Loading...
HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 8035 ARTHUR DITCH BRIDGE REPLACEMENT - CANYON STREI ort Collins • �' Purchasing SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Fiavncial Services Purchasing Division 215 N. Mason St 2's Flaar PO Box 580 Fort Callins, CO 80522 990.221.6915 9702216909 fcgay.naMpurchming • ARTHUR DITCH BRIDGE REPLACEMENT - CANYON AVENUE BID NO. 8035 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS DECEMBER S, 2014- 3:00 P.M. (OUR CLOCK) 0 TABLE OF CONTENTS i Page EXECUTIVE SUMMARY............................................................................................................ i 1.0 INTRODUCTION.............................................................................................................1 2.0 PROJECT INFORMATION.............................................................................................1 2.1 Project Description...............................................................................................1 2.2 Site Location and Description...............................................................................2 3.0 SUBSURFACE CONDITIONS........................................................................................2 3.1 Typical Subsurface Profile...................................................................................2 3.2 Laboratory Testing...............................................................................................3 3.3 Groundwater... ... .............................................................. .................................. 3 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION......................................4 4.1 Geotechnical Considerations...............................................................................4 4.1.1 Existing, Undocumented Fill.....................................................................4 4.1.2 Shallow Groundwater...............................................................................4 4.1.3 Expansive/Collapsible Soils......................................................................5 4.2 Earthwork................................ ........... ................................................... ............... 5 4.2.1 Site Preparation........................................................................................5 4.2.2 Demolition................................................................................................6 4.2.3 Excavation................................................................................................6 4.2.4 Subgrade Preparation...............................................................................7 4.2.5 Fill Materials and Placement......................................................................7 4.2.6 Compaction Requirements........................................................................8 4.2.7 Grading and Drainage...............................................................................9 4.2.8 Corrosion Protection.................................................................................9 . 4.3 Foundations. ........ ............................................................................................... 9 4.3.1 Box Culvert- Design Recommendations................................................ 10 4.3.2 Box Culverts - Bedding Recommendations ............................................. 11 4.4 Seismic Considerations...................................................................................... 11 4.5 Lateral Earth Pressures..................................................................................... 12 5.0 GENERAL COMMENTS...............................................................................................13 0 • Pacholek coordinated Connell crews, subcontractor crews, and City of Fort Collins construction crews on this 6.5 acre site. Pacholek-Page2 Ken Mitchell Lakes Inlet/Outlet Pump Stations #4 ($1.3 million) Site Manager for the installation of 1800 LF of 14" -28" fused HDPE pipelines at various depths and within the lake. In addition to the pipe there were four slide gates ranging in size from 12" to 72" with operators installed at the river intake structure, rip rap and flared end section installed on the lake bottom Plumbed discharge lines for wet well pumps. Front Range Village ($11.7 million) Project Engineer for this commercial development that included demolition, 366,500 CY earthwork, 47,000 LF of pipe utility installation for water, sewer and storm including box culverts, aggregate base, and 37,500 tons of asphalt paving for this development. The 106 acre site holds 900,000 square feet of retail space. Connell managed numerous design changes to keep the project ahead of schedule. Mr. Pacholek also served on the following projects: • Brown Hall ($1.3 million) • Crossroads Plaza, Loveland, CO ($1.1 million) • Dakota Glen Subdivision ($3.12 million) • Fort Collins Loveland Airport ($L9 million) • Harmony Road Widening Phase 11($4.2 million) • Saratoga Airport Apron Reconstruction ($1.6 million) • The Grove ($3.0 million) • Timberline Center, Fort Collins, CO ($1.16 million) Employment History 2007 - Present Connell Resources, Inc. Site Manager 2004.2006 Connell Resources, Inc. Internship 1996.2004 Executive Green Foreman 40 TURNBERRY ROAD FORT COLLINS, CO OWNER: •City of Fort Collins Mark Laken 970-222-3546 ENGINEER: Mike Oberlander Interwesl Consulting Group 970-674-3300 CONTRACT AMOUNT: $2,386.848 PROJECT START: August 2012 PROJECT COMPLETION: November 2012 CONTRACT TYPE: Unit Price CRI PROJECT MANAGER: Roland Tremble �RI SITE MANAGER: Aaron Pacholek UNIQUE JOB ELEMENTS: Bullet Unique Items MATERIAL QUANTITIES: 20,600 CY of Earthwork 4,000 CY of Str. Exc. 8 Bk6 9,330 Ton of Aggregate Base 11,680 Ton of AsphaN Paving 1,650 LF of Storm Drain WORK PERFORMED IN HOUSE: 85% of CRI's contract Performed in house 0 ARTHURS DITCH ENCLOSURE •OWNER, Colorado State University Tracy Abel 970-491-0161 ENGINEER: Borstad Civil Engineers Ted Borstad 970-227-6480 CONTRACT AMOUNT: $ 496,056 PROJECT START: Feb, 2012 PROJECT COMPLETION: April 2012 CONTRACT TYPE: Lump sum/ CRI PROJECT MANAGER: Roland Tremble �RI SITE MANAGER: Jeff Laugel CRI ON -SITE SUPERVISION: This Project involved encapsulating an existing open channel ditch in a None 12 ft by 4 ft precast box culvert, for a future parking lot construction pro- ject at CSU. The project had to be completed around irrigation season UNIQUE JOB ELEMENTS: and was completed between February and April of 2012. The portion of • Remove existing bridge • Install box culvert for ditch Prequired the box culvert that followed the old o channel excavation flows to remove unstable subgrade prior to placement of the box culvert. Utili- • Cast in place connection to ty relocations included a trunk sanitary sewer line that was bypass existing box culvert pumped to maintain service during the replacement. And a waterline • Cast in place headwall with hand rail that required lowering to clear the new box culvert alignment. An exist - q g g • waterline relocation ing bridge at meridian drive was removed and the box culvert was ex- • Sewer main relocation tended under the existing roadway. This project was completed in two MATERIAL QUANTITIES: phases as pedestrian traffic Could not be Interrupted at any time during -437 LF of 12' x 4' box culvert the work. The utilities were relocated and then the box was laid to en- -Muck Excavation 750 CY close the open channel portion so that pedestrian traffic could be divert- -structure Backflll 1610 CY ed on a temporary road over the box culvert. Then the bridge was re- moved the box extended a new headwall and wing walls was installed on the upstream end and the roadway was replaced. Cound Resaw xe, Inc. 7785 Highland Mead"a Parkway, Suite 100 Fog calling, CO 80528 Phone: 970.223.3151 Fax: 970223.3191 FOSSIL CREEK TRAIL EXTENSION AND UNDERPASS FORT COLLINS, CO .OWNER: City of Fort Collins Jason Sturman 970-221-6367 ENGINEER: PBS & J Contact 303-221-7275 CONTRACT AMOUNT: $1.4 Million PROJECT START: March 2011 PROJECT COMPLETION: July 2011 CONTRACT TYPE: Lump Sum CRI PROJECT MANAGER: Roland Tremble �RI SITE MANAGER: Todd Filkowski John Warren UNIQUE JOB ELEMENTS: 8000 CY Unclassified Excavation 1000 CY Structure Excavation • 20' Bridge Deck • 100' Bridge Deck 6200 SY of Concrete Trail Caisoon and shotcrete retaining wall Underpass with 12'x14' Box Culvert • Work was completed in Flood Plain WORK PERFORMED IN HOUSE: 34%of CRI's contract Performed in house • Construction of Fossil Creek Trail Extension & Underpass at County Road 38E with work in- cluding erosion control, traffic control, excavation and grading, Installation of a concrete box culvert underpass with wing walls, concrete pier walls, 2 steel pedestrian bridges and abut- ments, concrete pipe, ten feet wide colored concrete trail, stacked block retaining walls, water mainline relocation work, asphalt removal and paving, guardrail installation, dry utility reloca- tion, fence installation, seeding and restoration. 1:9 Connell Reso Suite 7705 HghlanPMeadows Parkway, F. 970 FortUlna, CO 80540 Phone: 970223.3151 Fee:970 �3.3191 Clientl: 14427 CONRE+ F, ACORD. CERTIFICATE OF LIABILITY INSURANCE TA INhuow -1) 05/27/2014 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), AUTHORED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: time cerURwte holder M an ADDITIONAL INSURED, the pollcy(les) meat Oa endorsed. If SUBROGATION 19 WAIVED, suo)eotto the terms and conditions of the policy, certain policies may rpulre an EntertaineM A statement on this eanHluts does not confer rights to the certificate holder In lieu of such endooament(s). PIaOVYCEA ERWETNikki Motbrucker Flood & Peterson Ins., Inc. P. O. Box 578 D , 970 266-7+21 _ A,C, R01; 970606-0820 . IIEF rckel Roodpetemon.com Greeley, CO 80632 970 356-0123 INSs AFFORDINe COVEaapE NAma e1SUMA 1 Travelers Insurance Company INSURED Connell Resources, Inc. 7785 Highland Meadows Parkvasy 9100 Fort Collins, CO 80528 wsum,121"nacol Assurance INe1AMRc: INSUKR o: INSURER E: 1 F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO VMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE WSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOVM MAY HAVE BEEN REDUCED BY PAID CLAIMS. L TYKWIWU"wxI Osua KUDYNM M LARTS A DM1aMLLMBI W NERCW.GENEMLLLAMUIY CtAIMSMADE OOC:UR ROOM X X DTC04794N632- IND14 0610112014 o6fU1120+ EACHOCCURRENCE $1000000 ENmO MED UP $300000 $19000 PERSpULdRWINJURY 51009000 GENERALAGGgEGtTE E2009000 GEM=EGPTELIMn POUCT IPTJE$FER: X LED PRODUCTS.COMPWAGG f2000000 a • AYTMONUMMMTY AWAULO AUTOWNED SCHEDULEDaWILY AUTOS HIRED AUTOS X NOND .OMINED X X DT8104794N532- TIL14 01120`14 0610112011 MMNEOSINGLE MIT fGaameam 1000,000 rX BWILYIWURY(Pw ro 3 INJIIRY(PMFW0n0 f 3 f A I--- Meng me OCCUR p/,IN&MADE X X OTSMCUP4794N632- TIL14 Follows Form 00101120106101120111 EACH OCCURRENCE S10,000,000 AGGREGATE 810000a CEO I I FEETENTONS f B WORaR mD u� A EMPLDYERe'LMEa1TY ANYPROPRIETwiRARTNEWEXECIRIVE� DFFICERMEMBER E%CLUOEUI N IMMs.wym Nxt DIS-69 wl4 ulMer OES RIPFIW OF OPEMiIONS EeW MIA X 4029651 0112014 OSM11201 XH- E.L. FACHAGIpENT - Sfi0O 000 E,LwSEASE-EA,EMPLOYEE 000000 EL ryeFI3E-POLICY LIMIT f600DGG OESCRIPEON OF OPERATONSI LOCATIONS I WHILYEf MNaLh ACORD 101, AelMmal aware, SoWuN, N Mem sees M If WIMI SAMPLE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATOX DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD 25 (2010105) 1 oil The ACORD name and logo are registered marks of ACORD OS893373IM892257 NIK SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 10% of the contract. ITEM E • SUBCONTRACTOR 11 0 0 SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed . SECTION 00510 NOTICE OF AWARD DATE: December 17, 2014 TO: Connell Resources, Inc. PROJECT: 8036 Arthur Ditch Bridge Replacement — Canyon Avenue OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated December 12, 2014 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 8035 Arthur Ditch Bridge Replacement — Canyon Avenue. The Price of your Agreement is Seven Hundred Ninety Eight Thousand Eight Hundred Thirty Four Dollars and Eighty Cents ($798.834.80) plus an additional Sixty Four Thousand Three Hundred Seventeen Dollars ($64,317) for force account for minor contract revisions for a total of Eight Hundred Sixty Three Thousand One Hundred Fifty One Dollars and Eighty Cents ($863.151.80). 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 January 1, 2015. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. CitvA@rttollinsA OW By: G ry S. Paul Director of Purchasing & Risk Management 11 SECTION 00520 • AGREEMENT THIS AGREEMENT is dated as of the 17th day of December 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 Connell Resources. 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 8035 Arthur Ditch Bridge Replacement — Canyon Avenue and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by JUB Engineers, Inc.. The City of Fort Collins Engineering Department who 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 One Hundred Days (100) 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 One Hundred Twenty Day (120) 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: One Thousand Four Hundred Dollars ($1400) for each calendar day or • fraction thereof that expires after the One Hundred (100) calendar day • period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Thousand and Four Hundred Dollars ($1400) 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: Eight Hundred Sixty Three Thousand One Hundred Fifty One Dollars and Eighty Cents ($863.151.80). in accordance with Section 00300, attached and incorporated herein by this reference and Section 00510, 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 STABLE OF CONTENTS (continued) Appendix A — FIELD EXPLORATION Exhibit A-1 Site Location Map Exhibits A-2 to A-4 Boring Location Plan Exhibit A-5 Field Exploration Description Exhibits A-6 to A-14 Boring Logs Appendix B — LABORATORY TESTING Exhibit B-1 Laboratory Testing Description Exhibit B-2 Atterberg Limits Test Results Exhibits B-3 to B-4 Grain -size Distribution Test Results Exhibits B-5 to B-7 Swell -consolidation Test Results Appendix C — SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification System Exhibit C-3 Laboratory Test Significance and Purpose Exhibits C-4 and C-5 Report Terminology 11 `J determine or OWNER may withhold in accordance with paragraph 14.7 of • the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations, 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions, 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the • subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. J • 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: J • Sheet List Table SMI IEprON L'O"'9 Nuwell Yve: T1u 1 L-pJl C>\LR SKR } L-00} LtHrtN WRS J G-= CGnS*R.CTCII WIES S G-eff fIMNt+ 4W Q.wRm[5 a c-M Tewe agxs 0-07 riHtf♦ SLCMxs e G-fe• C[L�[1SC 0051Cx • a-101 COeCU11M to C-}01 A y n,w 11 C-m} nwux[ rwaa 12 Ce-Wl tl11101f A, GI1IYY:L ee-♦el S}MY SC♦(T I(/N a V1 1. 1♦ S-Sel i•'ACK MiDYeT eG5 CKSPI WT6 At SrCSW If f-SD} fAUC1111V1 HMl a OMSL if f-Sel SAUCIUML TIUwLMws 17 S-SM 11RRfUW. 111M4RM' 1 YCry.IK to S-MI TMCK S'•IKIWa MT s 1• Sbfe TYKIL SAUCfU•M WR s }0 S-M, iroR'wl 51fiK1111.4 Ori♦45 }1 S-seS IIO T0.u,s'nM5 fs CC-W1 [SGSOw CMfM WM }] SC-eM rWSCM CCMM0. xms }♦ SC-KJ EnSC CCMWI NpRt }f LC-C EnC `%x }S M-M1 fpvsi c� . M'.Lf - F }J M-}M C6R�Cx FNiMf - FUq • M IT-Wi RQ'Y7 k BpRMMT • » m-W, LrT SG m-•m mnf 31 m-•w PI1pq}f14S1Mtl}lll anMs }} n-1w, c sac 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 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not • without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. OWNER: CITY OF FORT COLLINS By: I GERR .PAUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT Attest: City Clerk ��'�; -'•:V� Address for giving notices: ?• S,�i s P. O. Box 580 t AL Fort Collins, CO 80522 „ �,••, Appro d as to F rm7 .� AssistN' City Attbrney CONTRACTOR: CONNELL RESOURCES, INC. By: 'Tait /A tfre�4 PRINTED Title: Y1,& `VIEW Date: (CORPORATE SEAL) Attest: [tQ✓ e . Address to giving notc�eys: // k LC License No.: 1'T • i 1 U . SECTION 00530 NOTICE TO PROCEED Description of Work: 8035 Arthur Ditch Bridge Replacement — Canyon Avenue To: Connell Resources, 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: Connell Resources Inc. By: Title: l J • SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate • 0 SECTION 00610 PERFORMANCE BOND Band No. 106141329 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highlands Meadows Pkwy, Suite 100 Fort Collins CO. 80528 (an Individual), (a Partnership), 01Corporation hereinafter referred to as the "Principal' and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square, Hartford, CT 06183 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 Eight Hundred Sixty Three Thousand One Hundred F'Ifty One Dollars and Eighty Cents ($863.151.80) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, • jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 17th day of December, 20J 4, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8035 Arthur Ditch Bridge Replacement— Canyon Avenue. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full. force and effect PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. • PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this Instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 19th day of December 2014. Ld, I(Corporate Seal) IN PRESENCE OF: Princ, al Co ell R sources, Inc. ��� M �iarr•�A� Jrrn fMGf/E+f�' (Title) 7785 Highland Meadows Parkway #100 (Address) Other Partners IN PRESENCE OF: Surety II^ Travelers Casualty and Surety Company of America Diane F. Clementson, Attomey-in- act- Witness one Tower Square Hartford CT 06183 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement If CONTRACTOR is Partnership, all partners should execute Bond. l� SECTION 00615 PAYMENT BOND Bond No. 106141329 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highlands Meadows Pkwy, Suite too Fort Collins CO. 80528 (an Individual), (a Partnership), a Corporation hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square, Hartford, CT 06183 hereinafter referred to as 'the Surety", are held and firmly bound unto the Cftv of Fort Collins 300 Laporte Ave. Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Eight Hundred Sixty Three Thousand One Hundred Fiftv One Dollars and Eiohty Cents (8863.151 80) in lawful money of the United States, for the payment of which sum well and truly tobe made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. • THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 17th day of December, 20JA, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8035 Arthur Ditch Bridge Replacement — Canyon Avenue. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations fumishing 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. ( • Geotechnical Engineering Report l�erracon Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013. Teracon Project No. 20135038 EXECUTIVE SUMMARY A geotechnical investigation has been performed for the proposed Arthur Ditch Bridge Replacements to be constructed near the intersections of West Mulberry Street and Canyon Avenue, West Oak Street and South Whitcomb Street, and West Olive Street and South Loomis Avenue in Fort Collins, Colorado. Nine (9) borings, presented as Exhibits A-6 through A-14 and designated as Boring No. 1-1 through Boring No. 3-3, were performed to depths of approximately 15% to 20% feet below existing site grades. This report specifically addresses the recommendations for the three (3) proposed concrete box culvert replacements. Borings performed in these areas are for informational purposes and will be utilized by others. Based on the information obtained from our subsurface exploration, the site can be developed for the proposed project. However, the following geotechnical considerations were identified and will need to be considered: ■ Existing, undocumented fill was encountered in the borings performed on this site to depths ranging from about 1% to 5 feet below existing site grades. However, we believe deeper fills are present at each site corresponding with the construction of the existing box culverts. At the time this report was prepared, we did not possess any compaction test records for the existing fill. Recommendations for the existing fill are presented in this report ■ Comparatively soft and/or very moist to nearly saturated soils are anticipated at bearing depths of the proposed box culverts. These materials should be stabilized prior to construction of the proposed box culverts and placement of fills to achieve desired grades. ■ The proposed replacement box culverts can be constructed on a reinforced concrete slab within a properly bedded excavation underlain by stable, prepared subgrade consisting of either properly compacted subgrade or engineered fill. If a pre -cast box culvert is selected, the base of the structure will constitute a reinforced concrete slab; no foundation will be necessary. ■ The 2012 International Building Code, Table 1613.5.2 IBC seismic site classification for all three sites is D. ■ Close monitoring of the construction operations discussed herein will be critical in achieving the design subgrade support. We therefore recommend that Teracon be retained to monitor this portion of the work. This summary should be used in conjunction with the entire report for design purposes. It should be recognized that details were not included or fully developed in this section, and the report must be read in its entirety for a comprehensive understanding of the items contained • Responsive. Resourceful . Reliable IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 19th day of December , 2014. IN P ESE E F: e) (Corporate Seal) IN PRESENCE OF: Prinei Con II Reu))rces, Inc). �j p p�n �IUen/Ch, Vl� rfPSSCYtr1� (Title) 7785 Highland Meadows Parkway #100 _Fort Collins. CO 80528 (Address) Other Partners IN PRESENCE OF: Surety Travelers Casualty and Surety Company of America •—J..fI�/„ ,UI, By: �cw-sue. �- C Qo,... e,.:9..._ Diane F, Qlementson, Attomey-n-raact ( Witness One Tower Square, Hartford CT 06183 (Address) (Surety Sea[) NOTE: Date of Bond must not be prior to date of Agreement If CONTRACTOR is Partnership, all partners should execute Bond. t• TRAVELERSJ� 0 Atmraey-Io Fact No. 226237 POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Imwance Company Fidelity and Guaranty fruumnce Underwriters, Inc. St. Paul Fin and Marine Insurance Company St. Paul Guardian Insurance Company St. PRul Memory Insurance Company Travelers Casualty and Satisfy Company Travelers Casualty and Surely Company of America United Stales Fidelity and Guaranty Company Certifiable No. 006041722 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guazdim Insurance Company, St. Paul Mereury Insurance Company, Travelers Casualty and Surety Company, Travelers Caaualty and Surety Company of America, and United Stays Fidelity and Guaranty Company we mtpomtires duly reinstated under the laws of the Smte of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of me State of Iowa, and that Fidelity and Guaranty Insurance Underwriter, Inc., is a corporation duly orgmised under the laws of me State of Wisconsin (herein collectively called the "Companies"), and Nat the Companies do hereby make, mnstimm and appoint Darlene Krings, William C. Hensler, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stirmc, Royal R. Lovell, Russell D. Lear, Katherine E. Dill, K'Aone E. Vogel, Jennifer Winter, Steve J. Blohm, and Wesley J. Elaborate of the City of Greeley grate a Colorado , their me and lawful Attomey(s)-in-Fact. such in their separate capacity if more than one is maned above, or sign, execute, seal antl acknowledge any and all bonds, recegnusmans, conditional undertakings and other wrdings obligatory in me name thereof on behalf of the Companies in their business of gummmusing the fidelity of persons, guaranteeing the performance of contracts and executing or guammrccing bonds and undereakings inquired or pemdned in any actions or proceedings allowed by law. rWITNESS WHEREOF, me Companies have caused Nis instrument to be signed and their corporate stale to be hereto affixed, this 3rd y of September 2GI4 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc Travelers Casualty and Surety Company of Americo St. Paul Fire and Marine Insurance Company Uulled States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 't e — e 9'.. wan 3�r r.aaa, dpNray 6 o a 1977acmaam ed°r+a\R t9 °l fuXW. Wrt a 'd rear O� Side of Connecticut By: City of Hartford sec. Reason C. Runey, kennor Vice P—deni On tbis the 3rd day of September 2014 before me pememlly appeared Robert L Ronny, who acknowledged himself to be me SamorYce President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Imumrmc Underwriters, Nc., St. Paul Fire and Marine inamnnce Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Compmy,Flavelers Casualty and Surety Company, Travelms Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and abut he, as such, being authorized so to do, executed the foregoing instrument fan the purposes therein contained by signing an behalf of the corporations by himself u a duly aalsoneed officer. O.T �aa(� naa� eJ` �^ Witness Whereat, I hereunto set my hand and official seal. TAB " `Ww' C • V1 My Cmmmission expires me 30N day of lure, 201fi. , p eLIVI } Made C. hnemlt, Naury Public 58"(F,8-12 Printed In U.S.A. This Power of Attorney is granted under and by Me authority of the following resolutions reforms] by the Boam. of Directors of Famemps. Casualty Company, Fidelity and Canonry Insurance Company, Fidelty and Guaranty Insurance Underwriters. Ire., St. Paul Fine and Marine Insurance Company, St. Paul Cocaine Inmmn e Company, St. Paul Mercury Inatome Company, Travelers Casualty am Sorely Company, Travelers Casualty and Surety Company of America, and United Seems Fidelity and Guaranty Company, which reolutiont are now in full force and eR«q reading ns follows: RESOLVED, Met Me Cha'uman, Me President, any Vice Chairman, any Executive Vice President, any Senior Vice President, my Vim President, any Second V. President, Me Treasurer, any Assistant'frensurer, Me Corporate Secretary or my Assistant Secretary may appoint Atmmeys-in-Fact and Again anact for and on behal of Me Company and may give inch appointee such authority as his or her certificate of authority may preambe to sign with Me Company's name and seal with Me Company's seal bands, remgnizaaces, contracts of indemnity, and odors writings obligatory in the nature of a band, recognizance, or com iuonal undertaking, and my of said officers or Me Board of Directors at any time may, remove my such appointee and revoke Me power given him or her,and it is FURTHER RESOLVED, Mat the Chairman, to President, my Vice Charman, my Bxemtive Vice President, my Senior Vice President or my Vice President may delegate all or any part of the foregoing authority to one or more office, or employees of Me& Company, provided that each such delegation is in writing and a copy thereof is filed in Me once of the Secretary; and it is FURTHER RESOLVED, Mat any bond, reeognivance, contract of indemnity, or wrifing obligatory, in Me nature of a bond, recognizusrce, or maitioml undertaking shell be valid and bantling upon Me Company when (a) signed by Me President, my Vice Chairman, my Executive Vice President, my Senior Vice President or myY President, any Second Vice President. Me Treasurer, any Aermmt Treamear, Me Corporate Secretary or any Assistant Secomry and duly arrested end sealed with the Company's me] by a Secretary or Assistant Secretary; or IN duly executed (under seal, if requited) by one or mare Attomey,-in-Fact and Agents pursuant to Me power prescribed w his or her emificare or their eertificaws of authority or by one or more Company officers pumnmt to a written delegation of authority; and it is FURTHER RESOLVED. Mat Me signature of cash of the fallowing officers: President, any Executive Vice President, my Senior Vice President, my Vice President, my Assistant Vice President, my Secretary, my Assistant Secretary, and Me sail of We Company may be official by facsimile to nrry Power of Attorney or In any certificate minting thereto appointing Resident Vice Presidents. Resident Assistant Secretariat or Atmmeys-mmFaet for purposes only a executing and mmsting bonds mad undertakings and other weitmgs obligamry in Me nature thereof, and any such Power of Atlomey or certificate beefing such facsimile signature or facsimile oral Mail be valid and binding upon Me Company and any such power an executed and certified by such facsimile signate a and facsimile met shall be valid and binding on Me Company in Me future with respect to my bond or understanding to which it is attached. 1, Kevin E. Hughes, the mdmigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Feelhy, and Gummty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guae lit Insurance Company, St. Purl Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company ofAmerica, and United Stems Fidelity unit Guaranty Company do hereby certify that Me above and foregoing is a me and comet copy of Me Power of Attorney executed by said Companies, which is in full force mtdbffect and has not been revoked. N TESTIMONY WHEREOF, I have happe, set my hand and affixed the seals of s:uf Companies IN, 19th day of DeeeOber , 20 ir lI/e f . IP Kevin E. Hughes, Assistant Sec try wr v, c¢a^W miasY" i 1977 at nO 71 t Ammo, !-229 SE e ^~ E8L S �' t� N pc� ry ax+ To verify Me authenticity of this Power of Attorney, call 1-goad-421-38811 m contact us at www.tervelemb trateem. Please refer to the Atmmey-In-Fact number, Me above -named individuals and Me damns of to bond to which Me power is attached. • SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance with the following requirements: 1. The Contractor will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Contractor shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: is A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the fife of this Agreement for all of the Contractors employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Contractor shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined. single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance 0 Client#: 14427 CONREI ATY ACORD. CERTIFICATE OF LIABILITY INSURANCE °12119/ 014 1r19nD14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED EPRESENTATWE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: If the antacids holder Is an ADDITIONAL INSURED, Me policyllas) must be endorsed. N SUBROGATION IS WAIVED, subject W the terms and conditions of the policy, certain policies may require an endorsement A Malement an this NriM does not confer rights to the certl8cste holder In lieu of such endomement(s). PRODUCER wOs CT Nikki Mosbrucker Flood a Peterson Ins., Inc. v Il eg970288-7123 xe: 970506-6823 P. O. Box 578 a puL s nmosbruckar�llo ereon.tom Greeley, C080632 970 356-0123 IxwREpeIAPRoapnw wNewN mee nMURea A: Travelers Insurance Company .sump wougee, Pinnecol Assurarrca Connell Resources, Inc. 7785 Highland Meadows Parkway #100 IxauuRc: Fort Collins, CO 80528 u MR 0' - - mSURER E. NSMER f : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MY 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. LTR TYPE OF IMwMNCE was POLFYMUMNR IPwOINIC/Y1'Em P LMn3 A OEM um X COMMERCMLGENERALLMOUTY CWX6rMDE OOCCUR X X DTC04794N532- IND14 06MI12014 06/011201 EAN occiuMENCE $1 D00 000 NES Ea6xmlmn s300000 'MEDEXP(A ax f19000 PERSONAL&ADVINJURY S1000000 GENERALAGGREGATE S2,OOD,000 GENTAOOREGATE.UMMAPPLIESPER: Pcc., FX P F L. pgOOUCTb-COMPaPAGO s2,000,000 S AUTOMNXE X X LMeILSIY gNYAUTO ALL OWNED SCHEDULED A0r03 ALTOS HIREDAIROS X ODUi(f0. X X DT8104794NS32• TIL14 1n014 D610=1 °DLeI,�N„,I31 MI 1,000,000 BODILYIHJURV (Porpvwn) f SUMMYINJURYIPerrwGnU f M� „IIRTY S S A X UMBREWLW S.O. LIAR )( CLwfl CLAIMg.MApE X X DTSMCUP4794N532- TIL14 Follows Form 1011201406101/201 EACH OCCURRENCE 310000000 AGGREGATE $10000000 NnON 3 B WORKERS COMPENSATION PRO EMPLOYERS' LIABILITYYINNY PR°PRIETORIPARTNEWEXECUDVE OFFICENMEMBER EXCLUDED? O (Mantlebry In NM DESCRIPTON OF OPERATIONS an— X/A X 40296t{1 6jg1%ig 14 06/01ng1 X WCaTATLL OTH- E.L EALMALLIp6M SSOO OOO E.L. OI°EASE-6A EMPLOYEE S500 000 EX INSIASE- POLICY LIMIT I 5wol DESCRIPTION OF OPERATONS I UMATNS I VEHICLES HAS AACORD 101, Malo—I Rmn,Iu Scbtluk, It mom ep—le re.1 l CRI # 2141084: 8035 Arthur Ditch Bridge Replacement. Canyon Avenue Certificate holder is included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured. LEH I IV ILA I L NulytR CANCELLATION Cityof Fort Collins SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O. BOX 580 ACCORDANCE WITH THE POLICY PROVISIONS, Fort Collins, CO 80522 AUTHORIZED REPRESENTAT W E 01988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(21110I05) 1 oft The ACORD name and logo are registered marks of ACORD #S960566IM892257 WNM SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: Replacement — Canyon Avenue PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 8035 Arthur Ditch Bridge LOCATION: Fort Collins. Colorado OWNER: City of Fort Collins CONTRACTOR: lContractorl CONTRACT DATE: rDatel The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. • ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on _ . The responsibility for heal, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO OWNER REMARKS: 0 By: AUTHORIZED REPRESENTATIVE DATE SECTION 00640 • CERTIFICATE OF FINAL ACCEPTANCE , 20_ TO: [Contractor] Gentlemen: You are hereby notified that on the day of , 20 the City of Fort Collins, Colorado, has accepted the Work completed by [Contractor) for the City of Fort Collins project, 8035 Arthur Ditch Bridge Replacement — Canyon Avenue. 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 [Contract Datel. 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: fContractorl (CONTRACTOR) PROJECT: 8035 Arthur Ditch Bridoe Replacement — Canyon Avenue 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. 40 Signed this day of , 20_ CONTRACTOR: fCONTRACTORI By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20, by 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: Contractor] PROJECT: 8035 Arthur Ditch Bridge Replacement — Canyon Avenue CONTRACT DATE: Qate 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 of Attorney(s)-in-Fact. 0 Geotechnical Engineering Report l�erracon Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado 0 December 3, 2013 a Terracon Project No. 20135038 herein. The section titled GENERAL COMMENTS should be read for an understanding of the report limitations. • Responsive n Resourceful n Reliable SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (12198) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-25.11114(eiXii CIX) 6 DO NOT WRITE IN THIS SPACE The exemption cerddcete for which you are applying must be used only forthe purpose of purchasing consWclion and building materials for the exempt project described below. This exemption does not include or apply W the puncher or retrial of equlpment, supplies, and materials which are purchased, rented or consumed by the contractor and which do not become part of the MrucWm, highway, mad street, or other public wort owned and wed by the exempt organization. Any unauthorized use of the exemption certificate will result in revocetion of your exemption ceNficele and other penahies provided by low. 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 W Issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. R&trafon(Account No to be a.mgned by NOR) MtNM 0170-750 (9991 $0.00 89 CONTRACTOR INFORM Trade tam.VaA'. Wna, canna'. arnmponre were: Malling address (Coy, Slate, Op): ConMol Person E2tdl sedreer: Federal Erpoyers WmMeYion Nunben old amount for your contract F. Nimmar: euWw b4pwro wmba/ Cwab+wlnnommo tea xmnn numeee. Copies of contract or agreement pages (1) identifying the contracting parties EXEMPTION INFORMATION, Cd(2) con wining slgnaWros of contracting parties must be atmchad. Name of examine organization ru shown on contract): Ex empt omanlzallon'c numdec 98' Address of exempt dissension (City, stele, Zta) Prindinl cord et exempt orgsnlsalbn; Principal ConMde idephotw number: Physical War of projed ems tubes iffer add.. when appfnbb and Class aMmr CwNy des) where propene ie Imabed) Scheduled .1a Day Year Faeflalad Mn"', Nay Year wwlmcdnn area hale riot'. I declare under penalty o/ perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Slgne mdowner,panworco *oa , TW oicaparns oMker: Daee DO NOT WRITE BELOW THIS LINE • E 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. 6il"nolmillyL49 GENERAL CONDITIONS • Ll • GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed b/ ruing the STANDARD GENERAL CONDITIONS OF TIM CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Commlllee.EJCDC No. 1910-8(1990 Edition). as a lase. Changes to that doonomt ere shown by underlirdng and that has hem added and striking through text that has bass deleted, • EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 0 11 FLU* 0 2[s) VIVO, Z I 11W I RIM WO :1 Z I vtyil IM-0) I 10) 11 QC 1, Miele or Paragraph Page Miele or Paragraph Number At Title Number Number A, Title DEFINITIONS I Addend 2 Agnme..1.1..._..1.11,11,111,111. 1'3 Applunition in, Payamot- .................... 1 1.4 Abt. .............................................3 5 Bid _1 .6 Bidding Documents ............... .... ....... A 1.7 Bidding Rquiremornk .........................1 Ls Beada 1.9 Ch.no Order ...................................._I 1.10 ConowDocummis L11 Comment Price ... .. ..... ...................._I 1.12 Conrad Ti. es. 1,13 CONTRACTOR ....... 1 L14 d'Alb- ................................_...........I 1.15 Dmwins .... ...... .... ..... ..... , j 1.16 Effectin Daft ofthe Agreement.... j 1.17 ENGINEER ........................................ J 1,18 ENGINEER. .....................1 1.19 Field Order._.....................................1 1.20 General Requireamma ........................2 121 Hamird. Watia ......................... ....... 2 1.22.9 La. end R4ulatiom: IA. or Regalations ......................................2 1.221 Legal Hfid sy ....................................2 1.23 Liao- ...............................................2 1.24 hfilmaanc%. 7 1.25 Notice ofAwed.................................2 1,26 Notice toProcced ................................2 127 OWNER.............................................2 1.28 Panind Utilitati on ................................ 2 1.29 PCBS .................................................2 1.30 petroleum..._..__...__ ............... .......2 1.31 P"jeet 2 1.32o Rachoactive Material , 2 1.32.b Redder Working Hours.......................2 1.33 Rmident Project RepreamantivA ........... 2 1.34 S.PI . ........ __- - ..... .... - 2 1.35 Shoe Dmwm,,.,, .......................... 2 L36 specificationa., ................ .............. ... 1.37 Subecoaractor 2 1.38 sub"antial cmaph`UM ... ... .... . ....... 2 1,39 supplamenterycanditions'." , , 2 1,40 Supplier..............................................2 1.41 Underground Fiailfti . ....... --2-3 1,42 Unit Pa. Work ................ I - 3 1.43 Work ..................................................3 1.44 Work Chan. Direct. ....... ... ........... 3 1,45 Written Amendment 3 Far Nomber 2. PRFLVvffNARY MATTERS................................3 2.1 DclWar'.fBottl ............................3 2.2 Copies of Docummul.......................3 2.3 CorroommanartfContraet Timm, Nutme to Procced...... 2.4 Swain the Work ............................ 15-2.7 Before Starting Commotion; CONTRACTOR. Reap .. ibility W Report; Preliminary SehadUm Delivery of Cortificatat of Inmummea 3.4 2.8 Pivermnefiert Confiarano, 4 19 Initially Aceepuble Schadul . .......... 4 3. CONTRACT DOCUIgNTS: INTENT. AbONDM. REUSS_ ....... ........... _ ...... .......... 4 3.1-3.2 found ...... 4 33 R.I.am. to Standards and Spmi- ficationa .17.hrmal Smwfica; Reporting and Resolving Di.- crepaimi es ......................... ....... 4.5 3.4 Innate of Ctaturi Terms or Adjml ........ r .... I-- 3.5 ArimolinConumaDocurnwita. ........ 5 3.6 S.Pplaummin Comma Documents 5 31 R. ofD..w 4. AVAILABILITY OF LANDS, SUBSURFACE AND PHYSICAL COMMONS; REFERENCE POINTS 5 4.1 AtailabiiaYoUtanda. ... ................56 4.2 Suburfime and Phynal Conditiona, ................. ................. 6 4.2.1 Raports and Dmiaina .... ................ 0 4.2.2 Limited Maine. by CCNTRkC- TOR Authmind; Taebmal Dato.................. .. ....................... 6 4.2.3 Nod. of Differing Sbh. or Phpiml Ccn&fim ............ 4.14 INGINEW.Rmi . ...... ................ 4.2.5 Possible CmtraaDmuments Chaqe......................... ........ _-6 4.2.6 Poatble Fri. ad Timm Adjustivents ............................... 0.7 4.3 Phymal Conditiona-Underground Faeiliti ca ...................................... 7 0.1 Shown or Irdimwd ..........................7 4.3.2 Not Shewn or hadicat,41.4.1-1-1 ....... 7 4A Rar. an . pmrak .............................1 fiL ffirlIX.L oommms 19104 0990 ENUON) .10W OF FORM ()0tLP% MOWFICAT10m OUN 110) 0 E 0 0 Anvil. or Paragraph Ng. Mid. or P .. gaph Pair Notalbir & Tit]. Number Nutnbo,&Titl. Ninon. 45 Asbestos, PCB& Nionkarm. &25 Sulantittal Ptociacduna� CON- Ramada. Wain, or TRACTOR. Review Arior Radioactive I&Wml .... ................ 7-8 to mop Drawing or sample S.Imnittal 16 5. BONDS AND INSURANCE„ .........................._ 8 6.26 Shop Drmft & Smple Submit. 5.1-5,2 Perflorroarica, Payment and Other Min Ronan, by 13NGH49ER 1&17 Benda ............................................... 8 6,27 Responsibility for Variations 5.3 Lwartiod Suacticastrul Insom., F,. CondraviDoommords .......... J7 C fiats off . ................... S 6.211 Roland Wark Performed Pruir 5.4 CONTRACTOR. Liability in ENGINEERs Review and I . on . . ............... ... .................... 9 Approval of Required 5.5 OWNER's Liability lnvurence............._9 Subantal ............ I ... I .................. 17 5.6 PrW-"y '-ce.... I ...... ... - 6.29 Continuing the Work, ..... ... ........... 37 5,7 Boilar and Muhninry or Addi. 610 MNTRACTORsGariand ticatal pt," In. unin .. ...... ..... .... 10 Wannintyand Ourianwa, )7 5.8 Notice cdC ... ellatian Piaui on ......... 10 6,31-6.33 Indannaftoation .......... ........ .... 17-18 5.9 CONTRACTOR& Reajionsiblity 6.34 Survival of Obligatims.,__ ... ....... IS far Dadofibh, A . . Is .................. 10 5.10 Oth. Spatial lnanoa.a. .. .......... . 10 7, OTHERWORK ........ .................. .... . ........ )8 5.11 W.ia of Rights, ................... ........... 11 7,14.3 Related Work at Site ................. IS 5.12-5.13 Receipt and Appliown. of 7.4 Coshottion, ... .... .................... 19 Ioanaiiaca Praea&da 10.11 5.14 Aao,aanca ofBmd. and lns.- S. OWNWSRESPONSIBILfrIMS ........... .............It an"; Option volaiplaw , - - ...... Al 8.1 Commanication, to OON- SAS Partial Utifintion-Proputy TRACTOR ................................. 18 Insurance........................................ 11 8.2 Raplavannent ofENGINEEP . ........... 18 83 Finnish Data andliery, Promptly 6. CONTRACTOR'S RESPONSIBILITIES......_....... 11 When D . . .......... . .................. JS • 6.16.2 6.36.5 Supervision and Superiatandcn .,_..Il Labor, b,lawrink and Equipment_ 11-12 8.4 Landa and Eivintrants, Reports and Tests ............................... 38-19 6.6 Progresses S.W.] ........... ........ .......... 12 8.5 1 . . . ...................................... 19 6.7 Substancand �Or-Eqwl� Latta: M Change Orclara- ............. -_39 CONTRACTOR.E.p..; 8.7 fin-p-tiona, T.ata and Substitute Conalruction Approml . ... ............................... 19 Mathods or Promdures, 8.8 Stop or Sl,pcnd Wank ENG�-. Evaluation ....... ..... 12-13 T.insu, CONTRACTOR. 6.84.11 Cartooning Svbmrnoaclm Services . ............... ..................... 19 Suppliers and Others; 8.9 LimitationsonOWNER'S Widiver ofRights........................ 13-14 R.*aambilitim .......................... 19 6,12 Patent I. and Roafti . .......... .. ... . 14 810 Aamat., PCB, pandamm, 6.13 Permits.........._...._...................... 14 lbi.doa, Waste. 6.14 La. and Rultions ...................... 14 Radioactive lUatarial_ ...... .......... 19 6.15 T . ........ ................... ...... ...... 14-15 8.11 Evidence ofF..kl 616 Vac ofPrmiwa................................ 15 Annia'anods ............... ............. A9 6.17 Site clonomm "15 6.18 Safe la usual Loading ............. 15 9. ENGINEERS STATUS DURING 6.19 R.,d D..0 .............................15 CONSTRUCTION ............................................. J9 6.20 S.fary.nd Pra.nfi on .................... 15.16 91 OWNER'. Repneandatm .... ... ...... 19 6.21 Safety ........................ 16 92 visits to sia, ..... ........... ....... ....... 19 6.22 H..d Cononinication Programs,..... 16 9.3 Project Rm-tatin ............... 19.21 6.23 Emargenmea ,, _ ............. 16 9.4 Clarifiotions and Interpm 6.24 Shop Diawi%. and S. plea .............. 16 tationa ....................................... 21 9.5 Authorized Variation, in V&k ...... 21 nano oarvax4n mMMOM L11040M EMMOM VOTYMMTC0tJ.WSlJ0MCA?lM(aCVM) • Article or Paragraph Page Annals or Paragraph page Number & Title Number Number & Title Number 9A RajeieamgDif.,N Work ...................71 13.9-119 Uncrosering, Wark at RNGI- 9.7-9.9 Shop Drawings, Change Cade. NEER.l6,c;umt_ ............. 27-28 and Payments....._........._ ...... ...... _21 13.10 OWNERMayStoptheWork .......... 28 9,10 Cuter. ination. far Unit Priwa; .71-M 13.11 Conesturn or R..I of 9.11-9.12 Dowsions an Disputes; MM. Deftzhe Work ...........................A NEER as Initial I.tffp,.W n 13.12 Owention Pared ..............28 9.13 Linnititia. . ENGINEER, 13.13 Aorepuri. .1Aftefina Work„ 28 Authority and Resisonsibilifirst._22-23 13.14 OWNER hby Current D,*ft. Work =9 CHANGES IN TIM WM _ .... ... _ ............................. 23 10A OWNWs Ordered Change, .. ........... 23 14, PAYMENT'S TO CONTRACTOR AM 10.2 Clam for Adjuirment, ....................... 23 ..............Val. .................................. . W 10.3 Work Not Required by Counsel 14.1 Shdl. of . es ........ .................29 Diseartents ... ................................_a B 142 Appliciatim fm Progress 10A Change O'deni ............ ..................... Pay.., ..................................... 29 10.5 Natiffivation of Sway ... ...................23 14.3 CONTRACTORs Warremy of Tat. . ...................... ... . CliANGE OF CONTRACT PRICE ......................... 23 14.4-14.7 R�iwoffiipplicatiorrsfa 11.1-11.3 Crashed Prim, Claim gas Progress Payments 'I9-30 Adjustatent;Vehmof 14.8-14.9 Substantial Cpin on, ..................31 the Work 23-24 14.10 Partial Utilloalwel'.. .... W31 11A Cost.fdaWade _2�Z 14M Final Insimclion �l it's EMItaiwevoccalorthewcal ........ _25 14.12 Final Appliesition for Payment At 11.6 CONTRACTORSFee, . 25 14.1344.14 ruml Payment and Ainnpacce.. 31 11.7 Own Ren'snik �.:16 14.15 Wi'w cdchn as . ........ ............. 31-32 11.8 Cash Allows.................................26 11.9 Unit Pri.Wmk,, ............... ........ ..... 26 15. SUSPENSION OF WORK AND TERI"ATION ...............................................32 CHMOR OF CONTRACT MAS ............................26 13.1 OWNM)AySmpmdWwk., 32 12A Claim for Adjustment ........................ 26 112-154 OWNERMnyTtoraimate ................32 • 12.2 Tim..ftlu,innamiq ..........................26 155 CONTRACTOR May 34 12.3 Delays Beyond C0N7RACrOWs Worker Ternamme- .......... 3233 Control ...................................... :6.27 12.4 Delays Beyond OWNER', and 16. DISPUTE RESOLUTION .................................. 33 CONTRACTOR', Control 27 17 MSCELLANEOUS ........................................... 33 TESTS AND INSPECTIONS; CORRECTION. 17.1 Givm&Nodm,, .. .......................... 33 RE3,10VA1,0RACCMANCEOF 17.2 ConquatationafTme.._..........__.33 DEFEC77YE WORK ..................................................27 17.3 NoficefChii . .............................. 33 131 NotheaNfests,_ ...... 77 17.4 Cumulative Remedies, .................... 13 112 A... to the Work .............. ............ 27 17.3 Pow.koual Fen .4 Cart 13.3 Tests and limpeation.; Costs Inducted ............................ 33 CONTRACTOR, Cooperation ......... 27 17.6 Apph.ble State Le are ...............33-34 13A OWNER', Responsibilities: Intentionally left blank., ..................................... 35 Indepersiont Testing Laboratory .. .... 27 13.5 CONTRACTOR. EXHIBIT GC -A: (Optimal RmIssumbiled as ...............................27 Dismiss Resolution Agreement .................... OC•Al 13.6-131 Covering Work Prior on Inpeo- 161-16.6 Arbstran cm ............................ . OC-Al durs. Testing or Appray.t ................ 77 163 Mediation, ____ ...... _ . ... ,13C.Al • E Ll 0 INDEX TO GENERAL COMMONS City of Fat Collins modifications to tho(larnessil Conditions of the Construction Contract are nor shown in this index Article . Paragraph Nomise, Artois.. of - Bond. and Insurance .......... .... ....... .......... ..... 5.14 dificom Weak ............................ 10A 1, 13.5.13 13 final isayma-k -.- .... ........... .... . Q1Z 14.15 imarmus..................... .... 5.14 other Week, by CONTRACTOR ...... . ................. 7.3 Sm.fitabos and '0i-Eq..]' Items . .... . ... 0.7.1 Work by OWNER .............................. 2,5. 6.30. 6,34 Access to th, Landa. OWNERam!CONTRACTOR cospensibilifies..-.............. - --- --- _41 site, related Work ....................... -.. ... - .............. 7.2 Wok .......... ................ ..... 13.2,13.14,14.9 Ams in Omissions-. Acts and Ounimimes, Cot-TTRAMOR ................................... 0.1.9,13.3 ENGINEER-- ........ ....... ................ 6.20 9.13.3 OWNER ....................................................6.20. 8.9 Addends-definat. of (also . definition of Spiifitattiou) AdditionalProperty Insummem, 5.7 Adjustments - Cannot Fria or Common Times.- ......... .... J.5. 3.5, 4.1, 4.3.2, 4.5.2, . ... ............ ........... 4.5.3.9.4.9,5, 102-104, 11,12,14.9,15.1 prove. schedule .... ......................... ...... A 6 Attfreement- difiammoss c( ......................................................1.2 "All-Rak, Intrinsic, policy tam ...........................5.6.2 Allowances, Cash .......................... I ............... 'I'S Amending Common Damemervia ................................ 3.5 Amandianot, Written -- in general ........... 1.45,15,534 5.12,6.6.2 7.2 ............................121, 12.1.13.11Z 14.7.2 Appeal, OWNER Or ONTM6fM intent to.._._ ..... -.- ...... 9.M 9.11.10.4.16.Z 16.5 Application far Payment- dalmation of - ..........................................9.9 )3 ENGMER's Rmfoonsibility .... ........................... final payment ....................2 3.4.9.13.5.14.1114.15 an prow.l.- ... - ..... 8.2.9.5.6.4.9.10.15.5 progreas Irsymmad, ..................................... 34.1-14.7 nwicar of .............. __ _.. .._ ................ . 14.4-14.7 Arbitodi on ...... .... ........ ................................ 161-166 Mbasmra-- olmenuiparmardtheadiQ .................. ...... A.5.2.4.5.3 COIcTRACTORandmised toataplifrdc, ........ 4.5.2 didiniticer of ._............................ .............. 1.4 Article or Paragraph Number OWNURnmr,cruibility far, .............................9.5.1, S. 10 ,,cseible wce and time. eh.W......................_4.5.2 finatharvowl Variations in Work . ..... _j.k6,25.627.9,5 Availability aflsm1k. ........................................ 4.1.8.4 Award, Notice of-deflemst, .......... .... ..... ............ _1.25 Before Starting Construction .............................. 7.5-2.8 Bid -definition of ...... __ .......... _1.5 (1 1, 1.10. 2.3,3.3, Bidding Docurients-dfirtiticis of ...................................................1.6(6.8.2) Bidding Requiramente-definition of .................................. V (1. 1, 4.2.6.2) Bonds -- acceptance of.__....__ ............ .......................... 5.14 additional bonds._- ....... ............. -10A 11.43.9 Coal dithe Work .......... .... .. ........................ 11.5.4 deftnifim oc.__ ..... _.__ _._l.8 deliveryat...................................................2.1. fins] Application for Payment_._,.......... J4.12-14.14 general ................... ................... 1.10. 5.1.5.3'5.13' .......... .......... Fcribrm.n., Payment and OdW ...................5.143 Bmada and lmacrame-in Seasonal ................................. $ Builders ri* 'all-riW policy tons, ................... $42 Cancellation Provisions, larsommoc__ 5All, 5.9. 5.15 Cab ............... ... .. )1.8 Certificate of Substantial Completion, J.311,630.13, .......................... ......... 14.8.14.10 ... ..... P.13.4,13.5.14.12 carfifimmmofInsurance......_..... 27.5.3.5 4.11.5.4,13, ... I ................... 5.6.5. S.S. 5.14, 9.13.4.14.12 Chain, in Conrad Pri.-- CasirAllowances...................... .............. 11.9 claim for price mij."cent ............. 4.1. 4.2.6, 4.5. 5.15, 68 2, R4 .................... 95.9.11.10.2,10.5, ll.Z 13.9. -__- ............ 13.13.15.14,14.7.15.1. 15.5 CONTRACTOR%*e .............. .......................... 11.6 Cat ofthe Work general ..................... ........ IIA-11.7 Exclusions to _11.5 Cass Rwanda......_.. ....... ............ 11.7 in arionel ............. J,19, 144.9 1 L 1042. 10.4.3. It Limp Sian Priong .............. .... ...... ..... ...... _11.3.2 NotificationorSurety ..... .............. .... . .. ......... 10.3 Scope "i-.1.1-11 I . ... ... 11 - 1.1.111 . .. .... J0.3-10A Testing and Impectior, Unoom,rin the Work-......._13.9 Unit Fria Work_........_....__ ....... .............. 11.9 CONTRACTORiFft ................................ JI.6 0 ArtidearParagraph Numb. V.[..f Work ..................... ...................... 11.3 Ch.,. in Ccamired Tim. - Claim for times adjawament 4.1, 4.2.6, 45, 5.15. 6IL2 9.4.9.5.9.11. 10.2. 10.5. 111. Contrecaml time limit it ..................................... 12.2 Delays beymdCONTRACTOIV, conu%,I ........................................................12.3 Delays bqmd OWNETs and CONTRACTOR. mentrol ............................. 114 Notification of surcely ........................................ 10.5 Swlm f6mille ..... ................ ... . ........... 103-10A Chanim Onlem-- Ameptaim- 9CDfc&- W-k..- ..............13.13 Amending Canna Datum enle .. ........ ........... _35 Cash Allowance..._............_........_....._...... .JIA Means. dcontreat Prim it Chiin.ufComtnmtTimea _ ........................... 12 Change in the Work,............................1..........10 CONTRACTOR'. fm ......................... -11A Coat of the Week 11.4-11.7 Coe Rads .......................................... -- .... 11.7 definitiondc .............................. .. .................... 1.9 eon terge.6 as ..................................................... 023 PNGJNPEWs i-.spemfibility . ..... execution of,..__.____..__.._..........................10.4 r.dornificii . .. .... 0.12.6.16,6316.33 Imermim. Bonds aad 5.10.5.13,10.5 OWNER amytanannam... ............. 15.7,15.4 OWNER'. ReVaminbilay ....... ......... .......... 8.6,10.4 Physical Conditions- Subamfiam, and,, ........................................... 4.2 U.deatircivid Fmilities- ... ........................ 4.3.2 RemmiDmanciat, ...........................................A 19 S.pe ofChwrilm .. ........... ...................... 10.3-10.4 Substitutes._._. ... ...................... .......... 6.7.3.5.8.2 Unit Prim Work ........... .................................... 31.9 vale. ofWmk, amemc! by ................................. 11.3 Cla.'m in the Wnrk ... ... ... .......... .............. 10 NmM.U. of surety......................................._10.5 OMNEMs and CONTRACTORps msixersibifitiek. 104 Rightwonadjustment., 10.2 Smpe f.h.Me ...................... .. ... ..... .... 10.3-10.4 cl.m... wimftCCYIRACTCR ........ .... ... .................. 616 neamat ENGINEER .........................................A32 apinat OWNER.._........._ . .... ........................fin Change ofcommotPrice......_____..__. 9,41,11.2 Change .fConnect Titum ......................... 9.4.12.1 CONTRACTORS ............. A. 71.9.4,95. 9.11. MZ ..... _ JLZ 11.9, 12.1,13.9,14.11, .................... .............. 15,1,15.5.113 Ardole or Firsipaph Number CONTRACTOR'a liability ........... 5A.6. IZ 6.16.6.31 Coat of the Waak ....................................... 11.4,11.5 Decisions an Dlvwq .... ................. 9,11,9.12 DiapuWRmoimi.__._. , 1 1- -Jitt Di.pm Remolution Atirecriew, ........... ....... 16.1-16.6 ENGINEER as initial intartad . ..... ................9.11 Lump Sure Pricing_..........._..,........._............ 1132 Noticeof ..........................................................17.3 OWNERS, .......... 9,4.9.5.9,11. 103, ILZ 31.9 ....................... 12.1.13.9.13.13,13.14.17.3 OWNER. Imulity ........ ... ................................ 5.5 OWNER may f. . make payment ............ ... 141 P.r..i.IFen end Court Clam Included..... _..... _.... .................................. 37.5 ,,cimat far (marial dmismen M 9,11 Sdatitut. Items.............................................0.7.1.2 Time Exicn.i. Time rammaaaaw ................... ................ 9.11.12.1 Unit Fine, Wait, ........ ..... .......... .................... 11.9.3 V.I.. of ..................................................... 113 Waiver of --on Final Payencei..., ............. 14.14.14.13 WmkChange Dirmd,a,. 10.2 written notice rciirc4 9,11, 11.2, 12.1 Clarifiostione end 94,911 Clean Site ..... ............ ....... ....................... ......... 6.17 Codcat.fTechnical Society. 0,immicamem, mAssmitimn_ ...................................... ........ ;3.3.3 Commencement ofCorand Timaq ..................2.3 cmmmaiaati V..l . .... ........................ ........... .. 6,2.6.9.2.8.1 H:umnt Communication Imilimmes _'O.M C.Pidi.- Final Application fa Payment .. ... ...... ... ........ 14.12 Final Inatiectmat )4)1 Final Payment and AwerInumm............... 14.13-14.14 Partial utiliestion 34.10 Substantial Completion ...................... 1,38,141-149 Waive enClin in . .................. ........... ............ 14,15 Cawaymeation ofTime...._....._....__._ ...... 17.11-17.2.2 C,aamnaaaii, S.b.."amee. S.Pplan, andMena ............................................ ..... &M.11 Confemems- initially temptable whoeludeit_ ............. 2.9 I'm maiannietian, ..................................................2.8 Conflict, E.,, Ambiguity, DWrqmcp- CONTRACTOR to Repeat ... ........ ............. -2.5.3.31 Canstnicfian• before starting by CONTRACTOR ........................................... 15-17 Ccimitnection Miehinery. Equipment, etc . ....... .6.4 Continuing the Work, ... .......... ...... 6.29.10.4 Coatract Dommente- Amending....... . . ..... ................. ........ .. .. ..... -3.5 Bard.............................................................. 5.1 artistMW9ta.MMMONS M04(1990 WITIOM WCIWMRTMILDS h&KRIPICAnoias lmaeaq) 0 0 0 0 Article or paragraph Number Chawofcmt aptim ......... — ............... 11 Change it Contract Tiences .................................. 12 Clients in the W* ................................ 10,4405 chock and verify Clarifications and InterinetstanaL ...... .................3.2, 3A 9.4, 9.11 definition oC....................................................1.10 ENGINEER as initial interpreter of ................ -P.11 ENOB46HR as OWIER's mirmarnative 9.1 &MM13 1 . . . .......... .................................... .......... Intent...................... ................................. IMA matter variation; in the Work .............................3.6 OWMWs vcponsfiflity, in WnWh date.._...._.... 83 OWN®2,rinpassibilitywmake prompt payment .......................... P.3,14,4,14.13 pracedenco, ......... .............. _._ . ............... 3.1.3.13 Record Documents ............................................0.19 Reference w Standards and Specifications idTechnical Socadi . .......................... 33 MetedWork .......................... ....... ................. 7.2 Reputing and Resolving Discrepancies 2.5.3.3 R.. of ...........................................................3.7 Supplementing..................................................3.6 Tersommican orENGINJIfifit, Employment .......... 8.2 Van lhice Work ...............................................11.9 'ernniti . ..........................................3.6.6.23.6.27 Volts 1. Site. IMiE4fKEIt4 ...................... 9.2 Convect Price.. adjustment of ...............3.4 Changeof ..................._...................._...............I I Decision on Disputes........................................9.11 definition of ..................................................... 1.11 Commact Ti.... Adjustment Of .............. 3.5,4.1.9.4,10 3.12 Change of .... __.................. --, _,121-124 C.....t.f ............ ........................ .... _2.3 definition oC ......... .......... 1,12 CONTRACTOR-- A,Isrcc.fInamrorwe................................... 5.14 Communiostustai....................................... &2.6.0 Continue Work .. ........ �5.29,10.4 coordination and scheduling ............................6.9.2 definition oL............... ...... ....... 1.13 Limited Ralience on Technical Lima Autherivid, .................... ................... 4.2.2 bay StapWoritia-Tentinaft, ............................ 5.5 pi,ovideaim accesswithert ............. �7�Z 13.2 Safety it Resection . .. . ... .... 4.3.1.2.6.16,618. ................................ 6,21423,1Z 13.2 Shop Droving and Sample Review os� Prior to Submittal_.._...._ .........................._ 9M Stop Work rW OONTRACrOFV, Anicic in paragraph Number Compensation ........................................... 11.1-11.2 Continuing Obilstatuch, .................................... 14.15 D,,ft,ti Work .................... 1.— .1 96.1110 13.14 Duty w coonct4liktior Work ............... ......... )3.11 Duty to Report — Changes in the Work caused by Emergency ............. _ ................ 6.23 Defects in Work of Oduurs..............................7.3 Differing conditions ................................... 4.23 Discrepancy in Domsmada,__ 2.5,13.2 6.14.2 Underground Facilities not mhosecti., ........ 4.3.2 lhcergcbcks. ............... .................................... 0.23 l3wiprocrot and Machinery Ranted, C%sa Feu -Coat Plot ..........................11.4.5.6, General Warranty and Gastronome *,,.,,,,,,,,,.,.., .... 0.30 Heard Communication Programs. ...... ......... �0= Indiumniflintion........................0. IZ 6.16, 6.31,6.33 Inspection of me Wink ...... __ ........ .. 7,3,13.4 Labor, blunted. and Equipment ....... ............ 0.3-6.5 Lives end Regulations, Compliance by . ..... 6.14.1 Liability Insurance..............................................5.4 Notice of Intent W Appal ......................... 9.10.10A obligation to perform and complete theWork ..................................................0.30 patent Face, and Royalties, paid for by .................6.12 Pe,fammuce and Me, Bond. ............................ 5A Ponsims, obtained and paid for by.....................0.13 R.S. Schedule . ........................ ;M 2.0.2.9, U. .29,104,15.11 Request for Ransil decision. dispute ............... p1l Resposumbiliti.- Chieng. in the Work ............. ..... .............. 101 Concenning Subcmwsmb� Supplier and Other 6.84.11 Connoting the Wmk..........................6.29.9. 10.4 COWJZ,kCTOR. aspernstit ..................... .... 03A CONTRACTOR'.Gestand Warranty and G..w .. ....... ....... 6.30 CoirrNACTORS revicar prig on Sho,, Dewing . Semple submittal ................ b.25 cowinaknofWork .............. .... ........ 6.9.2 fhuarlancv,s......................... _6.23 ENGMER. at.l.amse. Substitute, or 'Cr-Equil' limit .. ... ....... ................ 0.7.3 For Acts ..it Coined. OrOther............................. O9.1-6.9.Z 9.13 its, deductible ammords.inumerms,___ 39 goo.od........................................0. ?.Z 7.3,9.9 Mwdow Communication Progransil, ... _&22 Indownifiestion, ............... ...... .......... _631-633 GEOTECHNICAL ENGINEERING REPORT Arthur Ditch Bridge Replacement (RFP 7525) Three Intersections Fort Collins, Colorado Terracon Project No. 20135038 December 3, 2013 1.0 INTRODUCTION This report presents the results of our geotechnical engineering services performed for the proposed Arthur Ditch Bridge Replacements to be constructed near the intersections of West Mulberry Street and Canyon Avenue, West Oak Street and South Whitcomb Street, and West Olive Street and South Loomis Avenue in Fort Collins, Colorado. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: ■ subsurface soil conditions ■ groundwater conditions ■ grading and drainage ■ lateral earth pressures foundation design and construction seismic considerations earthwork Our geotechnical engineering scope of work for this project included the initial site visit, the advancement of nine (9) test borings to depths ranging from approximately 15 to 25 feet below existing site grades, laboratory testing for soil engineering properties and engineering analyses to provide geotechnical design and construction recommendations. Logs of the borings along with Boring Location Plans (Exhibits A-2 through A-4) are included in Appendix A. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included in Appendix B. 2.0 PROJECT INFORMATION 2.1 Project Description Item ,.. Description Site layout Refer to the Boring Location Plans (Exhibits A-2 through A-4 in Appendix A) Proposed. construction We understand the three existing box culverts will be replaced with new concrete box culverts. Grading We anticipate cuts and fills on the order of 10 feet will be required to complete the proposed box culvert replacements. 40 Responsive. Resourceful ■ Reliable Labor, Mmcna is and Equipment,,,,,,,._.. 6345 CONTRACTORS-ird . ...... ................. ........ ............. :7 • LaosandRegulattomi,............................... 6.14 Coalmortal Liability Insamone, ............... I 5410 LuRulayl.ttmin . ........................................ 5.4 Continental Time Lrenda .... .................. ................. 122 Article or Paragraph Number Notice ofvaimimi fican Cciareart Documente, . ..................... ..... .. Patent Fee, and Rcyrdfica ............................. 612 Petains............................. ......................... t03 Progreas Schedule ........................................ 6A Roocwdl Dootameacts- 619 relmod Work performed prior to KNOMMERs approval of required oubei 423 .safe structural lotding, __618 Solely end Protection.__ _620,7.2,13.2 Safety Reiveuum&e 6.21 SchWuling the Work_ , .. .... . .. ... . ... 6.92 Shop Drawing. end Savapl . ........................ (,24 !thol, Dratchug, and Smupler Rain. by ENGNEER ...................................... 626 Site Ciounlinine, ..... ......................... .......... 617 Submittal Picard . . . ..................................625 Substitute Conatraction Mdh.& and Proced or em . .. . ........ ................. 6.7.2 Substrates and 'Or -Equal' leacen ................. 0.7.1 ...... .... __ ... _J.2 suportan on ...................................................61 Survival ofObligmi mor ................................ 634 Taxes................................ ......................... 415 Team and Inepectionat _11.5 ToRpaat............................. ........................ Z5 l.be of Prami so . ....... ............. 0.1&6.18.6.30.2.4 Rini. Prior to Shop Minting or Startle Submitud, , ..... ..................... j&25 Right to adjustment for changes in the Work., ... 10.2 right to claim........... A. 7 1. 9 4.9.5, 9.11. 10 ZI LZ ... J3.9.12.1.13.9,141, SefietymudPneatomm - ..... ... -jS.20-6.M. 7.113.2 SalmyReprosentative ................. _ _.. ........... j621 Shop Itrea,uri,emal Saroplas SubmittalA 62440 Special Cortrufflents- ................................. .. 11.4.4 Substitute Cunstrattion Method. and Pnocredircm,63 Soluentuter eund -a-Fiqueep Renes. Ra,ene . .......................................... 6.7.1.6,7.2 Saboantracuum Supplier, and Otheri ...... 6.8-6.11 Stipr,Oeou and Superintend........... 61, &Z 6.21 Taoxca, Payenind by U. crp,ecaiom._, ........................... ...... 6.164ill Wermittit,s and guaaMaa.........................6.5.6.M Warranty Mflr. ......... .................................. 143 Written Notice Required - CONTRACTOR strui Work or tmmirmm.___M5 Rep" of Differing Submarfiecie end Plipical Condition, ...................... 4.2.3 S.1h.w.fial Careplertion, ............................... 14.8 AR Article or Paragraph Number Coordurimmo- CONTRACTOR. rcepourribilery ................ 0.9.2 Copies of .................. ......... . ............ X2 Correction Parimd.................................................13.12 Concificar, Removed or Aompharre, ofDrIcIfiw Work- in general . ..... ................... ....... 10.4.1,13.10-13.14 Acoquirruce of&fcahair Work ...........................13.13 Correction or Removal of Afpcdvr Work 6,30.13,11 Coarmficaperiod...... J3.12 OVINERMsyComa Docthm Weak_ ... ....... 13.14 OWNER1,45ty Stay Work . ............................. . 13.10 Cout.- of Team and Inspections__„_....._ ............... ....... 13A Ronad.11.7 Cod of the Work- Bund.andmine .. itaiditionil ...................11.4.5.9 Cash Diacountit, ...................................... W CONTRACTOR$Fft j 1.6 Ernpla,na. Expecutc,_ ... __31.45.1 R,nilusionc to .....................................................11.5 Hone office and ..head emern mer 1.5 L.ses and d...& or ............................ JJAS " Materials and equipared_ .. .......................... IL4:2 Minor expenses...........................................11.4.5.8 Payroll cost on change.._..._.._..._..__._.... . IIAI performed by Subconcracturs, ........... ... ......... .A1.4.3 Recardail.7 Rentair of comarnotim equipment and machinery .............. .. , ..... ....... ..... IIA5.3 Royalty paymerms, parties and In... fee._._... I - ._._ _11.4.5.5 Site tiffice and cemproury, facilitate, ........... .... 11.4.5.2 Spread C.1how, CONTRACTOR's ....... J1.4.4 Supplemental ...............................................11.4.5 T. related to the Work . .................... 11.4.5.4 Teats and Inspection..._ ........ .. .. .. . ..... ....... 13.4 Trade Di sciactri ... j 141 Vdififics.fuel and arniterjefe.ilifiet,.. J1.45.7 Work afari-,Wer home....._ ...... .......... ...... 11.41 Owarmi, Work ...............................................13.6.13.7 Curamal.w. Rerredi . ........ ... ...... ................ 17.4-17.5 Cutting fitting and patching ................................... 7.2 Data to be, furnished by OWNER............................. g.3 Day -definition of_.-._ - -, - - - . .1712 Derrudions on Diepture, . ........... ....................... 9.11.9.12 of. ....... ...... _ ......... 1.14 dV%efier, Weak - Acceptance of...._.,.........._ .................. 10.4.1.13.13 GIMVEJL MMUIOM 19104 dM WITION) 0 LI 0 0 Cormaror, ne, Removal at ... ...... ... .10,4.1,13.11 OWNER'. Representative .. ........................ 93 Comma. Periuvi ............................................ J3.12 P.MventuafficOONTRACraL in gonad .................. ...................... 13,14.7,1411 Resporcubtiftyfm_ .................................. 9.9,14 Reconeurecandatirm ofPaymmt, ................... 144.1413 Article or Paragraph Number Observation by ENGINEER ............................... 9.2 OWNER May Stop Work I - I .13,10 Prompt Notice ofI[)e(mts_ . ... .................. ... 13.1 R.j.ti.g ......................... _ ...... _ ... .. .. .... .. ... P.6 11tromming the Work .. .. ..... ........ .. .... ...... 118 Nfinitione I �"Y- ,4,1,6.29,12,3-12 4 Mli,crydltorml . .....................................................2.1 IDNivery.f.artificalmducturearom, .................... __2.7 Itacarnammicar. for unit Prime_ .................. ...... .... 9.10 Differing Subsurface or PIty3ical Conaliationes- Noticeof.........................................................4.2.3 ENGINEER. Review ....................................... 4.2.4 Pumible Canned Domentart, Manatee .............. 4.2.5 Possible Prim and Timm Adjunermart ............ _q2.6 Discrepwim-Reporting read Reodving ................................ 2.5,3.3.2, 6.14.2 Docent. Reememicen- Agreement ...............................................16.146.6 Arbitration_ 161-16.5 genera 116 Mad imi.........................................................16.6 Distant, Rumaltur. Age mement .......................... 16rl-166 Disputes. Deemed. by ENGINEER_................. 9.114.12 Doonneate- Cap.a ............... ........... ...... ........... .. .. ..... 7.2 Recor,1619 R. of__... ........... ............. .. ... 3.7 13m..oA.fimfiura of ................. .......... 1,15 Emormente; 4.1 Effoofiva raw of Agracencent - dollancition of ......... 116 Ion cr'mci ce ................. ...................................... .. 6 ENGINEER - as initial taterpnMer an disputes.. 9,11-9. 12 definition of., .... _ ....... ................................ .. 117 Linnitimmen, an madincritend mpormilbilm . ..... 913 Rapluounnuat of . . ... ............ ..................... ........ 8.2 Resident Project Rmarcmntmiv...........................9.3 ENGINEERs Cormultent -- definium off, ................. 1.19 ENGINEERs- authority and meporuibility. lornitationer on, ....... 9.13 Amlhcaiccd Vmifi..s in the Weak ........ ..... __J0.5 Change Qnlcrs reeporedbility for. ...... 9.7. 10, 11, 12 Clunficenum.mul lancepratectionit . ............ 543.9A Decision. on Disputer ............................... 9.11-9,12 defleffive, Wok notim mil .................................. 13.1 Evalustim of1tubditate, Itermi.- 1 -.1 0.7.3 Liability ...................................................632, 9.12 Notice Week i. Acceptabl...............................14.13 Obeawation; ... ........ .... .... . _JI30.Z9.2 Artemi.orPmragriph Number Rmp Rmimectilm,actsonDiffeek,Submartiam and Physical Coaditions, .............................4.24 Shop Drawingsd Semple, review respormibility ........................................... _.6.26 Sam 1:ntring Construction- mathodeed variations in the Worp . .......... 9.5 Clorificatione and Interyreatima.................. 9.4 Decisions on Uielance., _,?,11-912 Dectraninaticaus on Unit Prim,_, .... .......... _9.10 ENGINEER . Initial lnft,pr . ....... . 9.11-9.12 ENGINEER'. Rea mumbilities ........... 9.1-932 Lummucare on ENGINEER. Audearity and Reap .. ibilitim ..............................9.13 OWNER's Representative . ............ . ....... 3?.1 Project Rupmoramr, . ........................ .......... 9.3 RxjccfingDefecfivv Work ................. 9.6 Shop Drawings, Change Orders and Payments_..__ --97-9.9 Vi.ite to Site .................................................9.2 Unit Price determination, .................................9.10 Verna to Site, P.2 Written consent required_........._ ................. 7.2, 9.1 Equipment, Labor, Material. .4 ... ........ ........... 0.3-6.5 Equipment central. Can of the Work ... ... __ ...... j 14.53 Equivalent Materials and Equipment ........................4.7 carce or orrimicac . .............................................. 0.33 Evidence of Financial Arrecagannam .......................4.11 Eixplmmfiona of phyi.1 encradifictrace ............ ........... 0.2.1 Fee, ODNTMCIOWs--Caus Plant...........................11.6 Field Ord, defirrition of .. .. ............................. ................ 1.19 issued by EMINEER . _ - -.3.6.1,95 Fined Application far Peammal, . ................. ... ....... 14.12 Final Inspection ................................................14.11 Final P.,,remea- and Acceptance ..................................... 14.13-14.14 Prior to, for ash.11creare . ...............................11.8 General Ptviionce......................................... . 17.3-17.4 General Requirements - definition of __ ............... .............. J.20 principal reference to ............. 2.6,64,6.6-67,05.24 Giver; NmJm_ ........ ... ...... _ -.1-.1.1.1- ..... )7.1 Guarantee orWurk-byCONTPACrOR., 610.14.12 Hazard Qxrommicall. Pr.W=q 0.22 HazandoneWasta- clefinition of .....................................................1.21 immoul_ ........................................................... 4.5 OWNER"respormilalityl5c, - ... ... A-10 loramar,c, ..... .................. .......... ....... ..... ........5.3 Pr ... den................... ........ Ref.... .11 .... .........................................3.3.1 Cartificatea.f, ............................9.13.4. 13.5.14.12 Safety and Protecti on .................... ........... 6.20.13.2 Final ............ ............................................. 14.11 Subcontractors, Suppliers and Othem 6.86.11 Indemnification, ........... _§.1Z 616, 6.31.6.33 Initially Aoapbl. Schcdul ca ........................... ...... 2.9 fimpeation- Mi.i, . Paragraph Number Special, required byENGINEER .........................9.6 Tosas and ApxmBI ................. _....,j.7.l3.3-l3A Inusurem.- Mtepearea, OC by OWNER ............................... 5.14 Additional, required by charges B.6 end-i Cancellation 14.12 CONTRACTORs objection 0 omwW .............5.14 Contractor] Liability.._._...._ ........................ 5.4.10 deductible ...K CONTRACTOR'. responsibility ................................................5.9 Final Appliaicn for Payment .......... ........ . 14.12 LicensedInsuncra ...............................................5.3 Notice requircumms, mat" chwq;m,,. 5.8. 10.5 Option to Replace. . ..........................................5.14 other 9pecal ine.surce, ............... . . .. . . ....... . 5.10 OWNMm, fiduciary for insurcda.............. 5. 12-5.13 OWNER. Liability ........................................... 55 OWNEFa P;umnorwibility .............. .. .... - ...... .... 8.5 Partial Uddlontim Property Insurance- .............5.15 Property. .... _5.6-5.10 Receipt and Applioadon oflnumnance S,.i.1 Ineumna.............................................5,10 Waiver offtlas ........ .... . .. . .. .... ........ 5.11 Intent ofCommt Doomeart" I .... 3.1-3.4 Interpretation; and Clarification; . ..................... 3.6.3.9.4 hirvomptioa ofphyi.1 condition..........._..........._ 4.2 Later, lv[ideriai, and Equipment . .. . .. ........ .. 6.36.5 Lads_ andEmomerts P 4 Availability of .. . ....................... .............. .4.1. 11.4 Reports and Tene ............................ ....... ... F.4 L. and Replan.-L. a Rapdwimm-- Bund, ............................. . ......................... 3.152 Changes in the Work __._ .......... _ ... .......... _.104 Crearma Domerecom, ..........................................1.1 CONTRACTOR. R.ponsibilific, .....................614 Correction Foriod.defe,hwWork. -- - 13.12 Cunt of the Wouk. taxes _ ... ....................... _JIA.5A defiratum of .....................................................1.22 gon.1614 Indemmili.sm . ...................................... 6.316.33 Article or A W.ph Number Teats and Importions, .................................. 13.5 U..fPam is ce ..................................................0.16 Visda to Site ......................................................9.2 Liability Imawa.- CONTRACrOks...................... .... ....... . iA OWNER ................................ $.5 Licensed Sfi..M In... ........ .. . ........ ....... 5.3 Lien, A,pliewien lior Protp. Payment ....... .............. 14.2 C0NTRAC7fCIt!sWamma,yofThIa_ ............ ..... 14.3 Final AMlicaft. for Pm.1; ..........................14.12 definition .......... ... 1,23 W.ivm.t`Clamm- ................ ............... 14.15 Limitation, on ENGINEER% autherity, and resj,onsibilitift ................................................ Linsim,I Rel. by CONTRACTOR Auffioriud ...................................................... 4.2.2 hinirmarnmee and 0,mraft Manuals. Final Applimion for Ny..1 ......................... 14.12 M...Ia (of th.)- po.ark . ce ...................................................1.3.3.1 R.f...e k. in Counsel Docamoubt ................ 13.1 hdateriala and mpvmw,- furninhed by CONTRACTOR.........._................... 0.3 not incorhoulad in Worl...................................14.2 Matorrala or equipment-oquivateml- .......... - ..... 0.7 M.dimion(Optiomd), _ , ._ ... ...... ................... )6.7 Hlemorma-definitm of ........................................ 3.24 Miscellanoms- Computation ofTimca, .............. ................... .... 17.2 Cumulative Remedies ............ ........... -.- _sass J7.4 Giving Notice..... ....... ...... .... ... ... .. _17.1 Not,. ofCmim .................................................17.3 Pr.f.umai F .... d Court Cana ln.lude,I _17.5 Multi -prime commoner _ ................ ..... .................. 7 Not Shoam or Indicated.......... ............................ 4.3.2 Notice of - ,em.pmbility.fPrcj.4 .... - .............................. 14,13 Award. definition ot-.....................................335. Claim.. .................................... .................... J7.3 D.1cm,13.1 frittering Subsurfito, or Phyaiml Candificna ..... A.13 Giving........................... ................................. 17.1 Tons and huspecthma.._..... . .. ........ .... 133 Variation Shop Dreams and Samph; ................ 427 Notice to Proomd.. definition 0(... 1.26 raveauagsl.MIGMTIOM19104(1990EDITIDN) 67 0 0 Notification to Surety ....................._.......................)OS testing, independent ........... .................... 13.4 Obsmv,di.ne, by ENGINEER ............................ 4.30.9.2 one Ar ooAup .. y O=pm,.fth.Wmk .................. 5 15, 63014,14.10 oftheWojk .... ............ J.15,&W14,14.10 O.i.ims or am by CONTRACTOR..._.......... S9,9 13 written comentor Approval Open Peril policy form. Immansace .........................1.6.2 ooquirul ..................................... 91,63. IIA OptiontoReplaos ....................... .... ... . , _ , 5.14 Amicic m P agraph Number 'Or r,..I' Item A ......................................................0.7 Other work 7 Overtime WmIc-pealubmsm ( ........................ 6.3 QvVNER-- Mosinee. ordqfimlve Weak........._............1313 appoint An ENGINEER . ........................ ............. 8.2 .A fidaia . .............................................. 5.12-5.13 Availability of lend, easpomaklity .................... Al definition of .....................................................1.27 &as Ransil, ....................................... .............. 5.3 May Coomul fcftw Woric .......................... 13 14 May refuse to make pymant_ ...........................34.7 Me, St, the Work._..._............___....._........ 13,10 May Suspend Work, Tonninatc, . .. .. ... .............. payment, make rampt ............ __..03.14.4,14,13 performanoo of other ans'k ................................. 7.1 remits and litemAz rvquiremst, 613 purchased Assonance roq&mcntq ............... 5.6-5.10 OWNER- Aowpmme of the Work.._. ___J.30.2.5 Change Ordem, obligatica W Asset . ......... A.6,10.4 Conmundo.tiona, ............... ........ ......... .............. 8.1 Coorchn.U. of the Work ............................ ..... 7.4 • DisroW4 oaIaet for deadoq 9,11 Inspections, mans And qpowals ..................0.7.13.4 Liabilitylesusance ........... .......................... __5.5 N.H. of Defeem ..............................................13A Re,rosentmore-Dog ENGINEER's Stabo, 9.1 Rosponsibili6es- Mbesw, F`CBa, Famlawn. Hassurdota, Waaw . RA.Wlo Material .............. gI0 Change Order............................................. 8.6 Changes in the work . .... _ ............................ 10,11 coaremunicati Ans ................................... ........ 8.1 . .................. j8I9 evidence or ramociai oneagementg_., gn inspadions. wass And approval.._.._ . .... ..... . g.7 In.& d..Atq 8.4 ,wompt payment by,. . .. . ...... ....................... 8.3 ,.pl...l of ENGINEER ........................... $2 oepasm And tam......._ .............. ................... 8.4 dep - --janad W-k---- ... -11.8, 13.10, 15.1 uemi..w CONTRACTOR. services .......................................... AoW.A,tT.t.tnm,d.itq--- _9.3 51 M;uaaAt. c msncays igio-g om xrxuoro wIaWOFMRTWSMODMCAMM�9" 0 Article m Paragraph Airticila or PkrAF* • Number Nmbw mitten notim required, ........................ 71,94,9.11. PCBA- dolinition .....................................................1.29 g.r.1 .............................................................. 4.5 OWNEX.rovonabilityfor .............................. 8.10 Partial utilintim- d.firiiii. .( ........................................... IM grairoad 631), 2 4.14 10 P"'wly Inanownre ............................................5.15 Parent Fees and Pxy%ltlas_ ,,, _- , 6.12 Payment Bends.... _.._ .............................. . ........ 5A-3.2 Pirorri,rda, lbaoarouardudion of . .... ....... 14.4-14.7.14.13 Payments to CONTRACTOR and Compldim- Applirtition for Pro,;nmaPaMcnW .................... 14.2 CONTRACTORS Warranty ofTide ........ , _ J4.3 Final Application For Priyurivot ......... ............... 14,12 Final M.Partion, .............................. ........ ..... 14 11 Final Payment and Ameptartion._ 1413-14.14 jparr,ral .........................................................4.3, 14 Partial Ufili.fi . ... ...................................... 14.10 Riarnotir..........................................................14.2 Review of Applications for Progress Payments..........._........ .........14*14.7 Pr--PL P-Y-r-L .................................................0.3 Schtdide of Valens ....................................... Sid,sawrifial Completion......_._......__..._. 14.9-14S W.i,,or ofCbiron.................__................_.... 14.15 ab. pmytvuduo ...... ....... .... .......... _ 14.4.14.13 withholding Payment ...................................... 143 Performance Braila ...... ....... ....... ................ P,mita .......... .......... .............. dermition of ...... .. ........... ...................... J.30 goaronal.............................................................. 4.5 OWNERS rasponsibility for . ............................ . $10 Physical Cortilvtiona- D.iw of, in or n.lfirig to ......................... 4.2.1.2 EMD,IEER's rineim 4.2.4 exisfingstimintures 41.2 &..14,2.1.2 Notroi, of Diffiaraig &Iwarilare, or. ..................... 0.2.3 P.si Contract D. tads Chgq 425 P.a.ible Pilot and Times Adjument, 4.2.6 Ref,crria and Darsairip ...... ................................ 4.2.1 Sobrod.and. . ...... .......................... .............. 4.2 Subauffm Conditionii................. 4.2.1.1 T.*.i.1 Dab, Lioutind Ridianoo by CONTRACTORAuthanized, ...................... A.2.2 Undarground Facilities-- goricial......................................................... 4.3 Not Shown or Indiostad ............................... 4.3.2 Prowtim o(,, 4,3� 6,20 Shoran or Indicated, ................................................ 4.3.1 Technical Data................................................4.2.2 Pro,onatniction Conformina; .................. ................ 2.8 pric,lintorary Malian; .....................................................2 Preliminary Siduedide, ............................................... 2.6 Poni U. a .. .............. ............. ........... 4.166.18 Prim. Change ofCm"c( .................... __ .................. 11 Prim. Contract --definition of .................................. 1.11 Progriva P.ymmk Applications ft ......................... 14,2 Prognaa Payment-4misM ................................... 142 Progress uhcdlole. CONTRACTORA ........ .. 2.6. 1& 2.9. ... 1 11-1- 6.6.6.29.10.4, t5.2.1 Pro,aciv-dalinition of .............................................. . 1.31 Project Rcprcwntsfivrv- ENGINEERs Status DuringCcrostru,tion,_ 9.3 Project Reprinantatin; Resident,-defirrition of......... 1.33 poorpt payment by OWNER_........._......... _...... 83 Property In=anm.. Additional ....................... ....... 5.7 soncrids.65.10 Partial Ublinfion., .............................. 5.15.14.10.2 noxmfn and tipplirittion idp000madit ............ 3.12-5.13 Protection. Safety end ............................ ..0.20-6.21,13.2 Punch list - .. .... ....... ................ 14.11 Radooacti,,. Mma mil- dorioli. of ..................................................... J.32 g.or.14.5 OWNER. naporaiddity fin.., .. ......... ........... $.10 R.....d.lwo of Payment ................. M4.14.5,14.13 �- d Documents ................................... j619,1412 Foroods, Procedure for maimminin& ......................... 2.8 Mae= Points. . ............................................. 4.4 Re[ ornoa to stiandinds and specifition, of T.Irmirad S.6mica, 3.3 Rogidatma. Low, and (m) .............................. 614 Rejecting Dfft. Work ... ............................ ....... _9.6 Mann] Work-- atSib Parlorrind Fri. to Shot, D.iW and Samples arban ittal. namnivir .....................629 Roin,dics, onaidirtiv . . ............ ...... ............. 174,175 R...l w Coar.fion ofW,,nrw Work 13.11 rontal agoorroantii, OWNER apportral require,(,,, 11.4.5.3 .,I.am rra of RKGMFMR by OWNK ...................82 Beporting, and Resolving, 2.5. 3A2, 6.14.2 R.porb-- and Drawings ................................................. A.21 and Tab, 0114MV3.8possibility .....................RA Rrsident and Project Represindativa,- ittifinitionof, ....... ... 1.33 Provision 51L9Cl6tmUL Irimiql..Qoaowluroit .I(MMMUcoughar CA11MMEV91") 0 0 0 Article or Pa.Boaph Number Artial. or Parwh Number Resident Supeeirmandent CONTRACTOR ................ 62 Resqomnsibilitics- CONTRACrOks-m gerend 6 UNrINEER's-ingerneral Luaitnia,s, on 9.13 OWNER.,. W...j 9 Retain.. ...... .. .... .... .......... . ........................... 14.2 Reuse of Documents 33 Review by CONTRACTOR Shop Drww.W And Steeples Prior to Submittal, ........... A25 Review .fAjn,li..fi.ficr Progress PRymente ................................... .34A.143 Right tean.djustasent, ........................................... J0.2 RightsofW.y ..........................................................5.1 Royalties, Patent Fees end ............... _ ............. . ..... Al2 Safe Strusearead 1,oadarg ....................................... _618 Safety -- end iTMection............................... 4.3.26,16.6,18. ... -11 ...................... -.6.20-6.21, 7.2,13.2 genered....... .......... ............ . ................. _A2 &B CONTRACTOR'......._ ...............0.21 Samplas.. d.r.ia. of......................................................1.34 gonsaal .......................... ... ....... ....... A24-628 Rhwhav by CONTRACTOR ................. .............. 6.25 R.. by ENODIEM .............................. 6.26,6,27 .I.W Work ............ ... _ .................. 0,28 ,.1handfid a .................................................... AW.2 sub.itud W..dwq .......................................... 6.25 Schedule of progress._...... _..__....._.... Z& 2.8-2.9.6.6. -, .......... ........ 6.29,104,15.2.1 Schedule of Shop D..i.& end Sanspl. Submittals ..__ .... _24, 2.3-2.9, 624-6,28 Schedule of Values,., ............. ..... _.2.6 2 8.2 9,14,1 Sch.doles.. Adler... W ......... ........ . ....... .. . 15.21 Adjusting .... .................................... ................. 0.6 Change of Contract Tan., .......... ...... .......... ... 104 Initially Acceptable , 2.8,29 Pr.lfininsrry� .. .......... .......... ... . ........ ....... ...... 2.6 Scope of Churl, . ............ Subsurface Corditi . ......................................... 4.211 ShOPD,.uft,.. and Samples, &=a* ............ 6.M.28 Change Orders & Appliceadont for Nym.U, and...._ .................................. 9.7-9r9 definition of .......... ___ ___ ...... _ ...... .... 1.35 ENGINMR. App..[ of ............................. 3.6.2 ENGINEER'S reaponsabdity farmiaw ..................................... 9.7,624428 related Work .....................................................628 review prosexhurem .. . . . ........ 2.8,624-&28 xiii subminalrequired .................................... 6.24.1 Submitted Procedures, .... I.- ... r.1 ... 11 ....................1625 use to approve sub9dunfirea, ..............................6.7.3 6.7.3 Shown or Indicated 4.5.1 She Acenew . ....... . .. . ..... .............. ......... 72,13.2 She C1.1i.m 0.17 Site, Visits to,- by ENGINEER ........................................... 9.2.132 bythus.. .............................................13.2 "special team opoliqy firm, of lss' derionificar of .............................. ..................... 1,35 Sperificaturne- definati. of....._.............................................1.36 of Technical Socigim reference, 19 ...................9.3.1 precedence......................................................3.33 Standards and Specificatumns, .&T.h.ic.l Societies......._..... 3.3 St.rfi.8 Ccostrorodon. Before, .............................. ASQ.8 Starting the Wark .....................................................2.4 Stol, . Suspend W.k-- by CONTRACTOR ........ ................................... 15.5 by OWNER - - ............. , 8.8.13,10.15.1 Scon.g..fra.terstleand .pipancen .................... 4.1,7.2 Structural Lading, Safety ................................... .... 618 Subcontractor- conecroun& ... ......................... ................ A8-&II definition of ..................... ...... __ ............. ..... 1.37 &toy. _ ....... ....................... ..................... _123 "ivcr ofrighm_ _ ............._................All Sub.."clars-4. genaral .... ........................ Sub.onvacts,-roquio.di promiame, ...... 611, 11.4.3 Submittals - Applications far Nyment, ............. _.._,_.l4.2 Manua.... and Operation Marvell ............... 14.12 Progress Schedloa, , � . ........ ...... .... _.__2,6.2.9 S..pl so ........................ ....... ........ 624-62B Schedule .fV.Waat 2.614.1 Schedule ofShAp Drovins and Samples Submissions.................................... 16.2.9-2.9 Shop Drewun,q., ............. ......... .. 62"28 Sob.tarand C.,1.6.- Catti8otiOn of........................... 0.30.2.3.14.8-149 d6tankrn of PS Substitute Construction Methods or Procedum., 6.7.2 Suenathates and'Or Equid" Itarn, ..... _63 CONTRACTOW.ExlAssam; ............................6.7.1.3 ENGINEEiR. E,al.fi an ................................. 6.7.3 'tar-Bqml'. Substitut, Canstreassion Methods Adial. or PmaV.ph Number or Procedure ............................................. 0.7.2 Substivne Items , _ ....... ............. .... A7.1.2 Subawfam and Physical Cftdnioss-- Enswirip of, in or ralatbg to.._ ......... _4.2.1.2 ENGMER!. Rri . ............... 4.2.4 jaram.i .............. ............... . ............................... 4.2 Limitm! Reliance by CONTRACTOR Notice of Differing Subsurface or Physical Canditiort ...... ............ .......... ........ 4.Z3 Physical Conditions .............................. A.2.1.2 Possible Contrast Dessmants Change, ...............42.5 Possible Price andTinnes Adjiustments., ......... .. 4.2.6 Reports and DrawiW .................................... 4.2.1 Sammie. ead. .................................. ............... 4.2 Subsurface Conditions a the Site _ ................ 4.2,11 S.Pm'i.i.- CONTRACTORs responsibility........._ . ....... ...... §3 OWNER shall eat g.'en,* &9 ENGMM AM] am vupervi................. 9.2,9.13.2 Superintendence........._.... 6.2 S.porituandsnn, CONTRACrOW.mident ...............0.2 S,,lurc.tal cost. . ........................................... J1.4.5 Supplementary Coariditiona- d.fi.ition .17 ......... ........................................... 1.39 Principal refasnows to .................).10, 1. 18. 2.Z 7.7. ..................... 4.2, 43. 5.1. 5.3. 5A.5.6-5.9. ........ 5.11. 6.8.6.13. 7.4.8.11, 93. 9.10 _16 Supplier - definition of ..................................................... 1.40 principal .1mmittes tq . .........7.7, 6.3,6.M. 11. 6.20, ..........................................0.14. 9.13.14.12 wniver ofRights............._..._...........................0..11 smety consent W final peament, ............. ......... 14.1Z 14.14 ENGINEER he, so dutyto 913 Notilimnon a( 10.1, 10.5. 15.2 qualification of .. ...... ............ ............... ..... 5. 1-5.3 Smont] of Obligations...........................................634 Suspend Work, OWNEA)Ay ....................... 13,10,15A SaVeranon of Work and Tarmmafion_ ................ ..... 15 CONTRACTOR May Sup Work aT. mass...............................................15.5 OWNER May SuVand Work ............................. 15.1 OWNERIvIsyTerraireat, ............... ............. 15.L154 Taxes--Payinaat by CONTRACTOR, .............. __(L15 Todennot Date- Lmiteai Reliance b, CONTRACTOR, ................. 4.2.2 leasable Price and Tunas Adjwmaasui. .............. 4.2.6 Reports of Diftcririg Suleserface and Physical Coralitions, .................. 4.2.3 slv Turponcyconsunction Aitiol. or Parepupis NUMIW Termination - by CONTRACTOR ...........................................155 byOWNER ......................................... ........................... _.0.2 Suspension of Work-in Sonceal .............................15 Termsand Ad*Uvq ............ ........ ................. _ A Tests end Inspections, Access to the work by others .. ......................... 13.2 CONTRACTOWs responsibilities ....................... 13.5 con of 13.4 uncrini; Work prim to ....... ...................... 13.&13.7 Laws and Regulitione(or) ............... .... ........... . 13.5 Notice of Defects ............................................... 131 OWt4ERMyStop Wwk ................................ 13.10 OWNER's mdMm&nt testing ............ ............. 114 .p.oi.], i-mlinood by ENGINEER . .........................9.6 timelyrimice required� ............. _ .... ..... 13.4 Unceranal the Work at ENGINEER. n,fawk ................ ......... ..................... UZ139 Time, Adjunim............... ......... ............................... ('d Chicle ofCoranact, 12 Cornputasion of ............................................... 17.2 Contisid Tint.A.Finifion of ........................... 1.12 day ___1712 Mlones. ... ................ .............................. ....... 12 Rol.kamenis-- appeal. .................................................. 910.16 clarifications, claims and disputes .................9.11. ILZ 12 Commencement of Coninsat Tirrielt .... _;L3 pr.consur.m. Conform. ........................... ZS schedule . . ....... ............................. 2.6, 19.66 !karfin, the Work..., ......... _ ...... __ .............. 2.4 TAlk W"may of -I ........................... ...... _J43 U--mev Wok .................... - ................. 13-8-139 Underground Facilities, Physical Condidma�- definifien of ..................... ................. _jAl Net Shawn or InA cawd ......................... 4.3.2 protootian of ......... .................................... 4.3,6.20 Shcaso or Incliested 431 Unit Ption Week- .l.un . ........................................................ 11.9.3 d.fi.ition ( .............. ..................................... JA2 ScrieraI11.9,143,14.5 tJaitPn.-- ,on.,4111A Doemnsinsfion r or ....................... ...................... 9.10 Use offternisca_ ... ....... ... _ .... __ ..... 6.16.6.1% 6.X14 Utility ...............................6.13, 6.20.7.1-7.3,13.2 WliamiM Partial ................... 6,30.2.4,1410 Value offle, Work........_........_ ... ............... ....... .. J1.3 Values, Selecdel, a( ........................ 0 0 0 • Wriabon.b. Work. -Minor Aothorovd-.... ....... ...... 6.25. 6.27. 9.5 Article a Pannoph Number Vats W Sit. -by ENGINEER ................................... 9.2 Waiver of Claims —on Final Payment ......................14.15 Waiver orfthb by i..d parfiq ..................5.11.6.11 Wamaty and Guareatca. Gmml--by 0ONTRACrOp. ................................................630 Warranty of Tula. CONTRACrORs........................14.3 Work— Acocssto.......... ............. ........... ..................... 13.2 byothk..............................................................7 ch.%... the.....................................................10 Continuing the..................................................4.29 CONTRACTOR May Stop Work . I. hurc 13.3 roa,llrrsdm of............_......... . 7.4 Cam ofthe.................................................11.4.1 definition of ......................................................1.43 ncglocW4 by CONTRACTOR..........................13.14 aborWork-... ....... .......................................... 7 OWNERM.yStcpWark ................................. 13.10 OWNERtAay Suspend Wark, .................. J3.10.15.1 Maned. Work .1 Sit ..................................... 7.1-7.3 Starting the ................... . _ ....... .. ___ __ Z4 Stopping by CONTRACTOR.............................15.5 Stwpi.g by OWNER ................................. 15.1-15.4 Variation end do,,irrtion eftharid. im ........... Xd Work Chang. Dioartwo— clams pursuant M ................. - ....... )0.2 dermition of................................................I....11.44 • principal mforonats tq,,,, ..................3.5.3, 10.1-10 .2 Written Amendment — definition of....._..._._....._.___.. _....................1.45 principal mfamm to 1.10, 3.5, 5.10,15.12 .......... ........ _ .... §AZ 6.8 Z 6,19,10.1,10.4, I ................11 z 121, 1111214.7,2 W'Am. Cladficati. and Interpral.ficas ................................. 3.63.9.4.9.11 Written Notice Rocaired— by CONTRACrOR ............................. 7.1, by OWNU ........... —Q.10411,10.4. jl.Z 13.14 0 (This pope left blmk inlenti9 lly) arvt fiFOC�NSAAI.W ITIONS 19104(I M®ITIOM wl OT/ R Ig0.T COILNS MOOMCAMM BRV WM • 0 • 0 GENERAL CONDITIONS ARTICLE I-DEFEs ITIONS Whoever, used in these General Coda iae. in the other Contact Documerm do followug tome lave the mammg+ indicated which arc applicable to both the svguhar and pled thereof: Ll. Addemat-Written or grep� mmumenw nd ame pia to the epedtg of Bid, w7kh clarify, correct a charge the Bidding Reeluhemenw in the Comracn Daaunmta 1.2. Zmer era -The wrinm wntlnet Mean OWNER and CONTRACTOR covering the Work W be perfamd. other Common Documwps ore munched to the Agreement andmwer a pmtdereof.,.idd therein 13 Ayypplkatiofor r Per, an nt-The loom by ENGINEER which is to he rued by CONTRACTOR in regivaitg or final poymem and which is to be accmpani suck auppmung documentation as is melaro d by to Contract limafaen44 L4. Asbalos--Any material that Contra. more den.e percent i abalos and w finable a w "abcoutg sabeams fhbem am the oar above amens action levels ammblished by the Minted Svcs Occo ortianl Safety and Hmld Admirtia mli.. 1.5. Btd-The oRu u popoaal of de biddu suboitmd onthepremribedformsatingfa theprimafathe Work to be part.ned. 1.6_ Bidtbtg Decmnnh-The eidirectinecond or miring. to Bid irsWetiore to bidders, de Bid form, and the prapowd C.trm[ Dmumet" (including all Adhda mandpriorto urviptofBids). 1.7. Bidding Regoimnmii advataemed invitation an Bid. inaructiom tobiddems, and theBid form@ 1.8. Bonrh-I'erformmee end peymm bonds and other umtrmmenw ofxmity. 1.9. Change Order -A doamem rummended by ENGINEER which a mgmwd by CONTRACTOR and OWNER and authorizes an addlfion, deletion or revision in the Wak. or an adestmem in the Contract Prim a the Cmmun Times, iawed on or after the Effedive Came of the Agreement 1.10, Conamct TMunaem-The Agmmoµ Addenda (which pgWin to the C.tma ei Domems). CONTRACTOR§ Bid (ihaluditg tbvwnewum ecccmpmyitg the Bid ed my peat Bid daumedalion mbniued prior to the Notice o[ Award) when au"hed as oihibit tic the Ageanent, de Notice to Proceed the Bads these General Cnditiary the Supplementary Condition, the Spoeificatiom end the Drawings as the n�cpcoeNmr.d.colminoratstae<mvsmem�ml u4 Q TY OP FORT QI W.INS MGgFlC6TON9 Q.6V e 2 W Fl same are mere Tarifially idamifid in the Ageana 1, aged,, with all Written Amudmew. Change Orders. Work Clvnge Dirwive , Field Orders ..it ENOMEER's wriden imerpetatiom and clarifications iaaned paaumt to pamgaphs 3.5. 3.6.1 and 3.6.3 on or tiger de Effective Dam of the Apeerecra Shop Drawn submittals approved puri to pemgaple, 6.26 aM 62T and the rep" and dawn® refend to in pemgtiphe 411 ead 4.2.2 ere rrct C.tea Dmnmema 1.11. Contract Pisa -The moness'' payable by OWNER to CONTRACTOR for ampaon of the Weak in accondanco with the Comma Dmumcros ae ardd in the Agreement (mhjecl to the p csiom of paragraph 11.9.1 in the ax alUnit In. Wak). 1.12. Comma Toneo-The mrmlmue of dog3ss or the data noted in to Agremm: () to achmm Substarnial C Pldlm ad (ii) to amplete the Week m Nrt it or ready fa fuel pyymmam me evtdmad by HNGIN1001s uc 'n reconew, ion of final payment in accordance with pamgmph 14.13. wad, COOWNERYhas The peen Tam r eapomlion with when OWNER has emerd vim the Agreement 114, %cow -An adjective which when modifying thcword ak.f wW.ktham.. sfmtary,fadty or deficient in that it dues non oanfo rn to the Commct Dmcumems, a doer rid meal the ra,ari enema of any mapecdon reference sbrdad ten or sppwd referred to to the Contract Dmcumaa; a h" been rgm:ged Mon to ENGINEER'S recommendation of land payment (unlcei resporabilay for the pMcbma themof horn been aexmd by OWNER. Subnlantiml Completion in amordaom with pamgaph 14.8 or 14.10). 1.15. Dmwiags-The drawings whielishow de acryhe, atmt ad character of the Work to he fen ided and Peffienred by CONTRACTOR dbxmBNGMER cord am rafen m a mms. Shoop dmwinga am ant Drawinge"sodefimd 1,16. ESQ e. Date of dre Agmenenr-]'he dam indicated m the Agreement od it in h it the date ea which but Age such dam ie had and it mom de dam an which to Ageemmt n sighd and dalivmed by the 1"t of none tea pities to ngm ond deliver. 1,17, B- TAEER-The Wm form or caporatwn mend eta inch vhthe Agremmt. 1.18, EbUINEFR:a Con.Mane-A ppee R Erm a emp netionhavina a o.tmct with ENGINEER to famish euvicas as ENGE4EFRk independent profesvoml aacclac or mmoleant with respect to the Project and who n identified "such in the SLpplmeWmy Conditions. 119. Field OmW-A weirder order, mend by ENGINEER which ced. minor dirges in the Work in ".donne with pemgadh 9.5 bid which dens rind imulve a cMtge in de Cm6aatAAmc m the Coronae[ Times Geotechnical Engineering Report lferracon Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado • December 3, 2013 . Terracon Project No. 20135038 2.2 Site Location and Description Description The three proposed box culvert replacement sites are located near the intersections of West Mulberry Street and Canyon Avenue, Location West Oak Street and South Whitcomb Street, and West Olive Street and South Loomis Avenue in Fort Collins, Colorado. The existing concrete box culverts are located in residential neighborhoods (West Oak Street and South Whitcomb Street; Existing improvements West Olive Street and South Loomis Avenue) and the parking lot of a city pool (Canyon Avenue between West Mulberry Street and West Magnolia Street). The proposed construction areas are covered with asphalt Current ground cover pavements, concrete curb and gutter, concrete flatwork, and landscaping. Existing topography The sites are relatively flat. 3.0 SUBSURFACE CONDITIONS 3.1 Typical Subsurface Profile • Specific conditions encountered at each boring location are indicated on the individual boring logs included in Appendix A. Stratification boundaries on the boring logs represent the approximate location of changes in soil types; in -situ, the transition between materials may be gradual. Based on the results of the borings, subsurface conditions on the project site can be generalized as follows: 0 Material Description Approximate Depth to Bottom of Consistency/Density/Hardness 1601 Stratum (feet) Existing asphalt pavement About 2 to 91/2 inches except in Boring No. 3-1. Existing aggregate base About 3 to 4 inches in Boring Nos. 1- course 2and "only. _ Existing concrete slab About 3 inches in Boring No. 2-2 — only. Fill materials consisting of lean About 1 "fi to 5 feet below existing site clay, sand, silt, and gravel grades in Boring Nos. 1-1, 1-2. 2-1. — 2-2, 2-3, 3-2, and 3-3 Doty. Sandy lean day About 9 to 20%feet below existing Medium stiff to very stiff site grades. Well -graded sand with silt and To the maximum depth of exploration gravel of about 201A feet in all borings Very loose to dense except Boring No. 2-1, 2-2, and 2-3. Responsive s Resourceful ■ Reliable 120. Oemml Requirements -Sodom of Division I of the Specifiem me. have a ancamw Mvidod i tam Hn 1004 Wwe dreg have the m cial t (42 U N Salim 1004 of am Solid Want Dispcml Act (42 USC Salim 6903) ea amended ban time to brae. 122.a. fans end Rggulanma; true or RegulaHone--Any aril all eppliable laws, rules, reguhtions, o dr. , cedes end ord. of any and all govnrmeNal bodies, agowma% mitheitiaeaM comtebestingjiriadioter. 1,22h, Legal Hotidma-shell be these hot Anva observed JU the �City of FM COMM 123liens--Liam, dhargc , security irmram or enambmnces open real property or pesml property. 1.24. Mlkmmta-A mcipol event specified in the Cormsct Domandu m�ntingm an smermcdme completion date or time pear to Su�antiel Comp4uion of nil the Work. 125, Notice ofA.rd-A wrist rtice by OWNER to the, appurs�I mtaseful bidder stating that open compliance by the apparent woom l bidder with the comtitierss precedent mdemomd th win, within the time sfecifmy OWNER will mp and deliver the Ageemea. 1.26. Notice in Pmrulf-A ender notice given by OWNER m CONTRAMOR(with a py In ENGINEER) Eci, the date on which the Contract Ti.. will commence w rsmad onwhied CONTRACTOR sit stert to perforin CONTRACTOR'S obfightiom rude the Commit Dommmm 127, OWNER -The public bdy or authority. Mmtpa dim eawdatien, faun or pawn with wham CONTRACTOR hs mlerd ode the A,eancd .,,it for when the Went, la to be pdwidid 1.28 PaMel UnlaeHon-Um by OWNER of a mdeteraielly mmplaW pelt ot'te Work for the purpose for which n is mtxmdod for a related part.) prior in Substantial Canpletimof dl tho Work. 1.29, PCBs-PolychlomawlbTlwa,,ly. 1.30, PerroGtm-Petroleum, mol.1% wwk it or any traction thereof which is I*W at daadmd cmditlahs of ramppeuraaM. ad procure (W degrms Fahmmind rid 14.tpourds per square inch idclum), wch as et, parcleum, fuel dL oil Budge, oil reNee, wIme,kerosene ad oil mixed with other dude die 131. Pr y,,t-The toml eonetnmdan a which the Work W be provided miler to Contract Decedents may be the whole, or a fort as Idioded e12whre in the Contract Domment, 1.32a. RadbmHsa MNer/af-Scume, metal nudaxr, or byproduct metaial me difirid by chic Aromic Fietgy Am of w/OTYOF FO0.T WWIBMWIPICATID119(IIBVe/1W0) 1954 (42 U3C Section 2011 at seq.) m emeded flan timetotime. 1.32.b. �rWork Mo Rgpdm, workine hours enb. 133. Resfdnn Pn,,//ect RepnxName-The mull mad rop.mmtive rM WEER who may be smaned to the aitecrmrypmtthrmf 134. Smnp/eo-Phynial exempla of matainb, Noipnem, or workmarMP. that are representative of Borne portion N the Worl aril which establish the elements by which such potion of the Work will h Judged 135. Shoe Dmaing%-AII dmwirA diagrams, tlunomom, sehectics and oiler data a mimanatim which ore ssppeecifi2 prepued or assanbled or for CONTRACTOR aid sudnirrd by CONTRA OR to illustrate some ponron ofthe Work. 1.3& Sprcljicaaaa-Thew patiens of the Cromer Docume de cotmistiM of wrhron teeudal descrip5one of materiels, equipreem, cahatuotion aticroa amndards and workmraNilp as ewhol W the Work rail terrain m irmn amdve ditaile aihpliahlc therein 137 Su6conbenlor--M idividaaL firm or corymeit. laving a direct comma with CONTRACTOR or wgh Wry other Suhamenter her the Mirdem. of o part of The Work at the site 138. Sa(rmmnd Comphhoo.-The Work I. a apmified part thereof) her aume9d to the Point where, inthe Winne 9 EN m atdenced by ENGINEER, defeutwe cmtifcate of Subnamwl Corappledott it is suffhcicmly oomplae, in rccadarcc with the Crated Doaments, w that the Work (or sped pert) an he otilued for the purposes for which it be mtrnded; or if rn rich anufiate is issued, when the Work i. camppkm ad racy for feel pymmt as d evamed by 6NGINEERa written ...do. do. of Rod payment in accordance with pamgmph 14.13. The terms ,ubnmtidly coopleto' and 'earlome idly ..plcwd' as applied to all or ryut of the Went rder to Sel,eme al Cundaiahthemot 1.39. Supptememery Cm@nore--'fhe fMrt of the Commet Documents which amends m supplement these Geremt Conditionc,. 140. Stgrptier-A manu6qure, Ghnmtm, supplier, dietribubr. metaiaMnn. vector having a dveeoom oot with CONTRACTOR or with any Subcotmmmr W Runtish mannish, or equlpmae to be moo[pommd in the Work by CONTRACTOR or my Subcontractor. 141. Uao gromd Men riNi-Alf pipelines, corduits. ducts, entries, wirer manholes, vaults, tanks, mncela or die such fecilite. or mindarem ,and my arcasanmte oam'e^g such facilities which have been instated udetgraud to famcl any of the fotowmg sent. a • 0 • mannish, electricity, gee e, Seam, licaul peV.k. pmAtos, telephone or odes wnmumeetims, cable television, sewage and dmvagc removal, Valle or other control systeos orwater. 1.42. Uro Pnca Work -Wank to he paid farm the Mau dunA pd.a 1.43. Work --The mine, completed wretruction a the riom agwevdy identifiable ppaatae tMeof requ'ocd to be fumldd under Lie Contract Documema Wok include .oil is the .11 of ,f ring or fanielim, lab. and fumielung and 'mwrpomtmg matrrfab and oqulpmem int.the mru6vc[im aril pvfamitg a fWnishitg urvicea and furnish, domatent, all as requbed by the Comment Doxa mega R opkm g an aW non, deletion or recision er mapmtdmg to differing or a nimeseen Imota under which the Work is W be provdd in lamgerh 42 or 4.3 or to under paragnph6.23. A Work Change non Cage the Contract Price or the Cmhact ..video. Oat the pertly %set that the oiler docia emd by a Work (Image be i ocrporetod in x subseiacefiy isued fohowmg Miotimi.. by the Was. In its on the Contain Pal. or Comman Times m 145. Wratbn Amsndtww--A written emmdmmt of llo Cmoaot Dommene, wined by OWNER and CONTRACTOR ca or m4r the EtTaaeve Dam of the ' Agreement and mxanilly dmlmg with Ilse mnengoeaeng in heu NaN4 normal dcal mton strictly aotim-ocimcd aspaaofthe Concert DommeM Dedvoy *Bonne 2.1. Whet CONTRACTOR delivms the axecumd rmane ve OWNER CONTRACTOR chat al.o mW OWNER such Bomb . CONTRACTOR may be raluvd to fo rnnh In Morciance with pasagaph 5.1. CmplaofDommew'. 2.2. OWNER shag ftumale W CONTRACTOR an, to ton copies (unles othe wue spmifid . the supplemenhuy Cadeliere) of the Comment Documents as ao waeaab y man Catheexecutim dtheWak. Additical co bepes will upon.west m the cea ofrepeoductim. Canme .w ofConvna Tim , No*,m Procced- 23. The Contract Tema will commerce to run on the thateeth day after the Effedeve Dam of tic Agreement, in, F.ICOCamiOeN. COIaYT10N419108 p990galim) M O ]Y OF FtltT QtLW M M001PICaT10N3 (RSV 9R eon) 0 if. Notice W Proceed u givm on the day endemld in Lin Notice to Roma A Notice to Proed may be given at any time within theny days xfter the Effmteve fate a the - Ageement. - -- �fl, h,-veaNhd 5 Am the6ay of theAgrcmmx; wlu ahvmib�ismrliee Smrdeglhe Work: 2A. CONTRACTOR droll stet to perfomt the Work on the deer when the Comma Times... m ton, but no Work atoll W dmc at We an, pri. to the dart on which the Contract Times me. m run 8.forc SYaeing Conmaabn 25 Before umlcnakmg mole pan of Live Work, CONTRACTOR shall carefully Body end we flee COMOet Dxnatatl3 end duck and verify penow figmea drown tberem and all a,Ii.ble field ne.smemems CONTRACTOR ahat ptanpdy, perm N wdtmg to ENGINEER any .nfilct error, ambiguity in deaaapanq which CONTRACTOR may dionove, anal Ball obtain . wriftm imeryeentim or dmlfiabon fret ENGINEER before proceeding with any Wink affboted Inmyy however. CONTRACTOR dull MIX liable W OWNER a FNGINERR for GiWm tampon any amfiict env, ambiguky or decreps y fie Carand Deu omems. Mlev CONTRACTOR keaw or maaumbhy should have k. thmed 26 Within ten Jayya mkp the Effmfive Date of the Agreement(MI.G olhmwiae spmdad in the General Raadncemer } CONTRACTOR shall arbmk W ENGINEER fin review: 2.6.1a prelMmmy ppoges ed.Ade m&cating lh. Em. (.b.m of days err data) for st tmg end omna rs the verious stages of the Wink, uwladmg any destoas speei6d mitre Cinmaa Documema; 26.2. a pralamrwry schduk of Shop DMm and Sample cubambale which will Ice each oa uawd submital and the times fa euMmmng, onnewme and praas'ugsuch submittal; 2.621 In nu ca, w'II a schedule he h 'cwb ar 263. A pni icai ary rhdule of valets fa at N the Work which will isclu le quantities mad prices a inane eggi.gammgg 11he Coronet Pre. and will subdivide Live Wode mw contpwcm pans. sufimcot detml to save ere the basis fa pmencss payments cowing conamaim such prices wit mmude con oppsopnme xmmm ofoveshed oral aoht applicable ft mch item of Wak. 2.7. Before .try Work a the stow is send, CONTRACTOR aN-Ol1g4ER ahni cosh dchva to Lisa e4er OWNER with copies W ea il alika a.. ENGRJEER car. i6mtm of in41..L (and other, evi trio. of irmumna rmsona mwemd W OWNERI which COWIRACfOR g�nd R-raepaaHvNywe is m lmred to pmchaa and maim m vl ..orlon. with paragraph. 5. 1,".arm`, . Prianonsrmmoa Conference: 2.8. Within mmr%day,,mb, the Connad Timm maato roc but bcfoa anry Work et the sire u waled, a uvdmmce ammdcd by CONTRACTOR, ENGINEER and others as sppro ,imt will be hold to m blirh a working un;Mo,lmS among the pnrtim m to do Wok and to dimuss flee ahadulm retwod to in pnmpaph 2.6, procWures for handling Shop Drawings and other sobmilmfa procrosing Apppplimtiom For Payment and .annnbdrg resryued reardc fnvblfyAecrymOl<Smadula in dw a eon and of held a below tM rebMulm. No prr,,wa, M,ment Oall [e more b CONTRACTOR mail Ilia adrMolm ea submittal to mill acceptable to ENGINEER as provided below. The popear schemlle will be aceepeblr to ENGINIM as ,markimf an orderly of the Work to canpleuon within any Wrilied Mamtoes and the Conrad Timm, but Nrh nomptance mil Mllher antow on ENGINEER reap bimy for the ayuemmg, snc.Alling m ppecgg of the Wok no mtedac with relive CATTfRACfOR San CONTRACTOR'S toll malwombilay therefor. CONTRACTOR'S .h I. of SMpp Dovermgg and Sample aobmimio r will be rcceptable b EIJGR4EBR es poach, a workebla .mangrove for raiewiag and procnmi,. du regaimd mbm'ON CONTRACTORh oatalule of W. will be m ptabl. to IWGINBER.O.Imm mul.bmae. ARTTCLR 3—CONTRACT DOCUMBNffi: MEIPT, AMEJ4DM, REl1RR forma 3.1. The Contmot Documents comprise tho amim agrement between OWNER and CONTRACTOR oomenmg the Work The Connect Davrnonm ere maple for by solar The Cforid desnsts shone collet ml by sll. The Centred DCCtmm pla will be Pmjod m eawrdona woN th hew of Ux ylea of dw yam 3.2, it is Uu mled of do Cmaem Documents to FxucomamAkrn�nola lalaanaaeonan a/dT'OFF00.TQILLIIa MLO1FlCAT10Na(R6Vertaa) d rba a foreborally complete prgxt (m pan theraQ to br maratrur wi aal to ...k th tlrc CamW Dacomeavis Arty Wok, malmlels or amipmmm that may maa nobly be mfermd from the Contract cuDoeommts or form painting aom or trade usaagge being r uvedto product the immoral mall awls b, fumidrd and prri al whAtcr or not spwifinelly a11M for When wordy or pl. which lave a well-known tedmical or amtmefion md.say or trade meanmag ram road to &wrib, Work, ..toils or eyoipmen4 and wards or ph. shall br i m,,aled in as stria with thal . d mofthContract ammCmn,ad by ENGINEER err provided m p..grsph 94. 3.3. Rafe.. ea Am tar@ and SyeatJfmdone f Temnieaf Snodhar, Rapwdng and Remlving Dfarepanciac 3.3,L Rafmmma to smadarda sperifrmtima, marmals or ood,s ofany talmiml xviety, agarmatim or eawciadm, or to rho Laws or Rcgulxtiom of any govmunemel authority, whether such referaee be spaific or by hnplimdon shall menu the lmmt wMard speciGmmor, manual code or Lows or Regulation, in effat at the time ofnpming ofSidg(a, on the Ed'aave Pak of de Agreement ilthere woo no Bids), except as may br af.. ,oificilly matedinthe Com.ct Do ram, 3.3.2. IC doing the prfammme of t Work. CONTRACTOR diacam any cnr iM nor, umbiguily or diwn,muy within the Cmlmn Documems or bertveen the Contract Domunanls and nmy p iaora of wry such Law or Reguladaa .a audiona l by pmpeph 6.23) mail an or mtlmnmt to the Cor mad Documenm has Irma i.W by arm of the mahods iadiated in pmpaph 35 or 3.6; povid,d howaa, that CONTRACTOR stall not b, liebl, to OWNER or RNGMER for flilme 0 rcpm any each mdlmt, b,o%Y dimepmry u lea. CONTRACTOR kl><sv a reasonably should have knowndcraC. 3.3.3. Exceptas atherwim spdfiagy monad a de Camact Doctunem+ or as may be povided by amendmea ere sopImplmr am damdo mmral by ewe ofthe metho6 make in pemgmph3.5 or 3,6. the pminiota M the Cotamct 17 m aura dull take paedana in .solving any omftat, error. ambiguity or dinnepariy between the provisions of the Contract Documema mad: 3.3.3.1. the provisions or any suds aumnln d, apedfcetim, mmmal cod, er instruction (whaher or col spdbmlly inc.M.od by reference m We Cmmrw t Docsmma), or • 0 3332. the povisiwa of airy such Iaws be Reguld'ww epph."a m the perfamalwe of the Work (otter. aA:h nn inenp-am- of dlc Rmrima of the Connect Docvmems would recall m violenm a[suoh Law a Regulation). ramlal, d hes all renpawlbilaiw IiNGWFZ'R or am Docamente. nor shall it be effective on asagn to OWNER ENGINEER or any of 6NGINEER'a ComWtanut agents or employyeweas any chary or augra ty to supervise or dlred On, turn ing or lamfommme of the Work or any dory, or authmity to undertake rcw "A" awonsiskaa will) the pbvivow o[ paregeph 9. 3 soy ether provivat of the ColamctD a a, 3A. Whenever in the Comrad Documents the tams "as adored. "as d amaed , "As required', "w nllmv mf" '. • ra mfeeau,' or e,jecuven of Idle effect car import are to darcribe a oututrement comewm re,mo, a eon of ENGWEEI2. ro the Work, a is amended tlat 'wtmema4 daocom, mvmsv or iudmnenl will be fumnhing or performance of the Work or any duly, a amhwdy to Mdermke oopmaibility wMary to the pw is ons of paragraph 9.13 or any other pwvisim of dx Cmnmctfbaments Amanting anR 6Ypp/amenNng Conand Demmaatr: 3.5, The Conrad D mott may be amerdrd to pwvih for aMuaa, deletions end reviatcals In the Wak a to modfv the terms and wMdiow tbermf in ow a mere offer, uawmg.ys: 3.5.1. e(onwl Written Amendment 3.62. a C herpy Order (rylmlw to pamgaph 10.4), or P,KDCOEI� W.COHIY110M 191a8 (19900dtia1) al aTY OF FORT MLW NS MOgFICa110N3 Ql6 V aR ram is 35.3. a Wek Chemge Cmaal,ve (pmaant b paragraph 10.1). 3.6. In addition, the requirements of the Contract I3ocunents may be euq I mented, and minor variations and dcviatiora an the Work may be audmdaed, in ane or mare of the following ways, 3.6.1. AFkkl ONer(pumlambpugmph9.5). 3.6.2. FNGINEII2's eppwal o(a Shop lhewirga Sampk (puauant ro paregnphs6 Z6 and 627), or 3.6.3, ENGINEER, written and rpreatrm at crriflmtim (pwamm b pemgaph 9.4). Ran. oID..& IT. CM4TRACfOR, old arty SubmMada or Supplier or other person or oWniatim perfa m a fmmshing AAy of the Work Mdkr A doted or 1.laect wnMct with OWNER (i) shell rot Mve or n,mare Any TMINGEE's Consultant, aad (ii) shell not reuse aly of such Dmwmga, mutations, other ducamems or cap.. An extensions of a Project m any other moim without ARTICLE "VAtt.saa ITYOFLAND.S; S'URtiURFACE AND MYSICAL CONDITIONS; REFERENCE POINTS Awil Jvy gfLanaY 4.1. OWNER a ll fumieh a indiestedn the Cmmxt Ibclmlente. the Imd6 upon which the Work is to be performed, righk.o6way and e.emaRa fw ace thereon, and aueh dha Wets whiah ens desquaekd for the la.la so f.namoal win whirla C to ommw in ne'r ion the CONTRACTOR and OWNER are wabk b ogee on in the Com m or the or the a but of . adryehnems .n the May . OWNER', a the Collect Timer hand, e remit f any dory N OW14ER'c fumdmut Rexmk tl. dain why a ensanents. CONTRACTOR etas make a de'u. Aaefw u pxmided to Articlrs I I end 12. 5 CONTRACTOR eland prwirb far ad .aboral Imela ad cent sIherao Nat may lm requved for mmpmmy comUudim fscilitias or storage of mateninls and apripnem. a.2 %nlmmj a=dPhjadcd Cm&da . 4.11. RaPom and Drammg.: Reference is made w dw Supplemadmy Cmdama s for idomfiatumol 4.2.1.1. Subnurfae Com3nmr. Thou oepms of esWlamtiau end lesitts of mb.d. mahtia.s.t or conla�guu a the e that lmve been ublimd by E4G11JEER in prefermg the Contract Dammmme: and 4 23 1 Physknl Condmosa: Thme dmwlW of phYswd ondiams an or mloti%no ex sting=tom ce aslmurface structure at or contiguous to the site (except Uncle Fadlitlm) me, have been uoliud by OMER m pmpma, tlm Contact D mawea. 4.2.2. Lhnead Re/imce by CON CRM Amhmrrzad Teclm Dam: CONTRACTOR may rely upon the genial sw umcy of In, 'nof iesl &ts' mmaumd in such reper160nd&nwngs, but s..hrels and&aw.W me not Contend Documents S.eh'tedudal &w" is identified u t11e Supplementary Conditions. Except for such mbance an suoh'mchdal &W, CONTRACTOR may net rely upon or make any claim aga6W OWNER ENGINEER or any of ENGINEEI['a Camtdmma with.,PM to: 4.22.1, the mmplelenew m such reports and dew., for CONTRACTOR. pm anno, me1ximg but not limed w, arry aspects of the metre. metho&, mcludques, seq.. and pracedurm of mrmsuction w be employe by CONTRACTOR and safety premsticru and pm,;m.,mcidmd dmmm, a 4.2.2.2. calm, &ter, imesRdmims, opinions and inImmatim owmmd in each repms or shown ce andimmd anamh drawmg%on 4.2.2.3. mry WNTRACIOR Intapretmim of or amcluti. dCawn chain any YmJnial&t.- or y rvch dean. imameamrime, opirdom a infdmarim. 4.2.3. Noted of Djorin8 Mibsurlma or Physical Comelamrs: If CONTRACTOR believe that nay subwrlhce a gqyymal wMition m a catiguma wthe cam caw u urtmeroior mvmld edher: 423.1is of such n mmm as w ceabliah the any'undmial &W on which CONTRACTOR as omitted w raly as gmidd in pamigatto 42.1 and 4.2.2 in mU i.Hy meawam,ce 4.23.2, is of such a move as to require a d mga m do CmmmL Lbmrmatl%or 4.2.3.3. Mom mmeiedy from tlat.hown or gICDC061aAN. COIAIt10h910c08(IYAEMim) 6 WaW OF FMT MWM RAMIFICATIONS(a6YUtmm isaticonal in the Cmoad Doamenls, or 4.23A. is of an unusual nature, and did m materially limn conditions admady mrowtmed teal mwall, recegmad es wheewa m work of I]. darmta pmvidrd for in the Cmabact Docummla,then CONTRACTOR shod ""ally imm 'ate! idler bccmni� imam Namf .M me fivihc dinette., oonditims dead thereby or pal r mg any Work in oonrcdim therewith (exmpt in an emui;oney as gTfitted by fam,,aph6.23e notify OWNER and DMR m wnang bmrt such malitim. CONTRACTOR shell not Imther disturb such condiaae or perform mry Work in come man therewith (except as wad receipt ofweuener&r to do x. 4.24. F INEER'r Rawaw: h'NGTNE6R will promptly review the penman conditions, determine the necemM1y, of OWNER's obtaining additimwI C%�W mor teem with named dw.ad o anadvtx OWf'llsli in whin,, with a spy to CONTRACTOR) of ENGINEER§ Burgs and condmmre. 42.5. Po. ble Comma Docunenu Charge: If ENGINEER concludes the a elansIc in the CoNmct Documents, ee, mud as a re condition that meek arc on mac of th canquies in inrapaph 4.2.3, a Work Chnnge D ant van or e Ch ge Order will N isaud as Provided in Arucle 10 to mlevt and doo men, the oms c,a.ofsu6 dvuge. 426. Possible Pace leaf T. AQumreNs: An ,nimble adjustment in the Camad Price or is the 0oasCmmart Times, ce both, will tx d or to I lion re wso ins of such uncovered or metaled codhion afar. sn mcmax or deemax in COMRACIORs con oCcebee rehe f fl fwmi;: nnerce of care Work; subjet, however, w the wlwwiry3: 4.26.1, such mtdison most meet any anew mend of the weemoses drsribd in ,e ph.4.2.3.1d..414.23.4,iruluave; 4.2.62. a change in elm Contract Daumens purmma w pma?aph 425 will not be an uomox a lami tw of .am. p'ecdenl an mti0emem w any such adjumnam; 4.2.63. with respell to Work that is paid fen on a Unit Price Tyne, any adjustment, an Cortaw Prim will be subject to the pmsiom of paragrapta9.10ad 119. and 4264. CONTRACTOR emit not b aaitlul to am adjustment in the Contract Prie a Time if. 4.216.4. 1. CONTRACTOR knew of the e.ism . of inch emdiiau at U. time CONTRACTOR made a foal commitment to OWNER in reaped of Convict price and Contact Tuna by the F • rl • L ahnsson d a bid or brmmbg bound order a negotievdcomrack or 42.6.4.2. the existence of such conch. could rcusambly have been diecoweod or mvealed . a It of any examination, imetig.lom emlwaam, test or study of to site and contiguous arms squired by to Bidding Requborecom erContrast Dmamtuts a bo antWctW or for CONTRACTOR prior a CONT CfOR's making such final cammianerrk or 42.6.4.3. CONTRACTOR failed to give the written notice within the time and asraquucd by pamgtaph 423. If OWNER scat CONTRACTOR arc amble to agree on entitlement to a as a the amount or length of any such equable a4warvent in the Contract Rua or Contract Tames, a claim may be made therefor as proided m Article I and 12. however. OWNER ENGINEER and ENOINEfiRS Cveulmcaa shall cast be liable to CONTRACTOR fn ary clalma acts. lo.. or damage sustained by CONTRACTOR on a in connection with may other project or anticipated project. U. PhaieWCondaons-Undmgrvand FiraWries. 4.3.1. 9mun orfmvoued. The infoarruak n ooddam shown or udiwtsl in the Contrast Oocomems with respect in edstirg Underground Facililica at or cenaguoe a the as, a based on idmaation and data furnished to OWNER or ENGAI6FR by the owns. of such Underground Facilities, or by mhem. Wass, it is otherwise expressly provided in the SoWlemenmry Coodttat: 4.3.1.1. OWNER aM}iNOINEER Cash run be rtapanvbk for the accuracy orcompleanees of any sash information ordeal and 4.3.1.2. The cost .fell of the following will be included in the Conan Fries end C'ONTRACfOR AWI hove full responsibility for (i) reviewing and checking all such informmmn and date, (i) [mating all Underground Fa:ilitm shown or indiaad in ice Conaazt Postunena,(iii) roardiation o[ the Worlr with tan ownau of such llnrargromd Facilities dwug ronaatcaon, and (v)rhe mfaty and poaaion o[ all such Undebroncd FamlG. nor ,raided at pamgaph 6.Dl act repe'ulg any damage therearexultmg Gam the Work, 4.32. Not V... htdicaNd• If an Underground Facility is utrcovered or mealed at or contiguous to the site which was net shown or incl.tes a to Contract Documents, CONTRACTOR shall, premmly immW�kly aft beuanuuo ewnrc tv:eoE and bettor. further Gamrbmg rxmeliham affected thereby or pelturtzg any Work to cononvtion tmmwith (excepptl a nn ema ary as requved by panalpaph623), idontfy the owns[ of such Ihateground Facility W 1 COLA.... COHIomom 191"( WEARJap W(.1tYO my mLllm Mngsurs=va txSV4noss) ggI��� wnineo maim a that owner and a OWNER and ENGINEER. ENGINEER will promptly... the UndergraiM Facility and dcuson. the event, if any, to which a change is requ6ed in the Contract not scat are cable a agree on entitemema or the Mount or length of terry, sw it ediushnem . ContractN'ia or Construct Tang CONTRACTOR any make a elute therefor as povded an Arnd. I l toot 12 H.." OWNER ENGINIM and ENGINEERS Consulates shall not be liable to CONTRACTOR for wry claims, crss, leaves m damage incurred m unstained WW CONTRACTOR on a in coutection withany eaberprejev m mnicipadpojem. Ref.orpaituas,. 44. OWNER shall povih argmeerag sways to eabliah reference punts fw construction which in ENGDMR'.s judgre m ore nece , a enable CONTRACTOR to pawed with to Work. CONTRACTOR shall be taupe Able for laying out the Work "I poact and fraurve the atabliehed refir. pouas and a the I make tun d.,. w relocation w theau the priormitenappromlof OWNER CONTRACTOR Mehl report to ENGINEER whenever any rd.. point is lost a destroyed or require relmdimt bec use of ��uu....mmruyy clmngw m goad. w Iembms and shall be ra.¢oteible fa the nceumm "hicanent or rele a nut d sash refwace pain by profewionally qualified p sumo.. 45. Aabova; 1XW, Pabolmrn, Xaamdoar Ware ter RadbacesnemWertalr 4.5.1. OWNER shall be respectable for any Asbestos, PCPs, Pruxlaun, Homrdcus Wave or wInkh as act cl a1 uruwvendi st d in Drawings which was not crown ec udlmtod ro e Corns et Spereconsto a hno%aN N the Contract kMcumaa arecent e t. su l the scope d rite Work and whichheyacedtaabtmhtel turn itpeasew al ue,O thereonllamectim with the Wank m the sae. OWNER toll ht be responsible Lt.site kin any such brought Subcontractor, to [h sae by ne CONTRACTOR, clTOR Swho. O S sus is anyone else fan whom CONTRA OR is rcspmmible. aca._m>JTanrralx sla,nimm«Gomiy-<>al,m-au Atm¢Rs-Borms,vrowsflRANCH • euaa n6an eureult aiwith-RNG]NB memilg-thermeasity f« OW'NbRt�mm.Polrlie�naheat�a-aF«lunbsuek Mmrdomu« R, li mkewar dive-eaiac-IFony: FFlconsel ;f ilshxlfnn-ba+«p,iralln. mvmeUbr4 W-sdixacNalwilk+ucl� Al" PAUPIAR Ne s 'hinaay mnaaKet4 ama..aa00otoAd',awaiflad �. (TP,tiY.rtaMkd�Nl r'..ttn J a wnl�i9'irffi naweejaia�h-«adni«N,M.aey«aaaMamtf Vlmi eon rcWereA-mfr-{er—dm-resnmlu�—er 9,.r-r-^gyre-�a%H+i,.t fA,» I r Fak-may-tic-raswn«I-,Idy-[f- OWNER aaaw and F.fJPFIatAFA{II2-aemKK�grc1-e.Hamt , if aueer d1eAmW m�F-2xrBM-flf-fln-fldfnMmOnt:-If arty, in W aksoppngaeraldrepeoia laasiiGms ombrvwhieh emaMd eilha-Wlrymay-makeaalnim-Ulera(-ax-Iwmvdwlin AAioleN+eM-}2 4.5:3: -if altar weipt of such special written -notice based -an-n-rex..omhk- heliof it i. unmk; , d,w.-umt w-rnxane suds Usk -un,kr--slwlt - :ial emditiore.than fjW_NG&may-Or,kr such Iwnim-d gn-W«k-Mn a, in.m tel n wish-v,,b hi,.r&we eaditiar or in wuh xacialxicn h, 4< fielded Gam ijn, J.k-II-OWNER-al CUM16WI'Olt Jnnml agrePn. lo9aidemml 4o— the mnaml«axllMallan Mdusmem, ilanR inC Imel p caor Contract -limes raw,k lanngcwY,-psi. r w-V!«k,-than eidw,m, kea-sla.ra4aw Ten,is-prmi in ,12 9 f rcowranea-wiMAesiab]. rot uNemled I. apply4o Asbesto PC2a "Itrolewr, Beam-_ Radaaaai - etens".4 a-rmWedaH- -heeYa 8 PJc9C0ET40W,CONO1T0181B108 p9502ddm) WOW OFFORT ODLU 8MC91FICATIOW %EV4*W) Perjamwa, Po3mmem ad UNer Bonds 51. CONTRACTOR shell faranh Perfor a. and Payment BoMe adr in an amomt at Imst equal to are Carmact Price es smuuiry fa the faithfW pcfalmelme eM payment of ell CONTRACfOR'x obl��ggaatti«s ender the Camas Dawned: T.Bandsahell.7iui""fft at lean until orn year after den dare when final payment hcmms duq except es provided aherwiss by Lawn or RegWatiom a by Use Conned mumeme CONTRACTOR shall aim Iumich such Was Bads as me requbed by tlm Suppimsemary COMitime All Bach d®II M in the farm prescribed by the C affnat Daaments Ameptable Re'vuurupg� CompaWo" as published in Cumlar 570 (9mumdLdj by the Audit SNQ Butmu d Owanmem Fmeooiril Opaetiols, US.Trmsay Dap pent All BOMB sVW by an audit must be accampaldM by a certified ropy of such interns authmry to act. 5.2, If Ih auretY on airy %M kunishd by CONTRACTOR ie declined s ba krupl or becera. bsdvem a im,igla as do buswcx is terminated in any gam where any pan of do Project islocetad a n ceases to meat dxt , quaam� d psan a mph 5 , CONTRACTOR shill within Ion days dlermBer a16LLimm arnW Bond and amity, both dwhidr mud be acceptable to OVNBR R3. Licensed Sbreda and Insuea; CaBima, of Tnmvmnce. 5.3.1. All Bends and irwumnc ragdred by the Contract Documents to be patchesd ant maimind by OWNSR a CONTRACTOR aWl be abWnW Gee surety or inava. canPa.. that are duly Gemmed a authonecd m Iha iunxdnUOn m which the Project h Ioeated to ieme Bonds or ircenanca ph. In, the limns sml covcragca so mWuM Surds orrery ant ineaso.ce curawnes shall also mat suNi additional rcyavemema ant yonlificatiom sat may bat provided in the Supplamemary Cmdifiau • 0 • 0 CONrAWTOR'aliafrfh'ry Insurance: 5.4. CONTRACTOR Mnll pwchac aM meimain such liability and other ineursme as as appropriate for the Work being performed and furnished and as will provide pontoon from Aces rat fort below which may mac our of er remlt from CONTRACrOR's pefemerme aM famieN4 of the Work and CON'TRACTOR'e ad. obligmiona under the Contract Drear cma, whdhu it is to be pafmoed m fiunvshoi by CONTRACTOR, any Subeontmna or Supplier, or by anyone directly or isdimctly enpleycd by any of Nun b paTfam a humanany of the Work , a by anyone for whore acts any of than may W liable: 5.4.1. claims under workers' acme anntier, disability beneRe and other similar onployce benefit acts; 5.4.2. claims fa damages bemuse of bodil} injury, OCCu,bor t sick. or di.ace, Of dWlh Of CONTRACTOR%cmpbyaus, 5.4.3. ch'ens for dmnngs b.. of bmlity story, ¢ekmee or deease, or de.M of any peace.her lb t CONTRACTOR's empoyee, 544.-daiam- Far -dnmnede.-imwred-try--enmwnxg penaal-vyury-lisbilityvnveage+vinelsxrc wsbmah amanby CQNItlytoleod+ahaYby-an mix-ofeuchpainby �kl aten - {fi}by-my other -pawn -fa -arty oNre-rearm 5.4.5. chime for damages Me then to the Work itsalk because of injury to or deoractom of bngible properly wherever lariat% tnemlmg Ica of use resulfingthemfram; and 5.4.6. clams for damages bemuse of bodily injury a teeth of mry poem or peance y r ues arivng out or the ram ter, mnintmvuce a x of oaY males vehicle. The polimat of inswa.oe so rmprircd by Una paragraph 5 4 to he Weaned anal maicameadsheR: 5A.7. with rested to insurance rwryirol by pamgmths 5.43 Ikwgh 5.46 inclusive oW 5,4,9,, mclude n addnioal innowle (object M any customary exclusion in reepact of pofeasional Battery). QW . ETIGINIsTilt, ENGINEER% Cocan Wrote any other persons a eraitiea id.wfiM in the supplememay Gmla erq.11 of whom Mall be listed .s additional mom mdq oral include coverage for the respective officers aM employees of nB each .d&u.l mcom&; 5.4.8mulude the t,a cifc mvmagea one be written for nol loss than the limits of liability provided In the Supplememey Caditiora or untamed by Lawn or R%alaheq whichver.,c mer; 54.9. indmi som latedopaatiosirmamamw; FJCOCOlr8 COXMTIO MOd OMEMim) w/aW OFFORT NLW h4 MCAleC&MOM eWV4aom1 5.4.10. include comeaual liability inaune. rig CONTRACTOR%' lenity bh-firm undapaegraphs6.12, 6.16 and 6.31 tlumgh 633; 5.4.11mramin a peovia ca a erdomone a that the oavaege aRtrdet will ad be cmmllal materially changed or renewal refused until at lest thirty daye prior written mantic. has been given to OWNER and CONTRACTOR and 0 each ether additional treated identified in the Srpplememey Conditions m when a certificate of i... has been named (and the rmtiflcataa of immsrcc famished by the CONTRACTOR pronoun 0 paragraph 53 2 will an Amide); 5 4.12remain in effect at lei umil final laymn a and at d14mm thereafter when CON RACCOR may be cormetiell, removing or replacing dtjacfNe Work in aecodame with paragraph 13.12; and 5.4.13, with masseur to completed o{eretiore mum.ea oad any a... coveage women on a darns -male b nis, rennin a effect (or at lead two Yens after foal paymem (and CONTRACTOR shall ftuniM OWNER and melt alrr additional insured identified yr the Supplementary Condities to whom a mrtificee of osaraae has been usual evidence ntafacmry to OWNER end any such additional maned of cetinuatien of such imurame at Real laymem me Ore year tbasco ter)t OWNh R'b L'abiflry Imuerancc: 5.5. In caMlio n to insurance reaubml to be provided CONTRACTOR under pam®nph5.4, OWNER, m , N come. may pwchaae end ..Basin at OWN®2's avp. OW R'a can liability imwmme as will precut OWNER aga'vet claims which may en. from o, am. under the Cowan Documents. Piw,dy hoar . R iRotadY inwmnee-n ahe9ilcBHheenreuM i 6,1--ieewl —..Fm—o _._..e.a,o.--..--e....�s GONTR EW, I ka—Snbmwmawa—£NGINSER, ea nn", vERnfi i an llOrts Nmi tines-axbac ,, vs-w sunnier. irMntll"err in tiles Sxm+lamamo',, , i,t own raFw1w ivald,111. mealavewn«aaaaal muneee! mdnmRba bnaa as na inawea wmanimatinsured, 343-ba wrnt a an a Rvilderi Risk- 'Al -eA"" m epw�-periiam am.n..... of 1 .poli<g-farm Al at da1Me t st1w whd..irx.mn, Wald", W.:as aemege ru f. lV....t rempamry ha,d"' ldsewade III k4h in o-rreirnN *fi.11 artama-xgnirea-aNmd llao--kdhrwian-- t'arils -I inn.--hvJrtnirg:�xoerxkd • aw,xxg«,-th«n,-rnnrinharr-nrNl-mPliviars-mvahieh wmmecenmFMahe-Work-nl-NfPekesOWNTsk 1NN1-in �n �aymf ngnm a& h. ire., r. imLeenyT .dbyOIAM& speurlaully+wluiraJlry-flu2n]a MAYer< 56:3:i«hrde extxnses irxuned-m-Ihe-repNir-ff 3. `.t.�:S,S�erdC:GiFfRf G3'9kkmlmd UeleH ",kxemallof.my-ircetr..i"aw (vrelmlirghtoml poNeeopurahexdinmwaJimx with Mims hP56 litait,", fmi,iindwhgrgax. uf..egineers_mW ��9V'Fw�] k -SN:;+I"4:xR; PrA wit' )l F;u ,l4:V;I;Rs f awkaatsmddl Wlwr Iroiwiu.u-mNiliee idai%i♦ietl S(W t'FMirmm u+.M lianl-xs diem-thxFa,x.xmgac w,.ma law-btgrnxl-rnwq«dv.n-wulry+«hm.!rand 9Qvl hill-paeF mvamgrferyncw�ml irertdedllmt-wdrmxterixLsnMegnirynmx lmvaheen &lmxgusenuaWAy-WepzrilssovareJalvre4t-A!1 bMltldPdihM-f�pRfIPBIIfRt{A�mmP1NICf1 9n�1IMI1Gfl98hId4MnigIX-pFBYLMBn3an1 WbN6Wlr>51x-rrel iurFrsaulrxer-savmenlFfMafyven entrf-xqre rywm ro vueerydweKoW-Y �irreA in a(f<et-wxil-frml tm OmrY1leMorf. uy.er4, ho-ireur mgd,,mless-o hewitai to is wrning by pWNLI�mW LLATRAfTGR-wPive-ell-righn E-1Ah0.RAt:TOR.O .,..., .,Wi-..:al tlrhry-d rNMr-xaNitiore3 e»d-xgenb {ozydl-ba«s11 dirwme, ei---i to w1umbo-mRioetae of . eroNme-been MmnSes b -r;J F-arreegNirgiwn ivwed, ,c N the periLs-wvnral sli W« ,my Mt, mrma bk 1. Um Work end; ,Mt, li. am. - im-eehlitd.,-xive all- A and midWNRRslrgll-pux dd,,Mmmiirn ,tyri«h-lmikr and mgcMxrY inwi 1a nddiwm4 propery irnurPnce g PGae: —--GNGPrtiiR ENG@IG1iRi Gn4l-Zm:h--,i34GDTURi . ..ta-a awiili wgvwrxixlk%har-ryerwrw:.e-eglit«sicWMifnd 1:ewsaml-RegulPliarcwhi.'hwillirclude Ore intaatr of :)YFiCSR; irrlle-Suppknreltlwy-Curxlniun-to-bc-limd--es i lix, Nu-mmh{roliPi�{or Nggal-i w..e .,,. dx ym xuwi� L�NG83gIil nilmmsaM xCmilar.perxm .A ba i. -l:onzof llr c. i bsa. i miA� th. mrmmryn('ardili.m haf-.lxm aty tl �nnY pony aii,. ro -the rights tt-0mnng,i,.1 dmFred.4ebwe.ni mllh li-whan cdennedaehxve«niwumhleimereemJslnll belivedxs x, mekingsuchw«iver.q«Y-lave mdxlmxmk-o[ ir,,a6l Phireneda mWiliarm FveurutF inwmrwe Fry iRn»-rumro or-nlhmwise aal peYPWBarXI- a. «qy pot iPymP;mPe.t hay n «no awoa-- oth.w.aary -w-b S112-In—di:-- _ a.m� -cviannrrthe miintaaMy�,N'kinnudaa« with mragropsSA apanst^MN N=;tR" d N I - oova.e.�gAe.-....11 d*d-�vil4-nPFbe-ewmHRFax-mWmelly BMFy._ ... i«Bwld refui umil-Pt-bna thinv-MyP' M. wIn&R-m%iuC--{1Pa-fiUtX�..m�'_ wMm..P «nifrrxle-uf nwrnrrue-Imx{,wn.srued+rgdwiN -it,,14 aenkii WR VOW FiR OM all AQ4gvmd�rma_.phYy®� __tea, pemgmlh , OWNbIis-pnM'a�yF�he�VPrk-ceured-0y, a., R 59. OWNBft atoll rwl be reapwuble fm purdmxing wl.whm«.+e.xr«I and mainmmmg my property imumtre to prdea the HaW., of OOMI'RAOTOR, Subaml a . or others 5,1 ro.Havia, kr-4x>-mmrrykW tha-W«A aothearteN-ofenyibdrarbbanu*ulNs tMtmz Pogmeor lnntlxreo6cnusa4hy:mievg NIiafa idem,a," ces�Nis�fgNmair,-11.ar-i .ia «I le»withirrw hidenu€ ldeduai4WPmw.nt.+vill Frehoma ly nxy-4wRal) -insurgo by-CAhTRA(:if Suhwnta Alwrwmnirw WWM c<mrplaal Pr jacl-m-pNrtJhas4Ay-C1WNfili wiow opmyfin... PnY'-o(-tlwm-wrsMr-property inwmrax during - ymm�F—unlim4m—purmmrN to aiw- 14,, ew,wge wilhm-Me-tin.",,..,f .:.maxpo--Md>-mw Pgm Sjgatnog perQM4e'PPd mUlnlUlrr-11 UlNMmImM931e-0WnmRpWL°.9. Wannt tO ph 14 SiWOMa-mm12=; p,,aciam14{3 eequeAv-iPmmitugdmlodn SFO.-- ]f-COh-f-b. rem ronw-0a-vwlu epecul-idM-in-llm-F .irwrmca Iia MY.-dsmoiN»-{roliq-mNvuPirredby OW'NlikKovming xP�N-s.msaNmrN�nYrn aMN� if-pmrviHe,-irnludo-adr-iruueroe; mNFiheeosl pPrxgrPph il-l-2-vlmlF-wnleimpawisianstolhe eReclllul Ikemol-xvNkrvdw M '..M ppti. mah«-wmr-of--pnym,mF+.F+rw-arid.-kxrs-Jxmxgo-« .___.�_� 1, a..s.Rf�.+m-w--.....R-...���... .. A. .a - ti�M-Jgemers-will-Mro-ne.r «^selrremm i�ef H1CLC OEhTRAL COIIDITOIA 19108 (IYN Edlim) Fd MCIFYOFFORT NLIJIBMOOIMICATIOMRItiVeRWY) N'pRA(a'1)R-.SoM.aMmctorr. tfwak dagaunMarryufthan. RmadmandA,plima. oflnaunmeeProoeaA 5.12. Any a cud lass under Ile po wire of unwmaan inured, as their imeress may ag., mbj. w the regmmane.e. of dry . liabk modgege does ad of Iaragraph 5.13. OWNER "It deposit m a ,pomt account any may se received, end ahmll distribute it in aceeedame with sach agreement ea the P.M. in imam may rude If no other aPeeial agreement is coached the re¢Iveal lied m ac [inn thereof and the Wok and Me oxt dieappOnorod by an appropnote, Charge Order or 5.13. OWNER am fiducury shall have power to adjust and awk any Ira with the ussmm umcs ere of the parties in whereat shall object in wntWmgg within fiflan days .nor the ocmnarm of lo. m OWNEM amcte of Nh power. If.6 objection no made, OWNER. fiduciary sell make mnlemenl with the inamers in..d.. wish such ageemem as the panda in memo may reach If fie such agreement smog the part. I. interest is rmchea OWNER as 6ductry tad] adjam end settle the Iota with de limos s Inrerzs4-OWN£R-az-. wiali'-shaB-give-I�wnd-to-ga proper-paRanmdweapauuhdutrea Ameptance afBondr and Tasumne4' Opd ore to Replace • Pddol ild"ou-Pmpmy I..: 5.15. If OWNER gah it aucce m areupy eausem pordon m portima of the Week prior W Sulamtul WQNOF FORT O FCOh'LYDOt8191a8O9➢a gduop W t1Cai OJIJ.rIHMCGPIGTIONS rRBY<RW% 1j Completion of all Me Wod: mch user or oCdgRmy anyy be accamplishd m acoerdatee pith p&.,m h 14.10%, povided that no moth use or onot dray shell .... before the ire. providing the pre,xerty blamer. have acknwwledged U. tlwrmf ad in wnuig eftmtd any chmga in coverage neradmld thereby The inaoren powditg the property mummer shell owturit by end m..On on the polity a polimok but the property 6muwae shill cot be mnalkd or pmaniud to tepee on .awes of aay amen panel use m occu're, ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES S.P.Mdon and Sapednrendenee: 61. CONTRACTOR shall supwile, fmpcet and ,bract the Wok rompolontly and affidemly, devoting mdh anamien dtmew and applying a h skills and expertise as may be nerremary, to pe[Wrmthe Work in eemrdaane with de Contract Momenta, CONTRACTORahall besulely nespmwble for the means. methods, Techniques, sequences and procedures of construenen but CONTRACTOR shall not be eevpnaible for the negligence arearm m the dongn m apeafimtion of a q ific dear, doodad, tcAuuqur, sequence or jameadern,of cmmwctim wMeh t shown or bdicmed in and cWmly required by the Contrast Dooam ada CONTRACTOR anal) he rapontible m use that the completed Wmk conplia accemlely with the Commit Docamems 62, CONTRACTOR shall keep on the Wok m all times ddLg 'm pew. a arvpr[mt resident oupta nda dent, wla dell ad be nepinced without carmen retire m OWNER and ENGINEER except order clremdirery aircwnalamw. Thesupairem,W wJl be CON,=OR's rgpneraimtive at the she and dal] have adamity to act m behalf of CONTRACTOR. All communnationa to am mperPmdod dell be am bodingas if given m CONTRACPOR- La6ae, MNeammrtlRgsyunmr: 63, CONTRACTOR Ball movide mmpeter, mimbly goahfid pernvael to auvry. ley out and ommned the Work as mquid by the Contact Docwnattc CONTRACTOR stall at all Ames maintain god di'm I e and ender at the sit. Except m ,karts, roguircI far the askly a poemoon of Iamonl or the Wmk ar [.,Twy at the sit Or djaeaal Tannin, and incept . othanwise indicated in the, Ounnaet riommanw, all Wok at the dot shred) be perfumed during regular workeg boars and CONTRACTOR will not permit mediae wink or the cpvlrace, of Week rn Saturday, Sunday or dry kgel bEo m .widow OWNfli's written commen t givafter prior wnben notice to ENGINEER. ro,Im�daC, 44E had. at achm m gp Work m be pZ d an Setmd�Rnv. S v. o re vm m au lice Reanlm Weekita Ada. 11 Geotechnical Engineering Report l�erracon Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado December 3, 2013 . Tenacon Project No. 20135038 • 3.2 Laboratory Testing Representative soil samples were selected for swell -consolidation testing and exhibited 0.6 to 1.1 percent compression when wetted. Samples of site soils selected for plasticity testing exhibited low to medium plasticity with liquid limits ranging from 25 to 43 and plasticity indices ranging from 5 to 21. Corrosivity testing was not completed at the time we prepared this report. Once this testing has been completed, we will provide test results under separate cover. Laboratory test results are presented in Appendix B. 3.3 Groundwater The boreholes were observed while drilling and after completion for the presence and level of groundwater. The water levels observed in the boreholes are noted on the attached boring logs, and are summarized below: Boring Number Depth to gmundwater while drilling,$ Elevation of groundwater while drilling, ft. 4984.6 1 1 17 1-2 18 4984.6 1-3 17 4984.4 2-1 17 4985.1 2-2 16 4986.4 2-3 16 4986.0 3-1 13 4989.0 3-2 13 4989.4 3-3 13.5 4988.7 These observations represent groundwater conditions at the time of the field exploration, and may not be indicative of other times or at other locations. Groundwater levels can be expected to fluctuate with varying seasonal and weather conditions, and other factors. Groundwater level fluctuations occur due to seasonal variations, amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the culverts may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. E • Responsive a Resourceful . Reliable • 69. UNesa dhenvis spaified in the Geneml ammirs Or is fillowd by war@reeding that no like, RequvemM CONTRACTOR shell famish and i swoe agidimInm or 'a -equal" item or no initiation. is full ropontibiliry r all mateials, equipment labor, I+ermihal, other items of material a or,mMant or transportation, mrnuuction apdpment and machinery, armorial Or equipment of other Suppliers may be tools, ii hermss, fueL pm. light From. teleph., water, accepted by ENGINEER arch the fUlowhg sanitary faeilitim merry beilitia, and all Cher commissaries faailitim and rrcidamis rwoesmry fa the furnishing, pe ronsame, toaiz sonnpmd oomplimordtMWak. 67.1 I. 'Dr -Equal" If in ENGINERR's ale diammon an also of mmmal or Naipmmt 4�1 QureFpJs'rl Roatimm. CONTRACTOR roopmed by CONTRACTOR is furvLaally mum candy with the Qtv's ou{chmirm onsanatims A equal m tau rand and sullmCmtly similar so that MY d [lw remlutions xro rvadx�or review in the ro clwnge in mlmW Work will be rtquirei, rt any OFF, of th, Murdad Rink haa,all,m d cwandmd by ENGRJEIiR as an ".1< d" Dwnionor Jar CityClarkamlio, item, in which cox mvww and approval of Ihm prapmod i an may, in ENGINEHRk in 642 Cmant Rmnetion, ON of an Collim ducrdioq be aceanpbdW whom compliance Rmnlo[ian I-1 j_,regi+reathatmatlicr_a n_MP__a:m with some m sll of the requimnvds for of c^man a mMnena NrtlO nha <Sme^r I^ mrf h [Mf mceptnn^R.1 ptoj%H[d submi ule man, tba amend was not made in canant kiau that bum 6.11.2 Sabib Isism' Ifin ENGINHER'amle havndas want ass Na discratlm an 'van of manorial or equipment pn,oard by CONTRACTOR dots not quaafy am 6. All materials and G equipment tall be of flood an'a<qual' item ender mbpmmgmph 63I.t it quality and new. except as odsawix provided in the will be amddmed a proposed substitute item. Consort Drmmmtc All wwrrwtes and guemouas CONTRACTOR "it submit suRcinv speoifically mHed for by iho Spealiom. doll apprrmdy information as provided below to allow wtotbe rbmefitofOWNER Ifrequirdby ENGAtiGR, ISNGINECR to Mmtmvm flat toe item ofmxNsil CONTRACTOR dull furnih mti.Mory evidm. orequipmea pOpaed is assmtidy equivalent to (iuluding mwat. of raptured casts) as b lee kid and Uwt mend ad For xccefsabls mtaiWte therefor, mosisy of materials eat tyuipnmt. All mumds ad The pmcdme for review by the ENGINEER will eq.,UO t shall M eMli aL imaged. ..Ed,mmmy molude aw following supplemmtrd in flu uxq clermd and cmditentl in omordaree with General Rammainems and . ENORJEER may istrucaas of the appfimbk Supplier, except as othmwise decide is appmpiau, nailer no ciremnstaaes povided in dw Contains Daumenrs. Requems for mview of p.pmcd mbaitule adorns of nummal or ry cal will nil be mcepld by Pmgraa SdraAslc ENCA'FFA from any. m1ar than CONTRACTOR If CONTRACTOR with. to 6.6. CONTRACTOR stall edsne to the progress furnish or use a mbstitme item of mmeriel or ainduk aasblisMd in acmdama with pe.S.,h 29 as d equipment CONTRACTOR droll firm md:e • mry be djomd from time to time as prwdd Wow: writcnit'lumtim to ENGINEER for aC.,. t1woof, cmafymg flat the romoord antistatic will 6.6A. CONTRACTOR shall mlmit to ENGINEER perform adequately ore formions and achieve the for ucceptmce (to the extent irdsio d in results oilld fa by tar parmml design, be sum Am pa h2p) propwul adjusinems in dw progress in matance to that specdkd and be mitd to the Flat will not clm,ge the Caarsd Thmrs (or tame ux as far fit 'T r, a muatim will Mileminn). Such adjuwnew roll c.nfam generally state the extrnt it any, to which tar eveluatlon to the gogom xhedule then in arras and addtional ly and uomu ia, of the proposd wmtimta will will comply wits mmryry provision of m, Gmml m Requrre nnn eppliu,b o tM, w prejudice COMPACTOR'. adrionscm of Substantial Completion on time, w1wdor or not acceptance of tlw mbsumte far use in the Work 6.62, will mquire a e in say of the Cmhect tot will clmrge the Convect Timm (or MClemones) Dommma (or i prwrsiore of any other sMRbembmital iaccroanewiththamquirements mass emoted with OWNER fa work m dot of paragraph 121. Such adjusmtmw may only W Project) to adapt the desgn to the proposd made by a [MongseiOrder a Written AmeMmmt inbstram and wbmhx or not i,mohparatims a ua ce aordan, wah Amck 12. of the substrate in oinnool with W Work is mhjat to payment of any Fireman fa or royalty. V. SabmMatea and 10;,A a 11 It., All variation ofthe p vpmed substkum from slat speufid will be imitated n 11. aEplication and 63A, Va awi,a, m aan of muorim or equipment is available meintmmca, rapab ad MImis art speeifid or dexribd in the Contract Dacmemm by xmice will be idkaW, The application will using the reme of a pmpridary item Or dw more of a elm conain an demo d eaimak of all cram a particular Suppler, the spaifamtam Or dasaipuon is credits than; will resat dually or i dimctly from kdd to eamblish the type, fmmtim ad quality amcpance of arch subarduk, including curls of required. Unkss flw speafimum or des+il tion mlmign and damns of other owed.. eRecterl PJCDCOFNFORT M.IA M MCAMaaa EMV 12 w/OTYOFFORTCOI.IJIHMGOIFlCaTIOM(aRVaRWa) • by the rearEh� change, ell of whirh will be caaideced by NCIIEQt m evekuwg 0rc mbatimte. QJG[N66R may m�luve GTGA to burtiah eddiiiarel dam be an do pwmsd subeimte. 6. ,ide by CON RACTOpz in All daN b be provided by CONTRACTOR N supped of any CONTRA l"or subafimem le ilwill he et CONTRACTOR. exPmec. 67.2. Sub.Wmte Caurnmtwn Method, or Proevdmes: ff a .ss�peccific meaty, mtlFaiq wchdque. ,ua+ryryence m pecednre of cmeshucdml is shown or i sated in and c.VmWy raluimd by 0se Conlmcf Docu rorA CONTRACTOR may bmish a udgm n substitute .c method, =.quc, seq.. or w to 673.Eng01ro✓a Evaluo on: ENGINEER will be .U=W a rmwnble time within which w evaluw ench prapoeel or mhmiml made pmmurd to evil by either a Change Order or an epfaoved Shop Rnwirp. OWNER may req.. CONTRACTOR In BNosh a CONTRACTOR. eq.. a spmial perfomhema gwrmm or aiwr • surely with r Vein to my 'm qual- or substi e. ENGINEER WI rani lime unuued ENGINEER and ENGINEER. Coreollams in evaluaTung sumlituta propmed n submitted by CONTRACTOR pNsuv[ w pam®aphs 67.1.2 ab 6.7.2 and in making changes W the Conuaci Dacumam (a in tk pwisions of my oiha dirt ."d with oWNER finr wml: an Inn Project) ocrosionod tlletebv. Whether nr nm ENGINEER gA. Comoerm ag S &onnaaam, 9m,llea and Olhees: 6.8.8. CONTRACTOR fall not employ mry SubmMrscmr. Snpphar or dherperson or a�nvea. (includ'vig dwee omopt.W. w OWNER aM ENGAIEQL as ildicxtM W parogmp56.8 2] whmh. udbellyy a es a'n 't, ageirm when O a ENGRJEER may have r..blo ooyb��echan, CONTRACTOR shall rmf be nn,. w employ any Subcowamor.s hppp molhepesonarcrj,.Uon In furnish or pmf v any of the We& apuma when CONTRACTOR has rwwreble abjection. BJOD000NCItALCO TJ01619104(19 Mo.) Was M FORT MLLIMMOMFICRTIONS nUW4n W) 0 4hYa GGNTRACI'GR aMl fam wt i. dwn 20 pEranl oL k wndh bew wreaw evece of which meals non less Ihm 20 namN mu of the Ced P.1.4 6 8.2. Eiddin iloalmenk regime the Identify of a.110N Slbcrnvreaa S. nr Nawls on P. or .f,w.tiaw (ire1Ming thac M. am w fmlush the pnrohpal items of mamial, or epipnnn) N be submmed w OWNER Red m)` 4 13 612. CONTRACTOR deli be solely re�ormNe for achWu6ng ead aewdinntg the Work of SuboommdR, Suppliers end wlw peswm end Work under perdirect am ifmalmueldclmg anymtowith tihth CONTRACTOR CONTRACTOR dull e myim all Snb urala.a Supp1as and a A lost my of the Work W cos pmfmnWg o limNGIN airy of the Wok t. CONTRACTOR k with dta ENGINEER duoagls CONTRACTOR 6.10. Thedivivans and se'vmo oflhe Speoifiwtiom and the idarufiwtiow of anyy Dmwinp dell not cannot CONTRACTOR in In,: th Wok amotg Sabemtrmtone m SuPpliars or dclinew ing the Work an be pdormed by any=1 trade. 6.1L All Work perfotmcd for CONTRACTOR by a Subconnotor or Supplier will be furroant W an appoprinte ngrwmeat betwew CONTRACTOR wall the Submnuaarr or Supplier whirl s mifimtly bind the Subcontmcttr or Supplio to the npplimble tetras and eorditions of the Caramel Mcuments for the bemfit of OIVNERami LWOrNF,BR. Wherawernnysuohagrement is-with-n-Subonnncwr or-Suppber wle u-liskd-ns-nn padaMditgiorml heard on the prgkny-inasmme poaadrd-in n69NFRi TAR�rs S.F.-du-nGreatwnt--WiP'l ilk nd-fa.4kdw-wll vervain -all nobs sc-Sate bCONTwqm CONTRACTOR ..ova:-="-; �"- - _ 'd all fn .ddvu.ER-EN6r..Il -� ballmms eM all ude addia,nut-oform-faral-ftob a-ntvfdto er&ut,romd1, .mrl by 'd pfiabs-mreau ad arr pro erl ddmpu,photbl try smitpolkieseMl way dhrpntparty iriatmmaappliwblelo Nk-Wtomr— 4rvoiretvers-ar-xny wch-peliei000,oftry ymmtowaiva R-AG oM-x Kd{'y=UffMnMmdOrd &Ipptiar, Powu Fttaaad Roplain, 6.12, CONTRACTOR dull pay all licwc few and roymnw and .e all ants taddam to the mu in the prbrmartce.fthe Work or the ima rpmtion in the Wok day Invomnow, devys procea, product or device which u the sahjon aFpakm rights or mpynghte held by caherx If a prtictdm Itnenitm, do ip, Mown iaodact or dwsw is waoified in dk Cmtmcl Dmummm for ma in the use na fee re of be To the H1L(AW0V6ALLCONQ'RO M1FrCAn0M(Riw0 l4 w/CINOFFO0.T mLllPBMLO1FlCaT10Na taaV<RtW) Pe md - 613. Unlen aduawiea gprwided in de Supplemanto Cmditionx CONTRACTOR dull obhin mA per for .II wrdr alm pamils and li'avesOWNER shall amst CONTRACTOR, avhmromboar,. s obmirritg and prods and Brno MNTRACTOR shall py all peammmeal chmgw and inspection foes necessary for the prosemltion of the W«k which me %Vlewbk at the me of opening of Bid, or, if there are no Bid, on the lhct Eive Dek of UK Aprtemem. CONTRACTOR dull Pay all 'hags of Utility owners free eanneco v an the Work, and OWNER ahll pay ail dsmgw of aurh Willy corms for mpiml corn related than. such as plant m.donern few. $]$ LasrraudRegrrWnwn: 6.14.1. CONTRACTOR ahall give all nctims and oompl eeggwith all Laws and Regulative and! ponfir... of the Woadffpptliwble to wham otherwi a oaprnaly r,..ad by aWhoadd. laws and ftuktiwu, ndthw OWNER nor ENGINEER shall be rmpmmbk for moedmrirtg CONTRACTORS comphanoe with any Lam ar Regulaiovee. 6.14.2. Ir CONTRACTOR pbbrana any WMk know Wg w having own to know tlut it o mraby to Lawn m Ea'ar lira, CONTRACTOR ahg beer all claimx costa In. and da arges wusM by. ariaim out of ar m.du g therefiam; howwn, itimll not be CONTRACTOR'S laimuy rospmvbility to make card. that the Spa wnmsaed witgs are in acmtdance with Lawn and Reg rbabb, but gnk shell not relieve CONTRACTOR of CONTRACTOR's obligation Imder pawl ruph 3.3.2. Taan: 6,15. CONTRACTOR doll pry all salsa manner. um and otter entity maw nopoid W In ad by CONTRACTOR in sxor&. with We laws and Repub6ans of the plam of doe Project whirl are applic dd, dtmegihe perfa mama of the Wok. 6.13.1. OWNER'' armor Tram Colnbdo Smm and nown. no My_Ilmt -MO N Ursa ai I Irr-TEM DemrtmmtofRevamk Sate Camel Arent • 0 • Ll 0 Sales, past Use Tam fix that, Slate of Colm.dD. 1m 1 a mmaam sal b ¢ Colorndc and am vwlvdM in the CediGanon d E All aeol'mble Sales and lke Terra (ncludira State and ¢ad L ateriala vela c llaa r e _ included in N Mij by bitl items. Use of an ndrea.' camrmmio sent and the I and mass riysbd-way. permits Wd ememems, and dmll not umeawmbly We the premiers with emmmucbon equipm at W other naturals or equipneon. CONTRACTOR shall assume full responsibility for any damage to any such Ind or areaor to the owner or from the peramanntt of ga Work. SMuld cry clew be made M erry such owrcr W occupant bewum of gm peaWmmae oftM W Wk, CONTRACTOR shall prompgY ode wiN such atom parry ty ny tiation m othmwiu «solve the claim try mbitmgo a other d'epuk revlunon ester' ing a a law. w, ad RC]'OR doll, to the y and hold pmintkd by NE old RCgYlalm119. ENGINEER'. Cormihold hannlnal OWN13R, Iy . mEr u FIIJGRyed b, any of to asfr mrymm,agY 11 maim, y employed by any of them from and agora all claimer it, losses and damn. less] or Namable. out of taring from aA}' climhonaim W oeupnLL ed hen OWNER ENGINEER a nary doer party indemnified lromurOR! m dm emes mtuW byy W Msed upon CONTRAC'fOR4pmformmo ofnce Wak 6.19. Dtuim the pm,,ress of the Wmk CONTRACTOR shall keep the premises Go farm mcmnula4ms of woac namida rubbish aM other debris msultilalgg from the Work, At the completion of the Work CANIRAC'TOR slmll remove aR sate mstands. rubbish cad debt. from and about the prem.a as well as all tads, " tierce' eOlanndion NWmnent old moehlrem it Mrs. 6A8. CONTRACTOR shag rmtlaadnor permit my part of my structure to be I.dad in danary uo. that will enrger the suuaune. ma shall CONTRACTOR subjai my pint of gm Work or adjacent proem to mina or preemcs that Will erdmger 9. ReordDocammn ElCpcoCNHIUL cOMllDatd 19t W It99JHdtiuJ 619. CONTRACTOR shell mormin m a safe plain m the site min road copy of all Drawings, Speea ahem, Addenda, Written Amendmems. Chace Orders, Work Chinni, Directives, Field Orders ad weatm mourpremm. and cL.M.b. (i eaml possums to p ragmph 9,4) in good order and anonted to how all dirge made dwutg m hncmon The. record o arma., ogednm with erg approved Samplev and a rume�art of all mprwed Slop Dnwitw will be waileble m ENGINEER fa reference. Upon aunplaimi .of the Work and an W relate of mast avmera germ need dowmaM. Samples ..it Shop Drawings will be dclivcrd roRNGRJEER for OWNER. s4foamd.lonimLam: 6,20. CONTRACTOR droll be malwmible for initianty moimainiig and mpavisitp all salary preaauhms and pragrams in c 6mi with the Work. CONTRACTOR slag take all mamary procautiaw fin the safety of and still Tawas the nocasary pomcrm to pmventdamage. injury m know. 6.201. all parsons an the Work sib or who may be affected by the Work. 6.20.2 all the Work and materials and eWiptu m to Is, htcmpmaled (farms, whether in amage m or off the sat, and 6.20.3. Whet pmpeny in the site or adjacent therew, including tree; shmbs, lower, wags, pavemems, madwaya muaures o hies .10 Umletgrom i Facilm. not designated for removal, releation or mo.eemem m tie course of cmmtruction. CONTRACTOR shall comply with ad applumble Law. and hapilations of my pubhe body hmingjursdiction for earety of persons or pmpmty or to pram them Ginn damvgq mJusY a lass; Kid QCaf nmmtlBsonall remsessary CONTRACTOR dell mnfy awmn mb Nedjamrm Wfarty and of U1117 and Facilmes and Wdiry w— wfcn o w . oP the Work may allot gem. and doll mmooppeennt�e with them in the premium , ...I, relocation andrrylaoment of their property. Ag damage, injury m tom to is, pmop�earryry millumal 0 in pmagmphs6202 a 620.3 aused, dnectly orms neatly, in whole or m part, by d prmeem. of the Wale shall emfnme until north hro te uall tlw Wakus pleWand ENGR4EERheni Ma truce W OWNER aW CONTRACTOR in accordane pupecs ropval by pam&mph 626. The tmmhem with paregnph 14.13thet the Weak u arexpmble(omept as afoul Sample to be sobmmd wall be an speafied in orhmvise expressly provided im mrmoction with the Speoifiabom. Substantial Conple6cm). 62t. Softly Reprmeamtlpe CONTRACTOR shall dem,ate a qualifid aml �m000d safetymXpeare rve at the site whose duties d res(umsibiliuc shall be the paention ofaccicWte and the ...mane* and supervamg of mfery p..tiom end prngrema Hazard Comeouniadea ll,ograss, 6,22. CONTRACTOR shall he ompo mlble for madinating any exc"a ofinetaial mfery dam share a other haamd communication information required to be male available re or emhmgd between or among employers at the site ut moordeme with Laws or Regulaums Pmarsandaa., 623. In annoWnt ies affecting the mfery or protection of persona or the Weak or property at the site or ad).., dmeto, CONTRACTOR without spcial bawntsem or autheaimtion from OWNER or ENGINEER uabb�led to act to proem Untanned damaeggee injury or loss. CONTRACTOR shall give ENGINEER Fornpt wnuoi notice if CONTRACTOR believes that any significant tluae. in the Wok os vmiatica Ram the Contract Dom earms have ban caused thereby. If ENGINEER demmims that a ch ew in we Conhact Documents is required because of the action taken by CONTRACTOR m mrpmee to such an emargmay, a Wodc Charge Directive ce Change Order will be issued to dmmnart the ansegttmnes dsuch action 62A Shop lhmvugs and3areWfa 6.24.1. CONTRACTOR dell mbmu Shop Ihawingv W ENGINEER for minor and apral in accordance with the accepted dmdul. of Shop Drawings and Sample submiads (se pare h29). AO submittals will ba idoMifid ne ENOINEIX may rep ion and in the number of copies sparifid m sh General Requvanenm. The dam shown on the Shop DrewinRs will be canpleu with respxct to quandtia& dimeroi no, speeifiW perfotmarne aml hdSo coterie, materials aril ahniWr done W show ENGtlu m:denala and equipmem CONTRACTOR propmel to provide and to enable ENGINEER to mvtew the information for the limited pvpoms repairer] by paregreph 626. 6.24.2. CONTRACTOR shall also Wb ft Samples W ENGINEER for review and approval in eecordvtce with said erceptd echdde of Shop fhuwiters and Semple subminah. Each Sample will be idemifid clearly as to material, Supplier, partizan dew such m atalcg nmob. and the tic for Which attended real atlterwi. as ENGINEER mey requim to amble ENGINEER W review the submittal for the i m on! 16 ;QjWjIFURT OJILrBMCO1FlCaTlO[14(R6V4RNa) 625 &almof dPmcedaw: 625f. Before sulam g aah Shop Dram a Sample, CONTRACTOR shall have detetm=d verefrd. 6.25.1.1. all field meaamemali, Quotuues dtmenslnns, spreiled poformemo mtma, immllavon negenameotq materials, villa* numbers and similar information with report thereto, 625.1.2all materials with reelect W meneld tun. febricmion, shippim Mrehog, a, resembly and inamllation pvmming to ft performance oftbe Work. ad 6.25.1.3. all mfixte.onn rewnve to CONTRACTOR', sole reegomil ili ies in repeat of mmrev, method% toobto oes sn,monss and pecedume demamuctbn and mfery peamian oral progmn s imihm Isere W. CONTRACTOR shill also have re iawd and mndhmted ach Slop Dmwug or Semple with other Shop Drewirgp and Samples and d with She requiremors of do Work and the Contract noonmema 625.2. Ruch suMrmall will bars a smmvp m specific wridm itediation that CONTRACTOR hs ami lad CONTRACTOR', oMipuora Imda the Commd Domt . with reaped to CONTRACTOR'. nwiew and approval of that submittal. 6.253. At the time of each submiaioa CONTRACTOR shall give ENGINEER medfie written notion of such vanauem, if ants', thathe Shop Drew or Sample submitted may have Ron the not enm of the Contred Domemetes, such ratite an be in a written ormmuniation aepamm Men the submittal. end in addhioa sholl .use a specific artmon to be moth on each Shop Drewbg aM Sample aubnittal W ENGINEER for renew anal approval ofachsuch variation 626 ENGINI3R will review and approve Shop Iha aMSa.0 Sample bremnithemhedulay ENGINEER EER ass and bypm aWh29s accepts by INGMRER ea regtrird be only to her INGRJdem's review eelapproval wti al wito aftermimiftheitem mverpo by the he WmJr, will, to ie informs a maVlpoN40M1 N the WON, conform to the informe[ion F+ven m the Cromwell Documents and be compatible with the deign concept of the conplded Project as a Rommenug whole as mdtatd by the Centred Daumenw. ENGINEER's review end epptwal will not aced to moron, methods, technique, eq... or poodures of mnmucfim (a<eept where a particular enema, method tohnique, sequence or freestone ar 0 1• • 0 mre4uainn is spmihmliy ad expressly railed far by the Cormed Doamene) or w vfety pmmutiom a prcgmms uwidmt kerek. The review end epprwel of e a k item as inch will twt indicate CONTRACTOR of the avembly in which the item nea by E INEE RAm an ahati make m modns bar of by ENGINEER, ad pall Mum ga capu it number mew Smdlea airline Shop Dmwu4pand CONTRACTOR ss required new Sect for review and riling to CONTRACTOR shall deed gieide eaadimin writing y ENOINw other then the cttala, our mild fa by SNOINEEt at laevicus sumndmis. 6.27. ENGINEER'. w and eppmvd of SMm Dewing a Samples ahall not ad. COMRACf0 VGINRER's own. to time of arfvnimion os and IMGMEIR he. g such .,an. by a ape orpomnd in orwomal ay Ic nVM`vnl; ear won any 5.2& Wlim a Slurp DrawiM or Sample is re luked by dte Corinna Daotea a or dse adidule of SS1lrocpp Drawing and Sample submiarions accepted by ENGR MMa as roquud byy ��rraapgeaph 2.9, any related Work pMamed ,nor b ENGMmpR a rswiow uM',ewal a the P°aiaaa su(mitml will be at the sole ermenw aM respawMtity of CONTRACTOR Coard adnglbe Work: 620 CONTRACTOR shell non the Work end ahem to the progressschedule doing all disp a. a dimgmmneatewith OWNER. No Work pmli be keyed a ddtamggeeamenes except aspermittepermittedby paragraph I5.5 a so OWMiR and CONTRACTOR may adrorwtx agree in wrh i g. M CDAT A 'GR'a General W 0, and GLaMifec 630.1. CONTRACTOR warmN.s and gmuankes to OWNER ENGINEER and ENGINEER. Carwlmms tint of Work wig be in acwNem , with the Comma Commune ad will not W d iii.b e. CONTRACTORS wartemy end gwmmae h reudor exclude defects a darnoga mush by: 6.30.1.1, wim , matiGcation a improper malhtanerce a operation by passe amar Dun CONTRACTOR Subroniractaa or Suppliers; a 6,30.1.2normal wear and nor amder normal tong. 6.30.2. CONTRACTOR§ obligeron to perform amp wmplen the Work in araadtmz with the Cowered Documents shell be abadun. None of the following will oawmoor an suer on c of Work that is not in wIaW0FF0RT W W.IMMMHCaM0NS IR6Y4n" econedwo, with the Contend Damnerus or a .1. of CONTR:101Vs abli�lim to arfam Ui Work in amordena with 0e Cw+ma Camm.N'. 6.30.2.1. oleavatiorsby ENOIMiER; 6.3022, reocmmedatim of any pogrea or fined payment by ENGMEC•R; 6.30.2.3. the ivuarus of a anifrab of Sulmentid Camppkeron or any' payment by OWNER W CONTRACTOR uncle era Coatrad Doe mares 6.3024 vain ay oftleWodorwy pan thereof by OWNER; 6302.5, any eccepmncc by OWNER orany fadum to do so; 630.24 any review end approval of a Shop Drowini or Sample mbraiaal or the instance of a rofice of acmptebility, by ENGINEER pmraunm bpanagrayh 14.73; 6,302.7. any unification, on or approval by Wire: err 6,30.28. anyoureeEon of uific(ive Work by OWNER Iadammljimpm: 631 3'o the tallest extardVALand by Laws and Relpdationi CONTRACTOR dull imkmbily she held hart v OWNER, ENGINE'HR, ENGINERR's Comedians cad the offers, dvedors, employees, egend and other onnardent, of mob and any of there from and agmmt ell dome, toad, In. and damages (ucludin , but rot binned to. all Icon and chanam of ermmmra bumble to bodily imury, sickams, disease or to injury m or destruction of nniable property a the Work iteclo, maluding the tom of use handam, and Oil o onowd inwhile a in inn ta any cngd or 6.32. in any ad ell cmims agirm OWNER re ENGINEER or eny of fheu res tive d lwm. agmts, mar., diviners or employees by awry employee (or the survivor or Trained mpmmmdvu of such anploym) of CONTRACTOR arty Subro nmaa. my Supplier, emy person or orptdmtien dueetly or indrectly employed by 17 any or them ton'edam or famish mry of Ne Weak ea provistas for the berefit of CONTRACTOR W said • any.. for whose use, any of them may be lislk the docca contmcis betwmn OWNER and and Wifity owrtem indoemifiention obligation under pamgmph 631 amn not and other rommcWm be limltest in any w.y by .my lhmmu.. site amount as %m pe of domegm, coperention or benefiW a payable by G CONTRACTOR or any soot Subcentataa, Supplier or ether S.. a rgemmt.m order wmkas' mnprnetian amablhry'bteasm done anplga bete u�eta 633 The indemnification obl4as of CONRACTOR ante pa�a®eph 631 shall rot wend to the liability of ENGINEER end ENGMEEWs Cmtwltams, of6ms, diremoss employee or agenda ansd by the pwfeaaohnl regligcna, moss a an>onas of aq• ofthan. Sh oaf of Obligation, 6.34, All rep, .NtioM isdemNGcmiors, wanurne. with the Commot mine is, as wo von in acard.cc with Jon Comma Do in th, a wall ere eallu codnuing sorvrv4are ilia.. in the Cmm.a Daumenr, will Work final peymcnt, ,ostpl i. of asapmna of the Wok ad tesmire4m m comple4on of the Agreement. ARTICLE 7--OTMM WORK Rdmed Wimd aM. OWNER may am Ma work related In8se at the site by VWR Ms own [woes, or let alter essmmaa Naefa whch shell contain Geneed ore similar to them, or have other weak performed ty ovner, If the feet that suet other wok w to be led w.a not nosed in NC Commed D0.1r1'mt$ Nee'. on nation thereof will be Vero In CONTRACTOR m siartrrgg any .6 odur work and NTR 07 may make a cWum therefor a d in Ar4cles I 1 ad 12 if CONTRACTOR betimes metros 7.2. who is may be inquired r others work h The duffs enhd bili4a of CONTRACTOR under flue rma®afh art lathe btm6lof..b Wilily avxrs snd ather mmsactxs to the wed that there as comparable PJCD000hRdL CtlN01TONs 1910JI (1f50EMird Ig WrsTYOFFO0.TQN.tJIBMOMFIGTON4p6YeRDl9) 73. If the proper eaemtion or ratohs W any fart of CONTRACTOR'. Work uuppoonn wade ppeerrformed by others under thes Atti 7, IONTRACTOR shell inmssppeect nmh other work ad panptly rrcryMvt to ENGNEER W wrtir4; any delay; defxty a ddiciamie in such other work thm render it umv.il.bk or unnui fun the proper cxe uiim and results of CONTRACTORk Wank. CONTRACTOR's fadum . to repot will .nufim a an acceptanre of such other work as fit and proper for Wscloomm with CONTRACTOR's Work except for latent or nmmppamtt demon and deffofemia in such other work. 7.4. If OWNER contracts with others for the pIacTrfeamanes of .her work on th Reje s at the an, No fe=M8 will be sot forth in Sppl.i.Wry Cadbiam: 74.1the pas., firm a exportation who will leave avthady and re t��Wity for sad refs. of the mdivdks arras the vmioe prime contractors will be identified, 74.2the specific masers In be covered by such eulharky.M responeubildy will be itcniae; and 7.4.1 the sent of on Mveriry mod tergm ibiGtie wit l be provide. Unless otherwise prmide to the Supplementary Condition, OWNER shall have sole msthxity and neponsibiliry in respect of such roodwata . ARTICLE 8.1. B.gt as otherwite provided in that. 0.1 Cohditios, OWNER shalt tau. en ccmhmumatias W CONTRACTOR through ENGINEER 8.2, In ate of termmedon of the emptoymcnt or ENGMEER, OWNER Ball misoim an mgoeer -a-, why status under the Camara Docamehm atoll b. Rent ofthe forma ENGINEER 8.3. OWNER dean A=ish the dam em sired W OWNER undm the Cmaract Tb.m.e, promptly and shall make paymems so CONTRACTOR promptly when they me due ens provided to pam,Wfv, 144 rend 14,13. 84 OWNER's dales in respect of pmoing lands end easements turd pm,.ft er mowing surveys to semb ish reference fonts ere set foM in pamgmphe 4.1 and 44, Peralpapb4.2 refers on OWNER'e tdcmifymg and make, m.ilable to CONTRACTOR oo i. of reports of egsbmtions and usts W subsu faeo conddwn at the site and drawings of pl sial oaditio s W otiring _ J 9 I• • 0 suminme at or mni'mes ode Ale mot We been mime) by ENGINEM in prei m ai Convect Documema mxi-memle - re-wt 86 OWNER m oblignted to execute Chmtge Orders m motioned onpmagaph 10.4. 8.7. OWNER'S responsibility in «spaat of cumin mquou.ne, new read eppmemle ie sm kM in peragaph 13.4. 8.8. In commoon with OWNER%dgk to flop Work ar suspend Work we patewfaMu 13.10 am 15.1. Paragraph 15.2 dm6 with OVWINNEER'S right Ire mrmbute san'ices of CONT RACTOR suds armin cucumsm rams. 8.9. TM OWNER "I not spunise, dims m have canonical or authority over, our to mapareible fen, CONTRACTORS morns, mU}iody mahout. , sequatas or procedures of ountrudim or die eafety jrommons and pmgams madam thurt, or for any failure of CONTRACTOR to camplY with Leave and ReguIm emos�dI cattle to the fmniehirg or oMmmm00 0f the Work t5141JE12 "I not be bk fen CONTRACIORS failure to perform or Puma% th Work in accordance, with the Camara Datmeem, &]O—OWNGR'a nopenaibiNq-in-respect of-ondiselosed W tarn ei ageoph revereder mealcl rat the aitrc netTarlh vtgemgnph-0S xJ-I—lfnnd te+ho-esamt(-VXNER-Ineagaad+o-famish I—fwreiei n�rtn�nlge�mernla���mado--k>—m�s ARTICLE 9 ENGINEERT STATUS DURING CONMUCI'ION OIi M'sReoresenmelve 9.1. ENGINEER will be OWNER's repwarmotive during the camuamon penod. The dutim and respownliCn end the bmintiom of amenity of 110iGINEER m OWNER'S repwound i.ve dwmg mmtructim am, vet forth bt the Contract Dommms and don not be aaaded willed writkn cement of OW - md]]NGINF5R ware te suer. 01. RNGINEERwill make visits to de von at intervals eppa{n to to the various singes of ovuuuaimt as ENGINEER dean nmmm, m order to observe as an cpmimmd and q�elified design p dfasimal the progress PJCCL O@tmlN. COMllTt Ord 1910e (1990 Bddm) w/411V OFFORTNW4ti4N�ImCgTIONShcaY4Reaa) en made and the quality of de various agrcm RACTORS eaeooted Work Based at t obtained during amh .it. ead obwrvmioru, R will mol for the benefit of OWNER to m if the Work w m w' the Contact lhcmnema. �WGINEER m uirad to make eahau9ive or mnimrous on- .iam to clack die quality or qumfity of tan NGIM ER , etfons will be directed mwerd br OWNER a &rmdegree of cmfidewe tbnt mod Work andtm conform gerwnllY to the mumm a On th bade of ena visite mnd on- vation% ENGINEER will low OWNER NE pregres eFtree Workark will ENGINEERS NHR against bfedroa Work. ENGINEERe onalte INEM.au are su ad p all the m ENOMEFIR'e authority aM resTmdbilgy nmtmaon, dmmg or m a mans 0 bNGlnibmt m3ac visas or observations of CONTRACTOR% Work ENGINEER will not Supervise, dims, mrmol or have anJwrity over or be mpowiblc far CONTRACTORS menu, metlwb, twltmgwo sequences a prowdame of aneprantimm, or the mkt, outim and pm®uma I ncident dwvao. or for any failue of CONTRACTOR to comply with Laws and Regutm. ."liable to the gudslmg w performarrc of Ne Work. Projed R,w.d tl 9.3. If OWNER and INGnMR agee. ENGINEER wad Iornam a Enamor, prjet RepresNative m mad ENGINEER in povidi%more oonurnme deuvntion of the Work The reepmvbihbas and tamarity end notion. meaner of any moh Rundcnt Pr jeat Rgaeammtive and most me will ere m fiwidaf pemgaphs 9.3 and 9.13-e.44,4hgupplwewmq Gangddi"tame of dnew IGpenual ConditionsIfIf OWNER OWNER�etdemetewM at, vINGe or INEER'e Cormism. 19 20 xhulule And ieher mW.I. meAnEd M the COMRACTOR erd t wsin the F3JGRJEER m«onine nc«ntnbility. m with CONTRACTOR eueu and oerrn«s rd , c crcnc« a amam and GI[Gulok wo ar ofminules d'meeWcs 932.3.1 S'ervc ar ENGINEER'S lix aM with COMMCI'OR. w im mmmliv Waueh COMRACTOR'S suo nnlan a to mm the CONTRACTOR In u denomMm McCmtrect Dacumenk. 43232 A_iaz noMaiAtmatl OWNER addidoml dmils or iMorm anon when recto and faaoocr <x«utinn ol'Ihe WOIx. 9.32,33 "•sea gP CONTRACTOR of the mmmwovnmt of am Wak wnrbm a 129wh1¢ a mmde-wisaigdr! the submission hea dQ! besn noaovad)rvthe ENGINEER 9.3.2.<.ReviewR<icw, of DefAdive Wah Inmectiom and TaU - 9.i.2.41. Coaluet onste dxervnb m of Om Wmk in omo� to essin the ENO in dalerminir�_-Ihet the Wa iAA aoceedm¢ m 9.324.2. Re" to the ENOU4M hye beliveMitt the Woalty a defective a dom mi rmdam rc vn Camvtl uvanmis a hu been demaQ a dace not meet dte ream«mmk of env 'moectiom tees 01 amp u and he merle' atd eAA,Aldadv «Me G6RR EN Mwhan he beliwm w«k should be carenetl a rejected « eMON h uncmcrcd for oh rention o ciel tcg . ireordionar rotxwel� 932d3 Accommm v'sitirm Mmenors renre«mum ma other a'¢enc e. mt_v_l �ctim Ott am enA r onl u. o- Its of Mem Mapes um. nM__ report to_ the 1cNWNEFR 9325 haemaerekon Of Ca Dsumem6 Renat to hMDUER when ogrifkeuoro end imaracktwre of the Camap Dxumaaa orc needed aM kammit o CONTRACTOR elaiR Afim and ' tien oL the COrAec[ D«wnatk as by the 93.26. Modifications. Consider and evduak wmneare fit P.At)COENFAAI. C0b01T10l6 m10.e119eeEMim) v/pTY OFF00.TlDL1AFHMGDIFI('ATIOA9(R6V</taW) motliR«tim in Dmwin or S ifcatia and Now Ibm 6 d«mauuw 9.3.27. Recoils Y; > w: na yfag L.0 ., ._'ir�maJrrdirr3u!ha aee yt O• •.•a .l le: i �a U :: N�e i..• • 171 • F,NCTIJRER. noting particularly the relationship of requirememn Of the Contact Documents (N the form of Ihc.p4Ymeal_mWf90—W-Re-Kh£dld4'_o(_men% Dromep, or otherwise) as ENGINEER may delemine work un teed mid mntaiml "I'd nmm� rmcvsnry, wluJhdmll be waismrt wiNthemtent ofand do sere set the site but nd inc_or2metW_m the reawmbty meable limn the Cmtmet Dmomeme. Such Work. tenmm clarifications and imuce atiaa will be boding om OWNER and CONTRACTOR If OWNER m 93210 Cemddm CONTRACTOR belnnm that a wntkn clonfietion m imemotatim jumifies an djuameent in ahc Convect Price 9.3.2.10E Before BNGENEHR iswhe or to Centered Tunas and the prow we unable to el;rcc Can ate of Su& �annaImon m( a to the amount or ca. dmmS if any, OWNER or W CONTRACTOR a list of dne vea items CONTRACTOR may make a women claim tbede as neemifteanennonoreanpla'on p ided in Ankle 11 or Article 12. 9.32,102. Conduct final urAxpeot in the Asmoriled Varmoomin Work: ENGINEER. OWNER and mmmm Aft COM CfOR tad memm a final Ica of 9.5- ENGINEER may tmIncriae rumorvanatime n fla..m bean armmdeted the Work from du requimmams d de Cmcact Docmmams which do not tmoWe an ad Imment in the 931,103 ha 3 Omc that all keen, on th Cmdmct Rice m the CmWtm Tme end src compatible final list have hen corrected m comdamd ad with the design coneept of the cemplemd proles as a melee_ t5mmmrndptom to ENGINEER furaaenh;g whole as indented by the Cenmel Documents Thesemnybea¢ompliandbya Field Order and will be biaft on OWNER and den on 9,33 Mmimtion of AuthmiN: The Ramommdvc shad CONTRACIOR who dull mrf. the Wmk imolvd ]TOWNER a don; CONTRACTOR belewes da rpdy. FiOr&rjunifiesm adjuammt in tbaCmcact Rice or .1. du Cmtlen Times and de pame" ere unaM a egttt m aaa,W to mmotmt n, e,aw ihemf. OWNER to mmaiah m common, unless audmi ed W the CONTRACTOR may make a women claim d d. e 13JGINEBR. prmidcom Andck l l or12, 9332_ Eaced limimdmet of ENGH4HHR5 forth m Cedme Dmmnwa Rgatink De/kedve We& authority as set the 9.3.3.3. Unde4ke mw d du reavormbilNm 96. ENGINEER will have audmrity W deappprrme m ai—s Sabmrarectmi or reject Work which ENGINEER believe to be dt(whve. CONTRACTOR'S agwnNmdent or that ENGINEER hunt. will rot produce a completed • 9334. Advise on. or - dateemom rehouse R,)ea vmll dm cd a to to Concoct Docomenss or that en judia the integrity of me dee'gn cmccA d th 14� — nlnf_ gloa3tly satrct of due mmplekd Ro))'ect e e (urctlw��.g whd as indicated by meera metlnds Iechdmus seaumem m dw Contred Dxumvas ENGINEER will also have Id9mdltL�laL—cordcuey� tmlen_ awe" auduvity to mqu. elueul i�eooan m taurp of to macihally rnlld for in the Common Documemv. Wmk m provided in Imregrnph 13.9, whether m not 0. Wok u leboatcd, ammlld a ccmpleteef 2a Ja': •' U9. Clarificad ons and lnroyremdonr 94. ENGINEER will isve with rearnmble pranptress such Minor clarifications or inlepreeticm of the maCOCOBNF9et COI�n01S 19m80paafidiml w/gTYOFFORTNLLIMtMCpFlCRT1nN9/R6Vi/IW0) Shop 1lrewinga, Change aderaandlb3mrmor 9.7In comecu. with ENGINEER'a au u to Shop Dmwic,stud Sampler ze paragmplw G]4 rtgh 6.28 inclusive. 9.8, In connection with ENGINEER's authority as W C mW Ordam see Arlicies 10. 11. and 12. 99. In commune, with ENGINEER'S audwity as to Applications fa Nymem, sect Avd le 14. Deamdndanajor Unit M. 9.10, ENGINEER will determine to actual gaonmie end chusifeatorm of Unit price Wok pefamd by CONTRACTOR. ENGINEER will review with CONTRACTOR the WGINEER's prelimimry doonmiMiom on each mm ors before rendering. wnuen decision teeem (fry me,mmederian of an Application 21 Geotechnical Engineering Report l��rracon Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado • December 3, 2013 . Terracon Project No. 20135038 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Geotechnical Considerations Based on subsurface conditions encountered in the borings, the site appears suitable for the proposed construction from a geotechnical point of view provided certain precautions and design and construction recommendations described in this report are followed. We have identified geotechnical conditions that could impact design and construction of the proposed concrete box culverts and other site improvements. 4.1.1 Existing, Undocumented Fill As previously noted, existing undocumented fills were encountered to depths up to about 5 feet in the borings drilled at the site. However, we believe deeper fills are present at all three locations and the fills were placed as part of the construction of the existing channels. We do not possess any information regarding whether the fill was placed under the observation of a geotechnical engineer. Support of concrete box culverts on or above existing fill soils is discussed in this report. However, even with the recommended construction testing services, there is an inherent risk for the owner that compressible fill or unsuitable material within or buried by the fill will not be . discovered. This risk of unforeseen conditions cannot be eliminated without completely removing the existing fill, but can be reduced by performing additional testing and evaluation. Demolition and removal of the existing box culverts, as well as excavations for the proposed box culverts, will likely result in complete removal of existing fill below the new structures. However, we recommend complete removal of existing fill during demolition and recompacting below repair elements such as pavements, concrete flatwork, curb, and gutter. While we did not encounter existing fill below a depth of about 5 feet within our test borings, it is possible that fill may be encountered at greater depths during site excavations. We recommend that foundation excavations be observed on a full-time basis during construction and the project team considers budget contingencies for unanticipated fill removal and replacement. 40 4.1.2 Shallow Groundwater As previously stated, groundwater was measured at depths ranging from about 13 to 18 feet below existing site grades. Terracon recommends maintaining a separation of at least 3 feet between the bottom of proposed concrete box culvert foundations and measured groundwater levels. It is also possible and likely that groundwater levels below this site may rise. Our experience in the area suggests a rise in groundwater levels of 3 to 5 feet should be expected during spring runoff. Responsive. Resourceful . Reliable fa Payment or Warsaw) ENGINERR's wrdm da,mion daidon, Wilms a ersime of eeil in writing by OWNER thin. will be final and binding up. OWNER and Wd CONTRACTOR CONTRACTOR undies, within ten days aver uw date a Wry such daddat, either OWNER or CONTRACTOR 9,12. When fwctimingm imepraa aM bdge under .II dabvem to fie .0. and to ENGINEER writtw nMa ofNiagm* 910 ead 9.11, ]ENGINEER rce slow intentim to epp�1ama1 from ENGINEER'. deeism dad: () an ENGINEER'¢dwamrslako ppaartiality to OWNER or CONTRACTOR end will run h Lable iacrpmte4m clamor eppsalf wnthmthetmc at on. with any car limits and in eaadsae with the procedures art lath in rendered in good faith in wish apmnry. The of Rxldbit GC -A, 'Dispute Resolutim Agremnem". antercd a daciwo by ENGINEER N.aumi to Iwe®a* 9.1 a into tatwan OWNER and CONTRACTOR pursuant to 911 with aspen, W damy swh shot, di to a other Article l6,a()ifnosuch Digwne RenYon AgrWian meltm(aapt arty whchlwe4mwaivW by the making has been entered into a f al preaedn, is navnnd by or aacc�Mppmamm or fend fwyment as } ovidad in themppali%parry in a forum of MmpaoajurWidion o Waplwefing par 1. 14.15) will be a Mnditrm decedent to any OWNERWCONTRACTOR aamu and rights wmancoles as May may exaclaby erakahrighma have with raped to ENGNEER's datmn, un ew remedies a either may othawia hive order the Cmaact dherwix speed th writinDocumentsg by OWNER Wd Dents or by Laws a Regulations in reaper, of any CONTRACTOR. Such appeal will run be subject In the such clean. disluule or When matters eno�-ds1B proceduresofp ..gmph9.11. 9.13. LGhlmtlass en EA'CTNF1'R'. Awhw4y and Dtdsmovea DLpaeeo Ragw mblhder: 9.11. ENGINEER will be the initial imapmmr of the 9.13A Neither ENGRdEER's mmhairy or requirements of the Contract Documents and judge of the raspaisibday radar this Article 9 or under anyy Wier waclitability of the Work thereunder, Claims. dupums and rovaon of the Convect Davnnenm rear a,ry .aW n other made¢ reintt'm� 0 the acceptability of the Work a made by ENGINEER in good faith either to exercise the mryremtim d the requirements of the Comma or nl eseru+e such B dami w mspaulbilay m the Documemslaamumbgtodse perfammcemd futrating of urclenakmugg exaeiaw wmanceofmY amhaity the Wmk and claims under Articles I I and 12 in res ect of or ropmmbility by RN WEER shall aatq main. charges in the, Comma Pt(ce a Contract Tuna will h or give rue a my duty mod by ENGINEER m relemd initially to ENGINEER in writing with a mormsl CONTRACTOR any Subcmvacmr, my supplier, fa a formal decision at aaadmwe with this paregr.ph. wry other pomou a agwumtion or to wry surery for Written mortice of each such claim, dipuk a other mailer or employee a ago ofarry of their. will be delivered by the chairman to ENGINEER aM the other party m tFe Afecment pvepily (but in no event 9.13.2. ENGINEER will not mpavve, dust her thin army days) ata the anof the oaammce a Manuel a have aulhmily over or be responsible f ant giving rise thereto, am written s ppating dam will CONTRACTOR'¢ an; methods, techniques be submitted to ENGINEER and thedoer party widt'ur stilettoes wpaadwa of cautructma, or the safety sixy days star the ant of such ..a or evem nnlaa precaution and diagrams mocha thavem, or for may • ENGINEER allows an addidmal peril of time for the failure of CONTRACTOR he damply with I. aM .be. of itaoowl or more ...de dam to a jaeon Regulations up le to th Ifahi g a of arch claim, dispute or Ober mmmr. Th apposing party pedamence oC Weak. ENGINEER will art be shall abroa any rcnposc to ENGINEER and foe clnimwu i alMo ibk fa CONTRACTORS failure to �aorr((am widml thirty days after accept of the claimants Was a funddl the Weak inaccordance with the Cmtrat sWmival loan= ENGINEER allows additional time) Domemmma ENGINEER will reactors moral dais. nswriting within thin daya after reMipt of the olmaisg pam•a mbmival, if 9, 13.3. ENGINEER will an, be rapowible for the very, in accordance with this pamgmph BNGINEER'a acts a is.. of CONTRACTOR err of say vvinertdmislan on each dsim, ii". adhw meter vvM 3uhw.ureomr, e^Y Supplier,uof any oilerl�+a+m be Orel and loading upon OWNER and CONTRACTOR agwtizatim pu[amug w furnishing my of dre Whom : G) m appeal firm ENGINEER's docisioi'v token ale within the time limits Was in aceadwWe with the Cdums at fourth in EXIIID1T' GC -A, "Diapum 9.13.4. ENGINE62'ereview oftho teal Application Mim Agreement", ordered into basion OWNER od for Payment oM aceaapmykg cksumenmtlm Mat CONTRACTOR pinioned to Article 16, a (i) if no ach .II mainmrwna and opens. iammaima sdrdWlec, D W RCMlutim Agnomen has been wo rod hto.. gusmnmes, Binds ad modes of jape Pion, M. written arm. of intention to appeal from RNGINETW. and approvals aM other dromatemon required too wriam doi+ion u delivered by OWNER or dokvead by paragmph1412 will only be to CONTRACTOR to the doer wd to ENGINEER within datcrmine Ceremlly cost their consent Mmphic wnh thirty days aft. she dam of such decision aM a formal the requvemens oL aM in the eau of an lidos of poreedvg is itsidatd by the epees arty in. forum of saactiom, tads mad epno ell that the realm Mmpesent jurisdiction to exercise ml rights in remedies annfid radiate complonM with, the Centred as the appah%tarty may have with t to snob chum, Doc mane dispute or other miner, m acemdanoe wa.,i cable laws and! Regulations within sixty days of thin date or such 9.13.5. The limit.timc Wan euttsarity .M 22 w/QTTOI FORT OJI,IAMMore FlCAM0M MVsome) 0 mrsr arfiir, to ENG Iw�4 caiiwdtternev. a«im¢nIProject Tom) 6 ree cad by 1tha my mes of n or a m be RePrexmativa arc easisterJa g� m b e eurety, the giving of any such rouse will Is CONTRACTOR. «sµanbddy, end hu emoaa of emh applicable Bad will be adjusted eavdisgly. �T;yYIiilFipSgfle: re:3�(iliYffX^rerati 10.1. Without invalid;tmg the Agrarian and without W[irc to my suety, OWNER may, at say time or fran time m limp order additions, hldmrss W revicers, in the Work. Such addition% deletiWs or reviaiom will he mdmnced by. Written Amendment, . Chang, Order, or a Work Cram Dewtive Upon receilx d any each dmcmnmt CONTRACTOR shall prommml1y prosced with the Wade involved which will bePa famed main tho aztcable Wtditiasofthe Comma Dceument(excepte, dMrwise specifically provided). 10.2, If OWNER aid CONTRACTOR am tenable to W. as to the came, if nay, of an adjustment in the Coastal: Price a an adjustment of the Contract Times tint aboard be.11mi ad ®. mandt of a Work Chastle Directive, a claim may be made therefor as provided in Article 11 a Article 12, 10.3. CONTRACTORdrollamha.aidedbenircamss inch rmmax to Priceaenarkariaa ththe Ca" it Tbam with Copalto any Waks es malthn[la nddli ed lby the Contract Documents as amende4 modified end Np�lemmted as provulal m pam&aPha 3.5 and 36,a�meq N 1}IC C05C OIOn OnOL.y as provided m pam r46.9 or in the ease of unc.wM Work as pmvde] in paragraph 13.9. 104. OWNER cad CONTRACTOR shall etmaais appropriate Change Orders monnmmded by ENGINEER (a Writmn Amendments) covering: 10,4.1. changes is tin Wak which me () adead LIby OWNER pmsWn[bpnraga 10.1,(ii)mquimd of eccapmma of d�72 Work under paregmph 13.13 a Wtmeting *Pvcfisas Work urdm paragraph 13.14. or (ii) agreed to by hoc panic+; 10.4.2changes in the Contract Price or Contract Times which meagraed why the parties; end 10.4.3. dtmt9es in the Ggmmx Rice a Cmasd Timm which embody the substance or any written decision rerdered by ENGINEER pursue to paragraph o 11; provded tlmt is Iwo or ereanhng any such Chmge Order, sn aappppaeal may be taken 6nm my asch decision in SWWderce with the provammuof htc Contract Document and a licable Laws and Regulevote. bill during any each appppee I CONTRACTOR shall artrtyy, on the Week mail edhee b the program wheddc as provided in paragraph 629. 10.5. I[ rxxice of .try clmnge a0sting fie gavel smpc d the Wak m the pmvimi of the Contact Document PJCDCOLT®L.LL CUIIlY90t8191me (19W HMiud W QttOFFgITQIW.rtBMCDIFlCATlPN3{M6VanW% 0 ARTICLE 11—CEIANGE OF CONTRACT PEKE 11.1. The Contract Price cumulates the total comp. eation(subject to sutbonmd adjustmeev)pnyeble m CONTRACTOR fen pecfatmitQ rim Work. All rime;, responsibilities and obr bore a%sigmd a to undertaken by CONTRACTOR sha�be at CONTRACPORs esgrenm wlhwl charge m Ides COdmd Prwe. 11.2. The Contra t Pnw may Wty be chaigial by a Change Order or by a Wtiltcn Amosdvwm Any claim for.. a 1passad in the Centred Prove shall be boost on written notice delivered by the apartrtyy making the claim to the W as pa all to ENGIIJFFBRR psomphy (but in sue went late thna thirty drys) after the start of the swemence a sad givsas rix b w claim and"the #.naval more of tlm .lens, Now of the emWm of the I mac sauWa which the ciaimma is ceillad as . It of mid owmrmce or went All claims for Adjustment in the Conrad Price shall be deem nail by ENOINEGR in mcordmce with Domcraph9.11 if OWNER and 11.3. Tho value of any Walk eovcrN by a Chmga Order or of any claim for an aslrysonem in the Collect Price will be ddemiced as formic: 11.3.1. where the Work vwolved is eoverad by lot pries Wraamed in the Contract Dummees, by apPlieationd'aaeh mil pries m the qualities of the items involved (subject to the provision, of 23 pmagra* 119.1 Ilvagh 119.3, bclusive), CONTRACTOR shell obaon c.... time bids fran Subcattutaa acceptable to OWNER and 11.32 wham the Work involved is not owed by CONTRACTOR and aball deliver such bids to unit piers contained an des ConYUA D icuoarsx by a OWNER who will then determine, with the advice of mutually grod Moment basis, including lump sum ENGINEER which bids, if my. will be accepted. If (which may, owludc an all... for ovedhmd and any subcontract povides that the Subcontra4or is to profit not necmanly m .,do. with he cashed m the beau of Cos oC the Wak pIle a fa, paragraphI AT), the SubcourecamisCmofthe Wakadfee shillbe dmammd in the sama mmnar as CONTRACTOR'a 11.33where she Were involved is not covered by unit Cosa of the Work and fee s rfw,.widd in prices contained in the Contract Docummh and pemgraphs 11.4, IL5, 11.6 ad7. All 11. agrament 0 a lump mum is not mnrhd uder subamlmassMllhesubjatmthe other pavisiore of pamgmph 11.3.2, m des basis mthe Con of the Wak the Conlmct DoauneNa iwfar as applicable. (demrmmd as provided in xim raphe 114 and 11.5) plus a CONTRACTOR'e fee, for werha d and pmlit IIAA Costs of special coreultious (including but (determined as provided N paragraph 11.6). not Imtitd so engineers, architects,atent labotntaiey aurveyors, anamys and accoaants Comeq the WoJc employed Wr services spcoifically releated to 11. Wak. 11.4. Tha isms Cos of theWak moare the aura of all cents .,it, Incurred and paid by CONTRACTOR in 11.4.5, Supplemancl cogs including the following: the proper perfamena of the Work. Eacept as otherwic may M ograd on in mi itg by OWNER, such costs shall 11.4.5.1. Tha �ropapm of necessary be in anomts se m higher than thepeveiling in the IrmtspoRatbR travel and mbaimenca eatmanrs of loobty of the Project shell include only the following CONTRACTOR. employes Irchmed in items and shall not include am of the costs itemimd in discharge ofduties connected with the Wak. pamgmphli.5'. 1145.4. Con, including bangbnation and 11.4.I.1 afv oll wen for employees in the direct maintessorem, of all rowersab, supplies, employ of CONTRACTOR in the per brommee of the equipment machinery. eyplionce, oQ and Weak and. schedules of job eiresiboations agrad monpacy, facilida et the arts and had tools not upon by OWNER and CONTRACTOR. Such owredbylhewakars,whia.recmamnedinthe anployas shall include without Gmiumbn pmC manor of the Worts, and once less rearke superiNeMents, fmor. red other paeormel valueofeuchiu:m¢Imdbutrad.edwhich anpiryd full-time at the site Payroll coats for remain the properly, afCONTRACfOIL .ploy. rent employed full-time on the Weak shill be an the basis of their time apem con the 11.4.5.3. Rentals of all eautrutlion Wa Payroll ccs¢ shill awhai butma be limited to wpnpmant ad machinery ad the ppaars thamf . salaries and wages plus the cost of bingo bmclits m whether medfran CONTRACTOIiaothers in which shall uwtoo. anciel scmrity mhhiWema aawd. with rental ageemwas eyenovd by unemployment axc¢c and payroll axes, wcrkm5 OWNEiRwalithcadvieof ENGTNRERadthe wmpansation, ha Ith andnetworce is banaFtg bonuses, ones of tranyiartetioq yaedim umodirrgg sty appbceble thamo. imbibition, dism.e ling ad removal Rtemo"M The esper. of performing Wak ider regular in accordance with tams of said most wrakmg hours, an Saturday, Sunday a legal Mliday% agmemams The earual of my ssdt equipment and Is, included in the above to the extenteutlromed machbary or parrs aball area when Jon us, by OWNER thamftste longer.,y for the Work. 11.4.2, Cost of all mnta5ak ad equippmneat Enmeshed in Wok 114.54. Sales, mounter. one a similar loxes Work, Los and mmrpuaW the amluding . of relm it a the and which tmlvgwndon and nonage tharwf, and Suppliers' field CONTRACTOR o liable. mipmei by Laws and cervices required to mrvacum therewith All melh Regulations. 4.ma shall ucmw to CONTRACTOR unless OWNER dgwmi furls with CONTRACTOR with 114.5.5. Deposits lot for onuses other Nan which to make payments, in which case the Cash negRgarece of CONTRACTOR any dismurds shall ..a to OWNER. All noodle SUMameaa or mryrorc directly or indirectly dtcamb, mbrawa end of try nd oomhnn Ban ale of employed by any of then or for whose core any asuupp1. mahnids and aluipo et shell amuc to of than may be liable. and royalty' payments and OWNER, and CONTRACTOR shml make p.viai. fasfapmnib and bccsmax so that they may be obtained 1145.6. I. and damages (and mlmed 11.4.3. Paymenb made by CONTRACTOR to the a erims) mused by damage to the Work rent SubcoMazters Ice Woh prfamed or fcneshcd by compenwted by iremance or onanwie, wWined Subcontract. If ra9ueed by OWNER, by CONTRACTOR in ocrosatm with the geCDCOENhAALCtlMgTOtA 19108(1990EStaa 24 e4 (1TYOF FORT WLUMMOOPICMONS f 4noai) 0 and Subcvareaa, a anyone dr uxtlyy mmcdly mployd by any of dash or for whoseaots an d them may he liebko Such loam dad ia:lude "dormant made with the sodium consent and appmvd of OWNER No such loss-., damage ad e Tfor shall he malud d inUmCost of the Work the p If,,of detam irwig CONTRACTORk fm. waov, any such = a t6megc rarybu mamutrucdm and CONTRACTOR n laced in charge dwoo[ CONTRACTOR der be laid for sox ioes a fce 11.4.57 Th. con of mllita, 6ral and son Lary facilitiesatthe.im. 11,4.5.8Mina euponsm such as klcgrom% long dvamme telaphane mlls, hlapinne service nl the aim, expressage and similnr petty mdh item¢ in mnnectim with the Work 114.59, CM rpassions for adrli6orel Bowls and mursom toquimd beaux of cha,. m tar Wak 11.5, The Imm Ccd dthe Wak she➢ rot unlade any d the following: 11.5.1. Ayyrroll costs eM other canpermlian of CONTRACfOR's d oma, mcmutivaq prircilnls (d CONTRACTOR's principal or a I mwh oRice to pnerd adnwatrmion d the Wonk and not alzafic illy iduded in do a owd upon xhedW. of jo% d.mficotio n ref1mrd m in pe,a,,mr h 11.4.1 or mtecifically owara l by lx r,,m,h 11 A.4-all of which m be avuidad a hoiso-drvc o>m mvercd by the 11.5.2. Expanas of CONTRACTOR's principal and brown of oea oMa than CONTRACTOR'. M. at tier mte. 11,53, My part of CONTRACTOR's mqm'11aaI oowwa% including monvat en CONIRACTOR's cspmal emphryd fa the Work mot charges agaimt CONTRACTOR for delinqu tut payments. I I.SA. Cort of pomiom. for all 1iolhd and far all mntmna whetlor or not CONTRACTOR ts required by Ibe Conbect Dammema m phrcMx .d mmntam de seas. (..,A fa do mA of premiums covered by suhpam®aph 114.5 9 ahove). 81mC OdrEaA.LL MMH1101S 1910-0 R99a &dim) W Qtt OFFOftTCOLIAn9 MCOITICaiIONS(R6V4Ra� 0 I155. Costs due to the nagli'mas of CONTRACTOR say Submmaacr. or aranam dimalya idiKcty ployed by wy of Ihafor where ads any of dwm may be liable, m a md.dmg but not lanikd In, the monsoon of dtfovfire wok di I of materials v equipmem vnorgly supplied arcl making goodany &map loproperty. 11,5.6. Olher overhead or gaoml exphse oats of n, kind and the crams of any item not spmhfically and expressly im.I. dos FeK®aph 11.4. 11.6. TW CONTRACTOR. fa allowed to CONTRACTOR for mahmd and profit shall be detamuod ae follower: 11.6.1. a mutually acceptable fad fce; a 11.6.2. if a fad fm is not agreed upon, then a fa based on the followtutg poramagm a( Its, v.dous padohu dtlm ConofUm Work: 11.6.2.1. for sets incurred Urdu paragraphs IIAI and 11.4.2. the CONTRACTOR'$ fee she fi bo fdlaaa parent for mils incurred under ,ma.p111.43. the CONTRACTOR. fce stall be five Moma, 114,23. ahae oar a nee mars of aubcommm, ore cn die basis of Cats of tle Work Wplus a fce .d no fad fats .grad apes the mleht of pamg.* I IA.1, I1.4.$ 1143 and 11.6.2 is Ihat do Subeonwclor who saamify pafvnna or fim rims the Work, at wherever der, wifi be paid. fa of fiRan percent of dos costs monad by such Submnbaetor undo lvmgaphs 11.4.1 and 11.42 and flat arty ea h a tier S.Loona clor and CONTRACTOR rot an be faid o f Boost fall WIM the OWNRFt butut rotas m Bm [y'gpaam nt d the .mount paid the id to nos towv Im 9.lbcontnda. 11624. m fee shall be payable ca the basis of eats, itemia l wader pmagmphx 114 4, 1145 and 11.51 11.6.2.5. the amount of d4dd to be allowed by CONTRACTOR to OWNER for any. chaga whims rmWte meaea . net dx in and will be c amount d do actual net daeax to cost Plus . deduction in CONTRACTOR's fee by an amount apral mfive percent ofoxh netdacmnsc, and 11.6.26. when bah oddities end adia are IMWVCd in aay om, Clam dunmCM inM fldj CONTRACTOR'¢ fee der N mm"d an the basis of the not change in msm,daac with pamgtapls 11.6.2.1 Qmn* 116.2.5. mclusive. 11.7. Whmaver de cast of any Work is to Ix 25 danairN pwmant to pamAAphs 114 and 11.5. CONTRACTOR wel Astabeeh end maintain rsor(b thereof w w.wrdanm wit gemmlly awepted eaamies goefi"A end sobanil in form acceptable to ENGINEER en itemi coat kceskdawa 1Agdha wit supponuq{ data. C Alt.. ti Riauet pnea tat laves.CTORha wdudul m the lDoemt Price all lllmaarc the so mined N the Cwmact Docamwls and sine cause .h Wink so ewer e w be blew d eel R mAwed for ER. alma a may be allmoo1 ew OWNER and ENGINEER. CONTRACTOR agrwnhm: 13.8.1. the eilowunws bciudc des mst to CONTRACTOR (late soy appliabl. made d.na) Afmatunieb and equipment rNuved by the Allowances w be delivaredet aim, Ord all apphwbla taxes, and 11.82. CONTRACTOR. mans fa unloadug and hnndlass on the site, labor, mnnllatial auq mafiead, pofn and ad. expenses contemplated for Use allowances lava barn Inciudad in the Cmhad Price and not as the afiowanmea aed no demand for additional payment an account of any of the foregoing will be valid Prior w Orel payment. An app,*,i.w CI.W Other will be isaal as eaxmmended by FNGINEElt to nefist .duel mnowts All CONTRACTOR An nonsc um of Work covered by ellowemm, and that Cenhad price Aline be .Aspmdm,,Iy.djuded. Lis, Unitpnae Wank: 11.9.1. Wgwe the Corrwd Doaunems provide the all or pan of to Work is to Ix, Una Prue Work, initially the Contmm Price will be deemed t include fa all Unit Price Weak an amend con wual to the . of the of ach new as indicated in to Agrc min. The W..W gtommes of sins of Una Pries Work Are not gno atead and am olaly fen th pruposc Of wmpmism offtids cad dddmmingan initial Cana Price. Ddmnimm. of the actual quantities And 0.aaiiwtiora of Unit Prim Wok Tc,f W by CONTRACTOR Will be made by ENGINEER in 11.9.2. Each unit pew will ba deemed w include an miwmceits lby CONTRACTOR w be O&Ve o to cover CONTRACTORS wethead and profit fat each sepArAbly identified loan. 11.9.3. OWNER or CONTRACTOR may make a clew for an Ausimet w the Contend price w ..do. with Ankle I if: 119AL ere quantity of coy item of Unit Aim Wink oatamed by CONTRACTOR dg. naiuody and Ai neattly faun the astimated quantity AT AAAh item mAwted in the Agrcdnam; Pts=(MaAePAL COMMOM 19104(1990 Eet.) 26 MdN0FF0R.TM11lMNOOIFICAT10MQUW4n00m ant 11.9.3.2, thine is An cormapoMing Adjumm,nl with v great tow dlwr item of Work; and 11.9.33. if CONTRACTOR bcliava den CONTRACTOR is entitled to An ircueax w Cmmnci Price as A resuh of having inctmed addeme.) sx,, e or OWNER believes that OWNER is antitled to A daTesm in Ommad Aiae and the parties Ole unable on .yen A. to the amount of airy such ineresse or doemase. 119.3A. CONTRACTOR ackewwlaka tot ��:filtil�lT'�4Iidhlilllltr'I�lltl"JCI�:l�Y^ :1 ti YCN 11'1fViwM:I:@[H sF.1& liYYCF.TeY W ubne. 12.1. The C,nm,at Tlma (orMeedmes) mey mdy be dw,pd by A e Order or A Written Ametdaosel Anyrw Ta w a 1ustment of the Co mact Times (a Minna.) awl be rm won. rodea dalnered by the party making the claim w tlx other party And to ENGINEER p orapdy (bin in na event Inver than [hhty days) All. tlr owurrence of the event gwu,, riff to the claim AM soar the 1 move of to claim. Notice of the aroevt of to cW m wilh mwoomg dab slnll be delivered within sorry doyyaa alter such ..a a (am. ENOMMER allows eddilioml time to asasim. more �curutc data -un wrpport of the clown) and shall be secmnpenied by to cixwanes noman datemam that the edjuomW clewed is the onam mIjumanm to which the dahwm hate twson m believe it is entitled As A result of ENGINEER to accorb. with pAm®aph9.11 if OWNER And CONTRACTOR wnmot otherwise agece. No amen fin An adj.AmAm in the Conhuct Times (or Mila2mxs) will be valid if not submitted in Accord.. wit the,.gmremwm.foes,A,,,aph 12.1. us of thaAeliemotemotes,e ofthhee Agraeel a entt.o Cdnmct Denanmla M. CONTRACTOR As prevented Ewen delay by Aoiele T, f1 a, floods epidemics abwnnd cod Amdhiena or sea of Gad. 13Aleya eUnbumble to 0 • within Ne cool of a Stsbunt ader or Supppplier ahng be dscm<d m h hm}s wiNm No cottrd oCCONIRACTOR 12,4. Where CONTRACTOR is prevented Gam completing any pen ofthe Weak wihin the Comment Timm (a "Imtonen,) Au W dolry the anent of bath OWNER and CONTRACT0 an edenorn of the by Alllole T ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK B.I. Nefies fwime, Prompt watla of all ibiorwe Work of which OWNER or ENGINEER lave actual knowledge will be given to CONTRACTOR All drlaa'Vva Work mmy be mj.tcd, contacted or a..Md. provided in thus Ankle 13, AneesrmWmir- 13 2. OWNER, ENGRJEF.R, SNGINERR's Cacuhr ; tatter repreentaw. oral pemMel of OWNER, it lepodett testing labumturimand gwerruaerml agencies with ittrisdiniaml uncross will Inve.twin to the Work a rwconebla-Bees Ire- thou ab ,,edon. impeding and eating. CONIR CTOR shall provide them proper and afe conditions far such ac and edviae them of CONTRACTOR'S silo safety pracdurm act progrime as, that they mey wnply th rewith etapplicable. Tomandlnapediona. 133. CONTRACTOR shell give ENOMM timely route of readiry s of No Work for all seyuimi inVectlone. Was is npprovalq and shall 000pemle wtN impeetion.d tenting pemomul to facilitate required inspections a wens 13.4, OWNER shall employ end pay fortM services of M independent testing Ieb." m perform all mapLwes, own, W eM..Is re seed by ft C.UBQ Demme tia except 13.4.1. for inapomorm. teals . approvals covwod by pms oph 135 W., 13.42. Net curls Inmared in connection with teem or inepatiaa candtcled pummel to imaWeph 11.9 PJCDC09✓EaaLCObmIS10t81910.8(199JHJtim) W erIV OFFOfti QIIJ.118NgNFl(ATIONS(0.6merlWD) Mo. shall be paid . provided as maid gragesph 13.9; and 13.4.3. as otherwise specifically presided in 11e Cor4ad Ooaunvda. 13.5. If Laws or Rcgulatiom deny ppublw body havug juriadetion ow,dre any Work (orpert Nermp sfsoifinally In be mapemod, tended on retired by M ens oya o other roprm,1.11of elossaWe boot ,CONS CTOR dud assume full rm mtbebty is we and in rearm on ithwowitl% team orappr EN IIKBE cthe ro curl car Nercwilh, and fsatio 6Nr pre, the CONrovTR arlihmles 1w a nor ens a arming. . COMRuming shall ales be rsonsin c e ar.girg Mot nbmlMg Md 411a11 ,Wy all CCAS m WMCgWn with any impecaom, teals q ap ore requacd fm OWNBRk be ENGINEER'S theepmk, ofof matemaegoipmomb be irco I meet in the Work or of mamrialq mu deaignq a egeipmam submitted for eqr inw prior to CONTRACTOR'S purchase thereof for mmgnreti. in the Wok 13.6. If say Work (m the wank of odters) the is hebe inspected. mated or approved is cavaed by CONTRACTOR wiNaut wne. cnamerwm of ENGINEFSL it muss. if requated by ENGINEER, be maxweredf obiumosimt. 13.'/. Unmvmug Work a pwided in pmagmph 13,6 .bull be atCONTPLACTORY aryeme on). CONTRACTOR 1. give ENG8g8Edi timely notice of CONIRAC70R'a Intention to awcr the same and ENGINEER bur not octal with reaoruN. promptness in response w such action. Oncwering Work. 13.8. If arty Work 6 teemed cotmy W the written ttnqquueesstt of ENGINEER, a must, if rryuated by RNGIN88R, be u..W for HNGINEER's ok awmition ed mphemdinCONTRACTOR'S expanse. 139. ICENOINBERcaai itnwn goredvimWe Nat covered Work be firmed by ENGINEER m itma:tal a tamed byy ohaq CONTM=R. at ENGINEfEtb requsat, .hall unewq expwe re "dove' den make awilid,] fa obaelvauen, impmaon err tosi g one ENGINEER may repis,. Out Pont. of the Work in qu atim, famishing aE namismy labor, material and equipment If a is found thin =6 Work is dkje nve, CONTRACTOR shall pay all claims, .slq 1. eM Aamtga roused by, nimirg .t of or result'trg from such uncoveringpm sere, observatia� iraIme on and testing and of smisfudory relslaccmaa . runnmucuon, (indi ding but not limited to all costs of reppa�ir err reymeemerm of work of others); and OWNER sM11 be marled to an epx pri.W dwinews It the Contract Pree. cal if the Is. are unable to, agree ea to the muamt therm( may make a claim therefor . prwidcd in I. Mdow nos), or both dircclly admissible to mrh unmvering mlaw,we, owevation, infection. tming, replacement end rmmmrvcliom end, if the {wtion are unable to to the amount m extent thereof, CONTRA C'fORmay make a cMim therefores,rovided in Made, I I ant 12, OWNERM'Me'de Wad: 13.10. Iftlw Work h d r,e fi e, a OONTRACTOR fait tompply wgkiert shill wakesora6ablemateakor wuipncnt. w failem Tomah a perfonn th Work insurh a way thate, m OWNER Work wit mthe to theaWark, OWNPo may ode CONTRACTOR fitthe to A�ap the Work. a fortton thereof, until the auY W eueh ado has men clhninated, however, this right of OWNER m stop tlee Wale shell no give no, m my dory M the pan d OWNER m ca ue this right for the benefit of CONTRACTORcrany aumry motho peny. Caenrwit arRamownerDelool. World 13.11. if regaiml by ENGINEER, CONTRACTOR shall wlnwmthpnyoruwdirtaemt'enter aR� a dmmatfi ww the rk Walk he, been njeatad by ENGINEER. remove it (tare the site mad Yrepplam it with Want, that is nor dfenrvre CONTRACTOR almll pay all .1mork care lases end damages awned by or rmrltug kom such correction a removal (including but not limited to all areas of rgreu or rtplacernam of walk of oters). 0.12 cmvolee Padded: !.1.If within .ymr two Veen tiller the date d mmiel Coattail. or no, longer penw of time as be ptocribed by Lama a Regalia. a by dw, to rejected Wan: removed and «paced. and all claims. eats, Imes and damages atocd by in malting f car, such remaal and mphoemen, (ind dva bon rot bmihd m all ,oak of repapsat m rreTp,1w ena# of work cf otivn) willbe paid by WNTRACTOR 13.12.2.In special amonaterms whore a particular item of NaiMm u pecod in cominuoa service bet Subaamial Canpletlas of all the Week, the carnation period fa that item any shot to run from ea slier &w 1T so provided in the Specifications in by Written Amendmont 13.12.3. Where defecrn, Wark (card heritage to ether 28 PICCCOCMTAt c()MMOH halos Omer Idt'.0 Work rmtkme therefrom) hoe Men c red, removed or replaced ante this paragraph 13 12. the convonm paned Mmttn&r with respect to swh Work will be etlmded for en i ddhirod period of easyeaa two vmrs afte inch mrectem m removed and rgslaa meat has been ,fin namily omplaed. Aceeymnm ofDefYtlar Wo&- 1313. If, imtad of«gui aice or mmmal and amre rcplaament a' okf van, W OWNER (errs{ lain to ENGINEER', racmnmendntion of foal payment ales ENGINEER) fT[ours b amaI n, OWNER may do so CONTRACTOR shall pay ell daim, cvsk. hems and damaaea amibuhble to OWNER, evaluation of ant recammerAeton of hml payment a c.'hango thder wall be nand incorporating the wessary revisions u the Contend Documents with reaped to the, Wort-, and OWNER shall be wintledto anapproprimedeaeaY in the Can hocl Prior,rind,iftha famesereomegeeate the amount thereof, OWMR may melekee. a elm dweefor a iced a Ankle II. Ethe aceeplanee will ,fled vch recammmdation. en a�spmpriete amount will be p,id OWNER May Cmmtl Ddeadve Week 13.14. if CONTRACTORWhivithinii.bli dean aller written notice fimv 1PIGIMM to carat defaadn Wok a to remoe and replan rejected Wmk as rotared by ENGINEER in accertlurea with perwriph 13.11. a if CONTRACTOR fade W pMom the Work a xom&. with the Calmed Doatmaus, m ifCONTRACTOR fails to comply with awry ab r provision of the Contact Dxumede, OWNER may, after union &yY wdiom notice to CONTRACTOR, eared and remedy am such deficiency. In exeteang the right end remedies an&r this pma,,raph OWNER shall @oceM mi notimaly In the site take possession of all or pan of the Wmk .VcM CONTRACTOR'e Yrvi. mimed themlo, lu :a of CONI'RAC'1'ORm s old mpluw mrtmnawn agwpnea end me�auu7nery at the side nrorpavm i th Wark sal mmcia)e ant ryugr steed at the site or for which OWNER hen CONTRACTOR but which a scared elacwl CONTRACTOR sell allow OWNER, OWN reprermtative, agmk mad mnpployees, OWWERk c wnmaaas and ENGINEER and ENGINE C.I%ms etas, to the aw to cable OWNEF mercise the rights ant remedies under this puag eph 'Wank cmR 1. and damage imamal or euaalne OWNER in amroising such allies and remedim wd VrM CONTRACTOR and a Chavi Order n car anatirg the necesmuy ri,iiiao in Correct Docummk with respect to the Work. OWNER AW] be entitled to an appropriate it... v Camactliice, analif tau ppeerram ere taable to agce i the amoum flwreM, OWNER may hake a claim the we frwided in Article I L Soda claims, area loses • 0 • damages will uwlude but nd be hnistl m ell coma a mpau a iplaamal rl wak of odws dearoyed or dam bbyy atia, emwel a plaameM of CO RACTORSd ec Ma Work CONTAACfORZ not be allowed on a emion al' the Comaad 'tuna Ca Milalm«) beaus of any delay la amen« of the Work etl Laublsjo Zoserca s IfO nW= rights and remediesheranda. ARTICLE I4 PA7'MRNTSTO CONTRACTOR AND COMPLETION .9..f1' PdN/P of Vials. 14.1. She xhedule of veluoa csleblshM «provided m paragraph 29 will arvc as mho taus for pr0grcas pa)anms and will 6e ircoroited him a form of Awlianon for Paymeraswegsbk mENGINEER. panne. paymemaon accost ofUmt Pria Wank will be be on the numbm of anik c0mplead. ANlimlbn for Progroo Payment: 14.2, Ai 10ad twenty dnYs hl'ore th data eaabbehed La rk+Pro� paymem (ban rut more often than oorz a math), CONTRACTOR "I submit W ENGWEM fa review mApplication forPeymem fdkd out and signed by CONTRACTOR covering dw Wosk mmpkmd as of the dote of the Application soul savmpemnd by such suppcvting davmertetian as s regrued by the CaOad 1)acumants, If payment is requedd on tiro basis of materials and equrpmeet not inoapaaled in 0o Wok but &hared end mitsbiy stored at the sae or at mmther CONSRACTOR's Whimsey ofTfde.- 14.3. CONTRACTOR warrants and guerame« That Nle m all Work, material and erryipmem owe od by any Application for payment, whdhet uuorpmmed ar tiro Pajat or not. will pass to OWNER no later then the time of payment Gas mid clear ofall Liam Revlew ofAppdwd. f, Pruraso Payssest 144 ENGINEER will, within hen Mya efts raeipt of each Applieation for leeymem, enhe irdi ids in wrltmg a FJL'1lCGlflom LL CON1 non 151040990 Hdam1 raanmemhtion of Payment palinad present the Application to OWNER a reaun NC DIFTiR mCONTRACTOR udicatug m writing ENG S masons fa mfus,,to moor 1 17=81 In the lens wee, CONTRACTOR may nuke the me®wry cm 6. east r®r6nit the Applieafian Ton days flea presenmtim of the Appbcation Ca A ant toOWNER with &NGINEER'a r.anmcn&tia, Ne xmcwt memo mended will (subjeet to dro proviaa. of Um lest woman. of Para maph 14.7) bemme doe and whn due will be Paid by OWNER to CONTRACTOR 14.5. ENOINEER's manneacnaldion of any fayment reT"M in an Application fee Payment will animal, a rrccpprassess on by 8NGP16ER m OWNER, hard on ENGINEE[Y. anahe obsesvia. of the coated Wosk a artspenrxedmal qualfed design pnocwionai sad on LNGWEEp; rwiow of the leta andagcp homon fur Payment and ffi4OM7' kkr mk*, mfanamon mN beliefastolm the to best of 14.5.1. the Work has Nopesad to the point indicated. 145.2, the quality of don Work is genially in sccmdano, with the Commas 1b umalas (object to an evaluation of the Work as a Prmtioning whole prim m ne upon Subdanuel Completion, an the r«ulm of any subsequent henLs celled for in the Conhaet Doemnmts, We final de mm'umtion of quantities and cle.dEcations fa Unit ]rice Work under p mmaph 9.10. and to any in. gmilificoic n, stMed in therocommendation), and 14.5.3. the wrddiaw precedent to CONTRACTOR'. being emitted an suds peM m .M. to have base Ufdled irmfer as it is ENGTNEER'ssmpondbditymod es Om Work. Howwa, by rewmmasdusg my such payment ENGINEER will rot thereby be d.mad to haws maoaanlwl that ()exhaust'¢ a contomeaa m,ow inspections have hen ma* in check the quality or the qumuty of the Work beyond the rca cosibilitim grcihally an to ENGINEER in the Common Daemmets or haft. there may not be cells mesas or sawn between the parties that might entitle CONTRACTOR m be pad additionally by OWNER a .title OWNERm w,th oldpayment to CONTRACTOR 14.6. ENGINEER'S 1 m m m ation of my payarem, uoludi% final psymal, dell not man that ENGINEER 6 aspomiblc fa CON'TRACTOR'e mare. emnlmds, um, sequemrs a of arcwMiun a the as ximem raw o pragmms inddeat deeren, a for e�1y dun of CONTRACTOR m cam ly wind Cawx end Regulation opplcabk m the hlml9wtg or pe omence of Work or for wry failure of CONTRACTOR to Wkeem s furnish Work nt accadaue with gro Carwect Doan sum. 14.7. ENGINEER may refuse to asmnmerd the whale or any Pod of any payment if, in ENGENEER'sofuram it would be bsurted m make th reprexmetias to 29 OWNER mfered b in purapaph 145. ENGINEER may a1w mfuw breconito ant wchpayme 4a. becauaM aubsmpien0y rimewwed avidmm m the rwuha M evWcqumal impecUma ee tens, mdlify any such payment pevimmly rermanaded, to etch mrkat az y be nctxuary m ENGMER'a winim to pt nt oOWNER gon loss bmuus: 14.7.1. the Work is de/eca'ae, m completed Work tree been demngd requnmg rorreaim ar repleamem, 147.2. the Comma Rice It. been reduced by Wriven Am admenla Clurge Orden, 147.3, OWNER has been rand k once 0e tcfiw Work or oomplae Work In oemrdame with paBeph 13,14. or 147.4. ENGINEER It., amid knowledge of the aCllfferKe of any ofm the evarn eanineamed lumgmpha 15.2. E thwgh 15.24 imhnive. OmRdodo'e to makepyamuseem: a thefiall annumWNENcrte 147.5. claims hue been made wimt OWNER on aamm of CONTRACfOR%peffotmnttce m imunbting Mthe Wmk, 14 T6. Lima lave been filed in cm e:lion with gx Week except where CONTRACTOR hen delivered e apmific Rand wtaEcurry b OWNER to score die .mife lion wW diedurge of such Lierq 14.7.7. them nor otteritems entitling; OWNER toeaet- oR'agaimt the amcuntremnm.d.,k m 147.8. OWNER has munal Wawledga of the amunmec of a�}' of the arnta mvmaskd in pamgmphv 14.7.1 vaauyl 14.7.3 m puepaplsv 15.2.1 thamogh 15.2.4 inclwwo; but OWNER mue give CONTRACTOR immediate written notion (with a in ENGINEER) eubg the mmma fen wch rationaM prompQy pd CONTRACTOR the amomt eo witbink, m any 08 ummm throb agreed m W OWNER and NTRACfOR, when COW for, avreaa to OWNERS astmoaction she reasons fa Stdt action, SYNmanaf Carnpladm: 14.8. When CONTRACTOR mmidma the a ram Work rmdv fa it intended um CONTRACTOR dell notif4 dR awe a • rawa givvtg the reasons darefor. If ENGINEER pxoc amailw. cvrmnoM rotas Oam sates 30 W0TYOFF0RT(AWMIMMJSCATI0Iia(REV44am) wvvdere the Wok rabantnUally canplme. ENGINEER will ,,are and deliver to OWNER. ktmtive artifiwk M Subsuntial Completion which shell fix Use date of Submamial Completion. There dull he statdred to the arlifiate a tentative tut of toms k be canplead m oomeckd before fitmlpayment OWNER a hill have aevrn daya elan mompa of the tentative mrtJmte dung which to make written abjection Ip ENGINEER m k any poviaiona of the mrlifiate or attached list If, after commerng each o lea om, ENGINEER comlvdm that the Work nC not wbemNidly coruplde, 24GDUM will within fmrtma dava after wbmtmion of the tautwo and warmmia ad CONTRACTOR all, ENGINEER in arm hfwUve m tifim to OWNER n the of Subunit in of items to clangor from won Nmtified al OWNER N ale of Subrim, to OWNER t men ne to divic uymmt betty. eapCt to scar aibtiea inata ea OWNER t itvtg end an ime MER'a imtbg Gel Comple i m will be bird 14% OWNER Ball lave the right to ematrde CONTRACTOR from the Weak agar the date of Subsumkl Completion, but OWNER shell allow CONTRACTOR traaonable eaea b mmplek a cared aemsonlhe temativelvt PWW UAkia"I a.. 14.10. U. by OWNER at OWNERh uMim M any sut&eneelly canplekd partof don Work which: (i)ha, specifially been tdentifid in Ih Contract Damnems, or (a)OWNUR, ENGINEER and CONTRACTOR elm omannmes a sap rvtely fwxximan, and uwble part of the Work thin am be asd by OWNER for in iweMd plryaz w1111at si to marnt lakrtefeme Willa IXINTP.ACfOR4 performance of the remainder of the Work, may be arcemplided prim to &Iwamul Compldmofan the Week wtyaakth following: 14.10,LOWNER at my time may requen CONTRACnofthe orkwhipmmNERbehraa be such pert Mahe Waked a OWNERbelievesto co ready for is intended a and alelenurt of me,complete.Wok it CONTRACT OR ygm then end,CT M the Work u o OWNER SM ENGINEER CONTRACTOR iratify to OWNER aM ENGENEER that wdt ppamdt MlheW 0iswbskmiemcatte of S.1vauat ENGIIEER f fixate a ceam o M SuleWork Completion for That fart M the Work • 0 Pi u 0 m forms], such a mlease in mcehpt in full. CONTRACTOR may finish a Baud or other .]]mend mtid'actory to OWNER to imlemnify O"ER againt any Lie, Relemes or waivess of lime am 0m enaa ant of fwd forms can ins to ,mat OWNpponism be BR'S ae f sbomdai cP xmmma- Fnnal Plpvnest and A,nasionce: 14.13, If, on da basis of ENGINEER's observation d the Work dmhg rmsstromen and final inl .d., and ENGINEER'S.,.. of Um final Application for Payment and aceompmrying dmomemmon as raluimd by the Cormam Doevmemx, ENGINEER is satisfied that the Weak bns been completed and CONTRACTOR', dha 14,10.2. Noaompeneyorwpaimeopemnmotpat of the WA will be awnmplulrcd Ina to eanphmce with die melahanenm of pammaph 5.15 in ropcet of property matim e. Fw11n4a item: ENGINEER will room the Appphomon an CONTRACTOR ins.*, in writing Uc riser, for 14,11, Upon woman notice Bonn CONTRACTOR"" the rebimwmhgg b r."m ..lad Cmal Paymem, vh which case ama Work a on agreed portion thereof is coonplae, 9;MZTOR shot] make the neaswry aneeUam mad ENGINEER will make ¢ final' With OWNER resubnilihc Application Thirty days allerp iser atim0 eel COONTRACCOR ad will rml�' CONTRACTOR in OWNER of the Appihcetion and eeaanpenyahg wrim% of all particulars in which this impectim reveals dogma mon, in esmict sime Cam and mIsm. and flat ids Work is imanplem e, defomea CONTRACTOR with ENGINEERk reoommeelation and notice of shall immediately take such measures as no necessary to ae apmbility, the amours mummemied by RNMEER mmplem such wok or ramdy such deficmcia will bamme due and will be paid by OWNER on CONTRACTOR mhbix to navemeh 1762 of do, find Aypllcadoa fa Paymw: Gmmml Condit, 14.12, After CONTRACTOR has menplad aU such ebonx to dhc stisfaRhon dENGINEER avvl delivered in aecordarhee whih the Corood Doc.ana ell madman,. and operating ilmavetidrm. schedules. imaa, Bond% certificates or other evid¢ma of mourame, mgmhd by ph SA, mti6ota of .,.be,merkd., record me, (as pwi lat m psmgmph6.19) end Was documents, CONTRACTOR WaT O FFOR. MMIM01b1910aftaa0H , W GiY OFFORT mLLl� MOgFlCATI0N9 plE V <2 W % 14.14. 14 fhfeaigb in, fault of CONTRACTOR 6rml usPlotion of Um Work is si fxaN�tltyty delayed aM if IsN INEER sa eadams OW�R arms upon mceTt of CONTRACTOR. foal AAppppli®Gon fa Payment anal ona mmmdatim of ENGINEER, end withom Woomo rm We Agrsmmt, make paymem of the balance one for that pohen of" Work fay canPlded and accepted. If the en raming balance to be held ai OWNER fa Weak no Polly completed a connoted is less Who the romiregc stipulated in Uw 2rent, and if B n& have ban fumishcdaeaquirNMraW: r5.1,LIwwriwmemxnt of the surery, m the eon the balace due fa than }moan ofNe Wak furry wmplefed aM accepts shall be subnittd by CONTRACTOR to ENGINEER whh the AppfiaUon for amh iaymem Such, payment stall be ode under the tams and mmhuoaa ,nmins final Payment. exCapt flit it doll M mnetiWm 8 Wooten of Claims Ralva ofCTnlms 14.15. Tltemakingmdacoepmrcedfiemlpaymentwill eamtitues: 14.15.1.a waives dall chic, by OWNER again, CONTRACTOR except elanns arising loan unaadd Lien, from defective Wok eppeai, aft, Geotechnical Engineering Repoli l�err�con Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013 . Terracon Project No. 20135038 • 4.1.3 Expansive/Collapsible Soils Laboratory testing indicates the on -site sandy lean clay soils, near the anticipated foundation depths, exhibited 0.6 to 1.1 percent compression upon wetting at the samples in -situ moisture content. However, it is our opinion these materials will exhibit a higher expansive potential if the clays undergo a significant loss of moisture. This report provides recommendations to help mitigate the effects of soil shrinkage and expansion. However, even if these procedures are followed, some movement and cracking in the box culverts and surrounding pavements/concrete flatwork should be anticipated. The severity of cracking and other damage such as uneven culvert foundations and cracked pavements/concrete flatwork will probably increase if any modification of the site results in excessive wetting or drying of the on -site clays. Eliminating the risk of movement and distress is generally not be feasible, but it may be possible to further reduce the risk of movement 9 significantly more expensive measures are used during construction. It is imperative the recommendations described in section 4.2.7 Grading and Drainage of this report be followed to reduce movement. 4.2 Earthwork The following presents recommendations for site preparation, demolition, excavation, subgrade preparation and placement of engineered fills on the project. All earthwork on the project should • be observed and evaluated by Terracon on a full-time basis. The evaluation of earthwork should include observation of over -excavation operations, testing of engineered fills, subgrade preparation, subgrade stabilization, and other geotechnical conditions exposed during the construction of the project. 4.2.1 Site Preparation Prior to placing any fill, strip and remove existing vegetation, existing pavements, the undocumented existing fill, and any other deleterious materials from the proposed construction areas. Stripped organic materials should be wasted from the site or used to re -vegetate landscaped areas after completion of grading operations. Prior to the placement of fills, the site should be graded to create a relatively level surface to receive fill, and to provide for a relatively uniform thickness of fill beneath proposed structures. If fill is placed in areas of the site where existing slopes are steeper than 5:1 (horizontal:vertical), the area should be benched to reduce the potential for slippage between existing slopes and fills. Benches should be wide enough to accommodate compaction and earth moving equipment, and to allow placement of horizontal lifts of fill. 0 Responsive. Resourceful . Reliable fiml mspeaiar peasant m paragraph 14.11. from CONTRACTOR but which so, cored elewhers, oral • kdum to canply with the Cowaet Documents or the fadslithe Work asOWNERmay dean expeAmt Iu such terms of srsryry �ccurl 1ps.nt. specified therm, or CONTRACTOR "I] rot be outald m receive arty om frCON CTOR's catlinuing obggatioa sack further payment until the Work is futished If the mused Ue Comm Domments; surd balmcc of the Construct Prig exmeds ull claim, cats, tosser, wd damugea umirxd by OWNER sridng out of 14.35.2. A waiver 4.11 elm s by COM'EAUFOR re [=it irtg from cmtpldmg the Work such aressw cdl be against OWNER other than them previously made N paid to CONTRACTOOR Ifsmh clahns asLc ]=a aM wdtdrgesalailimuctlM, damugos uxccmd such unpeal Islam, CONTRACTOR ARTICLE 1"USPENSION OF WORK AND T]MIINATION 0"MMgy&vard Wtrk: 15.1. Al atime and without came, OWNER may mtspendthe Wort w anyy patlmthoreof fa a pedod ofrtm mac than maty days by notice in 'tkg to CONTRACTOR aM ENGMEER which will fix also date on ,h"i h Work will be m or d. CONTRACTOR shell ream. the Work on the date m fad CONTRACTOR d" be allowed an arguammt at the Contract Price or an mtemlon of the Cmasd Torres, w bah, dirad attributable to arty such suspension if CONTRACTOR .ekes an ar,.ed elabn therefor m provided in Articles I I and 12, OWMMMay Tw,,dmv: 13.2. Upm the oc urro m of say ore, a more of the following everts: 15.2.1. if CONTRACTORpmaiaentlyfailstopeifam the Wok a smordarae wi Ua Cataract Documents (m.dir, but not limitd W failure to supply sufficient skilled waken or suitable materials or equipment or foilur s to eAert to this prof me, sdiedule established undo pmeg.ph29 as tdjumd 9om time to tune puasuntmpem®aphb.6); 15.2.2. if CONTRACTOR dvaegards Laws or ReguM. of mry publik body hevingjmisdiaion, 15.23. if CONTRACTOR diacgsrds Use authority of ENGINEER m 15.2.4, if CONTRACTOR otherwise ,uilm, in any substoNial way my paves. of the Comes Documents; OWNER an. after giving CONTRACTOR (aM the smery, if any swan days' written notice and to Un m ent ,ermined by Laws; rollRSubitiory tmninate the wrvices NCONTRACTOR. exclude CONTRACTOR @oar the site aM trite possession of the Weak ed of all CONTRACTOR'a loops appli..% comtrmtion ,uifmmt and mechuserryy at the sue and use non e ne to the full extent they =d be used by CONTRACTOR (without liability to CONTRACTOR for trepass ana or owersim), mmrpome in the Work all matmnd d equmnaa atered at the site or for which OWNER has paid 6LDCOeIVa1W. WlIDITOAl19m8 (IaNediwa 32 µaV OFFMTN M4MMMF Twea(aeV 44031) M 15.3. Whem CONTRACTOIt's mica have been w tmmireted by OWNER, the armirmat will not affect arty rigfds or temdies of OWNER against CONTRACTOR than esmitu or which may thereager sane. A, station or prymaot of mane, due CONTRACTOR by OWNER will not .mare CONTRACTOR from liability 15.4. Upon seven dsyyd written mi. to CONTRACTOR aM ENGINEER, OWNER may, without muse aM without pmludim to cry dlar right m remedy afOWN1Rt. eled wimairatethe Ameenent. In soar wee. CONTRACTOR alarll be paid (wghoat dupgeaionoteuv items): I5.41. fmmmplddardeccepmbk Wmkmewtd k armctio. whh the Garrard incumenN gplen b the mbleve date of temrimad iit Ming Gv ard eatable sums far overhead aM profit on such Work; 15.4.2. fw a mauls; sumimd Icier to the &wive date of temmehan in performing services and ferrrbahb,; labor, materials a eyuipmmt as required by the Crimea Dou.sm at vormeam with uaompldd Work, plus fair aM estimable soma for wah.ad aMprefit ean arch capmaaa 15.43. for all clauns ca4 logics aM damage imm,d in atd..t of terminated earinum with 3ubmnhactas, Suppliers aM other, and 15.4.4. for meemsble enlace directly attributable totermimtion. CONTRACTOR shall not be Paid on mmotau of Imo of anbeipated aofita .vmm o other mmmrie teen misingout of or resultuq fimn suchtmnuu4on CONTRACTOR May Say, Wore or Termin4fa I5.5. If Unuceh enm4idefrCONTRrdt"dars Work u w�m&d for a peril of mac than rwxry days by OWNER or O].derNE R ceder of ceurt a aMr public lot or ENOINEElt fads load on is Amitted or 0) 7%vnima without Nary days after C it u ACTOR y, O fads far thady days m pay CONTRACTOR arty, 0 • 0 ram frailly determined to be due, then CONTRACTOR mint and .ewer terns as p.i&d in the Agreennem end a HE has Ruled far thirty days to ryryryry sum fmaly determined to be disc, upon xvm deye written notice to 91IR siao the Work until nvmem of all each ammme doe CONFRACI'ON, iacludmg vuwact thereon The Fovisime of this lampph 15.5 are at amended to prxludo CONTRACTOR from makdg claim under Armadas 11 and 12 for an more. m Comort Pratt or Contract Tim" a otherwise for C pro es or derange directly attribulablo to CONI'RACTOR's sopping Work as permitted by title pom®aph. ARTICLE If aM to the arum that OWNER and CONTRACTOR here agreed m the method ab Focdure for re olim,; disputer him. them that may arise unit-, this Agcemem, such dispute rawlutim method and procedure, S nay, stall be oa set forth in ExhibitGGA 'Depute RemNlim Agreement", to be ettachcl hammo cad made a part hermf. If no mch spmnem an den meOmd and pro xskaa for raolvirag mch dupul" his, been reached, and subject to the p masions of pregru ha 9.10, 9.11 unit 9.12, OWNER and CONTRACTOR may exercise such ,iglus a arse dies as either may otherwiz have under the Contract Documents or by Laws or Regulations in raspent of say, divatc. ARTICLE 17—hUSMLANEOUS GTvirag Notine: 17.1, Whacever my anwinon of th, Contact Docwaems requves the giving of written entice, k will be deomvd to lavebeennimb gwenifrb.mo NFamnb die iasparatela to n member in a fan. i tlanot➢ar of too capmntim fen wham it d intmdma or ifdalivererl at a sera by registered or cenl6ed mail past Fapsld to the dart MtiNm6 ndrha6kroura b lE g,am.the resice. 17.2. Computation qFTLne: 17.2.1. When are, factual of time is referred to in the Commit Dowmmts by days, it will be computed to mMuda the first aM include den lea day of such period If the lea day of my, such Iknad fella on e S= orSmday a on a day made a legul hoh dry the dew of der applicable juridctim, mch daY wi 1 be mnaked farm the mawsid m. gg.9COBe�tat. LUMlTl0181910a (19➢egdgoq W ('ITYOF FORT Wll.tla MCOmICal10NS1M6v4ROW) 17.2.2. Acaledier&yoftwemy-fourhouneneasared Gam midnight to the rant midnight will romtibte e day. Ned. afChahe; 17.3. SMuWOWNRRor CONTRACTORsiffsijiry a damage b pemwt or GTopeny, beaux of arty error, omiwon or act of the other party or of any of the alter party, employee or ay" a other for whoa acts de Area parry is ksslb liable, ileum will be made in writing to lw other Forty within wti a reanable me of the rimobservance of such iNury m damage. The Fwisaa of this paragraph 17.3 shall not be mmtuVd se a aubetitate for a a waives of the provisions of any applicable .mute of l .nations orrcpu oCos Waalw Reoussor 17.4. The duties and oblipttom imposed by thus General Condition aM the righta aed remedies mmU.Ne tread- 1. the panic hereto, and, is particular but walnat limitation, the warmmia, gammbea am obligation imposed upon CONTRACTOR by 1144.3�aadd 152 and all of the nghts and lramedi lovaileble to OWNER Bred RNGINRER thereunder, to le addition W. and ere rat to be ransomed b any, way as a limited. of. any rights eed remedies nvailable to any or all of dam which se, otherwise bnpaed a available by Laws or Regulations by V.1 wartmuy, or peari a by rdher Fovisiaas of the Contact Documents. east the prrnidon oC this fmagaph will be " oQective as if rryxamd apcuifva y is tln Cuatract Documorm in careactim with each com imdar dray. ibligmion right and remedy to which they apply. Profemonaf Fear cad Cant Cases lsdualed: 175. Wheriever refs. u mat to "e6ims, erns, losses end damages', it shelf =Rite an each sae, but not be limited ta, all feu aM °Imtgu of mginem s, amhirats, atbeceys end other profamonels and all coot a arbitration or other dispute rwlution carts. 17G The laws of the Sam of Coloado a®Iv to this AtmmeaLL Rofmcncc. two certirem Colorado aetm" to a fo1 1 ow- 17(.1 Colorado Raked Sauna (CRS 8-17-101) fe,. u've that Colorado leba Iw emoloved to ocr[omr dt- Work b dose eseem of rend lam dun g0 nmcmt (BO°61 of met Noe a ale of Iehor N the mvmvl Bassi "tusm oT skilled and rommm soar emobved m tM moi".t Cn oN man mry rclammwh, time demnbvmentimeo.in distim.NLAt'P.BR1248". rnla. crud. sae. relieion or sex 17.6.2. If a devn 2. lrg261071bwtthlabfromal is filed. OWNER u rmu'tred by Rgyn! crab �w um[ Cm3a m name the oavmml of ell C ll Q1 S (a bbe. melmals. tram him. armaimi or ocher son used a axamed W CONTRACTOR a lur used orCON e/CutaewmiAL Wr�nofe �rlaauzmRmim> 34 a/4TYOF FORTNLLIFBMODMCATIOM3(R6V�RW% • C (fhicpvge IepbNN/ imentimelly.) ri w/WTY OF FMT MW MMOOIFICRTIOM@ U[WO) 0 35 HImC OLTT MM91OM 19104OM EdilW 36 WCITYOF.O TmW..MlnCATIOM MEF. I.) 0 171 0 • 16 4_ Except 165 below, EX111BIT CaC•A to General Conditions as po eked Wpm , mrh me arbitration ansmg met of or relating a t a Collect of the Construction Contract Between Documents dmn include by ronsolidsome, joinder or m any OWNER and CONTRACTOR alher marina any, no. parson or entity (including bNGINEER, ENGINEER's Consultant and the offices, directors, agmas, employees or.1tanm of airy of them) who in ma a perry to this csaea urdca: DESF RESOLurlom AcpjwmENT 16.4.1. the inclusion of such other person or amity is steecaary if complete relief L, to be .eroded among thecae who are alo edy parties to the eobitratim, and OWNER and CONTRACTOR hereby .pee tort 16.4.2 moh aMr person or entity is substantially Artica 16 of the General Conditions of the Cnnsmunion involved in a question of law or fact which is commonCooked between OWNER and CONTRACTrr s to thoss, who are already fortis. to the arbitration and nmaodMm include the fallowing egreemmt of the paanics: winds will mine in web proconinp, and 16.1. All claims, disputes and at]. mattes W 1641 the written commit of the other, person or Weaton berwcen OWNER and CONTRACTOR arisinngg coney sought m he included and of OWNER and M of orrelating m the Contract Ihnunems or the Meech CONTRACTOR Ms been odained far ouch inclusiorh, there, (emzpt for claims which have been sfived by the making err soxpmnce of foul piyro m aslrmidmd by which roresnt atoll make elecific reference to the paragraph 14.15) will be do idM by ahmo ion la PamgeaFss: but an, such catvem ideal corutimm corumt accordance with the Co svueion Industry Arbitration an, attenuation of any depute not specifically described in such oxaem or to arbitration with any party net Rules of the American Atbitmtice Association than specificallymentifed in such emsm, obtaining, subject m the knimstiora of the Article 16. This agreanent so to arbitrate mad any other agreement or 16.5. Notwithstanding paragraph 16.4, if a claim. meaenl to aWtrato entered olo in accord. herewith as dispute . tabor and. to question bdrveen OWNRR and provided in this Article 16 will be specifically eNaceable CONTRACTOR traders it. Work of a Subcontract mde,lapeveima oncefasy corm Mvingjumedictiors either OWNER or, CONTRACTOR ma, iob such 162. Nodes mWfcambinainnofatelaim, lapule yrj CCLN'1'RAC'I'OIL rMreumkr��CON 'TRACfOR lag es W. matmr act a rryuirad 0 referred to, include m all sulvmarecl uiel h 6.11 a INGINEER manally for decision in accordance with specific provision whereby ft Subcontractorgmconame to pemgraph 9.11 will be made moil the earlier of (a) the date on T9 RNGPIEEdt has radmed a weaten decision or basing oche W m mbvratian between OWNER end lbu (b) the thbty-fad dey affix the pmtin have them CONTRACTOR iron the Wok of each Stshmbactor. Naldng in tide paragraph 16.5 roc 'cat the n has net widenhce to FNOINEbR f e written decision Ma cone bend • provision of such subcontract mmmting to joinder atoll rendered by ENGINEER before that bee. No demand for cam any claim, right or caum of aCo. in fivar of ashousuan of myy scuds claim, dinpWe ia cilmule, will Subcontractor and agamd OWNER. ENG24EER or be made lam, rude thirty days after the dam on which ENU1 R's Cmsmtanathatdoesnaothmwimetia. ENGINEER Ms reohaal a written dome. n, res)cG thcenf in amadance with Pere®aph 911; meal IF. failure 16.E The awaod rendered by the arbitraaa will be m demand arbitration with. said linty deyd pcmd will fmmk )vyittea may be emoted upon it in any coat having result in ENGMER's dmisim being final and boding jurisdiction therm( and it will net be subject m upon OWNER and CONTRACTOR If 6NO[NEER mndificoum oraPPml. mndaa a decision elu mbitmnon emceedvv��ss Imve been aiaideouch dceidm may he mmredas evidence brrt will rotwpemede the arbitration pocredag+. except where flee 16T OWNER and CONTRACTOR agree that they dccislw to accpmblemtha pamcsmmcmed. No demand sMl face submit my end all unsettled claims, mmnlerclaba die mud otlmr mamas m wassu n fQ mbimation of mY wdmcn decider of BNG]NP.ER Mrween atom ariMt sot of or Mining to the Cmmnct rendered W accordance south ParagrapphH.10 will be made �pmmta a the breach thereof ('disputes'), to mediation Imta thanten day. eleriM puny making ouch demon, has M' the American Arbitration Asmeatm under the triperect Jw.ritmn notire of urmwon m appeal ca provided Mitarografts 9.10. Construction Intensity Mediations RWes of la Armament Arbitmtim Assocation poor to either of them iatiaing 16.3. Notice of thedemwW fin arbiamtim will be ngmra the .her a demand for arbitration pursuant to filed in writing, with the.deer petty to the Agreement and pmmgmphs 16.1 though Me. ardea delay in WttaMg with the Am. Arbitration Association, and m vivo, will arbtration would irrevocably prejudice oat of the panes The repaave thvty end inn ley lone limits withb which besend m ENGII4EGR far tm'amonon The demand fa to file a diamond for mbimtion as poi in paragraph ahitrmion will be made within the th rtyclay or tenday 16.2 and 16.3 above .hell be wspsded with respect to a period sfacffcd W pamlmph 16.2 as applicable, end in all dispuk submitted to medimhon within these mac nou cams within ....able lone afar this club, depute amicable time limits and!shell remain wW,&d until ten mine m or mama in gnomoner hanion, and in event dvall day. d r the temination of the mediation The me3iatw anywchdemmWhe madedhothedstewhenimtitutineof of.yd,e,a.bmittdtomeiiationundathe AVr mt Legal or equitable paceedirgs lined on such claim'dispute shell not serve mi islimmor of such disputeune otherwise or otiva ma= in question would be barred by the samceg applicable d W ua of lbmimtiom. ucocoatrenAL mtuwnols tawaoaamssums OC.A1 vJ CITY OPPORT WLLniS MOWFICAT101S (R6v 99% Is EICDC � COIIDIIIOM 1010R C"O E&.* W CRY OFFORT COLLIM MOgFlCAnOM( "4) CC AI 0 r • 11 SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 • SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: !Report Title, Report #. Author, Date] Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in Paragraph • 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents, except the following: [Report Title. Report #. Author. Date] 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. • Geotechnical Engineering Report 1 �erracon Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado December 3, 2013 . Terracon Project No. 20135038 4.2.2 Demolition Demolition of the existing concrete box culverts should include complete removal of all foundation systems, below -grade structural elements, pavements, and exterior flat work within the proposed construction areas. This should include removal of any utifi ies to be abandoned along with any loose utility trench backfill or loose backfill found adjacent to existing foundations. All materials derived from the demolition of existing structures and pavements should be removed from the site. Consideration could be given to re -using the asphalt and concrete provided the materials are processed and uniformly blended with the on -site soils. Asphalt and/or concrete materials should be processed to a maximum size of 2-inches and blended at a ratio of 30 percent asphalt/concrete to 70 percent of on -site soils. 4.2.3 Excavation It is anticipated that excavations for the proposed construction can be accomplished with conventional earthmoving equipment. Excavations into the on -site soils may encounter weak and/or nearly saturated soil conditions with possible caving conditions. The soils to be excavated can vary significantly across the site as their classifications are based solely on the materials encountered in widely -spaced exploratory test borings. The contractor • should verify that similar conditions exist throughout the proposed area of excavation. If different subsurface conditions are encountered at the time of construction, the actual conditions should be evaluated to determine any excavation modifications necessary to maintain safe conditions. Although evidence of underground facilities such as septic tanks, vaults, and basements was not observed during the site reconnaissance, such features could be encountered during construction. If unexpected fills or underground facilities are encountered, such features should be removed and the excavation thoroughly cleaned prior to backfill placement and/or construction. Any over -excavation that extends below the bottom of foundation elevation should extend laterally beyond all edges of the foundations at least 8 inches per foot of over -excavation depth below the culvert base elevation. The over -excavation should be backfilled to the culvert base elevation in accordance with the recommendations presented in this report. Depending upon depth of excavation and seasonal conditions, surface water infiltration and/or groundwater may be encountered in excavations on the site. It is anticipated that pumping from sumps may be utilized to control water within excavations. Well points may be required for significant groundwater flow, or where excavations penetrate groundwater to a significant depth. The subgrade soil conditions should be evaluated during the excavation process and the stability of the soils determined at that time by the contractors' Competent Person. Slope inclinations flatter than the OSHA maximum values may have to be used. The individual contractor(s) should • be made responsible for designing and constructing stable, temporary excavations as required to Responsive a Resourceful a Reliable 6 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment • i• SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 8036 Arthur Ditch Bridge Replacement — Canyon Avenue CONTRACTOR: [Contractor] PROJECT NUMBER: 8035 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 (Assumino all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer 40 Project File Architect Purchasing APPLICATION FOR PAYMENT PAW OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as DATE AMOUNT follows: Original Contract Amount: Net Change by Change Order: Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retamage: Less Relainage: is by Change Order $0.00 AMOUNT DUE THIS APPLICATION: ATION: signed CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with lave been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. Amount Due This Application is requested by the CONTRACTOR. • By: if the above Amount Due This Application is recommended by the ENGINEER. By: -f the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. By: if the above Amount Due This Application is approved by the OWNER. By: LA APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 • Work Work Work Completed Completed Completed Stored This Previous To Month Periods Date Materials Total This Earned Unit To Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date $0.00 $0.00 $0.00 $0.00 $0.00 '. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.00 $0.00 $0.00 $0.00 $0.00 $O.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 • $0.00 $0.00 $O.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE Work Work Work Completed Completed Completed Stored This Previous To Month Periods Date Materials Total This Earned Unit To Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 • $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.90 $0.00 $0.00 $0.00 $0.00 $0. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ORDERS $0.00 $0.00 $0.00 $0.00 $0. PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0. STORED MATERIALS SUMMARY PAGE 4 OF On Hand Received Installed On Hand i Invoice Previous This This This )er Number Description Application Period Period Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o. $0.00 u $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 CITY OF FORT COLLINS ENGINEERING DEPARTMENT SPECIAL PROVISIONS Arthur Ditch CBC Replacements The 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. PROJECT SPECIAL PROVISIONS • aee Index Pages (11/04/2014) 1-3 Notice to Bidders (11/04/2014) 4 Commencement and Completion of Work (11/04/2014) 5 Revision of Section 101— Definition of Terms (11/042014) 6 Revision of Section 102— Project Plans and Other Data (11/04/2014) 7 Revision of Section 105— Dispute Resolution (11/04/2014) 8 Revision of Section 107 —Performance of Safety Critical Work (11/04/2014) 9-11 Revision of Section 107 — Interruption of Irrigation Water Flow (11/04/2014) 12 Revision of Section 107— Protection of Existing Vegetation (11/042014) 13 Revision of Section 108— Prosecution and Progress (11/04/2014) 14-19 Revision of Section 201— Clearing and Grubbing (11/04/2014) 20 Revision of Section 202—Removal of Asphalt Mat (11/04/2014) 21 Revision of Section 202—Removal Portions of structure (11/04/2014) 22 Revision of Section 206 — Excavation and Backfill for Structures, Culverts, and Pipes (11/04/2014) 23 Revision of Section 208 —Erosion Control (11/04/2014) 24 Revision of Section 209 — Watering and Dust Palliatives (11/04/2014) 25 Revision of Section 211—Dewatering (11/04/2014) 26-27 Revision of Section 212— Seeding, Fertilizer, Soil Condition and Sodding (11/04/2014) 28 Revision of Section 214—Planting (11/04/2014) 29 Revision of Section 518 — Water Stops and Expansion Joints (11/04/2014) 30 Revision of Section 601—Structural Concrete (11/04/2014) 31 Revision of Section 603 — Culverts and Sewers (11/04/2014) 32 CITY OF FORT COLLINS ENGINEERING DEPARTMENT • SPECIAL PROVISIONS Arthur Ditch CBC Replacements STANDARD SPECIAL PROVISIONS Date No. of Pages Revision of Section 103 - Colorado Resident Bid Preference (February 3, 2011) 1 Revision of Section 105 - Construction Surveying (July 31, 2014) I Revision of Section 105 - Disputes and Claims for Contract Adjustments (January 30, 2014) 31 Revision of Section 105 - Hot Mix Asphalt Pavement Smoothness (May 8, 2014) 7 Revision of Sections 105 and 106 - Conformity to the Contract of Hot Mix Asphalt (Less than 5000 Tons) (February 11, 2011) 7 Revision of Section 106 - Certificates of Compliance & Certified Test Reports (February 3, 2011) 1 Revision of Section 106-Material Sources (October 31, 2013) 1 Revision of Section 106 - Supplier List (January 30, 2014 1 Revision of Sections 106, 627, and 713 - Glass Beads for Pavement Marking (February 8, 2013) 2 Revision of Section 107 - Project Payrolls (May 2, 2013) 1 Revision of Section 107 - Responsibility for Damage Claims, Insurance Types (February 3, 2011) 1 and Coverage Limits Revision of Section 107 - Warning Lights for Work Vehicles and Equipment (January 30, 2014) 1 Revision of Section 108-Liquidated Damages (May 2, 2013) 1 Revision of Section 108-Notice to Proceed (July 31, 2014) 1 Revision of Section 108 - Project Schedule (July 31, 2014) 1 Revision of Section 108 - Subletting of Contract (January 31, 2013) 1 Revision of Section 108 - Payment Schedule (Single Construction Year) (October 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) 1 Revision of Section 109-Measurement of Water (January 6, 2012) 1 Revision of Section 109- Prompt Payment (January 31, 2013) 1 Revision of Sections 203, 206, 304, and 613 - Compaction (July 19, 2012) 2 Revision of Sections 206 and 601-Backfilling Structures that Support Lateral (July 29, 2011) 1 Earth Pressures Revision of Section 208 -Aggregate Bag (January 31, 2013) 1 Revision of Section 208 - Erosion Log (January 31, 2013) 1 Revision of Section 250 - Environmental, Health, and Safety Management (July 19, 2012) 1 Revision of Section 401 -Compaction of Hot Mix Asphalt (April 26, 2012) 1 Revision of Section 401 -Compaction Pavement Test Section (CTS) (July 19, 2012) 1 Revision of Section 401 -Temperature Segregation (February 3, 2011) 1 Revision of Sections 401 and 412 - Safety Edge (May 2, 2013) 2 Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming (May 5, 2011) 1 Compounds for Curing Concrete Revision of Section 601 -Concrete Hatching (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 Sections 627 and 708 - Pavement Marking Paint (January 31, 2013) 2 Revision of Section 630 - Construction Zone Traffic Control (February 17, 2012) 1 Revision of Section 630 - Retroreflective Sign Sheeting (May 8, 2014) 1 Revision of Section 630 - Signs and Barricades (January 31, 2013) 1 Revision of Section 703 -Aggregate for Bases (without Rap) (October 31, 2013) 1 • Revision of Section 703 -Aggregate for Hot Mix Asphalt (November 1, 2012) 3 Revision of Section 703 — Concrete Aggregate (July 28, 2011) 1 • Revision of Section 712 — Water for Mixing or Curing Concrete (February 3, 2011) 1 Revision of Section 713 — Epoxy Pavement Marking (October 31, 2013) 2 Affirmative Action Requirements — Equal Employment Opportunity (February 3, 2011) 10 Partnering Program • • NOTICE TO BIDDERS 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 representative. Prospective bidders shall contact one of the following listed authorized City Representatives at least 12 hours in advance of the time they wish to review the project. Project Manager: Tracy Dyer Engineering Department City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 Office Phone: (970) 416-2011 Fax: 970.221-6378 tdyer®fcgov.com Senior Buyer: John Stephen Purchasing Department City of Fort Collins Fort Collins, CO 80522 Office Phone: 970-221-6777 Fax: 970-221-6707 jstephen@fcgov.com The above referenced individual are the only representative of the City with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. 0 Question received from bidders along with City responses will be posted as an addendum on line at the City of Fort Collins Buy Speed Webpage, www.fc¢ov.com/eorocurement as they become available. All questions shall be directed to the City contacts listed above no later than 7:00 am one week prior to the bid opening. Questions and answers shall be used for reference only and shall not be considered part of the Contract. Where references is made in the plans and specifications to Owner, Department, Chief Engineer, Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the City of Fort Collins, Colorado, representative. COMMENCEMENT AND COMPLETION OF WORK • The Contractor shall commence work under the Contract by the City in the "Notice to Proceed". The Contractor shall complete all work within 120 calendar days in accordance with the "Notice to Proceed". Estimated Substantial Completion is April 3", 2015. The Contractor will be allowed 5 day street closure to perform final grading and paving. At the end of this time frame, Canyon Avenue must be reopened. To provide the most flexibility to construct the project, the Contractor is responsible to determine construction phasing and when to request the street closure. The City requests a minimum of two weeks' notice prior to the requested closure date. Salient features to be shown on the Contractor's Progress Schedule are: 1) Erosion Control 2) Construction Traffic Control 3) Removals 4) Structure Excavation and Backfill 5) Storm Drain 6) Box Culvert 7) Waterproofing Barrier 8) Asphalt Paving 9) Curb 10) Clean Up and Punch List Section 108 of the supplemental specifications is hereby revised for this project as follows: • Section 108.03 shall include the following: The Contractor's Progress Schedule shall be a CPM Schedule. Full street closure must be shown on the schedule. All work which affects ditch must be completed by April 15, 2014. • City of • FF6rt Collins Purchasing • ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial SBNICaa Purchasing Division 215 N. Mason St. 2n° Floor PO Box 580 Fort Collins, CO 80522 87U.221.8775 870.221 6707 rcgov com/purchasog Description of BID 8035: Arthur Ditch Bridge Replacement Canyon Avenue OPENING DATE: 3:00 PM (Our Clock) December 8, 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 — Questions and Answers. Exhibit 2 — Revised Bid Schedule 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. Geotechnical Engineering Report 1(�rracon Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013 . Terracon Project No. 20135038 maintain stability of both the excavation sides and bottom. All excavations should be sloped or shored in the interest of safety following local, and federal regulations, including current OSHA excavation and trench safety standards. As a safety measure, it is recommended that all vehicles and soil piles be kept a minimum lateral distance from the crest of the slope equal to the slope height. The exposed slope face should be protected against the elements 4.2.4 Subgrade Preparation After the existing fill, existing concrete box culverts, and deleterious materials have been removed from the construction areas, the top 8 inches of the exposed ground surface should be scarified, moisture conditioned, and recompacted to at least 95 percent of the maximum dry unit weight as determined by ASTM D698 before any new fill/bedding or foundation is placed. If pockets of soft, loose, or otherwise unsuitable materials are encountered at the bottom of the excavations, the proposed culvert elevations may be reestablished by over -excavating the unsuitable soils and backfilling with compacted engineered fill. After the bottom of the excavation has been compacted, engineered fill can be placed to bring the culvert subgrade to the desired grade. Engineered fill should be placed in accordance with the recommendations presented in subsequent sections of this report. • The stability of the subgrade may be affected by precipitation, repetitive construction traffic or other factors. If unstable conditions develop, workability may be improved by scarifying and drying. Alternatively, over -excavation of wet zones and replacement with granular materials may be used, or crushed gravel and/or rock can be tracked or "crowded" into the unstable surface soil until a stable working surface is attained. Use of fly ash or geotextiles could also be considered as a stabilization technique. Laboratory evaluation is recommended to determine the effect of chemical stabilization on subgrade soils prior to construction. Lightweight excavation equipment may also be used to reduce subgrade pumping. 4.2.5 Fill Materials and Placement The on -site soils or approved granular and low plasticity cohesive imported materials may be used as fill material. The soil removed from this site that is free of organic or objectionable materials, as defined by a field technician who is qualified in soil material identification and compaction procedures, can be re -used as fill for the replacement concrete box culverts. It should be noted that on -site soils may require reworking to adjust the moisture content to meet the compaction criteria. Responsive. Resourceful . Reliable REVISION OF SECTION 101 • DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the Work embraced under this Contract shall consist of the "Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction' dated 2011, along with the Latimer County Urban Area Street Standards and the City of Fort Collins Utility Standards. If there is a conflict apparent between the two, the more stringent specification shall be used. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of the Contract. A summary of redefinitions follows: 101.28 Department. City of Fort Collins Engineering Department, Colorado 101.29 Engineer. The Construction Engineer for the City of Fort Collins, Colorado, or designated representative. 101.39 Laboratory. City of Fort Collins, Colorado, or their designated representative. 101.51 Project Engineer. The Project Manager, City of Fort Collins, Colorado or designated representative. 101.76 State. City of Fort Collins, Colorado (where applicable) • REVISION OF SECTION 102 • PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: Contract 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/e2Tcurement 2. City of Fort Collins Purchasing Department, 215 N Mason Street, 2nd Floor, Fort Collins, Colorado, 80524 The following information is available: • Geotechnical Report • City's Survey • Electronic copy of the Bid Tab After the proposal have been opened, the low responsible bidder may obtain from the City, at no cost: 2 sets of 1 I x 17 plans and special provisions; and if available for the project, one set of full-size cross sections, one set of full-size major structure plan sheets, and one act of compute output data If the low bidder has not picked up the plans and other available data by 4:30 pm on the second Friday after bid opening, they will be sent to the Project Engineer in charge of the project. Additional sets of plans and other available data may be purchased on a cash • sale basis from the City at current reproduction prices. Subcontractors and suppliers may obtain plans and other data from the successful bidder or they may purchase copies on cash sale basis from the City at current reproduction prices. REVISION OF SECTION 105 DISPUTE RESOLUTION 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 process for any claims filed by the Contractor. `J REVISION OF SECTION 107 • PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications is hereby 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: (1) Removal of the Arthur Ditch concrete box culverts. (2) Temporary works: falsework, shoring that exceeds 5 feet in height, cofferdams, and temporary bridges (3) Work requiring the use of cranes or other heavy lifting equipment to set structures. Also when construction materials are being lifted that may fall onto active traffic Imes. (4) Excavation and embankment adjacent to the roadway, especially if it requires shoring (5) Work operations such as jack hammering which may create vibration. 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 removal of portion of bridge 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 for which the plan is being prepared and submitted. (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 11 2 REVISION OF SECTION 107 . PERFORMANCE OF SAFETY CRITICAL 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. Work that cannot be completed in time for the roadway to be reopened to traffic D. Replacement of workers who don't perform the work safely E. Equipment failure F. 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) Erection plan or bridge removal plan when submitted as required elsewhere by the specifications. Plan requirements that overlap with above requirements may be submitted only once. 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 conferences or bridge removal conferences 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 seal temporary works, such as falsework, shoring etc., related to construction plans for the safety critical elements, (1) Removal of Structure, and (2) Temporary Works. 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 manner 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. 3 • REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the Department. L r LJ i REVISION OF SECTION 107 INTERRUPTION OF IRRIGATION WATER FLOW • Section 107 Standard Specifications is hereby revised for this project as follows: Subsection 107.14 shall include the following: The Contractor's attention is called to the fact that the Arthur Ditch is within the project limits on which work is required. It is the Contractor's responsibility to provide continuous flow or make arrangements for flow interruptions as necessary if construction scheduling requires work on these facilities during times of high groundwater flow. Irrigation facilities adjacent to the project normally flow from April to October each year. Therefore, construction activities that affect these facilities should be coordinated accordingly. Work necessary to comply with these requirements, including temporary ditches or culverts, and/or detour culverts, if necessary, will not be paid for separately, but shall be included in the prices bid for the various bid items that occur on the project. F r� L REVISION OF SECTION 107 PROTECTION OF EXISTING VEGETATION Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.12 shall include the following: A. The Contractor shall save all existing vegetation in this area, except for those trees and shrubs which must be removed to accommodate construction of the project. B. The Contractor shall perform all the work in such a manner that the least environmental damage will result. All questionable areas or items shall be brought to the attention of the Engineer for approval prior to removal or any damaging activity. Trees and/or shrubs that me damaged during construction but could have been saved shall be replaced at the expense of the Contractor. C. The following measures shall be taken to protect existing trees adjacent to the project: 1. Plastic fencing material shall encircle any trees whose outer drip line edge is within 20 feet of any construction activities. The fencing material shall be bright, contrasting color, durable, and a minimum of 4 feet in height. Posts used shall be comparable to metal T-post or heavier weight, and placed to a depth of no less than 2 feet below ground level. Fencing material shall be placed at the drip line or 15 feet from tree trunk whichever is greater, and maintained in an upright position throughout the duration of construction activities. 2. No material shall be placed or piled within the drip line of existing trees. No heavy objects such as wood pallets, metal railings, etc., shall lean against or come into contact with tree trunks. • 3. When root cutting is unavoidable, a clean sharp cut shall be made to avoid shredding or smashing. Exposed roots shall be covered immediately to prevent desiccation. Where roots will be cut in a straight line, such as behind a curb or along a sidewalk a saw such as a concrete saw with a sharp blade that penetrates 1 foot shall be used on top of the ground prior to excavating so that the roots me not torn or smashed during excavation. 4. Sidewalk and pavement should be contoured sufficiently to avoid cutting surface tree roots. Whenever possible, tree roots should be bridged or Floated over with walks. 5. With the approval of the City of Fort Collins representative, if foot traffic or equipment is unavoidable within the drip line, the area within the drip line shall be mulched with wood chips to a depth of six inches prior to construction activity. Six inch mulch depth shall be maintained for the duration of the project, and shall be removed upon completion of the project. D. Measurement and Payment: All work necessary as defined in the specifications to protect the existing trees, other than plastic fence, shall not be paid for separately, but shall be included in the cost of the work. L REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: 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: I. 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 this job. 2. Contractor's Subcontractors (including the Traffic Control Supervisor and Surveyor) a. Contractor shall designate/introduce major Subcontractor's supervisors assigned to the project 3. Engineer • 4. (Tuner 5. Utility Companies a. Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedule 6. Others as requested by the Contractor, Owner, or Engineer. Unless previously submitted to the (Tuner, the Contractor shall bring to the conference a tentative schedule of the construction project, include in the schedule shop drawings and other submittals. 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: 2 . REVISION OF SECTION 108 PROSECUTION AND PROGRESS 1. Contractor's tentative Schedule a. The Contractor shall submit a detailed project schedule showing milestones and the critical path for the Arthur Ditch Replacement. This schedule shall be agreed to by both the Owner and Contractor. It shall be made in writing and signed by both parties. 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control Plan, and Traffic Control Plan 3. Transmittal, review and distribution of Contractor's submittals 4. Processing applications for payment 5. Maintaining record documents 6. Field decision and change orders 7. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner's needs 8. Proposed daily construction hours for the Engineer's approval 9. Designation of access roads and parking • 10. Contractor's assignment of safety and first aid B. Construction Progress Meetings for the Arthur Ditch Replacements: Progress meetings will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor's representative and any others invited by these people. 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 ahead" 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 Owner may utilize the remedies provided in the General Conditions as well as any other remedy provided by the Contract Documents or provided by law or equity. The Owner may also assess liquidated damages as outlined in Article 3, Section 3.2 of the Agreement. 0 Geotechnical Engineering Report l�err�con Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado • December 3, 2013. Tenacon Project No. 20135038 Imported soils (if required) should meet the following material property requirements: Gradation Percent finer by weight (ASTM C136) 4" 100 3" 70-100 No. 4 Sieve 50-100 No. 200 Sieve 10-50 Soil Properties Value Liquid Limit 30 (max.) Plastic Limit 15 (maxJ Maximum Expansive Potential (°k) Non -expansive' 1. Measured on a sample compacted to approximately 95 percent of the maximum dry unit weight as determined by ASTM D698 at optimum moisture content. The sample is confined under a 100 psf surcharge and submerged. 4.2.6 Compaction Requirements • Engineered fill should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift. Item Description 9 inches or less in loose thickness when heavy, self - Fill lift thickness propelled compaction equipment is used 4 to 6 inches in loose thickness when hand -guided equipment (i.e. jumping jack or plate compactor) is used Minimum compaction requirements 95 percent of the maximum dry unit weight as determined by ASTM D698 Moisture content cohesive soil (clay) -1 to+3 % of the optimum moisture content Moisture content cohesionless soil -3 to+2 % of the optimum moisture content (sand) 1. We recommend engineered fill be tested for moisture content and compaction during placement. Should the results of the in -place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. 2. Specifically, moisture levels should be maintained low enough to allow for satisfactory compaction to be achieved without the fill material pumping when proofrolled. 3. Moisture conditioned clay materials should not be allowed to dry out. A loss of moisture within these materials could result in an increase in the material's expansive potential. Subsequent • wetting of these materials could result in undesirable movement. Responsive a Resourceful a Reliable 3 REVISION OF SECTION 108 Is AND PROGRESS 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, to 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 Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 2. All work which impacts the ditch's ability to convey water must be complete by April 15, 2014. • 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 Owner for review. a) Owner will return one copy to contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. b) 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 Thursday in a daily calendar format. 3. The schedule must show how the street, underground utilities, box culvert, and paving work will be coordinated. • 4 REVISION OF SECTION 108 PROSECUTION AND PROGRESS C. Content 1. Construction Progress Schedule a) Show the complete work sequence of construction by activity and location. b) Show changes to traffic control c) Show project milestones 2. Equipment, Materials and Submittals Schedule a) Show delivery status of critical and major items of equipment and materials b) Include a critical path schedule for Shop Drawings, tests, and other submittal requirements for equipment and materials. D. Owner's Responsibility • 1. Owner'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 determine 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 date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the 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" anticipates "Normal" weather and climate conditions in and mound 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 specifies 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. 0 5 • REVISION OF SECTION 108 PROSECUTION AND PROGRESS Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MA 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 thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the 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 authorimtion from the Owner 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 2 calendar days of that date. The Owner 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. This 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 to 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 extensions 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 Owner or Engineer. 0 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 1. To any preference, priority, or allocation order duly issued by the Owner. 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 Owner, acts of another Contractor in the performance of a contract with the Owner, 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 I and 2, above. Subsection 108.05 shall include the following: The contractor shall schedule all work between 7:00 A.M. and 6:00 P.M Monday through Friday. Disruption of traffic with flagged roadway closures on Mulberry Street shall not take place before 8:30 A.M. or between 3:30 P.M. and 6:00 P.M. Night and weekend work will be allowed only with the prior written authorization of the Engineer, and after the contractor submits and receives approval for a noise variance from the City's Environmental Enforcement Division. Written requests to be submitted a minimum of (5) working days prior to the request date. • The Contractor may make emergency repairs to provide protection of the work and traveling public at any time. All on -roadway work or work that indirectly or directly interferes with the flow of traffic shall be in • accordance with an approved Traffic Control Plan. Unless waived by the Engineer, failure to meet these milestones will require assessment of liquidated damages for each milestone listed above and in accordance with Subsection 108.08. Meetings will be required to review progress and to plan upcoming activities. Representatives from the Contractor and all active subcontractors shall attend the meetings. Such meetings will be required on a weekly basis at a time to be determined by the City of Fort Collins and the Contractor. Additional meetings will be held when required by the City of Fort Collins or the Contractor. The Contractor shall submit at the weekly progress meeting a written statement of planned work activities and anticipated inspection, testing, and surveying requirements of the upcoming week. A 24 how notice shall be provided to the City of Fort Collins by the Contractor if the Contractor elects to change the planned work activities. L REVISION OF SECTION 201 • CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: In Subsection 201.02 delete the second paragraph and replace with the following: Clearing and grubbing shall be within the limits of the project, as identified in the plans. All other areas of clearing and grubbing shall be as directed by the Engineer. Removal of trees less than 6" in diameter will not be measured separately, but will be included in the cost of clearing and grubbing. The Contractor shall coordinate with the land owner of 419 Canyon Avenue prior to beginning work north of Canyon Avenue. Upon completion of the structure, the Contractor shall coordinate with the City of Fort Collins regarding landscape improvements which will be completed by others, In Subsection 201.02 delete the sixth paragraph and replace with the following: No material or debris shall be disposed of within the project limits; and, shall be legally disposed of off - site or preferably to a recycling center, The Contractor shall make all arrangements to obtain written permission from property owners for disposal locations outside the limits of the project. Copies of this written agreement shall be furnished to the Engineer before the disposal area is used. • 0 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 sbown 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 mat with underlying material. The removed mat shall become the property of the Contractor and be disposed of offsite. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Asphalt Mat (6' - 9") Square Yard REVISION OF SECTION 202 REMOVAL OF PORTIONS OF STRUCTURES Section 202 of the Standard Specifications is hereby revised for this project as follows: Add the following to subsection 202.08: This work consists of removal of the reinforced concrete box (RCB) as shown on the plans. RCB removal shall consist of the complete removal of all structure elements unless otherwise shown on the plans. The removal of the existing RCB shall be performed in a safe manner. The Contractor shall submit a bridge removal plan to the Engineer, for record purposes only, at least 10 working days prior to the proposed start of removal operations. This Plan shall detail procedures, sequences, and all features required to perform the removal in a safe and controlled manner. The RCB Removal Plan shall provide complete details of the removal process, including: (1) The removal sequence, including staging of removal operations. Sequence of operation shall include a detailed schedule that complies with the working hour limitations. (2) Equipment descriptions including size, number, type, capacity, and location of equipment during removal operations. • (3) Detailed methods for protection of the existing roadway facilities, including measures to assure that people, property, utilities, and improvements will not be endangered. (4) Detailed methods for mitigation of fugitive dust resulting from the demolition. (5) Details for removing, loading, and hauling demolished RCB. (6) Methods of Handling Traffic, including bicycles and pedestrians, in a safe and controlled manner. (7) Method for handling stoma water within the existing RCB. The Contractor shall take all steps to avoid contaminating state waters, in accordance with subsection 107.25. Subsection 202.12 shall include the following: Structural excavation shall be paid to remove earthen material outside of the existing RCB and inside the limits shown on the plans, as required for installation of the proposed RCB. Asphalt removal will be paid for the removal of the existing asphalt pavement above the existing RCB Subsection 202.12 shall include the following: 40 Payment will be made under: Pay Item Unit Removal of Portions of Structure (RCB) LF • l J 11 REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES, CULVERTS AND PIPES Section 206 of the Standard Specifications is hereby revised for this project as follows: Subsection 206.06 shall include the following: For Storm, Sanitary and Water Pipes: Limits and materials for Structure Excavation and Structure Backfill for all storm, sanitary and water pipes shall be in accordance with the City of Fort Collins Utility Trench and Pipe Bedding details as shown in the LCUASS detail 2201 — Trench Detail. Excavation, Backfill (Flowable-Fill), Bedding (including granular bedding material up to spring line or 12 inches above the top of the pipe — dependent on utility application and soil conditions) for all pipes will not be measured and paid for separately, but shall be included in the work. L 9 Geotechnical Engineering Report 1��rraCOn Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013 . Terracon Project No. 20135038 . 4.2.7 Grading and Drainage All grades must be adjusted to provide effective drainage away from the proposed replacement concrete box culverts and existing site improvements during construction and maintained throughout the life of the proposed project. Infiltration of water into foundation excavations must be prevented during construction. Water permitted to pond near or adjacent to the perimeter of the proposed box culverts and replacement pavement/concrete flatwork repairs (either during or post -construction) can result in significantly higher soil movements than those discussed in this report. As a result, any estimations of potential movement described in this report cannot be relied upon if positive drainage is not obtained and maintained, and water is allowed to infiltrate the fill and/or subgrade. Backfill against foundations and box culvert walls should be properly compacted and free of all construction debris to reduce the possibility of moisture infiltration. 4.2.8 Corrosion Protection Testing for corrosivity potential was not completed at the time this report was prepared. Once we have completed the testing we will submit a supplemental report with the test results and recommendations for corrosive potential. 4.3 Foundations The proposed replacement box culverts can be constructed on a reinforced concrete slab within • a properly bedded excavation underlain by stable, prepared subgrade consisting of either properly compacted subgrade or engineered fill. Conventional -type spread footing foundations may also be used to support other related structures. If pre -cast box culverts are selected, the base of the structure will constitute a reinforced concrete slab; no foundation will be necessary. Design recommendations for box culvert foundations are presented in the following paragraphs. • Responsive a Resourceful . Reliable REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: Subsection 208.03 is hereby revised to include the following: The Contractor shall provide an Erosion Control Plan that conforms to the City of Fort Collins' MS4 requirements. The sixth paragraph of Subsection 208.11 (beginning "Erosion Control Supervisor...") is hereby replaced with the following: Erosion Control Supervisor work will be measured and paid for in accordance with subsection 208.12. The Contractor shall record the tasks that were assigned to the Erosion Control Supervisor. The records shall be submitted to the Engineer, weekly, after completion of the work for approval and acceptance. Subsection 208.12 is hereby revised to include the following: Removal and disposal of sediment will not be measured and paid for separately, but shall be included in the work. Payment for work under this section will be as identified in 208.12, as amended above and by other contract special provisions. Erosion control items for this project are tabulated in the plans on drawing EC-603. • Other pay items (not originally anticipated or tabulated in the project) will be paid for in accordance with 208.12, at a negotiated unit cost. • Payment for installed items shall include maintenance of the device for the entire time it is in place during construction at a given location. No separate measurement or payment will be made for replacement of the device as required to maintain its function. 0 REVISION OF SECTION 209 • WATERING AND DUST PALLIATIVES Section 209 of the Standard Specifications is hereby revised for this project as follows: Subsection 209.08 is hereby revised as follows: Water required for all items of work including dust palliatives and for moisture and density control will not be measured and paid for separately, but shall be included in the work. 0 REVISION OF SECTION 211 • DEWATERING Section 211 is hereby added to the Standard Specifications for this project as follows: 211.01 Dewatering. The contractor shall be responsible for all dewatering on the project. It is anticipated that substantial dewatering will be required on this project. The dewatering processes shall follow these specifications: Prior to the preconstruction conference the Contractor shall submit their dewatering plan to the Engineer and Owner to communicate the Contractors intent to dewatering to achieve the required performance addressed in these specifications. Submittal of a dewatering plan shall not be interpreted as an acceptance or approval by the Owner or Engineer of the Contractor's dewatering plan. The dewatering plan shall include at a minimum: I. Major components of the dewatering system including size, location, spacing and details of major dewatering features the Contractor anticipates utilizing. 2. Contingency plans for equipment or power failure. 3. Procedures for verification that water levels have been lowered to the specified levels prior to trench or structure excavation and installation. • 4. Location of dewatering disposal or discharge locations and the capacity to accept dewatering discharge. Provide a contingency plan for higher than anticipated flows when capacity of planned discharge and disposal locations may conceivably be exceeded. S. Location and details of Best Management Practices (BMP's). 6. Agreements with entities accepting discharge(s). 7. All permits obtained by the Contractor including any permit conditions and approvals for the discharge of water generated during the execution of the Work. 8. Other permits required for construction or operation of the dewatering system including the drilling of wells, temporary power drops, etc. 211.02 Structure dewatering construction requirements: 1. The construction dewatering permit and water quality shall conform to subsection 107.25(b)7&8 of the COOT specifications. 2. Dewatering discharge to, or across, adjacent canals, drains, rights -of -way, and private property outside of the designated limits of construction shall not be allowed unless the Contractor has obtained written approval from agency or property owner having jurisdiction. Provide Agreements with dewatering plan submittal as described above. 3. Famish, install and prepare for operation, all necessary machinery, appliances and equipment to maintain all structure excavations free from water during construction. 4. Contractor shall provide temporary power sources for all dewatering equipment that requires a power source. 5. Dewater and dispose of water in such a manner that it does not cause injury to public or private property, or to cause a nuisance or a menace to the general public. • 6. The Contractor will be responsible for devising a system to achieve the required level of • dewatering. It is anticipated that this system may incorporate wells, well points, interception trenches, sumps, etc. In addition, design and provide dewatering conveyance system to an approved disposal location. The Contractor shall submit details of this plan as described above. 7. Draw and maintain static water level to at least three feet (3FT) below the bottom of the excavation prior to excavating below the water table to maintain the undisturbed state of the foundation soils and allow placement of bedding material and backfill to the required density. 8. Remove all groundwater, seepage, stormwater and other water that accumulates in the excavation during construction. All structure excavations shall be kept free of water during construction or until otherwise requested by the Contractor and approved by the Engineer. 9. Prevent softening of the bottom of excavations and the formation of "quick" conditions or "boils" during excavation. The occurrence of such conditions will require over -excavation and subsequent backfilling of soils meeting the requirements of CDOT Specifications at no additional cost to the Owner. 10. Additional cost for trench bottom stabilization resulting from inadequate dewatering and non- compliance with the performance specifications included herein, as determined by the Engineer, will be incidental to the work. 11. Compact native soil at the bottom of the excavation prior to placing bedding in accordance with CDOT specifications and of these specifications. 12. Maintain static water level at least three feet (317T) below the bottom of the excavation until the specified foundation and structure is placed in accordance with these specifications. Maintain water levels at least three feet (317T) below the level of backfill during backfilling operations. 13. Control surface mnoff to prevent entry or collection of water in excavations. 14. Install and operate a dewatering system so that adjacent structures or property are not endangered • by the reduction in the groundwater level. 15. Monitor discharge from dewatering operations for changes in visual or odor components indicating the presence of contaminants. including, but not limited to, gasoline and pesticides and other hazardous materials and toxins. 16. Cease dewatering operations and notify Engineer and regulatory agencies immediately upon observation of conditions that may indicate the presence of hazardous contaminants in the dewatering discharge or excavation. 211.03 Observation Requirements: 1. Contractor's superintendent shall routinely observe conditions in excavations where dewatering is being performed on a daily basis to verify performance requirements are being met and that conditions in the excavation are in accordance with Contract Documents. 2. Notify Engineer of any observations that may jeopardize the Work or is not in accordance with Contract Documents. 3. Prior to advancing the structure excavation below the pre -construction groundwater level, the Contractor shall excavate a test pit or install another form of groundwater measurement. Water levels in the test pit shall be measured and recorded and the information provided to the Engineer. Measured water levels must show that the groundwater has been lowered to the minimum level stated herein. If monitoring shows that the specified level of dewatering has not been achieved, cease construction of the affected work and continue dewatering or modify dewatering activities until the specified level of dewatering is achieved at no additional cost to the Owner. 0 211.04 Dewatering Discharge: 1. Comply with all State & Federal requirements 2. Water quality shall conform to subsection 107.25(b)8 of the CDOT Specification • 3. Work required to comply with water quality and permit requirements are considered incidental and additional payment will not be made for this Work. 211.05 Termination: 1. Allow groundwater to return to static level after excavations are backfilled as necessary to prevent floatation of constructed improvements. 2. Prevent disturbance of the compacted backfill and prevent flotation or movement of installed structure. 3. Remove or abandon all temporary improvements associated with the dewatering system in accordance with these specifications and any applicable state and federal rules and regulations. 4. Provide surface restoration as required to repair/replace any surface impacted by dewatering activities to a condition as good or better than preconstmetion conditions at no additional cost to the Owner. Surface rehabilitation performed as a result of dewatering activities is considered incidental and no additional payment will be made. 5. Comply with any dewatering termination requirements of any State and Federal permits. 211.06 Measurement and Payment Payment will be made under: Pay Item Pay Unit • Dewatering Lump Sum 0 REVISION OF SECTION 212 • SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is hereby revised for this project as follows: Subsection 212.01, add the following: This work includes protecting, removing, and or replacing irrigation for a complete and operating irrigation system associated with sod removal and or replacement. This work includes tree retention and protection where affected by or adjacent to the work. Subsection 212.07, replace with the following: All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and Force Account Work. Subsection 212.08, replace with the following: All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and Force Account Work. • Payment will be made under: Pay Item F / A (Landscape Restoration) 0 Pay Unit FA REVISION OF SECTION 214 PLANTING Section 214 of the Standard Specifications is hereby revised for this project as follows: Subsection 214.01, add the following: This work includes removal and replacement of landscape (edging, shrubs, ground cover, and drip irrigation) to as good or better condition than prior to the work. Subsection 214.05, replace with the following: All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and Force Account Work. Subsection 214.06, a replace with the following: All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and Force Account Work. Pi Payment will be made under: Pay Item Pay Unit • F / A (Landscape Restoration) FA 0 • • 0 REVISION OF SECTION 518 WATER STOPS AND EXPANSION JOINTS Section 518 of the Standard Specifications is hereby revised for this project as follows: Subsection 518.12, replace this subsection with the following: Waterstop and expansion joints shall be incidental to construction and not measured or paid for separately. Subsection 518.13, replace this subsection with the following: Waterstop and expansion joints shall be incidental to construction and not measured or paid for separately. REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.19, add the following to this this subsection: Wall concrete shall be all inclusive (complete in place) including excavation, bedding, construction, reinforcing steel, and backfill. Subsection 601.20, add the following: Payment will be made under: Pay Item Concrete, Class D (Mulberry Ave Wall) Pay Unit Linear Foot • • 0 REVISION OF SECTION 603 • CULVERTS AND SEWERS Section 603 of the Standard Specifications is hereby revised for this project as follows: In Subsection 603,12, delete the third paragraph and replace with the following: Inlet connections to storm sewer mains shall include all excavation, backfill, labor, equipment, fittings, collars, grout and incidentals required to make the connection complete in place. Inlet connections will not be measured and paid for separately but shall be included in the work. • s • Geotechnical Engineering Report l��rracon Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013. Tenacon Project No. 20135038 4.3.1 Box Culvert - Design Recommendations Description Value On -site sandy lean clay: 2,000 psf Maximum allowable bearing pressure' Imported fill: 3,000 psi On -site sandy lean clay: Active, K. = 0.41 Passive, K. = 2.46 At -rest, Ko= 0.57 Lateral earth pressure coefficients' Imported fill: Active, K. = 0.27 Passive, Kp = 3.69 At -rest, Kp = 0.42 On -site sandy lean clay: Sliding coefficient' p = 0.37 Imported fill: p =0.56 On -site sandy lean clay: y=120 pcf Moist soil unit weight Imported fill: y =130 pct Minimum embedment depth below finished 30 inches grade 1. The recommended maximum allowable bearing pressure assumes any unsuitable fill or soft soils, it encountered, will be over -excavated and replaced with properly compacted engineered fill. 2. The lateral earth pressure coefficients and sliding coefficients are ultimate values and do not include a factor of safety. The box culvert designer should include the appropriate factors of safety. 3. For frost protection and to reduce the effects of seasonal moisture variations in the subgrade soils. The minimum embedment depth is relative to lowest adjacent grade. For structural design of concrete slabs -on -grade, a modulus of subgrade reaction of 100 pounds per cubic inch (pci) may be used for foundations supported on the existing cohesive type soils, and 200 psi K placed on at least 1-foot of granular imported structural fill material. Terracon should be retained to observe the foundation excavation and subgrade stabilization (if necessary) prior to construction. If the soil conditions encountered differ significantly from those presented in this report, supplemental recommendations will be required. Responsive . Resourceful a Reliable it$] STANDARD SPECIAL PROVISIONS A February 3, 2011 • REVISION OF SECTION 103 COLORADO RESIDENT BID PREFERENCE Section 103 of the Standard Specifications is hereby revised for this project as follows: Subsection 103.01 shall include the following: (a) Colorado Resident Bid Preference. A resident bidder shall be allowed a preference against a nonresident bidder from a state or foreign country equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. Resident bidder means: (1) A person, partnership, corporation, orjoint venture which is authorized to transact business in Colorado and which maintains its principal place of business in Colorado: or, (2) A person, partnership, corporation, orjoint venture which is authorized to transact business in Colorado, which maintains a place of business in Colorado, and which has paid Colorado unemployment compensation taxes in at least seventy-five percent of the eight quarters immediately prior to bidding on a construction contract for a public project. To determine the resident bid preference status of a bidder, the bidder shall submit a completed Form 604 with the proposal. Failure to submit the residency Form with the proposal will be • justification for and may result in the rejection of the proposal and forfeiture of the proposal guaranty. The proposals will be treated as follows: (1) All proposals will be checked for accuracy by the Department. (2) The dollar amount of the checked proposal from nonresident bidders will be adjusted by a percentage equal to the percentage preference given or required by the state or foreign country of the bidder's residency. If the state or foreign country does not give or require a residency preference, no adjustment in the proposal dollar amount will be made. (3) Adjusted proposals from nonresident bidders will then be compared to proposals from resident bidders, and the bidder with the lowest total will be considered the apparent low bidder. (4) Should a nonresident bidder be the apparent low bidder, in accordance with paragraph (3) above, an award will be made on the basis of the original proposal, not the adjusted proposal. (5) The Department will proceed with its normal award procedure. u July 31, 2014 REVISION OF SECTION 105 • CONSTRUCTION SURVEYING Section 105 of the Standard Specifications is hereby revised for this project as follows: In subsection 105.13, delete (a) and replace with the following: (a) Contractor Surveying. When the bid schedule contains pay item 625, Construction Surveying, the Department will provide control points and bench marks as described in the Contract. The Contractor shall furnish and set construction stakes establishing lines and grades in accordance with the provisions of Section 625. The Engineer may order extra surveying which will be paid for at a negotiated rate not to exceed $150 per hour. In subsection 105.13 (b), delete the sixth paragraph and replace with the following: The Contractor shall be held responsible for the preservation of all stakes and marks, and if any are destroyed, disturbed or removed by the Contractor, subcontractors, or suppliers, the cost of replacing them will be charged against the Contractor and will be deducted from the payment for the work at a negotiated rate not to exceed $150 per hour. January 30, 2014 • REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS Section 105 of the Standard Specifications is hereby revised for this project as follows: Delete subsections 105.22, 105.23 and 105.24 and replace with the following: 105.22 Dispute Resolution. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties (CDOT and the Contractor) agree to resolve any issue that may result in a dispute. The intent of the process is to resolve issues early, efficiently, and as close to the project level as possible. Figure 105-1in the standard special provisions outlines the process. Specified time frames may be extended by mutual agreement of the Engineer and the Contractor. In these subsections, when a time frame ends on a Saturday, Sunday or holiday, the time frame shall be extended to the next scheduled work day. A dispute is a disagreement concerning contract price, time, interpretation of the Contract, or all three between the parties at the project level regarding or relating to the Contract. Disputes include, but are not limited to, any disagreement resulting from a delay, a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, interpretations of the Contract provisions, plans, or specifications or the existence of alleged differing site conditions. The term "merit" refers to the right of a party to recover on a claim or dispute, irrespective of quantum, based on the substance, elements, and grounds of that claim or dispute. The term "quantum" refers to the quantity or amount of compensation or time deserved when a claim or dispute is found to have merit. Disputes from subcontractors, material suppliers, or any other entity not party to the Contract shall be submitted through the Contractor. Review of a pass -through dispute does not create privity of Contract between CDOT and the subcontractor. If COOT does not respond within the specified timelines, the Contractor may advance the dispute to the next level. When the Project Engineer is a Consultant Project Engineer, actions, decisions, and determinations specified herein as made by the Project Engineer shall be made by the Resident Engineer. The dispute resolution process set forth in this subsection shall be exhausted in its entirety prior to initiation of litigation or arbitration. Failure to comply with the requirements set forth in this subsection shall bar either party from any further administrative, equitable, or legal remedy. If a deadline is missed that does not prejudice either party, further relief shall be allowed. All disputes and claims shall be submitted within 30 days of the date of the certified letter submitting the CDOT Form 96, Contractor Acceptance of Final Estimate, to the Contractor. Failure to submit a dispute or claim within this time period releases the State of Colorado from all disputes and claims for which notice has not already been submitted in accordance with the Contract. All disputes and claims seeking damages calculated on a Total Cost or Modified Total Cost basis will not be considered unless the party asserting such damages establishes all the legal requirements therefore, which include: (1) The nature of the particular losses makes it impossible or highly impractical to determine them with a reasonable degree of accuracy. (2) The Contractor's bid or estimate was realistic. (3) The Contractor's actual costs were reasonable. (4) The Contractor was not responsible for the cost overrun. January 30, 2014 2 •REVISION OF SECTION ]OS DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS Should the Contractor's dispute use the Total Cost approach for calculating damages, damages will he determined by subtracting the contract amount from the total cost of performance. Should the Contractor's dispute use the Modified Total Cost approach for calculating damages, if the Contractor's bid was unrealistic in part, and/or some of its costs were unreasonable and/or some of its damages were caused by its own errors, those costs and damages will be deducted from the total cost of performance to arrive at the Modified Total Cost. The Total Cost or Modified Total Cost basis for calculating damages shall not be available for any disputes or claims seeking damages where the Contractor could have kept separate cost records at the time the dispute arose as described in subsection 105.22(a). (a) Document Retention. The Contractor shall keep full and complete records of the costs and additional time incurred for each dispute for a period of at least three years after the date of final payment or until dispute is resolved, whichever is more. The Contractor, subcontractors, and lower tier subcontractors shall provide adequate facilities, acceptable to the Engineer, for an audit during normal business hours. The Contractor shall permit the Engineer or Department auditor to examine and copy those records and all other records required by the Engineer to determine the facts or contentions involved in the dispute. The Contractor shall identify and segregate any documents or information that the Contractor considers particularly sensitive, such as confidential or proprietary information. Throughout the dispute, the Contractor and the Project Engineer shall keep complete daily records of extra costs and time incurred, in accordance with the following procedures: • 1. Daily records shall identify each operation affected, the specific locations where work is affected, and the potential effect to the project's schedule. Such records shall also reflect all labor, material, and equipment applicable to the affected operations. 2. On the first work day of each week following the date of the written notice of dispute, the Contractor shall provide the Project Engineer with the daily records for the preceding week. If the Contractor's records indicate costs greater than those kept by the Department, the Project Engineer will meet with the Contractor and present his records to the Contractor at the meeting. The Contractor shall notify the Engineer in writing within three work days of any inaccuracies noted in, or disagreements with, the Department's records. (b) Initial Dispute Resolution Process. To initiate the dispute resolution process the Contractor shall provide a written notice of dispute to the Project Engineer upon the failure of the Parties to resolve the issue through negotiation. Disputes will not be considered unless the Contractor has first complied with specified issue resolution processes such as those specified in subsections 104.02, 106.05, 108.08(a), and 108.08(d). The Contractor shall supplement the written notice of dispute within 15 days with a written Request for Equitable Adjustment (REA) providing the following: (i) The date of the dispute (2) The nature of the circumstances which caused the dispute (3) A statement explaining in detail the specific provisions of the Contract and any basis, legal or factual, which support the dispute. January 30, 2014 • 3 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS (4) If any, the estimated quantum, calculated in accordance with methods set forth in subsection 105.24(b)12., of the dispute with supporting documentation (5) An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. The Contractor shall submit as much information on the quantum and impacts to the Contract time as is reasonably available with the REA and then supplement the REA as additional information becomes available. If the dispute escalates to the DRB process the DRB shall not hear any issue or consider any information that was not contained in the Request for Equitable Adjustment and fully submitted to the Project Engineer and Resident Engineer during the 105.22 process. (c) Project Engineer Review. Within 15 days after receipt of the REA, the Project Engineer will meet with the Contractor to discuss the merits of the dispute. Within seven days after this meeting, the Project Engineer will issue a written decision on the merits of the dispute. The Project Engineer will either deny the merits of the dispute or notify the Contractor that the dispute has merit. This determination will include a summary of the relevant facts, Contract provisions supporting the determination, and an evaluation of all scheduling issues that may be involved. If the dispute is determined to have merit, the Contractor and the Project Engineer will determine the adjustment in payment, schedule, or both within 30 days. When a satisfactory adjustment is determined, it shall be implemented in accordance with subsections 106.05, 108.08, 109.04, 109.05 • or 109.10 and the dispute is resolved. If the Contractor accepts the Project Engincer's denial of the merits of the dispute, the dispute is resolved and no further action will he taken. If the Contractor does not respond in seven days, it will be assumed he has accepted the denial. If the Contractor rejects the Project Engineer's denial of the merits of the dispute or a satisfactory adjustment of payment or schedule cannot be agreed upon within 30 days, the Contractor may further pursue resolution of the dispute by providing written notice to the Resident Engineer within seven days, according to subsection 105.22(d). (d) Resident Engineer Review. Within seven days after receipt of the Contractor's written notice to the Resident Engineer of unsatisfactory resolution of the dispute, the Project Engineer and Resident Engineer will meet with the Contractor to discuss the dispute. Meetings shall continue weekly for a period of up to 30 days and shall include a Contractor's representative with decision authority above the project level. If these meetings result in resolution of the dispute, the resolution will be implemented in accordance with subsections I08.08, 109.04, 109.05, or 109.10 and the dispute is resolved. If these meetings do not result in a resolution or the participants mutually agree that they have reached an impasse, the dispute shall be presented to the Dispute Review Board in accordance with subsection 105.23. 105.23 Dispute Review Board. A Dispute Review Board (DRB) is an independent third party that will provide specialized expertise in technical areas and administration of construction contracts. The DRB will assist in and facilitate the timely and equitable resolution of disputes between COOT and the Contractor in an effort to avoid animosity and construction delays, and to resolve disputes as close to the project level as possible. The DRB shall be established and operate as provided herein and shall serve as an independent and impartial board. There are two types of DRBs: the "On Demand DRB" and the "Standing ORB". The DRB shall be an • "On Demand DRB" unless a "Standing DRB" is specified in the Contract. An On Demand DRB shall be established only when the Project Engineer initiates a DRB review in accordance with subsection January 30, 2014 4 REVISION OF SECTION 105 • DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS 105.23(a). A Standing DRB, when specified in the Contract, shall be established at the beginning of the project. (a) Initiation ofDispate Review Board Review. When a dispute has not been resolved in accordance with subsection 105.22, the Project Engineer will initiate the DRB review process within 5 days after the period described in subsection 105.22(d). (b) Formation of Dispute Review Board. DRBs will be established in accordance with the following procedures: 1. CDOT, in conjunction with the Colorado Contractors Association, will maintain a statewide list of suggested DRB candidates experienced in construction processes and the interpretation of contract documents and the resolution of construction disputes. The Board members shall be experienced in highway and transportation projects. After December 31, 2013 only individuals who have completed training (currently titled DRB Administration & Practice Training) through the Dispute Resolution Board Foundation or otherwise approved by CDOT can be a DRB member. When a DRB is formed, the parties shall execute the agreement set forth in subsection 105.23(I). 2. If the dispute has a value of $250,000 or less, the On Demand DRB shall have one member. The Contractor and CDOT shall select the DRB member and execute the agreement within 30 days of initiating the DRB process. If the parties do not agree on the DRB member, each shall select five candidates. Each party shall numerically rank their list using a scale of one to five with one being their first choice and five being their last choice. If common candidates are listed, but the parties cannot agree, that common candidate with the lowest combined numerical ranking shall be selected. If there is no common candidate, the lists shall be combined and each party shall • eliminate three candidates from the list. Each party shall then numerically rank the remaining candidates, with No. 1 being the fast choice. The candidate with the lowest combined numerical ranking shall be the DRB member. The CDOT Project Engineer will be responsible for having all parties execute the agreement. 3. If the dispute has a value over $250,000, the On Demand DRB shall have three members. The Contractor and CDOT shall each select a member and those two members shall select a third. Once the third member is approved the three members will nominate one of them to be the Chair and execute the agreement within 45 days of initiating the DRB process. 4. The Standing DRB shall always have three members. The Contractor and COOT shall each select a member and those two members shall select a third member. Once the third member is approved the three members will nominate one of them to be the Chair.. The Contractor and CDOT shall submit their proposed Standing DRB members within 5 days of execution of the Contract. The third member shall be selected within 15 days of execution of the Contract. Prior to construction starting the parties shall execute the Three Party Agreement. The CDOT Project Engineer will be responsible for having all parties execute the agreement. The Project Engineer will invite the Standing DRB members to the Preconstruction and any Partnering conferences. 5. DRB members shall not have been involved in the administration of the project under consideration. DRB candidates shall disclose to the parties the following relationships: (1) Prior employment with either party (2) Prior or current financial interests or ties to either party (3) Prior or current professional relationships with either party (4) Anything else that might bring into question the impartiality or independence of the DRB member • (5) Prior to agreeing to serve on a DRB, members shall notify all parties of any other CDOT • J January 30, 2014 5 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS DRB's they are serving or that they will be participating in another DRB. If either party objects to the selection of a potential DRB member based on the disclosures of the potential member, that potential member shall not be placed on the Board. 6. There shall be no ex parte communications with the DRB at any time. 7. The service of a Board member may be terminated only by written agreement of both parties. 8. If a Board member resigns, is unable to serve, or is terminated, a new Board member shall be selected within four weeks in the same manner as the Board me member who was removed was originally selected. (c) Additional Responsibilities of the Standing Disputes Review Board PART 1 - General. Within 120 days after the establishment of the Board, the Board shall meet at a mutually agreeable location to: SCHEDULE 0 - Obtain copies of the Contract documents and Contractor's schedules for each of the Board members. SCHEDULE 1 - Agree on the location of future meetings, which shall be reasonably close to the project site. SCHEDULE 2 - Establish an address and telephone number for each Board member for the purposes of Board business. PART 2 - Regular meetings. Regular meetings of the Board shall be held approximately every 120 to 180 days throughout the life of the Contract, except that this schedule may be modified to suit developments on the job as the work progresses. Regular meetings shall be attended by representatives of the Contractor and the Department. PART 3 - The Board shall establish an agenda for each meeting which will cover all items that the Board considers necessary to keep it abreast of the project such as construction status, schedule, potential problems and solutions, status of past claims and disputes, and potential claims and disputes. Copies of each agenda shall be submitted to the Contractor and the Department at least seven days before the meeting date. Oral or written presentations or both shall be made by the Contractor and the Department as necessary to give the Board all the data the Board requires to perform its functions. The Board will prepare minutes of each meeting, circulate them to all participants for comments and approval, and issue revised minutes before the next meeting. As a part of each regular meeting, a field inspection trip of all active segments of the work at the project site may be made by the Board, the Contractor, and the Department. 4. Advisory Opinions (1) Advisory opinions are typically used soon after the parties find they have a potential dispute and have conducted preliminary negotiations but before expenditure of additional resources and hardening their positions. Advisory opinions provide quick insight into the DRB's likely assessment of the dispute. This process is quick and may be entirely oral and does not prejudice the opportunity for a DRB hearing. (2) Both parties must agree to seek an advisory opinion and so notify the chairperson. The procedure for requesting and issuing advisory opinions should be discussed with the DRB at the fast meeting with the parties. (3) The DRB mayor may not issue a written opinion, but if a written advisory opinion is issued, it must be at the specific request of both parties. (4) The opinion is only advisory and does not require an acceptance or rejection by either party. If the dispute is not resolved and a hearing is held, the oral presentations and advisory opinion are • completely disregarded and the DRB hearing procedure is followed. (5) Advisory opinions should be limited to merit issues only. .Iaouary 30, 2014 6 • REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS (d) Arranging a Dispute Review Board Hearing. When the Project Engineer initiates the DRB review process, the Project Engineer will: I. Contact the Contractor and the DRB to coordinate an acceptable hearing date and time. The hearing shall be held at the Resident Engineer's office unless an alternative location is agreed to by both parties. Unless otherwise agreed to by both parties the DRB hearing will be held within 30 days after the DRB agreement is signed by the CDOT Chief Engineer. 2. Ensure DRB members have copies of all documents previously prepared by the Contractor and CDOT pertaining to the dispute, the DRB request, the Contract documents, and the special provisions at least two weeks before the hearing. (e) Pre -Hearing Submittal: At least fifteen days prior to the hearing, COOT and the Contractor shall submit by e-mail to the DRB Chairperson their parties pre -hearing position paper. The DRB Chairperson shall simultaneously distribute by e-mail the pre -hearing position papers to all parties and other DRB members, if any. At the same time, each party shall submit a copy of all its supporting documents to be used at the hearing to all DRB Members and the other party unless the parties have agreed to a common set of documents as discussed in #2 below. In this case, CDOT shall submit the common set of documents to the Board and the Contractor. The pre -hearing position paper shall contain the following: 1. A joint statement of the dispute, and the scope of the desired decision. The joint statement shall summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording of the joint statement, each parry's position paper shal I contain both statements, and identify the party authoring each statement. The parties shall agree upon ajoint statement at least 20 days prior to the • hearing and submit it to the DRB or each parry's independent statement shall be submitted to the DRB and the other party at least 20 days prior to the hearing. 2. The basis and justification for the party's position, with reference to specific contract language and other supporting documents for each element of the dispute. To minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties and submit them in a separate package to the DRB. The engineer will provide a hard copy of the project plans and Project and Standard Special Provisions, if necessary, to the DRB. Other standard CDOT documents such as Standard Specifications and M&S Standards are available on the CDOT website. (1) If any party contends that they are not necessary to the proceedings, the DRB shall determine that issue in the first instance. Should the DRB determine that a dispute does not involve a party, that party shall be relieved from participating in the DRB hearing and paying any further DRB costs. (2) When the scope of the hearing includes quantum, the requesting party's position paper shall include full cost details, calculated in accordance with methods set forth in subsection 105.24(b)12. The Scope of the hearing will not include quantum if CDOT has ordered an audit and that audit has not been completed. 3. A list of proposed attendees at the hearing. In the event of any disagreement, the DRB shall make the final determination as to who attends the hearing. 4. A list of any intended experts including their qualifications and a summary of what their presentation will include and an estimate of the length of the presentation. The number of copies, distribution requirements, and time for submittal shall be established by the DRB • and communicated to the parties by the Chairperson. January 30, 2014 7 • REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS A pre -hearing phone conference with all DRB members and the parties shall be Conducted as soon as a hearing date is established but no later than 10 days prior to the hearing. The DRB Chairperson shall explain the specifics of how the hearing will be Conducted including how the two parties will present their information to the DRB (Ex: Each party makes a full presentation of their position or presentations will be made on a "point by point" basis with each party making a presentation only on an individual dispute issue before moving onto to the next issue). If the pre -hearing position papers and documents have been received by the Board prior to the conference call, the DRB Chairperson shall at this conference discuss the estimated hours of review and research activities for this dispute (such as time spent evaluating and preparing recommendations on specific issues presented to the DRB). If the pre -hearing position papers and documents have not been received by the Board prior to the conference call, another conference call will be scheduled during the initial conference call to discuss the estimated hours of review. Compensation for time agreed to in advance by the parties will be made at an agreed rate of $125 per hour in accordance with subsection 105.23 (k) 2. Compensation for the phone conference time will also be made at an agreed to rate of $125 per hour in accordance with subsection 105.23 (k) 2. The Engineer shall coordinate the phone conference. (f) Dispute Review Board Hearing. The DRB shall preside over a hearing. The chairperson shall control the hearing and conduct it as follows: a. An employee of COOT presents a brief description of the project and the status of construction on the project. b. The party that requested the DRB presents the dispute in detail as supported by previously submitted information and documentation in the pre -hearing position paper. No new information • or disputes will be heard or addressed by the DRB. c. The other party presents its position in detail as supported by previously submitted information and documentation in the pre -hearing position paper. No new information or disputes will be heard or addressed by the DRB. d. Employees of each party are responsible for leading presentations at the DRB hearing. e. Attorneys shall not participate in the hearing unless the DRB specifically addresses an issue to them or unless agreed to by both parties. Should the parties disagree on attorney participation, the DRB shall decide on what, if any, participation will be permitted. Attorneys representing the parties are permitted to attend the hearing, provided their presence has been noted in the pre- heating submittal. f. Either party may use experts. A party intending to offer an outside expert's analysis at the hearing shall disclose such intention in the pre -hearing position paper. The experts name and a general statement of the area of the dispute that will be Covered by his presentation shall be included in the disclosure. The other party may present an outside expert to address or respond to those issues that may be raised by the disclosing party's outside expert. g. If both parties approve, the DRB may retain an outside expert. The DRB chairperson shall include the Cost of the outside expert in the DRB's regular invoice. CDOT and the Contractor shall equally bear the cost of the services of the outside expert employed by the DRB. h. Upon completion of their presentations and rebuttals, both parties and the DRB will be provided the opportunity to exchange questions and answers. All questions shall be directed to the chairperson first. Attendees may respond only when board members request a response. i. The DRB shall hear only those disputes identified in the written request for the DRB and the information contained in the pre -hearing submittals. The board shall not hear or address other • disputes. If either party attempts to discuss a dispute other than those to be heard by the DRB or attempts to submit new information, the chairperson shall inform such party that the board shall Geotechnical Engineering Report l�err�con Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013 . Terracon Project No. 20135038 • 4.3.2 Box Culverts - Bedding Recommendations To provide for proper support of box culverts, the site must first be prepared. Box culvert installations should be done by an experienced contractor who understands the importance of bedding the structure properly. The bedding under the box culverts must be able to support the full load of the installed box culvert, its contents, and the loading above the box culvert. The surface and subsurface water should be controlled so dry conditions are available during excavation and site preparation. Furthermore, during and after installation, dewatering methods must be used to prevent the migration of bedding materials and to prevent fines from getting into the groove. Any unsuitable or unstable materials below the plan foundation should be removed. Rocks within 6 inches of the box bottom should be removed. After the appropriate excavations are performed and the subgrade is judged stable, the box culverts should be placed or constructed on compacted granular backfill to the specked line and grades. Terracon recommends a bedding thickness of at least 6 inches. The bedding should consist of well -graded crushed stone or crushed gravel meeting the requirements of ASTM C33, gradation 67 (3/4-inch to No. 4) and should be installed and compacted to provide uniform support for the full length and width of each box culvert section. A 2-inch minimum thickness leveling course of fine granular base material can be used as required to achieve a level bedding surface. The final grading for the bedding should be done with a laser or level and grade stakes. For the final grading, the granular material should be screeded using a screed board as long as the width of • the outside span of the box. If properly done, the final grading will allow an easier installation while setting the box culvert sections. Improper bedding could prevent the tongue of the box from being properly started into the groove. It is very important that time be spent to ensure the box culvert bedding preparation is done correctly. 4.4 Seismic Considerations Code Used Site Classification 2012 International Building Code (IBC)' D' 1. In general accordance with the 2012 international Building Code, Table 1613.5.2. 2. The 2012 International Building Code (IBC) requires a site soil profile determination extending a depth of 100 feet for seismic site classification. The current scope requested does not include the required 100 foot soil profile determination. The borings completed for this project extended to a maximum depth of about 20Y2 feet and this seismic site class definition considers that similar soil conditions exist below the maximum depth of the subsurface exploration. Additional exploration to deeper depths could be performed to confirm the conditions below the current depth of exploration. Alternatively, a geophysical exploration could be utilized in order to attempt to justify a more favorable seismic site class. However, we believe a higher seismic site claw for this ske is unlikely. • Responsive. Resourceful a Reliable 11 January 30, 2014 g s REVISION OF SECTION ]OS DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS not hear the issue and shall not accept any additional information. The DRB shall not hear any issue or consider any information that was not contained in the Request for Equitable Adjustment and fully submitted to the Project Engineer and Resident Engineer during the 105.22 process. j. If either party fails to timely deliver a position paper, the DRB may reschedule the hearing one time. On the final date and time established for the hearing, the DRB shall proceed with the hearing using the information that has been submitted. k. If a party fails to appear at the hearing, the DRB shall proceed as if all parties were in attendance. (g) Dispute Review Board Recommendation. The DRB shall issue a Recommendation in accordance with the following procedures: 1. The DRB shall not make a recommendation on the dispute at the meeting. Prior to the closure of the hearing, the DRB members and the Contractor and CDOT together will discuss the time needed for analysis and review of the dispute and the issuance of the DRB's recommendation. The maximum time shall be 30 days unless otherwise agreed to by both parties. At a minimum, the recommendation shall contain all the elements listed in Rule 35, Form of Award, of the Arbitration Regular Track Provisions listed at the end of subsection 105.24. 2. After the meeting has been closed, the DRB shall prepare a written Recommendation signed by each member of the DRB. In the case of a three member DRB, where one member dissents that member shall prepare a written dissent and sign it. 3. The chairperson shall transmit the signed Recommendation and any supporting documents to both parties. (h) Clarification and Reconsideration of Recommendation. Either parry may request clarification or • reconsideration of a decision within ten days following receipt of the Recommendation. Within ten days after receiving the request, the DRB shall provide written clarification or reconsideration to both parties unless otherwise agreed to by both parties. Requests for clarification or reconsideration shall be submitted in writing simultaneously to the DRB and to the other party. The Board shall not accept requests for reconsideration that amount to a renewal of a prior argument or additional argument based on facts available at the time of the hearing. The Board shall not consider any documents or arguments which have not been made a part of the pre -hearing submittal other than clarification and data supporting previously submitted documentation. Only one request for clarification or reconsideration per dispute from each party will be allowed. (i) Acceptance or Rejection of Recommendation. CDOT and the Contractor shall submit their written acceptance or rejection of the Recommendation, in whole or in part, concurrently to the other party and to the DRB within 14 days after receipt of the Recommendation or following receipt of responses to requests for clarification or reconsideration. If the parties accept the Recommendation or a discreet part thereof, it will be implemented in accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the dispute is resolved. If either party rejects the Recommendation in whole or in part, it shall give written explanation to the other party within 14 days after receiving the Recommendation. When the Recommendation is rejected in whole or in part by either party, the other party may either abandon the dispute or pursue a formal claim in accordance with subsection 105.24. • January 30, 2014 9 REVISION OF SECTION ] OS DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS If either party fails to submit its written acceptance or rejection of the Dispute Board's recommendation, according to these specifications, such failure shall constitute that party's acceptance of the Board's recommendation. 0) Admissibility of Recommendation. Recommendations of a DRB issued in accordance with subsection 105.23 are admissible in subsequent proceedings but shall be prefaced with the following paragraph: This Recommendation may be taken under consideration with the understanding that: 1. The DRB Recommendation was a proceeding based on presentations by the parties. 2. No factor expert witnesses presented sworn testimony or were subject to cross-examination. 3. The parties to the ORB were not provided with the right to any discovery, such as production of documents or depositions. 4. There is no record of the DRB hearing other than the Recommendation. (k) Cost and Payments. 1. General Administrative Costs. The Contractor and the Department shall equally share the entire cost of the following to support the Board's operation: (1) Copies of Contract and other relevant documentation (2) Meeting space and facilities (3) Secretarial Services (4) Telephone (5) Mail • (6) Reproduction (7) Filing 2. The Department and the Contractor shall bear the costs and expenses of the DRB equally. Each DRB board member shall be compensated at an agreed rate of $1,200 per day if time spent on - site per meeting is greater than four hours. Each DRB board member shall be compensated at an agreed rate of $800 per day if time spent on -site per meeting is less than or equal to four hours. The time spent traveling to and from each meeting shall be reimbursed at $50 per hour if the travel distance is more than 50 miles. The agreed daily and travel time rates shall be considered full compensation for on -site time, travel expenses, transportation, lodging, time for travel of more than 50 miles and incidentals for each day, or portion thereof that the DRB member is at an authorized DRB meeting. No additional compensation will be made for time spent by DRB members in review and research activities outside the official DRB meetings unless that time, (such as time spent evaluating and preparing recommendations on specific issues presented to the DRB), has been specifically agreed to in advance by the Department and Contractor. Time away from the project that has been specifically agreed to in advance by the parties will be compensated at an agreed rate of $125 per hour. The agreed amount of $125 per hour shall include all incidentals. Members serving on more than one DRB, regardless of the number of meetings per day, shall not be paid more than the all inclusive rate per day or rate per hour for an individual project. 3. Payments to Board Members and General Administrative Costs. Each Board member shall submit an invoice to the Contractor for fees and applicable expenses incurred each month following a month in which the Board members participated in Board functions. Such invoices shall be in the format established by the Contractor and the Department. The Contractor shall submit to the Department copies of all invoices. No markups by the Contractor will he allowed on any DRB costs. The Department will split the cost by authorizing 50 percent payment on the next progress payment. The Contractor shall make all payments in full to Board members within 0 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS seven calendar days after receiving payment from the Department for this work. mde Review Board Three Partv Aereement. DISPUTE REVIEW BOARD THREE PARTY AGREEMENT COLORADO PROJECT NO. January 30, 2014 THIS THREE PARTY AGREEMENT, made as of the date signed by the Chief Engineer below, by and between: the Colorado Department of Transportation, hereinafter called the "Department"; and hereinafter called the "Contractor"; and and hereinafter called the "Dispute Review Board" or "Board". the Department is now engaged in the construction of the TProiect Name] and WHEREAS, the Contract provides for the establishment of a Board in accordance with subsections 105.22 and 105.23 of the specifications. NOW, THEREFORE, it is hereby agreed: ARTICLE I DESCRIPTION OF WORK AND SERVICES The Department and the Contractor shall form a Board in accordance with this agreement and the provisions of subsection 105.23. ARTICLE II COMMITMENT ON PART OF THE PARTIES HERETO The parties hereto shall faithfully fulfill the requirements of subsection 105.23 and the requirements of this agreement. 0 171 n U r1 LJ January 30, 2014 II REVISION OF SECTION 105 ARTICLE III COMPENSATION The parties shall share equally in the cost of the Board, including general administrative costs (meeting space and facilities, secretarial services, telephone, mail, reproduction, filing) and the member's individual fees. Reimbursement of the Contractor's share of the Board expenses for any reason is prohibited. The Contractor shall make all payments in full to Board members. The Contractor will submit to the Department an itemized statement for all such payments, and the Department will split the cost by including 50 percent payment on the next progress payment. The Contractor and the Department will agree to accept invoiced costs prior to payment by the Contractor. DISPUTE REVIEW BOARD THREE PARTY AGREEMENT PAGE 2 COLORADO PROJECT NO. Board members shall keep all fee records pertaining to this agreement available for inspection by representatives of the Department and the Contractor for a period of three years after the termination of the Board members' services. Payment to each Board member shall be at the fee rates established in subsection 105.23 and agreed to by each Board member, the Contractor, and the Department. In addition, reimbursement will be made for applicable expenses. Each Board member shall submit an invoice to the Contractor for fees incurred each month following a month in which the members participated in Board functions. Such invoices shall be in the format established by the Contractor and the Department. Payments shall be made to each Board member within 60 days after the Contractor and Department have received all the applicable billing data and verified the data submitted by that member. The Contractor shall make payment to the Board member within seven calendar days of receipt of payment from the Department. ARTICLE IV ASSIGNMENT Board members shall not assign any of the work to be performed by them under this agreement. Board members shall disclose any conflicts of interest including but not limited to any dealings with the either party in the previous five years other than serving as a Board member under other contracts. 01 12 REVISION OF SECTION 105 2) ARTICLE V AND TERMINATION January 30, 2014 The commencement of the services of the Board shall be in accordance with subsection 105.23 of the specifications and shall continue until all assigned disputes under the Contract which may require the Board's services have been heard and a Recommendation has been issued by the Board as specified in subsection 105.23. If a Board member is unable to fulfill his responsibilities for reasons specified in subsection 105.23(b)7, he shall be replaced as provided therein, and the Board shall fulfill its responsibilities as though there had been no change. ARTICLE VI LEGAL RELATIONS The parties hereto mutually agree that each Board member in performance of his duties on the Board is acting as an independent contractor and not as an employee of either the Department or the Contractor. Board members will guard their independence and avoid any communication about the substance of the dispute without both parties being present. • The Board members are absolved of any personal liability arising from the Recommendations of the • Board. The parties agree that members of the dispute review board panel are acting as mediators for purposes of C.R.S. § 13-22-302(4) and, as such, the liability of any dispute review board member shall be limited to willful and wanton misconduct as provided for in C.R.S. § 13-22-305(6) DISPUTE REVIEW BOARD THREE PARTY AGREEMENT PAGE 3 COLORADO PROJECT NO. IN WITNESS HEREOF, the parties hereto have caused this agreement to be executed the day and year first written above. BOARD MEMBER: BY: BOARD MEMBER: BY: BOARD MEMBER: BY: 1 0 January 30, 2014 13 REVISION OF SECTION 105 CONTRACTOR: BY: TITLE: COLORADO DEPARTMENT OF TRANSPORTATION TITLE: CHIEF ENGINEER 105.24 Claims for Unresolved Disputes. The Contractor may file a claim only if the disputes resolution process described in subsections 105.22 and 105.23 has been exhausted without resolution of the dispute. Other methods of nonbinding dispute resolution, exclusive of arbitration and litigation, can be used if agreed to by both parties. This subsection applies to any unresolved dispute or set of disputes between CDOT and the Contractor with an aggregate value of more than $15,000. Unresolved disputes with an aggregate value of more than $15,000 from subcontractors, materials suppliers or any other entity not a party to the Contract shall be submitted through the Contractor in accordance with this subsection as a pass -through claim. Review • of a pass -through claim does not create privity of Contract between COOT and any other entity. Subsections 105.22, 105.23 and 105.24 provide both contractual alternative dispute resolution processes and constitute remedy -granting provisions pursuant to Colorado Revised Statutes which must be exhausted in their entirety. Merit -binding arbitration or litigation proceedings must commence within 180-calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court for the City and County of Denver. Non -binding Forms of alternative dispute resolution such as Mediation are available upon mutual agreement of the parties for all claims submitted in accordance with this subsection. The cost of the non -binding ADR process shall be shared equally by both parties with each party bearing its own preparation costs. The type of nonbinding ADR process shall be agreed upon by the parties and shall be conducted within the State of Colorado at a mutually acceptable location. Participation in a nonbinding ADR process does not in any way waive the requirement that merit -binding arbitration or litigation proceedings must commence within I80-calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. (a) Notice of/ntent to File a Claim. Within 30 days after rejection of the Dispute Resolution Board's Recommendation issued in accordance with subsection 105.23, the Contractor shall provide the Region Transportation Director with a written notice of intent to file a claim. The Contractor shall also send a copy of this notice to the Resident Engineer. For the purpose of this subsection Region Transportation Director shall mean the Region Transportation Director or the Region Transportation Director's designated representative. CDOT will acknowledge in writing receipt of Notice of Intent within 7 days. • (b) Claim Package Submission. Within 60 days after submitting the notice of intent to file a claim, the Contractor shall submit five copies of a complete claim package representing the final position the January 30, 2014 14 • REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS Contractor wishes to have considered. All claims shall be in writing and in sufficient detail to enable the RTD to ascertain the basis and amount of claim. The claim package shall include all documents supporting the claim, regardless of whether such documents were provided previously to COOT. If requested by the Contractor the 60 day period may be extended by the RTD in writing prior to final acceptance. As a minimum, the following information shall accompany each claim. 1. A claim certification containing the following language, as appropriate: CONTRACTOR'S CLAIM CERTIFICATION Under penalty of law for perjury or falsification, the undersigned, (name) , (title) . of (company) , hereby certifies that the claim of $ for extra compensation and _ Days additional time, made herein for work on this contract is true to the best of my knowledge and belief and supported under the Contract between the parties. This claim package contains all available documents that support the claims made herein and I understand that no additional information, other than for clarification and data supporting previously submitted documentation, may be presented by me. Dated /s/ Subscribed and swom before me this day of NOTARY PUBLIC My Commission Ex B. Fora pass -through claim: PASS -THROUGH CLAIM CERTIFICATION Under penalty of law for perjury or falsification, the undersigned, (name) , (title) , of (comoanv) , hereby certifies that the claim of $ for extra compensation and _ Days additional time, made herein for work on this Project is true to the best of my knowledge and belief and supported under the contract between the parties. This claim package contains all available documents that support the claims made herein and I understand that no additional information, other than for clarification and data supporting previously submitted documentation, may be presented by me. Dated /s/ Subscribed and swom before me this _day of NOTARY PUBLIC My Commission Expires: Dated A The Contractor certifies that the claim being passed through to COOT is passed through in good faith and is accurate and complete to the best of my knowledge and belief. Dated /s/ • 0 0 15 REVISION OF SECTION 105 DISPU"1ES AND CLAIMS FOR CON'1'RAC'1 AUJ U S'l'MEN'1'S Subscribed and sworn before me this day of NOTARY PUBLIC My Commission Expires: January 30, 2014 2. A detailed factual statement of the claim for additional compensation, time, or both, providing all necessary dates, locations, and items of work affected by the claim. The Contractor's detailed factual statement shall expressly describe the basis of the claim and factual evidence supporting the claim. This requirement is not satisfied by simply incorporating into the claim package other documents that describe the basis of the claim and supporting factual evidence. 3. The date on which facts were discovered which gave rise to the claim. 4. The name, title, and activity of all known CDOT, Consultant, and other individuals who may be knowledgeable about facts giving rise to such claim. 5. The name, title, and activity of all known Contractor, subcontractor, supplier and other individuals who may be knowledgeable about facts giving rise to such claim. 6. The specific provisions of the Contract, which support the claim and a statement of the reasons why such provisions support the claim. 7. If the claim relates to a decision of the Project Engineer, which the Contract leaves to the Project Engineer's discretion, the Contractor shall set out in detail all facts supporting its position relating to the decision of the Project Engineer. 8. The identification of any documents and the substance of all oral communications that support the claim. 9. Copies of all known documents that support the claim. 10. The Dispute Review Board Recommendation. 11. If an extension of contract time is sought, the documents required by subsection 108.08(d). 12. If additional compensation is sought, the exact amount sought and a breakdown of that amount into the following categories: A. These categories represent the only costs that are recoverable by the Contractor. All other costs or categories of costs are not recoverable: (1) Actual wages and benefits, including FICA, paid for additional labor (2) Costs for additional bond, insurance and tax (3) Increased costs for materials (4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned equipment and based on certified invoice costs for rented equipment (5) Costs of extended job site overhead (6) Salaried employees assigned to the project (7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is required for all such claims) (8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for items for which no specific allowance is provided, including profit and home office overhead. (9) Interest shall be paid in accordance with CRS 5-12-102 beginning from the date of the Notice of Intent to File Claim • B. In adjustment for the costs as allowed above, the Department will have no liability for the following items of damages or expense: January 30, 2014 16 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS (1) Profit in excess of that provided in 12.A.(8) above (2) Loss of Profit (3) Additional cost of labor inefficiencies in excess of that provided in A. above (4) Home office overhead in excess of that provided in A. above (5) Consequential damages, including but not limited to loss of bonding capacity, loss of bidding opportunities, and insolvency (6) Indirect costs or expenses of any nature in excess of that provided in A. above (7) Attorney's fees, claim preparation fees, and expert fees (c) Audit. An audit may be performed by the Department for any dispute or claim, and is mandatory for all disputes and claims with amounts greater than $250,000. All audits will be complete within 60 days of receipt of the complete claim package, provided the Contractor allows the auditors reasonable and timely access to the Contractor's books and records. For all claims with amounts greater than $250,000 the Contractor shall submit a copy of certified claim package directly to the CDOT Audit Unit at the following address: Division of Audit 4201 E. Arkansas Ave Denver, Co. 80222 (d) Region Transportation Director Decision. When the Contractor properly files a claim, the RTD will review the claim and render a written decision to the Contractor to either affirm or deny the claim, in whole or in part, in accordance with the following procedure. The RTD may consolidate all related claims on a project and issue one decision, provided that • consolidation does not extend the time period within which the RTD is to render a decision. Consolidation of unrelated claims will not be made. The RTD will render a written decision to the Contractor within 60 days after the receipt of the claim package or receipt of the audit whichever is later. In rendering the decision, the RTD: (1) will review the information in the Contractor's claim; (2) will conduct a hearing if requested by either party; and (3) may consider any other information available in rendering a decision. The RTD will assemble and maintain a claim record comprised of all information physically submitted by the Contractor in support of the claim and all other discoverable information considered by the RTD in reaching a decision. Once the RTD assembles the claim record, the submission and consideration of additional information, other than for clarification and data supporting previously submitted documentation, at any subsequent level of review by anyone, will not be permitted. The RTD will provide a copy of the claim record and the written decision to the Contractor describing the information considered by the RTD in reaching a decision and the basis for that decision. If the RTD fails to render a written decision within the 60 day period, or within any extended time period as agreed to by both parties, the Contractor shall either: (1) accept this as a denial of the claim, or (2) appeal the claim to the Chief Engineer, as described in this subsection. If the Contractor accepts the RTD decision, the provisions of the decision shall be implemented in accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the claim is resolved. If the Contractor disagrees with the RTD decision, the Contractor shall either: (1) accept the RTD decision as final, or (2) file a written appeal to the Chief Engineer within 30 days from the receipt of the RTD decision. The Contractor hereby agrees that if a written appeal is not properly filed, the RTD decision is final. (e) ChiejEngineer Decision. When a claim is appealed, the RTD will provide the claim record to the • Chief Engineer. Within 15 days of the appeal either party may submit a written request for a hearing January 30, 2014 • 17 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS with the Chief Engineer or duly authorized Headquarters delegates. The Chief Engineer or a duly authorized Headquarters delegate will review the claim and render a decision to affirm, overrule, or modify the RTD decision in accordance with the following. The Contractor's written appeal to the Chief Engineer will be made a part of the claim record. The Chief Engineer will render a written decision within 60 days after receiving the written appeal. The Chief Engineer will not consider any information that was not previously made a part of the claim record, other than clarification and data supporting previously submitted documentation. The Contractor shall have 30 days to accept or reject the Chief Engineers decision. The Contractor shall notify the Chief Engineer of its acceptance or rejection in writing. If the Contractor accepts the Chief Engineer's decision, the provisions of the decision will be implemented in accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the claim is resolved. If the Contractor disagrees with the Chief Engineer's decision, the Contractor shall either (1) pursue an alternative dispute resolution process in accordance with this specification or (2) initiate litigation or merit binding arbitration in accordance with subsection 105.24(f). If the Chief Engineer does not issue a decision as required, the Contractor may immediately initiate either litigation or merit binding arbitration in accordance with subsection 105.24(i). For the convenience of the parties to the Contract it is mutually agreed by the parties that any merit binding arbitration or De Novo litigation shall be brought within 180calendar days from the date of the Chief Engineer's decision. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. De Now Litigation or Merit Binding Arbitration. If the Contractor disagrees with the Chief Engineer's decision, the Contractor may initiate de novo litigation or merit binding arbitration to finally resolve the claim that the Contractor submitted to COOT, depending on which option was selected by the Contractor on Form 1378 which shall be submitted at the preconstruction conference. Such litigation or arbitration shall be strictly limited to those claims that were previously submitted and decided in the contractual dispute and claims processes outlined herein. This does not preclude the joining in one litigation or arbitration of multiple claims from the same project provided that each claim has gone through the dispute and claim process specified in subsections 105.22 through 105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative dispute resolution. Any offer made by the Contractor or the Department at any stage of the claims process, as set forth in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408 and therefore inadmissible in any litigation or arbitration. If the Contractor selected litigation, then de novo litigation shall proceed in accordance with the Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and for the City and County of Denver, unless both parties agree to the use of arbitration. u 0 • Geotechnical Engineering Report l�erracon Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013 . Terracon Project No. 20135038 4.6 Lateral Earth Pressures Reinforced concrete walls with unbalanced backfill levels on opposite sides should be designed for earth pressures at least equal to those indicated in the following table. Earth pressures will be influenced by structural design of the walls, conditions of wall restraint, methods of construction and/or compaction and the strength of the materials being restrained. Two wall restraint conditions are shown. Active earth pressure is commonly used for design of free-standing cantilever retaining walls and assumes wall movement. The "at -rest" condition assumes no wall movement. The recommended design lateral earth pressures do not include a factor of safety and do not provide for possible hydrostatic pressure on the walls. S =Surcharge For active pressure movement (0.002 H to 0.004 H) S For at -rest pressure - No Movement Assumed Horizontal Finished Grade Horizontal Finished Grade p2- 014 pl—N 'Retaining Wall EARTH PRESSURE COEFFICIENTS Earth Pressure Coefficient for Backfill Equivalent Fluid Surcharge Pressure, Earth Pressure, Conditions Type Density (pcf) Pi (Psf) P. (Psf) Active (Ka) Imported fill - 0.27 35 (0.27)S (35)H On -site sandy clay -0.41 49 (0.41)S (49)H At -Rest (Ko) Imported fill - 0.42 55 (0.42)S (55)H On -site sandy clay - 0.57 68 (0.57)S (68)H Passive (Kp) Imported fill - 3.69 480 --- -- On -site sandy clay - 2.46 295 -- — Responsive is Resourceful . Reliable `PA January 30, 2014 8 • REVISION OF SECTION ]OS DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS If the Contractor selected merit binding arbitration, or if both parties subsequently agreed to merit binding arbitration, arbitration shall be governed by the modified version of AAA's Construction Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (1135 through R39), the arbitrators shall issue a binding decision with regard to entitlement and a non -binding decision with regard to quantum. If either party disagrees with the decision on quantum, the disagreeing party may seek a trial de novo in Denver District Court with regard to quantum only. E 0 January 30, 2014 • 19 REVISION OF SECTION ]OS DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS AMERICAN ARBITRATION ASSOCIATION CONSTRUCTION INDUSTRY ARBITRATION RULES MODIFIED FOR USE WITH CDOT SPECIFICATION SUBSECTION 105.24 REGULAR TRACK PROCEDURES R-1. Agreement of Parties (a) The parties shall be deemed to have made these rules a part of their Contract. These rules and any amendments shall apply in the form in effect at the time the administrative requirements are met for a demand for arbitration. The parties, by written agreement, may vary the procedures set forth in these rules. After appointment of the arbitrator, such modifications may be made only with the consent of the arbitrator. (b) Unless the parties determine otherwise, the Fast Track Procedures shall apply in any case in which aggregate claims do not exceed $75,000, exclusive of interest and arbitration fees and costs. Parties may also agree to use these procedures in larger cases. Unless the parties agree otherwise, these procedures will not apply in cases involving more than two parties except for pass -through claims. The Fast Track Procedures shall be applied as described in Sections F-1 through F-13 of these rules, in addition to any other portion of these rules that is not in conflict with the Fast Track Procedures. (c) Unless the parties agree otherwise, the Procedures for Large, Complex Construction Disputes shall apply to all cases in which the disclosed aggregate claims of any party is at least $500,000, exclusive • of claimed interest, arbitration fees and costs. Parties may also agree to use these procedures in cases involving claims under $500,000, or in nonmonetary cases. The Procedures for Large, Complex Construction Disputes shall be applied as described in Sections L-1 through L-4 of these rules, in addition to any other portion of these rules that is not in conflict with the Procedures for Large, Complex Construction Disputes. (d) All other cases shall be administered in accordance with Sections R-1 through R-45 of these rules. R-2. Independent Arbitration Provider and Delegation of Duties When parties agree to arbitrate under these rules, or when they provide for arbitration by an independent third -party (Arbitration Provider) and arbitration is initiated under these rules, they thereby authorize the Arbitration Provider to administer the arbitration. The authority and duties of the Arbitration Provider are prescribed in the parties' Contract and in these rules, and may be carried out through such of the Arbitration Provider's representatives m it may direct. The Arbitration Provider will assign the administration of an arbitration to its Denver office R-3. Initiation of Arbitration Arbitration shall be initiated in the following manner. (a) The Contractor shall, within 30 days after the Chief Engineer issues a decision, submit to the Chief Engineer written notice of its intention to arbitrate (the "demand"). The demand shall indicate the appropriate qualifications for the arbitrator(s) to be appointed to hear the arbitration. (b) CDOT may file an answering statement with the Contractor within 15 days after receiving the demand. If a counterclaim is asserted, it shall contain a statement setting forth the nature of the counterclaim, the amount involved, if any, and the remedy sought. (c) The Chief Engineer shall retain an Arbitration Provider, such as the American Arbitration Association, which will administer an arbitration pursuant to these Rules, except to the extent that • such rules conflict with the specifications, in which case the specifications shall control. (d) The Arbitration Provider shall confirm its retention to the parties. R-4. Consolidation or Joinder January 30, 2014 20 • REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS If the parties' agreement or the law provides for consolidation orjoinder of related arbitrations, all involved parties will endeavor to agree on a process to effectuate the consolidation orjoinder. If they are unable to agree, the Arbitration Provider shall directly appoint a single arbitrator for the limited purpose of deciding whether related arbitrations should be consolidated or joined and, if so, establishing a fair and appropriate process for consolidation orjoinder. The Arbitration Provider may take reasonable administrative action to accomplish the consolidation orjoinder as directed by the arbitrator. R-5. Appointment of Arbitrator An arbitrator shall be appointed in the following manner: (a) Immediately after the Arbitration Provider is retained, the Arbitration Provider shall send simultaneously to each party to the dispute an identical list of 10 names of potential arbitrators. The parties are encouraged to agree to an arbitrator from the submitted list and to advise the AAA of their agreement. Absent agreement of the parties, the arbitrator shall not have served as the mediator in the mediation phase of the instant proceeding. (b) If the parties cannot agree to arbitrator(s), each party to the dispute shall have 15 calendar days from the transmittal date in which to strike names objected to, number the remaining names in order of preference, and return the list to the Arbitration Provider. If a party does not return the list within the time specified, all persons named therein shall be deemed acceptable. From among the persons who have been approved on both lists, and in accordance with the designated order of mutual preference, the Arbitration Provider shall invite an arbitrator to serve. (c) Unless both parties agree otherwise one arbitrator shall be used for claims less than $250,000 and three arbitrators shall be used for claims $250,000 and greater. Within 15 calendar days from the date of the appointment of the last arbitrator, the Arbitration Provider shall appoint a chairperson. (d) The entire claim record will be made available to the arbitrators by the Chief Engineer within 15 calendar days from the date of the appointment of the last arbitrator. R-6. Changes of Claim The arbitrator(s) will not consider any information that was not previously made a part of the claim record as transmitted by the Chief Engineer, other than clarification and data supporting previously submitted documentation. R-7. Disclosure (a) Any person appointed or to be appointed as an arbitrator shall disclose to the Arbitration Provider any circumstance likely to give rise to justifiable doubt as to the arbitrator's impartiality or independence, including any bias or any interest in the result of the arbitration or any relationship with the parties or their representatives. Such obligation shall remain in effect throughout the arbitration. (b) Upon receipt of such information from the arbitrator or another source, the Arbitration Provider shall communicate the information to the parties and, if it deems it appropriate to do so, to the arbitrator and others. (c) In order to encourage disclosure by arbitrators, disclosure of information pursuant to this Section R- 6 is not to be construed as an indication that the arbitrator considers that the disclosed circumstances are likely to affect impartiality or independence. (d) In no case shall an arbitrator be employed by, affiliated with, or have consultive or business connection with the claimant Contractor or CDOT. An arbitrator shall not have assisted either in the evaluation, preparation, or presentation of the claim case either for the Contractor or the Department or have rendered an opinion on the merits of the claim for either party, and shall not do so during the . proceedings of arbitration. January 30, 2014 • 21 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS R-8. Disqualification of Arbitrator (a) Any arbitrator shall be impartial and independent and shall perform his or her duties with diligence and in good faith, and shall be subject to disqualification for: (i) partiality or lack of independence, (ii) inability or refusal to perform his or her duties with diligence and in good faith; and/or (iii) any grounds for disqualification provided by applicable law. (b) Upon objection of a party to the continued service of an arbitrator, or on its own initiative, the Arbitration Provider shall determine whether the arbitrator should be disqualified under the grounds set out above, and shall inform the parties of its decision, which decision shall be conclusive. R-9. Communication with Arbitrator No party and no one acting on behalf of any party shall communicate ex parts with an arbitrator or a candidate for arbitrator concerning the arbitration. R-10. Vacancies (a) If for any reason an arbitrator is unable to perform the duties of the office, the Arbitration Provider may, on proof satisfactory to it, declare the office vacant. Vacancies shall be filled in accordance with the applicable provisions of these rates. (b) In the event of a vacancy in a panel of neutral arbitrators after the hearings have commenced, the remaining arbitrator or arbitrators may continue with the hearing and determination of the controversy, unless the parties agree otherwise. (c) In the event of the appointment of a substitute arbitrator, the panel of arbitrators shall determine in its sole discretion whether it is necessary to repeat all or part of any prior hearings. R-11. Jurisdiction • (a) The arbitrator shall have the power to rule on his or her own jurisdiction, including any objections with respect to the existence, scope or validity of the arbitration agreement. (b) The arbitrator shall have the power to determine the existence or validity of a contract of which an arbitration clause forms a part. Such an arbitration clause shall be treated as an agreement independent of the other terms of the contract. A decision by the arbitrator that the contract is null and void shall not for that reason alone render invalid the arbitration clause. (e) A party must object to the jurisdiction of the arbitrator or to the arbitrability of a claim or counterclaim no later than 15 days after the Arbitration Provider confirms its retention to the parties. The arbitrator may rule on such objections as a preliminary matter or as part of the final award. R-12. Administrative Conference At the request of any party or upon the Arbitration Provider's own initiative, the Arbitration Provider may conduct an administrative conference, in person or by telephone, with the parties and/or their representatives. The conference may address such issues as arbitrator selection, potential exchange of information, a timetable for hearings and any other administrative matters. R-13. Preliminary Hearing (a) At the request of any party or at the discretion of the arbitrator or the Arbitration Provider, the arbitrator may schedule as soon as practicable a preliminary hearing with the parties and/or their representatives. The preliminary hearing may be conducted by telephone at the arbitrator's discretion. (b) During the preliminary hearing, the parties and the arbitrator should discuss the future conduct of the case, including clarification of the issues and claims, a schedule for the hearings and any other preliminary matters. R-14. Exchange of Information • (a) At the request of any party or at the discretion of the arbitrator, consistent with the expedited nature of arbitration, the arbitrator may direct: (i) the production of documents and other information; (ii) January 30, 2014 22 • REVISION OF SECTION ]OS DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS short depositions, particularly with regard to experts; and/or (iii) the identification of any witnesses to be called. (b) At least five business days prior to the hearing, the parties shall exchange copies of all exhibits they intend to submit at the hearing. (c) The arbitrator is authorized to resolve any disputes concerning the exchange of information. (d) Additional discovery may be ordered by the arbitrator in extraordinary cases when the demands of justice require it. R-15. Date, Time, and Place of Hearing (a) The arbitrator shall set the date, time, and place for each hearing and/or conference. The parties shall respond to requests for hearing dates in a timely manner, be cooperative in scheduling the earliest practicable date, and adhere to the established hearing schedule. (b) The parties may mutually agree on the locale where the arbitration is to be held. Absent such agreement, the arbitration shall be held in the City and County of Denver. (c) The Arbitration Provider shall send a notice of hearing to the parties at least ten calendar days in advance of the hearing date, unless otherwise agreed by the parties. R-16. Attendance at Hearings The arbitrator and the Arbitration Provider shall maintain the privacy of the hearings unless the law provides to the contrary. Any person having a direct interest in the arbitration is entitled to attend hearings. The arbitrator shall otherwise have the power to require the exclusion of any witness, other than a party or other essential person, during the testimony of any other witness. It shall be discretionary with the arbitrator to determine the propriety of the attendance of any person other than a party and its • representative. R-17. Representation Any party may be represented by counsel or other authorized representative. A party intending to be so represented shall notify the other party and the Arbitration Provider of the time and address of the representative at least three calendar days prior to the date set for the hearing at which that person is first to appear. R-18. Oaths Before proceeding with the first hearing, each arbitrator may take an oath of once and, if required by law, shall do so. The arbitrator may require witnesses to testify under oath administered by any duly qualified person and, if it is required by law or requested by any party, shall do so. R-19. Stenographic Record Any party desiring a stenographic record shall make arrangements directly with a stenographer and shall notify the other parties of these arrangements at least three days in advance of the hearing. The requesting party or parties shall pay the cost of the record. If the transcript is agreed by the parties, or determined by the arbitrator to be the official record of the proceeding, it must be provided to the arbitrator and made available to the other parties for inspection, at a date, time, and place determined by the arbitrator. R-20. Interpreters Any party wishing an interpreter shall make all arrangements directly with the interpreter and shall assume the costs of the service. R-21. Postponements The arbitrator for good cause shown may postpone any hearing upon agreement of the parties, upon request of a party, or upon the arbitrator's own initiative. • R-22. Arbitration in the Absence of a Party or Representative January 30, 2014 • 23 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS Unless the law provides to the contrary, the arbitration may proceed in the absence of any party or representative who, after due notice, fails to be present or fails to obtain a postponement. An award shall not be made solely on the default of a party. The arbitrator shall require the party who is present to submit such evidence as the arbitrator may require for the making of an award. R-23. Conduct of Proceedings (a) The Contractor shall present evidence to support its claim. CDOT shall then present evidence supporting its defense. Witnesses for each party shall also submit to questions from the arbitrator and the adverse party. The arbitrator has the discretion to vary this procedure; provided that the parties are treated with equality and that each party has the right to be heard and is given a fair opportunity to present its case. (b) The arbitrator, exercising his or her discretion, shall conduct the proceedings with a view to expediting the resolution of the dispute and may direct the order of proof, bifurcate proceedings, and direct the parties to focus their presentations on issues the decision of which could dispose of all or part of the case. The arbitrator shall entertain motions, including motions that dispose of all or part of a claim or that may expedite the proceedings, and may also make preliminary rulings and enter interlocutory orders. (c) The parties may agree to waive oral hearings in any case. R-24. Evidence (a) The arbitrators shall consider all written information available in the claim record and all oral presentations in support of that record by the Contractor and CDOT. Conformity to legal rules of evidence shall not be necessary. • (b) The arbitrators shall not consider any written documents or arguments which have not previously been made a part of the claim record, other than clarification and data supporting previously submitted documentation. The arbitrators shall not consider an increase in the amount of the claim, or any new claims. (c) The arbitrator shall determine the admissibility, relevance, and materiality of any evidence offered. The arbitrator may request offers of proof and may reject evidence deemed by the arbitrator to be cumulative, unreliable, unnecessary, or of slight value compared to the time and expense involved. All evidence shall be taken in the presence of all of the arbitrators and all of the parties, except where: (i) any of the parties is absent, in default, or has waived the right to be present, or (ii) the parties and the arbitrators agree otherwise. (d) The arbitrator shall take into account applicable principles of legal privilege, such as those involving the confidentiality of communications between a lawyer and client. (e) An arbitrator or other person authorized by law to subpoena witnesses or documents may do so upon the request of any party or independently. R-25. Evidence by Affidavit and Post -hearing Filing of Documents or Other Evidence (a) The arbitrator may receive and consider the evidence of witnesses by declaration or affidavit, but shall give it only such weight as the arbitrator deems it entitled to after consideration of any objection made to its admission. (b) If the parties agree or the arbitrator directs that documents or other evidence be submitted to the arbitrator after the hearing, the documents or other evidence, unless otherwise agreed by the parties and the arbitrator, shall be filed with the Arbitration Provider for transmission to the arbitrator. All parties shall be afforded an opportunity to examine and respond to such documents or other evidence. R-26. Inspection or Investigation January 30, 2014 24 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS An arbitrator finding it necessary to make an inspection or investigation in connection with the arbitration shall direct the Arbitration Provider to so advise the parties. The arbitrator shall set the date and time and the Arbitration Provider shall notify the parties. Any party who so desires may be present at such an inspection or investigation. In the event that one or all parties are not present at the inspection or investigation, the arbitrator shall make an oral or written report to the parties and afford them an opportunity to comment. R-27. Interim Measures (a) The arbitrator may take whatever interim measures he or she deems necessary, including injunctive relief and measures for the protection or conservation of property and disposition of perishable goods. (b) A request for interim measures addressed by a party to a judicial authority shall not be deemed incompatible with the agreement to arbitrate or a waiver of the right to arbitrate. R-28. Closing of Hearing When satisfied that the presentation of the parties is complete, the arbitrator shall declare the hearing closed. If documents or responses are to be filed as provided in Section R-24, or if briefs are to be filed, the hearing shall be declared closed as of the final date set by the arbitrator for the receipt of documents, responses, or briefs. The time limit within which the arbitrator is required to make the award shall commence to run, in the absence of other agreements by the parties and the arbitrator, upon the closing of the hearing. R-29. Reopening of Hearing . The hearing may be reopened on the arbitrator's initiative, or by direction of the arbitrator upon application of a party, at any time before the award is made. If reopening the hearing would prevent the making of the award within the specific time agreed to by the parties in the arbitration agreement, the matter may not be reopened unless the parties agree to an extension of time. When no specific date is fixed by agreement of the parties, the arbitrator shall have 15 calendar days from the closing of the reopened hearing within which to make an award. R-30. Waiver of Rules Any party who proceeds with the arbitration after knowledge that any provision or requirement of these rules has not been complied with and who fails to state an objection in writing shall be deemed to have waived the right to object. R-31. Extensions of Time The parties may modify any period of time by mutual agreement. The Arbitration Provider or the arbitrator may for good cause extend any period of time established by these rules, except the time for making the award. The Arbitration Provider shall notify the parties of any extension. R-32. Serving of Notice (a) Any papers, notices, or process necessary or proper for the initiation or continuation of an arbitration under these rules; for any court action in connection therewith, or for the entry ofjudgment on any award made under these rules, may be served on a party by mail addressed to the party or its representative at the last known address or by personal service, in or outside the state where the arbitration is to be held, provided that reasonable opportunity to be heard with regard thereto has been granted to the party. (b) The Arbitration Provider, the arbitrator and the parties may also use overnight delivery, electronic facsimile transmission (fax), or electronic mail (email) to give the notices required by these rules. 0 January 30, 2014 • 25 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS (c) Unless otherwise instructed by the Arbitration Provider or by the arbitrator, any documents submitted by any party to the Arbitration Provider or to the arbitrator shall simultaneously be provided to the other party or parties to the arbitration. R-33. Majority Decision When the panel consists of more than one arbitrator, unless required by law or by the arbitration agreement, a majority of the arbitrators must make all decisions. R-34. Time of Award The award shall be made promptly by the arbitrator and, unless otherwise agreed by the parties or specified by law, no later than 30 calendar days from the date of closing the hearing, or, if oral hearings have been waived, from the date of the Arbitration Provider's transmittal of the final statements and proofs to the arbitrator. R-35. Form of Award After complete review of the facts associated with the claim, the arbitrators shall render a written explanation of their decision. When three arbitrators are used, and only two arbitrators agree then the award shall be signed by the two arbitrators. The arbitrator's decision shall include: (a) A summary of the issues and factual evidence presented by the Contractor and the Department concerning the claim; (b) Decisions concerning the validity of the claim; (c) Decisions concerning the value of the claim as to cost impacts if the claim is determined to be valid; (d) The contractual and factual bases supporting the decisions made including an explanation as to why each and every position was accepted or rejected; • (e) Detailed and supportable calculations which support any decisions. R-36. Scope of Award (a) The arbitrator may grant any remedy or relief that the arbitrator deemsjust and equitable and within the scope of the agreement of the parties, including, but not limited to, equitable relief and specific performance of a contract. (b) In addition to the final award, the arbitrator may make other decisions, including interim, interlocutory, or partial rulings, orders, and awards. (c) The award of the arbitrator may include interest at the statutory rate and from such date as the arbitrator may deem appropriate. R-37. Delivery of Award to Parties Parties shall accept as notice and delivery of the award the placing of the award or a true copy thereof in the mail addressed to the parties or their representatives at the last known address, personal or electronic service of the award, or the filing of the award in any other manner that is permitted by law. R-38. Modification of Award Within 10 calendar days after the transmittal of an award, the arbitrator on his or her initiative, or any party, upon notice to the other parties, may request that the arbitrator correct any clerical, typographical, technical or computational errors in the award. The arbitrator is not empowered to redetermine the merits of any claim already decided. If the modification request is made by a party, the other parties shall be given 10 calendar days to respond to the request. The arbitrator shall dispose of the request within 25 calendar days after transmittal by the Arbitration Provider to the arbitrator of the request. If applicable law provides a different procedural time frame, that procedure shall be followed. R-39. Appeal of Award Appeal of the arbitrators' decision concerning the merit of the claim is governed by the Colorado • Uniform Arbitration Act, C.R.S. §§ 13-22-202 to -230. Either party may appeal the arbitrator's decision January 30, 2014 26 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS on the value of the claim to the Colorado State District Court in and for the City and County of Denver for trial de novo. R40. Release of Documents for Judicial Proceedings The Arbitration Provider shall, upon the written request of a party, furnish to the party, at its expense, certified copies of any papers in the Arbitration Provider's possession that may be required in judicial proceedings relating to the arbitration. R41. Applications to Court and Exclusion of Liability (a) No judicial proceeding by a party relating to the subject matter of the arbitration shall be deemed a waiver of the party's right to arbitrate. (b) Neither the Arbitration Provider nor any arbitrator in a proceeding under these rules is a necessary or proper party in judicial proceedings relating to the arbitration. (c) Parties to these rules shall be deemed to have consented that judgment upon the arbitration award may be entered in any federal or state court having jurisdiction thereof. (d) Parties to an arbitration under these rules shall be deemed to have consented that neither the Arbitration Provider nor any arbitrator shall be liable to any party in any action for damages or injunctive relief for any act or omission in connection with any arbitration under these rules. R-42. Administrative Fees The Arbitration Provider shall prescribe filing and other administrative fees and service charges to compensate it for the cost of providing administrative services. The fees in effect when the fee or charge is incurred shall be applicable. Such fees and charges shall be borne equally by the parties. The Arbitration Provider may, in the event of extreme hardship on the part of any party, defer or reduce . the administrative fees. R43. Expenses The expenses of witnesses for either side shall be paid by the party producing such witnesses. All other expenses of the arbitration, including required travel and other expenses of the arbitrator, Arbitration Provider representatives, and any witness and the cost of any proof produced at the direct request of the arbitrator, shall be borne equally by the parties. R44. Neutral Arbitrator's Compensation Arbitrators shall be compensated a rate consistent with the arbitrator's stated rate of compensation. If there is disagreement concerning the terms of compensation, an appropriate rate shall be established with the arbitrator by the Arbitration Provider and confirmed to the parties. Such compensation shall be home equally by the parties. R45. Deposits The Arbitration Provider may require the parties to deposit in advance of any hearings such sums of money as it deems necessary to cover the expense of the arbitration, including the arbitrator's fee, if any, and shall render an accounting to the parties and return any unexpended balance at the conclusion of the case. R46. Interpretation and Application of Rules The arbitrator shall interpret and apply these rules insofar as they relate to the arbitrator's powers and duties by a majority vote. If that is not possible, either an arbitrator or a party may refer the question to the Arbitration Provider for final decision. All other rules shall be interpreted and applied by the Arbitration Provider. R45. Suspension for Nonpayment If arbitrator compensation or administrative charges have not been paid in full, the Arbitration Provider may so inform the parties in order that the parties may advance the required payment. If such payments • January 30, 2014 • 27 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS are not made, the arbitrator may order the suspension or termination of the proceedings. If no arbitrator has yet been appointed, the Arbitration Provider may suspend the proceedings. F-L Limitations on Extensions In the absence of extraordinary circumstances, the Arbitration Provider or the arbitrator may grant a party no more than one seven-day extension of the time in which to respond to the demand for arbitration or counterclaim as provided in Section R-3. F-2. Changes of Claim The arbitrator will not consider any information that was not previously made a part of the claim record as transmitted by the Chief Engineer, other than clarification and data supporting previously submitted documentation F-3. Serving of Notice In addition to notice provided above, the parties shall also accept notice by telephone. Telephonic notices by the Arbitration Provider shall subsequently be confirmed in writing to the parties. Should there be a failure to confirm in writing any such oral notice, the proceeding shall nevertheless be valid if notice has, in fact, been given by telephone. F-4. Appointment and Qualification of Arbitrator Immediately after the retention of the Arbitration Provider, the Arbitration Provider will simultaneously submit to each party a listing and biographical information from its panel of arbitrators knowledgeable in construction who are available for service in Fast Track cases. The parties are encouraged to agree to • an arbitrator from this list, and to advise the Arbitration Provider of their agreement, or any factual objections to any of the listed arbitrators, within 7 calendar days of the transmission of the list. The Arbitration Provider will appoint the agreed -upon arbitrator, or in the event the parties cannot agree on an arbitrator, will designate the arbitrator from among those names not stricken for factual objections. The parties will be given notice by the Arbitration Provider of the appointment of the arbitrator, who shall be subject to disqualification for the reasons specified above. Within the time period established by the Arbitration Provider, the parties shall notify the Arbitration Provider of any objection to the arbitrator appointed. Any objection by a party to the arbitrator shall be for cause and shall be confirmed in writing to the Arbitration Provider with a copy to the other party or parties. F-5. Preliminary Telephone Conference Unless otherwise agreed by the parties and the arbitrator, as promptly as practicable after the appointment of the arbitrator, a preliminary telephone conference shall be held among the parties or their attorneys or representatives, and the arbitrator. F-6. Exchange of Exhibits At least 2 business days prior to the hearing, the parties shall exchange copies of all exhibits they intend to submit at the hearing. The arbitrator is authorized to resolve any disputes concerning the exchange of exhibits. F-7. Discovery There shall be no discovery, except as provided in Section F-4 or as ordered by the arbitrator in extraordinary cases when the demands ofjustice require it. F-S. Date, Time, and Place of Hearing The arbitrator shall set the date and time, and place of the hearing, to be scheduled to take place within 30 calendar days of confirmation of the arbitrators appointment. The Arbitration Provider will notify the • parties in advance of the hearing date. All hearings shall be held within the City and County of Denver. F-9. The Hearing Geotechnical Engineering Report 1(�rra�on Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013 . Terracon Project No. 20135038 Applicable conditions to the above include: is For active earth pressure, wall must rotate about base, with top lateral movements of about 0.002 H to 0.004 H, where H is wall height; ■ For passive earth pressure to develop, wall must move horizontally to mobilize resistance; ■ Unifomr surcharge, where S is surcharge pressure; ■ In -situ soil backfill weight a maximum of 120 pcf and imported soil backfill weight a maximum of 130 pcf; ■ Horizontal backfill, compacted between 95 and 98 percent of maximum dry unit weight as determined by ASTM D698; ■ Loading from heavy compaction equipment not included; ■ No hydrostatic pressures acting on wall; ■ No dynamic loading; ■ No safety factor included in soil parameters; and ■ Ignore passive pressure in frost zone. To control hydrostatic pressure behind the wall we recommend that a drain be installed at the foundation wall with a collection pipe leading to a reliable discharge. If this is not possible, then combined hydrostatic and lateral earth pressures should be calculated for sandy lean clay backfill using an equivalent fluid weighing 90 and 100 pcf for active and at -rest conditions, respectively. For granular backfill, an equivalent fluid weighing 85 and 90 pcf should be used for active and at -rest, respectively. These pressures do not include the influence of surcharge, equipment or floor loading, which should be added. 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading, excavation, foundation construction and other earth -related construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. . Responsive w Resourceful a Reliable 13 January 30, 2014 28 • REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS (a) Generally, the hearing shall not exceed 1 day. Each party shall have equal opportunity to submit its proofs and complete its case. The arbitrator shall determine the order of the hearing, and may require further submission of documents within two business days after the hearing. For good cause shown, the arbitrator may schedule 1 additional hearing day within 7 business days after the initial day of hearing. (b) Generally, there will be no stenographic record. Any party desiring a stenographic record may arrange for one pursuant to the provisions above. F-10. Time of Award Unless otherwise agreed by the parties, the award shall be rendered not later than 14 calendar days from the date of the closing of the hearing or, if oral hearings have been waived, from the date of the Arbitration Provider's transmittal of the final statements and proofs to the arbitrator. F-11. Time Standards The arbitration shall be completed by settlement or award within 60 calendar days of confirmation of the arbitrator's appointment, unless all parties and the arbitrator agree otherwise or the arbitrator extends this time in extraordinary cases when the demands ofjustice require it. F-12. Arbitrator's Compensation Arbitrators will receive compensation at a rate to be suggested by the Arbitration Provider regional office. PROCEDURES FOR LARGE, COMPLEX CONSTRUCTION DISPUTES L-1. Large, Complex Construction Disputes The procedures for large, complex construction disputes shall apply to any claim with a value exceeding . $500,000 or as agreed to by the parties. L-2. Administrative Conference Prior to the dissemination of a list of potential arbitrators, the Arbitration Provider shall, unless the parties agree otherwise, conduct an administrative conference with the parties and/or their attorneys or other representatives by conference call. The conference call will take place within 14 days after the retention of the Arbitration Provider. In the event the parties are unable to agree on a mutually acceptable time for the conference, the Arbitration Provider may contact the parties individually to discuss the issues contemplated herein. Such administrative conference shall be conducted for the following purposes and for such additional purposed as the parties or the Arbitration Provider may deem appropriate: (a) To obtain additional information about the nature and magnitude of the dispute and the anticipated length of hearing and scheduling; (b) To discuss the views of the parties about the technical and other qualifications of the arbitrators; (c) To obtain conflicts statements from the parties; and (d) To consider, with the parties, whether mediation or other non -adjudicative methods of dispute resolution might be appropriate. L-3. Arbitrators (a) Large, Complex Construction Cases shall be heard and determined by three arbitrators. (b) The Arbitration Provider shall appoint arbitrator(s) in the manner provided in the Regular Construction Industry Arbitration Rules. L-4. Preliminary Hearing As promptly as practicable after the selection of the arbitrator(s), a preliminary hearing shall be held among the parties and/or their attorneys or other representatives and the arbitmtor(s). Unless the parties agree otherwise, the preliminary hearing will be conducted by telephone conference call rather than in • person. January 30, 2014 • 29 REVISION OF SECTION ]OS DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS At the preliminary hearing the matters to be considered shall include, without limitation: (a) Service of a detailed statement of claims, damages and defenses, a statement of the issues asserted by each party and positions with respect thereto, and any legal authorities the parties may wish to bring to the attention of the arbitrator(s); (b) Stipulations to uncontested facts; (c) The extent to which discovery shall be conducted; (d) Exchange and premarking of those documents which each party believes may be offered at the hearing; (e) The identification and availability of witnesses, including experts, and such matters with respect to witnesses including their biographies and expected testimony as may be appropriate; (f) Whether, and the extent to which, any sworn statements and/or depositions may be introduced; (g) The extent to which hearings will proceed on consecutive days; (h) Whether a stenographic or other official record of the proceedings shall be maintained; (i) The possibility of utilizing mediation or other non -adjudicative methods of dispute resolution; and 0) The procedure for the issuance of subpoenas. By agreement of the parties and/or order of the arbitrator(s), the pre -hearing activities and the hearing procedures that will govern the arbitration will be memorialized in a Scheduling and Procedure Order. L-5. Management of Proceedings (a) Arbitrator(s) shall take such steps as they may deem necessary or desirable to avoid delay and to achieve ajust, speedy and cost-effective resolution of Large, Complex Construction Cases. (b) Parties shall cooperate in the exchange of documents, exhibits and information within such party's • control if the arbitrator(s) consider such production to be consistent with the goal of achieving ajust, speedy and cost effective resolution of a Large, Complex Construction Case. (c) The parties may conduct such discovery as may be agreed to by all the parties provided, however, that the arbitrator(s) may place such limitations on the conduct of such discovery as the arbitrator(s) shall deem appropriate. If the parties cannot agree on production of document and other information, the arbitrator(s), consistent with the expedited nature of arbitration, may establish the extent of the discovery. (d) At the discretion of the arbitrator(s), upon good cause shown and consistent with the expedited nature of arbitration, the arbitrator(s) may order depositions of, or the propounding of interrogatories to such persons who may possess information determined by the arbitrator(s) to be necessary to a determination of the matter. (e) The parties shall exchange copies of all exhibits they intend to submit at the hearing 10 business days prior to the hearing unless the arbitrator(s) determine otherwise. (f) The exchange of information pursuant to this rule, as agreed by the parties and/or directed by the arbitrator(s), shall be included within the Scheduling and Procedure Order. (g) The arbitrator is authorized to resolve any disputes concerning the exchange of information. (h) Generally hearings will be scheduled on consecutive days or in blocks of consecutive days in order to maximize efficiency and minimize costs. The following flow chart provides a summary of the disputes and claims process described in subsections 105.22, 105.23, and 105.24 January 30, 2014 30 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS Figure 105-1 DISPUTES AND CLAIMS FLOW CHART 105.22 Project Issue — Verbal discussions between Proj. mpas Contractor provides written notice of dispute to Project 15 Days — 105.22 Contractor provides written REA including the following: (1) Date of dispute (2) Nature of order and circumstances causing dispute (3) Contract previsions supporting dispute (4) Estimated cost of dispute with supporting 15 Days — CDOT Project Engineer and Contractor discuss merit of PE denies merit of dispute I I PE Contractor rejects PE's denial. Contractor provides written notice 7 days — 105.22 ays — 105.22 7,,,,te has Contractor, accepts denial. Dispute is resolved. Disagree on quantum Proj Eng/Res Eng & Supt/PM & Contractor's rep with decision authority above the project level to meet regularly to discuss dispute p to ays — 30/ 45 days ORB agreement 105.23(a) ProjqDy, Dispute is Rnv initiates DRR nresnlved 20 days — 105. 105.23 Preheating Submittal I DRB Hearing I DRB renders a 10 days — 105.23 Reouest for Clarification and 14 days — Either party rejects DRB I I DRB recommendation is accepted Merit granted — Quantum neonrivtinoe Adjustment of payment/schedule in consultation with Program • • Figure 105-1 continued on next January 30, 2014 . 31 REVISION OF SECTION 105 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS • 0 Article III. February 3, 2011 REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) Sections 105 and 106 of the Standard Specifications are hereby revised for this project as follows Delete subsection 105.05 and replace with the following 105.05 Conformity to the Contract of Hot Mix Asphalt. Conformity to the Contract of all Hot Mix Asphalt, item 403, except Hot Mix Asphalt (Patching) and temporary pavement will be determined by tests and evaluations of elements that include asphalt content, gradation, in -place density and joint density in accordance with the following: All work performed and all materials furnished shall conform to the lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown in the Contract. For those items of work where working tolerances are not specified, the Contractor shall perform the work in a manner consistent with reasonable and customary manufacturing and construction practices. When the Engineer finds the materials or work furnished, work performed, or the finished product are not in conformity with the Contract and has resulted in an inferior or unsatisfactory product, the work or • material shall be removed and replaced or otherwise corrected at the expense of the Contractor. Materials will be sampled randomly and tested by the Department in accordance with Section 106 and with the applicable procedures contained in the Department's Field Materials Manual. The approximate maximum quantity represented by each sample will be as set forth in Section 106. Additional samples may be selected and tested as set forth in Section 106 at the Engineer's discretion. A process will consist of either a single test value or a series of test values resulting from related tests of an element of the Contractor's work and materials. An element is a material or workmanship property that can be tested and evaluated for quality level by the Department approved sampling, testing, and analytical procedures. All materials produced will be assigned to a process. A change in process is defined as a change that affects the element involved. For any element, with the exception of the process forjoint density element, a process normally will include all produced materials associated with that element prior to a change in the job mix formula (Form 43). Forjoint density, anew process will be established for each new layer of pavement or for changes in joint construction. Density measurements taken within each compaction test section will be a separate process. The Engineer may separate a process in order to accommodate small quantities or unusual variations. Evaluation of materials for pay factors (PF) will be done using only the Department's acceptance test results. Each process will have a PF computed in accordance with the requirements of this Section. Test results determined to have sampling or testing errors will not be used. Except for in -place density measurements taken within a compaction test section, any test result for an . element greater than the distance 2 x V (see Table 105-2) outside the tolerance limits will be designated as a separate process and the pay factor will be calculated in accordance with subsection 105.05(a). An February 3, 2011 2 REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) element pay factor less than zero shall be zero. The calculated PF will be used to determine the Incentive/Disincentive Payment (I/DP) for the process. In the case of in -place density orjoint density the Contractor will be allowed to core the exact location (or immediately adjacent location for joint density) of a test result more than 2 x V outside the tolerance limit. The core must be taken and furnished to the Engineer within eight hours after notification by the Engineer of the test result. The result of this core will be used in lieu of the previous test result. Cores not taken within eight hours after notification by the Engineer will not be used in lieu of the test result. All costs associated with coring will be at the Contractor s expense. (a) Representing Small Quantities. When it is necessary to represent a process by only one or two test results, PF will be the average of PFs resulting from the following: If the test result is within the tolerance limits then PF = 1.00 If the test result is above the maximum specified limit, then . PF = 1.00 — [0.25(TO - THIN] If the test result is below the minimum specified limit, then PF = 1.00 — [0.25(TL - TO)N] Where:PF = pay factor. V = V factor from Table 105-2. TO = the individual test result. Tp = upper specification limit. TL = lower specification limit. The calculated PF will be used to determine the I/DP for the process. (b) Determining Qualiry Level. Each process with three or more test results will be evaluated for a quality level (QL) in accordance with Colorado Procedure 71. (c) Gradation Element. Each specified sieve, with the exception of 100 percent passing sieves, will be evaluated for QL separately. The lowest calculated QL for a sieve will be designated as the QL for gradation element for the process. is (d) Joint Density Element. Joint Density will be tested according to subsection 401.17. February 3, 2011 3 REVISION OF SECTIONS 105 AND 106 • CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) (e) Process Pay Factor. Using the calculated QL for the process, compute PF as follows: The final number of random samples (Pn) in each process will determine the final pay factor.. As test values are accumulated for each process, Pn will change accordingly. When the process has been completed, the number of random samples it contains will determine the computation of PF, based on Table 105-3 and formula (1) below. When Pn is from 3 to 9, or greater than 200, PF will be computed using the formulas designated in Table 105-3. Where Pn is equal to or greater than 10 and less than 201, PF will be computed by formula (1): (PF I+PF2) (PF2+PF3) (PF1 +PF2) (Pn2—PnX) Where, when referring to Table 105-3: PFI= PF determined at the next lowest Pn formula using process QL PF2= PF determined using the Pn formula shown for the process QL PF3= PF determined at the next highest Pn formula using process QL Pm2= the lowest Pn in the spread of values listed for the process Pn formula Pn3= the lowest Pn in the spread of values listed for the next highest Pn formula • PnX= the actual number of test values in the process When evaluating the item of Fumish Hot mix asphalt, the PF for the element of In -Place Density shall be 1.0. Regardless of QL, the maximum PF in relation to Pn is limited in accordance with Table 105-3. As test results become available, they will be used to calculate accumulated QL and PF numbers for each process. The process I/DP's will then be calculated and accumulated for each element and for the item. The test results and the accumulated calculations will be made available to the Contractor upon request. Numbers from the calculations will be carried to significant figures and rounded according to AASHTO Standard Recommended Practice R-11, Rounding Method. (f) Evaluation of Work When the PF of a process is 0.75 or greater, the finished quantity of work represented by the process will be accepted at the appropriate pay factor. If the PF is less than 0.75, the Engineer may: 1. Require complete removal and replacement with specification material at the Contractor's expense; or • February 3, 2011 4 • REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) 2. Where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place. If the material is permitted to remain in place the PF for the process will not be greater than 0.75. When condition red, as described in Section 106, exists for any element, resolution and correction will be in accordance with Section 106. Material, which the Engineer determines is defective, may be isolated and rejected without regard to sampling sequence or location within a process. J If removal and replacement is required because the joint density PF for a process is below 0.75, the Contractor shall remove and replace the full lane width adjacent to and including at least 6 inches beyond the visible joint line for the entire length of joint representing the process. If the lane removed is adjacent to another joint, that joint shall also be removed to a point 6 inches beyond the visible joint line. When a single joint density core is more than 2V outside the tolerance limits, the removal and replacement limits shall be identified by coring the failing joint at 25 foot intervals until two successive cores we found to be IV or less below the minimum tolerance limit. If removal and replacement is required, the Contractor shall submit documentation identifying the process to be used to correct the area in question in writing. The process will be approved by the Engineer before commencing the corrective work. Table 105-2 Table 105-3 • FORMULAS FOR CALCULATING PF BASED ON IN February 3, 2011 5 REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (g) Process 1/DP Computation. the Process I/DP = (PF - 1)(QR)(UP)(W/100) Where: UDP = Incentive/Disincentive Payment PF = Pay Factor QR = Quantity in Tons of HMA Represented by UP = Unit Bid Price of Asphalt Mix W = Element Factor from Table 105-2 • • 0 February 3, 2011 6 • REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) When AC is paid for separately UP shall be: UP= [(Tonn A)(UPHmn)+(TonAAUPAC)]/TonnMA Where: TonHMA = Tons of Asphalt Mix UPHMA = Unit Bid Price of Asphalt Mix Tonnc = Tons of Asphalt Cement UPAC = Unit Bid Price of Asphalt Cement For the joint density element: UP = UPHmA Where: UPHmA is as defined above. When AC is paid for separately UP shall be: UP = [(BTonHm )(BUPHmA) + (BTonAc)(BUPAC)]/BTonHm • Where: BTonHmA = Bid Tons of Asphalt Mix BUPH A = Unit Bid Price of Asphalt Mix BTonAC = Bid Tons of Asphalt Cement BUPAC = Unit Bid Price of Asphalt Cement (h) Element I/DP. The I/DP for an element shall be computed by accumulating the process I/DP's for that element. (i) UDP for a Mix Design. The I/DP for a mix design shall be computed by accumulating the individual I/DP's for the asphalt content, in -place density, and gradation elements for that mix design. The accumulated quantities of materials for each element must be the same at the end of I/DP calculations for a mix design. 0) Project ODP. The I/DP for the project shall be computed by accumulating the mix design I/DP's and the joint density I/DP's. The accumulated quantities of materials for each element must be the same at the end of I/DP calculations for the project. Delete subsection 106.05 and replace with the following: • 106.05 Sampling and Testing of Hot Mix Asphalt. All hot mix asphalt, Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested in accordance with the following program of process control testing and acceptance testing: Geotechnical Engineering Report lferracon Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado • December 3, 2013 . Terracon Project No. 20135038 • • This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as described in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. Responsive. Resourceful . Reliable 14 February 3, 2011 7 REVISION OF SECTIONS 105 AND 106 • CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) The Contract will specify whether process control testing by the Contractor is mandatory or voluntary. (a) Process Control Testing. 1. Mandatory Process Control. When process control testing is mandatory the Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-1. Process control testing shall be performed at the expense of the Contractor. After completion of compaction, in -place density tests for process control shall be taken at the frequency shown in Table 106-1. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All of the testing equipment used for in -place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the Department's calibration blocks. For elements other than in -place density, results from quality control tests need not be plotted, or • routinely reported to the Engineer. This does not relieve the Contractor from the responsibility of performing such testing along with appropriate plant monitoring as necessary to assure that produced material conforms to the applicable specifications. Quality control test data shall be made available to the Engineer upon request. 2. Voluntary Process Control. The Contractor may conduct process control testing. Process control testing is not required, but is recommended on the elements and at the frequency listed in Table 106-1. All of the testing equipment used for in -place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the Department's calibration blocks. (b) Acceptance Testing. Acceptance testing is the responsibility of the Department. For acceptance testing the Department will determine the locations where samples or measurements are to be taken and as designated in Section 403. The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results will be in accordance with Table 106-1. The location or time of sampling will be based on the stratified random procedure as described in CP 75. Acceptance sampling and testing procedures will be in accordance with the February 3, 2011 8 • REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) Schedule for Minimum Materials Sampling, Testing and Inspection in the Department's Field Materials Manual. Samples for project acceptance testing shall be taken by the Contractor in accordance with the designated method. The samples shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer. The Contractor may retain a split of the each sample which cannot be included as part of the Contractor's process control testing. All materials being used are subject to inspection and testing at any time prior to or during incorporation into the work. Table 106-1 e ictMMm Element I Process Control I Acceptance Maximum 1.1000 tons, minimum 1/1000 tons, minimum 1/day I 1/day In -Place Density 11/500 tons 1 1/500 tons Aggregate 1 /2000 tons or 1/Day if Percent 1/2000 tons ,.._:_«.__ (3) less than 2000 tone Notes: (1) The minimum number of in -place density tests for acceptance will be 5. (2) Process control tests for gradation are not required if less than 250 tons are placed in a day. The minimum number of process control tests for gradation shall be one test for each 1000 tons or fraction thereof. (3) Not to be used for incentive/disincentive pay. Test according to CP 60B and report results from Form 106 or Form 565 on Form 6. (4) Verified per Contractor's QC Plan. 41 February 3, 2011 9 REVISION OF SECTIONS 105 AND 106 • CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) (c) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated in accordance with the procedure in CP 71 for Determining Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3, then tests I through 4, then tests I through 5, then thereafter on the last five consecutive test results. The MQL will not be used to determine pay factors. The three reference conditions and actions that will be taken are described as follows: 1. Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained, and the past five consecutive test results are within the specification limits. 2. Condition yellow will exist for all elements at the beginning of production or when a new process is established because of changes in materials or the job -mix formula, following an extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65. Once an element is at condition green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will revert to yellow or red as appropriate. 3. Condition red will exist for any element when the MQL is less than 65. The Contractor shall be notified immediately in writing and the process control sampling and testing frequency increased to a minimum rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at 1250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control tests is below 65, production will be suspended. • If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. (This test result will not be included m an acceptance test.) After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown in Table 106-1. After three acceptance tests, if the MQL is less than 65, production will be suspended. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. 0 February 3, 2011 • REVISION OF SECTION I06 CERTIFICATES OF COMPLIANCE AND CERTIFIED TEST REPORTS Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.12, delete the second paragraph and replace it with the following: The original Certificate of Compliance shall include the Contractor's original signature as directed above. The original signature (including corporate title) on the Certificate of Compliance, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer. It shall state that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy of the fully signed Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. In subsection 106.13, delete the second paragraph and replace it with the following: The Certified Test Report shall be a legible copy or an original document and shall include the Contractor's original signature as directed above. The signature (including corporate title) on the Certified Test Report, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer or the independent testing laboratory. It shall state that the test results show that the • product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy or original document of the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of material. Failure to comply may result in delays to the project or rejection of the materials. October 31, 2013 REVISION OF SECTION 106 . MATERIAL SOURCES Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.02 (a), delete the third paragraph and replace with the following: The Contract will indicate whether the Department has or has not obtained the necessary County or City Zoning Clearance and the required permit from Colorado Department of Natural Resources needed to explore and remove materials from the available source. If the Department did not obtain the necessary clearances or permits, the Contractor shall obtain them. Any delays to the project or additional expenses that are incurred while these clearances or permits are being obtained shall be the responsibility of the Contractor. The Contractor shall ensure that the requirements of the permits do not conflict with the pit construction and reclamation requirements shown in the Contract for the available source. In subsection 106.02 (b), delete the first paragraph and replace with the following: (b) Contractor Source. Sources of sand, gravel, or borrow other than available sources will be known as contractor sources. The contractor source will be tested by the Department and approved by the Engineer prior to incorporation of the material into the project. If the submitted materials do not meet the contract specifications it will become the Contractor's responsibility to re -sample and test the material. The Contractor will supply the Department with passing test results from an AASHTO accredited laboratory and signed and sealed by a Professional Engineer. If requested by the Engineer, the Department will then re -sample and re -test the material for compliance to the contract specifications. The Contractor shall produce material which meets contract specifications throughout construction of the project. The cost of sampling, testing, and corrective action by the Contractor will not be paid for separately but shall be included in the work. • • 0 January 30, 2014 REVISION OF SECTION 106 SUPPLIER LIST Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall include the following: Prior to beginning any work the Contractor shall submit to the Engineer a completed Form 1425, Supplier List. During the performance of the Contract, the Contractor shall submit an updated Form 1425 when requested by the Engineer. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. May 2, 2013 REVISION OF SECTION 107 • PROJECT PAYROLLS Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.01 shall include the following: As related to the Fonn FH WA 1273, Required Contract Provisions Federal -Aid Construction Contracts, the Contractor shall check all Contractor and subcontractor project payrolls regarding accuracy of pay classification, pay hours, and pay rates. The Contractor shall sign and date all payrolls signifying this check has been performed. • 40 February 3, 2011 • REVISION OF SECTION 107 RESPONSIBILITY FOR DAMAGE CLAIMS, INSURANCE TYPES AND COVERAGE LIMITS Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 107.15(c) and replace it with the following: (c) Each insurance policy shall include provisions preventing cancellation or non -renewal without at least 30 days prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within seven days of the Contractor's receipt of such notice. • • REVISION OF SECTION 107 January 30, 2014• WARNING LIGHTS FOR WORK VEHICLES AND EQUIPMENT Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.06 (b) shall include the following: All work vehicles and mobile equipment shall be equipped with one or more functioning warning lights mounted as high as practicable, which shall be capable of displaying in all directions one or more flashing, oscillating, or rotating lights for warning roadway traffic. The lights shall be amber in color. The warning lights shall be activated when the work vehicle or mobile equipment is operating within the roadway, right of way or both. All supplemental lights shall be SAE Class 1 certified. • • REVISION OF SECTION 108 LIQUIDATED DAMAGES Section 108 of the Standard Specifications is hereby revised for this project as follows: May 2, 2013 In subsection 108.09 delete the schedule of liquidated damages and replace with the following: Original Contract Amount ($) Liquidated Damages per Calendar Day From More Than To And Includin 250,000 500,000 700 1,000,000 2,000,000 1,600 ,:.'. 4.000.00' 4,000,000 10,000.000 3,300 06,000 ,306pTus 2OifPet ac ona 1,000,000 Contract Amount or Part Thereof Over 10,000.000 0 APPENDIX A FIELD EXPLORATION • July 31, 2014 REVISION OF SECTION 108 NOTICE TO PROCEED Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 108.02 and replace with the following: 108.02 Notice to Proceed. The Contractor shall not commence work prior to the issuance of a Notice to Proceed. The "Notice to Proceed" will stipulate the date on which contract time commences. When the Contractor proceeds with work prior to that date, contract time will commence on the date work actually begins. The Contractor shall commence work under the Contract on or prior to the 15th day following Contract execution or the 30th day following the date of award, whichever comes later, or in accordance with the selected start date allowed in the special provisions. • July 31, 2014 1 REVISION OF SECTION ]OS PROJECT SCHEDULE Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 108.03 and replace with the following: 108.03 Project Schedule. (a) Definitions. Activity. An activity is a project element on a schedule that affects completion of the project. An activity has a description, start date, finish date, duration, and one or more logic ties. Activity ID. A unique, alphanumeric, identification code assigned to an activity and remains constant throughout the project. Bar Chart. A simple depiction of a Project Schedule without relationships or supporting logic of the schedule. Calendar. Defined work periods and no work periods that determine when project activities can occur. Multiple calendars may be used for different activities; e.g., a 5-day work -week and a 7-day • work -week calendar. Constraint. A restriction imposed in a schedule, which fixes a value that would otherwise be calculated within the schedule. Examples of values that can be fixed by a constraint include start date, end date, and completion date. Critical Path. The sequence of activities that determines the duration of the project. Critical Path Method Scheduling. (CPM Scheduling) is a logic -based planning technique using activity durations and relationships between activities to calculate a schedule determining the minimum total project duration. Data Date. The starting point from which to schedule all remaining work. Duration. The estimated amount of time needed to complete an activity. Float. The amount of time between the earliest date an activity can start and the latest date when an activity must start ,or the earliest date an activity can finish and latest date when an activity can finish before the activity becomes critical. The time between the Project Schedule completion date and the Contract completion date is not considered float. Gantt Chart. A time -scaled graphical display of the project's schedule. 0 Lag. A time -value assigned to a relationship. July 31, 2014 2 REVISION OF SECTION 108 PROJECT SCHEDULE Logic. Relationships between activities defining the sequence of work (See also predecessor activity and successor activity). Milestone. An activity, with no duration used to represent an event. Open -Ended Activity. An activity that does not have both a predecessor activity and a successor activity. Predecessor Activity. An activity that is defined by schedule logic to precede another activity. Relationship. The interdependence between activities. Salient Feature. An item of work that is of special interest for COOT in coordinating the project schedule but may not affect the overall completion of the project project. Successor Activity. An activity that is defined by schedule logic to follow another activity. 0 Time -Scaled Logic Diagram. Gantt chart that illustrates logic links depicting both schedule logic and the time at which activities are performed. • (b) Project Schedule - General The Contractor shall use either Microsoft Project or Primavera Scheduling software to develop and manage a CPM Project Schedule to plan, schedule, and report the progress of the work. Prior to, or at the Pre -construction Conference, the Contractor shall notify the Engineer in writing, which scheduling software the Contractor shall use to manage the project. The Contractor's selection and use of particular scheduling software cannot be changed after the first schedule submittal. If the Contractor selects Primavera, the Contractor shall calculate the schedule using the Retained Logic scheduling option. The Department will not allow use of bar charts for the Project Schedule. The Contractor shall submit schedules for approval by the Engineer. The purpose of these schedules is to allow the Contractor and the Department to jointly manage the work and evaluate progress. The schedules also serve to evaluate the affect of changes and delays to the scheduled project completion. -Either party may require a formal schedule review meeting. The Contractor's schedule shall consist of a time -scaled logic diagram and shall show the logical progression of all activities required to complete the work. The Contractor shall use activity descriptions that ensure the work is easily identifiable. The Contractor shall show the no -work days in the schedule calendars. The Contractor shall use durations for individual construction activities that do not exceed 15 calendar days unless approved by the Engineer. The Contractor may group a series of activities with • an aggregate duration of five days or less into a single activity. Non -construction activities may have durations exceeding 15 working days, as approved by the Engineer. July 31, 2014 • 3 REVISION OF SECTION ]OS PROJECT SCHEDULE The Contractor may include summary bus in the schedule as long as the detailed activities to complete the work are displayed. The Contractor shall not use the following: (1) Negative lags (2) Lags in excess of 10 working days without approval by the Engineer. The Contractor's written request shall justify the need for the lag. Lags shall be identified. (3) Start -to -finish relationships. (4) Open-ended activities - every activity shall have at least one predecessor activity and at least one successor activity, except for the first and last activities in the network. If the contractor uses a start -to - start relationship to link two activities, then both of those two activities should also have successor activities linked by either a finish -to -start or a finish -to -finish relationship. (5) Constraints without approval by the Engineer. The Contractor's written request shall explain why the use of constraints in the schedule is necessary. The Project Schedule shall show all activities required by all parties to complete the work. The Project Schedule shall include subcontracted work, delivery dates for critical material, submittal and review periods, permits and governmental approvals, milestone requirements, utility work by others and no work periods. The Contractor, its subcontractors, suppliers, and engineers, at any tier, shall perform the work according to the approved Project Schedule. • Float within the Baseline Schedule or any other Project Schedule is not for the exclusive use or benefit of either party, but is a project resource available to both parties as needed until it is depleted. For any schedule submittal that shows completion in less than 85 percent of the Contract Time, the Contractor shall submit planned production rates in the schedule for all activities with float of 10 days or less. The Engineer may require additional methods statements for activities with float of 10 days or less. The Engineer's review of the schedule will not exceed 10 calendar days. The Engineer will provide the Contractor with one of the following responses within 10 days after receipt of the Project Schedule: (1) Approved, no exceptions taken; (2) Approved -as -Noted; or (3) Revise and Resubmit within 10 days. The Contractor shall not assume that approval of the Project Schedule relieves the Contractor of its obligation to complete all work within the Contract Time. (c) Schedule Submirials. The Contractor shall include a time -scaled logic diagram with all schedule submittals that: (1) Is plotted on a horizontal time -scale in accordance with the project calendar. 0 (2) Uses color to clearly identify the critical path. July 31, 2014 4 • REVISION OF SECTION 108 PROJECT SCHEDULE (3) Is based on early start and early finish dates of activities. (4) For Schedule Updates and Schedule Revisions, shows actual completion dates up to but not including the data date. (5) Clearly shows the sequence and relationships of all activities necessary to complete the contract work. (6) Includes an activity block for each activity with the following information: Ae ivi ID Activi Description Earl start date Earl finish date ate^ Actu#000mliminary, Actual Finish date^ RemDuration Percent Complete ^ •Reqand Baseline Schedule. ^Re uired with the ProSchedule Update and Schedule Revision. The Contractor shall include the following with all schedule submittals: 1) A Job Progress Narrative Report that includes the following: • i. A description of the work performed since the previous month's schedule update. ii. A description of problems encountered or anticipated since the previous month's schedule submission. if. A description of unusual labor, shift, equipment, or material conditions or restrictions encountered or anticipated. iv. The status of all pending items that could affect the schedule. V. Explanations for milestones Forecasted to occur late. vi. Scheduled completion date status and any change from the previous month's submission. vii. An explanation for a scheduled completion date forecasted to occur before or after the contract completion date or contract time. vili. Schedule Delays: a. A description of current and anticipated delays including: Identification of the delayed activity or activities by Activity ID(s) and description(s). b. Delay type with reference to the relevant specification subsection. c. Delay cause or causes. d. Effect of the delay on other activities, milestones, and completion dates. e. Identification of the actions needed to avoid a potential or mitigate an actual delay. f. A description of the critical path impact and effect on the scheduled completion date in the previous month's schedule update. ix. A list of all added and deleted activities along with an explanation for the change. X. All logic and duration changes along with an explanation for the change. 2) A Predecessor Activity and Successor Activity report that defines all schedule logic and clearly indicates all logical relationships and constraints. 3) An Early Start report listing all activities, sorted by actual start/early start date. 4) A Float report listing all activities sorted in ascending order of available float. July 31, 2014 • 5 REVISION OF SECTION 108 PROJECT SCHEDULE 5) A Critical Path report listing all activities not yet complete with the percent complete, sorted by float and then by early start. 6) A listing of all non -work days. For all required schedule submittals, the Contractor shall submit two electronic copies on two compact disk, USB flash drive, or other media as directed by the Engineer. Electronic copies of CPM schedules shall be submitted both in the native schedule format and in "PDF" format. The Contractor shall also provide two printed copies of the CPM Schedule and all reports. Each schedule submittal shall be appropriately labeled as a Preliminary Schedule, Baseline Schedule, Project Schedule Update, or Schedule Revision. The title bar shall include the CDOT project number, subaccount, project name, contractor name, schedule data date. If an originally submitted schedule is revised during review, the title bar shall also include a revision number (REVI, REV2, etc.) and revision date. (d) Preliminary Schedule. Within 14 days of award of the Contract, the Contractor may submit a Preliminary Schedule showing all planned activities from the Notice to Proceed through the first 60 days of the project. If the Contractor elects not to submit a Preliminary Schedule, then the Contractor shall submit a complete Baseline Schedule within 14 days of award of the Contract, which will be subject to all requirements of a Baseline submittal. The Preliminary Schedule shall not show any progress and it will be approved by the Engineer before work can commence. The Preliminary Schedule shall be used as the basis for the Baseline Schedule. (e) Baseline Schedule. If the Contractor elects to submit a Preliminary Schedule, within 45 days of the award of Contract, the Contractor shall submit a Baseline Schedule that includes all work activities completed within Contract Time. The Contractor shall not show progress in the Baseline Schedule. Further partial payments will not be made beyond 60 days after the start of Contract Time unless the Baseline Schedule is approved. When approved, the Baseline Schedule shall become the Project Schedule. The Contractor shall use all information known by the Contractor at the time of bid submittal to develop the Baseline Schedule. If the Contractor elects to submit a Baseline Schedule in lieu of a Preliminary Schedule, the Baseline Schedule shall be approved before work can commence. (f) Methods Statements, The Contractor shall submit a Methods Statement for each salient feature or as directed by the Engineer that describes all work necessary to complete the feature. The Contractor shall include the following information in the Methods Statement: (1) Salient feature name; (2) Responsibility for the salient feature work; (3) Planned work procedures; (4) The planned quantity of work per day for each salient feature using the same units of measure as the applicable pay item; (5) The anticipated labor force by labor type; (6) The number, types, and capacities of equipment planned for the work; (7) The planned time for the work including the number of work days per week, number of shifts per day, • and the number of hours per shift. July 31, 2014 6 REVISION OF SECTION 108 PROJECT SCHEDULE (g) Project Schedule Update. The Contractor shall submit a monthly update of the Project Schedule updated through the cut-off date for the monthly progress pay estimate, and a projection for completing all remaining activities. A schedule update may show a completion date that is different than the Contract completion date, after the baseline schedule is approved. Approval of this schedule shall not relieve the Contractor of its obligation to complete the work within the Contract Time. In this ease, the contractor shall provide an explanation for a late scheduled completion date in the Job Progress Narrative Report included with the schedule submittal. When approved, the Project Schedule Update will become the Project Schedule. The Engineer will not issue a monthly progress payment if the Engineer has not received the Project Schedule Update. The Engineer will not make monthly progress payments for the months following the Project Schedule Update submission until the Engineer approves the Project Schedule Update. When the project has a maintenance or landscape establishment period, the Engineer may waive the monthly update requirement. The Contractor shall submit a final Project Schedule Update that shows all work through the final acceptance date. (h) Weekly Planning Schedule. The Contractor shall submit, in writing, a Weekly Planning Schedule that shows the Contractor's and all Subcontractor's planned activities for a minimum of two weeks immediately following the date of submittal and actual days worked versus planned for the week prior to the date of submittal. This schedule shall include the description, duration and sequence of work activities and anticipated lane closures for the upcoming two weeks. The Weekly Planning Schedule may be a time -scaled logic diagram or other standard format as approved by the Engineer. subsection 108.03(c) Schedule Submittal requirements for reports do not apply to the Weekly Planning Schedule. (1) Schedule Revision. A Schedule Revision is required in the event of any major change to the work. Examples of major changes are: (1) Significant changes in logic or methods of construction or changes to the critical path; (2) Addition, deletion, or revision of activities required by contract modification order; (3) Approval of a Contractor submitted Value Engineering Change Proposal; (4) Delays in milestones or project completion; (5) Phasing revisions, or; (6) If the Engineer determines that the schedule does not reflect the actual work. This revision shall include a description of the measures necessary to achieve completion of the work within the Contract Time. The Contractor may also need to submit revised Methods Statements. The Contractor shall provide a Schedule Revision within 10 days of written notification and shall include the diagrams and reports as described in subsection 108.03 (b) Schedule - General and (c) Schedule Submittals. In this case, the Contractor shall provide an explanation for a late scheduled completion date in the Job Progress Narrative Report included with the schedule. Once approved, the Schedule Revision becomes the Project Schedule. 0) Payment. All costs relating to the requirements of this subsection will not be paid for separately, but shall be included in the work. • 0 January 31, 2013 • REVISION OF SECTION 108 SUBLETTING OF CONTRACT Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 108.01 and replace with the following: 108.01 Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or Contracts, or any portion thereof without written permission of the Engineer. Prior to beginning any work by subcontractor, the Contractor shall request permission from the Engineer by submitting a completed Sublet Permit Application, CDOT Form No. 205. The subcontract work shall not begin until the Contractor has received the Engineer's written permission. The Contractor shall make al I project related written subcontracts, agreements, and purchase orders available to the Engineer for viewing, upon request and at a location convenient to the Engineer. The Contractor will be permitted to sublet a portion of the Contract, however, the Contractor's organization shall perform work amounting to 30 percent or more of the total original contract amount. Any items designated in the contract as "specialty items" may be performed by subcontract. The cost of "specialty items" so performed by subcontract may be deducted from the total original contract amount before computing the amount of work required to be performed by the Contractor's own organization. The original contract amount includes the cost of material and manufactured products which are to be purchased or produced by the Contractor and the actual agreement amounts between the Contractor and • a subcontractor. Proportional value of a subcontracted partial contract item will be verified by the Engineer. When a firm both sells material to a prime contractor and performs the work of incorporating the materials into the project, these two phases shall be considered in combination and as constituting a single subcontract. The calculation of the percentage of subcontracted work shall be based on subcontract unit prices. Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and Bond. u October 31, 2013 REVISION OF SECTION 108 • PAYMENT SCHEDULE (SINGLE CONSTRUCTION YEAR) Section 108 of the Standard Specifications is hereby revised for this project as follows Delete subsection 108.04, and replace with the following: 108.04 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the dollar amount of work the Contractor expects to complete by the end of each State Fiscal Year (July I to June 30). The schedule shall cover the period from the commencement of work to the expected completion date as shown on the Contractor's progress schedule. The payment schedule may be prepared using standard spreadsheet software such as MS Excel and submitted in electronic format. The Contractor shall submit the payment schedule at the preconstmction conference. The payment schedule shall show the total dollar amount of work expected to be completed by the end of each State Fiscal Year. The amounts shown shall include planned force account work and expected incentive payments. If the Contractor fails to submit the payment schedule by the required date, the Engineer will withhold further progress payments until such time as the Contractor has submitted it. 0 REVISION OF SECTION 109 May 5, 2011 COMPENSATION FOR COMPENSABLE DELAYS In subsection 109.10, delete the first two paragraphs and replace with the following: 109.10 Compensation for Compensable Delays. if the Engineer determines that a delay is compensable in accordance with either subsection 105.22, 105.23, 105.24, or 108.08, monetary compensation will be determined in accordance with this subsection. (a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories of costs are not recoverable: (1) Actual wages and benefits, including FICA, paid for additional labor not otherwise included in (5) below; (2) Costs for additional bond, insurance and tax; (3) Increased costs for materials; (4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned equipment and based on invoice costs for rented equipment; (5) Costs of extended job site overhead; (6) Costs of salaried employees not otherwise included in (1) or (5) above incurred as a direct result of the delay; (7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is required for all such claims); (8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for • items for which no specific allowance is provided, including profit and home office overhead. 0 • r1 L.J anv Y x F S My �JS �o K i R we § S �W /Yunr.. Nl&ii6S O.VS 'y SLm�N Mn � ^oV /.uvula u r t f V O a*'!b N O i eny ab� S .and MSopo� S � s 's awros sKv+ss r =� R na rHwiS " N �O 3 d T `e O a �i r.nioKis E IZ�I REVISION OF SECTION 109 February 3, 2011• MEASUREMENTOF QUANTITIES Section 109 of the Standard Specifications is hereby revised for this project as follows In subsection 109.01, delete the 1P paragraph and replace it with the following: Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark. Each of these vehicles shall be weighed empty daily at times directed by the Engineer The Contractor shall famish to the Engineer, in writing, a vehicle identification sheet that lists the following for each delivery vehicle to be used on the project: (1) identification mark (2) vehicle length (3) tare weight (4) number of axles (5) the distance between extreme axles (6) information related to legal weight, including the Permit No. and permitted weight of each vehicle for which the State has issued an overweight permit. This information shall be furnished prior to time of delivery of the material and at any subsequent time the Contractor changes vehicles, combination vehicles, axle length relationships, or overweight permitting of vehicles. • 11 January 31, 2013 REVISION OF SECTION 109 PROMPT PAYMENT Section 109 of the Standard Specifications is hereby revised to include the following: Subsection 109.06 (e) shall include the following: The Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates, in accordance with subsections 108.03 (b) or 108.03 (c) (3). Failure to submit a complete and accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage to the Contractor. • 0 July 19, 2012 1 REVISION OF SECTIONS 203, 206, 304 AND 613 COMPACTION Sections 203, 206, 304 and 613 of Standard Specifications are hereby revised for this project as follows: In subsection 203.03 (a), delete the fifth paragraph and replace with the following: 1. Soil Embankment. Soil embankment consists of materials with 50 percent or more of the material passing the 4.75 mm (No. 4) sieve. A soil embankment may also have more than 50 percent of the material retained on the 4.75 mm (No. 4) sieve, but no more than 30 percent of the material retained on the 19 mm (3/4 inch) sieve. Soil embankment shall be constructed with moisture density control in accordance with the requirements of subsection 203.07. 2. Rock Embankment. Rock embankment consist of materials with 50 percent or more of the material retained on the 4.75 mm (No. 4) sieve and with more than 30 percent of the material retained on the 19 mm (3/4 inch) sieve. All material shall be smaller than 6 inches. Rock embankments shall be constructed without moisture density control in accordance with the requirements of subsection 203.08. Delete Subsection 203.07 and replace with the following: 203.07 Construction of Embankment and Treatment of Cut Areas with Moisture and Density Control. Soil embankments shall be constructed with moisture and density control and the soil upon which the embankments are to be constructed shall be scarified to a depth of 6 inches and compacted with moisture and density control. The moisture content of the soil at the time of compaction shall be as specified or directed. The material shall be removed from the full width of roadbed in all cut sections to the designated depth. The soil below the designated depth shall be thoroughly scarified to a depth of 6 inches and the moisture content increased or reduced, as necessary, to obtain the moisture content specified. This scarified layer shall then be compacted to the relative compaction specified. All embankment material shall be compacted to not less than 95 percent relative compaction. Maximum dry density of all soil types encountered or used will be determined in accordance with AASHTO T 99 as modified by CP 23. Soils shall be compacted at t 2 percent of Optimum Moisture Content (OMC) as determined by AASTHO T 99. Soils having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted to 0 to 3 percent above OMC. Soils which are unstable at the above moisture content shall be compacted at lower moisture content to the specified density. • Additional work involved in drying embankment material to the required moisture content shall be included in the contract price paid for excavating or furnishing the material with no additional • compensation. July 19, 2012 2 . REVISION OF SECTIONS 203, 206, 304 AND 613 COMPACTION Density requirements will not apply to materials which cannot be tested in accordance with the above procedures for determining maximum dry density. Compaction for materials which cannot be tested shall be in accordance with subsection 203.08. Claystone or soil -like non -durable shale shall be pulverized and compacted to the specified moisture and percent of relative compaction and shall be compacted with a heavy tamping foot roller, weighing at least 30 tons. Each tamping foot roller shall protrude from the drum a minimum of 4 inches. Each embankment layer shall receive a minimum of three or more coverages with the tamping foot roller to obtain density. One coverage consists of one pass over the entire surface designated. One pass consists of the passing of an acceptable tamping foot roller over a given spot. The roller shall be operated at a uniform speed not exceeding 3 miles per hour. No additional compensation will be made for additional roller coverages to achieve specified density requirements. In subsection 206.03, delete the fourth and fifth paragraphs and replace with the following: Backfill shall consist of approved materials uniformly distributed in layers brought up equally on all sides of the structure. Each layer of backfill shall not exceed 6 inches before compacting to the required density and before successive layers are placed. Structure backfill (Class 1) shall be compacted to a density of not less than 95 percent of maximum dry density determined in accordance with AASHTO T 180 as modified by CP 23. Backfill shall be compacted at f 2 percent of Optimum Moisture Content • (OMC). Structure backfill (Class 2) shall be compacted to a density of not less than 95 percent of maximum dry density. The maximum dry density and OMC for A-1, A-24. A-2-5 and A-3 materials will be determined in accordance with AASHTO T I80 as modified by CP 23. The maximum dry density and OMC for all other materials will be determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at t 2percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. In subsection 304.06, delete the first paragraph and replace with the following: 304.06 Shaping and Compaction. Compaction of each layer shall continue until a density of not less than 95 percent of the maximum density determined in accordance with AASHTO T 180 as modified by CP 23 has been achieved. The moisture content shall be at +/-2 percent of optimum moisture content. The surface of each layer shall be maintained during the compaction operations so that a uniform texture is produced and the aggregates are firmly keyed. Moisture conditioning shall be performed uniformly during compaction. In subsection 613.07, delete the 15"paragraph and replace with the following: Trenching shall be backfilled and compacted as follows: Backfill shall be deposited in uniform layers. • The thickness of each layer shall be 6 inches or less thick prior to compaction. The space under the conduit shall be completely filled. The remainder of the trench and excavation shall be backfilled to the finished grade. The backfill material shall be compacted to the density of not less than 95 percent of July 19, 2012 3 REVISION OF SECTIONS 203, 206, 304 AND 613 . COMPACTION maximum dry density. The maximum dry density and optimum moisture content (OMC) for A-1, A-2- 4. A-2-5 and A-3 materials will determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at t 2percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. Each layer shall be mechanically compacted by tamping with power tools approved by the Engineer. Compaction methods or equipment that damage the conduit shall not be used. • 0 July 29, 2011 • REVISION OF SECTIONS 206 AND 601 BACKFILLING STRUCTURES THAT SUPPORT LATERAL EARTH PRESSURES Sections 206 and 601 of the Standard Specifications are hereby revised for this project as follows In subsection 206.03, delete the ninth paragraph and replace with the following: Backfill material shall not be deposited against newly constructed masonry or concrete structures, until the concrete has developed a compressive strength of 0.8 Cc, except in cases where the structures support lateral earth pressure. Concrete compressive strength for structures supporting lateral earth pressure shall conform to subsection 601.12 (o). Subsection 601.12 shall include the following: (o) Backfilling Structures that Support Lateral Earth Pressure. Concrete compressive strengths shall reach fc before backfilling operations can begin with heavy equipment, such as skid -steers or self - powered riding compactors. Concrete compressive strengths shall reach 0.8 fc before backfilling operations can begin with hand operated equipment. FJ January 31, 2013 REVISION OF SECTION 208 AGGREGATE BAG Section 208 of the Standard Specifications is hereby revised for this project as follows: In subsection 208.02 delete (1) and replace with the following: (1) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Diameter(iaches) Weight(minimum) ounds Der foot 10 10 Rubber used in bags shall be clean, 95 percent free of metal and particulates. Crushed stone contained in the aggregate bags shall conform to subsection 703.09, Table 703-7 for Class C. The aggregate bag shall consist of a woven geotextile fabric with the following properties: r 1 LA Pro Requirement Test Method • Trapezoid Tear Strength 25 lbs. min. ASTM D 4533 Ultraviolet Resistance 70% JASTM D 4355 Subsection 208.12 shall include the following: Pay Item Pay Unit Aggregate Bag Linear Foot 0 REVISION OF SECTION 208 EROSION LOG • Section 208 of the Standard Specifications is hereby revised for this project as follows: In subsection 208.02, delete (h) and replace with the following: (h) Erosion log. Shall be one of the following types unless otherwise shown on the plans: (1) Erosion Log (Type 1) shall be curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photo -degradable tube netting and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log called for on the plans. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. (2) Erosion Log (Type 2) shall consist of a blend of 30-40 percent weed free compost and 60-70 percent wood chips. The compost/wood blend material shall pass a 50 mm (2 inch) sieve with a minimum of 70 percent retained on the 9.5 mm (3/8 inch) sieve and comply to subsection 212.02 for the remaining compost physical properties. The compost/wood chip blend may be pneumatically shot into a geotextile cylindrical bag or be pre - manufactured. The geotextile bag shall consist of material with openings of 3/8 inches of HOPE mesh, and contain the compost/wood chip material while not limiting water infiltration. Erosion log (Type 1 and Type 2) shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log. Table 208-1 NOMINAL DIMENSIONS OF EROSION LOGS Stakes to secure erosion logs shall consist of pinewood or hardwood. Subsection 208.11 shall include the following: All BMPs measured by the linear foot shall be determined along the centerline of the BMP. Measured length will not include required overlap. 0 REVISION OF SECTION 250 ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT Section 250 of the Standard Specifications is hereby revised for this project as follows: In subsection 250.03, delete the second and third paragraphs and replace with the following This project may be in the vicinity of property associated with petroleum products, heavy metal based paint, landfill, buried foundations, abandoned utility lines, industrial area or other sites which can yield hazardous substances or produce dangerous gases. These hazardous substances or gases can migrate within or into the construction area and could create hazardous conditions. The Contractor shall use appropriate methods to reduce and control known landfill, industrial gases, and visible emissions from asbestos encounters and hazardous substances which exist or migrate into the construction area. The Contractor shall follow CDOT's Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011 for proper handling of asbestos -contaminated soil, and follow all applicable Solid and Hazardous Waste Regulations for proper handling of soils encountered that contain any other substance mentioned above. Encountering suspected contaminated material, including groundwater, old foundations, building materials, demolition debris, or utility lines that may contain asbestos or be contaminated by asbestos, is possible at some point during the construction of this project. When suspected contaminated material, including groundwater, is encountered or brought to the surface, the procedures under subsection 250.03(d) shall be followed. In subsection 250.07 delete, (d) and replace with the following: (d) CDOT's Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August • 22, 2011. Asbestos contaminated soil shall be managed in accordance with 6 CCR 1007-2, Section 5, Asbestos Waste Management Regulations. Regulations apply only upon discovery of asbestos materials during excavation and soil disturbing activities on construction projects, or when asbestos encounters are expected during construction. The contractor shall comply with procedures detailed in the CDPHE's Asbestos -Contaminated Soil Guidance Document and CDOT's approved Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011, including the following minimum requirements: (1) Immediate actions and implementation of interim controls to prevent visible emissions, exposure, and asbestos contamination in surrounding areas. (2) Soil Characterization. (3) Training required for all personnel involved in excavation and other soil disturbing activities, once asbestos is encountered during construction or on projects where asbestos encounters are expected. Training must be given by a Certified Asbestos Inspector or Certified Asbestos Abatement Designer with a minimum of six months experience inspecting asbestos contaminated soil. (4) Assessment for the presence and extent, within the proposed area of disturbance, of asbestos discoveries, whether expected or unexpected, by a Certified Asbestos Inspector. (5) Investigation and sampling required for risk assessment and management. Investigation, if required, shall be conducted by a Certified Asbestos Inspector. (6) Risk assessment and determinations for further management or abatement. • (i) Risk assessment and determinations must be made by a Certified Asbestos Inspector, and coordinated with the Engineer. • (n) Soil remediation is not necessarily required, depending on the circumstances. (7) Submit 24-hour Notification of Unplanned Asbestos Discovery. (8) Submit 10-day Notification of Planned Asbestos Management. • 11 Exhibit 1 Ll 1. Milling Limits definition / explanation a. The milling activity required of this project will be paid as plan quantity. The approach to this scope has been to preserve enough existing material in place to pave on existing material to meet the new elevations of the precast box and roadway curb and gutter. The volumes have been calculated based on existing surface and proposed surface elevations, resulting in a net volume of asphalt material to be removed through the milling process. 2. Nuisance flows a. Nuisance flows from storm events could occur as upstream stone water collection points will not prohibit entry of water into the Arthur Ditch. As storm events are unpredictable in their frequency and volume, the occurrence of such an event(s) and their run-off are incidental to the work. 3. Cast -in -place precast lid a. A precast lid for the transitions pieces associated with the two end connections would be considered, however the transition pieces are anticipated to transition both horizontally and vertically, thus requiring the top or lid component to be provided with exact shop drawing specifications, possibly after the completion of the as -built wall segments. 4. Existing Parking lot conditions / staging area a. All conditions will be assessed prior to mobilization. If damage does incur 40 and repair is needed, the awarded contractor will make repairs at the contract price. The estimate quantity has been increased through addendum 1 to include an additional 85 tons of material based on a 150'x30' area, quantifying a reasonable worst case scenario. 0 0 � 0 April 26, 2012 REVISION OF SECTION 401 COMPACTION OF HOT MIX ASPHALT • Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the first paragraph and replace with the following: 401.17 Compaction. The hot mix asphalt shall be compacted by rolling. Both steel wheel and pneumatic tire rollers will be required. The number, weight, and type of rollers furnished shall be sufficient to obtain the required density while the mixture is in a workable condition. Compaction shall begin immediately after the mixture is placed and be continuous until the required density is obtained. When the mixture contains unmodified asphalt cement (PG 58-28 or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 185 °F, further compaction effort shall not be applied unless approved, provided the Contractor can demonstrate that there is no damage to the finished mat. If the mixture contains modified asphalt cement (PG 76-28, PG 70-28 or PG 64-28) and the surface temperature falls below 230 `F, further compaction effort shall not be applied unless approved, provided the Contractor can demonstrate that there is no damage to the finished mat. Warm Mix Asphalt compaction requirements shall conform to CP 59 In subsection 401.17, delete the third paragraph and replace with the following SMA shall be compacted to a density of 93 to 97 percent of the daily theoretical maximum specific gravity, determined according to CP 51. All other HMA shall be compacted to a density of 92 to 96 percent of the daily theoretical maximum specific gravity, determined according to CP 51. If more • than one theoretical maximum specific gravity test is taken in a day, the average of the theoretical maximum specific gravity results will be used to determine the percent compaction. Field density determinations will be made in accordance with CP 44 or 81. In subsection 401.17, second to last paragraph, delete the first sentence and replace with the following: After production paving work has begun, a new Roller Pattern shall be demonstrated when a change in the compaction process is implemented. 0 July 19, 2012 • REVISION OF SECTION 401 COMPACTION PAVEMENT TEST SECTION (CTS) Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the fifteenth paragraph and replace with the following: Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist of seven random cores. The Engineer will determine the coring locations using a stratified random sampling process. The locations of these cores will be such that one set can serve as a duplicate of the other. One set of these cores shall be immediately submitted to the Engineer. This set will be used for determining acceptance of the CTS and determining density correction factors for nuclear density equipment. Densities of the random samples will be determined by cores according to CP 44. Density correction factors for nuclear density equipment will be determined according to CP 81. Coring shall be performed under CDOT observation. Coring will not be measured and paid for separately but shall be included in the work. For SMA, a CTS is not used. The Contractor shall follow the requirements for the demonstration control strip in accordance with the Revision of Section 403, Stone Matrix Asphalt Pavement. • May 2, 2013 1 REVISION OF SECTIONS 401 AND 412 • SAFETY EDGE Sections 401 and 412 of the Standard Specifications are hereby revised for this project as follows: Subsection 401.10 shall include the following: The paver shall include an approved longitudinal paver wedge system to create a sloped safety edge as shown on the plans. The wedge system shall be attached to the screed and shall compact the HMA to a density at least as dense as the compaction imparted to the rest of the HMA layer by the paving screed. The system shall provide a sloped Safety Edge equal to 32 degrees plus or minus 5 degrees measured from the pavement surface cross slope extended. The use of a single plate strike off is not permitted. The system shall be adjustable to accommodate varying paving thicknesses. The Engineer may allow the Contractor to use handwork for short sections or to saw cut the sloped Safety Edge after paving operations are completed in areas such as transitions at driveways, intersections, interchanges. The Contractor shall submit the proposed system for approval at the Preconstruction Conference. The Engineer may require proof that the system has been used on previous projects with acceptable results or may require a test section constructed prior to the beginning of work to demonstrate that it creates an acceptable wedge shape and compaction. Paving shall not begin until the system is approved in writing by the Engineer. The Safety Edge may be constructed on each lift of HMA or on the full specified plan depth on the final lift. The finished shape of the Safety Edge shall extend for the full depth of the asphalt pavement or for the top 5 inches • whichever is less. Subsection 401.22 shall include the following: All costs associated with the construction of the Safety Edge will not be paid for separately, but shall be included in the work. Subsection 412.07 shall include the following: The Contractor shall use an approved longitudinal paver wedge system to create a sloped Safety Edge. The Contractor shall modify the paver screed to create a Safety Edge that meets the final cross-section shown on the plans. The system shall provide a sloped Safety Edge equal to 32 degrees plus or minus 5 degrees measured from the pavement surface cross slope extended. There may be areas where it is not possible to place the Safety Edge in conjunction with mainline paving but where the Safety Edge is required, such as transitions at driveways, intersections, interchanges, etc. In these areas the Engineer may allow the Contractor to use handwork for short sections or to saw cut the sloped Safety Edge after paving operations are completed. The Contractor shall submit the proposed system for approval at the Preconstruction Conference. The Engineer may require proof that the system has been used on previous projects with acceptable results or may require a test section constructed prior to the beginning of work to • demonstrate that it creates an acceptable wedge shape. Paving shall not begin until the system is approved in writing by the Engineer. The finished shape of the Safety Edge shall extend for the full depth of the concrete pavement or for the top 5 inches whichever is less. • 0 May 2, 2013 2 REVISION OF SECTIONS 401 AND 412 • SAFETY EDGE Subsection 412.23 shall include the following: Concrete Safety Edge will be measured by the actual number of linear feet that are installed and accepted. Subsection 412.24 shall include the following: Pay Item Pay Unit Concrete Safety Edge Linear Foot Payment for concrete safety edge will be full compensation for all work and materials required to complete the item. • u February 3, 2011 REVISIONOFSECTION 401 • TEMPERATURE SEGREGATION Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.16 delete the twelfth (last) paragraph and replace it with the following: The Engineer may evaluate the HMA for low density due to temperature segregation any time industry best practices, as detailed on Form 1346, are not being followed or the Engineer suspects temperature segregation is occurring. The Engineer will first meet with the Contractor to discuss the paving practices that are triggering the temperature investigation. Areas across the mat, excluding the outside 1 foot of both edges of the mat, that are more than 25 °F cooler than other material across the width may be marked for density testing. Material for temperature comparison will be evaluated in 3-foot intervals behind the paver across the width of the mat. The material shall be marked and tested in accordance with CP 58. If four or more areas within a lot of 500 tons have densities of less than 93 percent of the material's maximum specific gravity for SMA mixes or less than 92 percent of the material's maximum specific gravity for all other HMA mixes, a 5 percent price disincentive will be applied to the 500 ton lot. The 500 ton count begins when the Engineer starts looking for cold areas, not when the first cold area is detected. This price disincentive will be in addition to those described in Sections 105 and 106. Only one area per delivered truck will be counted toward the number of low density areas. Temperature segregation checks will be performed only in areas where continuous paving is possible. 0 May 5, 2011 REVISION OF SECTIONS 412,601 AND 711 LIQUID MEMBRANE -FORMING COMPOUNDS • FOR CURING CONCRETE Sections 412, 601 and 711 of the Standard Specifications are hereby revised for this project as follows: In subsection 412.14, first paragraph, delete the second sentence and replace with the following: The impervious membrane curing compound shall meet the requirements of ASTM C 309, Type 2 and shall be volatile organic content (VOC) compliant. In subsection 601.13 (b), first paragraph, delete the second sentence and replace with the following: A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2 shall be used on surfaces where curing compound is allowed, except that Type 1 curing compound shall be used on exposed aggregate or colored concrete, or when directed by the Engineer. In subsection 601.16 (a) 1., delete the first sentence and replace with the following: 1. Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2 shall be uniformly applied to the surface of the deck, curbs and sidewalks at the rate of 1 gallon per 100 square feet. Delete subsection 711.01 and replace with the following: 711.01 Curing Materials. Curing materials shall conform to the following requirements: Burlap Cloth made from Jute or Kenaf AASHTO M 1112 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 309 Sheet Materials for Curina Concrete AASHTO M 17V 'Only the performance requirements of AASHTO M171 shall apply. ) • Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean field or marsh hay may be substituted for straw when approved by the Engineer. Old dry straw or hay which breaks readily in the spreading process will not be accepted. 0 February 3,2011 REVISION OF SECTION 601 CONCRETE BATCHING Section 601 of the Standard Specifications is hereby revised for this project as follows: In subsection 601.06, delete (13) and (17) and replace with the following: (13) Gallons of water added by truck operator, the time the water was added and the quantity of concrete in the truck each time water is added. (17) Water to cementitious material ratio. J 0 February 3, 2011 REVISION OF SECTIONS 601 CONCRETE FINISHING Section 601of the Standard Specifications are hereby revised for this project as follows: In subsection 601.12 (a) delete the fifth paragraph and replace it with the following: Water shall not be added to the surface of the concrete to assist in finishing operations. Hand finishing should be minimized wherever possible. The hand finishing methods shall be addressed in the Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer than the maximum width of the surface to be struck off. It shall be sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in -place for more than 30 minutes or when initial set has begun. Finishing tools made of aluminum shall not be used. The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in accordance with current Industry standards. It shall identify the Contractor's method for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference. Concrete placement shall not begin until the Engineer has approved the QCP. The QCP shall identify and address issues affecting the quality finished concrete including but not limited to: (1) Timing of hand finishing operations • (2) Methodology to place and transport concrete (3) Equipment and tools to be utilized (4) Qualifications and training of finishers and supervisors When the Engineer determines that any element of the approved QCP is not being implemented or that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address improperly placed material and how to remedy future hand finishing failures and bring the work into compliance with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations. In subsection 601.14(a) delete the fourth paragraph. July 28, 2011 • REVISION OF SECTION 601 CONCRETE FORM AND FALSEWORK REMOVAL Section 601 of the Standard Specifications is hereby revised for this project as follows In subsection 601.09, delete (h) and replace with the following: (h) Removal of Forms. The forms for any portion of the structure shall not be removed until the concrete is strong enough to withstand damage when the forms are removed. Unless specified in the plans, forms shall remain in place for members that resist dead load bending until concrete has reached a compressive strength of at least 80 percent of the required 28 day strength, O.80fc. Forms for columns shall remain in place until concrete has reached a compressive strength of at least 1,000 psi. Forms for sides of beams, walls or other members that do not resist dead load bending shall remain in place until concrete has reached a compressive strength of at least 500 psi. Forms and supports for cast -in -place concrete box culverts (CBCs) shall not be removed until the concrete compressive strength exceeds 0.6 fc for CBCs with spans up to and including 12 feet, and 0.67 f,' for CBCs with spans exceeding 12 feet but not larger than 20 feet. Forms for CBCs with spans larger than 20 feet shall not be removed until after all concrete has been placed in all spans and has attained a compressive strength of at least 0.80fc. Concrete compressive strength shall be determined using information concrete cylinders or by • maturity meters. At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the location where information cylinders will be taken or maturity meters placed. If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at support locations and other locations as directed by the Engineer. Casting of the information cylinders will be witnessed by the Engineer. The information cylinders shall remain in the molds and cured in the same manner as the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined using the compressive strength of at least two information cylinders. The contractor shall be responsible for protecting the information cylinders from damage. Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire.. At a minimum a maturity meter will be placed at the mid -span of beams and at support locations. Placement shall be as directed by the Engineer. For structures with multiple sets of information cylinders or maturity meters, the lowest compressive . strength shall determine when the forms can be removed. 0 0 0 § \ ) {\ |i| ! » Zte Whitcomb_t _J 0 Mgt !! §_ c! \ o! !} ) r.,5° r!z � } \ } {(( Acceptance cylinders shall not be used for determining compressive strength to remove forms. When field operations are controlled by information cylinder tests or maturity meter, the removal of • forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. Forms for median barrier, railing or curbs, may be removed at the convenience of the Contractor after the concrete has hardened. All forms shall be removed except permanent steel bridge deck forms and forms used to support hollow abutments or hollow piers when no permanent access is available into the cells. When permanent access is provided into box girders, all interior forms and loose material shall be removed, and the inside of box girders shall be cleaned. In subsection 601.11, delete (e) and replace with the following: (e) Falsework Removal. Unless specified in the plans or specifications, Falsework shall remain in place until concrete has attained a minimum compressive strength of 0.80f'c. Falsework supporting any span of a simple span bridge shall not be released until after all concrete, excluding concrete above the bridge deck, has attained a compressive strength of at least 0.80fc. Falsework supporting any span of a continuous or rigid frame bridge shall not be released until after all concrete, excluding concrete above the bridge deck, has been placed in all spans and has attained the compressive strength of at least 0.80fc. Falsework for arch bridges shall be removed uniformly and gradually, beginning at the crown, to • permit the arch to take its load slowly and evenly. Falsework supporting overhangs and deck slabs between girders shall not be released until the deck concrete has attained a compressive strength of at least 0.80fc. Falsework for pier caps which will support steel or precast concrete girders shall not be released until the concrete has attained a compressive strength of at least 0.80fc. Girders shall not be erected onto such pier caps until the concrete in the cap has attained the compressive strength of at least 0.80fc. Falsework for cast -in -place prestressed portions of structures shall not be released until after the pre- stressing steel has been tensioned. Concrete compressive strength shall be determined using information concrete cylinders or by maturity meters. At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the location that information cylinders will be taken or maturity meters placed. If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at support locations and other locations as directed by the Engineer. Casting of the information cylinders will be witnessed by the Engineer. The information cylinders • shall remain in the molds and cured in the same manner as the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined using the compressive strength of at least two information cylinders. The Contractor shall be responsible for protecting the information cylinders from damage. • Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. At a minimum a maturity meter will be placed at the mid -span of beams and at support locations. Placement shall be as directed by the Engineer. For structures with multiple sets of information cylinders or maturity meters, the lowest compressive strength shall determine when the falsework can be removed. Acceptance cylinders shall not be used for determining compressive strength to remove falsework. • 0 July 29, 2011 1 • REVISION OF SECTION 601 CONCRETE SLUMP ACCEPTANCE Section 601 of the Standard Specifications is hereby revised for this project as follows: Delete the fifth paragraph of Subsection 601.05 and replace with the following: Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inch. The laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class BZ mix design. A new trial mix will not be required. Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace with the following: (b) Slump. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that exceeds the slump of the approved concrete mix design by 2.0 inches will be retested. If the slump is exceeded a second time, that load is rejected. If the slump is greater than 2 inches lower than the approved concrete mix design, the load can be adjusted with a water reducer, or by adding water (if the w/cm allows) and retested. Portions of loads incorporated into structures prior to determining test results which indicate • rejection as the correct course of action shall be subject to reduced payment or removal as determined by the Engineer. (d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be according to Table 601-3 and shall be applied to the unit price bid for Item 601, Structural Concrete. If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the product of the individual pay factors. f� Table 601-3 PAY FACTORS Percent Total Air Strength Deviation Below Below sFrom Pay Specified Pay Specified Specified Factor Strength Factor Strength Air (Percen (psi) (Percen (psi) (Percent) t) [ < 4500 psi t) > 4500 psi Concrete Concrete 0.0-0.2 98 1-100 98 1-100 0.3-0.4 96 101 200 96 101 200 0.5-0.6, , �.��_ 201-300 92 201-300 0.7-0.8.: 84 301-400 84 301-400 0.s" 401-500 75 401-500 Over 1.0 Re ect Over 500 Reject 65 501-600 54 601-700 42 701-800 29 801-900 IS 901-1000 -: Reject Over 1000 • January 31, 2013 REVISION OF SECTIONS 627 AND 708 • PAVEMENT MARKING PAINT Sections 627 and 708 of the Standard Specifications are hereby revised for this project as follows: In subsection 627.04, delete the first paragraph and replace with the following: 627.04 Pavement Marking with Waterborne, Low Volatile Organic Compound (VOC) Solvent Base, and High Build Acrylic Waterborne Paint (High Build). Striping shall be applied when the air and pavement temperatures are no less than 45 °F for waterborne and high -build paint, and no less than 40 °F for low VOC solvent base paint on asphalt or Portland cement concrete pavements. The pavement surface shall be dry and clean. Surface cleaning shall be required when there is deicing material on the road. Weather conditions shall be conducive to satisfactory results. In subsection 627.04 delete the table and replace it with the following Descri lion Paint Waterborne_:,. Alignment Coverage Rate Lateral Deviation S . Ft. per Gallon 2.0 inch 90-100 90-100 67-73 Thickness Mil 16-18 16-113122-24:Ill Per Plans +/-0.25 Width Inches Dry Time Beads Minutes I Application Rate, Ibs! al 5-10 1 5-1175-10 1 7-8 1 9-10 Subsection 627.13 shall include the following: Pay Item Pay Unit Pavement Marking Paint (High Build) Gallon Delete subsection 708.05 and replace with the following: 708.05 Pavement Marking Materials. Except for pavement marking paint, pavement marking materials shall be selected from the Department's Approved Products List (APL). Prior to start of work, a Certified Test Report (CTR) for all pavement marking materials shall be submitted in accordance with subsection 106.13. • For white paint, the color after drying shall be a flat -white, free from tint, and shall provide the maximum amount of opacity and visibility under both daylight and artificial light. For yellow paint, the Federal Standard 5958 shall be used to designate colors and the ASTM E308 shall be used to quantitatively define colors. After drying, the yellow paint shall visually match Federal Standard 595E color chip number 33538, and shall be within 6 percent of central color, PRA Chart, where x = 0.5007 • and y = 0.4555 (The four pairs of chromaticity coordinates determine the acceptable color in terms of the CIE 1931 Standard Colorimetric System measured with Standard Illuminant D65.) (a) Low VOC Solvent Base Paint. Low VOC Paint shall be ready mixed, and shall be capable of • being applied to Asphalt or Portland Cement Concrete Pavements. (b) Acrylic Waterborne Paint. Acrylic waterborne paint shall be a lead-free, 100 percent Acrylic resin polymer waterborne product. The finished product shall maintain its consistency during application at temperatures compatible with conventional equipment. • • (c) High Build Acrylic Waterborne Paint. High build acrylic waterborne paint binder (nonvolatile portion of vehicle) shall be 100 percent HD 21 acrylic cross linking polymer, by weight, as determined by infrared analysis or other chemical analysis available to the Department. Waterborne and High Build Acrylic Waterborne paint shall meet the following requirements: Performance Requirements: The paint shall be water resistant and shall show no softening or blistering. Table 708-1 WATERBORNE AND HIGH BUILD ACRYLIC WATERBORNE PAINT Property White Yellow Nonvolatile .. yellow), °/a Pigment Composition Percent by weight+ Paint Titanium Dioxide Con n -; 0. AS Properties of the Finished Paint FTMS 141 C - Method Total Non-volatiles, (solids) % by weight 77.0 77.0 4053.1, ASTM D 2369, or ASTM D 4758 Consistency (Viscosity) White and Yellow, 85-95 85-95 ASTM D 562 Krebs-Stormer Units Shall complete 5 or Freeze Thaw Stability more test cycles ASTM D 2243 successful) Fineness of Grind, Cleanliness Rating B, 3 3 ASTM D 1210 _minimum Scrub Resistance 800 800 ASTM D2486 Directional Reflectance: 5 mil Wet Film 90 50 ASTM E 1347 Dry Opacity (Contrast Ratio): 15 mil Wet Film 0.95 0.95 ASTM D 2805 +Percent by weight shall include percent of organic yellow pigment. ODensity shall not ury more Than 0.3 lbs. / al between batches. • • February 17, 2012 REVISION OF SECTION 630 • CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.16 delete the fifth paragraph. i n lJ May 8, 2014 REVISION OF SECTION 630 • Section 4.01 RETROREFLECTIVE SIGN SHEETING Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.02, delete the sixth and seventh paragraphs, including Table 630-1, and replace them with the following: Retroreflective sheeting for all signs requiring an orange background shall be Type VI or Type Fluorescent. Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent. SECTION 4.02 SECTION 4.03 Table 630-1 ARTICLE V. RETROREFLECTIVE SHEETING TYPES Type VI Sheeting Type IV (Roll -up sin material) Type Fluorescent' Ap Iicafion Work Zone Work Zone Work Zone All Orad ot1- _ Si ns Orange Construction Signs that am used only during X° x daytime hours for short ten or mobile operations Temporary) ,k Vertical Panels X X Flad'dgn"Stop/Slow Paddle' - Drums' x x Non -orange Fixed Support on X - signs with prefix'W' - Special Warning Signs X ST V1� x DO NOT ENTER sign (RS-1) DETOUR sign (Mi or x M4-10) gns' x All other signs used only x X durin workin hours 1 Fluorescent Sheeting shall be of a brand that is on the COOT Approved Products List. 2 Drum Sheeting shall be manufactured for flexible devices. 3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be mounted in accordance with Standard Plan S-630-1. 4 RS 24 only. s • 5 White only. • • § / §; ^^ _._,__ a k! : 7 , o, z k � U{\ �{ § LOW r: !: f � w 171 � January 31, 2013 REVISION OF SECTION 630 • SIGNS AND BARRICADES Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.02, delete the second paragraph, and replace with the following: Temporary sign support assembly shall be timber, perforated square metal tubing inserted into a larger base post or slip base or perforated metal U-channel with a slip base. The temporary sign support assembly shall conform to NCHRP and AASHTO requirements regarding temporary sign supports during construction. Subsection 630.02 shall include the following: If a timber post is selected, it shall conform to the requirements of subsection 614.02. • 1] October 31, 2013 . REVISION OF SECTION 703 AGGREGATE FOR BASES (WITHOUT RAP) Section 703 of the Standard Specifications is hereby revised for this project as follows: In subsection 703.03, delete the first paragraph and replace with the following: 703.03 Aggregate for Bases. Aggregates for bases except Aggregate Base Course (RAP) shall be crushed stone, crushed slag, crushed gravel, natural gravel, or crushed reclaimed concrete. Aggregate Base Course (RAP) shall be 100 percent crushed recycled asphalt pavement material. All materials except Aggregate Base Course (RAP) shall conform to the quality requirements of AASHTO M 147 except that the requirements for the ratio of minus 75 pm (No. 200) sieve fraction to the minus 425 pm (No. 40) sieve fraction, stated in 3.2.2 of AASHTO M 147, shall not apply. The requirements for the Los Angeles wear test (AASHTO T 96 & ASTM C535) shall not apply to Class 1, 2, and 3. Aggregates for bases shall meet the grading requirements of Table 703-3 for the class specified for the project, unless otherwise specified. • 1] November 1, 2012 31 REVISION OF SECTION 703 AGGREGATES FOR HOT MIX ASPHALT Section 703 of the Standard Specifications is hereby revised for this project as follows Delete subsection 703.04 and replace with the following: 703.04 Aggregates for Hot Mix Asphalt. Aggregates for hot mix asphalt (HMA) shall be of uniform quality, composed of clean, hard, durable particles of crushed stone, crushed gravel, natural gravel, or crushed slag. Excess of fine material shall be wasted before crushing. A percentage of the aggregate retained on the 4.75 mm (No. 4) sieve for Gradings S, SX and SG— and on the 2.36 mm (No. 8) sieve for Gradings SF and ST—shall have at least two mechanically induced fractured faces when tested in accordance with Colorado Procedure 45. This percentage will be specified in Table 403-1, as revised for the project in Section 403. The angularity of the fine aggregate shall be a minimum of 45.0 percent when determined according to AASHTO T 304. Grading SF mixes, when determined by RME, may not require fine aggregate angularity of 45.0 percent. Aggregate samples representing each aggregate stockpile shall be non -plastic if the percent of aggregate passing the 2.36 mm (No. 8) sieve is greater than or equal to 10 percent by weight of the individual aggregate sample. Plasticity will be determined in accordance with AASHTO T 90. The material shall not contain clay balls, vegetable matter, or other deleterious substances. The aggregate for Gradings ST, S, SX and SG shall have a percentage of wear of 45 or less when tested in accordance with AASHTO T 96. • 0 • • Table 703-4 MASTER RANGE TABLE FOR HOT MIX ASPHALT Percent by Weight Passing Square Mesh Sieves Sieve Size Grading Grading SF** Grading ST Grading SX S Grading SG 37.5 mm (1 y„) 100 25.0 mm (1 ") 100 90-100 19.0 mm 100 90-100 NI) 12.5 mm ('/2") 100 90-100 ' 9.5 mm (%") 100 90-100 4.75 mm (#4) 90-100 ' 2.36 mm (#8) 28 — 58 28 — 58 23 — 49 19 — 45 1.18 mm 30 — 54 (#16) 600 µm (#30) 300 µm (#50) 150 µm (#100) 75µm 2-12 2-10 2-10 2-8 1-7 #200 `These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. "SF applications are limited and the CDOT Pavement Design Manual should be referenced, prior to use. Aggregates for stone matrix asphalt (SMA) shall be of uniform quality, composed of clean, hard, durable particles of crushed stone, crushed gravel, or crushed slag. A minimum of 90 percent of the particles retained on the 4.75 mm (No. 4) sieve shall have at least two mechanically induced fractured faces when tested in accordance with Colorado Procedure 45. The particles passing the 4.75 mm (No. 4) sieve shall be the product of crushing rock larger than 12.5 mm ('h inch) and shall be non - plastic when tested in accordance with AASHTO T 90. Additionally, each source of aggregate for SMA shall meet the following requirements: (1) No more than 30 percent when tested in accordance with AASHTO T 96 Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. (2) No more than 12 percent when tested in accordance with AASHTO T 104 Soundness of Aggregate by Use of Sodium Sulfate. . The aggregate for Hot Mix Asphalt (HMA) shall meet the requirements of Table 7034A when tested in accordance with CP-L 4211 Resistance of Coarse Aggregate to Degradation by Abrasion in the Micro-Deval Apparatus. The Contractor shall be assessed a price reduction of $1000 for each production sample of the combined aggregate with a value greater than 20 according to CP-L 4211. Table 7034A • SECTION 5.01 AGGREGATE DEGRADATION BY ABRASION SECTION 5.02 IN THE MICRO-DEVAL CP-L 4211 Not to exceed Combined Aggregate (1/10,000 tons, or fraction thereof during production) 20 is 0 July 28, 2011 • REVISION OF SECTION 703 CONCRETE AGGREGATES Section 703 of the Standard Specifications is hereby revised for this project as follows: Delete the second paragraph of subsection 703.00 and Table 703-1. Delete subsections 703.01 and 703.02 and replace with the following: 703.01 Fine Aggregate for Concrete. Fine aggregate for concrete shall conform to the requirements of AASHTO M 6, Class A. The minimum sand equivalent, as tested in accordance with Colorado Procedure 37 shall be 80 unless otherwise specified. The fineness modulus, as determined by AASHTO T 27, shall not be less than 2.50 or greater than 3.50 unless otherwise approved. 703.02 Coarse Aggregate for Concrete. Coarse aggregate for concrete shall conform to the requirements of AASHTO M 80, Class A aggregates, except that the percentage of wear shall not exceed 45 when tested in accordance with AASHTO T 96. • • February 3, 2011 REVISION OF SECTION 712 WATER FOR MIXING OR CURING CONCRETE Section 712 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 712.01 and replace it with the following: 712.01 Water. Water used in mixing or curing concrete shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetation, or other substance injurious to the finished product. Concrete mixing water shall meet the requirements of ASTM C1602. The Contractor shall perform and submit tests to the Engineer at the frequencies listed in ASTM C1602. Potable water may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, and other foreign materials. • 0 October 31, 2013 • REVISION OF SECTION 713 EPDXY PAVEMENT MARKING • Section 713 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 713.17 and replace with the following: 713.17 Epoxy Pavement Marking Material. Only epoxy pavement marking material that is on the Department's Approved Products List may be used. Batches or lots of approved products will be accepted on the project by certified test report (CTR). The CTR shall confirm that the material meets all CDOT requirements and is the same material that was preapproved in the product evaluation process. (a) Formulation. Epoxy pavement marking material shall be a two component, 100 percent solids, material formulated to provide simple volumetric mixing ratio of two volumes of component A and one volume of component B unless otherwise recommended by the material manufacturer. (b) Composition. The component A of both white and yellow shall be within the following limits: Resin / Piament Components f% by Weiahtl Pigment 6-10 The pigment for yellow epoxy shall contain no lead or other material such that the cured epoxy could be considered a hazardous waste under EPA or CDPHE regulations. The Contractor shall submit to the Engineer a manufacturer's certification of compliance with this requirement. (c) Epoxide Number The epoxy number of the epoxy resin shall be the manufacturers target value t 50 as determined by ASTM D 1652 for white and yellow component A on pigment free basis. (d) Amine Number. The amine number on the curing agent (component B) shall be the manufacturers target value t 50 per ASTM D 2071. (e) Toxicity. Upon heating to application temperature, the material shall not produce fumes which are toxic or injurious to persons or property. (f) Color. The epoxy material, without drop -on beads, shall visually match the color chips that visually correspond to the Federal Standard Number 595E for the following colors: White - Federal Standard No. 5958-17925. Yellow - Federal Standard No. 595B-13538. The mixed epoxy compound, both white and yellow, when applied to 3 inch x 6 inch aluminum panels at 20 t 1 mil of thickness with no glass beads and exposed in the Q-panel Ultraviolet (QUV) Environmental Testing Chamber as described in ASTM G 154, shall conform to the following minimum requirements. The test shall be conducted for 72 hours at 1220 F, 4 hours • humidity, and 4 hours U.V., in alternating cycles. The color of the coatings shall be within t 5 units of the Federal Standards shown above. (g) Yellowness Index. The Yellowness Index shall be tested in accordance with ASTM E-313. The prepared Q-panels shall be cured at 77° F for 72 hours prior to exposure. Immediately after this, the yellow index reading QUV at XYZ C/2° shall be measured. QUV testing shall begin after this • initial measurement and shall conform to ASTM G-53. The QUV prior to testing shall not exceed 8.0. The QUV after 72-hour testing shall not exceed 20.0. The QUV after 500-hour testing shall not exceed 35.0 (h) Drying Time. The epoxy pavement marking material shall have a setting time to a no -tracking condition of not more than 25 minutes at a temperature of 73' F and above. (i) Curing. The epoxy material shall be capable of fully curing under the constant surface temperature condition of 35' F and above. G) Adhesion to Concrete. The catalyzed epoxy pavement marking material, when tested according to ACI Method 503, shall have such a high degree of adhesion to the specified (4000 psi minimum) concrete surface that there shall be a 100 percent concrete failure in the performance of this test (k) Hardness. The epoxy pavement marking materials, when tested according to ASTM D 2240, shall have a minimum Shore D Hardness value of 80. Samples shall be allowed to cure at room temperature, 75 t 2 "F for a minimum of 72 hours and a maximum of 168 hours prior to performing the indicated test. (1) Abrasion Resistance. The abrasion resistance shall be evaluated on Taber Abrader with a 1000 gram load and CS-17 wheels. The duration of the test shall be 1000 cycles. The wear index shall be calculated based on ASTM test method C-501 and the wear index for the catalyzed material shall not be more than 80. The tests shall be run on cured samples of material which have been applied at film thickness of 15 t % mils to code S-16 stainless steel plates. The samples shall be • allowed to cure at 75 t 2 °F for a minimum of 72 hours prior to performing the indicated tests. (m)Tensile Strength. When tested according to ASTM D 638, the epoxy pavement marking materials shall have a tensile strength of not less than 6000 psi. The Type IV Specimens shall be cast in a suitable mold and pulled at the rate of % inch per minute by a suitable dynamic testing machine. The samples shall be allowed to cure at room temperature (75 t 2 °F) for a minimum of 72 hours and a maximum of 168 hours prior to performing the indicated tests. (n) Compressive Strength. When tested according to ASTM D 695, the catalyzed epoxy pavement marking materials shall have a compressive strength of not less than 12,000 psi. The cast sample shall be conditioned at room temperature, 75 t 2 "F, for a minimum of 72 hours and a maximum of 168 hours prior to performing the tests. The rate of compression of these samples shall be no more than % inch per minute. 0 February 3, 2011 1 • AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY • 0 A. AFFIRMATIVE ACTION REQUIREMENTS Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order11246) 1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area are as follows: Goals and Timetable for Minoritv Utilization Article VI. Timetable - Until Further Notice Economic Standard Metropolitan Counties Goal Area Statistical Area SMSA Involved 157 2080 Denver -Boulder Adams, Arapahoe, Boulder, (Denver) Denver, Douglas, Gilpin, 13.8% Jefferson ................... 2670 Fort Collins Larimer...................................... .......... 6.9% 3060 Greeley Weld .......................................... 13.1% Non SMSA Counties Cheyenne, Clear Creek, Elbert, Grand, Kit Carson, Logan, Morgan, Park, Phillips, Sedgwick, Summit, Washington 12.8% & Yuma ............................ 158 1720 Colorado Springs El Paso, 10.9% Teller..................................... (Colo. Slogs. - 6560 Pueblo Pueblo ....................................... 27.5% Pueblo) .......... Non SMSA Counties Alamosa, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, Huerfano, Kiowa, Lake, Las Animas, Lincoln, Mineral, 19.0% Otero, Prowers, Rio Grande, Sa uache........ Geotechnical Engineering Report l�err�con Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013. Terracon Project No. 2013503E Field Exploration Description The locations of borings were selected by the project team during an on -site meeting. The borings were located in the field by measuring from existing site features. The ground surface elevation was surveyed at each boring by the City of Fort Collins. The borings were drilled with a CME-45 truck -mounted rotary drill rig with solid -stem augers. During the drilling operations, lithologic logs of the borings were recorded by the field engineer. Disturbed samples were obtained at selected intervals utilizing a 2-inch outside diameter split - spoon sampler and a 3-inch outside diameter ring -barrel sampler. Penetration resistance values were recorded in a manner similar to the standard penetration test (SPT). This test consists of driving the sampler into the ground with a 140-pound hammer free -falling through a distance of 30 inches. The number of blows required to advance the ring -barrel sampler 12 inches (18 inches for standard split -spoon samplers, final 12 inches are recorded) or the interval indicated, is recorded as a standard penetration resistance value (N-value). The blow count values are indicated on the boring logs at the respective sample depths. Ring -barrel sample blow counts are not considered N-values. A CME automatic SPT hammer was used to advance the samplers in the borings performed on this site. A greater efficiency is typically achieved with the automatic hammer compared to the conventional safety hammer operated with a cathead and rope. Published correlations between the SPT values and soil properties are based on the lower efficiency cathead and rope method. This higher efficiency affects the standard penetration resistance blow count value by increasing the penetration per hammer blow over what would be obtained using the cathead and rope method. The effect of the automatic hammer's efficiency has been considered in the interpretation and analysis of the subsurface information for this report. The standard penetration test provides a reasonable indication of the in -place density of sandy type materials, but only provides an indication of the relative stiffness of cohesive materials since the blow count in these soils may be affected by the moisture content of the soil. In addition, considerable care should be exercised in interpreting the N-values in gravelly soils, particularly where the size of the gravel particle exceeds the inside diameter of the sampler. Groundwater measurements were obtained in the borings at the time of site exploration. After completion of drilling, the borings were backfilled with auger cuttings, sand (if needed), and asphalt patch (if needed). Some settlement of the backfill and/or patch may occur and should be repaired as soon as possible. Responsive . Resourceful ■ Reliable Exhlbit A-6 159 (Grand Junction) 156 (Cheyenne - Casper WY) Until Further Notice........... Statewide Non SMSA Archuleta, Delta, Dolores, Eagle, Garfield, Gunnison, Hinsdale, La Plata, Mesa, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio Blanco, Routt, San Jackson County, Colorado .................. 10.2% ...........................................................................6.9% — u n U February 3, 2011 2 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non -federally involved construction. The Contractors compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for the geographical area where the contract resulting form this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60- 4. Compliance with the coals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal • Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this specification, and in the contract resulting from this solicitation, the "covered area" is the counTy or counties shown on the Invitation for Bids and on the plans. In cases where the work is in two or more counties covered by differing percentage goals, the highest percentage will govern. L February 3, 2011 3 AFFIRMATIVE ACTION REQUIREMENTS • EQUAL EMPLOYMENT OPPORTUNITY B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order11246) 1. As used in these Specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes; (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin): (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); • (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60A.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's • failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this • contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance Programs Office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. • 0 February 3, 2011 4 AFFIRMATIVE ACTION REQUIREMENTS • EQUAL EMPLOYMENT OPPORTUNITY 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take speck affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following; a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site • supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its union have employment opportunities available, and maintain a record of the organization's responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source of community organization and of what action was taken with respect to each individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when he Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area • which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. • f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the Contractor's EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. • 11 February 3, 2011 5 AFFIRMATIVE ACTION REQUIREMENTS • EQUAL EMPLOYMENT OPPORTUNITY g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. • j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc. such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. • p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligation. LI 0 February 3, 2011 6 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goal and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even thought the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10.The Contractor shall not use the goals and timetables or affirmative action standards to • discriminate against any person because of race, color, religion, sex, or national origin. 11.The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12.The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14.The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall • at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the • work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). `J • BORING LOG NO. 1-1 Page 1 of 1 PROJECT: Aurthur Ditch Bridge CLIENT: J-U-B Engineers, Inc. Replacement Fort Collins, Colorado SITE: Throe Interaectlom Fort Collins, Colorado � LOCATION see EWHWA2 Su,lece Elev.: 5001,8(Fl.) € ? YFS Fw 6 » AnE.FU3 LIMRS z b LL-PL-PI ASPHALT PAVEMENT-9.5lnrim SON OB ILL-SI FLTY SANG, fine grained, bustle 35 13 96 SANCV LEAN CLAY fCL1, Me grained, broom 10 red. medium SIIIitO stilt 33 16 96 S 33-535.17-18 73 i 6-9 13 110 i 170 IWA QMH SILT MID . trace cobbles, brown to red, dense y fi 49181 2 Ba-2T hk i Boring Terminateriat 20.5 Feet Srnfirslion LnsaareeDP mete, l,rolW,Weenaltiop cosy ha BrMuel, HBm.7,e: Auo.W TQvercemeN MCNM: aIrmA mild Mom nlem alpm. - See Exhibit l5fm fl x ptlw of field procedures N.W Sm ApP lx B W aWiflawoflabwamry promdurw eM addlu— date memb SeeA,—J..0 M explenationufsymbYserd aw.suor Abawq .rt Muthk: Berirga bmkfillM eiM eM cuNrps,mN. Marched wutll upon mmplMbn WATERLEVEL OBSERVATIONS l��rracon BW'Sb0M: 11IM2019 Bodna CmWeted: 11 9=13 d Onll Bip: CAIEdS p111er T..Gvo,imrm, Im 1901 Sh., Point Brive, Sulle e Fort Whre, W. P.J. 14 :20115038 EtlAtlC A6 • • • February 3, 2011 7 AFFIRMATIVE ACTION REQUIREMENTS • EQUAL EMPLOYMENT OPPORTUNITY C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES. 1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract provisions. b. The Contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum speck requirement activities of equal employment opportunity: (The equal employment opportunity • requirements of Executive Order 11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway Program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The Contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program; It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training. 3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State highway agency contracting officers and equal employment opportunity officer (herein after referred to as the EEO Officer) who will have the responsibility for an must be capable of effectively administering and promoting. an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy. 0 a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in • such action, will be made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy and contractual responsibilities to provide equal employment opportunity in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum; (1) Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the Contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. • 0 February 3, 2011 8 AFFIRMATIVE ACTION REQUIREMENTS . EQUAL EMPLOYMENT OPPORTUNITY (2) All new supervisory or personnel office employees will be iven a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the Contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the Contractor. (3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer or appropriate company official in the Contractor's procedures for locating and hiring minority group employees. b. In order to make the Contractor's equal employment opportunity policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the Contractor will take the following actions: (1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2) The Contractor's equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 5. Recruitment. a. When advertising for employees, the Contractor will include in all advertisements for employees the notation; "An Equal Opportunity Employer." All such advertisements will • be published in newspapers or other publications having a large circulation among minority groups in the area from which the project workforce would normally be derived. b. The Contractor will, unless Precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the Contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the Contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The Contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. '6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, • promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed; a. The Contractor will conduct periodic inspections of project sites to insure that working • conditions and employee facilities do not indicate discriminatory treatment of project site personnel. • February 3, 2011 9 AFFIRMATIVE ACTION REQUIREMENTS • EQUAL EMPLOYMENT OPPORTUNITY b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The Contract will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of his avenues of appeal. 7. Training and Promotion. a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. . b. Consistent with the Contractor's work force requirements and as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. B. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women with the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or thorough a contractor's association acting as agent will include the procedures set forth below: a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and • women so that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an equal employment opportunity clause • into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. J 0 February 3, 2011 10 AFFIRMATIVE ACTION REQUIREMENTS • EQUAL EMPLOYMENT OPPORTUNITY d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within he time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority -owned construction firms from State highway agency personnel. b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. 10.Records and Reports. a. The Contractor will keep such records as are necessary to determine compliance with the Contractor's equal employment opportunity obligations. The records kept by the Contractor will be designed to indicate: (1) The number of minority and nonminority group members and women employed in each work classification on the project. (2) The Progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force). (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with meaningful minority and female representation among their employees. is b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway • Administration. c. The Contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non -minority group • employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR 1391. 0 40 u 0 • `A u 3 w • BORING LOG NO. 1-2 Page 1 of 1 PROJECT: Aurthur Ditch Bridge CLIENT: J-U-B Engineers, Inc. Replacement Fort Collins, Colorado SITE: Three intersections Fort Collins, Colorado �a LOCATION Saa ENJbft&2 Surface Ell 5002.8(Ft.) a+ o �� O W � �al 3 O AnIsdi 0.G g LLRA 0] e¢PNALT PAVEMENT-]5'nnM1e=_ FILL _SGNOV LEANCLAY MTN A"M trace gravel, fine to medium grained, dark brown, medium stiff to stiff 4$ 16 1" s.p 5 36 15 99 3ASCY_LEAMJQLi Ina grained, reddish -broom, metllum stiff to still rn 491 SILTY SAND ISNI, Imca gravel, fine to medium grained light brown to red, loose al 43-S4-g 45 S] 16 '104 1 Q sno 4 2 33-24,36 N�0 MIA GRADED SANn WITH SILT Min GRAVEL, fine towarse calmed, brown to red Boring Tnarrha (Real 20.5 Feet Stralifcallan lines are appmdmsa.Imsilu, W eamilion may ba gradual. Hammer TAd'eype: Aulbnellc Hwmans memnd001 auOer. S. EMIEII Ad far EexnpYm a rate procedures Nnlm'. Sae Appendix a for dandphon of lalwrafwy nmmtlmm am adds eeN if ano. Sim Appendix C for eaVanalbn d symbds am abbNvlalam. AmMmmaM MelMe: enrage baMlllletl Win sell wllONa was. aM asset patcburynwmplalim. WATER LEVEL OBSERVATIONS lrerracon Wing salve: l IMM13 earn, Corneal l 1MR013 Wbiledtl°Orcg Drll Sia:CM&IS Mllen Tenamn Cwoulama.l 19018Pets aloe,Siam C Feet Cdl'mq Caloatlo Pmied Na.:2013W]8 EMIEII A-] BORING LOG NO. 1-3 Page 1 of PROJECT: Aurthur Ditch Bridge Replacement CLIENT: J-U-B Engineers, Inc. Fort Collins, Colorado SITE: Three intersections Fort Collins, Colorado a LOCATION S—EWbI1M2 Sulam Elm.: 5W1AtFIJ p ' emi 30 to m 9p 3 S ATLha- O WRS i LL-PIFI 5 1 �. $ SANDY • I Cl Avg pace silt, fine to welse grained, brown W red, medium stiff to very stiff &inch lane of clayey send with gravel at a depth of approximately 14 feet below the gmund surface. 17.0 4M.,Q 8.9 18 102 \ 33 16 93 5.3 28 91 101 9 118 agrained, fine to cpama dark brown to reddish- broom, dense as 4961 -1619 N=35 aodeg Terminated of 20.5 Fast Ssublimonlamanoo,momale. It Ibelrasiaanmfybegnal Neon,Tyya: lwlomelic Adao menl seems "non odid slam eight agar. Sea EAlUt A-5 for MscnPYm of add flea um Sea ��oM for mt Ipl m nlebpmlary prom fern). sm Appatlis C laearaemgon of s oWa ted alaw-amom Notes Alanapnmalk Magca: Ile a,flacJdIIM WN 01 cutlings, aeM.eW matost Ildnll upon.0.9 n. WATER LEVEL OBSERVATIONS lrerracon Colo SmoteC 1gp1onCColo FM CdI1na. reM ado Brrl,q alenatl: dl/12a13 Bong ComWwd 1 locals While d07Grg aril fllg: CMEd5 puller. T. camdlereal ' p,epcl Na,:2g1350.YB EaIYNC Ad u • • C, J a • BORING LOG NO. 2-1 Page 1 of 1 PROJECT: Aurthur Ditch Bridge CLIENT: J-II-B Engineers, Inc. Replacement Fort Collins, Colorado SITE: Three intersections Fort Collins, Colorado U' U, LOCATION See EWMA-3 Sulam Elm: 5CO21 (Ft.) DEPTH roffin.lrl IF' I a p ZFZ C�a W � <a F � 9p IT % 3z p to ATTEBBERG WI R5 z LL-PLPI FILL AN -SDY Sir TY CLAY, fine grained, dark. 0 5000 SANDY I FM CLAY (CL1, trace gravel, floe grained,tlaM broom or.. to neddi reddish -brown, medium s11H to still 2-4 22 33 21 66 5 3.6 24 94 41-20.21 61 Rants were encountered throughout the entire depth of exploration. 1 55 18 107 1 Isolated gravel and sand lenses encountered between a depth of 15 and 19 feet tel the ground surface. 1-2-6 $ N=e Boring Termineted at 20.5 Feet SIre1Mre11cn 11nee ere appmtlmeM. I,nalW,tln Yanvtlon meyM 9ntlrel. Hemmer Tyre: Autlnutic Ads.. H,M wild slam NBle author. See hit AS for derml tlm dfiee Perseus. Was See Ath ema B fa deeahtan of lebmeary aoradums are additional data Of ").. See Aemndix c forexpletaWn M slenbols and aboeratlOns. Abemmm et Method: BwBge leell MN sell awma. mee, am selan intent yen eanlpiatian. WATER LEVEL OBSERVATIONS Ber,th Seem: 1114M13 Bod,g Com*W. 11246013 WhitedMNlg l rerracon Odle TDB: CME45 Miler Tertamn ConWnM, be 1901 Shary Pent Moe, State C Fed Collins. Colorado Proleet No.: 2013' Etl,INL A9 BORING LOG NO. 2-2 Page 1 of 1 PROJECT: Aurthur Ditch Bridge Re lamirent CLIENT: J-U-B Engineers, Inc. Fort Collins, Colorado SITE: Three intersections Fort Collins, Colorado ddYm" LOCATION Sea EAdbll A &vlea Elev.:SWIrI) � �F u�jRA i� pp F y ,� iu iip X ji Ua cc L rc��u GS A e G WITS 9 9 M� � LL-RLI 0.7 ASPHALT PAVEMENT-9lneMs 5 1 1 Z Sz 20 FILL-SiLrYSANO fine grained, dark brown Sggg BANGY 1 cau =,, fine grained, brown to red, medium stiff W staff Isolated gravel and sand lenses encountered between a depth of 15 and 19 feet below the ground surface. 20.1 4M 5.7 9 107 3d 16 102 zs 28 5-7 18 &2-2 N-0 Boring Terminated at 20.5 Feet SVwlOtalim lime are appmdmem. Imellu, Ne varelllon may be gmdm. Hemmer Type: AUmmilc Adeanc .Mauwd: Mmh solid days figNmigm, Sae EshUA41oms riplbnofeald promalym Sae Apmmh B far dalaMmw of laboratory pmmduma aM eddluwW dam (It nly). Sae Appem'v C f—' mem msymme am abererteuam. N. Abandormerd Maridd: Bod,ga beakAlled Wh mil wmrya. dam, am aamst, patch'. omiplebpn. WATER LEVEL dBBERVATI0N8 l��rracon 1901 Sbem dm odwe, sube c Fad Cdllna, Cdwedo Burro 9wdM:ttHrmv eanro Ganlnlalad: 11/4a019 lNAlle dMllrg oml Rig cMLrs Willer. reaamn CemrilaM,l Ralxi No.: At3W3a EtlYML A-ta • • BORING LOG NO. 2-3 Page 1 of 1 PROJECT: Aurthur Ditch Bridge CLIENT: J-U-B Engineers, Inc. Re lacernent Fort Collins, Colorado SITE: Three intensections Fort Collins, Colorado � LOCATION sea Evnitll A-3 solace Elev.:5W4.e (FL) W.6 A5 w pRG LINIr3 pa ASPHALT PAVEMENT.651rCho FILL -SILTY CLey, deal, brawn 3-7 23 87 nn SILTY CLAYIEY SAND (A - SM1, fine grained, brown le reddish -broom, loose as 2S2M 1s 5 TO SANDY I EeN CL AY, tram gravel, fine grained, light brown to reddish -brown, medium stiff 4-3 22 96 t 3 8 17 110 1 1sa a Q CLAYEY SAND 1MTH GRAVEL, fine to coarse grained, red to brown, medium donee 4-0A 2 549611 2 N=10 Boring Terminated at 2e.5 Feet Slrarricatan lmrs am a,mranlele. lll®W. IM martian Rry ee gNduar Hammer Type: Atora&k Mvenremenl What: "ntraild mi llBMa,gb. Sae EMI011 AS far EaevlpM1on d Wal pmmdurea Notes: Sea Append)v B for aew,Alm al aW,alwy pramaim- and etlJaanal dale fa am). sm Appendix c mramlenoWn afeymbde am aaarmaeam. AtaMpnmeal NetbaJ Bod%s walalled arm salt ad4rys. send. anal aWW palahupon,vmpleeon. WATER LEVEL CIBSEWATIONS am, Started: llNAV19 Imam Camgeled: 11/ 013 :KZ While drlllinp lrerrOcon 1901 Shom POIIII Ome. Saw C DAII WB:CMEdS erYkr Terteopn ComdleMa,l ran CWau, CdarMa Prde4alM13am30 ExWWI, A-" • ARTHUR DITCH BRIDGE REP ACEMENR CANYON AVENUE DID SCHEDULE ee.u..iurel _- -b x) mw.xtlNxwxn�aY�pllx.. w.nrl xonwd.wxtwim.xmlir.rn s s t P .�.I.e.x.xYxN s vevw.. x.1 s 14 f Ytlw D.11 s 1.xrmlcwNIN 14� *ww f f t opeiex.iyv i i MroxYy. t p t a mnllp. Pnw Y6mut+xmu,ww Iywxw4 YmM.Ya ! e„<1✓fx'1i.x.plYgY1 FMN M�Wm. B.ncamxlW.se1 >w�+W. m+reoixlMxl. Cmu.l t INI tIM1lfA m.A.IN t 4H2 �ire.aexllmrem+Y.a1 ft s ! .ar.xil..o..nIN I .wo�xxm.,a�xx s xcm mm w.irto.ni s 11. lH 1q 1! a.xxc�..wed roam wI— M1 11. DII a ni ..x.wre..xi > m,iaun fii IN s x�+IM..Mnx1..PW1 BM'x ircwm re.mmN t r..x.wx..w... ! w xm m rew. HA IN I —wro FA 1 1! BORING LOG NO. 3-1 Page 1 of 1 PROJECT: Aurthur Ditch Bridge CLIENT: J-U-B Engineers, Inc. Replacement Fort Collins, Colorado SITE: Three intersections Fort Collins, Colorado LOCATION See E*IbP A-4 _a. Q Ai1EBBE0.G LIMnS w Us > C F{ ,j 'uFi oX LL-PL-PI Suttee Eby.:5002.O tF1.) Us ;0 O Q Gp O S N '. De LAHD3 PE (FAa&-Z ynebea MM BANov LEAN CLAY Icu, trace gravel, fine gralnad, dark brown he light brown, medium stiff to stiff 73 10 1" 34 23 95 5 35 18 104 38-18-20 55 1 a 409 Q WE9 r nRADFn a ND WITH SILT AND rRXXL trace cobbles, fine to coarse grained, brown, dense 151930 491)61 1 NW9 Boring Terminated at 15.5 Feet Slrelinanamn lines ere epned;,me.Inelm. tlb senfah ntmey 168rades. Hammer Type: ANomalk A aammsnl Memel Sam EMlbll"forcea U.ndfield Nam' ,mb mild mem nlBM auger. anxecues See "Mi. B for deeMgbn atlaW.mry pm dubs em malimnel dab Bt erryl. See Appena is C for sesanalbn of symbds net AbaMmnbM Melhad: BodryaExMlle]WM eWl wtllrlpaupcn mngWm. aNxeWemne. WATER LEVEI- OBSERVATIONS_ l��rracon aotlrq SYedtl:ltlu20t3 BwIrNCgngeletl:lticaol3 - _ umlYe dMlMg OdllniB�CME�5 Odlbr. Terror Comullems, b�. 1 W 15m `Pmm Drive, SWta C Fed wiim, wmaso Prc ecl Na.:20135019 FaldbX: A-12 • In 5 s BORING LOG NO. 3-2 Page 1 of PROJECT: Aurthur Ditch Bridge CLIENT: J-L1-B Engineers, Inc. Replacement Fort Collins, Colorado SITE: Three Intersections Fort Collins, Colorado �9 O u LOCATION Seel A-d Sut(N' ece Elev.:E2.6 (Ft) 0 'el'I,Ni ad 2 o� { ; t AMRBERe N w_ LLFLPI FILL -SANDY SILTY CLAY, fine grained, brown to dark brown 2e fini SANDY LEAN CLAY ICL1, fine grained, brown, medium still m still 6.6 21 5-5 19 103 5 45 19 99 34A6-18 62 1 deal WEf 1 - An D S ND WITH SILT AND GRAVEL, bade dabbles, fine to coarse grained, very loose 1-i-1 4987 7 N-2 Bpdrp rermirmmd ar is.s Fear snaafiCBuan lines ere apr4rae. li fie, vansams my EBgrea". Hammer Type: emerald achumeln.1 WIM1etl: 0.li wild stem H19M sugar. See LAW AS far desvlpimn of field prpydyres Noses: Ses AppeMlx B for addressed or lab nbry p,d-da s mN amNanal dale fir dry} Sed Added. C roregYarelbn M needed and Al eNellam. Abagamenl udder. Ber's dawned win doll ended, dark, ark muleX pamn spa mamdpfia. LEVEL OBSERVATIONS l��rr�con BodlN areal 1 lMaD13 emng Cuplema 11fit*01a 'iZWATER While ddfl)rg 0.111 Ng: CME�6 Oi Tmewn CoreullIDde, Ina 18g1areas suite C GaPWMCala FM CdIIna Colnado P,opet N4: Rn115n'.w EaM011'. 113 BORING LOG NO. 3-3 Page 1 of 1 PROJECT: Aurthur Ditch Bridge CLIENT: J-tI-B Engineers, Inc - Re lacer ent Fort Collins, Colorado SITE: Three intersections Fort Collins, Colorado u<Pti LOCATION sae EMlIIMt Al smeca Elev.:A5002.2 (PI.) 1hQN i LLlu�i s 3F r� �w ATiERSEBG Uses ". w LL-RFI FILL -SANDY SILTY CLAY, trace gravel, fine grainatl, brown to dark brawn 25 155 23 94 SANnLEAN DLAV, trace gravel, fine grained, dark broom to Ilght brown,, medium sdfi 2.3 22 94 5 34 iT 1e4 1', 12.0 WELL GRADED SAND WITH SILT AND GRAVEL, fine to Coarse grained, brown, dense Q 7 2931 9 6odng caved at 16 feet before the 19 foot sample could be taken. Only a 6Anch sample was taken due to caving conditions. k 8 11HPI eax 8odnp Terminafetl at 19.5 Feet stutfloallon fmaamappea.w.. Inallu. Va'sonadan may beg,adual. Hammer Typa: /uWOte AcNasoio-O MOseen MmllpM atger. s ANNI A5 la Eeaulpllan of held p,co NWas'. See Appatld B for desonnlon of laWoory pmndures and addmoral data (n any). See Append is C for eaplanadon of symbds and ebdad.t.oy AW do'menl MOW, ervlrgs bacxnlled WN a it cold,,¢. aaM, and eegraft nettle upon mmpledcn. WATER LEVEL OBSERVATIONS lrerracon 1901 slum Palm was. suite C Fan Gtllina, Gtlono. Son, stared: I IJVM13 Bail, CRnpleled: 1114=13 Drill RIB'. CMEJ5 Dollar Telrer i CawiuM, Inc Project No. All Eplidl A10 • • APPENDIX B LABORATORY TESTING Geotechnical Engineering Report l��rr�con Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado December 3, 2013. Terraoon Project No. 20135038 Laboratory Testing Description The soil samples retrieved during the field exploration were returned to the laboratory for observation by the project geotechnical engineer. At that time, the field descriptions were reviewed and an applicable laboratory testing program was formulated to determine engineering properties of the subsurface materials. Laboratory tests were conducted on selected soil samples. The results of these tests are presented on the boring logs and in this appendix. The test results were used for the geotechnical engineering analyses, and the development of foundation and earthwork recommendations. The laboratory tests were performed in general accordance with applicable locally accepted standards. Soil samples were classified in general accordance with the Unified Soil Classification System described in Appendix C. Water content ■ Plasticity index Grain -size distribution a Dry density Consolidation/swell Responsive ■ Resourceful ■ Reliable Exhibit B-1 I l9 • ATTERBERG LIMITS RESULTS ASTM D4318 60 50 P S 40 T I C z T 30 No Text No Text SWELL CONSOLIDATION TEST PRESSURE, psi Specimen Identfication Classification 'I" Pd wC, % • 1-3 g.o it I SANDY LEAN CLAY CL 81 26 NOTES: Sample exhibited 0.6 percent compression upon wetting under an applied pressure of 1,000 SITE: Three intersections Fort Collins, Colorado lrarracan 1901 Sharp Point Drive, Suite C Fort Collins, Colorado PROJECT NUMBER: 2013503 CLIENT: J-U-B Engineers, Inc. Fort Collins, Colorado EXHIBIT: M SWELL CONSOLIDATION TEST ASTM D4546 • PRESSURE,pal' Specimen ldentifcaUon Classification 'Y4.,W WC,% • 2-1 9.0 ft SANDY LEAN CLAY CL 94 24 NOTES: Sample exhibited 0.7 percent compression upon wetting under an applied pressure of 1,000 SITE: Three intersections lrerracon Fort Collins, Colorado �a 1901 Sharp Point Drive, Suite C Fort Collins, Colorado PROJECT NUMBER: 20135038 CLIENT: J-U-B Engineers, Inc. Fort Collins, Colorado EXHIBIT: B4i City of Fl rehash SeMces 215 N. Manion Division St2"' Fort Collins 970.2 Mason S8052 Floor 'YLr�\(�/—a`/`''■■■1► \/�I' PO Box 580 Fort Collins. C75 O 80522 970.M 6707 9]0.221.6]0] Purchasing rcgovcom/pomh.g ADDENDUM NO. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8035: Arthur Ditch Bridge Replacement Canyon Avenue OPENING DATE: 3:00 PM (Our Clock) December 10, 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 BID OPENING HAS BEEN MOVED TO DECEMBER 10, 2014 AT 3:OOPM, OUR CLOCK. No further questions will be answered. • Exhibit 1 — Questions and Answers. Exhibit 2 — Revised Bid Schedule - The bid sheet has been revised / attached that includes a $3500.00 F/A line item for landscape related repairs and improvements. Exhibit 3 - Included is a copy of the geotechnical report for this project which includes future repair locations that were sampled at the same time. 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. 0 SWELL CONSOLIDATION TEST ASTM 04546 PRESSURE, psf Specimen Identification I Classification Y4, Pcf WC, % • 3-2 9.0 ft I SANDY LEAN CLAY CL 99 1 19 NOTES: Sample exhibited 1.1 percent compression upon wetting under an applied pressure of 1,000 SITE: Three intersections Fort Collins, Colorado lrerracon 1901 Sharp Point Drive, Suite C Fort Collins, Colorado PROJECT NUMBER: 20135038 CLIENT: J-U-B Engineers, Inc. Fort Collins, Colorado EXHIBIT: B-7 • APPENDIX C SUPPORTING DOCUMENTS GENERAL NOTES V Waterinitlelly (HP) Hand Panetrometer Encountered Modified Standard Dames Water Leval ARera Spedfled Period of Tiny m Torvane Moore miller Tenetrellon i Sampler 9 Teal J W Water Laval Aher N (DCP) Dynamic Cone Penetrometer _ a specified! Period of Time N a J Water levels indicated on the soli boring W (PID) Photo4onloatlon Detector f W logs are the levels measured in the J N at the times indicated. W ;borehole Groundwater level variations will occur LL (OVA) Omanic Vapor Analpar over time. In low permeability solls, accurate determination of groundwater levels is not possible with short tern water level observations. Sail classification is based on the Unified Soil Classification System. Coarse Grained Sails have more than 50%of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50 % of their dry weight retained on a #200 sieve; they are principally described as clays R they are plastic, and sills if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-gralned soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. RELATIVE DENSITY OF COARSE-0MNED SOILS CONSISTENCY OF FINE-GRAINED SOILS (50%m mare passing the No. 200 sieve.) (Mom than 50%relented an No. 2DO slave.) Consistency determined by laboratory shear strenglh tes sing, Feld Density determined by Standard Penetration Resistance visuaFinanual procedures or standard penetration resistance N Descriptive Tenn abondunl Penehallon or RIM Sampler Deauipgve Term Vnconflned Compraeelvs Stendmd Penetration or RIM Sampler K(Density) &oaf slFL Elow (Gonelamnry) Strangtll ON, (N0 wa SlolFt W r Very Loom 0-3 0-8 VerySTIR Is. Men 0.25 0-1 <3 S F (J L. 4-9 7-19 Salt 025b 0.50 P-J 3-4 2 C Madlum Dense 10-N 19-58 MadlumSllR 0.50 to 1A0 4-8 5-9 F N Dense 30-SO 59-98 SBR 1.O0b200 6-15 10-18 Very Dens >50 >99 Very SIiR 2.01) 0A00 15-30 19-42 Herd >4.00 >30 >42 FRELATIVE PROPORTIONS Descriptive Termfsl OFSAND MD GRukVEL Percent GMN Molar Comoonent SIM MRMNOLOry partial, St. of other constituents Dryweight of sample Trace a 15 Boulders Over 12 in. (300 ram) With 15 - 29 Cobbles 12 in. to 3 in. (300mm to 75mm) Modifier >30 Gravel 3 in. to#4 sieve(75mm to 4.75 mm) Sand #4 to #200 sieve (4.75mm to 0.075mm Silt or Clay Passing #200 sieve (0.075mm) RELATIVE PROPORTIONS Deamriotive TimHal OF FnIN���S��� Percent PLASTICITY 15� DESCRIPTION Plaarlelta Index of other constituents Div We aid Nao-plastic 0 Trace <5 Low 1-10 With 5-12 Medium 11-30 Modifier > 12 High > 30 Exhibit C-1 L UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" Group Group Names Symbol Gravel.: Clean Gravels: Cu 14 and 1 s Cc 13E GW I Well -graded gravel Mare than 50% of Less than 5%fines ° Cu< 4andlor l> CC> 3E GP Funny graded gravel coarse fraction retained Gravels with Fines: Fines classify as MIL or ME GM Silty gravel Coarse Grained Solis: More than 50% on No.4 sieve More than 12%fides c Fines classify ea CL or CH GC Clayey gravel retained on No. 200 sieve Santla: Clean Bonds: Cu 25 and 15 Cc 53E SW Well -grade mnd 50% or more of coarse Less than 5%ease ° Cu <S and/or 1 > Cc> 3 Sp Poody gratletl sand fraction passes No. 4 Sand. seem Fines: Firms classify as MIL or MH SM Silty sand sieve More than 12%fines° Fines classify as CL or CH SC Clayey.a d " PI> ] and plots on or above "A" line CL Lean clay Sllb and Chil Inorganic: PI <4 or plots below'A' Ilne MIL SH `' Liquid llmlt-oven dried Organicday" Liquid limit less than 50 Fine-Grolnetl Solts: 50% the Organic: <0,75 Liqulafimn-nof Ones OL Organic sia "' or more passes No. 200 ale" Inorganic: PI plots on or above "A" Tins CH FaI clay " PI plots below "A' Ilia MH Elastic Silt I " SINS and Clays: Liquid limit - oven dried Organic clay' Liquid limit 50 or more Organic: <0.]S OH Liquid limit - not dried Organic silt' Highly organic soils: Primarily organic matter, dark In color, and organic door PT Peat " Based on the material passing the &Inch (75-mm) sieve H Iffines are organic, add With organic fines to group name. ° If field sample contained cobbles or boulders, or both, sdd "with cobbles If soil contains z 15% gravel, atltl With gravel" to group name. or boulders, or both'to group name. ' If Arenberg limits plot in shaded area, soil is a UWE_, silty clay. ` Gravels Win 5 to 12%des require dual symbols: GW-GM well -graded s If soil contains 15 to 29% plus No. 200, add'Wth sand" or With gravel" gravel with silt, GW-GC vrell-gratletl gravel with Gay, GP -GM poorly whichever Is predominant. graded gavel With silt, GP -GC poorly graded gravel with day. ` If ..If contains a 30%plus No. 200 predominantly "ad, add 'sandy* to °Sand. wtlh 5to 12% fines require dual symbols: SW.SM mil -graded group name. sand vath silt, SW -SC well -graded sand with clay, SP-SM poorly graded a If soil contains z 30% plus No. 200, predominantly gravel, atltl sand with sill, SP-SC poorly graded sand With clay "gravelly W group name. (Da)' H PI i 4 and plots on or above "A' Ilse. ECu=DW/D,° Cc- ° PI<4orplotsbelma "A`Ime. D10 x D. ° PI plots on or above "A" line. E If roll contains z 15%sand, atltl With sand to group rums. ° PI plots below "A" fro. ° If from classify as CL-MIL, use dual symbol GC -GM, or SCSM. For cfiof Mntr¢ained soils and floe-gran"ra ined /raCllon and B0 Oi coarse -grained a0116 Equation of'A" - line wS +P C Homicidal at PI=4 to LL25.5. 4e then PI=0.73 (ILL-20) < p Equation of 'Ur - Ilno .J.d' Venical et LLA76 M PI=7, (I So Men PI-0.9 (LLd) y L) W 20 ga MH or OH 10 7 ---- 4 - MLurOL g 0 10 15 20 30 40 so so 70 SO 90 100 110 LIQUID LIMIT (LL) 1 rerracon Exhibit C-2 No Text (Based on ASTM D653) Allowable Soil The recommended maximum contact stress developed at the interface of the foundation Bearing Capacity element and the supporting material. Soil, the constituents of which have been transported in suspension by flowing water and Alluvium subsequently deposited by sedimentation. Aggregate Base A layer of specified material placed on a subgrade or subbase usually beneath slabs or Course pavements. Backfill A specified material placed and compacted in a confined area. A natural aggregate of mineral grains connected by strong and permanent cohesive forces. Bedrock Usually requires drilling, wedging, blasting or other methods of extraordinary force for excavation. Bench A horizontal surface in a sloped deposit. Caisson (Drilled A concrete foundation element cast in a circular excavation which may have an enlarged Pier or Shafo base. Sometimes referred to as a cast -in -place pier or drilled shaft. Coefcientof A constant proportionality factor relating normal stress and the corresponding shear stress Friction at which sliding starts between the tvio surfaces. Soil, the constituents of which have been deposited chiefly by gravity such as at the foot of a colluvium slope or cliff. Compaction The densification of a soil by means of mechanical manipulation Concrete Slab -on- A concrete surface layer cast directly upon a base, subbase or subgrade, and typically used Grade as a floor system. Differential Unequal settlement or heave between, or within foundation elements of structure. Movement Earth Pressure The pressure exerted by soil on any boundary such as a foundation wall. Equivalent Single Axle Load, a criteria used to convert traffic to a uniform standard, (18,000 ESAL pound axle loads). Engineered Fill Specified material placed and compacted to specified density and/or moisture conditions under observations of a representative of a geotechnical engineer. A hypothetical fluid having a unit weight such that it will produce a pressure against a lateral Equivalent Fluid support presumed to be equivalent to that produced by the actual soil. This simplified approach is valid only when deformation conditions are such that the pressure increases linearly with depth and the wall friction is neglected. Existing Fill (or Materials deposited throughout the action of man prior to exploration of the site. Man -Made Fill) Existing Grade The ground surface at the time of field exploration. Exhibit REPORT TERMINOLOGY (Based on ASTM 13653) Expansive Potential The potential of a soil to expand (increase in volume) due to absorption of moisture. Finished Grade The final grade created as a part of the project. Footing A portion of the foundation of a structure that transmits loads directly to the soil. Foundation The lower part of a structure that transmits the loads to the soil or bedrock. Frost Depth The depth at which the ground becomes frozen during the winter season Grade Beam A foundation element or wall, typically constructed of reinforced concrete, used to span between other foundation elements such as drilled piers. Groundwater Subsurface water found in the zone of saturation of soils or within fractures in bedrock. Heave Upward movement. Lithologic The characteristics which describe the composition and texture of soil and rock by observation. Native Grade The naturally occurring ground surface. Native Soil Naturally occurring on -site soil, sometimes referred to as natural soil. Optimum Moisture The water content at which a soil can be compacted to a maximum dry unit weight by a given Content compactive effort. Perched Water Groundwater, usually of limited area maintained above a normal water elevation by the presence of an intervening relatively impervious continuous stratum. Scarify To mechanically loosen soil or break down existing soil structure. Settlement Downward movement. Skin Friction (Side The frictional resistance developed between soil and an element of the structure such as a Shear) drilled pier. Soil (Earth) Sediments or other unconsolidated accumulations of solid particles produced by the physical and chemical disintegration of rocks, and which may or may not contain organic matter. Strain The change in length per unit of length in a given direction. Straw The force per unit area acting within a soil mass. Strip To remove from present location. Subbase A layer of specified material in a pavement system between the subgrade and base course. Subgrade The soil prepared and compacted to support a structure, slab or pavement system. Exhibit C-5 City of �F�ort Collins Purchasing SPECIFICATIONS AND Fin.ndul S—kry Pnr.h.slnk Oi.in.. 215 N. Mason StFloor P Box 580 Fan Collins. CO 80522 9)0.221.6])5 970221 6M7 Igo..00n✓,xod mx CONTRACT DOCUMENTS FOR ARTHUR DITCH BRIDGE REPLACEMENT - CANYON AVENUE BID NO. 8035 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS DECEMBER 8, 2014— 3:00 P.M. (OUR CLOCK) • 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 SECTION 00020 II.1gUeUU]J[ij��' • U F Exhibit 1 - Questions and Answers 1. Is the existing box culvert precast or cast in place? a. The existing box at the downstream tie in point on Mulberry is precast, installed about 2004. The box being removed and replaced is cast in place. 2. Are the dimensions of the existing box culvert as shown on the upstream tie in consistent for the entire box to be removed (12' X 3.5')? a. Yes, however, these are the approximate inside dimensions. The wall thicknesses have varied along the alignment as discovered over time. Historically the existing box wall thickness has been 9"-12". Without absolute confirmation of what this location entails, we could not specify exact dimensions of the existing, only provide historical reference of what has been found in other locations. 3. Does the precast box require epoxy coated reinforcing steel? a. No, final precast box design will be reviewed via shop drawing; however, the reinforcing steel for the precast section will NOT require epoxy coating. • 4. What is the intent of the milling? a. The roadway profile changes are considerable at this location. Staff has analyzed station by station cross sections of existing vs. proposed. Some areas, as shown on page 6 require the full -depth section of existing HMA to be removed, while others areas will receive a milling of depths from 0-7" inches. The roadway will then need a series of leveling courses and full section build up to achieve a consistent base for the final 2" lift of HMA. • SECTION 00020 INVITATION TO BID Date: November 17. 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 December 8, 2014, for the Arthur Ditch Bridge Replacement — Canyon Avenue; BID NO. 8035. 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. 0. 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 8035. The Work will consist of the removal and replacement of the Arthur ditch box culvert. The limits of the box are generally located on the north side for Mulberry Street adjacent to the Mulberry Pool parking lot and completing at the rights of way on Canyon Avenue adjacent to 419 Canyon Avenue. The existing structure will be removed and replaced with pre -approved precast box culverts. The design length of the project is approximately 316 linear feet. A small portion of Canyon Avenue is planned for reconstruction adjacent to the box that will improve the vehicular ride quality at this location. More specifically, the project includes: removals as defined in the plans, erosion control, structural excavation, precast box installation, inlet and stormwater pipe installation; concrete curb and gutter, full depth asphalt pavement, median / parkway irrigation and turf restoration, retaining walls, 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, natidnal origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 AM, on November 25, 20104, in 1 B at 215 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: Rocky Mountain E-Purchasing System: www.rockvmountainbidsystem.com 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 I• No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry S. Paul Director of Purchasing & Risk Management • • SECTION 00100 INSTRUCTIONS TO BIDDERS 7 • • SECTION 00100 INSTRUCTIONS TO BIDDERS 710117.71i 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. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 • fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and . adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the • subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (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 CONTRACTTIME. 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, R 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" Rem 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 maybe retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 111. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a . partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11 Z. 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) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. • 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to . reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major 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. 0 • 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 11 • • MMxuearcrrerocoeREMACENEW-DAH AMUE BID SCHEDULE cd.osgaN4p i W sI Bl i .nrmincemwlM .nv+.Lorl,rrYr.lwma'1 rerµn.wlr'wua1M.C.^rlm 3i Nwr cr LM+e Yw1�wR10-� el s ✓a�IrrMW�wrearwl ! i+lrircdll AxM.W ICM.N imvv { f teuaerpwr Plgryw6y. f fi.CM i rukpnl.li.rrl 6rnWYNefW WY i nel� em`e dnnnry imueU6Ml NpwY6mrn.n(Cw61 i i .one.d.—�v...lm.wm..cawel i i wwr..rcr.e�a a�l,:rrvo..a e..1�N 6ti116511�e<al No-n.plap.rty.rn i Ynowc6l w.gMwenryerl i ...erw6r.rlE�mIS I., ! i c.+.+Ar.m.lrcrni{.xr .nelwr..n eM6u6.M6w i .w.nafca..n�.nrr usvu. nra6`aw Owrsr .�n.•oo,.m r.....m.ur,.l eaxl<-mml i usrmuviil i r mvll0l�mt1 m...�ry eax rnw.lOP6MdX..mHr.pl ,rox•aelr,.r6....� mrtesgnlnmrm.e� i L • 11 0 SECTION 00300 BID FORM 0 E • SECTION 00300 BID FORM PROJECT: 8035 Arthur Ditch Bridge Replacement- Canyon Avenue Place: December 102014 Date: 1. In compliance with your Invitation to Bid dated November 17 , 20 14 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum Of 5%Bid Bond • ($ 5% Bid Bond 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 (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: T,c,,Anre ram^alt3 A, Q—ety of Amerira, Oro T^wac.-SluazeUardord, CT 06183 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1 through 2 8. BID SCHEDULE (Base Bid) u ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 42 Single Curb Inlet EACH 2 $ 4.400.00 $ 8,800.00 43 Manhole Ring & Cover (3D-Inch) EACH 2 $ 3,260.00 $ 6,600.00 44 Manhole Ring & Cover (38-Inch) EACH 1 $ 2,700.00 $ 2,700.00 45 Fence (Plastic) LF 475 $ 1.85 $ 878.75 46 Fence (Temporary) LF 668 $ 1.95 $ 1,302.60 47 Concrete Driveways (6-Inch) 5Y 38 $ 67.80 $ 2,576.40 48 Concrete Sidewalk (4-Inch) SY 162 $ 49.80 $ 8,067,60 49 Curb and Gutter(Infall) LF 460 $ 24.00 $ 11,040.00 50 Curb and Gutter (Outfall) LF 151 $ 21.70 $ 3,276.70 51 Temporary Curb (8" VeNcal Barrier) (DT-701) LF 87 $ 38.60 $ 3,358.20 52 Sanitary Facility EACH 1 $ 971.00 $ 971.00 53 Mobilization LS 1 $ 70,100.00 $ 70,100.00 54 Concrete Barrier (Temporary)Qncludes resets) LF 132 $ 60.70 $ 8,012.40 55 Barricade (Type 3 M-A)(Temporary) EACH 8 $ 168.00 $ 1,344.00 56 Construction Traffic Sign (Panel Size A) EACH 9 $ 72.90 $ 656.10 57 Construction Traffic Sign (Panel Size B) EACH 4 $ 95.30 $ 381.20 58 Traffic Control Management DAY 20 $ 421.00 $ 8,420.00 59 Traffic Control Inspection DAY 45 $ 67.30 $ 3,028.50 60 Flagging HR 80 $ 20.20 $ 1,616.00 61 FIA Landscaping FA 1 $ 3,500.00 $ 3,500,00 TOTAL BASE BID "NM"" IN WORDS: 11 ARTHUR DITCH BRIDGE REPLACEMENT- CANYON AVENUE BID SCHEDULE ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 1 Clearing and Grubbing LS 1 $ 5,730.00 $ 5,730.00 2 Removal of Pardons of Structures (RCB) LF 312 $ 106.00 $ 33,072.00 3 Removal of Inlet EACH 2 $ 951.00 $ 1,902.00 4 Removal of Pipe LF 21 $ 37.30 $ 783.30 5 Removal of Curb and Gutter LF 637 $ 7.35 $ 4,681.96 6 Removal of Concrete (4"-8') BY 237 $ 11.00 $ 2,607.00 7 Removal of Asphalt Mat (6"-9") SY 1068 $ 10.40 $ 11,107.20 8 Removal of Asphalt Mat (Planing) (less then 3") SY 506 $ 11.10 $ 6,616.60 9 Removal of Asphalt Mat (Planing) (V" 7.5'j BY 600 $ 10.50 $ 6,300.00 10 Removal of Wall LF 92 $ 16.20 $ 1,490.40 11 Removal of Bollard EACHI 2 1 $ 137.00 $ 274.00 12 Removal of Posts (Including Attached Chain) EACH 12 $ 136.00 $ 1,632.00 13 Potholing HOUR 16 $ 188.00 $ 3.008.00 14 Embankment CY 14 $ 106.00 $ 1,484.00 15 Muck Excavation CY 10 $ 149.00 $ 1,490.00 16 Structure Excavation CY 841 $ 15.20 $ 12.783.20 17 Structural Backfill (Class 1) CY 336 $ 49.40 $ 16,598.40 18 Filter Material (Class A) CY 148 $ 102.00 $ 15,096.00 19 Topsoil CY 2010,4 Q, $ $00," 0 Silt Fence LF 193 $ 2.85 $ 550.05 21 Erosion Control Supervisor HR 40 $ 55.80 $ 2,232.00 22 Aggregate Bags LF 86 $ 8.15 $ 700.90 23 Stabilized Construction Entrance EACH 1 $ 1,360.00 $ 1,360.00 24 Concrete Washout Structure EACH 1 $ 1,170.00 $ 1,170.00 25 Storm Drain Inlet PmtecBon (Type II) EACH 7 $ 383.00 $ 2,641.00 26 Remove & Stockpile Modular Wall LF 34 $ 45.30 $ 1,540.20 27 Adjust Manhole EACH 2 $ 796.00 $ 1,592.00 28 Deviatering LS 1 $ 3,940.00 $ 3,940.00 29 Sod SF 1560 $ 0.52 $ 811.20 30 Landscape Boarder (Timber Treated) (8' long) EACH 8 % 00. 00 $ Rop.co 31 Aggregate Base Course (Class 6) TON 103 $ 36.20 $ 3,728.60 32 Aggregate Base Course (Special) (3"4" Cobble) CY 8 00. 00 $ 800. 00 33 Hot Mix Asphalt (Grading S) (75) (PG 64-22) TON 216 $ 175.00 $ 37,800.00 34 Hot Mix Asphalt (Grading SX) (75) (PG 64-22) TON 253 $ 114.00 $ 28,842.00 35 Hot Mix Asphalt (Temporary) TON 29 $ 522.00 $ 15,138.00 36 Waterproofing Membrane Sy 195 $ 27.50 $ 5,362.60 37 Concrete Class D (RCB) CY 44 $ 834.00 38 $ ,698.00 38 Concrete Wall (Mulberry SC) LF 48 $ 181.00 $ 7,728.00 9 Reinforcing Steel (Epoxy) LB 12837 $ 1.75 $ 22.464.75 40 15 Inch Reinforced Concrete Pipe (CIP) (CLASS III) LF 119 $ 81.90 $ 9,746.10 41 9'x2.5' Concrete Box Culvert (4-sided) (Precast) LF 582 $ 583.00 $ 339,306.00 • 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: Connell Resources, Inc CONTRACTOR p BY: `111111y /// William S Anderson 12-10-14 `.......... lt' OHq S Printed Date Vice President _ Title • 'i�� Cp%%N% License Number (If Applicable) (Seal - if Bid is by corporation) ill, !/ Attest: �'"' �_ cv_,A— Sheri C Welch, Secretary Address 7785 Highland Meadows Pkwv. Suite 100 Fort Collins. CO 80528 Telephone 970-223-3151 Email jlindblad6pconnellresourceg.com 1 J • SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors L u SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Connell Resources, Inc. Tne""[ers Casualty and Surety Company of America as Principal, end ,.. as Surety, are hereby held. and firmly bound unto the City of Fort Collins, Colorado, as OWNER, In the sum Of $ Five Percent (5%) oftotal amount bid 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, 8035 Arthur Ditch Bridge Replacement —Canyon Avenue. - NOW THEREFORE, (a) If said Bid shall be rejected, or • (b) If said Bid shallbe 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 theliability 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 l Li IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of December 10 , 20�q 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: Connell Resources, Inc. Travelers Cwmalty and Surety Comoanv of America Address:7785 Highland Meadows Parkway #100 One Tower Square Fort Collins, CO 80528 Hartford, CT.06183. BY, Z %X BY: '.Tile: William S. Anderson,Vice PresiAaptharlene Krinxs,Attorney-in-Fact ATTEST: - - (SEAL), (SEAL).. Sheri C Welch, Secretary N= aa` Geotechnical Engineering Report Arthur Ditch Bridge Replacement (RFP 7525) Three Intersections Fort Collins, Colorado December 3, 2013 Terracon Project No. 20135038 • Prepared for: J-U-B Engineers, Inc. Fort Collins, Colorado Prepared by: Terracon Consultants, Inc. Fort Collins, Colorado TRAVELERSaJ Attorney -In Fad No. 226237 POWER OF ATTORNEY Farmington Casually Company Fidelity end Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Pact Memory Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company ofAmerica United Sites Fidelity and Guaranty Company certlBeam Ne. 006041713 KNOW ALL MEN BY T RESE PRESENTS: That Farmington Casualty Company, St. Not Fire and Mmine ho maace Company, St. Paul Guardian Insurance Company, St. Paul Memuty Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Soles Fidelity and Guaranty Company are corporations duly organized active the Was of the Saw of Connecticut, that Fidelity and Guaranty Insurance Company is a corpmratlon duly O anmod under the lawn of the State of lawn, ead that Fidehty and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the Stara of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, emotimt, and official Darlene Krings, William C. Bensler, Kelly T. Urwiller, Diane F. Cletnenlson, Anthony P. Sumac, Royal R. Lovell, Russell D. Lear, Katherine E. Dill, K'Amm E. Vogel, Jennifer Winter, Steve J. Blohm, and Wesley J. Bottom; of the City of Greeley State of Colorado ,thWo n m and lawful Atlarney(s)-in-Pact, each is their separte aeapaeity if mom them one is named above, m sign, execute, seal and acknowledge any and all bonds, recognimnces, conditional undertakings and other writings obligatory is rim ammo¢ thereof an behalf of the Companies in that Wo mem of guaravtrnmg the Sdetity of persona, gumunmeing the pedean. of contracts and executing or guarmu eing bonds and undermltings required or pemJtied in any actions or pmceedings allowed by Lew. IN WITNESS WHEREOF, the Compni aes have caused this insrramens m be signed and thew toto corporate seals be hereaffixedW , s 3id May of September 2U 14 Farmington Casualty Company St. Paul Monetary Insurance Company Pitchy and Guaranty hummer Company Travelers Casually and Surety Company Fidelity and Guaranty insurance Underwriters, Inc Travelers Casually ead Surety Company of America St. Paul Fire aad Marine Immune. Company United States Fidelity cad Guaranty Company St. Paul Guardian Insurance Company no .F#a Wa Mn µ°e i^4\,s Yawn' i cy nm rlweas ;� 4 1 8 1951 4 77%',Len f't\ELL f � w 3+ � �'ana akP Sole of Conmcticut By: City of Bmtfmd as. Ruben L. Raney, rerim Vice Reddeut Oa this the 3rd day of September 2014 , before me personally appeared Robert L. Raney, who acknowledged himself m be the Sermon Vim President ofParmingum Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Unshoorimm, lne., St. Paul Fier and Marine inameare Company, St. Paul Cmerdied Imamate Company, St. Paul Mercury has. Company, Travelers Casualty and Surety Company, Travelers Casualty end Surety Company of America, and United Smms Fidelity and Guaranty Company, and drat he, as such, being authorized so in do, esecmed the foregoing instmmenl for the purposes Herein contained by sigrwrg on behalf of the corporations by himself as a only authorizer) officer. p.Tt>• �IA,, In Witness WhermP, I hereunto net my hand eM official seal. Q C . �..RiVi%4C✓L My Commission expires the Not day of June,.16. }a'OUBU� * Marie C.'Ikaeeult Notary Pubic 58440-8-12 Printed in U.S.A. • 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: Connell Resources, Inc. 2. Permanent main office address: 7785 Highland Meadows Pkwy. Suite 100 Port Collins, CO 80528 3. 4. When organized: 1949 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? 32 Years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion) • Please see attached work in progress 7. General character of Work performed by your company: Earthwork, Underground utilities, aggregate base, asphalt paving, erosion control, minor concrete structures. S. Have you ever failed to complete any Work awarded to you? No If so, where and why? 0 9. Have you ever defaulted on a • If so, where and why? 10. Are you debarred by any government agency? No If yes list agency name. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. Please see attached completed work listing. 12. List your major equipment available for this contract. • Please see attached equipment list. 13. Experience in construction Work similar in importance to this project: Please see attached project profiles. 14. Background and experience of the principal members of your organization, including officers: Please see attached resumes. 0 15. Credit available: r 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that maybe required by the OWNER? Upon Request and Low Bid 18. Are you licensed as a General Contractor? Yes If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? Yes • If yes, what percent of total contract? And to whom? 20. Are any lawsuits pending against you or your firm at this IF yes, 21. What are the limits of your public liability? DETAIL please see attached insurance cent. What company? Travelers Casualty & Surety of America 22. What are your company's bonding limitations? $15 Million per project, no aggregate established. 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 Fort Collins, CO this 10th day of December ' 2014. Company: /yConnell Resources, Inc. By: � 1 °J =-- Printed: WiUiana S Anderson Title: Vice President State of Colorado County of Larimer William S Anderson being duly sworn deposes and says that he is Vice President of Connell Resources, Inc. (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. • Subscribed and sworn to before me this 10 Notary Public �1Q My commission expires: C2 o I Iy 0 day of December 2014 JER LINDBLAD NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20( K2W45 L COMMISSION EXPIRES FES 27, 1010 CON2VELLIPESOURCLS UVC UPDAME OP IWF14 SCHEDULEOFMAIOR2014COM1@ UMWORKd WORK-M-PR00RESS COMEACT PERCENT IOBNAME OWNER CONTAACTTD TYPE OF BYJRB • AMOUNT JOB COMPLETE LOC4250N CONTACT COMPLETE UTRITM, GRADING S;M,190 2141001 100% WISEAVEd3917HCULVERTE)TIENIION CITYOFLOVEIA S LOVELAND OREO MUHONNEN STORM, GRADING, BASE 3I,267,229 21410C HIM FRONT RANGE COMMiJMPY COLLEGE ADOLFSONdPEIBRSON S - PAVING FORTCOLJNS ERICDIMMICK GRADING $9,037.762 2140003 59% RIODEN RESERVOIR CITY OFFORT COLLINS I 3.295,482 FORTCOLLINS CLIFF HOELSTBER BASE, PAYING f6>,910 2141W4 IW% REDTRA PONDS PRANZEN PITTMAN I FORTCOLLINS TRAVIS RWCHINORR UTILITIES, GRADING, BASE I5,262,004 2241005 W% COSTCOWHOLESALEWAREHOUSE CACHELAPOUDREDEVEIAPIvIEWSO $ 122,860 RBMOVALS,PAVMG TPIJATH MARK OOLDBERO BASEPAVING,REMOVALS 549,98T 2141006 64% BLOCKI BRINKMAN CONSTRUCTION S 17,993 FORT COLLINS ABE THEISS BASE, PAYING $160,208 214107 96% KINGSOOPERSR44 MARK YOUNG CONSTRUCTION S 6.09 LOVELAND DENNIS WOLFE STORM, BASE, PAVING 089,705 2141009 100% LOCC CULVERTS LARRIERCOUNTY S FORT MUMS TODDJUERGENS GRADING, BASE, PAVING W6,II7 2141011 IW% CAMFRON WELLMGTON CMC GROW $ - WELLINGTON JORDAN GORAY UTILITIES, REMOVALS, BASE $1.713,9211 2141013 95% WEIIZELSTRBETIMPROVEMENTS CACRELAPOUDP.EDEVS,,PMENTSO S 88,696 GRADING. PAVING TIMNATH MARK GOLDBERG SEWER, BTGRM, REMOVALS 393OX3 214UH4 IN% PLUM 9TREETSEWBRdfiTORM OTYOPFORTCOLLINS S RASP, PAVING PORT COLLINS DEAN RAYS AftREMOVALS. BASE, GRADING 34,015,I75 2141015 6Wo THE LAKES®CENTERAA THE LAKES ®CENTERRp METRO S 1j"'AN AVING LOVELAND JIMNLPMCZYK WATERLINE 5193,754 2141016 INK POSTLE d BLAKE WATBRJ,M RENEW STRATEGIES 5 KEENESBURO TOMDOMO WAERLINE, BASE, PAVING 323,920 2141OI7 100% COSWEETGOWHYDRANTREPAIRS DENNIS TREGO S - JOHNSTOWN WATERLINE, REMOVALS, IIM,326 2141018 IW% HACH BACKFLOW MSTALLATION HACH USA S GRADING LOVELAND JOHNECAFFIDI WATERLINE SITJ,390 2141019 1N% CARNEY RIGDEN PIPE GARNET CONSTRUCTION S - MRTCOMM JEFFMOORE PAVING 348,753 214(020 100% OVERLAND RIDGE HOA GAVE BAUMOARTNER S FORT COLLINS PAVING, REMOVALS $256,240 2141021 10%6 RV AMERICA RV "MICA I LOVELAND JOHNNY WONO WATERLIN& GRADING 5439,136 2141024 89% SERENITY RWIS RCINNAS]MBNT$ I 48,305 PAVING BERTHOUD BEN COWELL STORM, REMOVALS, BASE b,036,296 2141025 86% LARIMBRCOUNTYROADI9 LAWMCR COUNTY S 705.151 GRADING, PAYING LARIMERCOIINTY JOETEMPLE UTILITIES, GRADING, BASIC R,285,731 2I41026 100% COLLEGEAVHMIE WATLN.INE RFNAB CITYOFFORTCOLLINS S - PAVINO FORTCOLLES MATT FATES. STORM, REMOVALS, BASE SI21,718 2141028 IW% GREATWESTERNTRAIL OBEATWESTERNTRAILAUTHORITY $ - GRADING WINDSOR ANDYNAGEL GRADING, BASE, PAVING 21032 2141029 90% CTR'OFGREEISYPATCHING204 CITYOFGREBLEY $ 81,893 GREELEY RANDY WALRATH STORM,GRADING,BASE ST16,486 214I01 100% COSTLY) WAREHOUSE RGBINSON CONSTRUCTION I - QAVING TIMNATH DAN KEMNITZ TILTNS, REMOVALS, BASE I3,W8,259 2141032 56% THE CROWNS ON TIMBERWNE CROWNB ®Tlh®ERLME LP I 1,737.234 GRADING, PAVING FORT COLLINS DAVIDNIR.ON UTILITIES, REMOVALS U5.834 2141034 100% $COTISPWAUTRITYSTUBBS TAYLORFITZPATRICK S PAYING FORTOOSLINS JAKE TAYLOR COMRACT PBRCHNT JOB NMIB OADVER CONTRACT2D "PH OFWOR% AMONNT JOB COBIPLETH [OG"ON CONTACT COAIPLBTH BASS PAVING 154,480 2141035 100% PC COUNTRY dUB TENNIS COURTS EVERGREENTENNIS COURTS 1 • FORTCOLLINS OEORGESTAHLIN STORM, GRADING, BASE 11R3,(N6 2141036 IN% GWRWTEMPROAwDH(!HCROSSMG GREATWFSTERNRAILWAY 1 FORT COLLIES KENKDPF PAVING T50,000 2141037 IW% RV AMERICA PATCHING RV "MCA 1 DENVER JOHNNY WONG SEWER, PAVING $15vt0 2141039 100% LOVELAND WWIP REPAIRS CITYOFLOVELAND T LOVELAND CRAIG WEMLAND REMOVALS, PAVING $M,929 2141039 lam TOYSRUS NEATHCONSTRUCITON 1 FORT MUMS JONN SINNETT WATERLINE, GRADING T96,430 2141M H(EA BLAKEWELLWATHRLME RFNEWSTRATEGIFS $ - KEENESBURG TOM DEEM REMOVALS, GRADING, BASE 1280,964 21410H 100% KECHTERA TINIERLBIE TURN LANE CITY Of FORT COLLINS 1 - PAVING FORTCOLLINS MARK LAKEN WATERLINE, GRADING 1345,926 2141042 24% PARKER 10 WATERLINE RENEW STRATEGIES S 99,941 KEENESBURG TOM GUSTO R ENVVALS, BASE, PAVING 152RM9 2141044 83% WINDSOR ROADWAY IMPROVEMENTS TOWN OF WINDSOR T 89,904 WINDSOR CUItT13 TE81PLEMAN REMOVALS, GRADING, BASE T1,638,599 2141NI 25% FRONTIER PH I EAST SIDE IMPROVEMENT; FRONTIERREFMMG $ 409,650 - CHEYENNE, WY SPENCERELLMGSON UTILITIES. GRADING. BASE $615,650 2141046 44% STORYBOOK PILING 2 PH 2 LOVELANDCOMMERCIAL 1 344,264 PAVING FDRTCOLLMS NICKGALLUMO WATERLINE, PAVING 1100,435 2141048 91% WHALERS WAY BURSTING CITYOFFORTCGLLINS 1 19,093 FORT COLLINS ANDREWGINOERICH WATERLESS, REMOVALS 1186,422 2141051 73% CRESTVIEW WATIALINE REPLACEMENT EASTLAIUMF,RCOWATERVIDRICT 1 159.335 GRADING, PAVING FORTCOLLINS RANDY SIDDENS OREMOVALS, PAVMG 1169A18 2141053 2391 SO 14 BRIDGE REPLACEMENT FLATIRON S 123.697 FORT COLWNT DAN MARTINSON SEWER STORM, GRADING T431,004 2141055 33% FOSSIL CREEK STREAM REHAB M14 CITYOFFORTCOLLMS 1 291,513 FORTCOLLINS SUE PAQUETFE STORM,GRADMG,BASE 5125,290 2141056 ]am FRONTIER REFMMO MASTER SVC AGREE FRONTIERREPMING S CHEYENNE, WY JOE RUDER WATERLINE &197.830 2141057 1% COLORADOSWEETGOLD PIRe LiNELOOP COLORADO SWEET GOLD 1 195,952 JOINSTOWN DEMO TREGO STORM, REMOVALS, BASE 11,914,223 214V68 16% OWROOMAMLUNEREHAB&CONSTR GREAT WESTERN RAILWAY S I,07,947 GRADMG GREELEY KEN KOFF O.ING Nt{495 2141059 54% TRBIBBRARPCIAMATIONSLOPKS TRI-DISTRICTS 1 21,348 FORTCOLLINS RICNARD RAINS REMOVALS, GRADING, BASE 0,071,081 2141060 0% FOOTFINAS FASHION MALL HC BECK LTD $ 3.071.O9I PAYING FORT COLLINS GREOPOWELL GRADING, BASE, PAVING 1188,623 2141061 0% DYNONOBEL2014 DYNO NOBEL 1 69,791 CNBYENNE, WY HM BUBBLE WATERLINE 1149,000 2141062 2% WEST VINE OUTFAIL LANDSCAPING CFTY OF FORT COLLINS 1 146,020 FORT COLLINS MATT PATER PAVING 36SUM 2141065 64% CANDLEWOOD SUITES WILLCODEVELOPMENT f 22882 PORTOOLLINS MOIR,BRIGHT WATERLINE, PAVING 5326,628 2141066 31% 431 BOARDWALK PIPE BURSTING CGYOFFORTCOLLINS T 225.373 FORTCOLLMS ANDREWGINOERICH REMOVALS, WE, PAVING SIJ;637 SHINS 10% FRONTIER REFINING ASPHALT PATCHMO FRONGERREFINMG 1 119.373 CHEYENNE, WY JOERUDER AwTORM, GRADING, BASE 5496,428 2141070 0% BIGTHOMPSONPEOESTR1ANBIUDOE LAMMERCOUNTY S 4%g498 AVING DRAKE JOETEMPLE STORM. GRADING T165,067 2141021 8% FRONGERWELLPADDRANAGECONVEY PRONGERRERJNING 1 151,862 BASE CHEYENN&WY JOE ROGER COA11AC2 PEECENT JOBNAME OBNEI CONPRACTTO "PE OF WOBB "OUNT JOBM COMPLEDF LO WON CONFACF COMPLETE GRADING, BASE, PAVING S564,218 214lW4 1% SERENITY RIDGE PH 2B RC INVFSTMENTS S 158,576 BERTHOUD RICHARDCONNELL • REMOVALS, PAVING S303,321 2141075 O% M[LANE WESTERNDISTRIBGTION M[LANECOMPANY 3 303.J27 LONGMONT TROY BUT WATERLINE $129.045 2141501 INM FCLWD EMERGENCY REPAIRS FC-LOVELAND WATER DISTRICP S - JAY FAST PAVING 561,749 2141506 IW% RESURRECTION FELLOWSHIP PATCHING RESURRECTION FELLOWSHIP S - LOVELMID ROBERT BCHUMAKER FLOOD REPAIRS $179,974 2141701 100% WEST CREEK ROAD LARLMERCOUNTY S - STOW ,REMOVALS, BASE LARIMERCOUNTY TDDD RIERGENS GRADING. PAVING FLOOD REPAIRS $02.168 2141703 [am 1656 BRIDGE LARMURCOGNTY I STORM, REMOVALS, BASE LARIM1ffA COUNTY TODDJUERGENS GRADING, PAVING PLOODREPAIRS MO.3% 21417M Fall IDLEWILDBRIDOE L4RIMERCOUNri S - STOW, REMOVALS ,BASE LARINffR COUNTY TODD MERGERS ORADINO.PAVING F OD REPAIRS - GRADING $55,095 21417M Fall LCK IS RIP RAP LARIMER COUNTY S - STORM,RENOVALS,BASE LARIMERCOUNTT TODD IUERGENS PLOOD REPAIRS -GRADING SJI,263 21412W lam FOXCREECROAD S - STORM,REMOVALS,BASE LARIMERCOUNTY TODD JUERGENS FLOOD REPAIRS - GRADING M1186 2141708 IN% IDLEWILD ROAD LARIMERCOGNTY S - STORM,REMOVAIS,BASE L4RFMERCOUNTY TODDJUERGENS FLOODREPAIRS-GRADING 5101A9 2141710 100% 1500 HWY M BRIDGE LARIMER COUNTY S - STORM,REMOVALS,BASE LARIOBRCOfMri TODDJUERGENS FLOOD REPAIRS - GRADING MM,161 2141711 100% JASPER BRIDGE LARIMER COUNTY 3 - STOW. REMOVALS ,BASE LARIMERCOUNTY TODD NHRGENS GRADING $0.761 2141712 Fall WILDBRIAR LOW WATER LARIMER COUNTY S - ,FLGODRETAHU3 TORM,REMOVALJLBASE LARIMBRCOUNTY TODDJUERGENS FI.ODD REPAIRS - GRADING 3156,805 2141750 Fall NRCS MOODIE STREET LARIMER000NTY 3 - STORM,REMOVALS, BASE LARIMERCOUNIV TODD IUERGENS PLOOD REPAIRS-ORAOMG S162.M7 2141719 IW% NRCSFOXCJUEK3 LAREAER000NTY 5 - STORM,REMOVALS,BASE LWNffR COUNTY TODDJUEROENS FLOOD REPMES-GRACING S71,412 2141763 IW% NRCSFOXCREEK) LARRAERMIRM $ STORM, REMOVALS, BASE LAWMERCOUNTY TODD IUERGENS FLOOD REPASIS.(LEADING $84,564 2141T7 100% NRCSDRAKBS LARIMERCOUNTY $ - STOAM,REMOVAIS,BASE LARIMER COUNTY TODDILREGIRM FLODD REPAIRS-GRADR4G $591,306 21411lM Ill% NRCSDRAKERIPRAP LARiMERCOUNW 3 STOW, REMOVALS, BASE LARIMFACOOMY TODDYANIFUNS FLOOD REPAIRS-ORA➢INO S453,104 214I785 lam NRCS SYLVAN DALE LARIMEROOIJNTY S - STORM,REMOVALS,BASE FORTCOLLINS TODOJUERGENS REMOVALS,GRADINO 53,998,M2 2144001 0% SH 13 CRAIG TO HAMILTON CODBPTOFTRANSPORTATIGN $ 1I9,849 BASE, PAVING CRAIG BASE, PAVING 5140,731 2144002 Fall STEAMBOAT LAKE PAVING REHAB CODNISIONOFIVRKSBWILDLIFE S - CLARX STEVERYAN STOER4.REMOVAIS,BASE $126,150 21440W IW% BEAR CLAW BEARCLAW ILOA $ GRADING, PAVING _ STEAMBOAT SPRINGS BOB MATTEO GRADING, PAVING $266,090 21M005 IN% CITYOPSTBAMBOATOVERLAY ClTYOPSTEAMBOAT S STFA50OATSPRINGS RONBERIG PAVING SJ5,501 21440N 89% I.WNOISMVERCANAL DUCKBIS CONSTRUCHON S 8,305 WAL➢EN DIME DWIIE BASE, PAVING 3261.893 2VNI)" Im CATAMOUNTLAXEOVERLAV2014 CATAMOUNTLAREMETRODISMICT S - e.MG, STEAMEOATSPRBJGS JOELANDERSON PAVING $165,060 2I44008 100% STOF@WALL RANCH LMMLSON 5 - "VERY.WY STORM, REMOVALS, BASE $5.789.916 2144010 65% STATE HIPP 40 LTIDEPTOFTRANSPORTATLON S 2,026,471 GRADING, PAVING STEAMBOAT SPRINGS DEBBIEMCCLAIN TPPE OB"M • GRADING, PAVMG STORM, 0R 1110. BASE PAVMG RASR, PAVMG • 0 COw"B PERCENT AMOUNT JOB# COMPLETE V6,931 31Q011 WO% 383,800 21M013 106% n67,623 214I014 70% JOB NM LOGTJON STBAMROAT SPRINGS LOWSLL WHITEMAN SCHOOL BTEAMBOATSPRINGS ROGTT C00NTY RO 80 WR0VRMENTS ROUTT COUNTY OIIMER CONTRIC m CONTACT COMPLETE MICHAELKORTAS 8 - IAWELWHITRMAN SCHOOL 8 - RICK ERICKSON ROUTTCOUNTT 8 80,287 8�81"436 CONNELLRRSOVACERIJPC U➢DATEDASOF INIA74 SCHEDULE OF MAIOR2013 COMPLETED WORK & WORK-INPROGRESS • CONTR. PERCENT J08M A OWNBA CONMCTTO TYPE OP WORK AMOUNT JODM COMPLETE LOCATION CONTACT COMPLETE REMOVALS, GRADING $135,519 2131002 10m ULLIBURTON 2013 DIRECT SERVICE WORT HALLIBURTON I FORTLUPI'ON LARRY BECKITT STORM, REMOVALS, GRADIN< $42,3130 2131003 100% EOLORAOOSWBEf GOLD RECEIVING POM COLORADOSWEETGOLD $ - JOHNSTOWN DENNIS; TREGO, GRADING $52,698 21310% IN% RIVERBLUFFPADSITE BAYSWATERE3 LOCATION&PROD S WINDSOR MARK BROWN WATERI.M. REMOVALS, $T6,491 2131005 Hm MERCEDES.BENZORLOVELAND W.E. OMCL $ - GRADMG,PAVMO LOVELAND DAVM"MICK UTILITIES, GRADING, PAVING V.131p49 2131006 HIM RIDDEN FARMS FILING 6-PH2 RIDDEN FARMS, LLC S - FORTCOLLMS GAVE PIEI'FNPOL GRADING, PAVING. STORM 1502j20 2131002 Hm AN 402 LEFT TURN LANE ADDITION CDGT S LOVELAND IAMCS FLOM UTILITIES. REMOVALS, SI,%4,391 2131008 100% WIND&OACRUDe OILTBRMMAL THECREELCOMPANY S GRADING, PAVING WINDSOR BRUCE CREEL WATHRLINE,PAVING $3T9,811 2131009 100% COFC 2013 WATERLINE REHAB CITYOFFORTOOLLINS 1 - FORTCOLLMH BREAK CAMPBELL STORM, GRADING M41,6M 2131010 100% PLEASANT VALLEY FOND PH I HYDROCONSTRUCIION $ - BELLVUE JIM REDUCE PAVING $176.191 2131011 100% CHEYENNETOWNEPLICESUITFS KEY CONSTRUCTION $ - CFIEYENNNWY JAADS DOLL UTILITIES, GRADMO, PAVING 5302,369 2131012 100% GOODWILL INDUSTRIES BLDG TDG S - GREELEY DARRELLGROTH Alb&MLITIEs. REMOVALS, 1154,980 2131013 100% CROFTON PARK SHAW CONSTRUCTION S RAGING BROOMFlELD DON WASSENAAR WATERLINE $3.219,508 2131014 100% LOSTCREEK WATER PIPELINE RENEW STRATEGIES S MENESBURG TOMDEUTO STORM, REMOVALS, 561024 2131015 UH% CARESTRBAM TRACK MANSION GREAT WESTERN RAILWAY $ - GRADING WINDSOR KEN KOFF STORM. REMOVALS I424,28Y 2131016 100% FSA-YANCEY'3 BRINKMAN CONSTRUCTION S GRADING, PAVING LOVELAND TIMIOHNSON PAVING 5133,148 2131017 100% RESURRECTION CHURCH ADDITION SAMPSON CONSTRUCTION $ LOVELAND GGNMOHR GRADING, PAVING 583.064 2131018 100% ARETESURGERYCENTER BRINKMANCONSTRUCFON S - JOHNSTOWN JEREMY SUBIA GRADING 552,667 2131019 100% SPRING CREEK PARK SPIUNGCRERKRESIDENTIALLLC S - FORT COLUNS STEPHEN MAGUIRE GRADING $833,291 2131MG 99% KRYGERPITMCIARSATION CHRIS SERBOUSEK $ 8.338 WNDSOR REMOVALS, GRADNG $500,258 2131021 100% L.CAC.2010MISCIMPROVIE E S LARIMER COUNTY S - PAVINO 1ARIMERCOUNTY TODDJUEROENS GRADING, PAVING S'I52,650 2131022 100% LARIMERCOUNTTRD5&36 LARIMBR COUNTY $ FORTCOLLNS DARRELL MORRELL UTILTTR GRADING, PAVING $1,589,160 213102J 9T% US ARMY RESERVE CENTER GREEMEAF CONSTRUCTION S 42,645 REMOVALS WINDSOR GREG WEINBERG PAVING MOC418 213I024 lom COTTONWOODPARK NORTHEHNCOLANODEVELOPMENT S - WELWNGTON TRAVIS REDMAN SIM.612 213=5 100% RESURRECTION CHURCH OVERLAY RESURRECTION FELLOWSHN S - •PAVING LOVELAND ROBERT SCHUMAKER $EWER GRADING $51,962 21310M I00% FCIHALLIBURTONGUARDSHACK FCI CONSTRUCTORS $ - FORT LUPTON CHAD RACING UTILITHS,ORADING.PAVMG 33.OTL161 213107 9m ORCHARD TOWN CENTER SHAWBUA.DENS $ 61.443 WESTLIINSTM PATHIGOINS n December 3, 2013 1 rerracon J-U-B Engineers, Inc. 3538 JFK Parkway, Suite 1 Fort Collins, Colorado 80525 Attn: Mr. Jeff Temple, P.E. P: (970) 377-3602 E: jtemple@jub.com Re: Geotechnical Engineering Report Arthur Ditch Bridge Replacement (RFP 7525) Three Intersections Fort Collins, Colorado Terracon Project No. 20135038 Dear Mr. Temple: Terracon Consultants, Inc. (Teracon) has completed the geotechnical engineering services for the project referenced above. These services were performed In general accordance with our . Proposal No. P20130122 and signed Agreement for Services dated August 26, 2013. This geotechnical engineering report presents the results of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of new box culverts for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. BB C Reeve44 WA- - Eric D. Geotechnical Engineer Geotec Enclosures Copies to: Addressee (via e-mail) Terraces Consultants, Inc. 1901 Sharp Point Drive. Sully C Fart Collins, Colorado 80525 P 19701484-0359 r 19701484-0454 www.terracon.com CONTBACT PERCENT JOBNAME OWNER LYJNTRACTTO TYPE OF WORE AMOUNT JOB# COMPUTE LOGTJOIY COWACT COMPLETE $166]54 11310E IBM WESI'VINE2T"SLIPLINWG CITYOFFORTCOLLINS $ •WATERWNE FORTCOLLWS JAY DOSE - STOROF SMA23 2131029 100% CHOICECENITRMQPARMNGLOT CAP$TONEDEVELOPMENT $ FORTCOLLINS OTILITWS, GRADING, PAVING $1,69L47I 2131030 100% THEDISTRICT®CAMPGSWFST CONTRACTING BNTERPNSER LLC S FORTCOLLINS STEVE OPENS GRADING, STORM, PAVING M95,6M 2131031 IDO% EATON MIDDLE SCHOOL BATON S EATON BUDDY VIEROW GRADING $I,784,145 21310D 100% PCI HALLIBORTON CONCRETE PAVING FCI CONSTRUCFORB S FORT LOPTON CHAD RACWE GRADING, PAVING 5219,900 2131034 I% SFCSDIEADWORKSRDEWATERWG JRFRANCOONSTRUCTIONCO S 217,701 FORTCOLLINS KRISTIAN HENSON REMOVALS, BASK PAVING $IU.ISb 213103, IN% WASHINOTGNAVESIDEWALKEXT TOWNOFWELLMOTON S WELLINGTON TERRY MOENANY GRACING $IBT,146 2131037 100% PCIHALLIBURTONTSIEDS Fa CONSTRUCTORS $ - FORTLUPTON CHAD RACINE STORM. REMOVAL& PAVING 52,477,263 2131039 IN% FC.LOVELANDMONICIPALAIRPORT COPC&CITYOFLOVELAND $ BASE. GRADING LOVELAND IOEL HARRY UTILITIES, REMOVALS, SL"2,469 2131039 INS, EAGLECROSSING EAOL£CROSSWG WINDSOR LLC $ GRADING, PAVING WWDSOR PATRICK MIMEEKW STORM, REMOVALS, BASE 3318.M3 2131040 100% GWRWEMBANKMENT&MUSKETTRACK GREAT WESTERN RAILWAY. LLC $ GRADING WINDSOR KEN KOFF PAVING 5225,782 2131041 IN% DYNO NOBEL 2013 DYNO NOBEL $ CPEYENNE, WY JIM DEBCE BASF, PAVING $106,M7 2131N2 100% DYNONOBELDEFPROJECF DYNO NOBEL S - CHEYENNE, WY JIM DIBBLE •IVATERLINE, SEWER $712,593 213100.3 100% GRAND &l IST WATER &SEWER IMPROVE CITY OF LARAMIE $ REMOVALS. BASE LAEAmm, WY CALVANTEE SEWER, GRADING, BASE V53,967 2131044 0% STORYBOOK 2ND FILING LOVELAND COMMERCIAL, LLC $ 93,96E PAVING FORTCOLLINS BWINE RAPPE PAVING $162,456 213101E 100% DYNONOBELUREA2013 DYNO NOBEL $ - CHEYENNE, WY JIMDIBBLE PAVING WEN 2131017 I00% CIAVERBASM VILLAGE JRKRESIDENTW.GROIJP $ - LONGMONT NOW RAMEFZ UTILITIES, GRADING SI.W.018 2131048 81% MERAFFEY PARR ECI SITE CONSTRUCTION MOMT $ 346,696 REMOVALS LOVELAND TED JOHNSON REMOVAL$,PAVINO $194,114 11J1049 I %i ALLISON FARM IMPROVEMENTS ALLISONFAWN0A $ - GREELEY PHILBINlHAM STORM. REMOVALS $;848,948 2131051 I %6 WCR 115 IMPROVEMENTS BASELWEENOINEFRINGCORP 5 GRADING, BASE WELDOOONTY RICKBRHENING GRACING M8,383 2131052 100% COTTONWOOD DIRT PILES NORTHERN CO LAND DEVELOPMENT $ - WELLINGTON TRAVIS REDMAN GRADING, BASE, REMOVALS $465.280 2131053 1N% OWRW EMERGENCY FLOOD REPAIRS QMNITRAK $ WINDSOR STEVENWMD, IJTLLITIFS. OBADING, BASE %55,155 2131054 IN% THE SUMMIT PROIECf SUMMIT ENTERTAINMENT S PAVING WINOSOR NICK CASHION UITLITTES, GRADING, BASE $1.114.606 2131055 100% WATERVALLEYSOOTHFWINOIS TROLLCO, INC. $ PAVING, REMOVALS WINDSOR PATRICKM9J.EEKIN SEWER, BASE, PAVING $711,400 2131056 IN% 7-11®EAOCE CROSSING PIONEER GROUP $ - WWDSOR DAVID BLACK OVALS, PAVING $154,319 2131059 100% DELLENBACHMOTGTS DELLENBACH MOTORS $ FORTCOLLINS MICHAEL DELLENBACH REMOVALS, PAVING, BASE 3660,952 2131059 88% WWDSOR LDS CHURCH M.CAVLEY CONSTRUCTORS $ T9,314 IITILTI2E.S,ORADWO WINDSOR PAULLEEPER PAVNG M6,560 2131060 IW% RAWHIDEMLSCPATCHWG PLATTERIVERPOWERAUTHORITY $ CONTRACT PMCBNP JOB NAME OWNBB CON3'BACrTO TYPE OF WORK AMOUNT JOB COMPLETE G TION CONTACF COUPLETS WELLNGTON CHARLES ROGERS • REMOVALS. FAVMG $84,265 2131W IW% CRIBMILL@OVERLAY RIVERBLUFFS VENTURES $ - WINDSOR DAN BROWN RBMOVALS,GRADMG,BASB $627,3II MINE 93% WESf VINE OUTPALL CHANNEL PH I CFTYOFFORTCOLLINS $ 43.W2 FORT COLLINS MATT FATER UTILITIES, REA40VAIS, BASE M639,809 2131046 62% ASPEN HEIGHTS BRECKENNDGE GROUPFC,CO $ 3,383,127 GRADING, PAVING FORT COLLINS ROGER FRAKES GRMING,BAMPAVING $1,164.Ml MINT 63% BANNER BRMTH J.E. DUNK CONSTRUCTION $ 43RNI FORTCOLLINS JAMBS KRALICM STORM, GRADING M84,150 2131M 04% RIODENPONDPUMPSTATION CONOFFORTCOLLINS I 23,899 FORTCOLLINS CLIFF HOELSCHER GRADING, BASE.PAVMO S62,M 2131071 61% AVAGOBLD04WPST J.EDUNNCONSTRUCTION $ 24.559 FORTCOLLNS ANDREWGIL41'RAP GRADING, BASE $03,031 21310R IOM6 WINDSOR CRUDE OR RACK GRADING THE CREEL COE4PANY $ WNDSOR BRUCECRERL WATERLINEFLOODREPMRS $M,941 2131700 IN% CITYOFLOVELANDWATERPLANT CITYOFLOVELAND I - LOVELAND FLOOD REPAIRS 562,589 2131701 IW% HOLIDAY CT BYPASS CITYOFLOVELAND $ LOVELAND WATERLINEM.00DREPAIRS $7I,663 2131203 ICI% VGBORGERISTWATER CITY OF LOVELAND $ _ LOVELAND, FLOOD REPAIRS $628,106 2131720 HIM CR22-CR52ETOHWYI4 LARIMERCOUNTY $ - SM M, REMOVALS, DASE LARIMER COUNTY TODD MEROEN$ GRADING. PAVING FLOODREPMRS $E2.304 2131721 HIS% BUCKHORNSOUTH LARiMERCOUNTY $ - STORM,REMOVALS,BASE LAIUMER000NTY TODD NERGENS GRADING, PAVING �I''LOOp REPAIRS P]I8]5 2131722 IW% BUCKHORN NORTH LARIMER 000NTY $ - STORM,REMOVAL9,BASE LIRIMERCOUMY TODD NBROENS GRADING. PAVING FLOODREPAIRS-GRADING $1,419,52 2131727 100% CR43-DRAKRTOGLENHAVEN LARNIERCOUNTY S - STORM,REMOVALS,EASE LANMBROOUNTY TODD HARDENS FUgDREPAHU-GRADING SJ93,832 2131728 T00% CR44H LARIMERCOUNTY $ - STORM,REMOVAIS,BASE LARIMERCOUNFY TODDJUEROENS FLOOD REPAIRS 5186,884 21317M 100% FISH CREEK ROM LARIMERCOUNFY $ STORM, REMOVALS, GRADING LARIMERCOUMIN TODDRIERGENS FLOOD REPAIRS U28,744 2131732 IN% THE RETREAT LAIUN COUNTY S STORM,REMOVALS.GRAOINO LMUMERCOUNTY TODDJUERGENS FLOOD REPAIRS 556960 2131740 100% COMNORTHCOLLEOEFL000DAMAGE CITYOFFORTCOLLINS $ STOW. REMOVALS,GRMMG FORT COLLINS RANDY MAI W FLOODREPAIRS $1,245.000 2131760 Hm HWY34 CDOT S - STORM,REMOVALS ,BASE GREELEY NCOLIUPRIOHT GRADING, PAVNG OPINING SI24A68 2134001 100% BHISNOWPIOWMG SHE $ CRAIO WYATT PAVNG 52R8,505 2134002 100% CDOTUS40ELKRIVERBRNGE DU(AELS CONSTRUCTION S - ROUITODUNTY DIANE DWIRB GRADMG, BASE, PAVING $3,328,915 2134M3 100% REHABOFSH3I7 SWEPILP $ - CM0 NEHEMIAH KATZ GRADING. PAVING $42,459 2134004 100% COPPERMTNESTATESOVERLAY2013 COPPERMTNESTATES $ STEAA030ATSPRINGS DEL HERMAN CRUSHNG $557,650 2134005 100% NO BLANCOCOfINTY CRUSMNG2013 MOBLANCOCOUNTY $ - cOVAW. ROUTTCOUNTY VAN PILUAD GRADING M80,935 21M006 100% CMOFSTCU,0OAT2M30VERLAY CITTOFSTEAMBOATSPRMOS S - SfEADNOATSPRINGS BASE, PAVING $206,654 2134008 HM CATAMOUNTLAKEOVERLAY2013 CATAMOUNT METROD6TNLT $ - STEMFBOAT$PRMGS JOELANDERSON IYPH OF WOILY BASE, PAVING PAVING PAVING PAVING PAVING PAVING PAVING REMOVALS, GRADING PAVING SEWER. BASE, PAVING • I\ LJ CONMACf PFACBM AMOUNT JOB0 CO.MPlFJB W1198 21340W 100,% $277,I56 2131010 IW% MOSS 2134011 1W% 03 263 2134012 100% S1j51,018 2134014 100% f55,990 2134016 100% $50,782 213 18 100% ST0,0➢ 2134024 100% $121.089 2134025 IM% JOB NA" OIPAuut CON]RALTTO /.OGT/ON CONTACT COMPJgPg KBLLY DRIVEWAY GOOD DYNAINCS S - STEAMBOATSPRINGS JEFF CDOTMUDDYPASSSLIDEREPAIR COGUINS&SONS DRILLING S - JACKSONCOUNTY DON NIEM.AN NATIVE PAVING NATIVE EXCAVATING f STEAMBOATSPRINGS ED MACARTHUR CRMGASPHALTWORK2013 CITYOPCRAIG S - CRMG BID. BARLEY ROIJITC0UI4TYOVERLAY2013 ROUIT M ROAD d BRIDGE f - ROM COUNW MART HAMILTON SHERMAN DRIVEWAY STEPHANZITIEL S - STe ROATSPRINGS PINESTRBBPWA'SBLINE ANSON EKCAVATWO f S'fEAMBOATSPRMGE ROBERT MURRAY W. WBRNER LODGE PARKING LOT STBAMBOATASSOCIATIONMGMT S STEAMBOAT SPRINGS JIM LANDBRS WILDHORSE MARXEIPLACE PARKING WILDHORSEMARXBI'PLACB, LLC f STEAMBOATSPRINGS WHITNEY WARD f 4,]IL563 CONK RESOVA(M,, INC UPDA2 AS0£ N18/1014 SCHEDULE OF MAJOR 2012 COMPLETED WORK • CONTRACT PERCENT JOB NAME OWNER TYPE OF WORE AMOU" JOB COMPLETE LOCITION CONTACT SEWER S5M.122 2121001 30M CARL6LESEWBR CITYOFwV8I.4m wvlfl D CRAIOWE81LN4D GRADING 540,242 2121003 100% BOXELDELMISCREPABLS BOX Ifft SANUATION DISTRICT FORT MUMS FREDWALKER SEWER $116,3M 21216M ]am BRTUTU,ITYE OVBMENTSPH3 CTTYOFFORTCOLLMS FORT COURTS SUE PAQUETTE REMOVALS, PAVING 5201,870 212IM5 100% DYNO NORM 2012 ASPHALT DYNO NORM. CHEYENNE, WY IAMESDMM WATERLINE S42,518 21210% 100% LOCUST W PETERSON WATERLINE CTIYOFFORTCOLLMB FORTCOLLMS DEAN SAYE GRADING $172,670 212100E 100% ROCKY MTN TRANSLOAD FACR.ITY PH I ROCKYMTN TRANSwAD WMOSOR WALT SANDERS STORM, REMOVALS, GRADDR S619,2E9 2121009 100% KODAK I"TRACK GREATWESTEU4RAEEAYLLC WMDSOR KENKOFF SEWER, STORM, REMOVALS S348,114 2121010 100% COLLEGEPARKSEWERENLARGENONT CITYOFGREELEY GRADING GREELEY PHLLCHARTER WATERLINE, REMOVALS $I0,10E 2121011 100% WAPA BACKFLOW PREVENTER WESTERN AREA PoWER ADMM wVELAND PATRICK KEAANEY STORM, REMOVALS 536233E 2121012 100% MHAD ESMIS PARXMG wT 57.VRAINSCIIOOLDISTRICT GRADING, PAVING hffiAD GEtAID CRIRAPTON SEWER S124,453 2121013 100% BRYAN&MULBERRYSSREHAB CTTYOFFORTCOLLMS FORTCOLLMS SUEPAQUETTE ES, REMOVALS $3,255,021 2121014 100% THE GROVE CAM (71U ITCONSTRUCDON GRADING, PAVING FORT COLLINS SEADIBARLEY STORM, REMOVALS 5242,047 2121015 100% REAUGNM3FITOFSTOVEPRAEIEROAD LARR.ER COUNTY GRADMG,PAVMG MASONVNLE DARRELLMORRELL GRADING, PAVING 345,605 2121016 100% RV AMERICA RVAMERICA wVE,AM3 JOIINNY WONG REMOVALS, GRADING l408,989 2121017 100% PTI.JOFMSTOWN NORCOCUNSTRUCIION PAVING J01*1STOWN MBCE 2APF GRADING, PAVING $212.726 2121018 100% ANTS GRADMO&PAVING Ea STTECONSTRUCTION GREELEY U114 MESTDAOB SEWER, WATERLINE, PAVING $93,031 2121019 100% DAIRYQUEENEXPANSION2012 326 EAST BLSENHOWER Lw REMOVAL4,GRA0RIO wVEL4ND DAVESWSON REMOVALS, GRADING $1,079,499 2121WO 100% L.CA.C. 2010 MSC N1PROVPMENTS LAR18ffiR COUNTY PAVING LARB.®t COUNTY TODD MAIGMS SEWER 512,076 2121021 100% BR(y &MASON CGYOFFORTCOUWS FORT COLLINS SUE PAQUETIE STORM, SEWER, REMOVALS $1,536.081 2121023 IN% LIBRARY- HARTSHORN PARKING LOT COwRADOSTATEUNIVERSGI GRADMO FORTCOLLMS TRACEY ABET. STORM, WATERLINE $178,857 2121025 100% THEMEADOWSPH2A GUARANTY BANK EEMOVAI,GAADMG WELLMGTON GREGG BROWN GRACING $140,000 2121026 100% GGwRADO SWEETGOw POND ENLARGE COwRADO SW6Ef GOLD LLC JOHNSTOWN DEMJISTREGO UTB.TIJES, REMOVALS, $37%2A6 212102E 100% CARHK3UAPARTMENT3 SHAW BUILDERS GRADNG, PAVING FORTCOLLINS IOFM STEVENS WER, WATERLINE $140,752 2121028 IQM wS TBNWLE IRRIGATION B OVEhffNTS IESUSCHRISTOFwS REMOVALS, GRADING MRTCOII.MS MARKTINGEY UTIIATB'S, GRACING 56,412,46E 2121029 100% HALL®URTON £RAC SAND TERb1II4AL USATANKSALFS&BRECTION WIMROR MICBELLEMJLLER CVN CT PERCENT JOB NAME ORNER TFPE OF WORE AMOUNT JOB# COMPLETE LOC4110M CONTACT STORM, REMOVALS 553,497 2121030 100% CHOICE CENTER BLDG 4 PARKING LOT IGFINSON ERESTNENTS GRADING, PAVING FORT COLL S CINDYJOHRRON . GRADING, PAVING 5130,288 2121031 100% OCRADDHTON&RENOVATION THENEENANCOKEANY FORTCOLLWS IAKECOUTTS STORM, GRADING $114,687 2121032 100% MASON STREET STORM AEROMIENTS CRYOFFORTCOLLMS FORT COLLMS SUE PAQUETTE SEWER, WATERLINE 5135,801 2121033 I00% BRT4-LAKESTREET CLTYOFFORTCOLLINS FORT COLLINS SUE PAQUETTE UTERES, REMOVALS, 51,643.M6 21210M 100% MORNING DIUM 36• WATERLINE CITYOFIAVFLAND GRADING LAVEWND REBECCANORTON WATERLINE, GRADING $119,038 2121035 100% WISONAVEWATERLWEMPAIR CITY OF LOVELAND IAVBLAND CRAIG WEIMAND UTR.ITIES $61,379 2121036 100% BET 5-ON CALL UTIIITES CITYOFFORTCOLLINS FORTCOMM SUEPAQUI= PAVING $102,749 2121038 10WA MYPLACEMOTEL LEGACYBUI.DERS CIEYENNE,WY BROOKS MCINTYKR STORM, WATERLINE, PAVING $1,068,269 2121039 100% BRUSIJDOWNTOWNREVITALIZATION TOWN OF BRUSH REMOVALS, GRADING BRUSH MCNTV TORRES GRADING 5212,263 2121040 100% RAVvTHDEASHPONDCLEA 02012 PLATTERLVERPOWERAUTHORITY WELLINGTON HEATHER BANKS WATERLINE, GRADING SN,2W 2121MI 100% MULBERRY SBWER SERVICE 1403P 214DLLC FORTCOLLINS JAYHRUTON SEWER, WATERLINE .5684�46 2121042 IUD% LARAMESFT24 CITYOFI.ARAARE REMOVALS LARAME, WY KATHARPIETROWBRIDG6 REMOVALS, GRADING $171,425 2121043 100% BNSFASPHALT@DRALNAOELNSTALL OFTEDAL CONSTRUCTION FORTCOILINS GREG JACKSON •$I'ORM $112.463 21210M IOD% OVERLANDPONDSOUTLETWORKS TR1-DISTRICTS FORT COLLINS SHAWN HOW UTILITIES, REMOVALS. 3ZMG.666 212INS Hm TURNBERRYROAD CITYOFFORTCOLLMS GRADING, PAVING FORTCOILINS MARXLAKEN WATERLINE, SEWER $159,354 212100 100% BRT6-PROSPECTRDUTIWTYRELUCATE COYOFFORTCOMMS FORT COLLINS SUE PAQUETTE STORM, REMOVALS 1276,219 2121047 100% BRAINENDRNEBIKEPATH COLORADO STATEUNIVERSITY GRADING FORTCOLLINS TRACEYABELICASSBEHIYR STORM, REMOVALS $116.20 212104E 100% EP M1EDICAL CENTBR NOU ADDITION GHP IPPS CONSTRUCTION GRADING BSTESPARK REBECCATERRAZAS WATERLINE 155,79E 2121049 100% ELCO TURNBERRY WATERLINE BLCOWATERDISTRICT FORT COLLINS DARWIN WILIAMS STORM,RFMOVALS $126,1M 2121050 100% ANHEMER-BUUSH GRAIN TRLR STORAGE INBEV GRADING, PAVING FORTOOLLTNS SEAN SARMAST GRADING $54.60 2121051 100% DFC-PREWITTRESERVOTR DUCKS UNL 41TED NERINOCOUNTY MTCHMESSM1I?RIKEVINWERNER GTIITEE, REMOVALS, $852.027 2121052 100% WALMART STORE NO 3177A0 HEATHCONSTRUCTION GRAOING,PAVBNG FORT COLLINS TIMHALVERSON GRADING 536,000 2321053 LBO% FRE COMMUNITY PARK-PBR@IR ITT STIR CONSTRUCTION ERE AMBER RATFERT STORM, REMOVALS 5291,726 2121054 100% COPC 2012 MSC IMFROVEMINTS CITYOFFORTCOLLINS GRADING FORT COLLINS JOHN STEPHEN GRADING 544,723 2121055 100% LONGDRAWDAM2012 WATER SUPPLY@ STORAGE CONEANy IARIAEt COUNTY DENNISMARMON PAVING 05,113 2121057 100% JOHNSTOWNPUBLICWORKPACIITY HEATH CONSTRUCTION JOHNSTOWN SORLHARDY GRADING, REMOVALS 5292,65E 2121059 100% CR S BRIDGE REPLACEhEMT LARIMBRCOIINTY LARDER COUNTY DARREfJ.MORRELI, CONTRACT PEECEAT JORNAME OWNER TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT •PAVMG S2&4,983 2121059 100% 139h1 REAOWE55 CENTER CHEYENNE, WY HENSELPLE.PSCONSTRUCPION MATTHEW RASMUSSEN UTWITAC9, GRADING, PAVWO 12,7WA09 2121061 100% TRARS 0 TBV.BERLNE SHAWBUILI)WLLC FORT COLLDIS PATHIOGBIS PAVING 1100,683 2121062 100% ELVABHTHffiCRY PARKAEPAB. SHE1 SANIPSONCONSTRUCRON FORTCOLLN9 DONMOHR GRADNG $3,417,795 2121063 100% FRONTIER REFNNG MASPHR SERVICE FRONTER REFINING LLC CHEYENNE, WY KARENTURILWGTON UTISDES, GRADWO 5561,991 2121W 100% LCPGARENA@L[MMCKPAMIONS G.H. PHWPS LARIuQRCOUNTY I HFERLYNN GRADING, PAVMG 129,964 2121066 100% CORNERSTONE EVANGEL FREE CHURCH :ORNERSTONE EVANGEL FREO CHURCH FORT COLLWS UTD3TTES, REMOVALS, $479,555 2121067 100% LEGACYSEMORCENTHR LUND ROSS CONSTRUCPORS GRADING, PAVWG FORTCOLLWS CHRIS EHLERS UTBATIPS, GRADING $351,200 2121068 100% PQHALLE3URMNDPMWELDSHOP FCI CONSTRUCTORS FORTLUII N CHAR RACINE UT IES, GRADNG $1.005,634 2121069 100% BLUE WATER RESOURCES BLUEWATERRESOURCESI L WWDSOR CLAY DRAKE GR 1110 $51,330 212100 100% TREIBERLAKEA USA ENVIRONMENTAL FORTCOLLWS CLAY BOWERS GRADING 8131,205 2121071 l00% RAWHNEDRAWAGHDITCHRRRAP PLATTE RIVER POWER AUTHORITY WELLNGTON MACE MACNAUGHTON GRADNG S226,066 21210/2 100% RJU H ERCDCONCPARKNG PLATTERIVER POWGR AUTHORITY WELLNOTON MBC CNAUGHTON GRADING, 1283,895 2121073 100% BTS MTAURANT& BREWHOUSE TERRA NOVA MUSTR1BS �MuIBs, AVNG FORT COLLNS ROBERTDUGAN STORM, GRADING $1,413.086 2121074 100% CR52EROKCUIVERT$ IAWMBR COUNTY FORTCOI.I.NS TODD IUFRGENS GRADNG, PAVNG 14I,523 2121515 100% GREGORYEL IUc GREOGRY ELECTRIC LOVELAND ROB BRYANT STORM, REMOVALS $46,181 2121520 100% TRI-STATE DRCH CLEANNG TRISTATEG@TASSOCIATION WBSITOHSTER IERRYAAUSCIWNOERCBIt GRADING $37,530 E121525 100% PRE CONCREPE REPAIRS - FRONTRANGEENERGY WNDSOR DAN SANDERS ORADPIG, PAVMG $34,000 2121529 100% RV AMERICAM GS RV AMERCIA IAVELAND MARTY VALENCIA STORM, GRADNG UIB36 2121533 lam, USR SITE NOWBLDCOUIMWATERDISTRICT PIERCE LHANNKOONS PAVMG 545,113 2121548 100% RESURRECTION CHURCH PATCIONG RESURRECTION FEIAWStOP LOVELAND ROBERT SCHUMAKEt PAVWG 138,56E 2121$52 100% BULL RUN TOWNHOME3 R2X AESB3ENTW.GROIIP FORTCOE.DI& NI00 FAMRF> REMOVALS, PAVMG 170,550 2121558 I00% 100LWKLANE DLD REAL ESTATE HOWDSCS FORTCOLLNS IMAS ANE STORM, GRADING, BASE 199,745 2121561 100% RO YMTNTRANSLOADPHIB ROCKYMTNTRANSLOAD PAVWG WWDSOR WALT SANDERS SEWER, WATEIWWE, PAVMG $1.713.654 21NWl 100% BURGESS CREEK COE,13MR PH I@ 2 MT. WeRNOR WATER DISTRICT REMOVALS, GRADNG STPAhIDOAT SPRNGS RICHARDBUCCWO 0RADWG, PAVWG $60,003 2EM4 100% ELKRIVERRANCH E.K RIVER RANCN ROUTTCOLWTY IOHN ADAMS REMOVALS, PAVNO S6N,028 2124W3 IW% CRY OF M 2012 OVERLAY CRY OF STEANIBOAT SPRWOS S�OAT SPRNGS DOUGMARSH GRADNG 8236,046 21NODI 100% BHI VARIOUS JIM CONTRACT PERLYNT JOBNAME OHMS TYPE OF WORB AMOUNT JOB# COMPLETE LOC4TTON CONTACT CRAIG WATT REMOVA S,GRAOING. SM,739 2124005 100% WALTONVBL.PAGETOWNII SNOSME WALTONVBLAGEHOK WNERS PAVMG STEAMBOAT SPRWOS EVELYNBERGE GRADMG, PAVMG $1,956.427 212100E 100% MOFFAT COUNTY ROAD 4 MOFPATCOUNFY MOFFATCOUNFV LMDADAROSO RIBAOVA S. PAVMG $899,495 2124007 IN% MOFFATCOUNTYROAD29 MOFFAT COUNTY MOFFAT COUNTY LINDADAROSE PAVMG $69,439 21NOOS 100% ELKWVERWATERMAM DUCKELS CONSTRUCTION STEAIAIOAT SPKMGS JOIN LHTLBHORN REMOVALS, GRADMG $1,30,60 21NU10 100% TNB VRLAS SOUTH STEAMBOATASSOCIATIONMGMT PAVMG STEAb®OATSPRNGS PAVMG 518.20E 2121012 100% CDOTW MOANRIVERBMGE AMERICANCFVH,WNMUCTORS WA EN PAVMG $102.498 2MO13 IN% CASEYSPONDMTERIOR ADOLFSON&PETE1tm STEAMBOAT SPRINGS CHAR JELMEK REMOVALS, PAVMG 5155,580 21NO14 1U0% SEVERSON SUPPLY 2012 SEVERSON SUPPLY CRAIG DAN SEVERSON PAVMG 851,392 2124015 100% DRBAMISIA SE It FERCEI'MR NATIVE EXCAVATNG STEAM®OAT SPRMGS KEVM RUSK PAVMG M8,200 21N016 100% HWY 317 MAMTENANCE MOFFAT COUNTY CRAIG ROY GRADNG 5258,355 2124018 100% SIR SIML YARD SIR CRAIG WYAT GRADING, PAVMG $IM,826 2124019 IN% STRAWBERRYPARKELEMENTARY2012 ST BOATRE-25CHOOLDISTRICF STPAI.IDOAT SPRINGS PASCALGR4ESlA PAVMG 546,328 2124MD 100% DULANEY CONDOS FOX CONSTRUCTION STEAMBOAT SPRMGS CHUCiCWWARD STORM, REMOVALS, $3%,026 2114021 100% CRMG AIRPORT 2012 MOFFATCOUNTY GRADMG, PAVMO CRAIG ARMSTRONG CONSULTANTS REMOVALS, GRADMG, M4,2% 2124023 100% SB PRIES LOWER REPAIR STEAMBOAT PMHOA PAVMG STBM.OIOAT SPRMCS STEVRDOWNS REMOVALS, GRADING, 547,245 2124024 100% SDP IJPPERREPAIR STEAMBOAT IMES HOA PAVMG STFAN®OAT SPRINGS STEW DOWNS STORM, REMOVALS, $56,750 21NMS 1009E MUSTANG RUN STEAh030ATASSOCIATTONMGMT PAVMG STRAA®OAT SPRINGS HOUMSUITON RE ovV .GRADMG 5315,868 2124026 IN% WALTON CREEK PARK&RIDE CFTYOF3TBALIB0ASSPRMGS PAVMG STEAMBOAT SPRINGS BBN BEAW, PAVMG $241,900 2124027 100% SBSA &GRAVELACCEI/DECIR.LANES NATIVE EXCAVATMG STEAMBOAT SPRMGS EDMSACARTHUR R OVALS, PAVMG VM08 2124033 100% WEST CONDOS ENTRY ROAD TFBVETHOA STEA TSPRINGS CARIA VON 124[ GR IKG $218.945 2124036 1009E IIEN(BJGDRAW BM MIG WYATT BASE $354,218 212A038 100% RICK 56 ROUFT COUNTY ROUTS COUNTY MARTIEWM TON GRADNG, PAVMG S73,748 2124042 100% CMCWB.LETHALL NATIVEEXCAVATMG STEAMBOAT SPRINGS CONNEII- The following equipment is owned and maintained by Connell Resources, Inc. Below is a partial list of equipment highlighting only some of the major pieces in our fleet. All of Council's fleet is available for use on this project. Scrapers 8 — Caterpillar 627 Scrapers 3 — Caterpillar 615 Scrapers Excavators & Backhoes 5 — Caterpillar 416-436 Tractor/Backhoes 4 — Komatsu 160 Size Track Excavators 4 — Komatsu 200 Track Excavators 5 — Komatsu/Caterpillar 300 Size Track Excavators 6 — Komatsu/Caterpillar 400 Size Track Excavators 1 — Komatsu 600 Track Excavator Front End Loaders 11 — Caterpillar 938 — 950 Front End Loaders 12 — Caterpillar 966 — 980 From End Loaders 2 — Caterpillar 988H Front End Loader Off Road Haul Trucks 2 — Caterpillar 740 (40 Ton) Haul Trucks • 6 — Caterpillar 735 (35 Ton) Haul Trucks Leval Haul Trucks 10 — Tandem Axle Dump Trucks 19 — Tractor Trucks (Belly Dumps, Side Dumps, Live Bottom Trailers) Track Dozers 2 — Caterpillar D4H Dozers 1 —Caterpillar D5M Dozer 6 — Caterpillar D6H XL/LGP Dozers 2 — Caterpillar D8T Dozer Paving 1 — Caterpillar 1055D Paver 1 — Blaw Knox PF 4410 Paver I — Caterpillar 1055E Paver 1 — Road Tec Shuttle Buggy — M.T.V. 3 — Caterpillar 1055B Pavers Multiple Sizes & Configurations of 1— Carlson 8' Paver Rollers Trench Boxes Multiple Sizes & Configurations Pumps & Generators • Multiple 25 KW — 700 KW Generators Multiple 2" — 8" Pumps (Trash, Submersible, Dry Prime) In addition to this equipment Connell Resources, Inc. owns and operates its own asphalt hot plant as well as mining and processing our own aggregates. . William S. Anderson I' Vice President of Fstimating/Project Manager Resume Key Qualifications Mr. Anderson has over 24 years of estimating and construction management experience on a wide range of civil and heavy highway projects. Mr. Anderson manages a staff of seven Estimators and Engineers. He is responsible for project selection and finalizing bids for construction. Education Bachelor of Science in Civil Engineering, Montana State University, 1990 Key Experience North College Improvements (Vine - Conifer) - Fort Collins, CO ($6.0 Million) Estimator and Project Manager for the reconstruction of North College Avenue from Vine Drive to the Conifer/Hickory intersection. Grand River Ditch ($215,500) Project Manager for this project in Rocky Mountain nation Park with access through USFS, project challenges included, high altitude, remote project site in an environmentally sensitive area. Replaced Twin 60" HDPE storm run with 30U 13' x 8' Precast CBC (owner furnished) Tie Siding - Laramie, WY ($9.0 Million) Estimator and Project Manager for blasting, grading, crushing, stone drain improvements, milling, aggregate base and asphalt paving. This project consisted of: • • 40,000 CY of blasting • 90 LF of 10' x 10' Box Culvert • 265,000 CY of grading • 46,000 SY of Milling • 107,000 Tons of crushing • 107,000 Tons of Aggregate Base • 2100 LF of storm drain • 42,200 Tons of Asphalt Paving Front Range Village, Fort Collins, CO ($11.7 million) Project Manager for the earthwork, utilities, and paving on this 106-acre development site with 900,000 square feet of retail space. Embassy Suites, Loveland, CO ($2.8 million) Project Manager for this 9-story hotel with a one-story attached conference center. Located to the Southwest of the existing Budweiser Event Center in Loveland, CO. Mr. Anderson also served as Estimator/Project Manager on the following projects: • Leprino Foods Cheese &r Whey Facility • Fort Collins Loveland Airport Reconstruct &r • Latimer County Road 38 6t 5 Rehabilitate GA Ramp • Front Range Energy • Harmony Road Widening Phase 2 • New Belgium Brewery • Frontier Refinery • PVHS Harmony • State Highway 66 Employment History 6/07- Present Connell Resources, Inc. Vice President of Estimating Project Manager • 11/03 - 6/07 Connell Resources, Inc. Senior Estimator Project Manager 7/90 -11103 Kiewft Pacific Co. Senior Engineer/Estimator • Aaron Pacholek Site Manager Resume Key Qualifications Mr. Pacholek provides direction to company and subcontractor foreman, communicates with project inspectors, material suppliers, and project owners. Mr. Pacholek also manages job cost and project flow, documents project progress, and changes to the contract. Additionally he assists estimators throughout the bidding process. Education Bachelors of science in Construction Management, Colorado State University, 2007 High School Diploma, Columbia Central High School, Brooklyn, MI 2001 Accreditations Work Zone Traffic Control Training OSHA-10 Certification Connell Resources Soil Classification Training Erosion Control Supervisor Training Key Project Experience: Latimer County Box Culvert in Rist Canyon - Latimer County, CO • Lost Creek Waterline - Keensebury, CO Turnberry Road ($2.3 million) Site Manager for this project. This project included the construction of a new two lane arterial roadway along Turnberry Road from approximately 500' south of Country Club Road to Brightwater Drive. Along with the roadway construction, a pedestrian underpass crossing beneath Turnberry Road was installed just north of Richards Lake Road. Washington Ave Outfall Phase IV ($2.9 million) Project Manager and Public Information Officer for this capital improvement storm sewer project through the streets of downtown Loveland. Mr. Pacholek worked closely with Connell crews, subcontractors, traveling public, and the City of Loveland for the installation of over 10,000 LF of storm drain piping. Leprino Foods Cheese &r Whey Facility - ($3.0 million) Site Manager for the site work infrastructure at this $200 million cheese and whey facility, Connell's scope of work included process piping, utilities, and asphalt paving. Mr. Pacholek worked closely with the general contractor, and owner's representative to coordinate the schedule of our scope with the other trades on site. Fort Collins Commons - ($2.9 million) Site Manager for the site work infrastructure for this 600-bed student housing facility. This project required a FEMA flood map revision, which contributed to a very tight schedule. Mr.