect or room roar ua4 or the
mjecdves 'rmswnble'. "mimble', 'amephibk', 'feoped'
or'ntmfactay' or adjectives of like effect or import sae
mad to deacrih a requumtml, direaiat review .
Cooled ]),nua ea end confnmarxe with the design
mmept of tha completed Projecta e functiorting whole as
shown or iminted in the Contract Daaments (antra that,
is a specific atmem el inhoomg theswicet. The um of
my auehterm or adjoetive shall not be e&cuve to assogrs to
ENGINEER arty duty a maturity to mparvien or direct the
Dumdum, or pert na the Work or any duty or
uth aority to m&rmru a oaFm mbih em=q b the
provisions of pmagmph 9.13 a any other pmvnon of the
Cenheal lbotmentr
Amenrbag and&,,alamering Creamed DormmMe:
3.5. The Cmumct Docmaents may be enter led b
provide for additions deletion aM revuimm in the Work
or to modify the terms sad cmditwn reared in ore or
more of the Mowltg ways.
3.5.1. .format Written Amendmmrt
3.5.2. a Chong, Order (qumma to Wro orph 10.4).
ar
15.3. a Week Clmnge Corrective (pument to
paragraph 10.11
16 In addition, the rNmemems of the Cml.d
Daummm may be mpplemmmd, and minus nriatiwo
and demmmn m the Wmk may be nWunme% in me or
more ofthe foumving ways.
16.1. A field Orrkr(pura tto pmgmph 9.51
3.61. ENGTNRR'R'a aMmal or. Shy Drawing or
Sample (pursuant to ferraphs 6.26 am 6,27). or
3.6.3. ENGINEER', wrker imcrlxemtim or
clarification(pmsamtl to Mm mph 94).
Reuse ofDoemaraw:
3.7. CONTRACTOR anal arty S.boom e. or
supplier or other perm or reformed. pmfmmir8 or
fimmahbtg my of the Work under a direct or iidueeL
amtraa with OWNER (i) alalt rut lone or aapmcmy,
title to or owneral rights in any of the L)ntom x,
specifinu.0 or other dmumenm (or copies of any
thmood) prcpmd by or baring the sal of ENGIN65R or
ENGINEER', CaemhesA and (il shall nor roue any of
meh Drwwny Stewfieetime, a er it... e or ogna
ARTICLE AVAf1.ABILITY OFLANDS;
SUBSURFACE AND PWMCAL CONDITIONS;
REFERENCE POINTS
rbwlWblgty ofLantr:
4.1. OWNER shall famish nmdamt in the Comnd
Docmnmt, tlw lands upon which the Work is to be
paknomal. righ"famy and eameeras for ece.
themeand mah other lands which am desimmred for the
not or general aMbodien hot Taorfinlly retnmd m use of
lan s so fumuhed with which CONTRACTOR will have
to uanply m mrfurmmg the Wmk. Dranerm. I'm
CONTRACTOR and OWNER act marble to agree on
entitlement beer the team ea amid of any mjumnrnu
in the Coneaet Price or the Caareal Tim. a a ,.It of
any delay in OWNER'. liumating these marts, righa a-
way or maanmr CONTRACTOR may make a clean
therefor oa provided in Articles I1 rim 12.
6MpCp@IkAALlAN01noN31Ytoa tmNgattm) 5
.rmyoaFoar(XgLre narnmunoxsptsv4rzaom
46
0
•
•
0
CONTRACTOR shall provide fo.O adiinmal hods and
ammo thndo the may be retained for umpaary
wrewction fteililia or slaege aC materiels and
equipmerd
4.2 AalmrjoeeandPhyuod CmMfima
4.2.1, Reports and Drmwngs: Rdererme u made to
the Supplementary Confidence far identification of:
42.1.1. Subsafaua Cordlnms: Th. reparm of
exploration and tour of auMvrface caditiam at m
ana�r m to the site that have been unlined by
INGINE - m W"nng the Contract Dacumaam;
and
4.2.1.2. Physical Cmdufonx, Thmc dewirps u(
ph,mcd wnditions in or rclmbp .!dating surface
or an or
abuatura at or cadges. to the site
(exafn unde Facilities) Hat have been
milizd by GAIEER in Pamring Oe CoMad
Dacumanm,
4.2.2, UndMd RaRmme by CONTRACTOR Anahermad'
T'ionmea7 Daa: CONTRACTOR may raly upon the
demand accuracy of the'Ycrhrtimel dour' mammal in each
mpam ad drawing; but each rgwrtsard thawutgs arc rot
mros Contract Deeuc. Such'mdmicd dam' is identified in
the Supplementary Caditims. Except for arch reliance on
such'teclimoal dam', CONTRACTOR may rat rely upon
or make an, claim agwral OWNER, ENGINEER or any of
13N'GINEERS Conalmme with mq tto
42.2.1the campplemneae of each reports and
driven, for CONTRACfOR's mrpmem
indudup. bu[ nor lunikA iR wry aspens Of the
ram., menhoth, mchniquR ealuma'a ad
CONTRACTOR and safery ty be employer by
prmuhan od
prcgrana Incident thercm, or
41.2.2. other ddq imdsrdetray griniau
all information contained in such r'ya'ts or shown
or indicated in each donvq , or
4.223, wy CONTRACTOR immpmmlma of
a cmclusiwn drown Gan an, 'kcheind dam' or
yy such don, i rrove itiom, oparur or
infmman . o
4.23. None of D4%ring Subsofmo or P/9Meaf
ComB'Goiv: If CONTRACTOR believes that any
aulnmfce,m calcodilim at or . cmtiguotor the site
Nesumaw arevoildcitlar.
41.3.1. is of such ..tone as to esmbiiah that
an, 'admiral dam' on which CONTRACTOR u
emithd to rely u providedin mm®v has 4.2.1 and
4.2.2 u materially inacan te, a
4.2.3.2. is a sonde . astwe . to requlm it
ch,mg, in the Contract Doo mmm, or
423.3thtfars remai.11y fan that shown or
6 e1CUCOtlNOtALCOH01T018191ae(19909thim1
W att OFtORTCOLWISMCOMG1T10I6 dtbY9/r W%
mdlcWed in the Contract Dedwenta: or
4.23.4. is of ea un 1 matron, and differs
materially &am condition adanrdy emuwlmed
and gnemll, rccoyumd as inhcrtnl in work of
the eh.redm provided for in the Con nact
Docmomm'. than
CONTRACTOR shall, panplli immedimely after
bxoniep .wart thereof end bcfae f ether disturbing
conditions aPmtd thereby a performing any Work in
asuaction thnnvidr except in ea cornmay .a
panted by Nreg.. 63). ratify OWNER ed
ENGINEER wnmp about ach condition.
CONTRACTOR doll mat fuller dimurb auch notation.
a p.rfmn mry Work to <rannoula n therewith (caapt ae
efinemd) antll noW of wmamorder rode to.
4.14. EAUNEERS Review. ENGINEER will
promptly review the mttiram mndHmn, determine the
me ssdyed OWNERsobainfigaddldural cxploretionor
was with rmpecd therdo and advise OWNER in writing
tth . espy to CONTRACTOR) of ENGINRRRk
'ups and! conclusions.
4.2.5, Povible CmYract Doemruds Change: If
ENGINEER caehdm Hot . chstpe In nee Commd
De ormesurequitedmaread[ ofue 4,Z thvt meets
aChwa no�r mac cticc r . Ch s in Order wi 4.2.3, a mlak
d Din Arti a s Clasp. Orden will c ant he
cowl a m Article ch to raRxt all document the
arvqumaaafauch dmtpe.
42.6. Peasant Price and late AquAxM: An
intuitable .djum mete in the Contract Prim a in the
Contract Times. in both, will be allowed to We eximt that
the exi mac of arch wa.vmd m ..led wdition
muses me v monto or deacam m CONTRACTOR's sot
of. or time notuined faperfam.nce oC the Wank; abject,
however, to the following:
4.26.1. arch mndifon mum matany aces
more of the eategorito described in
pamgmplas 42.3.1 the 42.3.4. inchmivc.
4262. . change in the Centered tmmm
purwant in paragraph 4.2.5 will roe be an
autommic eattairmalion of ter a tradition
precedml W odHemem to wY arch djuslmmS
426.3, with rtsmd to Wait tint is mid fur
m a abut Prim E%ms. any d3uarrem to Coronet
Prim will be auhlea b d. powinions of
paralaa& 9.10 ell I1.9. and
4.2.6.4. CONTRACTOR mtall nth be minted
to any djummem m Oa Cmtrad Price or Times
if,
4.2.64.1. CONTRACTOR l.ew of
the exulma of arch cmditiam .1 the
time CONTRACTOR made a final
canmidnml to OWNER in rasped of
Contend Prue rand Crowd Times by the
wbasui ion of a bid a bemmitg bound
under a f,.i..d convect; .
41642. the asmseae of och
comition cauId nimbly have been
ducavaed or ..iM as a malt of any
.nation. hweat(gatima avlanion.
ma or study of the site and comiguos
urea myuimd by me Bit
Req., mess. Common Dc mmenms to be
caMuHal by or for CONTRACTOR prim
m CONTRACTOR. mekin, swim fmd
eommiMeN. m
426A.3. CONTRACTOR teiled m
give the written mine within the time and
asralu.d by Wm®aph 43.3.
If OWNER and CONTRACTOR me unabk to ewft an
aaidcmmrt to . as to, me anent., or length of ury such
edaabh. 4ummem in the Cmvacr Rme . Coined
Tas , .dome may be made therefor as provided in
Anions ll aM li Hosse., OWNER, ENGINEER.,.[
ENGINEER'. Camrltams shall as he IuNe to
CONTRACTOR for arty ci.i., cant; ksma or damages
aeattio d by CONTRACTOR m m N aemmlion with.ay
shier prgat a until FlamA poja[
t3. MdWml Condtlmns—UnAergrounAFamlGrim:
43,L Sboxuorindeted: Tleardi mmion.addat.
abown or indicated in the Cement Mciamn s with
respect w aau" UndaryrouM Fncihtma at orcnatipous m the men is bated a infama an and data
famished to OWNER or ENGINEER by the owners of
mesh UndergmuM Facilities or by others, Unl.0 it is
omcrwim expressly provided in the S.Mlememmry
Codinoav,
4.3.1.1. OWNER aM ENGINEER shall not be
�ppm��bk fa the acoecy a completeness deny
mc1 .-ft.6. or dm., mil
4.3.12, The oaa doll of the fellowirg will Its,
Mailed in the Caama Rim and CONTRACTOR
shall have full respomibiliy fa: (i) eviewvg and
eheckinge0 wits udanmazian end dma. (u) Icoatug
xg UrxlenamndF.cilitimdunvn n irdi®red N me
Cah the owners
ma(. madimUa st the Wok
wine the owns. of wan Underground b'eciliand
,dins . or alltion, snit r oanx safety and
.amliom of all ,,, Vndvrg and
i becmirb im y
provided m peragenglin. a repeirirg any
.mega mlmrmorewllag from the Work.
4.32. Nor Sim. or Tna&aed. If an Underground
Fealty is amoverd or r.. d at or on Sp. to
the Sim wilds was not down or iralicmal in the
Cone. Dacmnmma CONTRACTOR shell, pramgly
bvmediately efler becmnirg awe. thereof oM be me
further distabirg cmdiaotn aQected memby .
ferfamiiig arty Work in mmalio thacwith(ct.pt
d m ea emergmry m ea by paragephb23).
idmtiy the owner M such Lhxk ramd Fmility and
RICOCtI@m9tN.IXIWRT101819108(19➢06dlim)
M O iY OF FMi LO W.IIb MCOIPIGSIOr6 p[LY 4R0 W I
give winner, rots" to that owner aM to OWNER and
INGINEBR ENGINEER will promptly .view the
UndntIDor.1 Faalhy and determine the ede4 if
any, m whWt a shag, is ma,umsd in the Cetra0.
Dmamems w.0. eM domunad the maxryencea
of the euaenm of the Und..M b'm 1m, If
to
wch
be.Em dan'nstmm in
IsaNlm of the ('meet
t thin thw arc annbuable
m me exaaemeelany Lindenn}eaWly Vet was
not sli. a indicatd a e Cnotraa D.xvmmts
and that CONTRACTOR did W know doml mold
mnavemtinrpk4 LL VWNIllLt or thl[fAl:l UK
are th d inagreesash
on etid an i Co the amam[.
lagth a' amry wch a 0-RAC
nt in may
ma l Rice .
Comfor Tnnea CO '&ACTOR may makeo claim
OWNER,
yd ENGINEER
in Articles 11 ead 12. Nevear,
OWNER, ENGINEER and ENGINEER',
any -loans.
be liable m COMRACmdfar
any cmdnb anent RAC a damegm lammed o a
aoaimd by CONTRACTOR on pr ja camade
wroth anY dlrs Flmlea m amicipatW pojrA
Refemn. Penna.
44. OWNER dell pmidc enIme mirg surveys m
edabliah rof== polms r. camanstion which in
ENGINEER'S judgment on, namseary to amble
CONTRACTOR to lmmed with the Work.
CONTRACTOR afmE be r.*,We ra lovka out des
a Imt or destroyed or requires Mo mica because of
necessary Charges m food.. loamios, eM doll be
mammble for the ocavam MLiss cam[ ov Wootton of
such refermm points by professionally gnsliEd
perwmd,
t5. telsoo., PCBs, Petroleum, NayVdour Waite or
Radimdive Material:
4.5.1. OWNER slmR a mapmsible fro say
Asbestas FlCEa Petroleum, Nnembu. Waste .
Radioactive tvlutaial urcaaed mrevmled at the site
which woa not shown a indicted in Dewmyn or
S)xci0catbm . idemilim in the Camara
Dmcummm to be within the sop of the Wail, end
hich they armor a substantial dmga to pe. or
p;p mho q mytmd them . in cmaamn with the Work
at uk. OWNER shall .1 he mapomible f. any
sw:h materials brought to the site by
CONTRACTOR, Subcomomaa Suu{p��Ion a,anyoe elm 0a whmm CONTRACTOR is
rcponible.
l
:7
s
13:1-34MIer�ewry+t�Fmmh�Pdtin4-wrNlen-neNoe
0
Flue RsdeeWw'e#4aNaiel-nrawmarl
aaeveaedetahetiee
8K'DI:Oin9lALOORD1110t419108f199J6&MI
W �tV OF FO0.T W WINbCONIG1T10A9 (R6NdA0Wl
0
Parformoace, Psymeneandoole rpeumv.
5.1. CONTRACTOR shoU Tumide R
pyment sl all OONTRACTOM ob iou under Ne
Commm Doamew. SMae Beak sea r=m I. effect
at last urol arm year ether dm date when fuel ppeeymel
beoenm due, crept w provided alxrtvise byy l.nws a
Rseulmism or by the Comm Osuarems,
are nemul a due
Cedifmkes of
al Boa@ aM as
Iuaiahed in
Slap Burou of
sm egem must
5.2. If the suety on any Bond famished by
CONTRACTOR is declared a himcrupt or becomes
insolvent a im right to do business is terminated in a,
stale where any pmt of trc Pmjat is located a it ..to
racer the roquuemcnn of pamlVapls 5.1, CONTRACTOR
shall within ten days therager subatiNm another Bond
and mu<ty, both ofwhich most be..pmble to OWNER
". Ilemwd Arse. sued Imamvs; CsrdfluTrea of
ImdY amov,
5.3.1. All Hods and inwmnce moused by Jae
Contract DocmnenM to be purchased and maimamed
by OWNER o CONTRACTOR seed ne ohmandl
fromsurety a hisnmea empmess that ere duly
Iicesed a eudorited in thejunaiietion in whi la the
Project is located to issue fiords or irmnmice policaes
falheli.u,mdcevea8amreyuired S'uchsun%
and inew. canpai seal also mint such
mUtioal requbemenls and quaificatios m may he
provided inter Supplvocntary Coed ucas,
COA RAMR. Liability Itnurnt :
5.4. CONTRACTOR shall puscaae end meimain such
Mat, end other umunrrce es a nppryamtc [a the Wmk
hirlg performed Md fmmaMd end es w1II provide
frotecY. Gom derma at forth below which meY luia eW
of or ms It fran CONTRACTOR'S ormnnca and
famishing of die Work and CONT TORT dher
obhgmfam under the CMunct Documellte, wladar it is to
be P fbaa d w farnuhd by CONTRACTOR any
Subc.uadm or Supplier, . by My. d reedy m
mdirallyy mmp[,M by arty of than to Perform ce famish
My M. Work.. by anyone fen whose ecm My of them
may ed ]iable:
5.4.1. .nouns under wurkera' .mpeamlioN d,.bibty
beMfm.W other slender empt,. bemfltacm,
5.42. deans for dmm.ges Iona.. of hoAly injury,
o.Masai sidmm iaese, or da teeth of
CONI'RACI'OR's employees.
5.43. cleans for demegc be. of bodily injury,
sieklan or diuem, or death f.ay Pelson odor tlm,
CONTRACfOR's employe.:
544,-olaime-for-dsamge -soured- hy-.pmnmy
imlir�emplgmamaf nhpnsasrb}
e9wo reeMrt
5AA0. include cmdmatual liability I.
coveriry CONTRACTORRb Ndemmty obhml6.
under pemga*612.6.16 and 631 thnmpJl 33.
5 411..=.. Terovisim or mdm . fleet daa
.vemge afarded will tat be .meal malooally
duaypd m «mw.1 refund umil at ImI=days
Rlor wntwo notice has been given 1. 0 Md
CONTRACTOR and to eah other edditi.W awa s]
identified in he Supplemanary Candillem to whmo
. rerffewe of unlvvm, has been i..W (wad dot
owtifleates of itvunme fioshed by the
CONTRACTOR pumuam to pnglaph 5.3.2 will so
provide);
5A.12. remain W effect at leap mad foul payment
and stall times thera.R when CONTRACTOR may
be wrastio, ,removal¢ or r�pleamg da*IAa work
is en;mdeme with p*mgmph 1s 12; seat
5.4,13, with respect to completed oramtiom
awrams, and am itwran. ...Is wrine.. a
clevns-made b., room. m eM.t t. a least two
yeast.be Ivan p0Meot (end CONTRACTOR doll
furnish OWNER ead Cash al., eddntloMl asesd
identifeci in dot S.pplem.st y Coodidens to when
a osniGcatc of iM. has born issued evidence
mtisfacrory to OWNER and My inch a"ti"I
,.a.md M eaminlmtmn of arch imumnce at Grel
peYmere and Irma yenr thermM).
OgTR.R'a L(abtlhylaawaace
5.4.5, slams fa damages dar dmn to the Work . 5.5. In addition va insurance rm ni w he pmvidxd
Rnit ban. of injs% to or demuaion of tangible by CONTRACTOR under IMm®aph 5 A. OWNER at
property wherever hated including loos of age OWNER. apu.m may Ruehase and maintain m
=dung therefran: and OWNER's aspense OWNER'S awn liabiliry'vaumna as
will Rmet OWNER claims which may arise Rom
5.46, cl.i s Tor do.alaw be.usedbodily injury er
deathofarty Fmr or Rapartydwogearmingoutof
the ownnah* emunosewe a of My motor
vehicle.
The Nhein d insuMae so rewimd by this pmagmph 5.4
to be pmchawd find meimamed shall
54 7. with eegwd to imavana mrya«I
pasgmpha 5.43 tlaough 5.4.6 ulclasa �L
lode as additaMl uwurns (subject to airy
cmp.mery saclusim in respect or profmimml
Bali%,ry OWNER ENGINEER. FNOWS&R'a
m theSo,lend nly.thmpam.ea or.f.ho alui6d
li the as addjnamary ezedCorsil,%iarsa all afwhdn age be
lined esefi i, d. soul and mdudecove.¢fen
the respective olbcem erd avpiayees of ell such
ddlSorel wmeds.
5.4.8. alclode the spacifa .vasmg end be,wnuan
far not lam 1Mn the limits of Imbi ay Rav'vded ea the
SuWlmna"y Coadition or Iatuad by Laws or
Ragulaboa , whshwo, s greater.
54.9. imlude compldedoPemfi.siraumme
a,ac or MIT wtm.M tYt Imw (RIiN
w/l]TYO! FOKT W WJIaiM�MGT10NSdWY4R.N)
opeaukais urdar the Como D.ummts
Pnyney lnwrvnee:
.6,— KMswim-'ovooct m-tho- ,IemanNry
6onti4orer—PWN6R-slmll PurcMse- and nmireain
nano.
�-0w-fir0..00eammt-wp tllereaf (sa41 l-ro-awh
ddldiNaumal . ras--us.. mxY. M R.widal--h_dw
SuppivnemMY' (:omYdnw-w--ray W and -6y--Laws-uml
Repdariern}-Thu-ilwulalaaal,aur
S61aat.....r,..o-�dnrwta—of�3lVN6R
ENCWE Ra-s�W�aaa-aw-�rr.>
wak'n idenifed. un the samlwotmary Gau]0..
eaehof whwn-isdenaedao haveanawwnbk 'reereW
MdWull.Lw4idwl nsxaaaurd era-xdditsvmlircwad:
written on -a daildNa Risk 'all-ri IC' u
d by
Mwemfnagrrey-IM-Uw--epv�-o�a.r^^rr.s^se-er,-fn - kaerd
the lolllengu-rLsfire, l,,htnNF.ateMekd
0