Loading...
HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 8046 ARTHUR DITCH BRIDGE REPLACEMENT - OAK & WHITCity of Fort Collins Purchasing SPECIFICATIONS ass Financial Semites rnrrnaai, Diviaron 215 N. Maxon St.2"d Moor PO Box 580 Fotl Coiling CO 80522 970.221.6775 970,221 6707 JcSo"tt-paromsm CONTRACT DOCUMENTS FOR , ARTHUR DITCH BRIDGE REPLACEMENT — OAK & WHITCOMB INTERSECTION BID NO. 8046 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS • JANUARY 8, 2016 - 3:00 P.M. (OUR CLOCK) ability of the bidder to provide future maintenance and service for the use of the • subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SG4.2. 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. • CONTRACTOR Amll provide b all additional larLLa aM eaxea Otaam tent mry be saltood for temporary oaMrudien fwileis a daege d meterals and aryipmem. 12 Suba;#hc,.dPkydcal C.M s,, 421. Reports and Dnnno a: Rdmmce i ma@ to 0a Supplamamary Corona. faiden6fi.tio tot 4.2.1.1. Subs ce Caad'fiaa: Thor [spats of coplo atiau and testa of sob ru fwo mrAtione at or rem'Igrour to rho alto that have been utiliad by ENGINEER in pryaring the Created Doawaae; and 42.12. Physical Conditons: Three drewirge d physical arelitiaes in or relating w mining sorfwe ce suhevrferc awowra at or maitiguoua w the site (exccp Underground Facilities) that have been utihttd by ENGEJEER in r parmg the C trsd Doeonnom. 4.22, Limited Rd. by CONTRACTOR Aaalovetd' Tedateaf Door: CONTRACTOR may rely open the general ecavacy of the "wdhmeal data" contetced in awlt repents and drawing. bu[wch rep" end drawings era not Contend DeamMs Such'wdmi.l &W is i[lemified in the Supplanecmy Conditions. Fx t forouch reliance on .6'w haracal data", CONTRACTOR may not rely upon a make any,mien agaireat 0WNIaR ENGINEER or anyd ENG W EER's Consubam with aefect b: 422.1the canpideneas of woh repents and dnwvtgs for CONTRACTOR. putpovoa inoluding, hot tort limped to, .ny agouti. of the m.m, methods, tachniques, saryencea and pa:edmm of m1a1—T to be employed by WNTRACfOI nil awry premutona real programs inddera twmto, a 4.2.2.2. oher datq inlapmtiay [giniare .rd irtamatim cmamod in such repafa a shown a iodimwdmouch Aawings, a 4.2.2.3. ,try WNfFACTOR ion ifemation of crndualon dawn &an airy "tahni al daW or any ouch dam, inwryrdatio n, opiod. or 4.2.3. Notice pf Dyfering SWstaf. . or PhysiM Cunddmr: If CONTRACTOR Mi.. that any wbwrfam ce phy.iml mrdition a or caniguou r. the site do auncovered ne revealell either: 423A. is of ouch a oomm re 0 ml idh that any'tedudal dean' on whldh CONTRACTOR a emitW to rely as Rmvided in pengapha 421 oral 4.2.2 ummerially mwwvw, or 4.212. is of such a mb.e a. to require a charyein to Camad Dodmtettq a 4.23.3. difers mataully Gem that shown or FJ[DCOENaa at COtSI'(IOI819108 (199Jtdriml 6 MattO MILT WWIFMOOMMn0Eptnv4roaah 0 indicatal in the Cmuec[Dawnem or 4.234 a of an unuaael relure, and diQaa mawrally tan cenditiom ordinarily rnmuntered and g.U, ret nail are udatmt in soak d die ClmmM fl0\idrd f N the Canear, Dawuomta. than CONTRACTOR sheµ lcha sar efla beeaming surer, tterwf erema diambing earrditiam allotted thereby a perRrmag ary Work in cmmctiat therce ilh (except in an emargeney as gritted by pan8mph6.23), rictly OWNER and INFER an wnmtg about aneh condition. CONTRACTOR ahall Ion[ faller dislwb soon mndifive or potion srcrc// Work in carnation therewith (except an oforoald)unnu receiptd writtenorder w do w. 4.2.4. ENGINEER, Ravierrv: ENGINEER will prwpdy review the partihent omdaver% derarminc the racwity of OWNER'sobWnbS addifimd sylomfim or wars with ms act tondo and advise OWNER in writigg Zwith a copy to CONTRACTOR) of INGDTHR's ndvypasd.l..ay. ,I 5. Poatbfa Contend OmMaew Chor . If INGTNEER en wluds that a donge in the Comma Dotumenta is rapnbada. a recall efa condition that meals me or more of Ow catego iea in p 41: 4.2.3, a Weak Change Utratin, or e Charge Oro will be iaucd . provided in Adide 10 to reged and dowmem the mmegommsofamh dmr,e. 42.6. Pmuibla Price oral The. Arju,arem.: An ogwable adjurne eat to the Conti net Price a in the fbmred Times a bosh, will be elowad to the a#mt IMt the moose, of wilt uncovered or mmled c. ditlon moss on in. re drereae in CONTRACTORe ten f, er fine mr,ai W for perfomtmwe oL toe Work: subject, however, to the Ukroong: 4.26.1. such rorditmn mud mat any. ce more of the yewgat. dearibed in p regopha41.3.10 ..gIN2.3A, irclu®va, 4.2 6.2, a du rge in the Covered Dwsmem ferment to xvas.ph 415 will not be an amomaric euthonmtian of non a condition precedent to enfitemem 0 soy wdh adjwunmt: 4.2.6.3with respect w Work that is paid for en e Unit Not Ends, any adjuwnent in C od Prim WE N wb3x an the povisiew of pamgmphs9A0and119,eM 4264. CONTRACTOR shell not be entitled 0 any n1foatmerc in Ore Coned Price a Tim. if: 4.2.6.4.1. CONTRACTOR knew of the mere e of wen maktiae at the time CONTRACTOR medo a fend ammiwan to OWNER in respell of Contract Prim and Crated Timm by the eabmiaseve of a bid a bemmin, bend under a negotiated contract, or 4.2.6.4.2. the coame ve of such condition mold remmubly have been discovered ar ...led as a reeah of arty mmmnatiac atevationfien. eap1.6m and an study of the me and coaiguaos mina required by the Bidding Re,inerems a Conaact Domm are I. be coduad by a for CONTRACTOR prior to CONTRACTOR!, makuig soda Mal cunm0arml4 or 4.2.6A.3. COMPACTOR failed m give the written mine within the time and as.a)oirod by pamgmph4.2.3, If OWNER and CONTRACTOR eon unable to agree on altitlemem to or se to the amount or krgth of any such Mable 4umnmt in thc Conneaut,Rxe a Contract s, a chant may be made them@, ea providd I. Articles 11 and 12, However, OWNER ENGINEER a i ENGINEER'S Conwlmnm &.H not be liable to CONTRACTOR he mmryry drum; corm loses a demng. numined by CONTRA an or in mneetion with my W err projat a emiupoted pojec4 4.3. PAydml Cond'fivnIr-Uhdergroand Facilities: 43.1. Shoutorladuted, Theinfamationaddata damvn an vutiwtd in the Gannet I),mmam, wuh rmpat 0 edsdrp Underground Facilities at or contiguous to the e m ne Mud on irde urnmen and dew hmudtd to OWNER or ENGINEER by the swan of amh Undergrwd Frnlaim or by othva. Unlea it 0 otherwise eV.Iy provided m the SuWlemenm,y Condit..' 4.3.1.1. OWNER and ENGINEER .lent M I. revenubm for the memory or mmpkmaessofew such inferrer lion. data; and 43.L2. The ccat af.E of the followng will be nphakd in the Cmoan flies ad CONTRACTOR shall have full acaporwbility fa: (i) rwiewiog end checking all each information and dean, (u) lantmg all UdeBamd Facilities mown or unheated u the Contact Doemm a,(iu) cardire4an of the Work with de ownma of such Undergrmnd Facilities diving mmrv4mt ad 0,)the safety anal protection of all arch Ihndergrand Fncdnia as p ovidd I. pam®aph6.2n and repaving cry damage thereto ranking from the Work. 4,12 Not Shaun or lMicened, If an Undergad au Facility u menvored or rwonld at a out In hie aim a ndwhich wins not shown i", m the Contract Doeman4. CONTRACTOR droll, tremdty If 7 efla leaomi.4 awme thereof ad before mPodum disturbing =din" a6 ant! thereby or performing any Work in carnation therewith (eexxcecepptl In an anunmLy na requhd by pme®eph612 identify the mvner of aeh Underground Facility ad groDo ogF®tAL COMATOtb 19104 0 ea0 Eat.) wImTYOFFORTWLUMMQDMr T0N9"49Wm ga e wridm mtim m then norm, me m OWNER ad FRJGINEER ENOINF.ER will vmPdy review the IlrarkgnwM Faality, ad deaamire the err...; if my, to which a obscure is mmaud in the Contract each the Commct Rice or ea meavenon of the, Contrmd Three. ne bah, m the mreN that they me attributable to the eximmco ofany Uderpe d Facility that wee rat shown or ordered I. a. Contract Doe meraa and Ihm COMRACTOR did not lame of ad could ve "..,ad or cvmrcl an RelermeePohm. 44. OWNBR doll provide mgnrerat, aaveys 0 establish reference points for courowlion winch in ENGINBERk ad®mm me a.., to anaWe CONTRACO0) to pracmd with the Work. CONTRACTOR shall Ix, regansible f Iayug ow the Wak, dull potect and peurve the cnablishd reference ,maturate IM I make no uhalgcs or relmetw wnlaut the price to ENGINEER approval of DWNEP. CONTRACTOR shell report m oyedorr whetters cot rofaeae pond u Iona destroyed a des or rtlmmian bemua of recromssmmyy charges n grades m .era u. oil shell of such rble m the accuse repU doe i al r, qua n of such refcronce pohro by prafessiamlly gmliEd pasomel. 4.5. Asbalo; PCB,, Peirofman, Nnsurdoa, Wane at, Rralicachee Mmaint' 451. OWNER shell be mVondble lQ my Asbeace, FCBe, Imnicum, Eamrdauv Wert, or Rdimctive h4danl uncovered or ..led m the aim which we, net shown or udiweed in Doneugs or Spaeiecaine, or mention In the Covered Docura ms to be within the scope of the Work and which may prevent a wberanfrd along. to persons m properly wined the. in convention with the Work at the Inthem. Into, OWNER shall not be respaxible fin any such materials brought In the sum by CONTRACTOR Subcaauamrs, Supdins or myax de, fa whom CONTRe, OR ni Ll • • 0 Wale sappndaorsiioli vml.wxnl U.,,wAar-which =gynmymokaa-alavn-lhaelar-as ryrwid in Mules {-1ad-03 4-.53-41'-nlla-radpt-of.1, lwcinl-wrinm-I.xica W- W 7 i\GfORk o.1 s,c (, i suuws such -wank W-1 -,usable belief It .u.-k or doer-iso aerie mnditlots, dwn 4WNTi4Fnmy-ofdxrcach-portion of the Work Ilml ".. in eartaaft. aithach Is'.4ms amditiu gr in such-aRaledw to to l lded-Gan Ind W-a II ()aVNiiR-Imd-�LMTRA(-,TAR�nnml us. .v unlomtiB.mono-bw-dawlwuxu axaw4if, ac", .,nl if env, m ('mead Rlca or CnnaaaCrtme: esx-Hswkwixx�hm ntha-p.ny merry mnka alamaherefaasprovideA-in 4 A The provisions at pE aaw iphs 4 2 and 4 3 or ratimand«Lwel+ply-wnslcnaa-ItiBa-Pmn,leum: axe I."" ha.w-RadioWivu Mnnrixlyxxawsed g FJC000OiLRAt COMTIOMIIIM(1MEn sssl w1Ohnt'.WW.IWMOmY]GTI..S .maso ARTICLE 3-dlONDS AND IN3f 1RANCE Paijiv..,, Patanswand OMerB.4 5.1. OONTRA OR shall f ola R Pgmal Bmis, each in .n .mount at In Co inso Rice as secaity fa the fsithful p psymcN of all CONTRACTOR'. ob' t Cdnmd DaumeNx. These Batas l a at Ian anal one yar efo, der data why beams, dua, s.pt as provided otherwi urtaA list or "Compeers Holdmg Catdlams oI Aud 0nty as Acc ymble Suns is on Federal Bonds and as Aaapabla Rchmaimg Co.panies' nx p+Boosts in Cirulm 570 (amended) by the Audit SwR Bus of OoemtmeM F.ial ON,.Limq U.S. Toosrry Depncanent All Bands signed by na spat mutt be nscanpnnied by a certified ups. of such egoes wlhodly W.M $.2. If the suer, on my Hand fumislad by CONTRACTOR u deelarcd . bankrupterr becana baolvetg or its right to do business is ten tinter d in any at.te whoa nrry pm of der Projat u haled or H canes to men the rcquiremrnb of pea paph 5.1. COMRACTOR doll willdn ton mlys dlcafter stAsonute another Bond andsurdy, both ofwhioh must be amepmblc to OWNER. 5.3. licensed 5aredo and In..,- Cari//mea of Tnaras'o: 53.1, All Bads and itnumna required by the Contown Dmnmanm to be pmehased and malmained by OWNER a CONTRACTOR shill be abain d Eon .Uy or mumncc mmparde. that arc duty limy d a eoll nosd d tlmjunsdiaan in which N. Fact is loated t. nouc foods o inasanm p leis nMan the limits end covenges so taryirod Such surUy .1not eanpnnas shill elan meet such additival rd. Sa ut ad quCondidota a may be provided Ntk SuFPlemenmry Condiums. 5.32. COM'RACI'OR shall deliver to OWNER wish..pa to each uddinmal wued ideNified in the Suppler.., Conditions. cmtiGaws of vwn. (and other evidvae of is w rmluesid by OWNER or any Othn eddAinnal honed) which CONTRACfORisregwrd topumMse and ,naetsi. xordanse with pnmgraph 54. OWNER daft dxkva-ta- 43 49 A MlI wnh-�, to saoh dditiuml-vrnaed-idemi{d-in-the sapFicacde, CaxIM. , suafiaates of-iwu'. (aml dhx avidu- of na,o�ns,..xpaxwdbyra*l* v 0mr-ad J,tonsl -re n,e j which OWNER-c rcrytri�xN.awwlxxu+tahxnimxm«mxaxn4r�-wide 1>x«telxltl«:?<wxel-?.1 herauf CONTRACTOR'.Li. Nfl ry I, v.. e 5.4. CONTRACTOR shall padase out as, fanuhad by CONTRACTOR rary or Suppha, or by anyme directly or syed by airy of than W pafam or Famish t, or by anyone fa whose ace airy of then 5.4.1, claims under worket4 mmpra.dea, disability benefitsa l other similar employ. berofit acts; 5.4.2claims fa damoges beau. of bodilyy injury, oavptimal id knn a , a d.th class of CONTRACTOR's empleyow, 5.4.3. claims for change laotmae of bodily injury, sickness a disea., a death a any pawn other than CONTRACfOR's employe., fa-.lamagw-.wtnmesl%y-usa,mnry peaoa14,to, hnbilily uwuage w6ahvr,.sai and NdiaulmyralataM1 �o the employinentof �R,d bysayWhen-Mtn-Easarg -der".a 5A.5. claims for dsmages Who than to the Work half, b . . of injury to or dasnuaimn of tangible properly wherever Iecekd, including lot of use remlting darefian; end 5.4.6. .loons for ducan a bec use of bodily injury or death o(arry �a9on or pepclry dameee annual,cut of Clue ownership, malmmnncc or case of any motor ,chick. The polu,. ofmccum can rtsmi by this pmagreph 54 to be fish dead camimirad shed: 543, with r.pPa to inscuummou "In Icg by pamgmphs 5.43 damgh 5.4.6 mohwive and 549 mdudc a9 addut is a cia (aabjat b esry onmormy exclusion in reap.[ of profassiotel lamllry), OWNER, ENGINEER, IsNGINEER, Coat Sala rail arty oiler petsom a entiti. ideMifad in the S Mituamr 0ddltl Nsmd 9 y Condition, all ofwh. shall be aaal uacmd9. tad Marla coverage fa the re�e nve W.. and employees of ell such ."finnal iraacds'. 5.48, inciudc the apccif .v.ega aW he wnum for trot low than the limits of IabYty provided in the Supplementary Cadnions a matured by Laws or Regule4mc whichever isgt.t... 5.49. inclularompMWopeatiwnimur ,, fi)CDCOtWtlULCONWt10lS 1910[(199afitltial MRIYOFPONi WLLIIb M(IDMGlrON9pt6V9R.0) 54.10. indwk rnuaaul liability hangings cossum,, CONTRACTOR'. itdmnrMy obl� 6. tvda he pga,;os 6.1Z, 6.16 md631 duaugh 6.33; 5.4.11. cousin a position or arca.maM tlw the average afforded will not he excelled rationally dmW'rd a renewal refund until at least thirty dxye pia written notice has ban given b OWNER and CONTRACTOR slid an each other addiumal insured identified in this SupplemamOry Conditions to wham mrtuiicate of i manse has bran used (rot the arlificmrs of ireuance fumishcd by me CONTRACTOR pamaaa to fora n# 532 will . pwide); 5.4.11 amain in crcmt at Ices until final payment end at all tunes 0erea&r when CONTRACTOR may be armegrg mowing or rtplaeisg dsJ.mv Work in eaadm.with fmregreph 13.12; ant 54.13. with respcet W compkWd ulcerations inatmae. ad any umumsroe cwaagga written on a Wmaans-adan, rem e boom attR.t for at Iwo two yeas rift final payment (aid CONTRACTOR aMN furnish OWNER and each other aWmarral mead idsmificd in the Supplemetary Candi6as to whom ce-ifiwle of mount. has boom iavrd evident seliafactwy to OWNER and any such ad&6.1 haired of mrumusuman of such inwrawe at final payment and one yeartherealkr). O W �.R's Liahitity Inaaanes. 5.5. In addition to uswence conned to be provld.d W CONTRACTOR uMr Mr mcph54, OWNER, m WN@t4 option, may snot a , and maintain et OWNER§ wwqorse OW94ER's ova Imbiiny ireaam.. will protect OWNER Wing claims which may arise fan opaadora viler the Contract Documents, Icroperry Insurance: 59. isw wided-in4he-&s IeganWry v" __ __t_._. M-the-fnN�grlaaemmt-aeon:-thereef--Foul+jeer-t�suan eh _^ b'' Laws the mid C GI NM7OR�uium�gen-6IJG&166R; ei tam, 5Ri,rwauNaMs-oMarq-other-pestms.a .tither iduMiFad-nt-dse-Sapplematlesy-GGordtiom; mcAuPodwwar;>HeM,eanavaM1bl,IMneat endshnl4l�a{istedesnnirsaeda-eddiNereFimaed; 56.2. Ix- written on a BuiWWa-Risk=ell-aek=-ar 9,lI ril> aleou.s-Of�q-f sal less 3smmge tom, Waktempomey-Isuiktiga:inkework doe-f-11, • • 0 • er«gn,�hnd, vxru4�lism-xnl-mehmous-m•chier, aMAyuu4n,-nuu,p��`�;e�»xvxl—demditian mnfhy mforaemmt-of tip§ ash apeadnsad{y eeyuiredby IhaSa,,Aaa NPayfotditiem, 5.6.3 imlade-arpenes'-iewxnal-air fin' "'a"' jimilal- lo-few-eml-r.,. of algimms and me4 aNa) a-xt-xanbee tnwlF,s�.r t,rd" c-UVjJf;FF�i«-trHti ;�,;: -a.�.»�.e-Wak; .aIWW otx4webnmterxtlPx�rev anden fi,inan-Appiieeeim--foNi ymem-r«ernnrerdeb IyRN6iNF6R{Psd mnda� .-o�d:arwite-eerad-to-tin yvriEine�S' lhuty-dny>-wrillen-m»ioa-ta-aeh-elhas-Ziorel owed: 5.7- OWNER -shall W,ah. and mainain wah-bailor anSmnclunar naurxnce.vr-nddisimnl {»gwtry-irlsumtwe mPxmy-I»�ro-nihatbyd Cxppbmrtw%-C(m at it ]erwcad FegulNian-Maid, will uuWdl, the Uxecon 4 9 W Allilt-l-LhY}ib1S4Hk-ix W wam»t", �43PMFR: AJGIAT.-GP's Caysubmtu inril mry alxr persorsa-entiGm idotifiel intheSuMlomentnry Ctmdiliass; eiwhaf-who n is domed to have an nevroble interest am] ahxllbe listed as nnaaaraclw-Palitiaml-irw»ed 38---ldl+hepolMlre•Of-elalRrae(mdiheanlfiNleYef • �``'n� IPPmmatedby�9WNRR-1R11 - 3a-wiN amraidWd- me-pevixiat-nrmdv:Vn PMro awgo-oRatbdtiviN�reF-ba-cea<xr-materially given-ao- OWNER eel �sd as me 1MB boast assail and wil - th 5.9 OWNER alnll nM be rspoensible fa padwsi% and maintauung any, omty im .. to grata the rater as of CONTRA MR, Submnnactas or ahem in theW.1,-10 th,.unal od- any deduuibda xmouxaihntnre identi{ialin-the Sn�pplemmlxryFamX: mod loss oN Rsath oK s.vl .4 ai.. adaaa ;.ff inkx byh 4o,, aJ if.; S fthelrndaarvahemsuRarir�mq aaoh joss oral if nsy of nhen wishes-prPpmy uuureewe mvemye-within-Ueiimits-et(-artilysmalls.KpE ny padmwand mPu�min itol thar pudeeelsownaxpenb -[fL-0NfRA%7'9R-rWurasuwPiaglhuFNhe spziol-ircurarre-ba-wludad in.tha.- openy-tmarlmce d�au.�r�n I�t�aho-�ar. to laicocont®w.COt�noTatplosppwedaail cdammetnNueFYr:NHPk-xHN-saw, BiIR�Fd�MI-in 6ppirA In 6pFaft JF4EA6TeP�Sxbontream, vNii mcits —and rv1c dFmmsa,dveNas;-employees aedl agents 9 mry-4 lhaa"F $11 1 - .as d a 1.In rvro».utmms�-n 4ns if eu m-�amlm6 eridrg-ew-eFa-rawleltgfiomliroaretherpeeiF, +hMNxar-net inwuai4lrysattiiJtil2yxW `x� ProjectapvrtLlaeofanxsedly:Prisingoxtofa eest lot heart -fire rnMev-mniml-�sil-ewerod ly-.xny-aa,an,' umrma-man»»navi . the cemplal 14Tore-air-n-dorm( by..U1VNGR during---po.I,, -pau»h.l.—-piumixa to NampspM 44G,,,lkrv-h'Mflsalan1en41+mmplNntn pursuant. pae,,ai-Id-S a.Jha fisaid ymarn Wmmttopm gads 14-:11. Any -uteumna-Whay-mannauwd by OWNER mvxag w«�k"ania'smaadaowrefwred-mmilxs ptm ph6-1+2-dreliwnluin yroviaiarsla theefreutthst E- Sm'tuw J rm�ghN: at irW.-an-CONfRAEl-01L-gabaraacWm, it -eyeeaea1xgemsafwnYeflhwr RamipfandAppgaam ajlnarenca Proceeds: 5,12. Any uuured loss under the polna of a rdenm nary rat bypam gaphs 56 and 5.7 will be adjusted with OWNER ardmud}uyaWe to OWNER a fiAmimy for It. msimds, ea dc4 mtaau may appear, aubjmt to he aquiuemems of airy applicable mortgage deem and of amaaoh5.13. DWNER shall deaut in a warren by as 5,13. OWNER ea fiducbuy, shag have paver W sdjm and u41e airy, 1. with the imams red. are of the parties in interest shell objem in wrttmg within fifteen days after the marturme of pas W OWNERS exercise of tits paver. If such objection be made, OWNER a ftdmiary shell make aenlemau with du insurers in ena dmme with awed agreement a the paTtia in hmra t may reach If no such a end mnam the parties in mereat is rached, OWNER es fiduciary shall adjust and scale the 1. with die baoas intenmrdWNER-a-FW m y-stuE glve.boad-her-the P6Par'Perfammaaafcua1,dutia. AmVmce eBanda andlnvaunce: Opdon h Replace: 5.14. If etp r. penY_(OW",P...�, oNT-IIAOTOR) OWNER hire any objection W the cavang. ifaded by or dim tenvisioa of dw Rands a irsnvena requwed to be ryuchaed d mainuubmd i the egter--luny CONTRACTOR m aocr3ma with Article 5 a the bass of nasmf..e wide the Conrad Condoner, de Douments. a.h party shall -nai v the-othm Ilv Partial Uduard n-papertylaseamse: 5.15. If OWNER fide it nc®ary W acapy a use a portion or patients of the Wok prim to Substantial MgI=01, Poky y onmiarro millICo8adom(REM, erzNm Canpletia of ad the Work, such ua a aouperuy mayy be eauoPfded in accord=. with pe. ,Z4IX, provided t l no with use or 000,ainsy shall eonmma bef din irnurers providing the properly hmuanae lave akwwla%ed tuba therenf i d to writing elfatal any cl argd in owed, nmaaimmd thereby. The neatas provrdhg the popenyy asums dull caruem by mdmsament an the polmyor policies but the pronely a.. shall era be mnalld a pmoihed W lapse rot account of any inch partial use car amyan y. ARTICLE 6-CONTRACTORS RESPONSIMUTIES Supmidaa 4adSLpainundena: 6.1. CONTRACTOR shall Worrac. Inrycd and dims the Wok campescndy end effuciemly, dsvamg wch aaeNtm durao and applying auah aWlls and agretix ors may be roomer, to perform the Work in ammdance with the C herd Dmumeaa. CONTRACTORshall be solely responsible fatairamS areduodv, terherauas atquerxa and pmcedoa of ousruc6oR but CONTRACTOR shell ao be raptuble for the reglifSsam of others in the deign a spacufimtion of a spoific mans, method, tmhdque, scyueroe or procedure of aaetrudim which is shown or initiated in and espresly required by the Coati DoBumats CONTRACTOR shell be restorable W sex that the mmpleed Wak canpliea accurately with don Catbad Doamenta 62. CONTRACTOR shall km on the Wok at all the. during its Rr res a earn,tem maident sapamterdaS who shall ties be replaced without written route W OWNER and I➢JGIMiER aapt under mbeardirorryy cbcumstnrums. The mperimaduv will be CONTRAC7OR's Tap eacitedve at the site and dug here ardmiry W as on behalf of CONTRACTOR All ammumatiots W the mmttppaermmMent "I be ore biding aifgnato CONTRACTOR la Ear, Ma errata andEputamnd 6.3, CONTRACTOR ahall Iawid, mmpetmL simebly qualified personnel W nm'ey. lay at and tormenter the Wak as required by the Contract Dcamems CONTRACTOR shall at aE dma maintain gaol disemmraw and order at tlm site. threats a otherwise requ4d [ r the way a p0tection of Parore or he, Work or property, a the ai e or djaanl raider, and amp a odwr eds, mdiatd in the Contract Dawnci at[ Wak at the an, shall be nafamed flume reeulm • 0 • 64 Unlem allwwim apec'Eed the General emmirn or is followed by warsd re'vg that an like. Reqmrseenta CONTRACT .Fall famish and .some equivalent a •aeyual" harm o no substitution I. Nil rmponsNhily for all mdmials, egeipnma labor, 1'ormad 1, other items of material or minimum, or aanaperration, mnntateran aquipment and mroWnary, materiel or egwppmmmt of other Suppliers may be arm, appliances, fuel, power, light. hart wleohwm, water, sessional by ENGINEER under the following actuary facilities, tanpaary facilities and all othat ehmmaenxa: facdioms and meaknials ossuary fa the Terceira, per[ .roc, testing, slemup and mmpleaon of the Wak. 67.1.1. 'Or-Equa7 If in ENGINEER'. sale search. an two of ..total or equipment 64.1. forename, RmpencroCO`II'RACTOR propreed by CONTRACTOR is fimmmmlly muu cemoly with den Ciw9 oaJuaitm rmri lima. A cyual tu that hmmdmd wQickerOy dheilar m tlest ca�the rem nun am eve b vwm roclur�e in retired Work will be reclened. it may he considacit by ENGINEER a$ an 'ore al lit total a the CRV CJak's oEce, x item, m which use review and appovnl of the proponent itern may, in ENOfNEHR's to C or Fe"diecrc[ioo, be accomplished without compliance Remhmm 9l-121 reuhro ear aN cam with acme or all of the ronromene for m'evnmxary f�'Mva cemexro m4N tM[ acceptance ofptnposcd wbMtUW item$. the, cement67.1.2. Seb.dmre /hem., If in IWGINEER's sole hasWavwmesafixl discretion an item of material a equippsmnern m mnen: rw wr cum p°Pord b' CONTRACTOR dam rut qualiy as 65. A1I materials and equipment dell be of goal as "meyoal" item under subpmagmph 6 9.1.1, it rifty, and now. except as odhawiee provided in the will be considered a proposed mbmates item. Imc4 Doestmcna All .it. and guamnteos CONTRACTOR shall submit mfNime specificallyy tolled for by the Speciampm twee shall e.sly information es p.Wharl below to all sun WthebmeIt of OWNER If required by ENGINEER. ENO1igEER to ow dekrmnm dot the near mmeWrml CONTRACTOR shall furhhieh satisfactory evidcroe aeTemporal as Tempoewmtially equivalent to (including reforms of retained] tars) as to the kind and Inn nand and m acceptable submittals themf r quality of materials and equipmmt All materials and The produce for review by the ENGINEER will equitvocnt shall la appticd installed. connected. erected, include the f llowing ea supplemental in the ua4 cleared and conditioned in accadaee with Genital RaTmoserns and as ENGINEER may Instumona of five applicable Supplier, except me coverwue decide is "elpiae under the cheumuaroea provided in dte Co aam Documents. Raciness far nenew of prquoed substitute irons of contend a equipmso will not be accepted by Preg,ae,&haaWc ENGINEER From anyone other then CONTRACTOR. If CONTRACTOR wohne m 6.6. CONTRACTOR shall ada:re W the progress Noted, a uw . subsliNk dam of terrorist or • nhaluk mmblishal in eceordmha umh pme�.phh 9mit event, NTRENGINEER Ifmgm make may he adjusted from time to time.spro✓hdddd amp soapten (Named. eaafying that the proposed suhAitme will 66.1. CONTRACTOR shell sudoit W ENGINEER perform adegwtaly the fihmotu tiand achieve the for acceptance (to the amend indicated in amullecalled Re by the general deign, be sbnilm p ph 2.9) Massed a tmmaM in the pogress e that well not charge the Contend Tunes (or in huminm se that spfied and be suited tothe su same hue az that spah6af The opplication will Milmona). Such.djuaunems will ceall. ggeennivally date the auininnt, if m, which the evaluation to the pmgress.cladWc than metl'ta and add actually and amapance of the propnd sum3me will will comply with a" provisions of the Oeneel foeul CONT'RACTOR's aconect, of had Requvcments.,hcablc tlearem Su CorepMtion an time, whether of net acceptance of the substitute for on in the Work 66.3, Primed adjustment in the mogreas .associate that will charge the Contma Timce (or Milestone.) will regere a charge in cry of the Conew Decimations; (or in the treatment of any other shall be submihd macerate. with therequuemena dicta contend with OWNER for work an the of paragraph 12.1. Such adlhmnrmw may only be Project) to adapt the design m the popose l made by a Gan@@e Order a Women e Amcbnman substrate whether or roin t mNo�ea aw ua mmrdarce with yvticle 12. a the mNations in contemcontemner,wan thace Work is subject W payment of any him= fee or royalty. 67. Sabtlhaneaaad V^i7gaal"Lens, All ornaments of the propmed subdtWm from that gtaJted will be dear and m the apf ficattat and 6.7.1. Wheraam m item of mmcrud or equipment is available maimerame , remain and replacement asacifiad a described in the Corned Docmnmts by service will be irdicatal The aMliation will using the name or a propnetery, item or the name of a ales scan. an itanlsd mimete of .II coma a pamicdm E ,Nest, the spasi! tarn or description is credits that well malt dimly or indirectly fun medal m euebliah fire lype. Wmdon and quality acceptance of each substitute, including costs or aequkd. Unless dx .pei6cation or dectipt'ran admign amf chins of other cmteacmrs aRwd 12 VhvcaeNeaa. cotminot+3 tvtod (tYvoeSr'ml 0 by fe remltmg darge, ell of which will be <anida'd by ENGINEER m awlosti g the pr rubm is ENGINEER moy rn� CO RACTDR W Ammah ndditimrel doe obcut theprvp..d mbmdtee. 6.7.1.3 CQA7MCTOR's Eryana: All date to be provided by CONTRACTOR in ppost of any, proposal 'cr caul" or mbstimk ikm will be et CONTRACTOR'segsmm 672. Siddinsre Co amecnm Methods or Procem'.. Ira ]p�ific mean, method, technique, .aquQIIX nr pftlS<bPe Of Cal� Z. Is ah , 1Meekd in and eapresely ovi fined by the Cmtram Documew, CONTRACTOR may, fmu+h or udlim a wi be 6.7.3, Engineers Evduotlor: INGINERR will be oR.W a rem sable time within which W ...leak and, prameal or sibm eel made aamrea W mk judge of moonimbLy No a 1° or sulakmkwIDbe Ordered.immferlautl without ENGI 't, priorwriVen moepmano which will be ewidenood by either a Order a an approved Shop Treat,. tent'y rrmaryryim CONTRACTOR W furdsh d CONTRACTOR's egsersm a spemml pa f m. guemnks or other surety with respect W any -or-equal" or substiNk. ENGINEER will rand mne required by ENGINEER and ENGINEER's COmuheams m coalutiine mlvtimka proposal Or mhnitW by CONTRACTOR pmrn. W pmapmpls 67.1.2 and 67.2 and in makhg charges to the Gramm Daurrares ((or m th prwidore of my other direct asntrom wkt OWNER for work the Prq'acL) mentioned thereby. Whether or near ENGINEER amcps a mbiime mm m proposed or submitted by CONTRACTOR CONTRACTOR shall rcimlmse OWNER for line charge of ENGMEER and ENGINEER'S Consultant for evaluating each such proposed sal stauto itan. 4& Conttrning .Sakna maten, Salgsfier, and ern: 6.8.1. CONTRACTOR mall not anplay my Sulmreramx, SupgliQamhgr person nra riimtim (imduding tiros¢ vaepmblc to OWL and ENGINEER as t domed to tma mph 6.8.2). WhelhQ initially or as a mbstdule, agairet whom Ol R or INGINEER mot' have reasonable Objectim. CONTRACTOR shall out be required to employ nary Subcontractor , SupphQ a ether peramm animation. W frrate h a pafam eny of the Work ugeum wh. CONTRACTOR has remoreble objenim. Wa O FFMTCOMYTIMMMa80esterEM M aTYOF FORT QI W J r6 MtYI W GTIONS teal' a/tmm CONTRACTOR mall Term nm late than 20 onotat o the a with rm own aces ( t h witkmt mba t t graft bem or so, teW evduoa Which Weals not less than 20 sercetd of the Cmsma WM. 9esdiax, Bidder idmoty of tenet. ether pastes or who as W furnish the, or equipment) W Ito of uy suit Subcmmeaa, SuppfQ m or.rantion shall co mmk a waiver of OWNER or ENGDaIER W mImL 6.9.1. CONTRACTOR stall the fully goomblc to,OWNER and ENGMEER fa ell am arA anissio s of the Subcmmemos, Supplies and other paws and sganiatiam pefamkg a famishing airy ordse Work under a direct or mtlhat camera wit CONTRACTOR just as CONTRACTOR is regiunaible for CONTRACTOR§ own was and a =am. Nothing in the Contact Dom moms shall Qeato far the bmef, of amy, such SubcaVazwr, Supplier, or other persm or orptanation any cmhecWal relationship berwan OWNER or ENGINEER oral any such S, mom lhaH it Slppfa y other timam a aganimOV nor sfiaR it steak any ,ay o rito m the Ian of OWNER a INGINEER W pay or to xe to tFa puyni t r nary, moat's Ak nror such nation nept Suppler or miner aim y mganimYon got¢µ as may mherwbfi be requred by Leraanti RegularWns. OWNLR91'. or other iHim fumms W mks be 1 -M a other arson e derce o_ ntSmBs 'doe W CCpCNNrT CSDR m BCCmrSKE wit 2`G�'1' '$°Aoo wu�imslor�l 13 • 6,9,2. CONTRACTOR shall be solely ampmoiNs f schduling aad 000d'wtiap the Work of SubmMreda; Suppliers And other Ismrn nod mganimtiots perfamang or furnishing amy of the Work under a dkea or indirect oonmam with CONTRACTOR CONTRACTOR shill slum, e0 Subosulmous, StmpRem and mmh other paswa and ��gxn��tiae por omtrg a fi mishit arty of the .Work to wmmummb with the KNO1NfiF.R Ovaugh CONTRACTOR 6.10. The di,i.. .fi. of the Spaif iioro and the alamlauiom of anyy Dmwvgs shell not control CONTRACTOR in NvlNragg the Wmk among Sub omreoton or Suppliers or d bo sting the Work to be performed by my.peafa vab. 6AL All Work performed for CONTRACTOR by a SubcmatreRa or Supplier wdl Ix, pwwmtt to tun epWlxxoopptiax ogmemmt bRwocn CONTRACTOR aril the gubcomaatr or Supplier which apeeifically binds the Subwmmator or Supplier to the Wfionbk trots mad month. of the Contmct Dom an nts to the berefil of Patent F. and Ra)abin. 6,12. CONTRACTOR shall Fey all hum. tots and reyallies and eaume all cows monism b the use to the pefamanec of the Wark a the iaawrpara ion I. the Work of any moratim, design, rights paudw ar deviu which the mblm OtpAWY rights M o",riy.n held by at. If. particular irwcntim, dcsgn. Roars, product or device ra specified in the Conaraor Docane,ts fa use s as OWNER or ENGINEER its ux is subjat to arm rights a mpyrigho calling for 1M paymea f.a y hecme fee m royalty to Maws, the wsrerace of such roosts shall he dischood W OWNER s the Comad Dccummts. To doe cannot man, My of mom taom tuna agamat All comas, osao, Tons and damages man out of or reolturg from may s6sgmrmt of instant ngha a copyrights incident to the tax in the perfammat. of the Work a newlting from the mcoapmation a. this Work of any hoamins, h''glt, proms, product m desk, not ep..find s the Comact FXtlC06'taOtN. COINIDOta 191c8 f199Afi8aw) 14 WOW OF FO0.F ML M MCQaFlCI&MM(MoV 42aW) Passau, 613 Unb Cmditica, r mnRmRen when n vma m tug Co nam or, .. me on nms, on mo Efloove to of the A raeme CONTRACTOR shall ray all eharpes of utility owurs for moscdom to the Wok, And OWNER 9.11 Foy ill charges of m ah utility owran (a capital e m relmol thereto vch as plant mvcansont has, ja LeraandRegal".. R ftU gt notioca and compl}y' w�ia�ell LawsOmd Re—t ouavhxppHaablc to Its.1%ng ad per(... of the Work. Sao pt whore aherwix oxomoly ryuired by eppOcable Incas and Regulntioaa neither OWNER nor ENGINEER shall he onponaible for monitoring CONTRACTOR. compliance with any Levee a Raguhati. 6A42. If CONTRACTOR performs airy Work knowing or having mason to know that it u ,emery to Laws or Regulation, CONTRACTOR shall beer all cialms, aoas, lossaegs And damages cauxd by. se otrobge oC0 tNTRACTOR§ ts%howms, itdadl pomo,, oopoubday 0 make carts, than de SpxiOutiaas aM Uawlrgp me in aotoo1mee with laws and Regathmona. but this shall am, relieve CONTRACTOR of CONTRACTOR. obhpmiom audm paragraph 33.2. T. 6.15. CONTRACTOR ahall pay All ak; aamama, use end that shniar W. re9uhed w be paid by CONTRACTOR i, occordavuc ofth doe Laws and Regadatiorm of da placa of the Aejw which m, epphoabk dung the,anfomame ott Work 6,15.1_OWN13R u oaama Tana Cohaado Sea and local ®Ice aM use urea an maanal. m be gh�fal _oat he' i the Co ct CONTRACTOR anise evoly fa al d receive, a Cenifeax of livemMon fro, the Color DCl pdmmt "Ear alien matmra he MMmlly irommnemd ste the Vas th TbR CaNTRAC of E nar IXWa p Fnt LH CONTRACTOR l ro wsbaf� n�x+a v oar final bull. Sales not Use 'faxes m dtox hu'Winethe And �v roitat _ me}g1ye�P.phyaice ly_scomoreted 'vac ��,�yj�ayqoyact. Coloada Delmsmaat dReveme Stets C., al Alma 13/5 Shmnan Street Dense, Celmad,$0261 Sales and Use Taws for de Slate of Colorado (.aIIXYJO WUnI ES mC hand IN tm lam (t Calaedo aM am inclin the C Iwatim uded aC tca"Pho", All aad'mNe Salem and U. T'axrs fiMltdiM Smtc w a¢ the Ihn cpretmctian Id ry�col' ley' W menthe Pact are to M m'ale 'd-&%CONY OR and ire to oc gleNnw m nproorua bid tans T/se pfPresaltta: 6.16. CONTRACTOR shall confrce consumer. equipment, the rtoragc of tam vials and equipment ail &a oop�mnnfranc, of workem to the site and Iced and areas idmtifM in and p maiacd by the Contract Ec,aummm and eher land and tams ,armored by Lars and Rcguled., righr of-wq. ermits and eaecmems and almll rot ummawaably ..be, the ,rerun. with comtructimn equipment or other materials a equipment, CONTRACTOR shall aawune fug roVaaibibly for any damage many inch load or came, or to the owner IX Gam the pufmne a of Ili Wmk. Should airy came be made by any such owner or occupant beause of the performance of tot Work. CONTRACTOR almll promptly settle with such advice party by negotiation M dhenvin, resolve the claim by .biaation or other dirfute resolution praceMmg or at law. CONTRACTOR shall'', m the fallen cadent permitted by Lrom and! Re mistione, indemnify and hold hanclece OWNER, ENGINEER, ENGINEER'a Comulmm aM anyone d'rtedy a indirectly employed by any of them ffom end a btm ell cleans, cow, tarn and damager among WI oa TWultrttg Trait try cl0tm or notice, felted a Egmtable, hr.& by any suit my eecui :mat OWNER, ENG]MRER a mry ether intdiannift harmoder b the uMm atoned by err hn.d capon CONTRACTOR'sperformaMe ofthe Work. 617. Uaitg de,agt<caa m[the Wak, CONTRACTOR still keei the from. G. ffom accumWatiae of waste mmeriali, mbbiih and ether debris readtirg from tle Work . At the completion or fha Wak CONTRACTOR shall amwe all waste mxterrds. Mbbish and debris from and ahout the pterem. ea ..If as all toda appI i% construction egilmai t and machinerymot muphus reateriada CONTRACTOR adwil lave the she clew and ready for cecupemy by OWNER at Submamial Compltien of the Wak. CONTRACTOR still rtMae to original madtiort all ropedy not dedgwted for altaaron by the Comae Docummm 6.16. CONTRACTOR shill rot Iwd nor pemsil mry tort a[ airy smelure to be leaded in any roamer that will enclaw the aavame, run shell CONTRACTOR subject any pert of the Work or adjacent property m mrews or ,enures that wen alda¢'er It. ReaodDrcvmma 6.19. CONTRACTOR shell maintain in a safe dam et the ante one read oqy of ell Drawings, Spec metimiy Addedn, Written Amendmm, Clmnge Orders, Work Change Dvatives, Field Orders and written in"evitiao and clrifiwti. (heated imawrt to paragraph94 m ads and emomed m show all dmrgc made uop corearucron Thom record doeumona mgether with all aprcwed Samplm end a counterfeit of oil 0,nowed Slmp Dmwhtga will be availblcmSNGIpIEfift fa reforms. Uponcomplet. of the Work. and b cola. of food wvmemthe. rccoN docmnema, Samples and M, Dranow will be delivered hemorm hRf OWNER. Safely msdProLCCm: 620. CONTRACTOR dell be rmpmsibde for wonting, maimavting and auperviting aE wfmy practice. ad no®ama in cm.caon with the We*. CONTRACTOR still take WI Mammy peautiass for the Warty of and alell,wide fhc reasmry proteetun in ,even damage, injury orbs to', 6.20.1. WI perm m the Wak aim or who may he affected by W Work', 6.202all the Wak and vemaiels and equipmem e, be trcolsIXUIM therein, whether in aaegc on m off the ante; nod 6,20.3, other property al the site or adjacent thcmm, including freee, shrub; lawns, walk; fewemem4 readwa" structures, utilities ard Undawand Facilities not derugwted for remaal, neloston or repbccmem in the roan, o[caetructim CONTRACTOR shell comply with all applicable Lairs end Regulnttoma fany publicbody Irem jurioliaim for Eery of perwm or property or m ,oat them Oa, da..ge, injmy a Iona and shall occt aril maintain all e® racry as aguaMa fa such safety and Protection. CONTRACTOR EMI ratify ownem of minicar pro,M1y, and of Ueda round Facii0i. andutiltry n when pm.cuoon M the Wool, may acted dam and shall cooperate with them in the rotation, mmwsd, rMocation end fepluceno,m of tltea,operty All damaegge, mJury a lam to any prcpary afemd m in pmmgam.6202 a 6.203 uu.d dneOy or iMbeolly, in whole m b tort, by shall be remedied by CONTRACTOR (eswep damage or Imo. attributable to the fault of Ihawirlis or Speciftcatiom or to the seta or animian of OWNER a ENGINEER or ENGINGER'a Cm am dom, or ryme empoyed W mry of Oman or anyone fa whose acts may oftlwn maybe liable, and rat MrtWmble_ derectly or rdirecti, in whole or in EXWOErdOW.COMMOM 1910.ad99a6dfimm 15 M p1Y OF RORT N W.UB MmtPIGl10N¢ fah V 1ROL0) • • • 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, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal' items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal' item of material or equipment may be furnished or used by CONTRACTOR it 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 40 substitution, OWNER may award the contract to the next lowest responsive and • 0 rmtim to OWNIR and CONTRACTOR in sremdaae with paa arch 10. 13 that the Woh is scaptable(crept as dhawae eapremly pnavidal en caucctian with Subsamkl Campknon). 611. Safety RrprrranmMve: CONTRACTOR shaS dem note a yu.IiW ad exp amnood safety mpresentanve at the site whose duties andrespmsibilitia.h.11 bethe owerson afaecidems nod a the mammmg sal F."t ing of mfety prcmuumu end pagrams Rsasadc mmaairnnen Pragmms: 622. CONTRACTOR slash be responsible for aardwei arty exclaugeofenatwial safety doa shoot.a Other IMmrd ammanimtion information requtned to be made available W Or Rchanged that. or among cnployem at the site th eceardbra. with laws or Regalmdnns Funargendee 623. In emergtraies aReaarg the mfaty a protection of dmnges th the Wok o vaktioa bon the Castanet Davmrnts have been caucd thereby. if EN024M detearias that a hnrlge to the Contract Documents is raluned beemuse of gm nicataken by CONTRACTOR m respota to such oa emergency, a Work Chmga Dimme ae Change Orden will be issued to decumed the popoes mquad by rymgaph 626. The numbers ofeach Sample W be submntd wW be as apecifid in the Spaitimhom. 625 3uMniaat Prottdurv: 625.I.Bdbrc submittEmmptsh aShop ]hewug or Sample. �N"fRACT0 abet have detomirid and verified; 6.25.1.1. all field me.ena, quanfilim, dimenniots pecified pontoons. ratan. installation nquhemema, matoiah, mmlog numb. and ..it., infonnanm with rwpeet thereto, 6.25.1.2, all astatu k with respect io aacndd use, fabnootioq shipphg, MMlblg, .tango, assembly and inaWlefion panaming to the performaaacofthe Wark,atd 625.1.3. all motorman. relative to CONTRACTOR's sole o spmuibilitirs N respect of means, mdhod% teclmnquc, Ruin.. and proaedoes of construction and safety prxautiora end pro,,ams ircident thereto CONTRACTOR shall aim have reviewd and coordinated each Slap Dmwirg a Sample with other Shop Drawings east Semple, and with the regairemenas of the Work and the Conan Eaanmeses 6252. paeh sabmiRnl will been s ounn or specific written mdkanan that CONTRACTOR hex satisfied CONTRACTOks obligati. under the Conned Da:umaon with respect to CONTRACTORS review and nplaovn l of then suboom) 6.2A SkopflraoI aaad&WIFa: 6.15.3. AI the note of each ammisvor4 CONTRACTOR dill pas ENGINEER epeeifie &N.1. CONTRACTOR atoll submit Shop DrowiW written pion of such Mankato, if any, that the Shop 0 ENGINEER far review and approval m momlance Dmsnng a Sample submiad may have tram the with the auxepied schedule of Shop Drawing. mod mquwmwtls of the Conned Documents, such rmtia Sample mbmitble (xe pm&aph 2.9). All mtbminals to be in a written amlmuNmtion septatee tram the will be deaifid as ENGINGRR may o is end in subminal: end, in addition, stall anuse a specific the comber of es specified m era General rpmtien to be made on Fact Shop Dmwitg and Reguireat. 7'he 6mshown on tM Shop Dnwinga Sumplc sudniaad to ENGINEER for revkw and will be complae with sapact to tuanbues, appovel oreadisuetvadminaT N-N,K W Purposes 6.242 CONTRACTOR shall also sulrab Samples W ENGINEER for review end approval in aucard.. with mid sees d schedule of Shop Drawirga end S_Pk sabmiaak. Iiech Semple wig be identified noody a. W metmwl Sulglia, pertinent data each as ramlap nmvbers end the um fa which intended end dherwue ax 17NOINEER may require w ereble IsNGINSBR W tnksv the submltal for the hbnited WaT O F FORT COWNS MODIPI6a Iola FAtim1 I6 Wdl'YOF FORTWWeBMWIY1GTl0l6(REV saws) 6.26. ENGINEER will revtew and approve Stop Drawl W end Som m in accodmtm rvith themheduk of Shop Dmwia a and Sampla submittals ecapeed by BTIGINEERasnquvdbypanaBeph29. ENGINEER'. eavemoadmiew ed the suwW be oily W ner ins Bthe imms imotpo by the he Wwk, onfiWAL s toter ie btfinaas o rrmorporatwn te the Work, mnfotm to aW iafommion given nt the Cort nd Daumess and be cos patible with Ne dutgn aonespl of the ranplehd hoJIt 0a a Cwaanmg whole as mduated Try the Cwtmd Documents ENGINEER§ review and appmal will not .[ad W mares medxaE, teclmiquFa, sequences or procd. of maaaefitn (exeepl where particular mama, mahod, teolvdque, sequdee or pmcedae of • earestructvm is sreclfacally ad earnestly mled for by the aaader. with the Cmtree, Docmews or e release Contact Doument) or to safety precautions or programs of CON'IRACTOR's ebl'gmim to perform the Work mddw th ono The review and approval of a selxusto in aaadanawtlt the Cermntl Doument: item as such will sat indicate approval of the mens. in which the was knaborm CONTRACTOR dull make 6.30.2.1. obaan,muwbYENGINEER tractions required by ENGINEER and shall amn the .ad number of mnedod copies of Shop Drawings and 630.2.2. recommerdmim of airy progress or submit as required new Samples for review and approval fnalpsymea by 6NGrNELR: CONTRACTOR shall dimct sprain. auamlm in wribg to avisims other than the arreai. called for by 6302.3 the Ismena of a ccnilrae of ENGINEER an previous sulmittt. Submumm Cmpktion or my payment by OWNER to CONTRACTOR under the Camara 6YI ENGMEE0e rev. and approval of SIwP amm Dogs; Dmump or Samples shall nor aliws CONTRACTOR from realmmibilay for any variation tram the reveanema 6302A sea or.pmay of the Work a any of the Contract Docann" and. CONTRACTOR has in pen ihamfby OWNER: wdtirg call. ENGINEER. attmtiat to each amh variation at the time of submvem. as respire l by 630.2.5, my accrytan ce by OWNER or my paragraph 6.25.3 and ENGINEER hen given written failure to der an. approval of each such variation by a specific wmtert rotationtheaaf uicotpomted m or aaompnying the Shop 6.30,2.6, any review and approval of. Shop Dmwrg a Sample approval; nor war any uppavai by Drawing a Sample wMrival or the iwmaae oft ENGINEER diwa CONTRACTOR from t�or�Ibgily rdia of ecapinbihty by ENGINEER pursuant farcanplyingwalatherequiamenbofpow,roph 6.25.1, topmagaph 14. 13, 6.28. Where a Shop Drawing or Sample u rrepmeal by 6.30.2.7. any infection. test a epperwal by um Conuaa Doamems a Ne aheAnle of Shoopp Drawing others: or end 3m le mhraimiom acceped by INGINEER m pregvoh 2.9. me, rebored Work performed 6.30.2.8. say amettion of d*mw Wak by pn�toENGIiVLrERS mi. and approval of the Pert t OWNER submittal will be at the sale M. ad rtaportdaGry of CONTRACTOR fndenvaReadar: CaMomingthe Work: 631. To 0re fullest extent ited by Laws and R.,imioru, CONTRACTOR atilt idaani(y and held 629, CONTRACTOR shall tarty m the Wed, I.I.aI.I.OWNER, ENGIJPER ENGINEER. .here to the progress schedule all disputes or Consolums and the officers, daectors, employee, agent dimgeenentwrm OWNER No Work shall h delay. err mad either..,Am= of ach and any of them from and • "pared pending resolution of ally dufryarntes or disegro«nwas, aaapt as permitted by pmgeph 15.5 as as West all claim, toss, bones and damage (imlucluE, hot out Waited to, all fees and ch nges of agmaem, OWNER ad CONTRACTOR may aharwaa ago in achitcy mummy. and other profeswmals and all awn ar umil. or arbitration or raper dispute resolution was) caused trtryy from the of the 6.3E CONTRACTOR'', GeserN Warranty and aisitg cut of ar ironing pefarmmee Work prov idol dm1 mY sash clavn, cost, Iwo or damage: Gaswmdee (i)is attributable to tidily inJmy, sialmrn, disease a death or to injury to or destruction of mgible property aa 6.30.1. CONTRACTOR wams ad guwmea to (aher than the Work milli including the Iona of um OWNER. ENOINf3ER ad ENOINEER% Cartwlmne avuLLiag there6an, and (a) is tamed an whole or in part that a0 Work will be I. d. with the Comma by any ragligem an or mission of CONTRACTOR any Document and will net he rkfernve. Slrhamacta, any Supplier, any person or agantmmm CONTRACTOR's werremy ad guarantee wrounder directly or Indirectly employes by any of tMm to perform excludes defers a damage caused by: a Gmush myy of the Wed: a myam br whoa act arty of them maybe liable, ragwdksa of whedar a na mumd 630.1.1. abuse. moduflummn or ietsoPer by inpr.'wEb,,mmemmirsionof'.2'.,mmtity indeno M hemmdcr a Madan hab try ra imposed mabaerersa a opret. prams oORr tan CONTRACTOR Subcorm'wtowne Suppliers; or upon such vlderra fie. pray by Laws awl ReguWiom regardlcssofthe "bgeme deny suds person a amity, 6.30.1.2 normal wear and hoer under rmrmal ung. 6,32. le say ad all dims eguias OWNER or ENGINEER or aty of then rmpmtive armnhama agaaa 6.302. CONTRACTOR. obhpfi. an red. and officers dircrar s a employes by try mplaya (or the owmplete the Work yr aavd.. with the Commas Document shill be eb.1mr, Nome of the following amvivor or pusa�.1 atnesmmtivo of ado anpluya) of CONTRACTOR me, Submmaobr, any Supplier, any will mmiam ran eesptrce d Work that E not N person a orgmtimtion duectly or idvc0y employed by EmDCOaNaVdmbmt om 19108(MEdtal 17 W pTYOF FOai WI.LIICiMWIFIGl10NY(NhY 96m01 0 any oC Rwm b per[am or famish Mry oC the Work or anyone [a whore ettv anY of dam mar be liable. the demuifiatim obligation order pamgrap`,631 shall rot Is limited in nary any by any Rmtmhon an the amours, or type a demegre, amp. rows. or benefits payable by a nw CONTRACTOR or Any such Subconuater, Supplier a anion pnsa� a orpymiratmn ender work.e ampauation ably d,snbiltry beneCt aasar other rnployo benefit acts 6.33. The irdunnificatim abligadens of CONTRACTOR under 6.31 shall rent caetW b the liability ofENGTNEER AM ENGINEER'S Comuhcrns off rq citations employeev or agents, auaed by the pmfe,mor el negligence, errors or.Ame..fany.Effi.. ninlNaai ojr0mgatlona' 6.34. All reprewttatiore, indamdfiations warmmies Andgammees made in ace uwad by ar given in accordance with the Contract Document, as well As All mini peml ablisntinns indicated in the Contract Document, ill mrewe firal IMYment. completion and acwpmtam of the Work eta termimnon a mmptetion o[ the AgtameM n tT 4 (Ar M:4IIf i E(i A fIEIMITs rmmw,'ts, -, 77,Fn 71. OWNER they prf. Mir wok needed to ate Nett at the die by OWNER's two facts or let Mar direct corntrnas therder wind, doll ventain General Cowell. simdm to these. or hrvc ad. nAl, performed by utility owners If the fact that such other wait is to be • pafareed was not noted in the Contract Docdoe then. () written nonce thereof will be given te CONTRACTOR mvw to Ma.;— e v .nil. o , —1, And that suah pert.A. will involve Additional expaty to CONTRACTOR arnpheeadditimul it.. and the rtfm meamw. to Allen. es tot]. vaunt or exbnt a..w 7.2. CONTRACTOR shill Alford each .Cher contracts who t a party, b Audi A dime, ccntrect and each utifity owner (and OWNER, if OWNER is Mlisming the Additional work with OWNER's employees) )roper and safe sacs to Or. site and a restorable oppaAmrty for the introduc[ion and storage of material and .quyaneat And the acation ofauch other wok and shall property cement aM ecordvarc the Work with Heim. Vnlars omrwitA provided At the Ctmtrud Decmnents, CONTRACTOR shall do all cutting finis, end perching of the Weak ChM may he required to make its savant pane mine bgaha properly and huegrste with each odor wok. CONTRACTOR Albert not eahgga any work a others by cutting .,an, a odanw. two, tick work and will only out a almr their wok with the wnitta,c Bert of ENGINEER and the others whom work will be Affected The ". and rapmaibihti. or CONTRACTOR Ada thispmgaph Me fm the hetnfit of a ch minty awncn and ales mmmaas to the extent tint tines, Am mmpanble Ill W)O NOOFPrint COCOtaMde'BaOMOOtaFlleCsAT[I1ONS(10fiaVlarz(a) F- ,i L -A pmvisiont for the benefit n[ CONTRACTOR inAnd contracts bcevcen OWNER and such utility otinem end Atha umtmctoa. 7.31 If the pprroper exaunan a rauhe of any pert of CONTRACTOR'A Work dmende upon Mork pertonned by adders under thu tune 7, C NT OR Alan uuwcct such &., wok end pprranpdy apart to ENGINEER in wrhkg Mry delays Abaco a deficiencies in such &her wok that render it taavailable a wvuimble for the pvper ereatim and result of CONTRACTOR4 Wok. CANTRACTORS 6dwe An 0 report wit ron¢itute An c.,AA. of each other work as fit end proper for mteprntton with CONTRACfORS WA main far talent a norapparent deCcd and deficiencies in each other work. 7.4 If OWNER contram with others for the performance of other work on the Project at the site, the follavinwill be Act falh in Supplarentery Carditiem: 7.4.1. thepason,firmacotparetionwhewillhave aWrady end respatllzln, fa coordination of the aaivitia among den voriinw prime contractors win be identified; 74.2, the specific matters In be caerM by such eutherity amlrespeaibility will be itemiad; aM 7.43. the extent of each oulhorty And rospatmbilitice will be provided. halms oWenwi,c OWNS in the S.=pp].amry C.ditian, OWNER shall have sole AudMAity AM rapomibiliryinrapeaasu cocrdiratian ARTICLE gOWfiER'SRFSPONSIBB.ITIEg B.I. Except se otherwise p entitled in these General Cmdiliom, OWNER "All Amen an canmtmiesticm b CONTRACTOR tlratgh ENGINEEER. 8.2, In use of trainman. of the employment of ENGINEER, OWNER dell appaim an ergaser iwanr whoa smm ad. the Camara Doaunent shall be that oftheforner ENGINEER 8.3, OWNER stall bmiah the date required of OWNER under the Contract Ibament prmnptly AM shall make parnemv to CONTRACTOR Pmnptly wMM foxy ore due as provided in pangaples 14 4 And LIA3. SA OWNER, duties in reaped of (raiding leak And An. An is AM providing enginarng wrvecyyaa to establish rofaerxa ants are eat frath er panegngm 4.1 wed 44 Pit, 42 sefAm b OWNER's ihnti[ymg AM ankh, Avalable to CONTRACTOR apnea of repeat i or expbm eatioam team z or wbaurfac, con. At the site and dmwaW of physical conditians in exiaing Amrlurer BLOr mrdiguomto de me NM at ve been uhh bf IsNGfMfR N paPri^e de Canaan DocdmeNs. on.4f"..ib I-WiP g wnLamnunniag�Imbtny aid-p,nny- nraaenee-em-ael 86, OWNER is ObligatM to cuma, Chang Ordm as i dimmdinpers® ph 10.4. 83. OWNER§ r,,onsibiliry in respect of cenain inq , true and epprwals is set forth in paragraph 13.4. 8.9. In connection with OWNSR'a right to song Work or swspend Work, At gntaggretapM 13.10 and15.1. Paagraph15.2 dean with OWNER'. right to bmromta sevicm of CONTRACTOR undo ceMN cuaunstatecs. 89. The OWNER AMR not supervise, director nave cmaol m authairy won, nor be rispmaible fa, CONTRACTORS auam, mehods, toolonqua, ".s.s orProcedures of eansaw ion or the so(Oy pma iannis and propams trairkN Naelq or fa mY failum of CONTRACTOR to connPly wiN Laws aM Regdetiom ePDlimble to tM Cur^ ebn,9 apa formeree oC the Work OWNER whit mt be rapowbk far CONTRACTORS Cedore to dDoc or fu Jtc Wak m ntmrdarm wish the CmtreGDocummntc 8i,min, pml-s Or wliry lhwsarddaf-urNigs, A�tas; - P Io ale . .a d ybrwndhd at d de —a Rarkmaive-Materials uraoverad a-rcrailed nit Ihyiteia uLfalb-in{nmpapb 43- *AI_It'onddothawmt-OWNE0.afasegreWtoianash URA PP tespons addy in r - &gplanenfe%'G°rdNr°Px ARTICLE 9-RNGINEMS STATUS DURING CONSTRUCTION r 9.1. ENGINEER will h OWNER, tepexrmLive dining tie oaatruehorr psnod. The dales and aespomlmRtim and de lunkati. or suthmity of ENGINEER . OWNER's ns,nss iative duns,gg mmwaion one at forth an dw Contract Documents entl shell not h evaded without written consant of OWNER andENGEREER. Yrsia oa Sor: 92. ENGINEER will make visits m de site at inlavals epp0pr ma to IN venom Aagm of comlnsaian m ENGINEER deers necessary in order to ob oac as an e:q,erisrwed and Wdfiod design pd}s unid the p%= MIX ofl® COMDOa letoa asses lalmt Pv an or roar mut is mopulcTnorvs tut raooa dent has been made and an, auslity ol'the vaniaua an m sot Io err pamIpaph 9.13, and pmtimlar bat wiNmt tiaimtiat duirg a as a renalt of ENGI M S ..as visits a observations, of CONTRACTOR% Work ENGMER will not eupervi., direst, central a have anUwnry won or be no oasibk for CONTRACTOR% means, methods. tachrugmS sequences or Procedunes of mrod action or an, mfdy precautions And pogrsas incident thaato, or for any failure of CONTRACTOR W maply with Laws and R,alazims, spphoilde 0 the ftinvA ng, or paformarce ofthe Work. Pr,wd Rrpiere wfise. 9.3. If OWNER and ENGINEER bra. ENOU41M will annual a Resilm 1'rujeot RaIOmaetive to sin ENGINEER a. cadumae ab.A,on of the Work. Th rysn� don` tend Nmly�and timiNtions Naean oC any much Residem �'�Jact Re mranwa and moll NT will h as provided in pmagns*9,3 and 9.13 oa L'sa RippkaaPWq conditiem of Nee Gmml CArdtlam. If OWNER deal®IT1eA T"Othrr rtprCr'Yn1aft M egf�l .I OWNER al no ua w reL EN G s i 1] 0 • e I. aM doer W.I. .red by de 93241 _ CQWwt m-Wo dcmahm of the Woh m ammo, to e=t IFe QmtmR in ddermirdm thN the Wmk is m Iin¢ in emmdmuc unlh the Cwtrad Ibmencra¢ • 9.3.2.4.2. Rmort to the ENGDIM where Ifr Remmenmfi W helieves that the Wmk t ws4istR IQ TRW w IeWme W dove rut c¢N'am to Coma Dmmnmta a has bxn a¢M. m ms mt mat the mwmmeN9 OC env IemcliolS tw6 a ermwvem rmuired m M mah' and a m Ne O12JRRR whm M bchca wmk shoWd M carmtcd m rciwcd m shmld Ix wcovemd for ¢h ao¢n ¢ n.¢u'In medal lotim. Manor anfirwel. 212,93 12,9Ammmay m othm aim ina_av':g 'misdictim over she Prokc[ record —toe rcvlp gj�2em insvmlime eM ee¢¢rt to the 94GlNRRR 9.3.2.5. Imemr¢tetion oC Cmwm QImentg__ _ (igmet to ENDINERR yvlgq {'1um13fflwhml9 ore I-nyAcd [IOni 07'tlle CA I CONTRA ore pggped nM tmpm,j{� S:ONTRCC of da==on%_ep{LteW v tho Docame b issued 9.326. M fifiwlims. Cemidm Rrld cAwrte CONTRACTOR'S mawmlam Cm 20 FJC9C0@19AN.COIU!momll)[ OMEM.m WawoFmTmwmmnn no18ms 4e w) 0 m¢difiratim in Dmwirlw m Sbecilwuae ab revert rmmnme twm to RNO e b T dewsima. G 9.3.23.Rmorda 9.323.1. F o rtwrta s rt¢'red eo the mavev d the Wmk end of on CO ul OR IIdW M s3rudaie .1 sbo umwin¢ W MWON 932%2 Conmh with RNGTNRRR in ffi in tom or Bart ofm Rqm xma 't Wmk. 93.2.8.3. Dm@ srm d Clelme Ordure end Wmk Dump,, Cleren ehminm¢ bockt3p mateiel limn dm ODMRAC 9ed n IeM t ONers Wah Dumhre >� mWJuld ffid0I8 9.3.2.6.4. Re Imme wlv to BNGINRWt and OWN,K W rcnmenm of my ®gldml. 931.9 AymmtRmuew_.ciew and'aEms Cm wvmed ith COI gRACTOR fa mm¢lienm the ute mote re or ,M issiw and Imwwd with mcnr mnd.42n b ENGINE • actint, cukll the telntionshi of vwnm I utlkd b Ill• I¢ of Ve uLi -Is aril at MaIwed m ak t rwt trcomaetW m AWL 9.3210, Corceatim. 932101 Befom ENGINEER issues a Ondficme of Stlhennnal Canrattaw..trait b CONTRACTOR a hd of rtnwvW awns ruN� cmreeioon conowleiof canolei CwWuct on fisor t iraetiat in the U102 nv of the MUINEER. OWNER and rwtuiremmm of can Connect Oaaatwes (m the fence aDrawings a o1lkrwEe) as ENGINEER may determine wary, whidt shall be msident with Ile mkm of and rea9arubly bderable fmm the Contact Dacu.,wa, Such OWNER R and tioGsOanMdR ACTO tiaa If O WbNindRingw CONTRACTOR believes that . writes dwificsfic. inithe Cont jt Ti6w an adjusbactit pubs, the Cale In I4ice a the Contact Timesand the prim we nabhe OWNER Ron m the ALTO m .,race roam( to my, OWNER en CONTRACTOR may make a writen claim vem[m as jrcww d in Article I I or Mick 12. Authorized vMad.ia Wank: 9.5, ENGINEER may mnhorice mitts vmia[iww th ncrostok cor 4dormmnleted. the Work from the rat.iremens of the Connect Onsoom nt which do not awolve an adlones. in the 9 3210 3. Obterve. that all items on the. Contact,Price m the Camact Timer a1. compatible fi� 11'a Mva been carm�t r amalelwl had with the design cmwcTt of the =plead Project as a make rmommmtbdau b fiNGME[:'R fwWmirig whale as indicated by the Contract Documents ThesemaybaaavmplidwdbynFied ONea and will be bulling on OWNER aril also as 93 3 Lim baron of Author W The Ren cnIsO a shall CONTRACTOR who daft perform the Work ImoNed MIL prasply_ IfOWNERaCONTRACTORIchervenMeta 9.32A Aulbaka am deviations from the the Contact Times and the fatties we unble to state v Canhecl umacl ohm[ ww suhy't gy m Ile mnoma or names therar. OWNER m stereo ar corn mnmt. udess aWaai by the C10NTRAUIOR .ay .eke a wrivws daim thcrdm u ENOWEP.R onvided in Article II or12. 9332 EBceed Iunmtima of RNOINEERS authorityone sttforthinthelftl Ibcuawds 9T3 3 Undcmke env of tla rar bilities m ere wnsTwu;T�R. nstecandinestart, as CONTRACTOR'S mpwimmdem 93 34_ Advice M or none directions motive b m assume mrgrol ovw am Most of the man methods. tccltlti Tyts, rOg a naeAvm for tsmucy I ch ao'tftally ailttt fa in ts� fastener Docctmeros. 933" Advil m a me Ladiectiac m espallp or aaume omo-ol over sfeN W 9336 Acmp__$jgp Drew' o�r semol Maintains U. dhar Nan la OONfRACTOO6 933] Amler�ze OWNER b omom the Wank inwMb or .tart 9336_ Articieak is metieliaid . IieId or )g�ye191ytestaorbasctionswnLu by Wan Qlqq as soacifially aWmrlaed the ENG Clmificausr and leterpmfodss: 9.4. ENGINEER will isen with rmnsble,mi ev n such written clarifications a itow reUtias of the ER'pCO6T9RN. CONpTOM 19ta4(IM Educe) Ryeedeg D,tfewl ve Work' In ENGINEER will have eulhority in disiPPppov�'� a reject Work which ENGINEER befiaes to be deJeeme. or tlat ENGINEER believm will not conduce. cennpletad Project than caNmms to the Con= Documents or that will prejndia the Iotegdty of the designconceptcwept of the plead Rohaectt as a furBonirr��gg whole asindicated by tJ4 Canned Dacumems ENGINEER will alto have authority to require special inspection or testing of the Wank as Istwided in pasegocph 139, whdlter or not the Wank 4 fsbriated, is411ed or mmpleted Sdsy Dtmvhvg Change Orders and Payments: 9.1, In a0mration with ENGINEER:.a authority as to Shop Dsawirgaand Sa.plca ace pose ruplu624 thro h 6.28 Moshe. 9.0. In cotmaYion with ENOINEF.RY authority as to Cha tge Others, we Articles 10. 11. all 12. 99. In mtmmtion with EINGINEER's authority v b Applications for Payma C saw Article 14. Derwtninadam for UNr Pncn 9A0. ENGINEER will dgamine the actual quaaffes and dowifimvos of Unit Prim Wank perforated Fy CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER§ nobnow, dekrminatimn on no maven befom rendering a w iw t daisiun thereon, (by rawomeldanlm of an Application 11 • 0 • fa Payment or offisom m) ENGINIteR's writer derifov decor, Ndem otherwise agreed in ern % by OWNER thereon will be fwl real hurling open OWNER ad ant CONTRACTOR CONTRACTOR moos, with. an days .fta the sae of wy such decaiol either OWNER or CONTRACTOR 9.12. Whentuetioning as amerfrota andjut. under dehvds b the Otter and te ENGINEER written notice of pamgmphs9.10 real 9,11, ENGINEER will not show intention b appppeaml @an IiNGINEER's dcdsim and' (i) an frcen ENGINEEG''sdxWmrstakmwlthuntletMe pity to OWNER or CONTRACTOR anal will not be liable decision appal N caueotsen with any ueapreation or limits and in ee.d.me with the penced. ri Corth in real ..d in good feilh in such apamty. The renderer, of SaIntst GC -A. 'Disputo Reeomfion Apecacm', entered a decmion by ENGINEER pursuua b pampvph 9.10 or as. between OWNER seat CONTRACTOR penman m Article 16,w(ii) ifnosuch Dispute Resolaian Agramau 911 with respect bony soh slaim, di Is a a., reenter(eaeeptanywhi.In vsbamwm,cd��tI enmekinW has be. entered Info a formal plORei, Is mammal by ce BcraEptar es, of f real payment as r.... id d m the seemlier,"m a forum of wmpetmt))'onalu art b mremaa such aglasortsmakesse eappeelin$party may v .graph 14.15) will be a undid. prccdem rO any vcucby OWNERorCONTRACTOR ofmoh Ninser love with rasped to ENGINEER.'dxawv less remedies as either may odawisvv have order the Contract ahetwise ngrsad N wmbg by OWNER and Documents, a by Lowe a Regulations to respett of an CONTRACTOR. Suds appeal will not be subjaa to the such claim, dispute m of es re. mpurasm-l'auea-I6Y proadmea dparogmph 9.11. 9.13. LLm4mhw. w FNGINFER'a Aalhonry and Dedslanron Dispnles' RegandN@fes 9.11. ENGINEER will be the uttial hnopmar, of the 9.13.1. NoWns ENGINEERS authority or requirements of the Cantrvct Documents real judge of the Worktho Claims, diemlmand reapontibiliryry muter this Article 9 a under eery other aseeptabdltyofthe males. povefonofthe C=,e lDavnten..mmry deacon other rester, mIntu� to file aaepNbdity of the Work m Cenaam made by ENGINEER to good fens either to maxim the interprelatim of the rcquvemmts of the a not exorcise such aulbriry or reapasbdity a the ao Dmmus paraming to the performance eat fmnising of der umking seals or ParforNmlce of any..Ihmy the Work mad claims mule Articles 11 end 12 in nepres of or respandbdity by ENGINEER dull create, impose dates in Ili Canna Price or Caurad Ties will be a give rw to my duty owed by ENGINEER to refemd mitiaty b ENGINEER in writing with a request I:ONT1tACTOR my, Subcontractor, are Supplier, for o formal decision in aaadmhce with this paayaph my other person a agmtimtbq or to airy sooty for Written notice of mdu each claim, diapuk a otter matter aampbyee or agent a., of them. will be hlivered by to claimant a ENGINEER and the other ty b the ant pranptly (hut in r. event 9.132. ENGINEER will not supavae, dire, alcr tun thmy says after the start of the camrmes or control or have mahaity ova a be rmpcnsible for seem Smol rise means, end written .=utg fan wdl CONTRACTORS memo, mated, techniques, be orb nasal to ENGINEER and the oatFtMer puny within sentences err pracdnes 4comemotion, or the mfety • surly days after the set or such remrtmes or event moss ENGINEER flaws an Man..] period of none for the personas end pro�ams imi ent thereo, or for any failure of CONTRACTOR b amply with law, and suleaissun of.1aiorul or name areas sate in smart RWImioa amnmpl1n'cablc to the famishing a f each claim, m xvc a dxr matter. Th a g)mny performance of teWork. ENGINEER will not b, shale submit ary rcapaoo b ENGINEER ervl Ili danno t responsible for CONfRACTOR's failure m perform within thirty days agar romp of the claimant's Ina a fomiah the War, in aseadmnse with the Conrad submiuf (urdem ENGINEER doves additivul time). Documents. ENGNEER will radar a forma[ decision N writer, whom thirty days after receipt of the appaiM partys submittal, if 9.13.3. ENGINEER will not be rapondble for the any, in aceoma se with this paragraph. ENGINEER's now or one miom of OOWRACTOR a of any wntandecisiononsuchclaim,disfee Or othermatterwill be Kral bufum OWNER CONTRACTOR Subeonttxb6airy SLpplfmaofdry Aberpersoner aal upon mal segmentation pedoma, or throas, my of the w unless (9 an epee. from ENGINEER's derision a taken Work wit a time limits and in nceada se with the procedures ant forth in EXHIBIT GGA 'Dispute 9.13.4. ENGIrEEt's review arts final Applamum ah RaalamAgraanau, amoral into btwso OWNER and to, payment and acampanying doeumenmtion and CONTRACTOR purshsnt b Article 16, or (It) a no each alp mamerana and apeotir, uauructiorc, smame, Dispute Reormuon Agreement has been entemd inm, n guemotaea, Hoods nevi anifaaus oFimpxtion, teas written notice of intention to appeal Ram ENGINEER'S andnpprovelsarcp otierdoamenafionmquiad tole women decision is dolivend by OWNER as defivaed by pn.g.,%14.12 will only be to CONTRACTOR to to other end b ENGINEER welan determine gemantly that than amen complies with thirty days after to dale of such deeaien and a formal the requirements of anal in the cox Of andiwta of praeediM m instituted by the appalmg party in a forum of amPmem jurisdiction to ehmmtx such 'ghte a inspection, here aapproval. that the resat¢ indieae Conrad r®dies as the appa[mg tarty may have with Impectbasdhclaim, certified amMiance with, the Dammerna dispute a Other comer mac velance wdh xpp16eb1C laws and Rcgobnas within sixty days of Its date, of such 9.13.5. The limitation ,on mahaily ad 22 EKUCOflamaL (tlmm110M 19108 (r990E011m) wI CITY OF FORT WWM MWIa1CATIONS m6v 4nOM 0 ma,ancibility ant' in Uuspmepfeldr 9.13 shall also (malmlirg, hot net amwd to, Caner Price er Cannot • apply to ENOIFI1TRk Cauullentq Resident Prjad Tim.) is required by the p wimmc of airy Bond t0 be Re,twentatue and meisanw. g�van w ammy the giving of ,try such antic, will he CONIRACT0R9 mspmenbdny, and the vmowa of each applieabk Bend will be mImi d ocwndingly. ARTICLE 141-CHANGES IN TFIE WORK 10.1. Without irnalidaimg do Agreement bird without ndice w any saelY• OWNER may. at an, time Or fmm fins, to time, erdm aMitimn, delanom or tevis au In the Work. Such addition; dele6ms or mvim.. will he mnhmined by a Wnto, Amenmrram, a Cbmge Order, or a Work Change Daective. U seen receipt of arty such docmncM CONTRACTOR shall prom y proceed with the Work wvalvd which will be Mad under the appliableco diuwofthe CaretOaumaw;(«ceptwe ethtwise specifically pm rod). 102. If OWNER anal CONTRACTOR arc unable to ,ryes es to a. ,Mau, if any, of an adjusment is We Comeaet Pia or an adjustment of the Counsel Tires that should be allowed. a result of a Work Change DIr0.41ye, a claim may be mark therefor as prwidd w Arud, I or Article 12. 103. CDNTRACTORshdlmtbeentitledtevninnuse Nth, ap=to Primammarried of&e Canna Tins. with reoneato any Wark nteas we amened thinded. m god by the Contact Imcnmers m amend, ono ' ad and suppleca. denamlddeyeamgaPle in mud 3b, except m User ass of vn eOf anus sesg Wallah prOvphb 23 Or m the cam of wmeag Walla as prmndd in paregeph 139. 10.4. OWNER end CONTRACTOR bell execute eppnprute Change QMm rmwnm miled b, ENGINEER bar Woman Amembrmenta) covering: 10.4.1. chmmgea in the Wmk which arc (i) ddead by OWNER fmrwnt to paragraph 101, (it) required be.uee of emepwncc of 4aadlW Work under po,,,h 13.13 or courting &facth, Wok under pamgmph 13.14. nr (in) agraAm by the pantie+; 1042. changes in the Cmmad Prim or Cennd Time, which we agreed to by the pad.', and 10.43. danges in the Contend Price or Concoct Timm which embody the mbsemew of arty wnten doom on reached by ENGINEER possmat to pamgaph 9.1 % provided that, in lice of erecutlog mry eachChange Ocda, m rippeaI ny be taken from any each detain in scamc me wigthe provisiore of the Contract Domments and opplicabk Laws mM 1lsgalatiom but cha any such vppal, CONTRACTOR shell canny on the M and wihe, as the pegem schedule as povidd in pampaph 629. 105. R rotia of e y charge egeaag lie general scope of the Work Or U. law®w of Ue Connect Doarente EIWCOEMmm. CONDITIONS 19104 (1990EJtice) WaW Of FORT COWM MO FOsMnNa(RhN e/1Wa) ARTICLE 11-ICEANGEOF CONTRACT PRICE III, The Cowed Price connotes the roil mmpenalion(subjeamauthoncedwbasanens) ayable to CONTRACTOR far performing the Walk All duties, se,wasibilitim and ebliplame asagmal to or udertaken by CONTRACTOR sbnl be at CONTRACTOR% expense without change in fact Coromct price. 112 The Comma Price may only be cles Ad try e Chenille Onder Or by a Wolin Amesdmers. Amp claim fa we ndjomnw in the Cadad ptia "I be based an wrimrn roue. Miscued by the apertrtyy mvltitg the claim to the other may am to ENGTNIiER recrody (hut m an event lab than arty days) ales the slat of me now. a medgivag rise to the claim sM stating the gercral mom of the elan. Noma M'the amour of the claim with supporting thaw bent] be MliverW within sixty thaw elks, the sort of such commerce or ever (uulam aedmwi or more mdMM new m supper of me cave) and shall be aaompsnicd by claimants wnnm comment that the adjustment claimed oven all Instant amounts to wbich the claimant it emitted a result of reid occurrence a ever All chow for ad'uannent in the s Caed Pinesstilt be Mtcnnned by WGINRRR is accconae with poragnph9.11 if OWNER eM CONTRACTOR semen edcnwas age m fbe enoum involved. No claim fan an mliuwmee in Ue Cenmect Price will be, valid ifeat submitted is accordarce with this paragraph I L2. 11.3. The value of any Work coved by a Chmge Order or of any claim for an kFoluem . Ue Correct Aim will be Memtined. follows: 11.3 1. where [be Work awelvd is cameral by unit pica command ui the Contact Democrat, by appl estion of each unit prims to the quantities of the items invclvd (subject to the pwaiw Of • 11 pemgrephs 11 9A doon li 119.3. hehsive), IIAZ where the Work involved is ee covered by unit prices continued in the Content D.tueeem, by e mumelly .greed payment beats, hmloduG lump e,m (which mry iroIudA an allowance fen overhead and profit not nor 61, in ..aide.. with p rapoph 116.2), 11.3.3. where the Work involved is rat onvrted by unit pica .resimad in to Contain Decumeaas mad agmn.me to A lump um a nn machd under ������aa��eeph 11.3.2, At the bmis of the Cmh of the Work (tlemmhmd as pmvidd in pma®a* 114 and 11 5) plus a CONTRACTOR§ fa for overhead and profit (demmruud Aslarovidal in pamgmplh 116). Cost ofrhe Weak I IA. Thotr4rn Cat of the Work means tha sum of all cans awresmrdy metered and paid by CONTRACTOR in the pale perform. of the Work. Escopt As disrwae may be Agreed a in writing by OWNER such code shall be in amamN An higher than those pevoilirg in the loafity of the 1§ojnt a1mR include only the following items And shalt nee melude Any of the mats itemised in few, aaph 11.5: 11.4.I.1r.0 toss nor imply.. in to dived emplay of CONTRACTOR in the perforteance of the Work under schedule of job clitssifiaticom aped upm by OWNER and CONTRACTOR Streh employ. Au include without lunimliah supromedents, fcemm AM other posionel anployd fall -time at the site. Payroll .cots for .play. net employed alltvne on the Work sFsll 114.2. Cat oFall materials Ad cquirpnAnt f irus.d and moupeamd in the Work ..dirB costs of "nVousuon Ad strup guncof. and Supphera field services mqqutred in .mh Al cenon therewith cash di. dull .erne to CONTRACTOR Was OWNER deposits fads with CONTRACTOR with whits to make fmymenta, in wart ease the an divaWa ldl ecvue to OWNER. All trade dimwnu, abates And refunds and means from talc d .44. materiels And equ pnAre AhaR .=A to OWNER and CONTRACTOR A.0 make posdtiw se that they may be obtained 11.mw aONdrhatr3%NofamWformOthyS.oe Suboonlndua. If regwhel by OWNER, 24 �"�O@®IN'CDWM9018 [9ne([990EtlaIW W QTYOF FORT W W m4MOOIFIGT10t6(AEV e4aW) 0 CONTRACTOR shill .Mein mmpounse bids from Subcodracross eaepmbla to OWNER ed CONTRACTOR and shall deliver such bids to OWNER who will am demmhhse, with the advice of ENGINEER which bids, if my. will be aacplod. If Any suke.rmnt (amid. that the Sltdmmaetor is to be said on the basis of Cost of the Work pInv a fit. the Sulmowecla's Cost of the Work end 14e aheR be dmemind hat the..... As CONTRACTORb Cost of the Work and fee as provided in pmepaphs l l.4, 11.5, 11.6 east 11.7. All sub.ntada shill mbjcct m the ether pmvi]iom of sec Cmtsct Oomuren cw n®far m appl i®ble. 11.44. Cents of special mmdmma (including but rat limited to engaCa$ ambltam, ttee9v������gg labonterieq amveyma attorneys and moon nN) criployd for sorvi e, ]pacifically mlaw to the Walt. 11.4.5. Suppiememal revs irclun itg the following: 114.5.1. The =m of nammry tr.naphrtatAm trove and subsivenre c.pcvs of CONTRACTOR'. employees teamed in diwh.Me of duties co mectd with the Work. 114.5.2. Cal, including I ration And na maintence, of all meld augstiea, equipment mscldnery. eMiianca. ogre And temporary fact ities at the alto and had tons net owmed by the workers, which am corsmnd in the peformmme of the Work ad ccm less mnket value ofsuch items used but not whammed which metala, to property of CONTRACTOR I IA.53. Rentals of at amnatudios equipmein ed mneldnmy ad the pats thermf whether rent' Moan CONTRACTOR orothm m ..,rare. with rental wormads eppowd by OWNER with the advise of ENGINEER and the cost, of transportation, lodirg, uNmdiog mutilation, dism.mling and mnwal thcrmf--all .rdmse with terns of said mental Ag mirmres Thr mnml .f my mwh oquipmart, mnhinvy or parts shall rem. wham the tar theeof ms nee longer.., for the Work. 114.54. Sties, eoauumer. use or slmlmr aces .I.W to the Wok and Gx whah CONTRACTOR a labla, imposed by Laws and Reguatiors. 114.3.5, Leposlts loot for cause, other that A*AAArve of CONTRACTOR Any Subcoramear or Anyone directly or adiamly employed by Any of them or Ru he. " any of dw may be liable. And royalty Mymenm nil fees fen permits and bceosea 1143.6. Lars and damages (end relazd copmsea) cemed by duraw to the Work rat ct ,massed by in.. or awise, auvaiecd by CONTRACTOR in .caret st with the performance awl famishing of the Wak (except lasses end damages within the delby OV amomss of Proppeerrttyy insumra wmgpb Shed by OWNER in farm ace with paraga rests, , proviha they hneBw� resulted Tram CONTRACTOR alter Own aa�s�lssry' Sabcau. of anyone dea�Mly�wRmdiratly employed by any Of them a fa whom Is earryry of tlxan may be table. Such tomes shall include settlements made with the written sewers and approve) of OWNRR No such Ioseq damages and experm da11 be ineladed in the Cm of the Work far the "T�we of determaag CONTRACTOR'. fee. 1t, Mwe 0 , any such Imo or damage requires recrosw'mtlm and CONTRACTOR is Mead m charge thereof CONTRACTOR shelf bs pid fa ova® a fee proportionate tothat elated mpamgraph 116.2. 11.4,57. The coa of utilmics, fuel and sanitary ficilitiavtthimu, 11.4.5.8, M. exRwes such as telegrams, lone daw. telePhme mils, WleN.. scrvia at the site. wits ggee and aatilar petty on items in canncmim with th Weak. 11459. Cm arRemiwnaformliniaml Dohs find inion. required beaase of charm a the Work 115. The tam Cm ofth Wak stag rot include may of the follusi g: 11.5.1. Payroll curs and other compensation of CONTRACTOR, oigasm mrxutwes, pnndpals (of pr es ahip andsole pmRim ..hips), geewl armugen, eegineea weli ecs, esnmetar; waimeya auditors, aoumm+4 Rvdtwryy and mnnnews iigems, egnditms, wnekapes, states and other pewee] employed by CONTRACTOR whether at the dW or in CONTRACfOR's Raman" branch M. fa gamest edmadatraMn of dte Wok aM not epeeifialb mclu in de agacd aµm sandal. of jai eaaiSan. mfcmed W n paragnylt llAA or spaifially severed ybyy pwagmph 114 4till of which arc W be conddered eAnimad aWe ems...it by the CONTRACT OR. fee. 11,5.2. R,,,mws of CONTRACTOR§ 1�nmiIW and parch offices other thin CONTRACTOR'. Office at Usawas 11.53. Any part of CONTRACTORia a wl (xpenam, pPinccloyluding ixl for the artiness an CONTRACTORS MWorkACfORlbirdeirgnmtpaymeNs ogaant and charges 11.5A. Cat of zer ammo fa all Bond. and for all aemm rs, whether or no CONTRACTOR is wyuiwd IV the Conductpem tDovmaas to Wrehaw and maintain sub,rW.ph 11.4 59 above) of ryiums cwerad by lis=OLTa0.N. comnom MIN (tea Hots) Mai. CiF Mal (iLLnB MCDM4 TTOthO 00M) • 115.5. Curls rue W the negligerre of CONTRACTOR any, Subcontractor, or mayanc diwdly a indimedly employed by any ofthen or for whose acts any of them may be liable, including but not limited to. the conmion of dlc/ecffve Work, die al of Materials or egaipmem wrongly supplied and..kinggod any d sage to pr,". d 15 6 Oder wedeed or geaael egeme toes of any kind end the ems of any item not gsasfimlly and expresly includN in pasgraph IIA 116. The CONTRACTOR. we allowed W CONTRACTOR for werhsid and profit shall h detmminedmfolluaw 11.6.1. a mutually am sable Seed fa;a 11.62 if a fused fee is set agrad upon, Men a fa Wand m the followinrgg pimambiga of the various p warsofthe Caa ofdework: 11.6.2.1. for, some inamred trader ,m,V.ph 11.4.1 and 11 4.2, th CONTRACTOR's Sa shmllba fifteen peon; 11.6.2.2. for cos i . . . d under pag,aph 11,43. the CONTRACTOR's fa shall be eve percent: 11.6.2.3. where onc a more ties of mal ammms me m ge bans ofCm of de Work plus a fee an! an listed Tea a a tq mt, the vvam of pa ri phs 11 4.1, 11..2. 114 3 and 11.6.2 is tam the Submareclor who actually parlours a fumM. the Work, at whaWve Ins,sell be paid a fee of fifteen percent of the curs mourned by arch^S^bawrimor underxpa wj;m* • 116.2.4. an fee shall be payable On do basis of cops iamiaed under mrs ruplis 114.4,11.4.5 am 11.51 13 6.2.5, the amaam of aNit to h allowed by CONTRACTOR W OWNER fa any which neulta I.a net d:aeaM In Na will be t e amass of it. aaual net dcnvewe in cost plw a deduction in CONTRACTORS Ca by on amotW equal W Eve percent of moll net decease: and 11.62.6, when both additiow and credits are bwolwd in any our change, the adjustment in OONTRACI'OR'a ke dell be ampmed at the basis Of the nd charge in accordance with pam®spta 11.6.2.1 though 116.2.5, inclusive. 117. Whenever the cot of any Work is to be 25 responsible Bidder that proposes to use acceptable subcontractors. • Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a • partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.6. 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. • daemimd pudmnt to Us �phs 11A and 115, CONTRACTOR JI .96 d aineein records thereof m mwrdame with geiCNlly .caged amwming prectiw and submit in form acceptable to ENGINEQt m directed Oat laeakdmva tagelha with supportutg data. Leah All., 11.8. Itieurdut dthat CONTRACTORbasirwluded in the Contract Rice all all... se reined in the Conant Documents end stall ®use the Work an weaned to be famidud and performed fin such sums eti may be somplable to OWNER and ENGINEER. CONTRACTOR agrmthm' 11.8.1. the allouvnces include the " . CONTRACTOR (Iexx any applicable bate Jxxmxw ) ofmaterials and oquipmsm required by the efficiencies. be dclivucd at tthhe diet andall applicable taxeA and 11.8.2. COMRAC'TOR's cOela for unloading and hmd1w, m de, site, labor, installation rem, overhmd, profit and other expinme coumplxted for the allowawe have ben included in the Camay Price and tat in the almvmces end no demand for addiOmel p.o mw m a m of any of the foregoing won be valid. Error w final laymen, an m noprmm Cfarge Order will be jawed as recommended by ENGNE.ER to reflect musel dreams due CONTRACTOR can second of Work covered by l.ce, and the Cmtrea price shall be wveepoadi glladjusted. 11.9. Unrt Pn'm Nmh • 11.9.1. Where the Cmwet Davmerem prawide that all orpart of the Wak law Ice Iwt price Work, imnally the Contract Price will he deemed m include far all Unit Prim Work an amount equal to the sum of the mhlehalad sent prices fa each indistinct, identified item of Urut Prim Work hands the cameted quantity of cash item as indicated in the gRreemem The amneted quessa s of items of Uait M Wmk me not guatmteed and we smeb for the remade m' Prim Work pafdined by e made by ENGINEER in 11.9.2. Each unl pone mil be deemed w unlade m amount cwaidered by CONTRACTOR. be adequate 0 cover CONTRACTOR'S coached vad profit fin anch asparv.ly, identified new. 119.3.OWNER . CONTRACTOR may make a claim for an vdjuswem in the Cwdraa Rim en mcesdance mthArticle 11 if 1193f, the Wearily of any new of Unit Price Wmko«I by CONTRACTOR differs mmnriallym am agm .doily fiwn the wtimamd Warmly of inch item udjcaled in the Agrecom, 26 BICCCOEtIDRaIitlMR90I819[OJ (1990fdblad WdFYOFFORT WLLIrb MWIa1GT10n6(RRYarmw) 0 9W 1 L93 2. Ilea, is no corresponding adjtmwmt with reepect to arty afar itme of Wmk: and 11.9.3.3. if CONTRACTOR beliavat that CONTRACTOR c mfiled to an he. in Comma Price es a reach of havhg irwrred additional v'qwwe or OWNER believes that OWNER is emdkd w a dre reca a Conrad Rice and the :.;� a arc arable w a,. ea to the ammmt Diary each... or drarme, 119.3.4. CONTRACTOR acknoseledam that 171:1FF�fi1'v'�.hfT9fiC.7dOH'I`VS:Y'I31 4� 121. The Canada Tim%(m I.Ele ) may wdy be dredged by a Chantggec Order or a Winter Amendment.Any Any class for ea is jwtewd of the Comm, Tiota (m Mkid.) shall be based an wrinm nabs delivered by the party ranking the claim to the other party and to IaNGNEER, pronely (bon to m co m lacer than duly, drys) after the mwrrence of the event givhg rise to the dam and satirg the geneml mare of lee claim. Nonce of the extent of the elsun withes lortirg dwa shall be delivered within sixty dryys after such meuraam (mho ENGINEER ellowv adddioal time . aswrtain mace smash done in of the claim) and shell be mcmnfaemd 4 the elahnam'a written slatanmt that the aeljuawem aI mt d se the retire adjanmea to which the element hey rcama to bell. it is MAIM m a msuR of the owmnance of said even All clams for adjtdhnmt in ENGINEthe Gonad in err ikers, with wdc4mmimd by OWNER an m eTRACTe with pmagcrpe. 11 r[ OWNER end CONTRACTOR waumn mad Two, ,War (ce, No menc fin an edjuatrnenl in the Corarect Tons (m Mhatma) will be valid if not graph 12. in accordance with Ute requirmm@ ofwe paretyaeh 121. 12.2. All time hands sated in the Conwd Commoner me of the issuance ofthere Agreement 113. Where CONTRACTOR 6 prcvm.d from omnpleting my pat of the Work within the Gonerct Times (or Mlemmm) due to deny I and the control of CONTRACTOR ireCmwa'funea mmacrowes)will nd Manndetl th an amosen equal to tjme lod due . such delay if a claim is made thswfa at provided w pamga h 12. 1. Delay. beyond the mewl of CONTRACTOR dal unlade. lot not be limited., nc6 in mgled by OWNER, acts or neglect ofuriLty mvrass a who, wvtreaors performing mha work as metemphated by Article'/. lack floods, ep ikmtrs abnormal madw rorditim, or sons of Clod. Ddayr dtrbumbl,, . end widdn the camml of a 3u1aonwaa x guppppliar d®I be below shall provided in m Ix, paid . provided • deemed to be delays wide. the annual ofCONTRACTOR. pamgraph 139;vd 12.4, Where CONTRACTOR is pevernd firm 13.4.3. as ommvim specifically povided in to mmolmvsa env mast of the Work within the Contract Timm Contact Do mops. OWNER end CONTRACTOR an asdesm an of iM Contact Tanta (or Milcrosnoas) in an amau t equal to the time last due to such delay shell iron CONTRACTOR'e mle and acl.wo remedy for such May. In no even shall pplin,, any other pawn or orgatdacamm or many fur or cmploya r aoggent mf en99 f than, for m anxhg mat of a,. tmg [ran p) delays auxd within am can"] of the CONTRACTOR or by Article'!" ARTICLE IS TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECENEWORK 13.1. NuoieeofDefeas,. Prompt notice ofaU ebferrrve Work of which OWNER or INGINEER lave actual krawledge will be given ro CONTRACTOR All ayfeanoe Work may be rejasmd. anmxted a exepld cis provided m this Anulc 13. A,eearo Work 132. OWNER ENGINEER, ENGINEER's Comuhams other reprecntativa aral Intents of OWNER, mdepardat testing labortarir and l ,rmmenml ogencim with p6mi cumeal msemxs will bave ooecer to the Work at ressmethk-timer for their abmswumn, mapecutg mad mating. CONTRACTOR dall provide them propv and safe conditions for such success and ade. them of CONTRACT'OR. sits safety proccel mx mail pngmms m that th, may comply therawah a appliablm. TN+'oMlnapealan[ 13.3. CONTRACTOR shall give ENGINEER maely ratio, drmd'usces oftlw Work for all required impactions, max or approvals, ant shall en pern a with inspection and mamap assmel to fecilime required impmctims or mans. 134. OWNER shall employ and pay far the aervlces d an mclapadat testing labormay to perform mall inspection, teas, or approvals rationed by the Contract Docammasexcept 13.4.1. for impecuom teas or approved covered by pemgmph 135 below; 13.4.2. that nets bwutred in connection with tests a u gwhno ow h mal pursuant 1. amlpaph 13.9 135. Iflews err Regubtiore o[mry ppuuFbllm body Invvg jmisdietioneequoe my Work (orpan dtermG specifically to be mans ,mod armed or oIprpo,ml by an employ. a other re(reserm ive of such publ a ydv, CONTRACTOR dal] asume fall ma mabihty Cm and obminmgauch invpemoru,temorspprwalq well masts in senneNm thcmvmvk a and furnish ENGINEER the segdmd xnidmtes d .1f.Uon, or approval. CONTRACTOR shall also be rerymaible fa am oW% and okmft* and stroll fey all oaa$ in connection with any impecliuq tests er app ..Ia re,Ard for OWNER! and DMINERR's aaxprance, of materials or apipmett to be inwtpnekd is the Work or of matmals. mu dtagne, a sgwpnem submitted for elryxoval prpr W OONTRACTOR's purchase Ihermf fa incorporation in Liz Wak. 136. If any Wyk (err tlw work of others) that a w be knpoaed. tested or oMm,d u cmerd by CONTRACTOR without writ rn eonmurexe of INGINERR, it mum, if "ems! by ENGINEER, be wmve,d for observation. 13.7. Ihmvenng Work r provided i psmgraph 13 6 droll be m CONTRACTOR§ axpmva unless CONTRACTOR has given ENGINEER timely =&a of CONTRACTOR's ududlon to cover the same emi ENGINEER has not actin with ensenoble Promptness, in respects an such not.. Uncovering Work.- 13,11. If im Wak is covered cowary to the written requea d ENGINEER, it rn a iC requmted by ENGINEER, be uroavercd fa ENGINES R'x abmvmt. wed replmd et CON'TRACf ORS ulvx. 13.9. ITENGINEERc st iders s rs.,y oradvisable that mverd Work be observed W RNGMEER or um,m al a tmed by others. CONTRACTOR at ENGINEER'S rc�urst, $hall mumer, expose. oiherwim .tee annullable for obacmdan, impaction or �earq ENGINEER may require, that portion of the Wak as gmmamn, famishing II n.,y lab., numeral and camnmem. If it a found that suh Work is dehehv,. but not hmivd to II ocas r rpm i of work of odem); end OWNER slnu be an alproprate drreare a the Convect Price. Parties am annals to atIIes . to the amommt ray make n claim therefor as provided in If, however, soh Work is rot found to be ;ON'TRACfOR shell be aEwvd an bmrm in a Prix tar an edmsion of the Contract Timm an), . bah, daatly ambumblc to such HICOCOHe191tN. CONpTOt$t91aEG990EMim1 27 • J r� -covering expoave, observation, in �eclM ,ra;rig, replecemw end rapMruchon end if the parties are amble to agree . to the ..cum a ashen thereof, COMRACTORmay nmke a et.im a&dw air pmidd m Articles l l a i 12 OHM£RMOStepthe Work: 13.10. rf tw Work is dgfecdw, a CONTRA=OR falls te apply, sufficient akilld workers w seihable materials a eywgnem, "Us to famish or pedwn the Work in such a way that the emplaned Work will conform 0 the Correct rkeumrnta OWNER may order CONTRACTOR b�p the Work, cr anyy portion thenaM, and the muse for Cmh order bas them alscanted. however, this right of OWNER to atopp the Work shall nor give rise,. any duty a the pet of 0 VNER t0 exn.wr this right far the bewGt of CONTRACTOR or arty, suety . other party. Cgrebf"a orRemmwf efD,&fw We& 13.11. If rocaird by ENGINEER. CONTRACTOR mall po y. as directed either carat ell dehcbry We ; wlhwd�fieer or cot fabriented, iremlwd a comp led, or, if the Work has ben mJ.wd by ENGINEER. names. it Gml tlm sire and replace it with Work that is set Gfanrvc. CONTRACTOR "II pay all daima. costs, loses and damages mold by er reultisg from such correction or rtmwal (Including but net limitd to dl cents of elmh or mplxmtardafwwk of ell.). 0.12, Consedaa Pedal 13.12A If within sun -your pan lwao Pfler the data of 2k bstadial Canpletion or such longer period oftime as may be prare ibd by Lws or Raga ons orby the alms of ay applice c special guarantee.ved the Cmmnd Do vm Nceth'. dthe ppno skinner the ContractDavmamis s Work fmvdto be of such incossa e, or in an emergettry where would muse sericrs risk of lass err damage, iR may have the d*&, Work cwmoWd or the d Work removed and replaced and all claims, lawns and damages mused by or raultir, Gan 13.12.2.In ape.01 oremeamm.s where a particular gave of Nerpmw is Placed in commenes mitt bcfom Substantial Cmnplah. of all the Wek, der correction period for that it- may stall m run from an eargv dew if so pownlad in the Specification, or by Written Ameremant. 13.12.3. Wha< akfectiw Weak (end damage to other 28 EIC➢C O&IDtal COMA➢OM 191a8 (19w gdl ins) WaTe0FF0RTWW MMCOMF Tl0NSMV9 Work rewltmgg demGom) has teen cmrecbd. removed or rep cad under this paragraph 13.12. the coed;. pared hereunder wnh rcpad w sudl Wok will be extended for an additions] period of easy— Imp_ye® oher such ..tia a ..I and raplacanet he, bee mdaGcmnly owapkad. Accemeow.,fDef doe Work: replac .totted of ru7ui. cOWNE (rcmmelad ITKODmmt of eco orw Wok, OWNER pate{ pie to ENGINEER'S rccommehdxtion of fire] Rmaypayment, elm CTRENGINEER peters m .a.11 it. OWNER may do m CONTRACTOR slag pay all rlmma ems, Imes and damegm mtrihoahle to OWNER'S coal cod an d..mimtonlo oacp such 4fecriw Work (wc (such caeca w rm amoum meteor. V w..K may mace s moor mewor os provided to Article 11. If the aeceptnme occursafar are mexane rdmism,ampar rimeameumwillbe paid by CONTRACTORm OWNER. OWNPR May Corms DsfaeA,r War*: 1314. If CONTRACTOR fits witldn a rmasmble time after write notice fnmh RIJGINEGR m corral defective Work or a ranee grid mplew mjawd Work az mquv by ENGINEER in ecordmce with pa i.. 1.1I, w tf CONTRACTOR Gods to perform We Workork N rOR llee to comply Contract Davother eaifCOi a the ORGib m oaname with ury other pmivm N the Cored res. to C OTRAC may, afteralseven deyd wrrttm defice nc WNTRACsaw, t aonat and remedy Cry such deficiency N eWNERg the rights cord remedies -der this actionpamgmphwith OWNER dell proceed arnei oll w. In OWNERy ch a"TRYO O .dal tine OWNER any exclude COMRACfORfrwn all-qrt of ten sea, ]aka po ACTO of ell a fart of Ile Wak, ad shapes CO of MN`fRb aim related tberero, take "'aeon" of rANf and m..'s at a sew ccaemhdim althea- and machimmyy at de art. and cured aw a led work all which Oe and eras paid Cord m the site or for which Oworld has raid CONTRACTOR but which we Cored olWNER!. CONTRACTOR hail allow OWNER OWNE[er napmma0vm agents and Enployean OWNCIN Ms emcee and ENGINEER end FOWNER. Cwmdmme a.eas b fed remedies to enable OWNER ll exerciethe ble.1 andd d.&.nerdris orrtxgmme All chime cats, ]owns end damages intone a sumahmd by OWNER in ed C0Ng such OR se endhangremedial will h charged Wad COMr, the OAandaChage Ord. will he head ins nlertz g the mewapad In the We m fed OWNS DaummN with nappy tri the Work; and OWNER dm11 m wind to anappropriaa decree m the Cowed Pnca, und,'f Ne perYm ate amble lean lh as eo the amount in Miele OWNER Such c make x w, 1 and fes m puridd in Miele 11. Surlr cleans, coca Imsex.d &mega will irclu& but war be limited to ell cods of .pan or repleomem of weak of ad. dmonyM At dame eery I ACTOR I' C ed a dejara Work CONTRACTOR dell rot be dined m maraca l the Centeno Times (ee Mikamtu) bensurc he mry &lay 0 per(arm 01 of the Wvk malAttributable dnto the eeacx by OWNER ofOWNER's rights end remedim hereunder. ARTICLE 14—PAYNI :NTS TO CONTRACTOR AND COMPLETION SrAk ®1e ojf Wum 14.1. The sclwdule of values esmbaslwd s povided in I. mpa h 2.9 will serve As the mews for progress pymm s And will be moottppoorated into a form of Appbmttm for �n moaoeptaXWENGINUR. Rogrc®wm payme art of Unit Prinz Work will be be M on a..ember of arms completed. App(barlen jar Progrss Payment 14.2. At least twenty days before the dote esabashed Ira min rogres p)anent (but not more often Ilan alma e meth), CONTRACTOR shall eahnit An ENGINEER fen review en Applimlion for l%ymrat filled not and Biped 61' CONTRACTOR revering the Work completed as of the data of the Applimuot And mac pmed by mach suppaung daanermeuon as ls requbed by the Cmvad Douraen. If payment u repesM vt the tends of mderids and equipmmt net bacepeeakd in the Week but delivered end nimbly Atoned at the site ee At another mwtie agreed to in wining the Appliaum fee Payment Abell Alen he accanparoM by a bill oFmla. innome ee outer Numeration warranting that OWNER has received the materials oM cquipment fee and clear of all Lim and mi&rwe that the mamriala lead equipment me m cocci by ary b to fact CONTRACTORb Wavnanty ajTifie: 143. CONTRACTOR warrants AM gumemea tam title to All Week, motanab AM equipment covered by any Applkabon for Payment whather imapomted m Ne Paojed or era, will pas to OWNER no later than the time aTaymmu free maul eke ofall Li. Revfew njAffl1k dorvfor PvagresP yment 144. ENGINEER will wigun kn days after receipt of each AWlimion fa Payment, either home, in writing a recanmemletien a payment AM preset the imtion to OWNER,aretunthe Appkawmw CONT CTOR uWiming met writing ENGINEER':.... fcorefmwtgto remounted Aymara. In the letter cox. CONTRACTOR may make the necmmy mmatieea and readmit the Appliatim. Tan days flan tiun of the Appltmvon for Pa and to OWNF]2 with ENGINEER'S reammerv&uoq the amount reeommerdod will (nbjmt An the amivms of the last :entmm of ppaoragraph 14.7) Femme due and wham duo will be paid by OWNER m CONTRACTOR 14.5. ENGINEER'S rcmmnnem&tia of any pytnet ."ad in en A,bA tie for Paymmmt will madame A representation by ENGINEER to OWNER, bard An ENGINEERS on site otatmaNme of the moused Work a ane�x�ppu'r���an -d AM qudiGed deign pmfeswoml and on ENGA`EER's review of Ae pppliatlon for Payment end the aAa gR rlg men .nil x}�Wttit , that to the bat a ENG Sknowlago. information and bellcf 14,5.1, the Work has noWmed W the point indicated 14.52 the gtmtity of the Work ls generally in accord. with the Command InacmneGs (subject An An evWouti. of the Work As a fmtcuonvng whole pvice m re upon Subdamial Completion, b the remits of Any svbs quart mars cagd for in the Comment Dvammmta, to a find dMmhabon ofqunnuum end clmsifimliGu Ion Una Prig Work binder An the re orresand m, anther tryalifiauva entail N[rea�lmemmdm), BM 14.5.3, the eAdif. preWmt An OONTRACTOR's being entitled An such pnymem Appear to have been MUM insulin As it is BNGMEER'smspmibiary m obsrcvethe Wok. Hoa,co , by rmatlmeMmg airy such pymmt ENGINEER will not thereby be deemed to have IcpexnvA that. WeAhmasuve a mnuraeea nate inryeelima have barn ma& to check the quality or the quandary of the Work beyond the notavabil4m apaifically am to ENGINEER m the CmnaG Dmumonts or (i Nat thane cony rent bee dha manse d bates between the panim that might entitle CONTRACTOR m be paid aMmunally by OWNER or emak OWNERto withhold payment to CONTRACTOR 146. ENGINEEE's recommendation of airy paymm impeding fecal payment, slmll not man that ENGINEER u o,,amabla fa CONTRACTORS enemy method, kchnigqne& xquemas ee a of mmtmeb., m Non D pmaumma pacgmms ind&pm thevtq m AndonRegulal u. Applicable OAn the m IyNnnYtugLa or TRACTOR to perfam ar ftdo porf. of Work. An for my failure in mcadallce with the Contend Documents 14.7. ENGINEERmayroda.woaredutewhole ee any pmtormty prymem i[ in ENGINEERS opinion, it would be fanned to make the otannvueucra to elcocoaRmN.wlmnota tatme (Isepgaimt 29 • • Fj 0 OWNER rtfemed to N pemgmpfi 14.5. EN(IINSRR may Iw rt[ux k rccanmend any such payment or, bhwux of mfxquenlly di,covered avidmce m the rmuN of subsequent nem,mo o at tests, real ify any enh payment previously rmommendeA to auah count es may be nacamry in ENGINERR's opinion to paned OWNER kom lowbatmen, 14.7.1. the Wmk is defer hot m eanpleled Work has beet damaged mWRirg exrection m oplaameat, 14.7.2. the Contract Prim ha, been re k,,d by Wnan Amendment or Charge Order, 14.7.3. OWNER Iona bwt re,pwW to extent. ,left, ve Walk at eamplote, Work an ocwdmm with psagmph )3.14, a 14.7.4. ENGINEER has actual knowledge of the occurrence of erryy of the Nees enumerated in poagmphs 15.2.1 Umongh 15.2.4 inelaivo. OWNER ma refuse to make peymem of the full amwrt ..a. eel by RNGABERbemuse: 14.7.5. claim. have bean mule optimal OWNER on aamntofCONTRACTOR'spedua eae x futeaddng of the Work. 14.76. Lien have been Red N emaemat with the Wxk swept whore CONTRACTOR hot slehvered o specific fiend satistahay a OWNER to secure the satisfectian and di Jwtge dmeh Liens, 14.7.7. Utereareatherm=..w1mgOWNERIoasd- oRogni et the amxmt nena mended. 14,7,8. OWNER ha, owl kmwlelge of tine aCI1RerICe Of ary Of die NNM, Cmnllaakd la perepap1. 14.7.1 ttoaugn 14.7.3 or pang * 1511 though IS 2 4 tuhrsve; but OWNER an= give CONTRACTOR immediate wmet ndim (with e m to ENGINEER) sa(ug the reasons for Bach nation and promptly Tay CONTRACTOR the amount x withheld or any s ourecreo .greed toby OWNER and CONm thTRACTOR who CONTRACTOR cereals to OWNER's satioNctan the temps Ter such e,am, &&sum ial Compfenav: 14.8 WIan CONTRACTOR maidera the meire Wark rotddyy fen ils mended use CONTRACTOR ,haE nottd(yy OWNER snit ENGNNERR in wims�g that tho mtve Wok s suhsmmiallyy cwpplate (swept fen i[uns spetifmlly hoed by CONTRACTOR m btcmnplete) end reyttan list tNOIN[.CR issue a certifimk of Subaonlml Comyylotion Wilhin a rwanebk time NveaRcn OWNER, CONTRACTOR, ENGINEERahmlmottooninWafim of the Wmk to determine the Gala of mmVletion. If ENGINEER doe ad cotesder Uw Wok stba mealy canplete. ENGINEER will notify CONTRACTOR wntirg giving the rows Uncfr. If ENGINEER ercecoPrveaum(mnota tato4 ossacsrw 30 gIGTy OYFORT NW.tIb MC014'ICgttON,@fiV 4RapJ) • mrmdea Re Work ammaratell anplek, ENGINEER will pxpme and ddiver a OWNER a tentative outificae of Subm ial Completion which dell fix the dine of Subsemtal Completion. Th. shall be mlashed to the eanifime a nomatrve list of hone to be amplded or mmecad before finelprymmt. OWNERshdllewesevm days allot ramp( of Use teak ive oenificak during which e make written objmtion to ENGINEER m to nay pro moors of Ue anifian m smached lat. If. alter mmaidenrg such oNenaam, ENGINEER wwlodes mat the Work is not subsWnttdly wonlA , ENGINEER will wilhm fourtcn dim dba eubenman of the tentative mofi®u to O R notify CONTRACTOR in wntbg, sating the moon. tferefm. If, after oon,idemtion of OWNER'. objc,*o, ENGINEER wtniden the Work .ukamntially compleq ENGNEER wdl within and fmnken dvys ewcom alit Mover m OWNER and CONTRACTOR a defaiwo mnifione of SLbvantiN Compldim (with a rMsed tmetwo lid of item, to be eanploted Or comcmee) reflex'mmgg moth changes from tho tematrve andante as ENGINEEER beliNa)'e9ified after wtsdeaUon oC any objeniwm Goon OWNER At the time of delivery of the tarsi aaaaft of Slbetamiel Completion ENGINEER will deliver to OWNER mat CONTRACTOR a wtlntaroomenn lation es f division or rmpornibilities pending firel payment between OWNER and CONTRACTOR with re lmet to see riry, operation, stfery maintemae, heat, tail.. y fieurance oral wmmmie and gaewmee.. Unless OWNER and CONTRACTOR agree olherwix in wnlmganden vdmn ENGINEER at wtiwV prim to ENOINEER'e ismdtg the definitive cdtiGmu of SubstonUel Completion, ENGINEER', efaa,id temnmrtmdation will be binding on OWNER and CONTRACTOR until fowl payment 14.9. OWNER shill Ieve the rA& to asclvde CONTRACTOR Rom the Work after dee doe of Subatmool Completion, but OWNER dell allow CONTRACTOR «asxwbleawns ea complete m wrect items on the tmdntwe list Pond Valletta. 1410. U. by OWNER m OWNER, oplwn cf ar9 enbeamially eanplekd pat offh Work, which: t hot apeci6mlly ban,&.Ufi d in the Cmtrat De" me(ntt a (n)OWNER. INGINERE and CONTRACTOR Ir mmt.ituas a separately CwWionirg and amble pet of the Work that con be used by OWIM for its intended purpose withuat sigmfiant maerforcae with CONTRACTOR's pMormeae of the remabder of f Weak. may be a. lid" poor to Subaemml Cumplmimofollthe Wok mbjeo tothe followhg: 14.10LOWNER at any time may mquam CONTRACTOR in writing b pem�it OWNER to use my sash tan ofm, Wok wl 0WNlv1i bekwm m be reedy fa le immded ae and nobsemkally amplee. HCONTRACTORagreesthatvtch of Uw Work le submentmily Out p1ft CONTRACTOR will ceUTY [p OWNER sM MGDW.M that ardt rof dw Work le substantially lly mpld� earet uma GIN EIR In mme a certEeak 4 SubRamml Completion fen Uat pan ay. the Work. hCTOR at arH time may ratify OWNER cad m Tamers such a less a receipt N full, • ER N writing Nil CONTRACTOR conkfers CONTRACTOR may finish a fled or other collateral pert of the Work ready for its mended use antialhrtay 1. OWNER In indemnify OWNER .gems, Melly wmplete and requea ENGINE©[ to any Lien Relearn or waivers of He. ad the anent of atifiwte of Suintamiel C.Pldion for that the surd, to frralitt gamaem an b be subfunal on Work. Within It bk Ume mereither tams confomivu tothe format oftheOWN6R'S standard save OWNER CONTRACTOR ed fmmsbourdm�e Anita mnnl. of wmpldion If of oardewtion a Substantial Completion of Nat part of the Work and the division of responsibility in ranter thercofand.wentheraw. 14.10.2. No oeculoncy or aspirate opdosm ofpsn of the Work will be rs.pliehed pnorto cmnplionce with Nc rcquuemenis of feregrnPh 5.15 in rpped d property in94mne. FTnaflnquecdoa: 14.11. Upon written neUce for, CONTRACTOR Nat the entire Work or an Wood porsan thereof is complete, ENGINEER will make a firm i��pEttion with OWNER and CONTRACTOR and will natuly CONTRACTOR as writing of all poitkmlen in which this inspection meals that the Wmk is breastplate or drJeaHve CONTRACTOR shall immedlaRly take such meaemes se are reeeevsy to complete such work orremdy such defwimudas i5ned Appliemin for Payment: 14.12, After CONTRACTOR has carpplded all such wmec5ons m de mtiefadion of ENGINEER and delivered no awerdanee with the ContingentDwummaa ell maimenrce and operating instructions, schedules, ISnmmcR Ba�d% tansfiates or the, criers.. of ussurire. required by paragmph5,4, wntficxta of inp.amn marked -up record docrmeote (as fronm ded pamgaph6.19) and other documern, CONTRACTOR mnv make afflication fa finl forenoon following the Cordtwd Davtnema irncludi% but nox limited to NI evidence of in%.. ospined by mblwmgr.ph5.4.13. ((u)conswl of the runtyry, if Y. to firmpaymem,and (ut)wmplda ant Icgalty elfaaive .learn a and'srs (antiafuctoy to owNER7 edull Lien arising art ofor fill Inworodion with tM Wodc In lion of antyis messes or laws ..f Lierm and or, approved b1 OWNER, CONTRACTOR moy fiurdsh racysts or n.aces I. full and aR'sdavd of COMTRACTOR Nat: (i) the nleame end receipts inlude ell luder, services, materiel and equipmnt for which a Lien oeud be filed. and (illyd payrolls, material and Nuipmem ball. and odw mdd4dtess comnwid with the Work for which OWNER or OWNER. Rol" might in airy way be responsible have been paid or utter vise satisfied If eery SulxonAacla or Supplier Nib glcocoelmnna.coEmnono latogoaaewiad Fund PAa'mW andAwepfma 14.13. If, on the basis of ENOINEERk daervasn of the Work during convmrakm and final unperson, and ENGINEER'. revimv of the firel ApplieNon for Payment send noewnp.nymg documeNalion w required by the Contract DavmeneY ENGINEER is eassfied that the Work Ms Men completed and CONTRACTOR§ other ublyysaw under the Contract Documems leave Men to to OWNER for mvmem. At the ®me for raulauk the Appl'caUon Thirty days Ner presntation to OWNER of the Application and accanpanYug doeumeMatlon, in appropriate farm and subtterme eM with INGINEl reoommerdd. and entice a woo,aabmane due neat wilamount l beat OWNERER CONTRACTOR glbeer to narlg[�h 62 of Ilse Gmmml Concur 14,14, 1( thraildi no fault of CONTRACTOR final wenpIcon of the Work is .iuifeard dei.yd and if ENGINEER w taJmma OWNER elm upon receipt d' CONTRACTOR', final Appliason for P.M. and ....rahaUon of ENGINEER, ad without mrmimting the Agne rstam. make paymma of tM Mlaree due for thin fors. of don Work fully oumpIdd ant aaeptd. If tM a.i, Mlwe to be held by OWNER for Work nor fWIY wmplded or conwted is bass Nan the ro aregc stipulated in the Agtoernwl, and if Bonds have been furnished as rewired in pamtIIagr S.l. the vnawno.wmmt of the surety to the ppaeyymment of the Mlostce Are for that ponirnoflhc Work Poltycom lcledadat aha11M sdbnuftd by CONTRACTOR to ENGA'L-RR with the Apptialion for such paymmLL Sueb payment shall M .We under Ne mama and comm.'wrinitg flood cpe izerd, sxml4 that it shall rant wnstitute a waiver a eta ma Waiver ofpaima: 14.15. TM making and mcpmne a(Rnlpeymmt will conditwe: 14.15.1.a weir. of eU let. by OWNER .gaud CONTRACTOR, except claims ar6vti� Gat nsdlld LieraY ft. abfeciiva Work appearing after 31 I* 0 • Wml upeaim puhmmrt to pumtaeph 14.11. 6aen CONTRACTOR bur which are 9..d elxwhere, and failure m comply wif mix Contract tbmmente or the finish the Work m OWNER may dmn expeilieK m such teen. a any me I ghmmmme specfiad fman, a mu CONTRACTOR call rot be emitted to receive mry flan CONII2ACTORY caYinuirhg obl gations racer had. payment need the Work is Emitted If the unpaid the Commit DavmmaA and balers of dhe Caamcl Price svaweda W de rot, mstA 1. art damage. mstamad bl OWNER arising art of • 40 14.15.2.A waiv= of all chaste by CONTRACTOR sprier OWNER dhcr them throe previously made in writing and atiu mhxRlcd. ARTICLE Ill SUSPENMON OF WMK AND TERMINATM OWNER Ua Suymd WoM: 153. At am tiro. and withau roux. OWNER may mVmd the Work er arrryry potties thoroof fa a pwial ofrwt mam thou ocncty dayyss pabyy Iona m writing to CONTRACTOR and ENGINEER which will fct the data m which Work will be ..I, CONTRACTOR shell resume the Work m the date a fined CONTRACTOR $ling be allowed im edimmem to ge Contras Prim a.n erlenxion of the Cmtrect Timm or both, directly strlbumble to may each aw maim if CONTRACTOR make as .,,eavM claim therefor as providsd to Articles 11 and 12. OWNER May Termina , 15.2. Upm the occurrence of arty ore or mom of the followiagevmr, 15.2.1. if CONTRACfOR pets Oty fails to perform the Work . eccar�ce wish Ilia Comae Docmmem; (michnding buttes limiW m, failure to mppy atEcient .killed waken a aimble mM=uls or q ipment or Fail... to amwt to the Rotates schedule camlihel ed order periepape Z9 as adjhm.d from fire to time pwaanttopsagraph d.A); 15.11 if CONTRACTOR dimapn le Lows a Ragulafiam ofatry public body hevingjmimtiaim; USZ1 if CONTRACTOR diaegarM the authority of ENGINEER ar 151.4. if CONTRACTOR dherwise violate in airy abrat aral way any prwrs isicof the Commit nor a cams; OWNER may, if. giving CONTRACTOR (rod the money, it'any) saves deyt onam mourn aM to fM stream peemm,,d by Lmww mid ReRWatiom, terminate met mvices oFCOMRACIOR exclude CONTRACTOR firren t e site ntd take im of the Work and of roll CONTRACTOR. mole aWe.% commuctim equipmant rend machinery at the site and me the same to the fug .dent they could be amid by CONTRACTOR (wignut Reality m CONTRACTOR for acpem or 'cation). incorporate in ge Work all mdmale sal 'Velemmt deed nt the site or for while OWNER ham paid 32 FJCM OGNFRaL CUNM310[8191 PB (1990 PAllm) WOW OF MRTQ M MOOmIGTIOM(MW 4nM) shall pay the i iff=crce to OWNER Shah c1a0nA can, loses and damages occurred by O W NER wifi be reviewed by ENGINEER as to Ifee renamN. and when x apprwed M ENGIN6ER inwrpomfd in n Chang= Order, provided that whin exeraerg any rights a m medin+ urd= Ills paragraph OWNER hail W be reyuucd to obtain the lowest pitce rm the Work perfmned. 153. Where CONTRACTOR's services have been 9a kemimeW by OWNER, the tommitmfim will rout affect my right a rv:mcdia of OWNER agaocs CONTRACTOR thin erasing or which may tbermfla anon. A, relemion or paymem of mormys due CONTRACTOR by OWNER will nt rake. CONTRACTOR fresh liability. 15.4 Upon seem dayd wriam mice a CONTRACTOR and ENGINEER OWNER may. without crux and wifrm prejudice to my other right tr remedy ofOWNER elect or terminate the Agreement. In such came. CONTRACTOR shall he peal (without dupfimtimomayhoms) 15A.I. fammpleledendeicapmbhe WakexdaW in accordance with as Cmtrac Documents pprrur to the eff"five date of tamvutiaa including Bh end rest him sums for ormated and profit m mesh Work; 15 42 for mpemes mslaiad prior to the .R.etive data of rmmmetem in perfmmug merviem and fi midug labor, animals or eyuipmem es ro taxi by the Comma Docummty m co metian with utwnmeteci Work plum Gu aM raconable mans for wahead and profit on aeh ac mim 15.4.1 for all claims rasa, loses and damages incurred in xWemeat of tmmhmted contracts with Submmecmre Supplies aM ethers; and 15.44. fro rensamble expenses directly attributable a taminmtias. CONTRACTOR shall am be paid m eccaun of 1. of mticgmeed profits or revenue or other commit Ira imsug out of a remafing Ran itch eermirmtim CONTRACTOR Map Sop Work or Tereda me: 15.5. I(dnaghnoad a fmWt ofCONTRACfOR th. Work is mslwaded for a period of more Mot Wncty data by OWNER m unit= m order of mud or other public malority, or ENGINEER fails mad m any Applimtim for Payment within th'ir days afar it is eubmrmd a OW14ER fails for dutyty days m pay CONTRACTOR arty sun fmally de use in be due, ten hCONTRACTOR may, upon seven days' written room M OWNER and ENGNEER, ad provided OWNER a ENGINEER donut remedy each wsposion or I.A. within that time. urmirote the Agreement and recover from OWNER =n.nt m the same tams as prwid.d in paragraph 154. In lieu of.commi irg th.edy, rat and uouam, Me udice m any ether tight or remIf ENGINEER has fadeden act as en Apphcetion Ca Peymem witidn thirty daysallar it u wbmiVed, a OWNER has failedfar thirty days m Ppaay CONTRACTOR as7 am fisally deacon m be mWe, CONTRACTOR may upon seven days wriman smite to OWNER end ENGN}ESR mmoopp the wok anvil yment of all each amomm due CONT TOR, main mg innocent thereon The povisin of this ,a ph 155 arc not 'umordrd to Preclude CONTRACTOR fram makhg claim uridv Amides 11 mid 12 for an increase in Contract Rice a Casoect Timm or otherwise for axponra or damage directly attributable to CONTRACTOR's mapping Work as permitted by this paragraph ARTICLE I6—DISPUTE RESOLUTION If and m the went that OWNER and CONTRACTOR have agreed on de, mmlad and pmralme for sesohing disputes hetween them that mry arise under this ABrecmem, each dispute resolution method and prostdum. if any. shoe be as set foNt in Esmbh GGA 'Dispute Resolution AgeerearmV, to be mmechel hambi and made a pert hereof. If no each egeanat on the medal wed procedure for rexlvirtg tech din as, has her. reached, and subject to the provisions of pmegaphn9.10, 9,11 and 9,12, OWNER and CONTRACTOR cony ... such rights a remedies as either may .thaw. have under the Common, Documents a by Laws or Regulations m respect of any dispute. ARTTCLE 17—MI&CEi.LANEOIIS Glviug NOice., 17.1. Whenever, arty provision a she connaa Documents spires the giving of written notice it will be deemed to have been valhNy given ifdelivered or perwnto the ourporrroo fro amamba intendfuns.adoanotRoet or wasby reationed whom it t intended. P.or itdehvaednthe xm by registered a comment mail. prepaid to the last htamem mideeu blown l0 the gvao the rotim. ML Cava waken efTion, 17.2.1. When may period of time is referred to in the CaMact Daaomn by days, it will be computed to occlude the fast and include she last day of such period If. the lass day of enty suds penal fella on e SMeg Sunday a ten a day mode a Iegl holiday by the ew d the.ppli.blejumdkfim .,h day will Ie omitted Gam the c mpnmico. 17.2.2, A cak id. day NuveMy-faun haws meseured 6om midnight m the ad midnight will cum ttse s day. Nodes gfClalm 173 Should OWNERor CONTRACTOR sulfa injury as damo8e to Eamon or property bemue of any enw. omimion or act of the other party or of any of the other pert)'. employees o'ents mothers far wivsx aces the other parry is legally habie, claim will be made in writing W the Mar ray within a reaeonable due of the fine, servance of s obuch in1M' or damage. The prwisiaw of this paragraph 173 fall nth be construed! ere a subaiWte for or a waiver of the provisions of any, applieate statute of beritatimnorrepose.0 audame Rmmetiee 174. The duties and obligations imposed by game General Conditions and the right and remedies available bamunda to the panes hereto, and, in particular but without limitmue, ten wernamie, gee isrtees mad to OWNER and ENGINEER thcrcunda, are i to, and are rat to N cOnsimed in any way as a of try rights and rcnedies available in may or r which arc otherwise imposed a evadable by Replete. by sprcml wmmmy, or gunmmee c provisions of der Contract Documents, and the of Ih s Iarooln will be as effective as t Prolaaiosml Fea and Carer CannTadaded- 17.5. Whecevor mfemmc is me& to'claims, costa, loses and damages', it shell include m each one, but not be Handed ter, all fens and ehergm of engimem, architects, summers and other prof rmmLs and all tout or mbinationa o mer disputeremlation con. 176. TM laws of bhc Sena of Colaado agpty so this A¢manmt Refweaec to two pertinent Cobmdo scum. ere as follows 1761 Colorado Raised Statubm (CRS 847-101) (moire that Cn)orasb labor be env I ed W palloner die Wok to the esaem N rat HIS on EU t> 1 of each cl n of aevw c ten of '1 M0, ram d »YK_R[9J,4et Coaaado kl0or means env Damn JU imltMemolmvltn6.3:yLM diecrim-rat on asro�, Pola. 4eedd. 8a4 IP.1 W IOn a eC% 1]_§.�_ If a dsim is filggl�jts9 refit uin� law 382I221 W w d%dd Val nR vunvmems b RJR _ eyely_jimd_IO_upre�rg w rent of ill sous fa tetra etaials team lea. suslemmee orovismms. mwmder or Ma nwohes used a inane! by CONTRACTOR or his gICDCOFNgRAL COMYR0181t108 (Ia90gdtim) 33 wIOTYOFYO0.T WLLmIHMmIFlG110M3 tMLYeRWa) I* 0 Ex.'oc� COMMOM IIIM(199 Es .) 34 ..1Y F.0 MUMMODIYICAT10M1R6VIR�C41 0 Crh pp left bland: iM.6.11y.7 35 W QTYOF PO0.TNLLItbMWRIGItONS�</1 W0) 0 • 13.0 SUBMISSION OF BIDS 13A. 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 49 reject the Bid of any Bidder if OWNER believes that it would not be in the best E pICLCO6MAAL COMnOM 0104 OMEM.) 36 MPfYOF FO0.T WLW 18MW1Y1GT1OIJ341hV1 EXMBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR OWNER and CONTRACTOR hereby same this Annie 16 of the G.) Conditions of the Coin -rid n Contract between OWNER ant CONTRACTOR is mnmArd to induce the fellowirg agreement afthe fm m� 16.1. All claims, disputes and other maws in gssomi betwcen OWNER and CONTRACTOR arising out of or rc an to the Comrad lbc ncems or the brooch thereof (except for cimma which have bete waived by the most, or nxesaroc of Orel payment as provided by paragraph 14,15) will be decided by arbitration in nomedancc with the Construction lndmtry Arbitration Rules of the Arramonn Arbitration Asmomtion then aeminag,subjedmthelitnimtiomoftheMiclel6. This navies m to mbltmte and any other agreanont or oanmr to mlNUate emend onto in aecardare, hmawuh as provided in this Article 16 will be speclfi.ly, em'omoble undo the prevailing low afary court h virgjmuabdim 16.2. NohmandformbiUotionof%chanm, ie a other matter that is res rirN b be ref to ENGINEER iMislly for daiaion M mieodmam with faagraph 9,11 will bemade until dre earlier of (s) the data on which ENGINEER has rardened a written decitim or (b) the thirty-first day eMr the paces hove promoted their m hdence m ENGINEER if a written decision has not h.n tendered by ENGINEER before that dam. No demand for mbihelion of sky and, claim, dispute or edher maw will be made saki than dirty, days after the date on which ENGINEER has rendered a writen dmision in re�a;t thereof in accordance with pamgmph 9.11; and de faihnc in demand arbitration within mud thirty days period will result in ENGINEERS derision being film) and binding upon OWNER and CONTRACTOR If ENGIN6ER renders a decision aAer orbitretion ptaaedmmgg Ipve bete initremd, such decidm may be entsredu widrnce hulwill rot aapefSMe drc arbitration pomdlngq exceptwhre the decision is accepmble bthe part. corremnd. No dement for orbivation of any writhe dmieion of ENGINEER rcMered th navyrnw with Ivmgraapph 9.10 will be made Inver tan ten days afiar rho panty malirg such domand has delivmed written notice of ud4nnon to eppml as provided Inpamgrapb9.10, 16.3. Notice of the demand far arbitmfiun will be fled in writing, with the other perry W 11m Agreement and with the Amman Arbitration Association and a copy will be ram to ENGINEER for u bormdbn The demand for anbitr .mar will be made within the d styKlay or tindery perhnd slecifmd in paragraph 16.2 ere applicable. and in all other toms within a reamnebk fime after the dean, dispute a other mdter in Westion hasarisen, and or to event shall any inch demSndd be mole after the din when mantis of eq legal or uibWe proceedings based on such claim, dispute or other maser in quesimm would be benred by the applicable mature of liraitatiom. wlWC OFFORb CONo1n MO ICA(lam Edmn) w/L1TY DEPORT COLWT9 MONPICAITONStREV w99) 164. Ttio m provided lapare graph 165 below. ran arbitertim mmng out of a reLimg to the Contact Documents doll include by comohdation,,order or la any other morons, eny oiber emson err sanity (including ENGINEER, ENGINEER's Corwlkm and th oaiwq ej.mrs, .gems, employees or co narllatm of any of then) who n was, e party to this connote.1. 16.4.1. the thclusion of such other person or entity a nccemry if complete relief is to be aHadW among Ihme who art ahonely peon. to de srbivation,and 164.2. ouch after perm or easily is substantially twolved in a question of law in fad which is common to dsom who are already post. to the arlommuc r end which will ones in such primodmA and 164.3. the writen cmxm of the other permit or rarely awplµ b be included and of OWNER and CONTRACTOR tan bete obtained for such mohnson, which consent shall make specific reference no this paagmlh; but an each consent shell emmemm momat to arbitration of.my dispute not specifically described hi such cansem or to arbitration with arty arty, not specifically idenu5ed in such commit 16.5. Notwlthazndbg paragraph 164, if a claim, dialmte in other mattes in question between OWNER and CONTRACTOR involves the Weak of a Subwntrmnar, either OWNER or CONTRACTOR may join such Subcomacier m a parry to the arbitration between OWNER and CONTRACTOR hereunder CONTRACTOR stag i"de in all sabom aria rtquii d by Femgraph 6.11 a gxeifle provision wheehy the Subemtramo cements to being pinta in an mbaranon barwem OWNER and CONTRACTOR mvcving the Wmk ofsuch gnlNmtracaa. Noating in This pargaph 16.5 nor in the pavnmm of such subcmtrud comenting to joinder and] a.m airy claim, right a um of .dim in favor a Subamtracla and cartel, OWNER ENGINEER a ENGINEER's Co ealtanm that dm not otherwise anal 16.6 The mud rendered by the abihausa will be Goal, j: llimem may ho mkred upon it in any incur laving jurisdiction thamf, and it will not ho subject in mcdifcationorappeal. 16.7. GWNRR and coNTRACCOR agree slut they slmg Erse submit my and all unsealed clam munkmhims, dulasks and oden maws in question hems. them miring out of or relining to the Commit Docmmene, or th brncb Ihereaf ("c iepuMs'), to mediation by the American Arbitration Association under the Construction Industry Medatim Rules of the luneriearr Arbitration Assamciatrm prior to either of them uetimug again the other a demand for alWtratim Parsons, to pmagopha 16.1 thmua), 16.6. miles relay m mounting arbitmlion would trevombly prejudice one of the ryrues The respective thirty and kit day time hoits within which to fare a demand for arbitrauon as provided in paragraphs 162 and 163 above shalt be suspended with r green to n dislele submitted to mediation within these smite applicable time Ilmim and doll remain susp, until ten Jaya aw am tmmmim of the medThe mhellana ofanydiputesubmitted munder this Agr hagnotrveesmbialmof=hdidprkum=dwie agreed GOAT • SECTION 00800 SUPPLEMENTARY CONDITIONS • 171 91COC(19F✓�Af. WidY11WOIA".. I0906In, m WI Qpi'OppORi COLllN9MOOlFlCAT10M9 Q9V 9194 MAI 11 • 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: NA 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: NA 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). 54.9 This policy will include completed operations coverage/product • liability coverage with limits of $1,000,000 combined single limits (CSL). SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment • 0 0 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 8046 Arthur Ditch Bridge Replacement— Oak & Whitcomb Intersection CONTRACTOR: [Contractor] PROJECT NUMBER: [Project#] DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST - $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL. PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 • TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY:_ Title: APPROVED BY: Title: APPROVED BY: DATE: ' Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer • Project File Architect Purchasing 0 � � • • • C 9 w O a m N w v a 00000000000000000000000000000 a o���oo 000000000000000000000000000000 .a F w ea as f» » F» ui en f» f» e» vi F» yr .n vi yr Fn f» er vi es vs » ur rn F» f» e+ ur es v � (n N N C y d F � � a Oo o o o o00000 0 0C 000000000000000. � C C o000000000000000000000000000000 000000000000000000000000000000 ¢f9£9 f9 bi f9(A Ul t9 Mfg f9 EA F9 E9 fA (H fA f9 Yl fA fA (A fA fA f9 fA fA fR fA to O 3UFQ 6 =00000000000000000000000000000 dN o000000000000000000000000000000 . aeon o»��onw o»o»o»o»o»o»�on aos���o»o»o»o»on�o»wo»�� �-oa>c N W d 0a`M � d Q a �00000000000gao�000000000000000 Q 00000000000 � Eoop000000000000000000000000000 di fAl9(9fAlR fA fA fA f9 fA fA di F9 d1 l9 di f9 fA fA fA Hi fA fA fR lA f9 f9 f9 n alR >Y L UFo � �0000000000000000000000 0 00 00000000000000000000000000000 a0c!c! �000000000000000000000000000000 Q en yr en en e»en ea en en en en er»tn e»en en `n»fn rn»Fn e»en e»F»w`»ei �a a r c Z 7 c O � c Q � F- d ¢U K o Z O n .a Z U J F O LL O a m M W _ O cc a' pvaw NW eA u�w»wur u'en v�ui ei en «, es»es en er»«, «, e»ea yr `»es yr e> as Ea � m O V! O �F N � a �000000000000000000000000000000 0o '� o000000000000000000000000000000 0o 00000000000000000000000000ccoc o0 F-Yd ad}yi fp �g b3 t9 fH tAMfAfA t9 fR f9 fA fA fA fry (A f9 fA fA fA f9 f9 f9 FA FRMf9 bS f9 Z o a w3E o« pro O K p �000000000000000000000000000000 00 LL ww 'o 000000000000000000000000000000 00 0»66�»d�6�6 �� O a>c Q��»�o»o»6o»��6o»�o»�6O»6woi >>o 0IL` Q> a. U U � J a a Q o oo o o 00000 0q 00000000000000 00 o c oa000000000000000000000000 qq q 00000000000000000000000000pp000 00 0pp Y y a !9 f9 f9 tlY f9 f9 fh fPr fA US tli bf lA l9 fR l9 eA M f9 (9 M t9 dl f9 f9 f9 f9 fA E9 fR fR t9 a n 3oE U H o C7 �000000000000000000000000000000 0o 0000000000000000a000000a 000000o Oo E 000000000000000000000000000000 0o QF»Fn er Fn en vtv}«n ei er vi F»es es �r»ur yr es e�w en vi»da e; vi F»ee us a>as w U C .. �a 1 Z) w U a Ix W m 2�Q r 0 p moo p LU c QpU 0 a ~O w Z U F a a m a and E Z • 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 LL 0 � C O V y O O O W S L U O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 :.� CFI a� fR fA f9 fA fA Ui b9 fR UY tAl9MMb9 fA ePr tAMtAMt9 by VA f9 f9 MfR fH fR tl9 t9 Ll CITY OF FORT COLLINS - • ENGINEERING DEPARTMENT - SPECIAL PROVISIONS Arthur Ditch RBC 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 Page Index Pages (12/OW014) 1-3 Notice to Bidders (12/012014) 4 Commencement and Completion of Work (12/012014) 5 Revision of Section 101— Definition of Terms (12/012014) 6 Revision of Section 102 — Project Plans and Other Data (12/012014) 7 Revision of Section 105— Dispute Resolution (12/012014) 8 Revision of Section 107—Performance of Safety Critical Work (121012014) 9-11 Revision of Section 107 — Interruption of Irrigation Water Flow (12101/2014) 12 Revision of Section 107— Protection of Existing Vegetation (12/012014) 13 Revision of Section 108— Prosecution and Progress (12/012014) 14-19 Revision of Section 201— Clearing and Grubbing (12/012014) 20 Revision of Section 202 —Removal of Structures and Obstructions Revision of Section 202 —Removal Portions of Structure (121012014) (12/012014) 21 • 22 Revision of Section 206 —Excavation and Backfill for Structures, Culverts, and Pipes (121012014) 23 Revision of Section 208—Erosion Control (12/012014) 24 Revision of Section 209 — Watering and Dust Palliatives (12/012014) 25 Revision of Section 211—Dewatering (121012014) 26-28 Revision of Section 212 — Seeding, Fertilizer, Soil Condition and Sodding (12/012014) 29 Revision of Section 214—Planting (12/012014) 30 Revision of Section 519 — Water Stops and Expansion Joints (12/012014) 31 Revision of Section 603 —Culverts and Sewers (121012014) 32 Revision of Section 619 — Water Lines (12/012014) 33-70 0 I* 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 Stephan Purchasing Department City of Fort Collins Fort Collins, CO 80522 Office Phone: 970-221-6777 Fax: 970.221-6707 jstephen@fcgov.co a 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. Question received from bidders along with City responses will be posted as an addendum on line at Rocky Mountain E-Purchasing system: www.rockymountambidsysmm.com as they become available. All questions shall be directed to the City contacts listed above no later than 7:00 can 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. i• CITY OF FORT COLLINS • ENGINEERING DEPARTMENT SPECIAL PROVISIONS Arthur Ditch CBC Replacements STANDARD SPECIAL PROVISIONS Date No. of Pages Revision of Section 105 -Construction Surveying (July 31, 2014) 1 Revision of Section 105 -Hot Mix Asphalt Pavement Smoothness (May 8, 2014) 8 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 107 - Warning Lights for Work Vehicles and Equipment (January 30, 2014) 1 Revision of Section 108 -Payment Schedule (Single Construction Year) (October 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 Batching (February 3, 2011) 1 Revision of Section 601- Concrete Finishing (February 3, 2011) 1 Revision of Section 601- Concrete Form and Falsework Removal (July 28, 2011) 3 Revision of Section 601- Concrete Slump Acceptance (July 29, 2011) 1 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) 2 Revision of Section 703 - Concrete Aggregate (July 28, 2011) 1 Revision of Section 712 - Water for Mixing or Curing Concrete (February 3, 2011) 1 Affirmative Action Requirements - Equal Employment Opportunity (February 3, 2011) 11 Partnering Program 0 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 maybe 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. • 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. • L 2 • REVISION OF SECTION 703 AGGREGATES FOR HOT MIX ASPHALT 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 (% 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 703-4A 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 AGGREGATE DEGRADATION BY ABRASION IN THE MICRO-DEVAL CP-L 4211 • Not to exceed Combined Aggregate (1110,000 tons, or fraction thereof during production) 20 49 November 1, 2012 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, m 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. 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 0 37.5 mm - 100 (1#„) 25.0 mm(1") 100 90-100 19.0 mm ('/,") 100 90 -100 12.5 mm ('/:") 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(#16) 30-54 600 µm (#30) ' 300 µm (#50) 150 µm (#100) " 75 µm(#200) 2-12 2-10 2-10 2-8 1-7 "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. October 31, 2013 • REVISION OF SECTION 703 AGGREGATE FOR BASES (WITHOUT RAP) Section 703 of the Standard Specifications is hereby revised for this project m 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 µm (No. 200) sieve fraction to the minus 425 µm (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. • 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. • 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 • is May 8, 2014 REVISION OF SECTION 630 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. Rehoreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent. Table 630-1 RETROREFLECTIVE SHEETING TYPES Type VI Shooting TypeFV (Roll -up sign material) Type Fluorescent' on Work Zone Work Zone Work Zone Orangon Signsthat aduring X4X daytimshort termormobnsVerticaX glmt,.n X DrumsX X Special Wanlin 2Signs X STOP 5 YIELD slgn (R1 2J DETOUR sign (104-9) or X M410) _mrtsigns'.,. All other signs used only X X tlurin working hours 'used only during daytime hours for short term or mobile - 1 Fluorescent Sheeting shall be of a brand that is on the CDOT 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 SE30-1. 4 RS 24 only. 5 White only. January 31, 2013 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. l J L • July 29, 2011 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-I. 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/em 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. Table 601-3 PAYFACTORS Percent Total Air Stmn h Deviation.v Below Below From Pay Specified Pay Specified Specified Factor Strength (psi) Factor Strength (psi) Air (Percent) I <4500 psi (Percent) I > 4500 psi Percent Conerete Concrete 0.0-0.2 98 1-100 98 1.100 03-0A 96 101-200 96 101-200 0.5-0.6 92 201-300 92 201-300 0.7-0.8 84 A1-400 84 301-400 0:9-1,19 z75.. 401-500 75 401-500 Over 1.0 Reject Over 500 R-e'ecl 65 501-600 54 601-700 42 701-800 29 801-900 15 901-1000 Reject Over 1000 3 REVISION OF SECTION 601 • CONCRETE FORM AND FALSEWORK REMOVAL 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. • • z • REVISION OF SECTION 601 CONCRETE FORM AND FALSEWORK REMOVAL 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 0.801 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 0.80£c. 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 0.80f c. 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 0.80£c. 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 0.80£c. Girders shall not be erected onto such pier caps until the concrete in the cap has attained the compressive strength of at least 0.80f e. 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 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.801"e. 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 f' for CBCs with spans up to and including 12 feet, and 0.67 j' 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 0.8017c. 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. 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. l J 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. 40 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. • 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 I 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':_. Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 309 Sheet. Materials for Curing Concrete... AASHT0i *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 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. • 0 69x9Ile) eG70xI49 BID FORM 0 May 2, 2013 • 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 40 1. 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. February 3, 2011 REVISION OF SECTION 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 fast meet with the Contractor to discuss the paving practices that are triggering the temperature investigation. Areas across the mat, excluding the outside I 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 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 cares 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. 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 wil I 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. is 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 properly 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 in 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. (l) Soil remediation is not necessarily required, depending on the circumstances. (7) Submit 24-hour Notification of Unplanned Asbestos Discovery. (8) Submit I0-day Notification of Planned Asbestos Management. 0 January 31, 2013 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 Lag (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 HDPE 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. July 19, 2012 0 • REVISION OF SECTION 208 AGGREGATEBAG 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: January 31, 2013 (I) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Diameter(inches) Weight(minimum) ounds Per 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: • Subsection 208.12 shall include the following: Pay Item Pay Unit Aggregate Bag Linear Foot 0 July 29, 2011 REVISION OF SECTIONS 206 AND 601 • HACKFH.LING 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 f'c, 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 f c 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. 0 July 19, 2012 2 • REVISION OF SECTIONS 203, 206, 304 AND 613 COMPACTION 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+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-2-4. A-2-5 and A-3 materials will be determined in accordance with AASHTO T 180 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 + 2percem 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 l80 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 15a 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 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 f 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. July 19, 2012 1 REVISION OF SECTIONS 203, 206,304 AND 613 • COMPACTION January 31, 2013 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 out 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 Rea (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. 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 SECTION 00300 BID FORM PROJECT: 8046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection Place: fanuary 8 2015 Date: 1. In compliance with your Invitation to Bid dated December 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% of the total bid in the form of a bid bond Invitation To Bid and Instructions to 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: Travelers Casualty & Surety of America, One Tower Square, Hartford, 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. T e undersigned Bidder hereby acknowledges receipt of Addenda No. through February 3, 2011 REVISION OF SECTION 109 MEASUREMENT OF QUANTITIES Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.01, delete the 171h 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 furnish 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. is January 30, 2014 Is REVISION OF SECTION 107 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 I certified. • 0 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. 40 February 3, 2011 REVISION OF SECTION 106 . 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 famished in the Engineer prior to installation of material. Failure to comply may result in delays to the project or rejection of the materials. • 0 February 3, 2011 8 • 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 1 through 4, then tests 1 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: I. 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 1/250 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 as 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 7 REVISION OF SECTIONS 105 AND 106 • CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) Table 106-1 SCHEDULE FOR MINIMUM SAMPLING AND TESTING Element Process Control Acceptance Theoretical Maximum Specific 1.10001ons, minimum 1/day 1/1000 tans, minimum I/day Crravi In -Place in 11500 tons 11500 tonsAggregate t 12000 tons or 1/Day if less 1/2000 tons Moisture tat than 2000 tons Notes: (1) The minimum number of in -place density tests for acceptance will be 5. (2) Proccss control tests for gradation are not required if less than 250 tons are placed in a day. The minimum number ofpmcess 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. • 0 February 3, 2011 6 • REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) 0) Project YDP. 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: The Contract will specify whether process control testing by the Contractor is mandatory or voluntary (a) Process Control Testing. I. 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 Schedule for Minimum Materials Sampling, Testing and Inspection in the Department's Field Materials Manual. Samples for project acceptance testing shall be 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 pan 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. February 3, 2011 5 REVISION OF SECTIONS 105 AND 106 • CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (g) Process l/DP Computation. I/DP= (PF-IXQR)(UPXW/100) Where: I/DP = Incentive/Disincentive Payment PF = Pay Factor QR = Quantity in Tons of HMA Represented by the Process UP = Unit Bid Price of Asphalt Mix W = Element Factor from Table 105-2 When AC is paid for separately UP shall be: UP=((TonHMA)(UPHMA)+(TonAC)(UPAc)]/TonHMA Where: Ton,M = Tons of Asphalt Mix UPHMA = Unit Bid Price of Asphalt Mix TonAc = 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—I(BTOnHMA)(BUPHMA)+(BTonAC)(BUPAC)IBTOnHMA Where: BTonHMA = Bid Tons of Asphalt Mix BUPHMA = Unit Bid Price of Asphalt Mix BTonAC = Bid Tons of Asphalt Cement BUPAC = Unit Bid Price of Asphalt Cement (h) Element 11DP. 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 he 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 I• 4 REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) Table 105.2 February 3, 2011 • Table 105-3 FORMULAS FOR CALCULATING PF BASED ON PN When Pn as shown at left is 3 to 9, or greater than 200, use Pn designated forroula below to calculate Pay Factor, PF=..., Maximom PF when Pn is 10 to 200 use formula 1 above: 025 4 0.27890+ 1.51471(QL/l 00)- 0.73553(QU100)2 1.030 I1 1.030 6 0.19469 + 1.56729 (QL/100) - 0.70239 (QU100)2 I.01 1.035 8 0.16394 + 1.55070 (QL/100) - 0.65270 (QL/100)2 1 010 /100)2 g-_ L040 10to11 0.15344+1.50104(QU100)- 0.58896(QL/ 100)-- 1.045 15 to 18 0.07826+ 1.55649(QUI00)-0.56616(QU100)2 1.050 14 90 a 26 to 37 0.07373 + 1.41851 (QUI00) - 0.41777 (QL/ 100)2 1.055 i • 70 to 200 0.21611 +0.86111 (QU100) 1.060 February 3, 2011 3 REVISION OF SECTIONS 105 AND 106 • CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) 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 Pn2= 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 Furnish 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. • If) 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 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. 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 2 V 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 are found to be 1 V or less below the minimum tolerance limit. If removal and replacement is inquired, 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. 0 Ll 0 8046 Arthur Ditch Bridge Replacement- oak 8 Whitcomb Intersection BID SCHEDULE mxX•.aa+Xe a»mm . ,arm P�.MxwWXxrrwmcel wmm a rwrxX.l. mn.vmm »,mm amm a9,.wm • aw.w mm . a•ww a..Xan pawnxxlo-.9 __ _--- .um • aa»m ry m,mm wwlxawawlAniMlr.XnJ9 ». • 4mm m...xNwaxxwe+�pma.n »m • mm 12 X..wwra•ww. .� • raXv. . • amaw 1° am a ' •xm »mm a asmm mwam Xuw,6nN amm 9w am,w Nwn.9y, � amnm vol pMaXr.X ..»m a X.uvwr »»m • •mm • o.wm aamm a ..mm a »ro a ara. » r,xw.lm.ro vsx »mm . N9x9�w [w,.lwwol »¢m • Lamm PoY�wX9.N4Nw19prvuilla��WXO 1CN Wp i ;9»q MhNM.914+mV 911NIX&IDI awm aM»m aaapwlox.veul»Ilaawal m91 a n,.ym wX..pywllq..nl wwolnwl �a M� 40 •.,+m,x•X.rcrnl .a»w a mwr.l9 February 3, 2011 2 • REVISION OF SECTIONS 105 AND 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT (LESS THAN 5000 TONS) 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 - TU)/V] If the test result is below the minimum specified limit, then PF = 1.00 — [0.25(TL - TO)Nl Where: PF = pay factor. V = V factor from Table 105-2. TO = the individual test result. • TU = upper specification limit. TL = lower specification limit. The calculated PF will be used to determine the I/DP for the process. (b) Determining Quality 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. (d) Joint Density Element, Joint Density will be tested according to subsection 401.17. (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) (1) PF =------------------+ [---------- ------ ------ --- ------ --) x ------------- ---- • 2 2 2 (Pn2—Pn3) 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 he 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 he designated as a separate process and the pay factor will be calculated in accordance with subsection 105.05(a). An element pay factor less than zero shall be zero. The calculated PF will be used to determine the Incentive/Disincentive Payment OIDP) for the process. In the case of in -place density or joint 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 Rods shall be made from a chromium molybdenum alloy having a minimum tensile strength of 125,000 psi and be manufactured in compliance with the requirements of ASTM A 193 Grade B7, "Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High Temperature Service". Nuts shall be manufactured as required by ASTM A 307 "Standard Specification for Carbon Steel Externally and Internally Threaded Standard Fasteners". 2.2 THRUST BLOCK CONCRETE As per Section 601— Structural Concrete. IZ7iYIIt13 WI D141111 YCORI 3.1 HARNESSRODS A. General Harness rods may be used as approved by the Engineer at bends and fittings where alternate mechanical restraint cannot be used due to existing field conditions or where harness rods are 27 REVISION OF SECTION 619 WATER LINES specifically required by the Contract Drawings. Rods shall be manufactured from high • strength low alloy steel,'Cor-Ten' or approved equal. Horizontal and vertical offsets and reducers shall be rodded across thejoint on each side of the fitting. All other fittings shall be rodded in accordance with the Contract Drawings. Where harness rods are required inside of vaults or other structures, they shall be connected to flanged fittings by means of steel plate flange lugs w shown in the standard details of the Contract Drawings. B. Installation All fittings up to 16 inches in diameter which require harness rods shall be restrained with3/4inch diameter high strength steel rods. All 18 and 20 inch fittings requiring harness rods shall be restrained with 1 inch diameter high strength steel rods. All fittings which require toddling shall be secured with 2 harness rods. 3.2 THRUSTBLOCKS A. General Thrust blocks shall be constructed at all horizontal bends. A bond breaker shall be placed between the pipe and the thrust block to aid in ease of future removal. For the same reason if a large thrust block is to be poured, it shall be separated by a suitable material into sections. The Contract Drawings show sizes and shapes of thrust blocks. The bearing surface areas are • the minimum areas to bearagainst the undisturbed trench wall. If, in the opinion ofthe Engineer, the soil bearing capacity is not sufficient to provide adequate restraint based on the minimum bearing areas shown on the Contract Drawings, then the minimum bearing area shall be increased to the size that will ensure adequate restraint. In every instance the thrust block shall bear against undisturbed earth. When it is impossible, through over excavation or othercauses, to pour a thrust block against undisturbed earth, hamess rods shall be required to anchor the fittings to the main. Before placing concrete, all equipment for mixing and transporting the concrete shall be clean. All debris, water or ice shall be removed from the place to be occupied by the concrete. Concrete shall not be placed in frozen subgrade. Concrete shall be placed only in the presence of the Engineer unless inspection has been waived prior to the placement. B. Form Work for Thrust Blocks All forming for concrete thrust blocks and anchors will be done by bulkheading aroundthe shape of the thrust block or anchor with burlap or reinforced paper sacks which have been filled with sand or earth. Sacks shall be of a size easily handled by the workmen when the sacks are full. Filled sacks used to form concrete blocks shall be left in place in the trench. If the main must be placed immediately into service, wood may be used to form up the thrust block. The wood form shall be of such design as to support the thrust until the concrete has set. 28 REVISION OF SECTION 619 WATER LINES No horizontal struts or braces required£ortrench shoring shall remain in the concrete thrustblocks. • Prior to placing concrete, the forms and ditchbank shall be inspected and approved by the Engineer. C. Minimum Curing Time Newly placed concrete shall be allowed to set, undisturbed for a minimum curing time of 24 hours prior to pressurizing the pipeline. D. Compaction of Fill Over the Thrust Block Backfill maybe placed over the thrust block once the surface has set sufficiently to resist the weight of the backfill. PAYMENT Thmst blocks are incidental to 8" x 6" Tee bid item. FLEXIBLE COUPLINGS AND FLANGE ADAPTORS PART1-GENERAL 1.1 WORK INCLUDED Fumish and install all flexible couplings, flange adaptors, and insulating couplings as shown in the Drawings. The coupling and adaptor materials shall be the same strength rating as the pipe to be • joined. • PART 2-MATERIALS 2.1 General A. Flexible Couplings and Flange Adaptors Flexible couplings and Flanged adapters shall be designed to relieve mechanical stress in pipelines due to thermal expansion and contraction, differential settlement or misalignment and mechanical vibration. Flexible couplings shall consist of a sleeve which shall fit over the ends of the two pipe sections to be joined. The sleeve shall be 1/4" minimum thickness and 10" minimum length. The coupling shall Form a water tight seal by compressing resilient wedge- shaped gaskets between the ends of the sleeve and the pipe sections. The gaskets shall be compressed by 2 retainer rings bolted to one another on the outside of the coupling sleeve. Flangeadapters shall beequivalentto flexible 11 29 • REVISION OF SECTION 619 WATER LINES couplings except that one retainer ring and gasket shall be replaced with a flanged connection on the coupling sleeve. B. Insulating Coupli ngs Insulated couplings shall be used when joining pipes of dissimilar materials. 2.2 Acceptable Manufacturers A. Flexible Couplings - Dresser Style 38, Rockwell Product No. 411 or equal. B. Flange Adaptors (DI Pipe)- Rockwell Product No. 912, Dresser Style 127 or equal. C. Flange Adaptors (Steel Pipe) - Rockwell Product No. 913, Dresser Style 128 or equal. D. Transition Couplings - Dresser Style 162, Rockwell Product No. 413 or equal. E. Insulating Couplings - Dresser Style 39 or equal. 2.3 Sleeve and Flange Adaptor Bodies Sleeves and flange adaptor bodies shall be fabricated from cast iron, malleable iron, or carbon steel in conformance with one of the following Standards: ASTM A126, Grade B; ASTM A47; ASTM A53; • ASTM A512. Interior lining of all sleeve and flange adaptor bodies shall be liquid epoxy coated (Tnemec Pota-Pox or approved equal, 16.0 dry film mils) in accordance with A W WA C210 or fusion- bonded epoxy coated in accordance with A W WA C213. Exterior coating shall be shop applied and consist of 3 to 5 mils undercoat and 4 to 6 mils finish coat. Paint shall be Tnemec Hi -Build Epoxoline or approved equal. 2.4 Retainer Rings Retainer rings shall be malleable iron, ductile iron, or high carbon steel conforming to oneof thefolloMng Standards: ASTM A47; ASTM A536; ASTM A715; AISI C 1018. 2.5 Bolts Bolts shall be 304 stainless steel roll threaded with plastic thread protection caps and 304 stainless steel nuts. 2.6 Gaskets Gaskets shall be synthetic rubber. 11 • 30 REVISION OF SECTION 619 WATER LINES PART 3-EXECUTION 3.1 GENERAL A. Install all flexible couplings, flange adaptors and insulating couplings in accordance withthe Manufacturers' recommendations. B. Prior to installation, thoroughly remove all oil, scale, and dirt from the coupling or adaptor and provide a clean seat for the gasket. C. Wipe gasket clean prior to installation. D. Tighten bolts progressively around the retainer ring until all bolts have a uniform tightness. Final tightening shall be performed with a torque -limiting wrench to the torque level recommended by the Manufacturer. E. Install restraint rods, and rods with insulating kits where required with insulating couplings, to provide restraint against pipe thrust. PAYMENT • Payment will be made under: Pay Item Pay Unit 6" Solid Sleeve EA DISINFECTION OF WATER SYSTEMS PART1-GENERAL 1.1 DESCRIPTION This section covers disinfection of potable water systems. The Contractor is responsible for disinfection. 1.2 SUBMITTALS Certification: Label on container shall have proper precautionary information that material is a strong oxidizing agent and that contact with heat, acids, organics or combustible materials could cause fire. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Storage shall be in a cold, dark, dry and secure area. Extreme care shall be exercised in handling hypochlorites. • B. Standard: Forward to both AW WA B-300 and AW WA C-651. 31 REVISION OF SECTION 619 WATER LINES PART 2 - MATERAILS 2.1 MATERIALS A. Hypochlorites: References AW WA B-300. PART 3-EXECUTION kR<H:1�1:1:7:\11 A. Contractor shall properly disinfect all new waterlines and system components prior to placing them in service, in accordance with A W WA C-651. B. At least forty eight (48) hours in advance of each component of the disinfection process, initial flushing, disinfection, final flushing / dechlorination and bacteric- logical testing, Contractor shall provide to the OWNER a written plan and corresponding diagrams describing where, when and the sequencing of each of the components will occur. C. Contractor shall take appropriate measures during the construction of the work so as to prevent contamination of all pipelines and system components at all times. If in the • opinion of the OWNER and/or Engineer, contamination has occurred all systems shall be flushed before disinfecting. D. If in the opinion of the OWNER or Engineer, dirt or debris has entered the system that will not be removed by the flushing operation the interior of the pipe shall be cleaned by mechanical means and then shall be swabbed with a 1 percent hypochlorite disinfection solution. Cleaning with the use of a pig, swab, or "go -devil' should be undertaken only when such operation will not force mud or debris into pipe joint spaces. E. Care should be taken to prevent the disinfectant solution from flowing back into existing pipelines in service. The OWNER shall operate existing valves and shall limit velocities to 2 fps. F. If it is not possible to keep the pipe and fittings dry during installation, every effort shall be made to assure that any of the water that may enter the pipe contains an available chlorine concentration of approximately 25 mg/I. This maybe accomplished by adding calcium hypochlorite granules to each length of pipe before it is lowered into a wet trench. G. If the main is flooded during construction, it shall be cleared of the flood water by draining and flushing with potable water until clean. The section exposed to the flood water shall then be filled with chlorinated potable water which at the end of a 24-hour holding period will have a free chlorine residual of not less than 25mg/l. The chlorinated water may then be drained or flushed from the main. After construction is completed, the main shall be disinfected using the continuous feed or slug method. H. If permanent air vents are not available, the Contractor shall install corporation stops at • high points in the waterline, in order to evacuate air. After the water main is filled, all • corporation 32 REVISION OF SECTION 619 WATER LINES stops which were installed to facilitate evacuation of air from the water main shall be removed and plugged with a brass plug. 3.2 PRELIMINARY FLUSHING A. Flush pipelines in order to remove foreign material prior to chlorination. B. Disposing of chlorinated water during flushing activities. 1. A reducing agent shall be applied to the water to be disposed to thoroughly neutralize the chlorine residual remaining in the water. Where necessary, federal, state, and local regulatory agencies should be contacted to determine special provisions for the disposal of chlorinated water. 2. Chlorine residual of water being disposed shall be reduced to a concentration of less than 0.1 mg/l. 3. The treated water to be disposed shall have a pH of between 6.5 and 9 Standard Units (S.U.). 4. Chlorine residual of water being disposed shall be neutralized by treating with one of • the chemicals specified in Paragraph 3.04.13.4. 3.3 METHODS A. In general, apply chlorine using the continuous feed method. 1. The tablet method may NOT be used without the prior written permission of the OWNER. B. Continuous Feed Method 1. The continuos feed method consists of injecting a chlorine solution in the main after construction and filling the main with potable water chlorinated so that after a 24- hour holding period in the main there will be a free chlorine residual of not less than 10 me. 2. Prior to being chlorinated, the main shall be filled to eliminate air pockets and, if practical, shall be flushed to remove particulates. 3. Chlorinating the main - a. Water from the existing distribution system or other approved source of supply shall be made to flow at a constant, measured rate into the newly laid water main. b. At a point prior to the potable water connection to the new main, water entering the new main shall receive a dose of chlorine fed at a constant rate such that the water will have not less than 25 mg/I free chlorine. To assure that the proper concentration is provided, the injected chlorine solution shall be metered and tested in accordance with the procedures described in the • current edition of Standard Methods or AW WA M-12, Simplified Procedures for water examination, or using appropriate chlorine test kits. 33 REVISION OF SECTION 619 WATER LINES 4. During the application of chlorine, valves shall be positioned so that the strong chlorine solution in the main being treated will not flow into water mains in active service. Chlorine application shall not cease until the entire main is filled with heavily chlorinated water. The chlorinated water shall be retained in the main for at least 24 hours, during which time all new valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24-hour period, the treated water in all portions of the main shall have a residual of not less than 10 mg/I free chlorine. 5. The preferred equipment for applying liquid chlorine is a solution feed, vacuum operated chlorinator to mix the chlorine gas in solution water, in combination with a booster pump for injecting the chlorine gas solution water into the main to be disinfected. It is recommended that direct feed chlorinators not be used. (A direct feed chlorinator is one which operates solely from the pressure in the chlorine cylinder.) Hypochlorite solutions may be applied in the water main with a gasoline or electrically powered chemical feed pump designed for feeding chlorine solutions. Feed lines shall be of such material and strength as to withstand safely the corrosion caused by the concentrated chlorine solutions and the maximum pressure that may be created by the pumps. All connections shall be checked for tightness before the • solution is applied to the main. 3.4 FINAL FLUSHING A. Clearing the Main of Heavily Chlorinated Water After the applicable retention period, the heavily chlorinated water shall beflushed from the main until chlorine measurements show that the concentration in the water leaving the main is no higher than that generally prevailing in the system, less than one (1) mg/l. B. Disposing of Heavily Chlorinated Water 1. A reducing agent shall be applied to the water to be disposed to thoroughly neutralize the chlorine residual remaining in the water. Where necessary, federal, state, and local regulatory agencies should be contacted to determine special provisions for the disposal of heavily chlorinated water. 2. Chlorine residual of water being disposed shall be reduced to a concentration of Jess than 0.1 Mo. 3. The treated water to be disposed shall have a pH of between 6.5 and 9 (S.U.). 4. Chlorine residual of water being disposed shall be neutralized by treating with one of the following chemicals. 0 wausy.IV11[,.xrelnl i1CM , 44#W wlai,x{I p.YOp t 0.abW mx PMW CN i cwx.ornnlawN paro { amb au.11a'ply 4aa(a GwM1y ibm.N { ,4MW NIInYa tELO t 4W6m ,yum G G p}nb , ;pIIm a panm { Llmm t M'LnyY+uuw 0.tl,N0. ppM , pvm i ,}pm M tiWMY'aM ,IW6 i imYO i app,W „YlfVtl m}mb , bApm tYbup plm i 4np(im{myM1.YM i+YI Pbb t WRm e.�xYl4paamynxpxW WI iiwm W Ev.aJ�. T.svMpW xnN i ThIlMPv/ixo-al it1LW , m,uus Yngmml utlh� •N.IW{{x 4Wam TOTAL BABE BIB ,5' BC9,698J0 ixwoxo L��9kTTs� koC� PiSM YN�.'s+rcA SK VW�K�'4�f� ei9 h� 4.1d �Jc•.� C'�"4�] T� r-� u 34 REVISION OF SECTION 619 WATER LINES Pounds of chemicals required to neutralize various residual chlorine concentrations per 100,000 gallons of water RESIDUAL CHLORINE CONCENTRATION mgA SULFUR DIOXID E SO2 SODIUM BISULFATE NaHSO3 SODIUM SULFITE Na2S03 SODIUM THIOSULFATE Na2S203 5H20 1 0.8 1.2 1.4 1.2 2 1.7 2.5 2.9 2.4 10 8.3 12.5 14.6 12.0 50 41.7 62.6 1 73.0 60.0 3.5 BACTERIALOGICAL TESTS • A. The Utility's Water Quality Lab shall collect samples from the pipeline after final flushing, and prior to pressure testing and placing waterlines in service, to test for bacterialogical quality to show the absence of coliform organisms. Prior to collecting samples the Water Quality Lab shall be given a minimum of 24 hours advance notice. B. The number and frequency of samples shall be determined by the Utility's Water Quality Lab based on A W WA C-651. 3.6 REPETITION OF PROCEDURES A. If the initial chlorine concentration at any testing location is less than 25 milligrams per liter the entire segment of waterline being chlorinated will he rechlorinated using the continuous feed method. B. If, after the 24-hour retention period, the residual chlorine concentration at any testing location is less than 10 milligrams per liter the entire segment of waterline being chlorinated shall be rechlorinated by the continuous feed method. C. If the initial disinfection, or subsequent disinfections, fail to produce satisfactory bacterialogical samples, the main shall be reflushed and resampled. If the samples are still not satisfactory, the main shall be rechlorinated by the continuous feed or the slug method • of chlorination until satisfactory results are obtained. 35 REVISION OF SECTION 619 WATER LINES DOMESTIC WATER SYSTEM HYDROSTATIC TESTING PART1-GENERAL 1.01 DESCRIPTION This section covers hydrostatic testing of a domestic water system. The Contractor is responsible for hydrostatic testing. PART2-PRODUCTS Not Applicable PART 3 - EXECUTION 3.1 GENERAL A. After the pipeline has been disinfected and all chlorinated water has been purged, dechlorinated, and all bacteriological testing completed and accepted, all pipe shall be field • pressure tested to 150 psi unless otherwise noted. B. At least forty eight (48) hours in advance of testing, Contractor will provide to the Owner a written plan and corresponding diagrams for pressure testing the waterline, including where the test will occur, when it will occurand the sequence of segments to be tested. C. The Engineer shall be notified 24 hours in advance of testing. All testing shall be made in the presence of the Engineer. D. The Contractor will furnish the calibrated meter and the pump for testing. The pipeline shall be in a state of readiness for testing; all bulkheads, pumps, taps and appurtenances necessary to fill the pipeline and maintain the required pressure shall he in place. The pipeline shall be filled with potable water and the test pressure of 150 psi applied to the pipeline by means of a pump, equipped with a suitable pressure regulator. When filling the pipeline, it shall be filled at a rate which will not cause any surge nor exceed the rate at which the air can be released. E. All air in the line shall be properly purged. Where blow -offs or hydrants are not available or effective in purging air from the line, the Engineer shall require a tap to purge the line. The location and size of tap shall beat the Engineer's discretion. F. Testing through fire hydrants is not permitted. G. The Owner is not responsible for water tightness of it's valves on existing facilities. If existing valves leak, the Owner will assist in reducing the influx of water, but the Contractor mustuse methods at his own disposal to work with the resulting leakage, including temporary plugging • and blocking of the new water line for hydrostatic testing. 36 REVISION OF SECTION 619 WATER LINES 3.2 LEAKAGE A. While the test pressure is maintained, an examination shall be made of the pipeline in general, and any leaks shall be repaired. Any pipe or fitting found to be cracked shall be removed and replaced. Cutting and replacing of pavement, excavating and backfilling are a necessary part of locating and repairing leaks discovered by pressure testing of pipe. B. After all visible leaks have been stopped the full test pressure shall be maintained for a minimum of 2 hours. The amount of leakage for each test section of the pipeline shall be determined by the following formula for all types of pipe. L = SD (P)1I2 where: L = maximum allowable leakage in gallons per hour 133,200 S = pipeline length to be tested in feet D = nominal pipeline diameter in inches P = average test pressure during the leakage test in psi C. Leakage shall be defined as the quantity of water that must be supplied into the pipeline test section to maintain pressure within 5 psi of 150 psi after the air in the pipeline has been • expelled and the pipe has been filled with water. Leakage shall not be measured by a drop in pressure in a test section over a period of time. D. If pressure test fails, contractor shall repair defects and retest until leakage is less than minimum allowed. E. All visible leaks shall be repaired regardless of maximum allowable leakage. PART1-GENERAL 1.1 WORK INCLUDED The work to be performed includes the connection of new pipelines to an existing water pipeline which is part of the Owner's water system PART 2—NOT USED I ZI,It 1923 W4 spllly 1(6).I 3.1 CONNECTIONS Connections to the Owner's water system shall be completed in a neat and workmanlike manner. An • Inspector shall be present at all times during the construction of the connection. The connection is subject to approval by the Inspector and the Engineer. Under no circumstances shall a non- • disinfected main, which cannot be isolated, be connected to an existing disinfected main. 37 REVISION OF SECTION 619 WATER LINES The Owner is not esponsible for water tightness of its valves on existing facilities. Ifexisting valvesleak, the Owner will assist in reducing the influx of water, but the Contractor must use methods at his own disposal to work with the resulting leakage. 11X 11)9M 1.11111120)akrldFAM*1 In connectingto the Owner's water system, it may be necessary to operate existing valves. Valves on the Owner's system that must be operated to make a connection shall be operated by the Owner's assigned representative only. The Engineer shall be given 48 hour notice by the Contractor for operation of valves and shall be present during their operation, except in the case of emergencies. • 0 STANDARD SPECIAL PROVISIONS 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. • • REVISION OF SECTION 619 WATER LINES Section 619 of the Standard Specifications is hereby removed and replaced for this project as follows: CONTROLLED LOW STRENGTH MATERIAL BACKFILL (FLO-FILL) PART1-GENERAL. 1.1 SECTION INCLUDES A. The CONTRACTOR shall famish and place controlled low strength material (CLSM) backfill where shown in the Drawings. 1.2 REFERENCES A. ASTM C 33 - Concrete Aggregates B. ASTM C 94 - Specification for Ready -Mixed Concrete C. ASTM C 143 - Test Method for Slump of Hydraulic Cement Concrete D. ASTM C ISO - Portland Cement • E. ASTM C 494 - Chemical Admixtures for Concrete F. ASTM C 618 - Fly Ash in Portland Cement Concrete G. ASTM D 4832 - Standard Test Method for Preparation and Testing of Soil - Cement Slurry Test Cylinders H. ASTM PS 28 - Provisional Standard Test Method for Flow Consistency of Controlled Low Strength Material 1. ASTM PS 29 - Provisional Standard Test Method for Unit Weight, Yield and Air Content (Gravimetric) of Controlled Low Strength Material 3. ASTM PS 30 - Provisional Standard Practice for Sampling Freshly Mixed Controlled Low Strength Material K. ASTM PS 31 - Provisional Standard Test Method for Ball Drop on Controlled Low Strength Material to Determine Suitability for Load Application 1.3 SUBMITTALS: A. A minimum of two days prior to starting CLSM work, CLSM mix design shall be submitted for review and approval. No changes shall be made in the amounts or 0 2 REVISION OF SECTION 619 WATER LINES sources of the approved mix ingredients without the approval of the ENGINEER. Product inspection and field testing of the approved mix may be made by, or on- behalf of, the OWNER. Iwill I'll 040 ailomil I 2.1 MATERIALS 2.2 General: The CLSM shall consist of a mixture of sand, coarse aggregate, cement and water. Fly ash and approved admixtures may be used to obtain the required properties of the mix. The mix shall have good workability and flowability with self -compacting and self -leveling characteristics. Proportions of the mix shall be as given in the following table: 40 CLSM Mix Proportions Article L Component Amount Cement 42 lbs Fine Aggregate 1,845 lea Coarse Aggregate 1,7001bs Water 235 Ibs B. Cement: All cement used shall be Type 11 Portland cement, which shall conform to the requirements of ASTM C 150. • C. Fly Ash: Fly ash may be either Class C or Class F. The fly ash shall conform to ASTM C 618. D. Aggregates: 1. Fine Aggregate: All fine aggregate shall conform to the grading and quality requirements of ASTM C 33. 2. Coarse Aggregate: Coarse aggregate shall conform to the grading and quality requirements of ASTM C 33 for size No. 57 or No. 67. E. Water: The batch mixing water and mixer washout water shall conform to the requirements of ASTM C 94. The Water.Cement ratio shall be 5.6:1. F. Admixtures: Chemical admixtures that do not contain calcium chloride and conform to ASTM C 494 for concrete may be used in the CLSM mix. All chemical admixtures shall be compatible with the cement and all other admixtures in the batch. G. CLSM Properties: 1. Strength: CLSM shall have a maximum 28 day compressive strength of 60 psi when molded and cured as in conformance with ASTM D 4832. 2. Air -Entrainment: All CLSM shall be air entrained to a total air content of 4 —8%. is 3 REVISION OF SECTION 619 WATER LINES 3. Slump: The minimum slump shall be seven inches and the maximum slump shall be nine inches as when tested in accordance with ASTM PS 28. 4. Aggregate: Fine aggregate shall be between 50% and 60% by volume of the total aggregates in the CLSM mix. 5. Consistency: The consistency of the CLSM slurry shall be such that the material flows easily into all openings and the area to be filled. When trenches are on a steep slope, a stiffer mix of slurry may be required to prevent CSLM from flowing down the trench. When a stiffer mix is used, vibration shall be performed in ensure that the CLSM slurry completely fills all spaces between the pipe and the lower portion of the trench. PART 3-EXECUTION 3.1 PLACEMENT A. CLSM shall be used as an alternative to backfill, as directed by the ENGINEER, but may not be used as a substitute for bedding material. Rodding, mechanical vibration and compaction of CLSM shall be performed to assist in • consolidating the CLSM. CLSM shall be placed as closely behind pipe laying operations as possible. When required to prevent uplift, the CLSM shall be placed in two stages as required, allowing sufficient time for the initial set of the first stage before the remainder is placed. CLSM shall be deposited as nearly as practical in its final position and in no way disturb the pipe trench or cause foreign material to become mixed with the CLSM. Soil backfill shall not be placed until the CLSM has reached the initial set. If backfill is not to be placed over the CLSM within 8 hours, a 6-inch cover of moist earth shall be placed over the CLSM surface. If the air temperature is 500LF or less, the moist earth cover should be at least 18-inches thick. CLSM shall not be placed when the air temperature is below 400 f1F unless the air temperature is 350 ❑ F or more and the temperature is rising. CLSM shall not be placed, if, in the judgment of the ENGINEER, weather conditions are unsuitable. CLSM shall not be placed when the trench bottom or walls are frozen or contain frozen materials. Il119001all 40 Flow -Fill will not be measure or paid separately, but is incidental to 8" PVC C900 DR 18 bid item. P 4 REVISION OF SECTION 619 WATER LINES STEEL PIPE AND FITTINGS PART1-GENERAL 1.1 WORK INCLUDED: A. This section covers the furnishing and installation of steel pipe and fittings and steel casingpipe and appurtenances. PART 2 - MATERIALS 2.1 STEEL PIPE AND FITTINGS A. Specifications Pipe shall be designed, manufactured, tested, inspected and marked in accordance with the provisions of this Specification and A.W, W,A. Standard C-200, "Steel Water Pipe 6 Inches and Larger," except as herein modified. B. Steel Requirements and Wall Thickness • Pipe is to be fabricated from steel sheets conforming to ASTM A-570, Grade 30, 33,36 or 40, plates conforming to ASTM A-283 Grade C or D or ASTM A-572 Grade 42, or the pipe is to meet the requirements of ASTM A-53 Grade B or ASTM A-139 Grade A, B or C. Minimum yield strength of the steel is to be 36,000 psi. All pipe diameters shall be "minimum finished interior" diameter. All steel used in pipe fabrication shall have a maximum carbon content of .25 percent, and shall have a minimum elongation of 22 percent in a 2 inch gauge length. The minimum steel wall thickness shall be as shown on the Contract Drawings. C. Exterior Coating Pipe shall be coated and wrapped on the outside with "Pre -fabricated Multilayer Cold Applied Polyethylene Tape Coating" in accordance with A.W. W.A. Standard C-214. The total thickness of the coating system shall be 80 mils consisting of: primer, 20 mil inner layer for corrosion protection and two 30 mil outer layers for mechanical protection. Prior to shipment, the pipe will be visually inspected for damage to the mating. Any areas that appear to be damaged will be given an electrical holiday test of a minimum of 6,000 volts with a 60 cycle current audio detector giving a maximum testing voltage 120 times per second. Ifthe test indicates no holidays and the outer wrap is wrinkled but not torn, no repairs are required. Ifthetest indicates no holidays and the outer wrap(s) is torn, the damaged layer or layers of the outer wrap shall be removed by carefully cutting with a sharp raver -type utility knife. The area to be patched shall be washed with Xylol taking care to wash at least 4" of undamaged tape where the hand applied tape wrap will overlap. Cold applied tape (outer wrap) 0 CONTRACT DOCUMENTS TABLE OF CONTENTS • Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 • 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS 0 • 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 .'T•MIII 1 LG11161N z j�.•Or1P0, : p. William S Anderson 01-08-15 f 4 Ji , W Printed Date .. Vice President s Title ��r��OpAOO``��� • License Number (If Applicable) (Seal - if Bid is by corporation) Attest: !°_ c.✓.+.h. Sheri C Welch, Secretary Address 7785 Highland Meadows Pkwy. Suite 100 Fort Collins, CO 80528 Telephone 970-223-3151 Email )lindblad@connellresources.com 0 • meetingthe requirements ofA.W.W.A.C-209 and compatible withthetape wrapping systemshall then be applied for each layer of white tape that has been removed. 5 REVISION OF SECTION 619 WATER LINES The exterior surface of all welded and O-ringjoints shall be coated with CanusaKLA heat shrink sleeve or approved equal. All flanged and flexible coupled joints shall be coated Canusa Klox heat shrink sleeves or approved equal. D. InteriorLining Pipe and fittings shall be cement mortar lined in the shop in accordance with A.W.W.A. C-205. Minimum cement mortar lining thickness for 36" and smaller diameters shall be 3/8". For 42" and larger diameter pipe, the lining thickness shall be 1/2". Cement mortar lined pipe shall have an I.D. after lining not less than the specified nominal size. E. Joint Design and Fabrication Pipe and fittings shall be furnished with 0-ring or welded joints except at buried butterfly locations where flanged joints per A.W.W.A. C-207 shall be furnished. O- ring joints shall consist of a flared bell end and a grooved spigot end designed to retain the "O-ring" rubber gasket. The spigot end groove may be rolled in or bar type. Bell and spigot ends shall be sized by forcing over a sizing die or by expanding to stretch the steel beyond its elastic limit so that the • difference in diameterbetween outside of spigot and inside of bell at normal engagement does not exceed .03" measured on circumference with a diameter tape. The 0-ring gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to A.W.W.A.C-200. Thejoint shall be suitable for a safe working pressure equal to the class of pipe as calculated by the formula P = 2tfs/D, where t = steel wall thickness, D = pipe diameter, and Is = 50 % of the yield strength of the steel. The joint shall operate satisfactorily with a deflection, the tangent of which is not to exceed .75"/D when D is the outside diameter of the pipe in inches or with a pull-out of 3/4". Shop applied outside coating shall be continuous to the end of the pipe on the bell end and shall be cut back on spigot end so that the coating extends at least V? inside of the bell end at normal engagement. Shop applied inside lining shall be continuous to the end of the pipe on the spigot end and shall be cut back on the hell end to the point of maximum engagement or further, as shown on the plans. Inside of the bell and outside of the spigot shall be painted with one shop coat of primer, Polyken #927 or equal. Mechanical couplings, where indicated on the drawing, shall be Dresser Style 38, Rockwell Product No. 411, or approved equal. The middle ring shall be a minimum thickness of 1/4" or greater. Couplings shall have plain gaskets, Grade 27, and shall be shop coated with Dresser Red "D" or primer compatible with the tape coat system. Mechanical couplings shall be furnished complete with bonding wire and brazing cartridges. Tied joints where indicated on the drawings shall be field welded bell and spigot joints . designed for 250 psi pressure. Flanges shall meet the requirements of A.W.W.A. Standard C-207. "Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches . through 144 Inches," and shall be Class D with 150 psi drilling. Insulated flanges shall have bolt holes 3/16 inch greater than the bolt diameter. 6 REVISION OF SECTION 619 WATER LINES Pipe Lengths Pipe shall be furnished in nominal laying lengths not to exceed 45 feet, with special lengths as required by plan and profile for location of elbows, tees, etc. Pipe fabricator shall prepare a pipe laying diagram or laying schedule showing the location of each piece by Mark Number. G. Specials and Fittings Fittings are to be fabricated in accordance with A.W.W.A. C-200 Section 4 including non- destructive testing by dye penetrant of welds not previously tested in the straight pipe. Fittings shall conform to the dimensions of A.W.W.A. C-208 or may be fabricated into standard pipe lengths. Elbows to 22 %degrees shall be two piece, 23 to 45 degrees shall be three piece, 46 to 67 1/2 degrees shall be four piece and 68 to 90 degrees shall be five piece. All tees, laterals and outlets shall be reinforced in accordance with A.S.M.E. Pressure Vessel Code, Section VIII Paragraph G-37 or A.W.W.A. M-11 Section 19.4 and 19.5. All fittings shall be designed for 150 psi working pressure and 100 psi surge pressure. . H. Strutting Adequate strutting shall be provided on all pipe, specials and fittings so as to limit handling and storage damage to the pipe coating and lining. The strutting shall remain in place while each pipe is loaded, transported, unloaded, installed and backfilled at the job site. Submittals The following submittals shall be required for review and acceptance by the engineer: 1. Standard joint detail 2. Restrained joint detail 3. Details for specials and fittings 4. Pipe laying schedule 5. Pipe barrel deflection calculations J Warning Tape 1. Tape to read: CAUTION: BURIED WATER LINE BELOW 2. Colors: Blue background with black text 3. APWA& AASHTO compliant 4. Tape shall be 4 mil polyethylene or other non -degradable material 7 • 7 REVISION OF SECTION 619 WATER LINES 2.3 STEEL CASING PIPE AND APPURTENANCES A. Casing Pipe Steel casing pipe shall have a smooth wall and shall conform to A.S.T.M. Designation A-39, Grade B structural with a minimum yield strength of 36,000 psi. Casing pipe joints shall be beveled for field butt welding. Steelcasingpipeminimum wall thickness shall be as shown on the Contract Drawings and shall be fabricated in accordance with A W WA C-200. The outside and inside surfaces of the steel casing shall be bare, unless otherwise required by the Contract Documents. B. Accessories 1. Casing Seals • Casing seals shall be high density butyl tubber with stainless steel strap, Model W as manufactured by Pipeline Seal and Insulator Co., or equal. 40 2. Casing Spacers Casing spacers shall be 12" wide, with a two piece stainless steel shell. Runners shall be constructed of high molecular weight polymer, Model CCS as manufactured by Cascade Waterworks Manufacturing Co., or equal. PART 3-EXECUTION 3.1 STEEL PIPE INSTALLATION A. Handling and Storage The pipe shall be handled by use of wide slings and padded cradles of canvas, nylon or other suitable material designed and constructed to prevent damage to the pipe coating. The use of bare metal cables, chains, hooks or other equipment which might injure the pipe coating will not be permitted. All other pipe handling equipment and methods must be approved by the Engineer. Stockpiled steel pipe shall be supported on sawdust and/or sand bags placed under the uncoated ends of the pipe. Bags shall be of sufficient size to prevent contact of the pipe coating with the ground or any obstruction. Rolling the pipe on coated surface will not be permitted. B. Subgrade No blocking of pipe will be permitted. Before the pipe is laid, the subgrade shall be prepared by backfilling with clean uniformly graded sand so as to provide a uniform and continuous bearing and support for the pipe at every point between bell holes, except that it will be permissible to disturb or otherwise damage the subgrade surface over a maximum length of 18-inches near the middle of each length of pipe by the withdrawal of pipe slings or other lifting tackle. 8 REVISION OF SECTION 619 WATER LINES C. O-Ring Joint Immediately before joining two lengths of steel pipe, the inside of the bell end, the outside of the spigot end and the rubber gasket shall be thoroughly cleaned to remove oil, grit and other foreign matter. The rubber gasket shall then be stretched over the spigot end and any tension relieved by inserting a dull instrument under the gasket and making two complete revolutions around the joint. A thin film of gasket lubricant shall be applied to the outer face of the spigot and gasket only. The spigot end of the pipe shall be placed in the bell end of the preceding pipe with care to prevent thejoint from contacting the ground. The joint shall be completed by pushing the pipe home with a slow steady pressure, without jerky or jolting movements. • Whenever it is desirable to deflect 0-ring joints in order to form a long radius curve, the deflection shall not exceed eighty percent (80%) of the pipe manufacturer's recommendations for maximum deflection. O-ringjoints shall be electrically bonded as shown on the contract drawings. D. Field Welded Joints Butt strap on lapjoints shall be fillet welded on the exterior with a fully circumferential watertight fillet weld being at least equal in cross-section to the wall thickness of the steel pipe and a "seal" weld for air testing of the joint. The weld shall be accomplished by a certified welder having experience with joints of this type. The welder's qualifications and all welds shall meet the requirements ofA W W A C-206. During welding the coating shall be protected by draping an 18" wide strip of heat resistant material over the top half of the pipe on each side of the coating holdback to avoid damage to the coating by hot weld splatter. No welding ground shall be made on the coated part of the pipe. E. Flexible Coupled Joint When installing flexible steel couplings, care shall be taken that the connecting pipe ends, couplings and gaskets are clean and free of all dirt and foreign matter with special attention being given to the contact surfaces of the pipe, gaskets and couplings. These couplings • shall be assembled and installed in conformity with the recommendations and instructions of the coupling manufacturer. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. Coupling bolts shall be tightened so as to secure a uniform annular space between the follower rings and the body of the pipe and all bolts tightened approximately the same amount. 9 REVISION OF SECTION 619 WATER LINES Diametrically opposite nuts shall be tightened progressively and evenly. Final tightening shall be done with a torque limiting wrench set for the torque recommended by the coupling manufacturer. Flanged Joint Before the joint is assembled, the flange faces shall be thoroughly cleaned of all foreign material with a power wire brush. The gasket shall be centered and the connecting flanges drawn up watertight without unnecessary stressing of the flanges. All bolts shall be tightened in a progressive diametrically opposite sequence using torque wrenches at settings recommended by the manufacturer (75 lb. min.). Only compressed non -asbestos sheet gaskets • with a rubber compound bindershall be used. Where steel flanges are connected to ductile iron flanges, an insulating connection shall be provided. Bonding jumpers shall be furnished per Paragraph 3.02-C to bypass dissimilar materials. G. Field Joints - Lining and Coating Upon completion of the installation of the 0-ring and welded joints the interior annular space of all field joints shall be grouted flush with cement mortar in the proportion of 2 parts sand to 1 part Portland cement for all steel pipe joints. Damaged lining shall be removed and replaced. The steel surface shall be prepared to a new white finish prior to replacement of the mortar. The exterior surfaces of all 0-ring and welded joints shall be coated with Carouse, KLA heat shrink sleeve or approved equal. All flanged and flexible coupled joints shall be coated with Canusa Klox heat shrink sleeves as manufactured by Canusa pipeline coatings or approved equal. The joint coating shall be furnished and installed in strict accordance with AWWA C-209 and the manufacturer's recommendations and as set forth herein and on the contract drawings. General a. The pipeline contractor shall be responsible forthe application ofthe heat shrink sleeve and shall furnish all equipment and properly trained and supervised laborand service required for installation. All equipment and tools required for the application of the heat shrink sleeve shall be subject to approval of the Engineer. The contractor shall follow the manufacturer's application • specifications and work in harmony with pipeline coating's representative to alleviate any difficulties during the application and installation of the heat . shrink sleeve coated pipejoints. In. The contractor shall be responsible for verifying the integrity of the heat shrink sleeve coated field joint. Damaged sleeves shall be repaired at the contractor's expense. All sleeve repair material shall be supplied by the contractor. 10 REVISION OF SECTION 619 WATER LINES C. The contractor shall require the manufacturer to supply a service person to assist and instruct the contractor and the coating inspector with the proper application of the heat shrink sleeve. The application of the heat shrink sleeve must meet with the approval of the manufacturer'srepresentative. 2. Material Storage a. All coating material shall be stored, handled, and transported in such a manner as to prevent damage to individual carton containers. Cartons, sleeves, or individual repair rolls removed from the storage pallets shall not be dropped, • rolled, or thrown in any manner as to damage the coating material, cartons or sleeves shall not be handled with hooks, ropes, cables, or any other mechanical devicesthatwill damage the coating materials. b. All coating materials shall be stacked no higher than one (1) pallet high or individual cartons no higherthan twelve (12) high. C. The heat shrink sleeve coating material shall be stored and/or transported in a dry ventilated location. Storage temperature shall be a minimum of 60 degrees F and not exceed 100 degrees F. d. Individual cartons of heat shrink sleeves shall not contact bare ground or bare warehouse floor. Tools or equipment shall not be stacked on top of sleeves. C. Coating materials that have been damaged or show sings of deterioration shall be rejected. f. Primer shall be stored and disposed of in accordance with regulations that govern hazardous material storage. Primer inventory shall rotate on a first in - first out basis. Primer containers shall be marked with receiving date. g. Sleeve waste material, primer containers, stub rolls, empty cartons, release liners, and related waste materials shall be disposed of on a routinebasis. Waste materials SHALL NOT be discarded along the pipeline right-of-way or in the ditch. is • 3. Field Joint Preparation a. The field joint pipe surface shall be free of mud, oil, grease, or any other foreign material that will prevent the heat shrink sleeve from bonding to the steel pipe surface. Visible oil and grease shall be removed with suitable solvent, i.e., heptane or toluene. The steel surface shall be dry prior to the application of the heat shrink sleeve. KEROSENE SHALL NOT be used for cleaning the pipejoints. b. All bare pipe surfaces shall be power wire brush cleaned to a ST2 surface finish. All buns and weld slag shall be removed from the pipe surface. I REVISION OF SECTION 619 WATER LINES C. The pipe surface shall be dry and free of any dust particulates prior to the application of the heat shrink sleeve. There shall be no flash rust on the pipe surface prior to the application of the sleeve. d. Mill applied primary coating system should be beveled atthe cutback area with power wire brush. Abraded coating shall be removed from the cutback area. e. The steel pipe shall be preheated at the joint area, using a propane or butane torch, to 140 degrees F to remove moisture and to assist the adhesive flow and bonding of the sleeve adhesive. The pipejoint surface shall not be covered with • dew, frost, or min moisture prior to the application of the heat shrink sleeve. f For cold weather application, below 40 degrees F, the heat shrink sleeve system (wrap around sleeve and closure) shall be stored in a facility at a minimum ambient temperature of 60 degrees F andnotto exceed 100 degrees F. The heat shrink sleeve shall be removed and transported from the storage facility on a daily consumption basis and conveyed to the right-of-way (ROW) in a heated and covered vehicle or sled. The heated vehicle or sled shall be maintained at 60 degrees F to insure proper sleeve body temperature prior to the heat shrink sleeve application. The heat shrink sleeve system shall be stored in the heated vehicle or sled a minimum of 12 hours prior to application and shall be removed directly from the heated vehicle or sled immediately prior to application. The heat shrink sleeve system SHALL NOT be applied if the coating body temperature is below 60 degrees F. g. The exterior annular space between the inside of the flared joint bell and the outside of the spigot shall be filled with Polyken #939 mastic or approved equal as shown on the drawings. 4. Heat Shrink Sleeve Installation All steel O-ring and welded couplings and flanged joints shall be primed in accordance with the manufacturer's recommendations prior to placement of the heat shrink sleeve. . b. Primer or mastic shall be applied to the pipe steel surface with a brush or paint roller to a wet thickness as specified by the manufacturer. The primer shall not be diluted. Primer container shall remain covered when not in use. • C. Primer or mastic shall cover the entire exposed steel surface and overlap onto the mill applied primary coating system. The primer shall overlap a minimum of two inches beyond the overall width of the heat shrink sleeve (Example; a 24 inch wide sleeve shall have a minimum of 28 inches of primer coverage). d. The primer shall be dry pursuant to manufacturer's recommendation prior to the application of the heat shrink sleeve. 12 REVISION OF SECTION 619 WATER LINES e. The release liner shall be peeled back a distance equal to the pipe diameter from the beveled end of the heat shrink sleeve. The sleeve shall be held vertically and perpendicular to the joint seam. The beveled edge of the sleeve shall be centered on the weld seam at the I 1 o'clock position on the opposite side of the pipe. The contractor shall press and smooth the heat shrink sleeve edge onto the pipe and plant applied coating system. f The heat shrink sleeve shall be applied under hand tension and shall be tight around the weld bead and cutback stepoff area. The release liner shall be used to wrap the sleeve around the pipe. The heat shrink sleeve will follow the release liner around the pipe. Overlap the sleeve onto itself by a minimum of • two (2) inches and compress the overlap area by hand. The applied heat shrink sleeve shall be free of wrinkles, sags, and bagging. There shall be NO sleeve spacing at the bottom of the joint pipe area with the sleeve. g. SLEEVE CLOSURE: Follow the manufacturer's recommendations. Heat shrinking the shrink Sleeve The heat shrink sleeve shall be heat applied using the open flame method. No more than three (3) field joints shall be pre -coated with the heat shrink sleeve prior to heat shrinking the coating system. Open Flame Method Heat the closure and heat protection tape using a propane or butane torch. Periodically remove the heat and firmly press the closure into place using heat resistant gloves and/or heat resistant pressure roller. The protective closure heat tape does not need to be removed. However, if removal is required, the entire sleeve and pipe shall be completely cooled. After the wrapping operation, the heat shrink sleeve shall he heated with a propane or butane torch. The propane torch size shall be 200,000 BTU/hour. Adjust the flame size to approximately 12 inches. The desired flame should be a yellow -blue colored cone. The minimum distance between the time and the heat shrink sleeve is six (6) inches. The flame should spread on the sleeve to a circle approximately six (6) inches in diameter. • • Starting at the center of the shrink sleeve, heat the circumference ofthejoint area using broad circumferential strokes. Continue heating the shrink sleeve, moving from the center to the edge with broad circumferential strokes until shrinkage is completed on one side of the sleeve. Repeat the procedure from the center to the opposite side of the sleeve. Adhesive flow- out should occur at both shrink sleeve ends. The propane flame shall not be left stationary on the sleeve. For pipe diameters greater than twenty-four (24) inches, two propane torches can be used to heat the sleeve simultaneously from opposite sides of the pipe. Flame heat shall not be applied to the sleeve in a perpendicular or side to side mannerm the sleeve. 13 REVISION OF SECTION 619 WATER LINES Attention to detail should be placed on the circumferential weld, coating cutback stepdown area, and the sleeve overlap areas to ensure conformability. This can be facilitated by pressingthe sleeve intoplace using handpressure. Heat resistant gloves are recommended. The heat shrink sleeve shall be cooled to ambienttempemture a minimum of one(I)hour prior to handling and backfilling. • 7. Heat Shrink Sleeve Repair a. The heat shrink sleeve coated field joint shall be electrically inspected by the Contractor for holidays. b. Sleeve coated field joints that are damaged prior to backfilling shall be repaired inaccordancewith the manufacturer's recommendations. Backfill a. The contractor shall allow the heat shrink sleeve and pipe joint to cool approximately one (1) hour prior to backfilling. Backfill material shall contain NO large or sharp stones that could damage the sleeve during backfilling. Perforated rockshield shall be used on backfill operations requiring the utilization of rockshield protection. G. Care of Coating and Repair At all times during construction and installation of the pipeline, the Contractor shall use every precaution to prevent damage to the protective coating on the pipe. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen will be permitted to walk upon the coating only when necessary, in which case they • shall wear shoes with rubber or composition soles and heels. Any damage to the pipe or the protective coating from any cause during the installation of the pipeline and before final acceptance by the purchaser shall be repaired as directed by the inspector and at the expense • of the laying Contractor. When the damaged area shows a holiday when tested, the white outer layers shall be removed and the black inner wrap exposed. The exposed area and overlaps shall then be primed with a light coat of primer. A patch of inner wrap of sufficient size to extend 4 inches from the holidays in all directions shall then be firmly pressed into place. The patch shall then be holiday tested to determine that it is satisfactory. The outer layer of white tape shall then be re -trimmed to expose the first wrap of white tape sufficiently to allow a minimum lap of two inches in all directions. The exposed white tape shall then be washed with Xylol and primed. Two layers of outer wrap with a minimum thickness of 35 mils and conforming to A. W. W.A. C-209 shall then be applied, 14 REVISION OF SECTION 619 WATER LINES Pipe shall be transported from the coating plant to the jobsite on padded bunks with nylon tie - down straps orpadded banding to adequately proteetthe pipe and coating. H. Steel Pipe Installation - General The installation of all steel pipe and fittings shall conform to A.W.W.A. Manual M-11, "Steel Pipe - A Guide for Design and Installation." 3.3 STEEL CASING PIPE INSTALLATION • A. The casing shall be installed by boring and jacking and shall be constructed according to the locations and grades as shown on the Contract Drawings. B. The casing pipe shall be installed pursuant to all requirements of the governing agency of the facility being crossed. The casing pipe shall not deviate from a straight line, at any point along the alignment by more than 0.2 feet. The grade of the casing shall be maintained within 0.2 feet and the casing alignment shall be maintained within 0.5 feet. C. Cartier Pipe Installation 1. All carrier pipe joints within casing to be restrained. Join pipe in accordance with the applicable pipe specification sections, includingjoint bonding ifpipe line is cathodically protected. 2. If carrier pipe is ductile iron, secure polyethylene wrap so casing spacers fit over the wrap. Attach casing spacers no more than two feet from each end of the casing pipe and at no greaterthan 10' intervals inside the casing pipe. 3. Fill the annular space between the casing and the carrier pipe with clean, dry sand for the entire length of the casing. 4. Seal the ends of the casing pipe with casing seals. 3.4 PIPE INSTALLATION -GENERAL 0 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors • • A. Underground Interference A reasonable attempt has been made to locate and identify the underground interferences to be encountered. However, it shall be the responsibility of the Contractor to verify the locations shown on the Drawings. It shall also be the responsibility of the Contractor to locate any interference not shown on the Drawings. The Contractor shall exercise care when working in order to protect all underground interference and shall be fully responsible for any and all damage caused by his operations. B. Pipe Alignment and Grade IS REVISION OF SECTION 619 WATER LINES In laying pipe, maximum tolerance is permitted to set line within+/-0.3 foot and grade within +/- 0.1 foot. Fittings, valves and hydrants shall be installed at the specified locations and elevations, unless written permission to deviate is obtained from the Engineer. When laying pipe in curves, the intent is to lay to the alignment. The pipe shall be kept in alignment by deflectingjoints, using short lengths or bends. • Any changes in alignment and grade must be authorized by the Engineer and shall be accomplished by the installation of additional fittings, or "breaking" ofjoints. C. Deviation from Alignment and Grade Occasioned by Other Structures Whenever obstructions, not shown on the plans, interfere to such an extent that an alteration in the plans is required, the Engineer shall have the authority to determine the best method of correction. He may change the plans and order a deviation from line and grade, or he may instruct the Owner to arrange with the Contractor to mange with the Owners of the structure for its removal, relocation orreconstruction, as best fits the economic and field conditions. D. Temporary Bulkhead Whenever the pipe is left unattended, temporary plugs shall be installed at all openings. Temporary plugs shall be watertight and of such design as to prevent children, animals, or debris from entering the pipe. If water accumulates in the trench, the plugs shall remain in place until the trench is dry. E. Connection of Pipelines of Dissimilar Metals Insulated couplings or insulated flange kits shall be used when joining pipes of dissimilar metal either above or below grade. F. Pipeline Marker or Detection Tape Polyethylene wamingtape shall be installed approximately 2 feet below the ground surface, . centered over all buried waterlines Payment will be made under: • Pay Item Pay Unit 16" Steel Casing with 3/8" walls LF PLASTIC PRESSURE PIPE PARTI-GENERAL 1.1 DESCRIPTION This section covers the furnishing and installation of plastic pressure pipe and fittings. 16 REVISION OF SECTION 619 WATER LINES 1.2 QUALITYASSURANCE A. Standard: 1. AWWA C900: PVC Pressure Pipe and Fabricated Fitting, 4"- 12", For Water Distribution 2. AWWA C905: PVC Pressure Pipe and Fabricated Fitting, 14% 48", For Water Transmission and Distribution 3. ASTM F477: Elastomeric Seals ( Gaskets ) for Joining Plastic Pipe • 4. ASTM D1784: Specification for Rigid PVC Compounds and CPVC Compounds 5. ASTMD3139: Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals B. Manufacturers: 1. Diamond Plastics Corporation 2. PW Eagle 3. J-M Manufacturing Company 4. CertainTeed 5. Underground Solutions, Inc 6. Or approved equal 2 PART2-PRODUCTS 2.1 MATERIALS A. PVC Pressure Pipe (4 inch through 12 inches). 1. Conformance: AWWA C-900, DR-18 Class 150. 2. O.D. Base: Cast Iron equivalent. 3. Pressure Class: Refer to drawings for minimum pressure class. 4. Pipe Joints: a. DirectBury: Bell ends with elaswmeric gaskets. Solventcementjoints arestrictly prohibited. b. Horizontal Directional Drilling: • . i. Fusible C-900— manufactured by Underground Solutions, Inc. ii. Low profile restrained joint pipe such as C900/RJ system manufactured by CertainTeed or approved equal. B. PVC Pressure Pipe (14 inch through 48 inches). 1. Conformance:AWWAC-905. 2. O.D. Base: Cast Iron equivalent. 3. Pressure Rating: Refer to drawings for minimum pressure class. 4. Joints: Bell ends with elastomeric gaskets. Solvent cementjoims are strictly prohibited. 5. Color of the pipe shall be blue to distinguish as potable water. 17 REVISION OF SECTION 619 WATER LINES C. Mechanical Joint Restraints: Ford Uni-Flange Block Buster Series 1300 Pipe Restraint or approved equal. D. Seals: For penetrations into Precast Concrete structures use two sets of Thunderline Link- Seal units w/stainless steel hardware. E. Tracer wire. 1. Tracer wire shall be a minimum 14 A WG direct bury, insulated solid copper wire directly. The tracer wire shall be continuous(without splices) whenever possible. When splices are required, a wire connector equal to 3M DBR-6 shall be used. Splices shall be wmppedwater-tightwith one layeroffillertape followed by asecond layer of "Scotchwmp." 2. Termination Box: Equal to acathodic protectionteststation termination box. F. Warning Tape 1. Tape to read: CAUTION: BURIED WATER LINE BELOW 2. Colors: Blue background with black text 3. APWA & AASHTO compliant 4. Tape shall be detectable 5 mil foil for plastic piping or other detectable non- degradable material G. Fittings: Ductile Iron. Standard: A W WA C-104, C-110, C-111, or C-153 2. Lining: Epoxy. 3. Coating: Epoxy. 4. Pressure rating: 250 psi. 5. Connections: mechanical joint unless specified otherwise indicated. a. Tee -head bolts and nuts: high strength, low alloy steel "Car Ten", "Usalloy", or equal. PART 3-EXECUTION 3.1 INSPECTION A. Examine the pipe and fittings for cracks, dents, abrasions or other flaws prior to installation. Mark defective pipe and remove from the site. 3.2 INSTALLATION 18 REVISION OF SECTION 619 WATER LINES A. Cutting the pipe. 1. Cut the pipe square with saws or pipe cutters designed specifically for the material. 2. Bevel the end in accordance with the manufacturer's recommendations. 3. Locate a depth mark with a marker or crayon to assure the spigot end is inserted to the recommended depth. 4. Remove burrs and wipe off all dust from thejointing surfaces. B. Gasketedjoints. 1. Remove all dirt and foreign material from the spigot, gasket an gasket groove. 2. Apply lubricant furnished by the pipe manufacturer. 3. Insert the spigot to the depth recommended by manufacturer. 4. Do not disturb previously completed joints during j ointing operations. C. Do not bend pipe on any radius. Joints may be deflected if manufacturer's written literature allows, but bending of pipe is not allowed. D. Joints of all pipe in the trench shall be completed before work is stopped. If water accumulates in the trench, the plugs shall remain in place until the trench is dry. E. Tracer wire. 1. Tape to top centerline pipe every 5 feet with tape such that wire remains in place during embedding of pipe. 2. As an alternative to taping, spiral wrap tracer wire around pipeline in a symmetric pattern. Taping is not required with this method of installation. 3. Secure tracer wire to fire hydrant be wrapping twice around riser to hydrant. Terminate end of tracer wire in a pre -fabricated cathodic protection test station. Two (2) feet of wire shall be coiled inside each box. See Drawing Exhibit 2-8 for detail. 4. Wire maybe spliced with plastic ties. Totally enclose inwaterproofPermatex. Double wrap in Protecto-Wrap. 5. Attach one pound sacrificial anodes to tracer wire every 500 feet. 6. Testing. a. Pass current through wire and demonstrate that wire is capable of locating the pipe. b. If wire will not pass current, locate break in circuit andtest until tracer wire r I• • 0 works in accordance with its intended use. F. Warning Tape 1. Place 18" above top of pipe and centered over pipe in backfill. 2. Tape shall run continuous with pipe. 3.03 TAPPING 1. Tapping of P.V.C. up to and including two (2) inch shall be done only with approved tapping saddles. 2. Taps larger than two (2) inches in size shall be made only with approved tapping saddles, sleeves and shall be stainless steel only. 19 REVISION OF SECTION 619 WATER LINES PAYMENT Payment will be made under: Pay Item 8" PVC C900 DR 18 6" PVC C900 DR 18 8"x4" Reducer 8" 45" Bends 8" 22.5° Bends 8"x6" Tee w/ tbrust block Pay Unit LF LF EA EA EA EA VALVES AND COCKS PART] -GENERAL 1.1 DESCRIPTION: This section covers the furnishing and installation of butterfly line valves, air release and vacuum valves, gate valves and valve boxes. 1.2 SUBMITTALS Details of all valves shall be submitted to the Engineer for review and acceptance. PART 2 - MATERIALS 2.1 BUTTERFLYVALVES A. General Except as modified or supplemented herein, all butterfly valves supplied under this specification shall be designed and manufactured in strict compliance with A.W. W.A. Standard Specifications, Designation C504. Referenced section numbers in the following paragraphs • are those of A. W.W.A. C504. B. Service All valves shall be suitable for throttling service and/or frequent operation as well as service involving long periods of inactivity. Valves shall be capable of operating satisfactorily with flows in either direction. C. Shutoff Pressure The maximum static differential pressure across the valve will be 150 psi. At this rated pressure the valve wil I be bubble tight for flows in either direction. 20 REVISION OF SECTION 619 WATER LINES D. Class of Valves All valves shall be Class 150B. E. Valve Bodies Valve body material shall conform to that shown in Section 3.1 of referenced • specification. Valves may be of either short or long body pattern. F. Valve Discs Valve discs shall conform to that shown in Section 3.4 of referenced specifications. Valve disc shall seat at 90 degrees to the pipe axis. G. Valve Seat Rubber seats shall be applied to the body or the disc. The mating -seat surface, in either case, shall be stainless steel or Monet in accordance with Section 2.2.4 and 2.2.5 respectively. Sprayed or plated mating -seat surface will not be accepted. Rubber seats shall be of new natural or synthetic rubber and may be reinforced by the manufacturer. Rubber seats mounted in the groove of the valve body on valves 24-inch diameter and smaller may be bonded to the body. Bonded seats must withstand a 75-pound pull in accordance to the 90D stripping test procedure "Method B" of ASTM Designation D 429. Rubber seats mounted in the valve body shall he full circle 360 degrees and shall be retained in the valve body by mechanical means in such a manner that the seat is adjustable in the field and replacement can be made without removing the valve from the line. All hardware used in retaining the seat in the body shall conform in all the requirements of Section 3.5 of referenced specifications. Valve shaft shall not penetrate the rubber seat. H. Valve shaft 0 • Valve shaft shall be either through or stub type and shall conform to all applicable requirements of Section 3.3 of referenced specifications. I. Shaft Seal Where the valve shaft projects through the valve body for the operator connection, a shaft seal designed for positive pressure within the valve shall be provided. The seal shall be of one of the following types: 1. Self -compensating Vee-type packing 2. O-ring type contained in a corrosion resistant cartridge Retention of the seals shall be designed to utilize the actuator case as a positioner of the seal. Replacement of seals shall be done without removal of the valve shaft. 21 REVISION OF SECTION 619 WATER LINES J. Valve Bearings Valve bearings shall conform to all applicable requirements of Section 3.6 of referenced specification. In addition, valves furnished with externally adjustable thrust bearing shall have the external adjusting mechanism enclosed in asubstantial watertight housing. • K. Type of Valve Ends All valves shall be furnished with flanged joint ends for steel pipe and mechanical joint ends for ductile iron pipe unless otherwise shown on the plans. L. Valve Operator Valves shall be furnished with manual operators designed and sized to develop output torques required for Class 150B operating service (not Table 1-maximum operating torques) and shall be sufficient to seat, unseat and rapidly hold the disc in any intermediate position for the above conditions. The maximum velocity for operator design shall be 15 feet per second. In addition, the operator shall be designed for submerged service and to operate indefinitely in a full submerged condition. Operator shall be equipped with a 2" square operating nut with shaft sealed or gasketed to prevent contamination of the lubricants. Valve shall be opened with a clockwise rotation of the nut. A mechanical stop -limiting device (A. W.W.A. input shaft stop) shall be installed on the input side of the operator to provide stop limits for both open and closed positions and be designed to withstand an input torque of 300 foot-pounds at the operating nut. All gearing of the manual operator will be totally enclosed and sealed for a lubricant formulated for a temperature range of -10 degrees F to +150 degrees F. Manufacturer shall fill the gear case with lubricant to 80% of full prior to shipment from the factory. Primary gearing of operator shall be a self-locking worth gear of high tensile bronze and a worm of hardened alloy steel with ground and polished threads. • Primary gearing shall be supplemented by spur gear attachment to comply with the following conditions of operation for all sizes of valves: 1. Minimum number of turns for complete opening orclosing of valve disc shall notbeless than 40. 2. Maximum input torque required to fully open or close the valve for Class 150 B conditions shall not exceed 150 foot-pounds when appliedto the operating nut. The diameter of the output shaft or spline of the operator shall be sized equal to or greater than the turned -down section ofthe valve shaft as provided in Section 3.3 of referenced specifications. All operators shall have a valve position pointer installed. Pointershallberemovable andattached by using cap screws. 22 REVISION OF SECTION 619 WATER LINES M. Valve Bonnet Valves shall be furnished with a separate cast iron or fabricated steel extension bonnet with access openings (fitted with removable covers) to permit access to the stuffing box for repacking. The extension bonnet shall be of sufficient length to extend the distance between the valve centerline and operating nut an additional twenty-one inches over the distance which • could be considered standard. Minimum thickness of removable cover shall be 14 gauge (.0747") and shall be attached to extension sleeve with a minimum of four 1/4" diameter cap screws. Gasketing ofthis opening is not required. N. Manufacture All valves furnished shall be the latest standard product of a manufacturer regularly engaged in the production of equipment of this nature for a period of at least five years. Acceptable manufacturers are: American Darling, Clow, M & H, Mueller and Pratt. O. Descriptive Data The bidder shall submit with his bid three (3) copies of catalogs, shop drawings, characteristic curves (Cs - Coefficient of seating or unseating torque, Ct - Coefficient of dynamic torque, Cf - Coefficient of flow) and other literature necessary to describe the equipment to be furnished in sufficient detail to enable determination of compliance with specifications. P. Proof -of -Design Test The valve manufacturer shall test all valves according to Section 5 and shall furnish three (3) certified copies of the reports on the leakage test Section 5.3 and the Hydrostatic test Section 5.4 if required by the engineer. Q. Affidavit of Compliance The manufacturer of valves supplied under this specification shall famish an affidavit of • compliance in accordance with Section 1.5 stating that all valves furnished comply with all applicable provisions of A.W. W.A. C504 as modified or supplemented herein, if required by the • Engineer. R. Painting All Surfaces of the valve shall be clean, dry and free from grease before painting. All surfaces, exterior and interior, except the seating surfaces of flange faces shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V51C for buried service; and two coats of Zinc Chromate in accordance with Federal Specification 71-P-645 for non -buried service. Flange faces shall be shop coated with a rust preventive compound, Dearborn Chemical "No-Ox-Id", Houghton "Rust -Veto 344", or Rust-Oleu, "R-9". After above painting is completed, a lubricant compatible with the rubber seal shall be applied to a surface of this seal and the mating metal surface to prevent bonding of the two surfaces during shipment and storage. Following application of the seal lubricant, the valve disk shall be placed in the fully closed position for shipment. 23 REVISION OF SECTION 619 WATER LINES 2.2 CORPORATION STOPS A. All corporation stops shall conform to A W WA C800-66. • 1. All corporation stops shall be constructed of brass. 2. Corporation stop inlet threads for tapping saddles shall be "cc" type only. 3. Corporation stop inlet threads for tapped tees shall be UP type only. 4. All corporation stop outlets shall be lP type for airrelease andvacuum valves and compression type for service lines. 5. Corporation stops shall be used for all taps which are 2-inches and smaller. 6. Corporation stops shall incorporate ball valves only. a. Plug valves will not be allowed. 2.3 GATE VALVES A. General All valves shall be manufactured in accordance with A.W.W.A. Standard C 500, "Gate Valves - 3-Inch through 48-Inch - For Water and Other Liquids" with the following additional requirements or exceptions. B. Valve Description Valves shall be as a resilient seat type and shall be manufactured in accordance with A W WA- 0509-87 with non -rising stem. 1. All gate valves shall have an epoxy coated interior. C. Installation Gate valves shall be installed vertically in buried horizontal water lines without gearing, • by-passes, rollers or awks. D. Service • All valves shall be suitable for frequent operation as well as service involving long periods of inactivity. The operating pressure for all sizes shall be 200 psi. E. Valve Stems Valve stems shall be threaded so that valves shall open by turning to the right (clockwise). Each valve shall be furnished with a 2-inch square wrench nut. The wrench nut shall comply with Section 19 of referenced specifications with an arrow showing direction of opening and the word "OPEN' cast on the nut. Diameter of stem and number of turns to open valve shall conform to Table No. 3 of referenced specifications. Stem seal shall consist of two O-Rings, designed to allow replacement of the seal above the thrust collar with the valve under pressure in the full -open position. 24 REVISION OF SECTION 619 WATER LINES F. Bolting Material Bolts and hex nuts used on bonnet of the valve shall be the manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with zincorcadmium The hot -dip process in accordance with A.S.T.M. Standard Designation A-153 is not acceptable • for the threaded portions of the bolts and nuts. G. Gasket Material The flat gaskets, either ring type or full faced type, required at the bonnet connections shall be fabricated from compressed non -asbestos sheet with a rubber compound binder. Use of a homogeneous rubber or vegetable fiber sheer for fabrication of gaskets is not acceptable. H. Types of End Connections 1. Mechanical Joint: All components ofthisjointshall conform to the A.N.S.I. A 21.11(A.W.W.A. Standard C 11, 'Rubber -Gasket Joints for Cast -Iron and Ductile -Iron Pressure Pipe and Fittings.") The tee -head bolts and hexagon nuts shall be fabricated from a high -strength, low alloy steel known in the industry as "Cor- Ted', "Usalloy" or equal. Accessories for the mechanical joint consisting of the gasket, gland and fasteners shall be furnished and packaged separately from the valves. Each package shall be labeled in such a manner as to provide for proper identification and the number of units per package or bundle. 2. Flange Joint: Where insulated joints are required valves may be furnished with flange ends drilled to accept the insulated sleeves or with flange adapters. Testing Each valve after shop assembly shall be given the operation and hydrostatic test in accordance • with the reference specifications. • SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Connell Resources, Inc. as Principal,andTmvelersCscuallymWSuretyCompanyofAmericas Surety, arehereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $Five Per«ct(s%)offutel emountlda 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, 8046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the • form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor orfurnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and. its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may. accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. • • J. Painting All surfaces of the valve shall be clean, dry and free from grease before painting. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-51e. Flange faces shall be shop coated with a rust preventive compound, Dearborn Chemical "No-Ox-Id",Houghton "Rust- Veto 344", or Rust-Oleum "R-9". 2.4 COMBINATION AIR RELEASE VALVES A. Combination air release valves shall be designed to exhaust large volumes or au when the system is filled with water and to allow large volumes of air to enter the pipeline when the system is drained. The air and vacuum relief portion of the valve shall have a discharge orifice area which is equal to or greater than the valve inlet. The valve shall also be capable of venting small quantities of entrained air which typically accumulate at high points in the pipeline during system operation. Entrained air shall be vented under pressure by means of a small, 25 REVISION OF SECTION 619 WATER LINES independently controlled orifice. The combination air release valve shall be designed for a minimum working pressure of 150 psi. B. The combination air release valve body, cover and baffle shall be cast iron conforming to ASTM A48 or ASTM A126. The valve float shall be stainless steel conforming to ASTM A240. The float retainer, outlet orifice plug, float cushion retainer, restraining screws and internal lock nuts and washers shall be stainless steel conforming m ASTM A276. The float cushion and outlet orifice seat shall be synthetic Buna-N rubber manufactured in compliance with ASTM SB800. C. Acceptable Manufacturers The combination airreliefvalves shall be series 200C as manufacturedby Val-Matic Valve and Mfg. Corporation, or APCO Series 140C as manufactured by the Valve and Primer Corporation. 2.5 VALVEBOXES A. General The manufacturer of valve box components shall he experienced intheir design and construction, shall be regularly engaged in their manufacture and shall have produced valve boxes which have given successful service for a period of at least five (5) years. B. Material Valve box parts shall be made of gray cast iron in compliance with the requirements of ASTM A48 or ASTM A 126. C. Approved Patterns 1. Valve boxes shall be Tyler 5 1/4 inch shaft, screw -type with the word "WATER" cast into the lid. • 2. Valve box bases for gate valves shall be Tyler 6860 series, #6 base. 3. Valve boxes for all main line valves shall be Tyler 6860 series. • PARTS -EXECUTION 3.1 All valves shall be handled in such a manner as to prevent any injury or damage. All joints shal I be thoroughly cleaned before installation. Valves shall be located as shown on the contract drawings. Any deviations from this shall be at the discretion of the Engineer. Valves shall beset and joined to pipe in the manner previously specified for clewing, laying andjoining the appropriate joints as provided with the valves. Valves shall be set in such a manner that the valve stems are plumb. 26 REVISION OF SECTION 619 WATER LINES 3.2 VALVEBOXES A valve box shall be provided for every valve of size 12" and smaller or as shown on the Contract Drawings. The valve box shall not transmit shock or stress to the valve and shall be centered and plumb over the wrench nut of the valve, with the box cover set to the elevation determined by the Engineer. PAYMENT Payment wil I be made under: Pay Item Pay Unit 8" Gate Valve EA 6" Gate Valve EA HARNESS RODS AND THRUST BLOCKS PART1-GENERAL 1.1 WORKINCLUDED Furnish and install all harness rods and thrust blocks as shown on the Contract Drawings. PART 2 - MATERIALS 2.1 HARNESSRODS 0 r-� LA 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, pipe, grout and incidentals required to make the connection complete in place and per the plans. Inlet connections will not be measured and paid for separately but shall be included in the work. 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 expansionjoints shall be incidental to construction and not measured or paid for separately. 0 • 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. Payment will be made under: Pay Item Pay Unit F / A (Landscaping) FA l J REVISION OF SECTION 212 • SEEDING, FERTILIZER, SOD. 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 existing 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 Pay Unit Sod SF F / A (Landscaping) FA 0 • lJ 3 REVISION OF SECTION 211 DEWATERING 3. Work required to comply with water quality and permit requirements are considered incidental and additional payment will not he 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 as or better than preconstruction 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 2 • REVISION OF SECTION 211 DEWATERING 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 (3FT) 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. 43. Control surface runoff 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: 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. Notify Engineer of any observations that may jeopardize the Work or is not in accordance with Contract Documents. 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 most 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. 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 • 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 preeonstruction 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: 1. 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. • 5. 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 CDOT 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 fromagency or property owner havingjurisdiction. Provide Agreements with dewatering plan submittal as described above. 3. Furnish, 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. 40 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. • 40 IN WITNESS WHEREOF, the Principal and the Surety havehereunto set their hands and seals this day of January 8. , 2015, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Connell Resources, Inc. Address: 7785 Highland Meadows Pkwy, Suite 100 Fort Collins, CO.80528 By: 'L i� - i - Title: William S Anderson, VP ATTEST: Sheri C Welch, Secretary By: 14. (SEAL) yytr 9•, r.n pfj •O � rrlllllt\�` SURETY Travelers Casualty and Surety Company of America One Tower Square Hartford, CST 06183 Title: Darlene Krinxs, Attorney -in -Fact (SEAL) • REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project m 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. L 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 on the plans. Excavation, Backfill (Class 1), Bedding (including granular bedding material up to 12 inches above the top of the pipe) and embankment material required for all pipes will not be measured and paid for separately, but shall be included in the work. The use of flowfill will be as directed by the Engineer or as shown on the plans. Flowfill will not be measured or paid separately, but shall be included in the cost of the pipe. • 0 • 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 a0 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 storm 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: Payment will be made under: Pay Item Unit • Removal of Portions of Structure (RCB) LF REVISION OF SECTION 202 . REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the Engineer. This work includes removal of waterline and water valves within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed 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 (3"- 7.5) Square Yard Remove 4" waterline Linear Foot • Remove 6" waterline Linear Foot Remove existing 4" valves Each 0 • 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 4" in diameter (measured 18" from the ground) will not be measured separately, but will be included in the cost of clearing and grubbing. The Contractor shall coordinate with the private property owners prior to beginning work adjacent to their property. 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 famished to the Engineer before the disposal area is used. 0 6 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 1. To any preference, priority, or allocation order duty 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 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 subcontmctors 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 hour notice shall be provided to the City of Fort Collins by the Contractor if the Contractor elects to change the planned work activities. 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 authorization 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. • 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 around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. The following 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 • 3 REVISION OF SECTION 108 PROSECUTION 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 most show how the street, underground utilities, box culvert, and paving work will be coordinated. 0 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 9. 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. TRAVELERSJw Afforaey-I. Fact No. 226237 POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company M,avelera Casualty end Surely Company Fidelity sad Guaranty Insurance Underwrlm., Inc Travelers Casualty and Surety Company of America St. Peal Fire sad Marine Insurance Company United Stales Fidelity and Guaranty Company 5t. Paul G... dian insurance Company Cerdfimm Na 006041739 KNOW ALL MEN BY THESE PRESENTS: That Parmingam Casualty Company, St. Not Fire and Marine Insurance Company, St. Paul Guardian Ineuranro Company, St. P.d Mercury Insure.. Company, Tmvelma Crustily end Sorely Company, Travalen Casualty and Surety Company d America, and United States Fidelity and Germany Computer, are corporations duly mgmiaed under the laws of fire Slate of Connecticut, that Fidelity and Guaranty hmumoce Company is . mrponlion duly organized under the 1. of fl r Stare of Imva, and that Fidelity and Guaranty InaumMe ❑Mm'wrilaa. Inc., is a comomtlon duly mormse l under the laws of the Slate of Wisconsin (herein collectively called the "Compatdea'7, and that the Companies At hereby make, constitute tad appoint Declare Krings, William C. Barrier, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stimac, Royal R. Lovell, Russell D. Lear, Katherine E. Dill, RAnne E Vogel, Jennifer Winter, Steve J. Modern, and Wesley J. Become, d the City of Greeley , slow of Colorado , their hue and lawful Altomey(s)-m-Pan, each in their separate capacity if mmc thus one escorted above, to sign, at., and and ackna sledge any and all bonds, manstu maces, conditional mormakings and order writings obligatory in the =lure thereof on (tali of the Companies in their business of gro m ocetng the fidelity of persons, guemnreet, the peRmmm. of contests and ...if., or grencru Bing bonds and ondsimcmgs required or permitted in any actions or proceedings allowed by law. IN WITNESS WHIREOF, the Compay. hove caused this inatrourat to be signed and their .,earn seals to In homes affixed, this 3rd day of September 2U I4 Farmington Casualty Company St. Paul Memory Insurance Company Fidelity and Guaranty Insummor Company Travelers Casually and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. 'Ibavelms Casually and Sandy Company of America St. Not Fire and Marine Insurance Company United States Fidelity sad Guaranty Company 51. Paul Guardian Insurance Company OE ayNaai 7877 amamsrm a f�/°raw+'e i tunlroro. z N� 1951 y� gsen �6 ,`8AL)E COg ( / tees State of Connecticut By: City of Hartford as. Robs. L. Rsney, rnior Vim rondent On this the 3rd day of$eplentber 2014 , before me personally appeared Robert L. Rancy, who acknowledged himself to be flee Senior VI. President of Famdngton Casually Company, Fidelity nod Ouamnry Insurance Company, Fidelity and Gumanry Iluumnce llnderwrimm, Inc., St. Paul Fire and Surety a any ofA , er. Paul Gunitid Imamnce Fidelity and Germany St. Paul Mermry Insurance e, as my,, tons, su(imelry. to Surety Comp any,tempelem Casualty add Suroty Company of America, and United Starer hall' ly he c Gumatio Company, and Nat he, as such, being eulhorimd so m do, exau[W the finegoing instmment for the purpous therein contained by signing on beM1aV of the rotpmmione by Idmself as a duly aodaotiud oRmv. I. Witness Whered, I hereunto.1 my hand and.fetal seed. My Commiaslon expires the 3Uh day dJvne, Zo16. ; �(IBLIOS Mule C'Ibmml.NmmyNblh Old' 58440-8-12 Printed in U.S.A. • 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, fire 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. Owner 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 Owner, 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: 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 are 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 cm 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 are not tom 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 and Item 212-Tree Protection and protection (Oak St.), shall not be paid for separately, but shall be included in the cost of the work. 0 • 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. • 0 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. • 0 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 workshe 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. REVISION OF SECTION 107 • PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications is hereby revised as follows: Add subsection 107.06.1 immediately following subsection 107.06 as follows: 107.06.1 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 lanes. (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 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. L L 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 www.rockvmountainbidsystem.com 2. City of Fort Collins Purchasing Department, 215 N Mason Street, 2n" Floor, Fort Collins, Colorado, 80524 The following information is available: • Geotechnical Report L 9 • 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: a. 101.28 Department City of Fort Collins Engineering Department, Colorado b. 101.29 Engineer. The Construction Engineer for the City of Fort Collins, Colorado, or designated representative. C. 101.39 Labomtory. City of Fort Collins, Colorado, or their designated representative. it. 101.51 project Engineer. The Project Manager, City of Fort Collins, Colorado or designated representative. e. 101.76 State. City of Fort Collins, Colorado (where applicable) • 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 15th, 2015. The Contractor will be allowed up to 60 day closure of W. Oak Street to perform installation of Concrete Box Culvert and all other work that requires a road closure. At the end of this time frame, W. Oak Street 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) Asphalt Paving 8) Curb 9) 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 most be completed by April 15, 2014. 0 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Connell Resources, Inc. 2. Permanent main office address: 7785 Highland Meadows Pkwy. Suite 100 Fort Collins, CO W528 3. When organized: 1949 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 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. B. Have you ever failed to complete any Work awarded to you? No If so, where and why? 9. Have you ever defaulted on a contract? No • If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 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 14. Background and experience of the principal members of your organization, including officers: Please see attached resumes. 0 15. Credit available: $ 4 million 16. Bank Reference: chrisrnnher Rnrnc - c7n_966-77n3 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 1 B. 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, DETAIL 21. What are the limits of your public liability? DETAIL please see attached insurance cert. 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 Port Collins this 8th day of January 2015 Company: �Cgonnell Reso E%Inc. �.XY By: -- Title: Vice President State of Colorado County of Larimer Printed: William S Anderson 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 �bbeeff/oorire me this 8th day ofJanuary, 20 .15 r Notary Pub 0WI Mt)rA1KMllLIC ND �I�DIGao�IpQp j My commission expires:T2.1�18 CONNHLL R£solhoOn INC uPIN]IDASOP M01/14 SC MUI.EOFMMOR2014COMPLETEDWORK&WORK-IN-PROGRESS CONTMACT PERCENT ✓OHNAME OIPN£R CONT"CTTO TFPEOFIMRR ANOUNT JOB, COMPLETE LO Tlm CGXLtCT CUAAKETH UTILITIES. GRADING 3380.290 2141001 100% BOISE AVE& 39TH CULVERT E%TCMION CITY OF LOVELAND 1 LOVELAND GRFAMUHONNGN STORM, GRADING, BASE SL2672M 2141002 100% FRONTRANGECOMMUNGITCOLLEGE ADOLFSON&PETERSON 1 - PAVING FORTCOLLINS ERICDIMMICK GRADING U.031J62 MING 59% RIODENRESERVOIR CITY OF FORT COLLINS S 3,295,482 FORTCOLLINS CLIFF HOELSCHER BASE. PAVING UL910 2141M TOG% REDTRNLPONOS FRANZEN PITTMAN S FORTCOLLINS TRAGSROSCHINGER MILITIERORADINO."SE W.M2,004 MUM 97% COSmG WNG1E9ALE waRFIIOUSe CACHELAPOVINEDEVELOPMEMSOS Imam REMOVALS, PAVING TIMNATH MARK GOLDBERG BASE,PAVMG,REMOVALS M9.WI 2141006 61% BLOCK BRINKMAN CONSTRUCTION S 12,993 FORTCOLLINS ME MERIS BASE,PAVINO SI60.A3 2141M %% KING SOOPEAS 044 MARK YOUNG CONSTRUCTION 1 6.409 LOVELAND DENNIS WOLFE STORM, BASE,PAVING VIV705 2141009 IBM LC6 CULVERTS LARIMERCOUNTY S - PORTC lm TODDJUERGFNS GRADMO,BASRPAVMG 186J12 2141011 104% CAMERON WELLINGTON CMCGROUP S WELLINGTON HIRDANOORAY UTILITM REMOVALS, BASE 51,2]3,928 2141013 91% WCITZEI. STMETIMPROVFAIENI$ CACHEL3POUDREDEVELBPMENTSO I 88,696 GRADING. PAVING TIMNATH MARKGOWDERO SEWER, STORM, REMOVALS SVaL323 214ION IW% PLUM STREEISEWER&SMRM CDTOFFORTCOLLMS 1 13 B- PAVING FORTCOLLINS DEMSAYE REMOVALS, EASE, GRADING 14,015,115 2141015 69% THE LAKES®CEMERRA THELAKESOCENIERRAMEIRO 1 IM4,9M PAVING 1OVELAND JIMMEMCZYK WATERLINE 5195,7M 2141016 IW% FOSRE&SLAKE\VATERLING RENEW STRATEGIES S KEENESBURG TOM WRNO WABIUANE BASE, PAVING 523,920 2141017 100% COSWEEIGOUMADRANTREPAIRS OENNISTREGO 1 - JOHNETOWN WATERLINE, REMOVALS, $124,376 2141018 100% HACH BACKPLBW INSTALLATION EACH USA 1 GRADING LOVELAND JOHN SCARING] WATERLINE SI7LSN 2141019 1005 GARNEYRIGDENPIPE GARNEYCONSTRUCTION S PoRTCOLUMS JEFFMOORE PAVING W8,753 2141WO 100% OVERIANDRIDGEHOA DAVEBAUMOARNER S - FORTCOLLINS PAVING, REMOVALS UA240 2141031 INN, RVAMBRICA RV AMERICA S - LOVELND IOHNNYWONO WATERLINE.GRADINO Mfl,136 21410M 89% SWINITYRIDGE RC INVESTMENTS S 48,305 PAVING BERTHOUD BEN CONNELL STORM, REMOVALS, BASE 15,036,T% 2141921 86% LANMER COUNTY ROAD 19 LARIMERCOUNTY S M5,151 GRADING, PAVING LARIMERCOUMY JOETEMPLE UTILIMS.GMDING,BASE 12.235,231 2141026 I00% COLLEORAVENUEWAMRLINERRHAB CITYOFFORTCOLLINS S - PAVING FOKTCOLI MATTFATE0. STORM, REMOVALS. BASE $112,718 2141029 IRE% ORFATWEETERNT"ll. ORPATWESTERNTRMLAUINORITY S - (HEADING WINDSOR ANDYNAGEL GRADING, BASE, PAVING 5818.932 214109 90% CITYOFOREELEYPATCHMG2014 CTFYOFGREELEY S 81,89] GIUBLEY RANDY WAIAATH STORM.GRADMG.BASE YJI6A86 2141031 HIM CORTEX) WAREHOUSE ROBDJSONCONSTRUCFION $ - PAVING TIMNATH DANKPMNITZ UTILITIES, REMOVALS, BASE 13,918,259 2141032 56% NECROWNEONTIMBERLINE CROWNEOTIMBERLINELP S 1,237,234 GRADING, PAVING FORTCOLLINS DAVIDMELSON UTILITIES REMOVALS SILAM 2141014 10014 SCOTIS PLNA UIiLITY31VBB3 TAYLORFITZPATR]CK S - PAVING FORTCOLLINS JAKETAYLOR City of • art Collins Purchasing • 40 ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial services Purchasing Division 215 N. Mason St 2n° Floor PO Box 580 Fort Collins, CO 80522 870.221.67 70 22 677057 kgovcnm/Purchesing Description of BID 8046: Arthur Ditch Bridge Replacement - Oak & Whitcomb OPENING DATE: 3:00 PM (Our Clock) January 8, 2015 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: Questions and Answers: Question: What is the existing material type of the waterline that is proposed to be lowered? Answer: The pipe material on record with Utilities is ductile iron pipe. 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. CONTRACT PBRC'NNT JOB AMUR OEWER CONTRACPTO 2YPEOPIPORK AMOUNT MRF COMPL¢TG LOCATION CONTACT COMPL R • BASE, PAVING "41480 2141035 100% FCCOUMRYCLUBTTNNISCOUNTS EVERGREEN TENNIS COURTS 3 FORTCOLLINS GEORGE STAHLIN STORM'GRAOING.WE 5195,546 214MM 100% OWRWTEMPROAWDIICHCHOSSING OREATWLYIERISMLWAY 3 FORTCOLUNS KENKOFF PAVING .SS M 2141031 100% RVAMEMCAPATCHINO RVAMERICA 5 DENVER IOHNNY WONG SEWER, PAVING $153,210 2141038 IN% IAVELANDWWIPREPAIRS CITYOFLOVELAND S LOVELAND CRUOW81NLAND REMOVALS, PAVING $171.729 2141039 IW% TOYSRUS HEATH CONSTRUCTION S FORTCOIAINS ANDANNER WATERLINE.ORADMO 596.43E 2WIND Im BLAKEWEILWATERLINE RENEW STRATEGICS S KEENESDURD TOM DIRITO REMOVAIS. GRADING, BASE S2W.964 2141041 ISMS KECHTE0.&TIM0E1<LDIETUIW LANE CITYOFFORTCOULDNS S PAVING FORTCOLLINS MARKLAKEN WATERLINE, GRADING 145,926 2141042 24% PARKER 10 WATERLINE RENEW STRATEGIES S 89,W1 KEENESBURO TOMDIRTTO REMOVALS, BASE, PAVING U28,849 2141014 93% WINDSOR ROADWAY IMPROVEMENTS TOWNOFWINDSOR S 89.914 WINDSOR CURTIS TEMPLEMAN REMOVALB, OWING. BASE 51,6A,599 2141045 75% FRONTIER PH I EAST SIDE IMPROVEMENT2 FRONTIERREFMINO 3 409,6M CHEYENNE.WY SPENCERELWNOSON UI'IWTIES, ORADINO, BASE RU5,650 2141046 M% STORYBOOK FILMG 2 PH 2 LOVTJ.ANDCOMMR0.CIAL 5 3".1m PAVMO PORT COLLINS NICKGALL = WATERLINE, PAVING SIOOA35 214INS 91% WHALERS WAY BURSTING CRTOFFORTCOLLMS S 19p81 FORTCOLLINS ANDREW OINOERICH WATERLINE. REMOVALS 086.422 2141051 23% CRESNIEWWATBRUNEREPLACFMENT FASTLANMERCOWATERDISTRICT S 158.335 DISABUSE. PAVING FORTCOUINS RANDY SIDDBNS • REMOVALS, PAVING 2169,448 2141053 27% SH PBWDOR REPLACEMENT FLATIRON S iU.&2 FORTCOLLINS DAN MARTINSON SEWER, STORM. GRADING N35.0% 2141055 A% FOSSILCREEKSTRLAMREHAB2014 CRYOFPoRTCOU.INS $ 291.513 PORTCOILIM SUEPA52UD STORM.GRADING.BASE 4125]90 2141056 100% FRONGERMPINflM3 STENSVCAOREE FRONTIERREPINING 5 CHEYENNC.WY IOE RUDER WATERLINE $193,830 2141052 1% COLORADOSWEETGOUSFIRCLNRLOOP COIARADD SWEET GOLD S 195.852 JOHNSTOWN DENNISTREOO STORM,RFMOVALS,BASE $1,9K223 214109 11% OWRCOMNNLINEREHAH&CONSTR GRLATWESTERN0.NLWAV $ 1,60],94] OWING GREELEY UN KOFF GRAGMG UM,495 2141059 U% TREIBER A REKI.AMATION SLOPES TRI-DISTRICTS S 217,30 FORT COUGH RICHARD RNNS REMOVALS, GRADING, BASE 43,031,081 2141060 0% FOOTHILLSFASHIONMALL HC BECK LTD S 3,021,081 PAVINO FORTCOLLMS GRRG POWAILL GRADING, BASE, PAVING f18K6D 2141061 63% DVNONOBEL2014 DYNO NOBEL $ 69.291 CHEYENNE. WY 11MDIBBLE WATERLINE 3149A00 214106E 2% WPSTVINBOUTFA I.ANDSCAPNG CITYOFFORTCOILINS S INA20 FORTCOW3N8 MATTFATEIS PAVING 563,560 2141061 64% CANDLEWOODSUITLR WILLCOOEVELOPMEM S 22,88E FORTCOLLINS MOIRABRIOHT WATERLINE,PAVING V26,628 21410" 306 451 BOARDWALK PIPE BURSTING CITTOPFORTCOILINS S 223j73 FGRTCOLLIN9 ANDREW OINGERICH REMOVALS, BASE, PAVING S132,637 214100 10% FROM'IER RBPIN114G ABPHALi PpICHMG FRONTIER REPINING S 119J73 CHEYHI WY IOERUDER STORM, OWING. BASE V96,478 2M1010 0% BIG THOMPSON PEDESTRIAN ENDED LARIMERCOUNTY 5 4%.478 DRAKE IOETFMPLE .PAVING STORM, GRADING $165A67 2141071 8% FRONTIERWFILPADDRNNAGECONVEY FRONTIER REPINING 8 151,86E BASE CHEYENNE, WY 10ERUDER COMRACP PRRCRM ✓OBNAUS OWNER CBAI I TIU "PEOPNDRN EEDUAT JOBS COMPLETE LOGTTON COMACT COMPLA]E GRADING, WE, PAVING BSG,I18 N410I4 1% SERENITTRIDOEM29 RC INVESTMENTS 5 158.576 BFRTNOUD BICHARDCONNELL REMOVALRPAVINO SM3.331 2141075 ON, MCLANEWESTEANDISTRIBUTION MANE COMPANY S 303AII LONGMONT TROYMLT WATERLINE 8138,845 2141501 100% MLWD EMERGENCY REPAIRS M-LOVELANO WATER DISTRICT S - JAY EAST PAVING 561,7411 314150E IW% RESURRECTION FELLOWSHIP PATMZNO RESURRECTION FELLOWSHIP S - LOVELAND ROBERTSCHUMAKER MOODREPAIRS 1I79,974 2141M1 100% WFSTCREEKROAD LARIMERCOUN'IT 5 - STORM,REMOVALS.EASE LARIMERCOUNTY TODDIURROF.NS GRADING, PAVING FLOOD REPAIRS 588,168 IH41M3 HHPN 165E BRIDGE LARIMERCOUNTY 5 - STOW, REMOVALS. BASE LARIMERCOUNTY TODOJUEROENS GRADINO,PAVINO FLOOD REPAIRS SI0,39F 2141M 100% IDLEWILDBRNOE LARIMERCOUNTY S - STOW REMOVALS. BASE LARIMERCOUNTY TODOJUEROENS GRADING, PAVING FLOOD REPAIRS - ORADINO $55JN5 I141M6 IOW6 LCR 15 RIP RAP LARIMERCUUNTY S - S'IORMREMOVAIS.BASE LARIMERCOUNTY TODDRAMOENS FLOOD REPAIRS - GRADING SIL368 2141M] 10%6 PDXCREEKROAIJ LARIMER COUNTY S - STORM,REMOVALS,BASE IANMERCOUMY TODDIUEROENS FLOOD REPAIRS - GRADING fl9,186 3141M8 IOW4 IDLEWILOROAD LARIMERCOUNTY $ - STORM.REMOVALS,BASE LARIMPACOUNTT TODDIUERGBNS FLOOD REPAIRS - GRADING SI01.267 2141710 t0O% 15WHWYMBRIDGE LARIMERCOUNTY S - STORM,REMOVAIS,BASE LARIMERCOUNTY TOODJUERGENS FLOOD REPAIRS - GRADING SI55.161 I141911 IOVA JASPER BRIDGE LARIMERCOUNTY S - SIORM.MMOVALS,BASE LA0.IMERCGUNT' TODDJUMOENS FLOOD REPAIRS - GRADING S.'161 2141712 100% WILDID URLOWWATER LARIMBRCOUNTY S - STORAI,REMOVAIS,BASE WUMERCOUNtt TODDJUEROENS FLOOD REPAIRS -GRADING SE16,505 214170 100% NRCSMOOOWSTRECT LARIMP.R000MT 8 - STORM.REMOVALS. BASE LARIMER COUNTY TREGRBEGENS FLOODREPMRS-GRADING SIU,667 2141759 100% NRCSFOXCRRGK3 LARIMMODUNTY S - STORM, REMOVALS. BASE LRIMERCOUMY TODDJUERGENS PLOODREPAIRS-GRADING S73,412 3141M3 100% NRMFOXCREEK9 LARIMERCOUNTY $ - STEM REMOVALS. BASE LARIMERCOUNTY TODDJUEROENS FLOOD REPAIRS - GRADING SM,564 2141M 100% NRCSDRAILE8 LARIMERCOUNTY B - STORM. REMOVALS, BASE LARIMERCOUNFY TODDIUEROENS FLWOpPPAIRE-GRADING 5391,306 I141M4 100% NRC.9DJUUERIPRAP LARIMERCOUNTY S - STORM,REMOVALS.BASE WUMERCOUNIT TODDJUBROENS FLOOU REPAIRS -GRADING 3,153,104 2141781 100% NRCSSYLVANDALE WOMERCOUNTY S - STOW, FIRMOVAL4,BASE FORTCOLMNS TODDJUEROENS REMOVALS.GRADINO S3.%RMI 2144001 8M SN 13 CRNO M HAMILTON CODEPTOFTRANSPORTATION S 519,M9 BASE,PAVING CRAIG BASE, PAVING 5140,731 IIMW2 L00% SIHAMBOATLAKEPAVINOREHAB CODIV[SIONOFPARKSAWIIDLIFE S - CLARX STEVERYAN STORM, RPASOVALS, BASE 3126.150 2144014 100% BEAR CLAW BEARCLAW I BOA S - GRADINgPAVING STEAMBOAT SPRINGS BOB MATTED GRADING, PAVING M,.m 210M 100% CTTYOFSTEAMBOATOVE"Y CITYOFSTRAMBOAT S STEAMBOATSPRINOS RON BERTO PAVING 335.MI 214400E BM ILLINOISRNERCANAL DUCKEISCONSTRUCTION S Baal WALDEN DIANEDWIRE WE, PAVING U61,893 2144M Im CATAMOUNTLAKEOVEN.AY2014 CATAMOUMLAKHMETRODETRICT S - STEAMBOATSPRINIS JOELANDERSON ORADINO.PAVRIG S165,0E0 2144MB 100% SIONEWALL RANCH LUNG WILSON S - SAVERY,WY STORM REMOVALS, BASE W.789,916 3I44010 am STATEHWY40 CODEPTOFTRANSFORTATION S 1,026,471 GRADING, PAVING STEAMBOATSPRINGS DEBBIEMC 114 TPPHOEIMRK • ORAO(NQ, PAVING BTORM,GRADINO,BASP. PAVING BASB,PAVINO • 0 C ,IU PERCENT AUGVW MAN CONPLAW 116,9H 2144011 I0096 $"A00 2144013 1W SM7A23 21M014 lUX MA NAME OIPNHA CONlIMLTTO IAGUam CONTACT COMLAfB CAPTAMfACKSIIBDIVISION MICHMLKORTAS S STBAMBOATSPRINOS LOwOI EMANSCHOOL LOWBLWHMWMSCHODL 1 STEAMBOATSPRIN RICK MMSON ITCOUN MSOIMPROVEMENTS ROMCOUNTY 1 man ROMMUNTY 1 IS366,6U6 CONNELL RESDURCP$ IMC. VIVAIMDASOF IW3014 SCHEDULE OF MAJOR 2013 COMPLETED WORK&WORT(-IN-0ROORESS OOATRACL ➢ERCEA'9' JORNABFE OIPNER CONTIUCTIO • 3YPEOFIPURR ABLOUNT ion COMPLETE LOCAHON CONTACT COMPLETE REMOVAS. GRAOINO 3135,515 3131003 IN% 1ALLIBUR7ON U13 DIRECT SERVICE WORD HALLIBURTON E - FORTLUPTON LARRY BECKEI STORM, REMOVALS, GRADM( UW80 3131003 J00% '_'OI.ORAOO SIVEETGOLO RECEIVRq POM COLORADOSWEETOOLO S - JOHNSTOWN DENNISTREOO (HEADING 53;698 3131004 Im RNERBLUFFPADSITB BAYSWATER EXPLORATION & PROD $ - WINDSOR MARK BROWN WATER1lNE, REMOVALS, SELIS1 3131005 IN% MERCEOESBENZOFLOVELANO W.E. O'NEIL 8 - ORADINO.PAVINO LOVELAND DAVID AMEDICK UTILUPIFS,GIODINO,PAVMO BA131]49 3131006 INCH RIDDEN FARMS FILING 6-PHI R10DEN FARMS, LLC 3 PORTCOULTNIS DAVS PIETENPOL GRADING, PAVING, STORM "W70 3131W7 100% SH402191TTURNLANEADDITION COOT 5 - LOVELAND JAMES FLOHR UTILITIES, REMOVALS, $1.514.371 3131NE IOOX WDUSORCRUDEOILTERMINAL THECREELCOMPANY 5 - GRADINO.PAVINO WINDSOR BRUCE CREEL WATERLINE. PAVING 5379.811 3131009 IN% COPC3013WATERLINFAINAUB CITY OF FORT COLLINS 3 - FORTCOLLINS BRIAN CAMPBELL STORM,URADING SH1,6N 2131010 IN% PLEASANTVALLEYPONDPHI HYDRO CONSTRUCTION $ - BELLVUE JIM WHICH PAVING S176,191 2131011 IN% CNETENNETOWNEPIACE SURES KEYCONSTRUCTION $ - CHRYENHE,WV JAMES DOLL UTILITIES, GRADING, PAVING SDM,369 I131013 UK,6 GOODWILL INDUSTRIES SLOG TIES S - GREELEY OARRELLOROTH UTILITIES, REMOVALS, SOH.910 3131013 100% CROMN PARK SHAW CONSTRUCTION S - GRADING BROOMPIEID DON WASSENAAR WATERLINE &3,I18.508 2131014 INCH LOSTCREEKWATERPIPELINE RENEWITCHATEGIFS 5 - KEENESBURG TOM DINT) STORM, REMOVALS, S61,N4 3131013 IN% CARFSTRF.AMTRACKEKPANSION GREAT WESTERN RAILWAY $ - GRADINO WINDSOR HER ROSE STORM, RFMOVALS 3434,387 2131016 IN% FSA-YANCETS BRINKMAN CONSTRUCTION F - GRADINO.PAVING LOVE AND TIMJOHNSON PAVING $133,148 3131017 100% RFSURRECTIONCHUNCHADOITION SAMPSON CONSTRUQRSN $ - LOVEIANO DON MOBR GRADING, PAVING 533,064 VIRUS IN% ARETE SURGERY CENTER BNNKMANCONSIRUCHON S - JOHNSTOWN JEREMYSUBIA GRADING SS,&P 2131019 BEEN SPRING CHEEK PARK SPNNGCREEKR610EMIAL, LLC S FORT COLLINS STEPHRNMAGNRE GRADING =3,391 I'll. 99% KRYGER PIT RECIgMAT10N CHILE SEKBOUSEK 5 8,338 WINDSOR REMOVAIS.GRADINO $500,358 3131031 IN% L.C.AC. 3010 MISC IMPROVEMENTS LANMERCOUNTY 5 - PAVING LARIMERCOUNTY TODDJUEKOENS GRADING,PAVING SI5I,650 I13103I IN% LANMERCOUNTYRDS&M IARIMER COUNTY S - POR'TCOWJNS DARREIL. MORMUL UTILITER GRADING, PAVING $1,388,I60 2111023 9J% USARMYRLSERVECENIER GREENLEAF CONSTRUCTION S 47.M5 REMOVALS WINDSOR GREG WEINBERG PAVING 5308,418 231024 IN% COTTONWOOD PARK NORTHERN CO LAND DEVELOPMENT S - WELLINGTON TRAVIS RmMAN PAVING $135.612 3131025 IN% RESURRECTION CHURCH O ISKV.Y RESURRECTION FELLOWSHIP 5 - LOVELAND ROBEATSCHUMAKER SP.WP.R,GRADINO 531,967 3151026 IN% FCI HALLLBIIRTONOUARD SHACK PC] CONSTRUCTORS S - FORTLUPTON CHAD RACNE UTILTIES, ORADINO, PAVING 53,0I,161 3131N7 98% ORCIIAROTOWN CENTER SHAWBUILDERS S E1.413 WESTMINSTER PATHIGOMS CONTRACT p"CBAT JOY NADIIF OIPNER CONIRACTTO "PE0F1WRK AMOUNT MEN CFM/PLETE LOGTJON CONDIC CYJMPLEYE WATERLINE $166,791 2131028 ION WESTNNE22-SLIPLURNO CMOFFORTCOMINS S - • FORTCOWNS JAYROSE STORM 04,423 2131029 ION CHOICECENETRIDQPARKINGLOT CAPSTONE DEVELOPMENT S - FORTCOWNS UTILITIES, 0RADINO. PAVING SI,691,437 2131030 ION THEDISTRICT®CAMPUSWEST CONTRACTING ENTERPRISES, LLC S - FORTCOLLINS STEW SIGNS GRADING. STORM, PAVING 095,634 213101 100% EAT0NM=LESCH00L EATON S - EATON BUDDY VIEROW ORADING SLIM.145 2131E3 IN% PC[ HALLIBURTON CONCRETE PAVING DEC CONSTRUCTORS S - FORTLUPTON CHAD RACING GRADING, PAVING E19,9W 2131OH 1% AMD HEADWORKS A DEWATERINO IR PR.ANC CONBTRURIDN CO $ 217,701 FORTCOLLINS KRISYMN BENSON REMOVAL,BASE,PAVING 5115,150 213105 100% WASHINGTONAVESIDEWALKEKT TOWN OF WBLLINGTON S - WELLINGTON TERRY MKBNANY (JR,U)MG $187.146 21310" ION FCIHALLIBURTONTSHEDS FCI CONSTRUCTORS S - FORTLUPION CHADRACINE STORM, REMOVALS. PANN0 S;OJtjM 2131038 100% FC-LOVELAND MUNICIPAL AIRPORT COW&CITYOFLOVELAND $ BASE,ORADING IAVEIAND JOEL HARRY UTILITIES, REMOVALS, 51,502,469 2131039 100% EAGLE MOSSONO EAGLECROSSINGWINDSOILLLC S - GRADINO,PAVMG WMDSOR PATRICKM.HEKIN ST0RM.EIM0VALS.&15E 31123,993 2131040 ION GWRW EMBANKMENT &MUSKETTRACK 0REATW0TERNHAILWAY,LLC 3 - ORADING WINDSOR KEN KOFF PAVING M25,282 2131041 IW% DYN0N0BEL2013 OVNONOBEL $ - CHGVENNE,WY JIMDIBBIE BASE,PAVING 5106,007 2131042 ION DYNONOBELDUPROTECT DYNONOR L 8 - CHEYENNE,WY JIM DIBBLE • WATERLINE, SEWER $712.593 2131013 100% GRAND& FIST WATER &SERVER IMPROVE CITYDFIARAMIE S REMOVALS, BASE LARAMIE,WY CALVANTEE SEWER.ORADINO,BASE 3253,96/ 2131044 0% ST0RYB0DK2NDFILIN0 L0VEIAND C0MMEACIA4 LLC S 93,90 PAVING FORTODWNS Il"INE RAPPE PAVING 5162,456 2131MI IN% DYN0N0BELUREA2013 DYNO NOBEL S - CHEYENNE.WY JIM DIBBLE PAVING WAN 213I013 IN% CLOVERBASIN VILLAGE JRKRESIDENTIALGROUP 5 LONGMONT NIKKI RAMIREZ UTIWTIFS,ORAOING SIA24,7I9 2131MI 91% WHAFFET PARK EMSTERCO TRUCTIONMGMT S 346,696 REMOVALS LOVELAND TEDIOHTORM REMOVALS.PAVMG SI94a74 2131049 ION ALUSON FARM IMPROVEMENTS AWSON FARM BOA S - GREELEY PHILBINGHAM STORM, REMOVALS 52,&B,SVB 2131051 ION Wit 115 IMPROVEMENTS BABBLING ENGINEERING CORP S - ORADING,BME WELD COUNTY RICK SCREENING GRADING $39.30 2131052 ION COTTONWOODDIRTPILPS NORTHERNCOLINDDEVILOPMENT $ - WBLLINGTON TRAVIS BEDMAN GRADING, BASE REMOVALS U61MO 2I3NA IONS GWRW OMEROEIiCY FLOOD REPAIRS OMNITRA% S WINDSOR STEVEN WARD DIMMED. GRADING. BASE U53,155 2131054 ION THESUMMITPROUXT SUMMIT ENTERTAINMENT S - PAVING WINDSOR NICKCASHION UTILITIES, GRADING, BASE A,114,686 2131055 ION WATER VALLEY SOUTH FUND IS TROU.0O3 UP. $ PAVING, REMOVALS WINDSOR PATRICK WMEIKIN SEWER. BASE, PAVING 620AW 2131056 IONS 3.11®CAGIB CROSSING PIONEER GROUP $ - WINDSOR DAVID BLACK REMOVALS, PAVING S154.319 2131059 100% DELLENBACHMOTORS DELI.ENBACH MOTORS S - PGRTCOLWNS MICHAEL DELLENBACH • REMOVALS. PAVING, BASE 5560,952 2131059 99% WINU.4ORMSCHURCH M.MULEY CONSTRUCTORS S 99.314 WILITIFS,GRADING WINDSOR PAM LEEPFA PAVING H63N 2131060 ION RAWHIDEMISCPATCHINO PLATTENVERPOWFAAUTHORITY S - COMPACT PIIC'PM1T JOBNAM6' ONN£R COIN CTYID TYP➢OFIMIA AMOUM ✓OBR COMPLIFF LOGTJON CONTACT CMIAPLEFF REMOVALS, PAVING W& 65 2131064 IW% WELLINGTON CR 13 MILL k OVERLAY CHARLES ROGERS RNERBLUFFS VENTURES S -• WRNSOR DAN BROWN REMOVALS, GRADING. BASE U17.131 2131065 0% WEST VINE OUTFALL CHANNEL PH I CITTOFFORTCOLLINS $ 43,90E FORTCOLLINS MATTFATPA UTILCGES.REMOVALS BASE S11,639,309 2131066 62% ASPENHEIGHIS BRECKENRIDCE GROUP PC. CO S 3.253.1" GRADMG,PAVING PORTCOLLINS ROGERIPAKCS GRADING, BASE, PAVING SI,IN,NI 2IM067 0% BANNER HEALTH LE.DUNNCONSTRUCIION S 430,991 FORTCOLLINS JAMFS KRALICEK STORM,GRADING M.150 213100 74% RIODEN POND PUMPS'FATION CITYOFFORTCOLLINS 3 73.979 FORT COLLINS CUFFHOELSCHER GRADING, BASE, PAVING 562.970 2131071 61% AVAGOBLDG4WEST J.EDUNNCONSTRUCGON S 24j58 FORT COLLINS ANDREW GRETRAP GRADING. RASP SM.031 21310YJ 100% WINDSOR CRUDE OIL BACK BRAKING THECREEI.COMPANT S - WINDSOR BRUCE CHEM WATERLINEFLOODREPAIRS $54,941 213194) IBM CFFYOFLOVELANDWATERPLANT CITY OF LOVELAND S - LOVELAND FLOODREPAIRS SP.M9 2131'TI IBM HOLIDAYCTBYPxS5 CITYOFLOVELAND 3 - LOVELAND WATERLINE FLOOD REPASS $71,663 2131'N3 INKS 6" GEORGE REST WATER CONOFLOVELAND 3 - LOVELIND FLOOD REPAIRS 3678,10E 213PR0 100% CR 27-CR 52H TO HWY 14 LARIMER COUNTY $ - - STORM.RBMOVAL4.BASE LARIMERCOUNTY TODDJUEROENS OKAYING. PAVING FlAODREPAIRS 382,3N 2131721 100% EUCKHORN SOUTH LARIMERCOUNTY S - SI'ORM,REMOVAL%BASE LARIMER000NTY TOOOJUPROENS ORADINO. PAVING FLOOD REPAIRS 171,875 2131122 IW% BUCKHORN NOR" LARMERCOUNTY 3 - • STORM, REMOVALS, BASE LARIMERCOUNTY TODDJUEROENS URADINO. PAVING FLOODR➢PAIRS-GRADING $1,419.552 2131M7 100% CR43-DRAKETOGLENHAVEN LARIMERCOUNTY 3 - SFORM,REC OIMAIIASE LMUMERMUNTY 'GODDJUERGENS FLOOD SCRAM -GRADING $M.832 213FUS I" CR44H LAKIMCRCOUNW S - SMRM,REMOVAL%BASK LARIMERCOUNTY TODDJUERGENS FLOOD REPAIRS NSgSW 2LIDDO IN% DID CRICK ROAD LARIMER COUNTY S - STORM,REMOVALS, GRA0IN0 LARIMERCOUNTY MDDAIERGENS FLOOD REPAIRS 5223,744 213U32 IW% THE RETREAT IARDrIBILCOUNTT $ - STOW. REMOVA3S,GRACING LARIMERCOUNTY TODDJUEROENS FLOOD REPAIRS 556,900 2131NO IW% COFCNORTHCOLLEOEFLOODDAMAGE CITTOFFORTCOIYINS S - SFORM,REMOVAIS,ORADING FORTCOLLINS RANDY MAIZLAND FLOOD REPAIRS $1.245,000 2131760 100% HWY34 CDOT 3 - STORM,REMOVAIS,BASE UREELEY NICOI.AUPRIOHT GRADING, PAVING OPADINO $124.40 21AN1 100% BIIISNOWPLOWING BHI S - CRAM WYATT PAVING SLS.505 2134002 IW% CD0TUS40ELKIUVERBRNGE DUCKELS CONSTRUCTION S ROMCOUNTY DIANE DWIXE GRADING, BASE, PAVING $1,328,915 2UHN3 im RHHAROFSH317 SWEPT LP S - CRAIG HEHEMIAHKAM GRADING. PAVING S42A59 2LION 100% COPPFRMTNESTATESOVERLAY2013 COPPER MTN ESTATES F - STBAMBOATSPRINGS DELHERMAN CRASHING SA7.650 2131005 106% RIO BLANCO COUNTY CRUSHING 2013 RIO BLANCO COUNTY S - ROUTT000NTY VANPILUAD REMOVALS,ORADINU 140,935 2LMM IW% CITY OF STEAMBOAT 2013 OVERLAY CRYOFSTEAMBOATSPRMOS S - STRAMBOATSPRINGS BASE, PAVING f206,6H 21340H 100% CATAMOUNTLAKEOVFAIAY2013 CATAMOUNTMBTRODISTRICF 3 - STEAMBOATSPRING3 JOELANDERSON CONTRACT PERCENT TI'PROFWORN AMOUNT MNp COMPLETE • BASG PAVING SOME 2139009 100% PAVING SY77,756 21N010 IOM PAVING SHARTS 21M011 100% PAVING 5390,263 2134012 100% PAVING $011,019 2134014 IW% PAVING S55,990 21M016 IM% PAVING SIDJR 21MOIA 100% REMOVALS,OMOING SfROYI 213024 100% PAVING SEWEE,BASE,PAVING $131,009 313WE5 100% KI is MHNAMH OWNER CONTRACTTO LOCATION CONTACT COSIPLITG KELLY DRIVEWAY GOOOOYNAMICS S STEAMBOAT SPRINGS JEFF CDOTMUDDYPASSSLIOEREPAIR COUGINS R SONS DRILLING S JACKSON COUNTY DON NUMAN NATIVE PAVING NATIVE EXCAVATING S - STEAMBOATSPNNOS EO MACARITHR CRAIGASPHALTWURK20I3 CITTOFCRARJ 3 CHAR BILL SARIEY ROUTTCOUNTYOVSRLAY2013 ROUTTMROADRBRIDGE S - ROUTfCOUNTY MARTIHAMILTON SHERMANDRIVEWAY STEPHAN ZITTEL S - SfBAMBOATSPRINOS PINE STREET WATERLINE AWN EXCAVATING 6 - STFAMBOATSPRINGS ROBERTMURRAY MT. WERNER LODGE PARI:INGLUT STPAMBOATASSOCIATIONMOMT S - STEAMBONTSPRM0.S JIM LANDERS 'ILONOR60 MARKBTPLACOPAIWNO WILOHORSE MARKETPLACE, IL i SIFNABOATSPRINOS WHITNEY WARD i 4AII,563 a�nnvur,n � 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 TractorBackhoes 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 I — Komatsu 600 Track Excavator Front End Loaders I I — Caterpillar 938 — 950 Front End Loaders 12 — Caterpillar 966 — 980 Front End Loaders 2 — Caterpillar 988H Front End Loader Off Road Haul Tracks 2 — Caterpillar 740 (40 Ton) Haul Trucks 6 — Caterpillar 735 (35 Ton) Haul Trucks Legal Haul Trucks 10 — Tandem Axle Dump Trucks 19 — Tractor Trucks (Belly Dumps, Side Dumps, Live Bottom Trailers) Track Dozers 2 — Caterpillar D4H Dozers I — Caterpillar D5M Dozer 6— Caterpillar D6H XL/LGP Dozers 2 — Caterpillar D8T Dozer Paving l — Caterpillar 1055D Paver I — Blaw Knox PF 4410 Paver 1 — Caterpillar 1055E Paver I — Road Tee 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. BOISE AVE / HORSESHOE CULVERT EXTENSION ... �..-- LOVELAND, CO • OWNER: City of Loveland Greg Muhonen 970-290-4231 ENGINEER: Smith Geotechnical Duane Smith 970-490-2620 CONTRACTAMOUNT: $380,000 PROJECT START: January 2014 PROJECT COMPLETION: April 2014 CONTRACT TYPE: Unit price CRI PROJECT MANAGER: Roland Tremble •CRI SITE MANAGER: Chris DeJullo UNIQUE JOB ELEMENTS: • Muck excavation • Over excavation and import foundation material • Work below water level of adjacent pond This project consisted of extending the concrete box culvert outlet works for MATERIAL QUANTITIES: the Horseshoe Lake Dam. The lower end of the outlet works was under the • 3000 CY Muck excavation normal water level to the adjacent reservoir. This project required installa- • import fill • 70L concrete box culvert 70L c a coam, ang tion of coffer dam, dewaterin of the work area as well as 3300 CY of • New outlet structure muck excavation to reach bedrock elevation and then placement of founda- tion fill to the bottom of the proposed concrete structure. The existing gates wo 5 PERFORMED IN NousE: 65No CRI's were not completely water tight, which required constant pumping of the of contract Performed in house seepage water in order to construct the seepage curtain and pour the new concrete box connection to the existing structure. The new box culvert was terminated with a new outlet structure and associated rip rap. The project was constructed to allow for an ultimate roadway construction and as such the city of Loveland chose to increase the import quantity from 6,000 CY to 12,300 CY based on Connell Resources performance of contracted quantity Connell Resources, Inc. 7785 Highland Meadvns Parkwer, Suit 100 Fat Collins, CO80528 Phone: 970.2M.3151 Fan: M2233191 OWNER: Water Supply and Storage Co. Dennis Harmon 970-482-3433 ENGINEER: CDS Engineering Corp John Andrews 970-226AO85 CONTRACT AMOUNT: $105,000.00 PROJECT START: February 2012 PROJECT COMPLETION: March 2012 CONTRACT TYPE: Lumpsum CRI PROJECT MANAGER: Shane Westlind CRI ON -SITE SUPERVISION: Shawn O'Mara —structure exca- vation & backfill Tim Crosby —structure excava- tion & backfill Marshall Erickson —structural concrete UNIQUE JOB ELEMENTS: • Concrete Check Structure placed across the Poudre River • Riverdiversion • Dewatering • Large Concrete Pours MATERIAL QUANTITIES: • 1,500 cy of structure ex • 75 cy of structural concrete • 10,000 lbs of reinforcing steel WORK PERFORMED IN HOUSE: 100% Performed In house JACKSON DITCH BELLEVUE.,CO This project was completed for the Water Supply and Storage Company to replace an existing structure that dated back to the early 1900's. The Poudre River was diverted to the east via coffer dam. Dewatering operations we in place for approx 45 days, All structure excavation, backfill and structural concrete pour and place was completed in house by CRI. The main purpose of this project is to redirect low flows to the east portion of the river to the Jackson Ditch Off Take Flume. This contract was completed on time and under budget. At completion Over was restored to its pre -construction condition. Connell nesourvm, Inc 7705 alghlmd Meadows ParW", Sub 100 Fad corns, CO 80528 Phone: 970M.3151 Fes: 970.2233191 E GRAND RIVER DITCH ROCKY MOUNTAIN NATIONAL PARE • OWNER: Water Supply & Storage Co. Dennis Harman 970-482-3433 ENGINEER: ANDEK Consulting, LLC John Andrew, P.E. 970-227-2657 CONTRACTAMOUNT: $215,510.00 PROJECT START: Augusl2009 PROJECT COMPLETION; September 2009 CONTRACT TYPE: Lump Sum CRI PROJECT MANAGER: Bill Anderson • CRI SITE MANAGER: Clint Fisher CRI ON -SITE SUPERVISION: Marshall Erickson UNIQUE JOB ELEMENTS: • High Altitude • Remote Project Site • Environmentally Sensitive Area • Work in Rocky Mountain National Park with access through USFS • Rack Excavation MATERIAL QUANTITIES: - • 300' 13' x 8' Precast CBC �} (owner furnished) Project consisted of replacing 300' of 60" twin HDPE storm runs with WORK PERFORMED IN HOUSE: I 13' x 8' precast concrete box culverts, in the Grand River Ditch. In 100%of CRI's contract order to complete this work cofferdams were built upstream and down - Performed in house stream of the work area. Also included were concrete headwall struc- tures at the inlet and outlet of the box culvert and 4" drain pipe. a Connellay, Sub Ilnc. ]]95 HbhlenPhone 970Pathway, Fax: 100 Fat319Inx C080529 Phone', 9]0.223.3751 Fex:970.2233191 OWNER: Water Supply 8 Storage Co. Dennis Harman 970.482.3433 ENGINEER: Water Mgmt Consultants Jon Andrew 303.297.9005 CONTRACT AMOUNT: $561,228 PROJECT START: November 2006 PROJECT COMPLETION: April 2007 CONTRACTTYPE: Unit Price CRI PROJECT MANAGER: Roland Tremble CRI SITE MANAGER: Jeff Laugel CRI ON -SITE SUPERVISION: Marshall Erickson —Concrete Juan DeSantiago—Utilities UNIQUE JOB ELEMENTS: Dam breach Removal of outlet structure New outlet pipe Install measurement weir Install energy dissipation structure MATERIAL QUANTITIES: 12,300 CY Excavation 260 LF 36" RCP 240 CY Structural Concrete 8,200 CY Embankment 250 CY Riprap Bedding 1.190 CY Riprep WORK PERFORMED IN HOUSE: 94 % of CRI Contract WATER SUPPLY DAM #4 FORT COLLINS, CO Connell removed rip rap and topsoil from the existing dam, removed the existing outlet culvert, excavated the dam for the installation of two new outlet pipes both 36" RCP. After excavation, we placed a concrete protective layer over the exposed subgrade then installed the RCP outlet pipes and encased them in concrete. Connell then installed upstream intake structures with headgates, and downstream energy dissipation structures. The dam was rebuilt over the new outlets and rip rap was added to the upstream face, vent pipes and gate stems were poured in concrete from the intake structures to the dam crest on the upstream face and a staff gage was installed on the vent pipe encasement . The crest was regraded for elevation and to achieve 2% cross slope into the reservoir and 6" of road base was placed on the crest, the downstream side was re topsoiled and seeded and a flow measurement weir was installed to measure releases from the reservoir. CmDd R=m ,Inc 778.5 Hl&md hka Padww Suk 100 Foe Co@w, 0080578 Phme:970733.3151 Fm:970.223.3191 ` ---- - John M. warren .. _ �...... .) Vice President of Operations Resume Mr. Warren has over 17 years of experience in heavy civil construction projects. He has managed projects in the transportation industry and residential, commercial, and industrial developments. He has a broad base of project experience with an emphasis in mass grading, drill and shoot excavation, underground utilities, aggregate production, and asphalt paving and production. Mr. Warren provides project management and oversight to site managers and trade supervisors; manages overall construction operations, construction schedules and resource allocation in the Fort Collins area on contracts totaling a$50 million annually. Additionally he reviews quotations and bids; manages pre - construction efforts for contracts that include management of the design process; and negotiates contracts and change orders. Education Bachelor of Science in Construction Management, Colorado State University, 1997 Training &r Accieditations Certified Competent Person, Trenching and Shoring. Red Cross Certified First Aid and CPR. Hot Mix Asphalt Construction (QA/QC), Colorado Asphalt Paving Association, OSHA, Certified 40 hour hazardous materials training. OSHA, Certified 10 hour Construction. • Key Project Experience Latimer County and CDOT Flood Repair - Larimer County Site Manager for various flood repair projects along the Big Thompson Canyon. Projects included reestablishing flow patterns of streams, excavation of flood placed sediment, slope stabilization, drainage and culvert work, multiple bridge replacements and emergency road repairs. City of Fort Collins Stormwater Dmign/Build -Fort Collins, CO Connell Resources has teamed up with the COFC to design -build stormwater and pipeline work throughout Fort Collins. Gateway Timnath Improvements - Timnath, CO ($7.0 Miihon) Construction Manager on these design/assist project. The project brought a trunk sewerline from an existing development to another being built. Multiple municipalities and various landowners were involved in the construction of this project. Also, constructed major infrastructure improvements for the Town of Timnath. New Belgium Brewery Bottling Plant Expansion - Fort Collins, CO ($1.0 Million) Mr. Warren was the project manager for the site infrastructure on this design/build, LEED Silver accredited project. Front Range Energy Ethanol Plant - Windsor, Co ($3.0 Million) As the Project Manager for this project, Mr. Warren was responsible for the complete site development of this design/build contract for a new 40 million gallon ethanol plant. Project scope included construction of all plant infrastructures and railroad spur to access Great Western Railroad's mainline. Wa. ,,Pag2 Tom Iandry Freeway - Dallas, TX ($30 Million budget of $98 Million contract) Roadway Construction Manager, responsible for all grading, drainage, underground utility and asphalt paving operations on the project. Managed a budget totaling $30� million of the $100 million contract, to rehabilitate five miles of Interstate 30 trough downtown Dallas, TX for the Texas Department of Transportation. Crystal Park / Cedar Heights - Manitou Springs, CO Project Manager for this residential design/build roadway and drainage improvement project for the Crystal Park and Cedar Heights Home Owners Association. Responsible for leading the project team (owner, designer, &c contractor) from the budgeting process through design and construction. The project included major srormwater reconstruction, mass excavation, drill and shoot excavation, and asphalt paving. Centennial Airport Runway 10-28 - Centennial, CO Project Superintendent for this a fast -track (45 calendar days) removal and reconstruction of Runway 10- 28 for the Centennial Airport Authority. Wolf Creek Pass Reconstruction - Pagosa Springs, CO Project Superintendent for the complete reconstruction of 7miles of U.S. Highway IW over Wolf Creek Pass for the Colorado Department of Transportation. This project included grading, extensive drainage improvements, and aspbalt paving. Eisenhower Tunnel Concrete Paving Project Superintendent on the runnel portal reconstruction project, for the Colorado Department of Transportation, a fast track rwo-week removal and reconstruction of .5 miles of concrete paving inside the Eisenhower Tunnel. Employment History 2007, Present Connell Resources Inc. Vice President of Operations Fort Collins, CO 2004.2007 Connell Resources, Inc. Construction Manager Fort Collins, CO 1997-2004 Kiewit Infrastructure Project Manager/ Superintendent 11 • .' � W"hor" S. Anderson Vice Presidenx of Es[ima[ing/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 Esthnators and Engineers. He is responsible for project selection and finalizing bids for construction. Education n--� 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 co 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 3W 13' x 8' Precast CBC (owner furnished) Tie Siding - Laramie, WY ($9.0 Million) Estimator and Project Manager for blasting, grading, crushing, storm 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 &x Whey Facility • Fort Collins Loveland Airport Reconstruct &x • Larimer County Road 38 & 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 -11/03 Kiewit Pacific Co. Senior Engineer/Estimator Damon Abeyta . Environmental, Health &[ Safety Manager Resume Mr. Abeyra has over 17 years of safety experience to include OSHA General Industry and Construction along with The Federal Motor Carrier Safety Regulations (FMCSR). He has a proven record in developing, implementing and managing comprehensive health and safety programs. He also has significant experience in interpreting and implementing regulations and recommendations for health and safety, working experience with employee supervision and fiscal management, He is a Construction Safety and Health Specialist (CSHS) as designated from the OSHA Training Institute and is an authorized OSHA Outreach trainer for 10 and 30-hour courses in construction. Education Academic Certificate Program, Safety and Health Specialist in Construction; Red Rocks Community College 28 Accredited Hours, Criminal Justice, Police Academy Training; Arapahoe Community College 12 Accredited Hours, Drafting and Archhecune; Arapahoe Community College Professional Experience 2012 - Current; Environmental, Health &r Safety Manager, Connell Resources, Inc Fort Collins, Colorado 2011- 2012; Safety Advisor, U.S. Region (construction and general industry), Sterling Crane, Arvada, Colorado 2004 - 2010; Risk Department Manager (construction) Arapahoe Utilities &r Infrastructure, Englewood, Colorado 1996 - 2004; Safety Officer (general industry) United Rentals highway Technologies, Denver, Colorado Continuing Education s 1.8 CEU - OSHA Update Course #502 (2012) 2.0 CEU - OSHA Permit Required Confined Space Course #2264 (2009) 2.0 CEU - OSHA Trenching, Excavation and Soil Mechanics Course # 3010 (2009) 0.9 CEU - Storm Water Management (2009) 2.5 CEU - OSHA Electrical Standards Course #3095 (2009) 1.2 CEU - RMEC Supervisors Safety Course (2009) L8 CEU -RMEC Scaffolding Safety Course (2009) 1.8 CEU - OSHA Fall Arrest Course #3130 (2009) 2.5 CEU - OSHA Tecr Course #500 (2004) Certifications Construction Safety and Health Specialist, OSHA Training Institute, US Depart. of Labor US Department of Labor Authorized Outreach Instructor for 10 and 30 hour, construction Authorized Trainer in First Aid and CPR for the American Red Cross OSHA 30 hour Outreach certification, construction, 3 certifications over 6 years OSHA 30 hour Outreach certification, construction Erosion Control Supervisor, Colorado Department of Transportation Certified Traffic Control Supervisor, American Traffic Safety Services Association Certified Urine Collector, per OSHA 49 CFR Part 40 Certified Breath Alcohol Technician per 49 CFR Pan 40 Factory Authorized Operator and Calibration Technician, Evidential Breath Tester (EBT) • l J G Clients: 14427 CONREI ACOR& CERTIFICATE OF LIABILITY INSURANCE -KMl eO""Y" 05127120,4 THIS CERTIFICATE I8ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOTAFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIEB BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORN ED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: It the camDcem holder IS an ADDITIONAL INSURED, NO pollcyllea) must be endomad. It SUBROGATION IS WAIVED, Subjectto the tonne and conmUona of the Polley, conaln pollcl6B may require an andoreement. A amtement on mlB commute dew not confer OShb b sm conmrate holder In lieu of such Sndoreamonys). PN M.N, Nikki Mosbrecker Flood B Paterson Ins., Inc. .070286-7123-RB19705064823 P.O. Box 678 _ . rumosbruckerenoodpadderson.cons Greeley, CO 80632 9703564123 _ wm eI AFPORmxacovaRAoa News Ix6uRAveiars M:Tn Insurance Company wwaaO Connell Resources, Inc. 7786 Highland Meadows Parkway 0100 Fort Collins, CO 80526 IN•uRMea: Plnnaaol Assurance IxeuRenc: maVWRm WBIIRBRE: so R P: THIS IS TO CERTIFY THAT ME POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED MOVE FOR THE POLICY PERIOD INDICATED. NOPMTNSTANDINO ANY REQUIREMENT, TERM OR CONDRION OF ANY CONDUCT OR OTHER DOCUMENT WITH RESPECT TO MICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TIE TERMS, EXCLUSIONS AND CONDMON6 OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAD CLAIMS. L TYPEOFINBURANC6 POLICY NWJBM Less A O..LL.a COMWRGMGm LUANUW CLMMBMPOe ER OCCUR 7PEROM.6AWINJunv X x DTC04794111832- IND14 061011201406101=1 FAWOWURROBEE s10000D0 — MDOEXP $300000 {10000 31000000 BENMMLAooumn $2000000 OISMAOOREMTEUMrtAPFUESPER PoIICY Fx1 LOC PROoucre.cma•NPAEO {2000000 F A AMMMLEQABam Am AV. MOOLBM160 AAMOOSULD] HIREOAUTOS x AUrO6 X x DT6104794N632-DOID1120140",,201 TIL14 1000 000 X ML6YWAMYlFnp-4 S & LYIWURYIWru'M•m B X s 8 q X UaeRwlAUAe EYCEBBLme pCNR CWMBLNCE X X OTSMCUP4784N632- TIL14 Follow, Farm SMI12014001011207 EACxOCCVRmwa s1 DD o0 AGO.Mma $1000D 0 I I RE'Em'..4 s D M'OMLERBCoaraMATOR AWNMPWO INmUFY Pc,VP.eIMeR ExowcemEW INgeMymxm n ae.Nlm oe.r BCflIP1I0NOFOPPINlI0N8E xrA X 4029651 610112014 OBMi/Z01 % A EL EACNAIrapalr r60 0 BL meEA9E-FA,MHOIEE B600000 E.L dBEA$E-POLICY LIMIT {6DD DDD DESCWP90NOPOPEMnONSILUM MN61V6HICLESI ch MOR014LAddMOAOMM.ftZchPeua,ffmm •MOMIIMf SAMPLE I SHOULD ANY OF IRE ABOVE DESCRIBES POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS, [^i[llE{IILS3li{.Z3•lilLhryC•P.1►1lfli,Tf ACORD 26 (2010106) 1 Oft The ACORO name and logo am registered marka of ACORD 03893373110892267 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 /nI &c6io,, 1/a46l SUBCONTRACTOR _1 V1AC. 60ACMk -. IV'JAW5 1,g • Fort Collins ` Purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS F1... dal S.M. ft.I.g Divbim 215 N. M... St 2-Flom PO Box 580 Fml W l.. CO 80= 970.3EL8ns 070.n 6707 hgov croMpurthesirg Description of BID 8046: Arthur Ditch Bridge Replacement - Oak & Whitcomb OPENING DATE: 3:00 PM (Our Clock) January 8, 2015 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: Questions and Answers: Question: What is the existing material type of the waterline that is proposed to be lowered? Answer: The pipe material on record with Utilities is ductile iron pipe, 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. • SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed u • INVITATION TO BID • SECTION 00510 NOTICE OF AWARD DATE: January 13, 2015 TO: Connell Resources, Inc PROJECT: 8046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated January 8. 2015 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 8046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection. The Price of your Agreement is Eight Hundred Forty Eight Thousand Six Hundred Forty Eight Dollars and Seventy Cents ($848.648.70). 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 28, 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. Citv of F r¢olf s OWNER V By: Gerry S. Paul Director of Purchasing & Risk Management Is SECTION 00520 • AGREEMENT THIS AGREEMENT is dated as of the 13th day of January in the year of 2015 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 specked 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 8046 Arthur Ditch Bridge Replacement— Oak & Whitcomb Intersection and is generally described in Section 01010. ARTICLE2. ENGINEER The Project has been designed by JUB Engineers, Inc,. The City of Fort Collins Engineering Department is hereinafter called ENGINEER and will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the . Work in accordance with the Contract Documents. ARTICLES. CONTRACTTIMES 3.1 The Work shall be Substantially Complete within Ninety(90) 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 (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 ($14001 for each calendar day or • fraction thereof that expires after the Ninety (90) calendar day period for • Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Thousand Four Hundred Dollars ($1400) for each calendar day or fraction thereof that expires after the Thirty (30) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Eight Hundred Forty Eight Thousand Six Hundred Forty Eight Dollars and Seventy Cents ($848,648.70) in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during • construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to of 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of . the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the • subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. • • 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: u 0 Sheet List Table i sn.N oa.p s1.w m. 1 o-ml C' 1 ] o-mocitons a Mmos G iJonav*low¢wowes a c-aos susux• a wwmas s s-am ueu2,ms 2 a -am IYOr.LL mnns S aWclwc mlw S p -10 [tllGllpll 10 W, IIWOMY PWI glpllC 11 C-M IIRK MCI56 1] Glt 1 QeIM ! 1] Olk- I YM,C1 RYY I] 1♦ m-NI ]Ttl01 SpRP YD IMRi o m-a] alrzwx xw No nNooi to IS - IYrISµ CAtf-II-N<[ Boo, 11016 IlCip M 1] sv()Q SAVCIWL UIdR IS S-SW smtll//L sCC1YM nM91Nt6 19 S-SM MIL4 51R1CnW M/Lt S-O mM tM111N. SII1oCIMY 21 ]1 W"Ui S-S1MKAl SIMVCItNY OSiMS Y! Sv'W T1X'K 51M'IWL RnIS 2J 5 IXY lltY6nd 2, 60 Op4Y1 mMRl M]6 a R-M wsw mxnea wns n a-ms uoaon mama som n tt-sw aloml mrnwa lue a eN-mi mhs+sm2a RMSMi - rwne i M PX-]O] fY1611NCOkl BIAS -RNA S 20 , IN mRlWlr! W-ml MOtIS m-M SRMS W v m-sot ours • v o -sw omu m-M naran SCSiCMM I omits W wianonr xmwllm o[rrs x WA011 11-ms uatmrrr wows v IS]ml Wv nsnoxs The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the • written consent of the party sought to be bound; and specifically but not • without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. • 0 OWNER: CITY OF FORT COLLINS l l By: GE RY .PAUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT Title: PO4;4 �Pw.G�•y 14J(,l �r Date: F Attest: • ler Address forgiving notices: P. O. Box 580 Fort Collins, CO 80522 A r ed as to F^prm Assilltant City Attorney CONTRA R: Connell Resources, Inc By: Tonrl M. k)A"en PRINTED Title: V iCt r Rr= m' Date: ylil' D15 (CORPORATE SEAL) Attest:• • Address for iving notices. 7 8 ; A 'o " -#/oo y'nrns. CAD 805�' License No.: 1V 0 • SECTION 00530 NOTICE TO PROCEED Description of Work: 8046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection 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 Title: '..• 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 0 SECTION 00020 INVITATION TO BID Date: December 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 January 8, 2015 for the Arthur Ditch Bridge Replacement — Oak 8 Whitcomb Intersection; BID NO. 8046. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580, At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 8046. The Work will consist of the removal and replacement of the Arthur ditch box culvert. The limits of the box are generally located along Oak Street alignment. The existing structure will be removed and replaced with pre -approved precast box culverts. The design length of the project is approximately 325 linear feet. The project includes: removals, erosion control, structural excavation, cast -in place box installation, water main line removal / replacement, inlet and stormwater pipe installation, concrete curb and gutter, pedestrian access ramps, full depth asphalt pavement, median / parkway irrigation and turf restoration, landscape and fence replacement, 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, r 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 am, on December 23, 2014 in 2E at 215 N Mason, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: . 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 ri SECTION 00610 PERFORMANCE BOND Bond No. 106217946 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc 7785 Highland Meadows Pkwy. Suite 1010 Fort Collins, CO 80528 (an Individual), (a Partnership), CCorporation herelnafter 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 Forty Eight Thousand Six Hundred Forty Eight Dollars and Seventy Cents ($848.648.70) 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 130 day of January, 2015, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8046 Arthur Ditch Bridge Replacement— Oak & Whitcomb Intersection. 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 mason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making goodany 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 14th day of Janus , 2015, 1 Ntl= Princ- 1 onnell Resources, Inc. (Title) 7785 Highland Meadows Parkway #100 (Corporate Sea) Fort r nil' c CO 80529 (Address) IN PRESENCE OF: Other Partners By: IN PRESENCE OF: Surely Travelers Casualty and Surety Company of America • ��i�.tA��VXM By: �u�.F . - - a .:-..— Diane F. Clementson, Attorney -intact Witness One Tower Scuare 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. • SECTION 00615 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc 7785 Highland Meadows Pkwy. Suite 1010 Fort Collins, CO 80528 (an Individual), (a Partnership), orporetlon hereinafter referred to as the "Principal" and (Finn) Travelers Casualty and Surety Company of America (Address) One Tower Square, Hartford, CT 06183 hereinafter referred to as 'the Surety", are held and firmly bounduntothe 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 Eiahht Hundred Forty Eight Thousand Six Hundred Forty Eiaht Dollars and Seventy Cents ($848.648.70) 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 13th day of January, 2015, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8046 Arthur Ditch Bridge Replacement— Oak & Whitcomb Intersection. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, Including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all Insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying. the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. • PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this Instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 14th day of January , 2015. IN P ESENCE F: Prin �ipalonnell Resources, Inc. K,S/H, SSe U/cc RCS%C(ei.� (r ) (Title) 7785 Highland Meadows Parkway #100 (Corporate Sea[) Fort Collins GO 80528 (Address) IN PRESENCE OF: IN PRESENCE OF: Witness (Surety Sea]) Other Partners Surety Travelers Casualty and nSurety Company of America Diane F.Clementson, Attorney-m F One Tower Square, Hartford CT 06183 (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond 0 A4W POWER OF ATTORNEY TRAVELERSJFarmington Casualty Company St. Paal Mercury Insurance Company Fidelity and Gurevrty Insurance Company Travelers Casualty and Surety Company • Fidelity and Gummety Insurance Underwriters, Inc. Travelers Casualty and Sandy Company of America St. Pout Fin end Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -la Fact No. 226237 CarllBcete No. 006149604 KNOW ALL MEN BY THESE PRESENTS: That Panam . Casualty Company, St. Paul Fire and Menne Insurance Company, St. Pout Guardian Insureace Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of me Stott of Connecticut, that Fidelity and Guaranty Insurance Company is a empomtlon duty organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wemonsm @redd.]].rvaly caged the "Companies"), and mac the Companies do hereby make, constitute and appoint Darlene Kdngs, William C. Hensler, Kelly T. Ureviller, Diane F. Clementson, Anthony P. Sumac, Royal R. Lovell, Russell D. Lear. Katherine E. Dill, K'Anne E. Vogel, Jennifer Winter, Steve J. Blohm, and Wesley 1. Butorac of the City of Greeley , State of Colorado , their true and IaWPoI Altamey(s)-in-Fact, each in their armed. capacity Jmore Nun are is named above, in sign, execute. aeal and acknowledge any end all bands, recognvmas, conditional Adanukin,, and omen wromp obligatory in fire nacre thereof on behalf of the Companies in their pusi vaes of gmanntnin, the fidelity of persons, guemmaing the performance of contracts and executing or guaromming bonds and undertakings required or pertained m any Authors or pmceedtngs allowed by Aw. Q IMFINF S WI�BEOF, the Comp , have caused this movement to be signed and their emporste seals to bee affixed, hereto axed, this y of Dvocan r 14 261h 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 America St. Paul Fire antl Matter Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company - ° tY arl6 n acmaaarm ��..-n�y,d�Ma7 v i mmlw. 1977 1951 :l 3SEAc l\g8a fit i m"` FAO• tun State of Connecticut By: City of Hartford ss. Robot I. Ranry, rnuorY Revidere On this the 26N day of December 2074 before me personally appeared Ralson L. Entry, who acknowledged himself to be the Senior Vice president of Farmington Casualty Company, Fidcitty and Guaranty Insurance Company, Fidelity and Gummay Insurance Underwriters, Inc., St. Paul Fire and Marine haters. Company, St. Paul Guardian Insurance Cnmpany, St. Paul Mercury h aurance Company, Travelers Casualty end Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of me amomtions by himself as a duly authorized oKtar. 0.1 �Whaem Whereof, I hereunto set my hand and official seal. ' TAR \ I \ W w` C • ��ar•'^au'�"�" } Commission expires me 30m day of J.,2016. *'%IBI%* Or MmeCTeumail.Nmary Public 58440.8-12 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted byte Boards of Directors of Farmington Casualty Company, Fidelity and Gummy Teammate Co.,.,, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Institutions, Company, St. Feel Guafdiao Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Coined Samoa Fidelity and Guaranty Company, which resolutions are now in fall force and effect, reading as follows: RESOLVED, tom the Chairman, the President, say Vice Chairmen, nay accedes Vice President, any Senior Vice President, any Vice President, any Second V� President, the Treasurean r, y Assistant Treasurer, the Coryuram Secre tory or any Mostont Secretary may appoint AhemAgana to and Aganto act for and on ben of the Company and may give such appointee such authority as his or her cer ificme of authority may prescribe to sign with the Company's name and seal with Inc Compmy s and bonds, eveognimuces, contracts of indemnity, and other writings obligatory in the nature of a bond, recoKoizanca, or conditional undertaking, and my of said officers or the Board of Directors at any lime may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, to President, any Vice Chairman, my Executive Vice President, any Senior Vice President or any Vice President may delegme all or any pan of the foregoing authority to one or mare officers or employees of this Company, provided that each such delegmion is in writing and a copy thereof is filed in the office of the Secretory; aed it is FURTHER RESOLVED, that any bond, recognizance, convect of indemnity, or writing obligatory in the nature M a bond, recognizance, or condifional undertaking Mall be valid and binding upon the Company when (a) signed by the President, any Via Chahmen, any Executive Vice President, my Senior Vice President or say Vice President, my Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly normal and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under mi if commed) by one or more Adonerys-in-Fact and Agents pum mt to the we, prescribed in his or her certificate or tboh cerfifems. of authority or by one or more Company offsara pumumt to a written delegation of authority; and it is FURTHER RESOLVED, Nat Inc signature of each of the following officers: President, my Executive Vice Resident, my Senior Vice President, my Vim President, My Assistant Vice Resident, my Secretary, my Moment Secretary, and the seal of the Company mey be affixed by facsimile to my Power of ARomey or w arty certificate relating thereto appointing Resident Via Preshbots, Resident Assistant Sammons, or Attorneys -in -Fact for purposes only of exauriag and meeting bonds and mdmadMitgs and other writings obligatory in the mNre thereof, and my such Power of Attorney or certificate bearing such facsimile sigmmre or facsimile seal shall be valid and binding upon the Company and any such power an motored and certifcal by such facsimile sigmmre and facsimile and shall be valid and binding on the Company in the future with respect to my bond or understanding to which it is mmhed. 1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Gummy Insurance Company, Fidelity and Guaranty Insurance Underwrers, Inc., St. Paul Fire and Mane Insurance Company, St. Paul Guardian Insurance Company. St. Not Mowry Insumvice Compmy, Travelers Casualty and Sorely Company, Tmvelem Casualty and Surety Company of America, and United Stoles Fidelity and Guaranty Company do hereby certify that the above and foregoing Is a one and correct copy of the Powerof Attorney executed by said Common., which is in full force and effect and has not been revoked. W TESTMONV WREREOF,1 have hereunto ser my hand and afford the seals of aid Companies Ni, 14th day, of January 21) 1-10 L Rowinn E H ghe�iawi Saorltmy A`�b i°a �a i6 R 9 � amMAuo 4 f�iw,rJ e\ w( Ai it,szxz\ wean. 3eO_ � :q� ,p VE •I 6L...�! 0, ` vlYl AMT` To verify the authenticity of this Power of Attorney, call 1-MV-421-3880 or contact us at www.tmvelersbond.com. Please refer, to the Atmevey-In-Fort number, the above -named individuals artd the details of the noted m which the power is mNched. • 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: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's 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 ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATEm25Y ) v+az01 s HIS 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 ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHOR2ED PRESENTATNE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder le an ADDITIONAL INSURED, the policy(les) minutes endorsed. If SUBROGATION IS WANED, subject n the terms and conditions of the polity, certain policies may require an endorsement. A statement on this cardfica a does not confer rights W the certificate holder In lieu of such endonrmengel. PRODUCER xAMe: Nikki Mosbrucker Flood & Peterson Ins., Inc. PNONE g70 266.7123 970 50SAB23 P. O. Box $78 ENRNL Em c he nmosbmcker@noodpatemon.com ADDRESS: Greeley, CO80632 Is Co... xex;r 870 35fi-012723 InsuanAAF rance C mpanot INSURER A. Travelers Inaurancs Company INSURED INSURER a: Plnnecol Assurance Connell Resources, Inc. INSURER C: 7785 Highhllandd Meadows Parkway #100 Fort Collins, CO 80528 IxaVRER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILNSR TYPE OF NaVMNCE AGO U90.� pp{ICY NUMBER WDpryWY POLICY ON. A GENERALUABIL" % COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR X X DTC0479414532- IND14 061011201406/01/201 EA .C.RFNCE $1000000 RA o EDPN s300000 MED ESP Mrrom mw) $10000 PERSCNALSADVINJURY $1,080000 OENERALAOBREOOTE s2,11100000 7GENLAGGREG4TE POLICY LIMIT APRIESPER: X PNO- Lac PRODUCTS-0.14.1AGG s2,000000 $ AUTOMONLE X UAINUTY ANr AVID AUTOSAUTOS SULEo OWNED Au /,Vr HIRED AUf09 X NON�OTOB WNED % X DT8104794N532• TIL14 6/01/201405/01/z01 oMBINEOSINOLE LIMIT 1000,000 BODILY INJURY UP pried,) s apDILr xuuel(M x -0 s X p pFRTY AGE $ r A % uNERaw U_ E%GEES LW X ocaa CWMSJAADE X X DTSMCUP4794N532- TIL14 Follows Form 6/0112014 06/01/201 EA01.0URRENGE $10000000 SEGREGATE $10000000 DED I I RETENTIon $ B wowwLe cowExuTIox M!OEMPLDr 'UANLm ANY PRCPRIETOWPARTN�RIS ECUTNEI I OFFICERMEMMBER EXCLV E09 uN IXNJMm11.11N uneir mRSScNUT.N OF OPERATIONS Won XI♦ X 4029651 _ 6/OT12014 061011201 X T STATU- oTH- LME E.L EACXACCIpEM 3500000 EL.DISEASE-EAEMPLOYEEIf,de $SOD OOO E.L.NBEASE-POMCVLIMIT 3500,000 DESCRPPTIONOFOPEMTONSILOCATIONSIVENCIE(wh ACCORDIGI,MdXlontl Re ,a ,S,h,"Ie,Ifmw,.prtrWMuN I RE. CRI# 2151001 - 8046 Arthur Ditch Bridge Replacement The City of Fort Collins, its Officers, agents and employees are is included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured per written contract. 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. City of Fort Collins SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 580 ACCORDANCE WITH THE POLICY PROVISIONS. Fort Collins, CO 80522 01988-2010 ACORD CORPORATION. All rights reeervad. ACORD 25 (2010105) 1 oil The ACORD name and logo are registered marks of ACCORD #S9658231MS92257 NIK • • 0 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: Replacement — Oak & Whitcomb Intersection PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 8046 Arthur Ditch Bridge LOCATION: Fort Collins. Colorado OWNER: City of Fort Collins CONTRACTOR: Connell Resources, Inc_ CONTRACT DATE: [Date] 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 The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on _ . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO OWNER REMARKS: By: AUTHORIZED REPRESENTATIVE SECTION 00640 • CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Connell Resources, Inc_ Gentlemen: You are hereby notified that on the day of , 20 , the City of Fort Collins, Colorado, has accepted the es Work completed by Connell Rources, Inc for the City of Fort Collins project, 8046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection. 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: Tile: ATTEST: Title: u 0 • 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 7 0 • SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins. Colorado (OWNER) FROM: Connell Resources, Inc (CONTRACTOR) PROJECT: 6046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection 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. is Signed this day of , 20. 0 CONTRACTOR: Connell Resources, Inc 2 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 0 0 0 SECTION 00660 • CONSENT OF SURETY TO: City of Fort Collins. Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources, Inc PROJECT: 8046 Arthur Ditch Bridge Replacement — Oak & Whitcomb Intersection CONTRACT DATE: jgxte 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 Signed this day of , 20_ CONTRACTOR: LCONTRACTOR1 0 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: 40 • L SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO B0261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) N. 00 NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies. and materials which are purchased rented or consumed by the conlinctor and which do not become pan of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by me Department of Revenue. It Is the responsitillity, of the prime contractor he iseue certificates to each of the euboantracki s. (See reverse aide). FAILURE TO ACCURATELY COMPLETEALL BOXES WILL CAUSE TNEAPPLICATION TO BE DENIED. RagistrahlonlAccount No(to the axsi9ned by OOR) Parked 0170-750 (999) $0.00 89 - CONTRACTOR INFORMATION Tiede efunwDPA: (toner, paMr, m wppnb rare,Melling address (Chy. State. Ap): Cordedt Perwa E-Mall add -art: Feffml Employefs ldenhficaOon Number: ,Bid amount for your contrail: Is Fax Ivest ( ) Buono Ybpwro mmW. CWaW gitm,m:imp taurmua numCec Copies of contrail or agreement pages (1) identifying the contracting parties EXEMPTION INFORMATION and containing signatures ofcontracting parties must be attached. Name of exempt pgan IDtbn (as shown on wrNady Exempt organization a number: 98 - Address of examen! omanizalion (City. Seers. Do): Principal contact at examla omanlrahion: Precast ormada tebpnone nembm: Physical location of project site (give actual address when applicable and chase ondor County (ies) where project lc bcnted) BNydWp Month Day Yw EaimbY Monts nay Year maNMan. saw do: I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. SlgneWre of ovnet. partner or corporate oMcar. Tltb ctcapprste ofilcar Dale: DO NOT WRITE BELOW THIS LINE 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 Contractors Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. • 0 • • SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS CONSTRUCTION CONTRACT These OIEERAL CONDITIONS hate been dwelaped by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Enginema Joint Conkeet Dow nards Comminee,E]CDCNo. 1910-8 (1990 Edition), esa base. Changesto I d doeument me shown by underli=g text that has hems added and striking through we that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Ll • 0 SECTION 00100 INSTRUCTIONS TO BIDDERS E • 0 17J TABLE OF CONTENTS OF GENERAL COMMONS Mid. . Paragraph Pa, Article or Paragraph Page N.b.r & Title Number Number & Title Number I DEFINITIONS 1 2, PRELIWENARY MATTERS 3 1.1 Addenda_............__ . ...... .... ... ....... j 2.1 Delwer'.178mate ............................ 1.2 Agmearent 2.2 CopiesofDocumenta 1.3 Application for Payment ...................... 1 13 C.......t oFContrsmt 1.4 Abeetce .............................................3 Timm, Notice to ProoW, ... 1 1.5 Bid .......... . ...... ..................... ........... 1 14 Starting the Work ................ ........... 1.6 Bidding Documents ............................1 25.2.7 Before Starting 1.7 Bidding Rextaresents, .................. __ I CONTRACTOksRmponsibility 1.8 Brands .................................................3 W Report; prelim [.my Scludtlm; 1.9 Chang. Order ...................................... I Delivery rc"hf,.We of 1.10 ContmaDomments .................... ....... A Imamm.q 34 1.11 Contract Prices ............................_ 1 28 PcructoCfeono............... 1.12 Cmenut Times ...................................1 2.9 Initially A=pwblc Sdaedul . .......... 4 1.13 OONTRACTOR 1 1.14 clf,�fi . ............................................. j 3. CONTRACT DOCUMENTS INTE14T. 1.15 Drswings........ ................. I AMENDM. REUSE .........................................4 1.16 Effierli. Dos, offlut Agrearment_ ..... j 3.1-3.2 Intent......... . - .... ..... ..... L17 ENGINEER 3.3 Rf... to Standards and Sxxi. LIS ........... I fication. fTecirmical Socieum, 1.19 Field Ordar... ... .......... . ........ I Rapmfing and Rmerlving On. 1.20 General Requinnents ......................... 2 csep .. i.._ . ..... ................ 4.3 1,21 Named. W.aw ................................. 2 3.4 Intent of Certain Terms or L22.. Laws end Regulations, Laws m Adjermta, ........ .......... ................ 3 Regulations ...................................... ;2 3.5 Amending Convea Domenern, 5 1.22.b Legal Holidays ... ............... ......... _;2 3.6 Supplmm=tmgCormrad ITS Liens 2 Uotummits.- ........... 5 14 Milestone...........................................7 3.7 Re. aDomments 1.25 N.6. ofAw.,l 2 1.26 N.fi. to Frosted................................2 4. AVAILABILITY OF LANDS; 1.27 OWNER..._.._............__......__....._. 2 SUBSURFACE AM PHYSICAL CONDITIONS. 1.28 Partial Utflization .............................._2 REFERENCE POINTS 5 1.29 FV30 .................................................. 4A Aftilebtlity afI..4 ............. 5-6 L30 Petroleum_ .. ....... -2 42 S,,bem&...dPhyi.1 1.31 Prjmt ................................._.............2 Candnims, ............................ ...... 6 1.32.a Radatenn. Mewed............................2 4.2.1 Reports; and Drawings ............. ....... 0 1.32,b Regular Working Hasa,,.........._......... 2 4,2.2 Lt. itedi Reli. by CONTRAC- 1.33 Resident Project Reprexammak ........... 2 TOR Authorized; Toolutiml 1.34 Samples..............................................2 Dau .......... ................. . ___ 6 1.35 shvInswings .................................._2 4.2.3 Not. orDiff.fing Sbralimo 1.36 S,a,aifinati . ..................................... 2 or Aysmal Cnadininm ........... 6 1.37 Sbna"_ 4.2.4 ENOWER.Rmum.... 0 1.38 Submarrrtivd Completion .......................2 4,2.5 P.M. Ctnewt Damementa 1.39 SuMicamentary Conditions .......... ....... 2 Change._. .. ................... ............. 6 1.40 Supplier......................................._.....2 4.16 Pmabl. Prier and Times 1.41 Undagnexalfroatilitim ....... .............2.3 Adjustments .............. 6.7 142 Unit An. Work .................................. 3 4.3 Physical C.6ticans-Urniergrourn! 1.43 Work..................................................3 Fatilitics, ....................... .............. 7 1.44 Work Cl..VDi,.fiA ................ ..... Z 4.3.1 Shown or Indicated..........................7 1.45 Written fiunmsdmam...........................3 4.3.2 Not Shown cer f.di.Wd ................... 7 4.4 Reference Pranis, ..............................7 Fx= caaraaet. MMITIOM 1910.a (IM nornox) • Article er Paragraph F-P Article or Paragraph Post, N=ber & Title Number Numberffi Title hittribe, 43 Asbealm PCBs. Petrel... 6.25 sulareitirl P,.Wdwft: CON. 14.,d.. Wavle or TRACTOR. .view Pricar Rech.acti,. Material ................... 7.8 w Shop Drawing <xr Sample Subminal 16 5. BONDS AND MSI)RANCE ................................. 8 6.26 Shop DnwJng & Sample Submit. 5.1-5.2 Performance, Payment and Other tale Review by ENGINEER_ , ]&IT Bond . ........................................ ....... 8 6.27 Responsibility for Variations 5.3 Li..d Summs and lumanars, I. Cm Tact Dmi ........... 17 Cedifirathesuff . .ce............_,....B 6.28 Related Wait Paricarrined Piier 5.4 CONTRACTORS Liability w ENGINMa Ran. a ad Inaurmace..................................... 9 Approval of Required 5.5 Oki0IJ13W, Liability In sman co .............. 9 Submittals................................... 17 5.6 properly Insturan . ......... ................ $L10 6.29 C,infin" the Work, .....................17 53 B.H. and Machinery or Addi. 630 OOIITRACTOX. larecrel tional property Imenninee................_10 WitzrarmytiridGmeramee .............. 17 5.8 Notice of Qnceilmian RONaian...._... 10 6.31-6.33 lialwartificuum, .................... ... 17-18 5.9 WhITRACTOW.Reimoubdily 6.M Swvival of0bligetions...................IN for Deductible Am.ts, .................. JO 5.10 Other Special braimanct, ....... .... _ 10 7. OTHER WORK .......................... ..... .... __ ........ JS 5.11 Wriwerm Rights ............................... . 11 7.1-7.3 RedideeiWarkittilit, ...................... 18 5.123.13 Reercip, and Application of 7.4 Coordiantim ................................. 18 Ineiance de 5.14 Acceptance f Bd; and Iemr- B. OMDMVS RESPONSIBILITIES .........................le ..; ophon to Rapt . . ....... ... ........ . I 1 8.1 Cor. tranwitmom w OON- 5.15 Partial Utinaticet.-Pro,.q TRACTOR ............ ............... 18 Itimeame , ....................................... 11 8.2 Replacement ofENG1NEEM,_,, _18 9.3 F.isliDwo dPy Promptly 6. CONTRACTORS RESP(WSMILITIES ..... 11 When D . ............. .................... 18 6.1-6.2 .......... and Stiperimandmic; ...... 11 8.4 Lend. and Eastannate, Reports 6.M.5 ]Weer. �terafls and Equipmena. . 11 -12 and Tam ........................ ....... 1849 • 6.6 Program Schedule .............................. 12 8.5 laureate ...................................... 19 6.7 Suatimmes andl -Of-Fqml" ftem,t; 8.6 (7t~ Ordent ....... ................... -ji, CONTRACTO)i Experne; 9.7 imipactamme; Tamarind Subatinit. Ca"6m, Appi ................................... 19 Mcthar Prooethe.; 8.8 step - Work ENOTNMEV. Ev.1iimi . ............ 12-13 CO Terminate NTRACTOR. 6.8-6.11 Concerning subcorur,.Ws. swim......._.. _......_....._.._.....19 19 S,,pli...d M.. 89 Limitations en OWNER'S WeiveridRights, ........................13.14 Reeapmwsibilftiw� ................... ....... 19 612 Parent I= and "Him, ................. J4 3,10 Astaire, PCR,, 6.13 Permits 14 Ha-rd. Waim, er 6,14 L...dRegubli one ........................14 Radioactive Material.................... 19 ISM T...... . ........ ...... ...... ...... W5 oil EirideneefFirammill 6.16 Use.!Pcmieeq ....... .. ... ................ 15 Arr"gennorde, ............................ 19 6.17 Site Cleenlisim ... ... ...... -. 15 6.18 WaStradmalLoadir, 9 WGINBERSKATIJBDURING 6.19 Record Doctreente, 15 OONSTREJCTION .......................... ......... ......... 19 6.20 Stiftaymid Preterit. ..................... 15-16 9.1 OWNER'. Rerpreseethift,..... ......... . 19 6.21 Safety Representative_ ....................... 36 9.2 viiu w Site.................................. 19 6.22 H..d Ccutintunication Pr%.m$,,,,.16 9.3 Project Representative_ ............. J9.21 6,23 Imargainm as .... .. ................... ..... _16 9.4 Chnifications aund Interne. 6,24 Sher D,.i,e.ad Sample . .............. 16 tatiits, ................................. ....... 21 9.5 Authorized Variations in Vkk ........ 21 0 • Article or Paragraph Page Article or Paragraph Page Number & Title Nominee Num her & Tit[. Number 9.6 RejeatirgLieftsher Work ................... 139-139 Uncoetri", Work at ENGI- 9.7A.9 Shop Drawing., Change Orders NEEWs Rqm= . ......... .... ...... ;7-28 and Payments ...................................21 13,10 OWNER May Stop the Work ......... �211 9,10 Iktermiimtims for unit Price, �21.22 13,11 Cormsetem or Removed of 9.11.912 Decisions on Disputes; ENGI. Dayerafte Work..._.._....... _ ..... 28 NEER., hemalloncprater, -- 22 13.12 Correction Period .28 9.13 LienilmionsomENGINEER. 13.13 Acceptance cfDq/kefi. Work ........ 28 Authority and Reponsibilities..._22-M 13.14 OWNER),by Cement DiSlunts, Work 2&29 CHANGES IN THE WORK ......................................23 10.1 CWNER!s Ordered Change... _.__.._.,23 14. PAYMENTS TO CONTRACTOR AM 10.2 Claim for Adjucuuent� ....................... 23 CONIPLETION ..................................... ............ ;iq 10.3 WkNe1R9uaedbyCw6mct 14.1 Schedule of Vaium_ .................. _29 Documents ................_._.....,..........23 142 Application for Progress 10.4 Chm,,o Orders,............................._..23 Payment ................ .................... 29 10.5 Nofification of Sorely ........................ 23 14.3 CONTRACrOltsWarrantyof Title .... .... ........... W CHANGE Of CONTRACT PRICE ............................. %1 14A-14 7 Revice, of AI,.ti.s 1kr 11,1413 Contract Prim, Claim for PI.F. Paymarbt ................. 19-30 Adjusurnent, Value of 14.844.9 Sobsearti.1 Cowsplati . ................. .3() the Work.........,._ ............... . ..... 2X44 14A0 Partial Utdication._ ................. 30-31 11.4 Cut rtheWork .......................... ;N-z 1411 Final lmapcctncn. ............................ S1 11.5 ExclunicestoCost ofthe Wo* .... ....... 25 14.12 Final Application for Payment 31 11.6 CONTRACTOR' Fee ...... .......... ...... z 14.13-14.14 Final Faymernand AcoaphencE ....... 31 11.7 Cost focourds. ................................ 25-26 1415 Waiver of Claims, ..................... 31-32 11.9 Cash All . . . . ............................... 75 I19 UrutPrice Woak_ ........... .... ... 26 is, SUSPENSION OF WORK AND TERMINATION...............................................32 CHANGE OF CONTRACT Tnas ............................26 15.1 OWNERMaySpcndWomk .......... 32 • 12A Claim fie Adjustmenk........................26 15.b15.4 OWNERMtyTmmhmw ................ . 32 12.2 TimeoftheEsenrce, ............ ........... _25 15.5 CONTRACTOR May Stop 12.3 Delays Beyond CONTRACTORS Work or Terminate ................ JZ33 Control....... ............ ............. .... 23.27 12.4 DdaysByerad OWNER. and 16 D'SBUTBI RESOLUITON.................................. 33 CONTRACTOR's Control ................27 17. 1,6SCELI-ANEOU3 33 TESTS AND INSPECTIONS; CORRECTION 17.1 Gluing Notift ....... ...... ... ........ ... 33 REMOVAL ORACCEPTANCE OF 17.2 Computation, of Times....................33 DEPEC77VE WORK .................................................. 17.3 NW..fC[.i . .............................. 33 13.1 Notice of Defects ............................... 77 174 CnLii,a Remedies, .................. .. 33 13.2 AccentotheWork., ......................... 27 17.5 Prafeudand Fees and Coast 13.3 Testa and huspections. CosisInchallod, ............................ $3 CONTRACTORs Ccceemi on .......... V 17.6 Applicable State Lane, ............... 33-34 114 OWNER.Rspossibiliti.1 Iritentionialty left blank_ ................... ................. 35 Independent Testing Laboratory....... 27 13.5 CONTRACTOR, EXHIBIT GC -A: (Optional) Realsouibibu as . ..............................27 Oupote Revolution Agreement ......... ............ GC -Al 13.6-13.7 Covering Week Prior to lrqwsc 161-166 Arbitration„ _ .......................... QC -Al tum, Testing or Approv.t ...... V 161 Mdimicv, .............................. GC -Al r.Rvcnmoccasimimnuohsiqloanm®mom slQ OF FORT WWN9 WENInCATIM (REV 0199) Fj INDEX TO GENERAL CONDITIONS City of Fort Collins modificatiornev, the General Conditions of the Comaneaccon Cannot are o.1 shown in this index Made ar paragraph Number Acceptance of - Bonds endInsumna.._...................__........ J.14 akfer.4ve Work ............................ 10.4.1.13 5.13.13 Gael payment ......................................... 93Z 14.15 insurance ._.__, _ ... __ . _ , _5ilal other Work. by CONTRACTOR........_....__......, 13 Stibefitutes and "Or-Eq.r losses ...................... 0.7.1 Work by OWNER ............ ................. 75,6.30,6.34 Amm.c w th, 1,ands.OWNERM,10ONTRACTOR responsibilities_ ................ .......... ... ... .. _41 mite. ,almadWork.............................................. 3.2 Work . ........... ............. ........ UZ 13.14,14.9 Acas ot, Camesi.. Act, and Christmas - CONTRACTOR ........................... 6,9.1,913.3 ENGINEER, ., _ _ _ ................ _ ..... 6,20.9.13.3 OWNER................................. ....... .......... 0.20, 8.9 Addenda -definition of(.1. mor definition of Specifications) ... -fl.6.1.10,619), 1.1 Additiorad property Tnaurancea................................. 5.7 Adjustarembi-- Condoner Price or Carried Time. ...........................I.S. 3.5.4.1, 4.3.2.4.5.2, - 1,5.3,9.4,9.5.10.2-10.4, ........................................ 11.12.14.9.15,1 progress aohMuIq .............................. ........... _ 6A Agreement- clefinifion OL.................................................... 1.2 *All.FUW Insurance. policy fare ..........................5.6.2 Allowances. Cash 113 3.5 Amendment, Written - in ground ...............1.10, 1.45.3.5,5.10.5.12,6.6.2 ................. Ii'm 6.19. 10.1, 10.4. 11.2 ._.- * * '- 12.1,13.I22,14.7.2 Appeal. 0 CONTRACTOR intentoo, __910, 9.11, 10.4. 16.2. 16.5 Applinotion for Paymmati- defirsits. oL.................................... ................. J.3 ENGINBER!s Responsibility .... .......................... 9.9 final reformism, ................. 9.13.4, 9.13.5. 14.12-14.15 in groan......._.................2.8.2.9. 5.6.4.9,10.15.5 pno,rea,payment....... .......... ............. )4.1-14.7 review of .............. .......... ............. ....... 14.4-14.7 Arbitration . ....... ... .. .......... ............ J6.1-166 Mbeetax.. Wasen. pursuant demote ........................... 4.5.Z 4.3.3 CONTRACTOR mdhorissed to " Work ........... 4.5.2 dilmitia, I ......................................................1.4 Ankle or Paragraph Number OWNER responsibility far,........_.............._ _.4,5.1, 8.10 possible prim and screw clangs,,,,......_........... 4.5.2 Authorized Variations in Work._...... 34,6.25,6,27,91 Avaihdality of Larrik, .......... ... - ........... 4.1,8.4 Asm,d, Notice .6Aefin....................................... 1.25 Before Soaring .............................. 2.5-2.8 Bid --definition of ........... ............. 1.5 (I.A. 1.10, 2.3,3.3. .1.1-1-1 ... 1-1—.4.24A. M 11.4.3.11.9.1) Bidding Damearroate-definition of ...................................................1.6(6.8.2) Bidding Roquirsereate-definition of .......... 1.7(l.1.4.2.6.2) Bmad.- mcoeproarne of..._.._._ . .................... .......... _.J.14 additional ban& .................................. 10.5, 11.4.5.9 Cast of the Work 11.14 definition of._..._......._.._.._._.._ ......................1.9 deliverya( ................... ................................ final Application for payment,, .............. 14,12-14.14 'erestral ............ .............. 1.10.5,1-5.3,3.13, ............................... 9.13.10.5,14.7.6 Pertamancc. Payment and Gem__.... J.1-5.2 Bonds and Inseemenot,-in ginstral................................ . 5 Builder's nak 'all-risk' policy fierse, ................. __5.62 Cancellation RoAncers, Insuraccoc ........ 5A 11. 5 8, 5.15 Cash Allowances ....................................................11.E CestificatecdSubstardialCompleficsi 1.313.6,302.3. .............................................. ... 14,8.14.10 Certifiewasof linpactioni ................... P,13.4,13,5,14.12 CcrtificanesofInsuramon_ ....... 2 7,5 3, 5 411,54.13, ....................... 5.6.5.5.8,5.14.9.13.4.14.12 Change an Contract Prime - Cash Ancramence".1 11 1 8 .Imm forprics, adjussurnes(, 9A ........... 0.5.9.11, 10.2, 10,5.11.2,119. "... ... .1, ..... 13.13,13.14,14.7,15.1.15.5 CONTRACTOR. f... ............ ....... 116 Com of the Work govencl_ 11.4-11.7 Raolusamene to.............................................. 11.5 CarsRdk ............................ .................. .... )1.7 in general....._...,,, 1.1% 1 .44, 9.11, 10.4.Z 104.3, 11 Lump fman Pribg ............................ ............ 11.3.2 Notificcitacartofliumiy 10.5 Sears of ....... ........................................... J0.3-10.4 Testing and hostpection. Urneev.ring the Work_ .................... . 13.9 0 0 0 unk Prue Week.._ . ". , " .11.9 CONTRACTOR'. Pee ... ........................ .. .. JI-6 0 0 Aitiole or Paragraph Number Vote, Of Work ............................... " ....... ---D.3 Change in Cmansest Times - Claim for fien as adjustment........ A. I, 4.2.6.4 5, 3.1 S. 15.5 Continental time limits ..................................... 12.2 Delays beycmdCQNTRACTOR3 control.......................................................323 Delays beyond OWNER'S and CONTRACTOR. Central............................j2.4 N."ceftnodeardy_ -.1-11- .... I ... 1-- 305 Scope ofcha%c ................................... .... 103-10 4 Change 0,dars-- Acceptant. o(Defecill, Walk... ........ 13,13 Amending Contract Docatments .......... ...... ....... 3.5 Cash Allowances , ............................................. jIg Change of Contract Rice ................ ChmiVc ofContant Tim. ................................... U Changes . the Work .......................................... JO CONTRAC!TORs fee 11.6 Cost ofNe Weak .......................................1I.4.11.7 Cott Rocords . ................................................. 11.7 derition of .......................................................1.9 emergencies . ................ .................................. 623 ENGINEER's responsibility ....... 9.9, 10.4. 11.4 12.1 mecoutimI .....................................................10.4 IndmitnJEcti . .................... .... OAZ 6.16, 6316.33 lasurtaim Beside and ................ 5.10, 5.13. 10.5 OWNER cosyunninaut ............................ 15.2-15.4 OWNEWs Responsibility......_ ............._... .. il.6.10.41 Underground 6.8.2 Unit Pi. OWNER', and CONTRACTOR. reemonsibilitic4____ 10.4 Right to an adjusumccilt ....... _10.2 Scapa dch . . . ... ... ................................ 103-10.4 Claims- .g.mv, CONTRACTOR 616 ,mimU ENGINERIZ ........... ..............................632 against OWNER . ..............................................032 Change of Contract Rice, , ....................... 2.4,11.2 Change of Cumact Times ......................... 9.4,12.1 CONTRACrOWs ............. 4,11. 9.4.9.5. 9.11, 10.2, 11 2,11,9.12,1,13.9,14.8, --.1.1-1--l-I . 15.1, 15.5.17.3 Artid. or Paragraph Number CONTRACTORs liability ..... 5 4,6. IZ 6.16.6.31 CastofthoWork 31.4,11.5 Decisions an Dispute; ............................. . 9,11,9.12 DispaceRcioluticat ....... _ ................. ____ ....... 16.1 Dis," Resolution Agreement .................. J6.1-16.6 ENGINEER. wtW enterprise, ....................... 2.11 Limit, Sum Eking...._ ....... ................ ... 11.3.2 Noticea( ..........................................................17.3 OWNERS .............. .... .9.4.9.5.9.11. 10.2 11.2.11.9 ........................ 12.1,119, 13,13, 13.14, 17.3 O"Tqm. liability ............................................. 5.5 OWNER easy ream to make payment..... ......... 14.7 Poolessoccal I. and Ccm, Cases Included ......... . ..... .. ................. ... ... ..... 17.5 nalum for formal d.o.inmt mit ........................... 9,11 Subditace, Items.............................................0..7.1.2 Time Ex[ension., , -_ ..... ___ .. ... ......... 12,1 Tica.on,mocencents ....... .......... .... ............ 9.11.12.1 Unit Rice W.,k )1,9.3 V.I. of ........................................................... 1,1.3 Waiver .1-os Final Payment ................. 14.14.14.15 Work Chow Directive........_....._.._....._........ 10.2 written notice required ......................9.11, 11.2, IZI Chanificatieses, and Inuirpnousticent., ...... _343.94.9.11 Clean Sim .... . . . .. . .. .. .......... . ... ............... . 0.17 Cowles of Technical Society. Organizations orAxamdtion .................................................3.3.3 Can mencesmantofContract Times ......... ?.3 Comemanications- Boreenal ...... .............. .......... ..... ....... 6.z 692 8.1 Haunt Communication Programs.......................0.22 Completion - Fine] Application for Payment .........................14.12 Final Ineaectim, .............................................14.11 Final Payment and Acceptance .. ....... .. 34.13-14.14 Partial Utulizatift ...... ..................... .......... ... 14.10 Substantial Completion ...................... 138,149-14.9 W.i,m fC].i as . ................ - .........................)4.15 Carepwanot ofTim,q- .......... ......... 17.2.1-112.2 Conicomming Suboonwaiccm Suppliers and Chlier . ..................... 6,M.11 Conferences -- initially acceptable schedules.._.__.. .... ........... ... 2.9 jorcconsmuctme, ..................................................2.g C.nflim. Itimr, Ambiguity, Disterelacriv.- CONTRACIORwRport..........................2.5.3.3.2 Comem,umien, before starting by CONTRACTOR ............................................ 2.5-2.7 Construction blackilasq. Equipment, W_ ...............b.4 Continuing the Work..................................... A29, 10.4 Contract Doamumnus.- Amending,_ ................................. :,35 Band, 5.1 Cash Allonveroce Stop Work mcparments.__ 45.2 • CONTRACTOR, Article or Fitrogreph Number Change of Concoct Prior .................................... I I Change rfC tract Timin, .................................. 12 Changes in the Work ......................... 10.4-10.5 check end verily.............................:..................2.5 Clarificatione and liati-pnitsumcm ............... 3.2, 3.6, 9.4,9.11 defirwhon of........_.................................._j.10 ENGINEER us initial interpreter of ...................9.11 ENGINEER as OWNEWs ropincentative. - ......... 9.1 geri Incur. ... ..... .......... .... .. ................ ... ......... 3.3 Intent ...... ... ... ....... ....... _ ................ 31-34 . in. nuutions in the W.1; 3.6 OWNER, respunsubility w Amush dem.............. 8.3 CYiiINER.irceparesibility to entire prompt payment ...... .................... F.3.14.4,14.13 precoulerica__ ...... 3A, 3.3.3 Record Docurnments, 0.19 R.f... t. Swi end Spicrifications of Technical Sockfice, ................................... 3.3 Rehitedtilark ....................................................7.2 Reporting and Res*ft Discirtpanvies . ...... 15.3.3 Rince, ot.............................................................3.7 Supplementung..................................................3.6 Tournirnotion ofENGINMW. EplcyMW4 9,2 Unit Price Work ............................................... 11.9 Viiats W Sitc. �INEMWri ............................... 91 C."d Fri.- indjusuncia c( ............... 1.5.4.1.9.4,10.3,11,2-11.3 Changeof .................................................... .... j I Deced. . Disputes ....................... .......... ..... 9.11 d.famb. of ...................................._........,..... 1,11 Ccrarad Tinnes,- adjustmeratof .... .............. ... J.5,4.1.9.4.10.3. 12 Chong. of_... _.123-12 4 Cureveneceirent of ............................_............_. 23 clarinitunt of 1.12 WNT&i,UOR- AtweccafIrsurancc, .................................. 5.14 Connnnunicafiru. ...................................... &Z 69,2 C.tue. Work ............... ..................... _629,104 coordination mad scheduling ................... ........4.9.2 clefiritim f ela..n.c.............c.h..r..i...............................1.13 Li.iwd Re oTeal Date Authorizack 4.22 May Sun, Work. Ternimbe ............................35.5 provide dW trucce W ofthas, ................... .. ?,Z 13.2 Safetyand Protection. 6214 23,7.2,13.2 Shop Drawing and Semple Review Article or Perigaph Number Compwmtirnt 113-11.2 Cmtinuhig Obligatkii ... ................. ............ 14.15 Dejectf. Work._..._.......___......_. 9.6.13,1013.14 Duty W inicrect &ftchw Work .......... Duty W Report - Charge, in the Work caused by Emergency....... j6.23 Dcf" in Wk ofOdncre- ... ....... ___ .... 7.3 Differing crunditicer, ................................... 4.2.3 Dincreturri-Y in Dccucrurrd, ....... ZS, 3.3.2,6.14.2 UndingrouridFimcifiti.net urdicated . Emergericies ..................................................... 6.23 Eq..M.t end Klidifintry RMML Cm cifth. Work Fix,-C,uce Phet .......................... 11.4 5.6.11.5.1,11.6 General Warrevity end ..................6.30 H.4 Cocirecrunifirt, Progromes, .....................6.M Indiernificatim ........................4. IZ 6.16,6.31-6.33 Inspection of the Work ............................... 73. 134 L.b., h&wfil. and E9iM..4 ....................0.34.5 Lowe end Rcgiihrfircnc, Camplkrcca by............ 6.14.1 Li.bilitylestrance ..............................................5.4 Notice of Intent to Appeal ........... _ ............ PIO. 10.4 obligation m perform and cornplamis the Work 0.30 Patent Fees end Ry.Ifim pod for by ................ 0.12 Performance end Other BceidA .......... ................. 5.1 Perri its. chained and paid for by.......................613 Progress Schedule...........................34.2.8.2.9.6.6, Request for fated dwiionm disputes ............... 0.11 Res ,cucvibiliti. Cheing. in the Work .................................. 10.1 Concerning Submtructorc Suppliers and Others ... � ... ---- --- .... 6.9-6.11 Continuing the Work .... ......................4.29. 10.4 CON'IR,kCTORe exen . .......................... 07.1 CONTRACTOR. General Winn" and Guacrantee, 6.30 CONIMiciCTOR. review priar m Shop Drinniiii, or Scruple submittA. __jU5 CocrdJrmdiwofWrrk__ . ........... .. ... 6.9.2 Rnic,euncics_ . .... . . . ... .................... jS.23 ENGINHEWS cirddon. S.Www or 'Or-S"V litter . ........................... _0.73 FActs end Otecolon. Pm of0thm_ ....... . ................ for ddw,ble ..................5.9 general........................................6. 7.7, 7.3,89 Hazenclunue Ccermunicatim Prow=4 ........ .622 Indent.ifimi . ... .................. 6.31-6.33 E=�Mmnomjlio I 09eJ6IXllON w/ CTIV M roarcalms MOM0A710M MV M 0 �j 0 0 E Lebo, Materials and Equipmej._ 63.6.5 CONTRACTORS-othar J.ammadRe,.Win . ................................. 6.14 Conarmandol Liability lnsdsrsnos, .............................5AAO Liability Imstarmos, . .. ....... .................... .... 54 Carectuil Time Lmum ............... ......................... 122 Article . Paragraph Number Notice ofedintion fnand Contmaq Patent F. and Rayki . ............................. 612 Progress Schedule ... . ............... . . . . ... . ..A.6 Racced Doduatersat 619 related Work performed prior in E1,10INEW. approval dr,.i,.d submittals k.28 sets structural radiag_ &IS Safety and Pratedica ............ ....... 6.20.7.2. 13.2 Safety Representative, 8.1bedWring, the Work 6.9.2 Shop Drawings and Sampla, ........................0.24 Shop Dmmingaand SemplesReview by EWlMER ............................. .. Site Cleardincen................. j5,17 Submittal Procedures 625 Substitute Construction Methods and Pronacheres; .................... .. ..... .. 632 Subadmida, and Itcumil ,6 7.1 SuPerimandereaq ...........................................0..2 Survival of0bligatioda 6.34 ..... 13.5 -2.5 18. 630.14 Sernpl. Stibraitaik ............... Right tradjusament far changes right to claim ............ 4.71,9A "..11.9.12.1.13.9. Special Consithrem._ ...... ... ... _ ........ .... 11.4.4 Substitute Cmestruetion Methods and Proaedurm8,6.7 Substitums, and'Or-Equal" Items. Expense........ _ .......................... ...... 6.7.1,6.7.2 Subcontractors, Suppliers and Others.......... 5.8-6.11 Supervision and ... 6.1,6,2,6.21 T..o, Nm..t by ........................................... j615 Use .fPreadism........................................ Waura ties and gmarame..........................0.5. 6.30 Warranty ofTitk,, ............ .... ..... JU olnuen 14otio, Required-- (X)s4TRACTORm, Work or terminate,,,,,,, 15.5 Reports afDrIaring Subdurfle. and Physical Canditions-- ..... 4,2.3 Substantial Completion ...... ........................ 14.8 ,fil Article or Paragraph Number Comnlimation- COlffRACTOW ... sporembility ............... ....... COI Copies .fDurum end.............................................22 Corroduce, Period .......... .....................................13.12 Correction, Removal or Aopard. ofD,ftchw Work- in general..................................10.4.1.13.10.13.14 Anot,tim. fDf,;snv Work..........._ .............. 13.13 Correction . Reamml of DefecHw Weak .............. ....... 6M, 13.11 C.ti.Pmi.d ............................................13.12 OWNERMayCorrialDefichneWork .............. 13.14 OWNER May Stop Work ................................. 13.10 Case- orTeen end hispections,., ,, . ..... . .. . ............. 13.4 Reco,da11.7 Cost orthe Work.. Bond. and instarnme, midition-L ....... ........... 11.4,5,9 Cash, Dismaint; .............................................. )1.4.2 CONTRACTOR'S Fee..._ .. ....... ............... JI.6 Employde Expenses..................................... 114.5,1 E.I.n. to.......... __ ......................................11.5 G...111,4-11,5 Hem. office and overhand aVmdm* 5 L. enddamages..................................... 11.4.5.6 Materials and oqidipnmn( ............... ................ 11.4.2 Min. expen . ...........................................11.4.5.8 Payroll onate on changes.._._.......................... 114.1 pecamed by Subsimeadsore....._ ................... J1.4.3 P..x&11.7 Randle ofedenstruction equipment and unt,hatery ....................................... 11.4.5.3 Royalty payments permits and limenten, feu -, . .......... ..... .... ............... _11.4.5.5 Site office and uraperm, famlitic, ................11.4.5.2 Spatial Causuldents, CONTRACMW ............. jlA.4 Supplemental . .............................................11.4.5 T. rchated to the WA ............................11.4.5.4 Tiede and luspoetion ....... .............. j3A Trade Discounts jlA.2 Utilities, fuel and swiftery ganglia..............11.4.5.7 Work after regular hearm, ..... .. _ _ __ 11.4.1 Causing Work ..................................... ......... 13.&13.7 Otenatilativ. Radiative, .......................... 17*17.5 Cutting, filling and patchm&................................... 7.2 Dole. to be furnished by OWNER ........ ..... ............. . $.3 Day -denuded of..........__.........__..___._.._17.2,2 l)aaim. an Dbpuns; �9.11, 9.12 4dkfins-deanition c(,,, ........ _ ....... ...... _j, 14 a&ue,fiev Work.. Accepted. of ....................................... 10.4.1. 13.13 Va W aW IN MT MUM 14MIFICArM OLEV W99) • Cmnasi. m Removal of .................... 10.4,1.13.11 OVNS;Vs ....... . 9.1 Correction Period.........._ . ___ ........................ J3 12 PaymentstotheCONTRACTM m gommal ............ .............. 13,14,7,14 11 Responsibility fa_ ................._................ 99,14 Reemmuncraluica of Py..k ................... 14.4.14.13 Article or Pamignaph Number Observation by ENGMEMP ................................ 9.2 OWNER May Stop Work., . -- ............... 1310 P,.pl Notice ofNfedes................................... 13.1 Reacting............. .............................................9.6 uncramme the Work, - ................... ............ .. 139 Definitions................................................................ I Delay, .1. —.1 - .... I .......... 4.1.6.29.12.3-12.4 Deli .. yrBd . ..................................................... 2.1 Ihlivmy of certificate of iruurnnae ............................2.7 Deterninations for Unit Prim.,.....__...._...............9.10 Diffierat, SiAcemlince, or Physical Couliticars, Notior of - - ....... ... -- .... ........ A2 3 ENGIMFiRa Review ..... ....... ................. ..... 1.2.4 P.M. Conrad Ducturesits Ch..gq .............. A1.23 Possible Prim and Timm Adjusarms,014.... ..... _,4,2.6 Disercpanema-Reporting and Rceclvm, ......... ................... .. 2.5,5.3.2,6.14.2 Depute Itraidution- Agrecar.ra, .... ..... ... ......... ........ ............ 16.1-166 Mediation........................................................16.6 Dispute Racaludionfligescancerit , , . 161-166 Di.p.rm. Decisions by ENGINEW ...... ........... 9,11-9.12 Doonscenta. C.pi..f ...........................................................7.2 R.d6l9 llxmof.............................................................3.7 Drawing"efinition of., ........ ........ .. ..... 1.15 Ilessecomic ......................................... . . ........... .. 4.1 ]3ffedivedate ofAgrcernW-dafmitiongf.............. 1A6 Ecierg.ic . ...........................................................6.23 ENGMER.- as initud interpreter en dispense 9119,12 dolmition of .................................... ................ 1,17 Lurniume on whority and reeonsibilams.....9 13 Itepiaccancritof, .... ... ... ... _. .., , 18.2 Resident Project Repesenta4ve ..........................9.3 E14GD4�R'. Consultant-- defmrhon of JAS INGMEW.- outhearty and responsibility, lummaticart, on, , ., �9.13 Andhorized Windiers in the Work.._,.......,-,,,.... 9.5 Change W., responsibility f ur ....... 9.7.10,11. 12 Clarrifiantions and .......... _343,9.4 D.W. . Dispute. ............................... 9,11-9A dic/c,ove Work, make of ................................ 13.1 Ev.1tather, of Subrituts Itemis ....... ........ . _03.3 Liability ...................................................0 A 9.12 Norio Work is Ameptabi...............................14.13 Obser,scoms, 6.30.2, 92 Article a Paragraph Number Real,orsibilitica-Liesiteficam ou................ 9.11.913 Review of Reports on Diffiermt, Sidsambse, and Phyawal Conditions..............................4.2.4 Shop Urawme and Samples, ..a; ,esporimbility .............................................. 6.26 Su me Tarring Coonstructica- mithattad vwiwttnm in the WA .................9.3 Clarifications and biterportatiorm ..................9.4 Decisions on Disputes,_ ............. ...... _9 11-912 rtarmerninaticam on Unit Price_..._..............P'10 ENGINEER as Initial lntwpmtm........ 9,11-9.12 ErNIGIMWs Resparcubdifine_ .............. 9.1-9.12 Limitations on EXCIVISIREW. Authority and Responsibilitim ................ __ ... ...... P.13 OWNER'. Represcriletwe ... _ ......................... 91 ve Work.. _......................... 96 Change Orders Unit Price delta Visits to Site Winter, ct Explorations of physical conditions ....................... 4.2.1 Fee MNTRACTOR,--(7cots Pha;..........................11.6 Field ()rder- definition of.... ... ..... 1.19 issued by ENGrIcEER.. . .... .. ................... 3.6,1.9.5 Final Application for Pelmmat ........... .................. 14.12 Final Incconert ...................................................1411 Final Panmarn— and Acceptance._..._ . ........................... 14.13-14.14 Prior to, fm cash alloractims, ..............................I IB G..l Pinavin on ................... ....... ............... 17.3-17.4 Oemaad Requirements — principal reference to ............. 2.6.6,4. 6".7.6.24 Gvmg Nctic� ....... ....... ........................... ........... 17.1 Clumarm. of Work -by CONTRACTOR ........ JS30,1412 Hazard Conumunicat. Programs ....... .................... 0.22 Hazardows Waste, definition of .....................................................1.21 general............................................................. 4,5 O�srmpmcubIlityfiar._ 8.10 0 • Ladmadfiction .6.33 Insurance5.3 . . _..I... ... ........6.12, 6.16. 6.31 Initially Acceptable Schedule. .................................. 29 precedence, ........................ ...................... 3,1.3.3,3 Inspection-- R.11crano. to,,,,,,,.,. ......... ....................... ....... 331 Certificates of- ............................ 9A3 4. 115, lk 12 Safety and Protection .............. ....... ___.6.20,112 Final ...... . ... ............................... .. .... .... JA 11 S-Inactoactons. Sapplare and Office ... ... 6.14. 11 0 0 Special. requited byENGDMER ..........................4.6 Tests and Approval ........... .............. _11.7,13.3-13.4 haurance- Acceptance of. by OWNER ...............................5.14 Additional required by changes in the Work, ........ _ ... ............... .......... JLASS Satiate starlang the War..........._.._ ................... .2.7 Bond. tutd-at Searcral, ................... ....... ...... .. .... Cancell.ti.nPrarvi.ions, ........................... .......... 5.8 Cordlicasto.O....._ ... ... _2.7. 5.5.3.5.4,11. 5A.13. - ... . I .... 5.6.5,51,5.14,913.4,14.12 acceplata operational ...................... _ ............ 5.4.13 CONTRACTOR. Liabili,,,.. 5A CONTRACTOR, objection 0 cavcrW.............5. 14 Conotannal Liability... ................................... 5.4,10 deductible cartoon, CONTRACTOR's responsibility ........................................ ........ 5.9 Final Application for Paysecer, .........................14.12 LicensedInsurers...............................................53 Notice roquirements, material changq __5.8,10.5 Option to Replace ........... ............. ..... .......... 5.14 other special imaraccool ............................ 5.10 OWNER as Ild", for instuack ......... 512-5.13 OWNER, Liability............................................5.5 OWNER. Responsibility. .. ......... ........................ 8.5 Partial Utilissuce, Property Insurance ............... 5.15 Property.... _._._.. ........................... ........ 5.&5.10 Receipt and Application oflumorwaso Proceeds ............................................. 5,12-5.13 $Net.] I . . .. ... ....... .. ..... .. ....... . .... .. 5.10 W.I. ofRights....._...-5.11 1-3.4 Irta,noctions end Clurilaunim .....................3.6.3, 9.4 In,catigetions ofphyi.sl conditions,,,_„_ 42 Labor. Materials and licluipanna......., 4.3-6.5 Lands-- andFaxments...................... .......... ................. 0.4 Availability or............__.....__........ .... 4.1.8.4 Reports and Tom , , , , , , ..... 1. 11.1 . ........ ..... 0.4 Laws and Palll.tiones,.Lar. or R%ulatiors- Bands 5.1-5.2 Changes as the work ,__ ............. .......... ... 104 Contract Document,........................................9.1 CCN73RACTOR. Responsibilities .....................0..14 Cornwfion Period.drivfi. Work ... ............... 13.12 Cost of the Work, been, .............................. JLASA deffnitionof....................................................1.22 g..16 14 Iredearnifir.tion, ........................................ 6.31-6.33 Article or Psasi;xsph Roaches Tests send burpecti . .................................. 13.5 U. offerriess.................................................6:16 Visits to Site ....................................................... 9.2 Lbtalitylttaurartco- CONTRACTORS ............................................... 5.4 Licensed Sentence. and humarcers, ................................. 5.3 Liar. - Application far Progress Peonsartt ...................... 14.2 CONTRACTOR& Wwauaty of Till . . .................. 14.3 Final Applicatim for Payment .............. .......... 14,12 definition of .................... .................... ........... 1.23 W..,or of Claims............................................JAB Literati. an ENG]NM's authority and responsibiliti ce ................................................. J0.13 Limitecl Reliance by CONTRACTOR Actlecricod ......................................................4.2.2 Maintenance and Operating Manusla- Final Applicahm for Paymool.........................1412 Manuals (of othm)-- Precedence, _,3.3 3.1 Refierence, to at Contract Desecrated _................ 33.1 Materials and equipment - tarnished by CONTRACTOR...............................0.3 ted incorporated in Wok ................................ J4.2 Materials ca qipment...quivalent, .......................... 0.7 Mcdiatim (Opticsscl) ..........................................167 Mileatocco-citfirtition of .......................................1.24 miscall.a.ross- Coseputatim ofTima....................................... J7.2 Conalmr. Remedies._......_._.......................... 17.4 0xvirl; Notice....._ ................. .............. ..... .. .. 17.1 N.fias cfCham .................................................17.3 Prolmioral Pass and Court Castle Inchaltal _17.5 Malft-prime comonses, ................ .................... .... ...... 7 Not Shawn ce Indicated ........................................ 4.3.2 Noo. of-- Accatembility.1'Prarlso ........ ............................ UM A.d, d.1hation of ...... - ..... ....... -- .............. 1.25 Claim..........................................................17.3 D.lacw,13.1 Diff.ing Subsurface or Ph*.l Coal hation, 1.13 Owing........... ....... ........................................ JTI Teas end laspogions ........ .... ........................... 13.3 Variation. Shop Downsiall, atd Seampl, .................4.27 Notice W Proceed- deficifint, of ... .... ..... .. .. ......... . 1.26 givingo(..........................................................23 •Notificaticatofitiody, tooting, indeondeatt ............ ......... 13.4 Obacoarti.as, by ENMEW ........................... 6.30.9.2 use or ...pny O.p..ay of the Work_ ....... 5,15, 630.14,14J0 aftha woilc .......................... 1.13, 630.2.4,1410 O oaioms or .cm by OCNTRACMP . ............... 6.9,9A vorituat emtent or sonaval Open Peril pliy f.. Irmarmarica; ................. _,_$.6.2 oNwd ..................... ............ 9.1.6.3,11.4 Option to Replace ............................................ ...... 5.14 Mi.]. or P.W.Ph Number 'Oa Equal' hems.....................................................A7 Other wcrk 7 Overtime Wak--prohibition a( .......... ..... ............ ... . 6.3 OVMM- Aemptan. ofoleftorove Work....._..................13.13 appoint an ENOrNERR'..................................... 8.2 .. fidmiary .............................................. 5.12-5.13 Av.iliilbilit, or Liral, responsibility ................ 4.1 dt,linifion 0f1.27 dole. flarmult ............ .................. ........... 8.3 May Carrel Dafxtive .. ... ................... 13.14 May refuse to anak. xtynaant ......................... .. J!4.7 May Stop the Wark, .............. )3.10 May Suspend Work. Ternitaat¢ .......................... $.k 13.10,111-15.4 Puynmanl, roulo, pmpk .................... P.3,14.4,14.13 P.f..o.s ofdh. a9cek................................. 7.1 permit and liomses. requirminag_ ................ jIlO puochared inaurarm rixparementq,... .... OWNETV.. Aace,o... oMa Work .................0.30.2.5 Chang, Orden. obligation to mcut; ......... A.6,10.4 Communication ot .............. ................................ A.1 • Coordination of 7.4 Disputes, occurs, for damor._ .......... .............. 9,11 l.spw,.& am and aM.ah .8J.114 Liability Insairanoc.., ........ . ....... ........ _ ............. 5.5 Notice afl)sfials ............................................. 13.1 Rapra9 ENGREERI. Staw ......................................9.1 Resporvobtics-- AoleM.. PCB. patrol.. Ho.,toaa Waste or Rachcaoti,c Weri.1 ................ fi.10 �d.m 86 Change ,s in ,� Work ................................... ............... ..... 10.1 Ch.r,c ocaaanunwstiana. . .. ........ .............................. SA ml�= ... ponsibilitiq .................. gS �mk.. rr..i.1 ..g..* .............. IIA] in,picti.ris. taft and pp"als .. .................A.7 irau000ra. . ..... .... .. ........ .. ..................... 8.5 arcla and casaaeat,, .................................. 8.4 proorpt pityanant by ...... ... ...... _._ ..... 83 2 ,,I...tofmqOmM ..........................8.4 reparta and 8. too, or sumpand Work_ 81. 13,10.153 troar.to CONTRA=R. smioes .................. ............... ....... 15.2 .p.aw ronosonardwo.t ait, 93 QW140M MMMOM1910 8 (Imminom .1 OWOFFORTCMLWMDMCAVMi OTV M9) SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ad.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 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 • Article orParagraph Article crParagraph N.W Noneleer 0 0 written notice rNuire4 .... .. .. .. ...... d.finitime llmoral 4.5 OWNER. reqnsibility fiw ..... ................... _.0.10 Partial utilteationt. definition o(.....................................................1.28 genn.16.30.2.4.14.10 Property Inearm= ............................................5.15 Patent Fees and Royalties_....___...._._._...... 612 Foymord B.4 ... .............................................. 5.1-5.2 Payments, Recommendation .( ............. 14.4-14.7,14.13 Payments W CONTRACTOR and Completion— A,li.ti. f., Pre,,not.Payment ............... .. .... 14.2 CONTRAC7ORs Warranty of Tide....._...._.. 14.3 Final Application for Payment .........................14.12 Final hospficn.............................................. 14.11 Final Payment and Ameptanee.............. 14.13-1414 general............................. ....................... _.J.3,14 Partial Utiliration.— ..................................... .. 14.10 Retain. . . . ... .................................................. 192 Rooi,w of Appliances [a ProtircesPaymorms ...............................14.414.7 prompt payment.................................................0.3 Seh.d.le of Valum ........................................... J4.1 Submantial Compladon,_, ..._14.8-14.9 WAiYa of Claimk ......... ... .. . 111-1 -- 14.15 when payments due .. ........ ............. ...... 14.4.14.13 withholding payment......._.. . .. ...................... 14.7 Nrforem,. Bondi ............................................ 5. 1.5.2 Permits 5.13 I'molcm.. definition o( .....................................................1.30 "'1 4.5 OWNER!snepmsibilityfa__ __J10 Physical Conditions - D,..i.p of in - tolm" t' 2 12 ENGINSWerarn_ ... 2424 matirs . ......... . .. .. . ...... ..4,2.2 gm.r.14.2.1.2 ... ...................................................... Na6u.fDiff., Stta f . . or...................,423 Possible Contract Documents Charge ............... 4,2.5 Ponsibi. Rio and Tim. Adjortmento ......... 4.2.6 Reports and Drawings.._...._ ... .. ....... ......... _4.2.1 Subsurface and. ... ...... ................................ ...... 1.2 S.bearedoce, Cmdammu, 4.2.1.1 Technical Dole, Linentoc! Reliance by CONTRACTOR Amitorleed UtElergernand Faeilifics,- ,moral ..........................................................4.3 No Sham or bielitowd ...............................4.3.2 Protection of. ....... .... ............ ............. 43.6,20 Motor, . Idiemml, ........ ...................................... 43.1 Techniml Dow............................................... :4.2.2 Pswoo.tructi. Conformir, .......................... .............Ili PrelimiwyMatta. .................................................... Prommarry, Soli.duleo, ..............................................2.6 Premise , U. of Al".18 Prim Chortle ofC."A .......................................... 11 Price, (3entreet—clefinitim (.................................. 1.11 Pnegrers layinten, Applications f4. ...................... . J4,2 Progreen Poymcm,-reutirtugq 14.2 Progress schedule. CONTRACTOR . . ......... 2A 2.8, 2.9. ................................. 6.6.6.29,10.4,15.21 Project—definitimcf.............. .............................. 1.31 Project kqmeoomombre,- ENOINBIERs Starts DuringConstructiort... .... 9.3 Project Reproatunfive. Resident—defindtion of.._..... 1.33 prompt lament hy OWNER ........................ ........ ... K3 Propertylitornone.- Additimal........................................... __ ....... 5.7 ,mentM6-5.10 Ford.) Utilitatim, ............................... 5.15,14.10.2 receipt end ePptieeGm ell, . . . do ............ 3.12-5.13 Protection, Safety and.... ...................... 4.2".21.13.2 Penh lot -- .................................................... 14.11 Pridiosefive Maftcrial— d.firtim of ......................................................1.32 g.m.14 5 OWNMRa roo,crasibilit, f . .......... $10 Roccartmentlatim ofl`rymmt................ J4.4.14.5,14.13 Record Documents _ ..................................... 6.19. Al2 Records, pnxoduram fir ruitintainin,, .......... _ ............ 2.8 Reform" Points- _ .................................. _ 4.4 Ref or en oc to Standard. and Spenifiesdim, .f Toohniod Societies, ........................................ 3.3 Regulatime, "an, am! (ow) ...................................... &14 Rej.ti.&Dqf.fi.Work .......................................... 4.6 Meted Wk.- atSite , ......... . .......... ............................... 7.1-7.3 Pat-for.cal Fri. to Shop Dnawm, and Stunplas sebefinal. mvi . . ....................628 628 Remedios, cure.l.th, . .................................... 17.4,17.5 Reem.n.1 or C .. emion olDefecon, Work ............... .ill.11 ,entel edremlemo, OWNER approval raqrirod .... t 1.4.5.3 r Iaeomoam MGINRRI, by OWNER,,,,,,,,,,,,,,,,,,,, A,2 Reporting and Resolving Discrepe.i . ................................ 15,33.2,6.14.2 Reports -- and Dreentre; ...................................................4.21 and Teste. OWNEW.nopnisibility ..................... P.4 Rosidow, and Project Ropromareative.- definition of ....................................................1.33 proviam Articl4 or Paragraph • Number Article or Paragraph N.bar Resident Suwmundant CONTRACrOlVo ............... 62 Pespamsibifiti . CONTRACTOXa-i. general............_.__6 ENGMER's-in general......._....._ .... 9 Limitations M............................................9.13 OWNEW,gigcn.nd, ............................................. 8 llalag.Ma ........ .................................... ............ 14.2 Re. of Documents .................................................3.7 Review by CONTRACTOR Shay Dnnmg, .ad Samples ]PH. to Suterguat §M Review dApplicatexisfor Program Nymann,._ .. .......... __.,j4.4-l4.7 Right ben .dj.t..k ...........................................10.2 Rights ofWay_ , ........................................ ....... 4,1 Royalgea, Palen! Fees .4 6. 12 Safe &.gug) Laadi . .......................................... 6.18 Safely.. Schedule of Ixtgrca................... ... AW, 30.4. 15.11 Schedule of shop Drawin8 avd Sample Submittal ............................... �.6,2.9,.28 Sefaal.l. Mlu . .............................. 7-6.2,94.9.14A Schedules — Adherence v9................ .......... ................. ... 15.2.1 Adjus6ng...........................................................0.6 Change a Con",A Time, ........................... 104 lni62llyA=ptablc .... ......... .;2.8.2.9 P.1maniy ............................ ........ ............. 2.6 Scope daangm ...................................... 10.3.104 SuliangJam Canditiona 4.2.1.1 Shol, Dmwings. and Samples, g..l ................................6.24.6.28 Change Order. & Applicatiam far ftymants, and ..............................-......... 97-9.9 de[ iE. of......................................................1.35 E1,10INEWa wpwM of ................................. 3.6.2 ENGINEEWaresponnability fm,.i . .................................... 51.7.624.622 ,elated Week ......................................................0.28 ge,ke, K..dagq ............... ....... ...... 18.6,24-6.28 .]a submittal required ............................................... J5.24.1 Submittal Roccal . ......................................... 625 ua to approve wubdhuticra............................... 6.73 shown or Indi"d 4.3.1 Sift Auras . . ...... .. ........... ........... 7.Z 13.2 sitecleaeli.asa, ........................ ............................. 617 Site, Visits a, by INGIN13M. ...... ......... .................. 9.Z M bythm ..........................................................13.2 "special causes of lose poll'y form. d,f.ium o( ........... ........................................ 1,36 spour,eationg- defuniaim oK ...................................................1.36 of ech.vcsl Societies, refognce ...................3.3.1 precedence.....................................................3.33 Standards and S,,ocificatigns .f Tachnieal Socnetlm_ Staring Con'truceon, BdavI .............................. %arting the Work.....................................................2.4 Sup or Suqmd Wwk-- byCONTRACTOR._ .... ............ .................. 15.5 by OW14ER .............. ......... 18.8. 13.10.15.1 Storage and aqipmenk .................... #.], 7.2 Su.caaal Lending, Safety ....................... ............... 618 C.,...& ............................................. . 0.8-6.11 de.iti. of,,,,,,, .............................. JX debys............................................................ 313 wn,ce f gilgi_ ........... ................................. 611 Subcontractors-ingen".) ............................... _6.&fill Sube.t.cw-gx,.k.cl p ovii an ..... ... 5.11, 6.11, 1 IA.3 Submittals - Applications for Nyman(„ .............................. 14.2 X,taintanance and Operation MmauaU ............... 14.12 Progress ShaM., 2.42.9 Samp1w ................................... ...... 6.24-6.28 Schedule 9 V.1 . . . ............ ................. 26,14.1 S,b,dW. fSh, I)raerig,. and Sant,l., Sabefiesions .......... ........... 2.6, 2.&2.9 Shop D,..Mg� ....... ..... ....... .................. fi.�M Substantial �eaplctiag-- ,"ficati. f,, 6.30.13.14.&14.9 d.f,.i6. f, , , , ,, . ................lime......_.... 1.38 Sbmam �Araaaica �.d, or Peclimem, ....... &7.2 S.Immututas and -� Equall linwnq COOTExp� ............................a7.73 ............................0...1.3 1. ENG2�.E,.l.fi . .................................7.73 'Or -Equal .... ............................................... 0.7.1.1 Substituic Ccnswuc6m Method, E 0 0 0 0 Article or PaW.ph Number ca Proced ur . ............................................. 15.7.2 Subnindel�. ........................................... fi.7.1,2 Submarface and Ph*ml Conditiorta. Drawing, of, in as, relathg to , - ... .. .... . 4.2,1,2 ENOMER. Review ................... .................. 424 general........................ ......... ....... . .. ............. 4.2 Lunitel Reliance by CONTRACTOR Authori.od, ................................................ 022 Notice of Differing Stabourf.. or Pb,icsI Conditions 4.23 Physical Conditions....,,,,,_ . ........................ 4.2.1.2 Passible Conrad Docaments Change,.........._. 42,5 P.iblc PH. endThoes Adjustments-,,,,,._...... 4.2.6 Reports and Drawings ....................... ... . 4.2.1 S,dsm,fimm .4 ...... ................... ..... ....... .... .. . 4.2 Sulamda. Conditions at the Site- ...... .. ....... 4.21.1 Supervision— CONTRACTORs speassability._ 0.1 OWNER shall mmnupsavisq ................................ &9 ENGINEER shall not auperviep................ 9.2,9.13.2 S.porattandon cat .. ............................. ........ ... _ , .0.2 Superintendent. MNTRACTORa resident........._.... 02 Supplemental costa........._ ..................... .............. 114.5 Supplementary definition of ...... ............. ................... . .......... 1.39 principal nofiesmoca, tq ................ 1.10, 1.18. 2.2, 2.7. .......................9.2. 4.3. 5.1. 53. 5A. 56-59. ........ _ .... _53 1. 6,13, 6,13. 7.4. 8 11, 93, 9 )0 SupplamentinsConsawtDoctment* .......... ............. Stapplim, definiti.. of .. ............................................... ... 1.40 principal references to ... ...... 6.5, 620, ...................I"................... O.U. 913,14,12 Waiver of Rights ...... ..... . . ... ..... .............6.11 S.oty-- consent to I=] pammck .......................)4.12, 14.14 ENGINEER has no duty to................................913 Nosification of - ... -10.1, 10.5. 15.2 qualifiation of.....__ ...... .. ....................... 5.1-53 Survived a0bli'di on . ...................... § 34 S,m,and wcck OWNER Kim, ................ ...... 13.10, 15.1 Suspension of Work and Termination.......................15 CONTRACTOR Nay Step Weak . I. inte, ............. __ ......... .............. J5.3 OWNERNIsySuspend Work ..............................15. OWNERNay Terminate ....... ............ ... _,15.2-15.4 T.P.yrrmnt by CONTRACTOR . ........................ 0.15 Technical Darta— LimiWd Reliance by CONTRACrOF . ................ 4.2.2 Possubl. Dice and Tim ft Adjusms . ............... 4.16 Reports of Diffiering Sulasurfac, and Physical Condit ons ...................... ............ 4.2.3 .w T.P..y .. structi. facilities._._._........_.. I — 4.1 ".J. or pwavaph Number Termination -- by CONTRACTOR ...........................................15.5 by OWNER ........................................ 8.8, 15.1-15.4 .fMirIJIM-fampleymant . .. . .. ................ P.2 Sus,on.i. of Wcrk4n amend ..... I Irl 1.1.15 I.. and Adjectivaq ..............................................3A Tests end Inclumbon.- A. to the Work byo* . ...........................13.2 CONTRACTORs responsibilities ...... ........... J35 cod of 13.4 covering Weak prim kc, ............................ J3.6-13.7 La. road Rxgulmicat (") ................................ 13.5 Notice of Wd . ..................... 13, OWNER Nay Step Work................................13.10 OWNERS independent testing ..........................)3.4 special, required by ENGINEER, .........................9.6 timely notice remir.A__ .... ......................... __13.4 Unowering thaWark. at EINGINMas request ............................................... 33.8-13.9 Time,- Adjusting.........................................................0.6 Change of Contract ............................................. 12 (3ompubation of ........... .......... _. ........... _173 Contract Timea,4cf1mition of...........................132 day. . . .................................................. 17.2.2 hdilest. . ..........................................................12 RN.i'mmarms, .ppmd . ....................... .................. 9.10.16 clarification, claims and dismate, 9.11.11.2.12 Title, Not Shown a protection of .............................................. 4A 6,20 shown a Indicated ......................................... 4.3.1 Unit Nies Wask— claims................ .. ....... ............. .......... d.lmitimm of ....... .. .. ........ ............... 1,42 141, 14,5 Unit P..- g..111.3,1 Determination for .. . ...... . ................ ............ 9.10 Use .0reanisea— ...................... 6.16.618.6.30.Z4 Utilityamnsen, .............. ............ 0,13.6.20.7.1-7.3,13.2 Utilization, Partial..._.,. . ....... 1.28,5.15,6.30.2.4.14.10 V.I..fd,.W.k . . . . ..... ........ . ...... .. ........ 31.3 Vsles Schedule of ...... ...... r ............ 2.6.2.&2.9,14.1 V.w. at Work --Mina, Awhociaed ....................................... 5,25. 6.27. 9.5 Mid, a Pangreph Number Vieft to Situ -by ENGINEER..._.__._...._ .............. 9.2 Wawa F,.itl Pyra..L ..................... 14.15 Wal,es ofRighte by Insured perm e..................5.11 Wawaraty sued Gust-safte, Gaacr.l.-by CONTRACTOR ............................ ................... 0.30 Wwmty of Title. CCNTPaMORs......................14.3 Work — byothar& ... - .....................-- .... ... ....... --7 Ch.sm i. the.....................................................30 Caatiauta& th ................. ............ ............. ...... 0.29 CONTRACTOR May Stop Wak Coat .fthe,.._................................. 11.4-11.5 definition of......................................................1.43 a,,Iected by CONTRACTOR ............................13.14 otherWork............................................................7 OWNER May Stop Waik................................ . 13.10 OWNER May SaapmW Waak J3.10.15A Rclat4 Wok at Sitq .................................... 7.1-7.3 S=mg the........................................................2.4 Snipping by CONTRACTOR .............................15.5 Stopping by OWNER ................................. 15.1-15.4 Variation and cievia6m eathofiz4 minW 1.6 Wwk Chaea;pc, Directive— Cl&iMS PMMnt ter.............................................70.2 deftnifion of......................................................1.44 pfiamp.1 rderen ee, aq 1.5.3, 10.1-10.2 Written A..ndmeal, elaftaid. ( ....... ............ .......... ..... 1.45 PAa.ip.l rdateaam tQ .............. LIR 3.5.5.10.15.14 ........... ........ .... 4,6Z 6.8.2.619,101. 30.4, ............. _ ........... I LZ 12.1.13.12.2.147.2 Written Chair"em and Mborpmotlm¢ . , , , _ _ . , - .. - .343.9,4.911 W,ittea Nate. Pquird— byOUNTRACTOR ............. ............... 7.1, 9.10411, 10.4, ll.Z 121 by OWNER........... ILZ 13.14 FY o6N5enLMmlnomsl91o,tommlnota Wan Mr0XTMMlSWMCArM (UV W" 0 to 0 (This page left blank intensionally) 171 el % FORTl,OIJ.M MODlaaspsmmmop vl4NCF PORT CCW.RB MODIPICAnONS QREV 9/99) 0 GENERAL CONDMONS ARTICLE 1-DEFINITIONS Whore err used in those caned Coditionsor in diidher Cornea Doammans the following tonne Inv. tho memingr indicated which am applicable to bah the wmg and plum)thesor: 1,1. AddnAr-Written w Smyhic iratrmmote timed prim to tin opening of Bids which derify, camot or dung. the Bidding Regnimmanb or the Contract Detentions; 1.2. Agrosonat-The written contract betwan OWNER and CONTRACTOR mvang the Work to be pefame4 West Contact Documass as attached to the Alinement mdmadc o putthamfaspmvidd thesem. 13. Appllcae'on far Paysnrm-Tin form accepted b3 ENGINEER which is to be used by CONTRACTOR in rewas itg Mr. m tied payments and which isto he aoseamoded Iry inch mppmfing documenution ns is tequbedbythe Comma Documeme IA. AZ vas Amymataidtla1comn4umarcgrenae into the car ati m onent action iingesbestcefiber Into the orb above amen mama levels y and by cs AdmitStates Occupntwml Slay end Hmlth Administration. I.S. Aci-Th aGer or leopoml of the bidder submined on the prescribed form moug fnt h the pncm fee the Week to be paformd IA Bidding Dxam.ms-The inh,emiscomea in ountion to But it mruMis. to bidders, the Bid lam, and the proposed Contrast Documents Gncludite .II Addenda mused prim w receipt of Bids) IT BiM.,q Re4uimmems-1'1he wfitafisament or aviation in 134 mmtruaiaeto biddom and the Bid fun. I a. Boma -l'"Immnnce and Payment bonds and der comments ofaomu ity, 19. Change Order -A document raomiumdol by ENGINEER which is nned by CONTRACTOR ad OWNER and out erius on addition, deletion m revnimh in the Wdr, or a adjustism in the Comma Puce or the Come.m Timm, named on or alter the EHative Ones of the Agnso m , 1.10. Contrast Docmwms-Thc Agreement. Addoode (which pertain to the Council Donunems), CONTRACTOR. Bid (imlud g dwmmmmtion accompanying the Bid and cry post Bid documeannon submittedprim w the Nogce of Award) when anached an an eddbit to the AgeenenC the Notice to Ftoca4 the Bads. then Cc..] C .ditam, the Supplementary Conditions, tie Specificatiae and the Dtawmgs as the fICCCot�P'gR COMnOM191MOME3ga WOTYOFFoaTWWmSm nvsMToMQuov4, m) once are mare spci6®lly idadiGed in the Ageco mt together with dl Women Amedmems, Charge Ocdaa. Work Chi Di.caivm Field Ohdms and ENGINEER. written ime seatiom and clanficim. isued pursuant to Mmgaphs 35. 3.6.1 and 3.6.3 on m after the Effeceive Dam of the Agamcm. Shop Drawing submittals xpah and dmwnp alerted to in pemgntdo 4.2A and 4.2.2 eon not Comind Documents, 1.11. Commal Prlev-The moneys payable OWNER to CONTRACTOR for cornpldm of lie W in aoorvia ce with the CAnlracl 13QLmme6 a.¢ stated In the Agrmmem (Whims to the pms'som of p.raguph 11.9.1 in the caw of Unit P.iw Wad:), 1,12. Commma Times -The numbers of dayy+s m the files stated in the Ag emem() to achieve SLlmnmicl Completion, and (i)w complete the Weak en that it is mealy Gr final payacm an cidenced by ENGINEER. tentem ..a on of firm payment in accrrdamc with Famgraph 14.13, 1.13. CONRACTOR--The Mason, fun or wrpomtion with wham OWNER Me a need imo the Agmetwag 114, defeclme-An ad1'ectire which when mdifytng the word Weak eaten m Work that is mina isfxwry, lemlry, or deficient in that it does not madam to de Comma Docammmq or does nth meet 0c on mmimata of any impectiou, sefeeoee standard nett or approval refaced to to ih Contma Doo manly m has ben dammed pier to ENGINEER§ ammmediamn of fical pymmt (unless mapossibibly for the pmection thmmf has ban assumed by OWNER at Substantial Complctmn in aaadmse with pmogaph 14 9 or 14.10) man Dd rawings-The s which show the nape, mwnt anchmthe Wemr of the Weak to be ilb have and prfannt by CONTRACTOR awl R which have been pspard a apprwd by ENGINEER dra are a m nto ot m the Camoa fined mu 9hq. thawing. are t Dnwnga m u defined 1.16. Effedw Dace of the Agromemi-The date mikemd in the Agreement on which A bemnes efkaire, but if no inch dace is idimud it mom the date on which the Agreemem is signed and dalivad by de Ian of dic two parties w sigh and deliver. 1.17. ENOINEER-The Pesch. fun or corporation erredi s inch to the Ageanmt. 1,19, ENGINEER's Ca victual -A persaR firm or corporation having a comma with ENGINEER to fmand, wrvioa . ENGINEER'. independent pofesional esawuw or osmakant withretpcet nth Pmjea ad who n idonnfidesmch in tie Bupplemetgary Condinma. 1,19. Field Order -A writlm cider mount by ENGINEER which orders miner chetgm in the Work in acemdmce with psmgeplh 9.5 but which does not involve a chmg. in the Corwa Price our the Caeca Timm • 0 • I.M. Oaneml Requventmra—Sections of Divaim I of 1954 (42 f)SC Section MI I at ant) as amended fan the S difmatian. time to time. 1.21. Xazordoi a a• -The tone hleardous Wepe shall 1.32.b. Reeul.r gaskirae Hmvs-Rceuler workine It" have the meaning provided in Salim IOG4 of the Solid me deLn ea 290em W O.Madi u,wo atMw'se Wile Disposal Ad (42 USC Section 6903) ea amended ge"I'm mthenlimuyanmm Gam tone le tone. 133. Resided ProJrcl RVdimotdmive-The wtharaed 1.22n Lam and RegWo6'om; Lam or Hegalabeacr--Any aepesadativeof ENGINEER who may be seined m the and all e�plinable Iowa, kit oc,latime, ordidanda aim arany'antheraof adi arM orders of arty add all govemmmtW bodies, egmcia authorities and courts hevingjurisdiotion LM, Samples-Phydeal esamples of mmerieh, equipmmL or wmkmaddipthW are rgmsntative of 122 h [<eul HoGdsca-shell k Its hohdast_ va observed mono portion of the Work arml whieh meblM the br me (h port Collins stardads by which such portion of the Work will he fuelled. 1.23, Lma,-Lieu, cargos, aemrdy inlmodd or onmmbrmncea upat real pq)wy or perament laepuay. 1.35. Shop Dmmgng All drawing; diagrams, 1llLLVmtroda dredol. add ails data or information 1,24, Mllevone-A pWcip.l Nent Verified in the which are apeci6mlty prepemd or amembded by or for Camden Uxumentemistin8baninboddimaccompletim CONTRACTOR end aubeuttd by CONTRACTOR to date or tins pion to Suletanlial Completion of all don ilhvtrammaepmionofthe Wak. Walk. 1.36. SpeeUcmioru-Thom ponlau of the Convect 1.25, Nod" q/Aanrd-A written notice by OWNGR to D aids coiiding of writrm technical damppuuom of don apparent mcasful bidderatanrg art thatapconaphana meledals, equipment, anpmctim syslema pm)mds and by dhe apparent audemfid bidder with d. conditions workmemldP as applied in the Wak and cenm pecadent remnemmd therein, within the time apxified, adrunuirative danih applicabletherelo. OWNER will dgnend deliver gm AWandea 1.37, SuSronbncror-An vdividuel, Gam a eoepomtim 126 Hodne W Pmrdel-A written not. given by havungaduemmmmawith CONTRACTORawhhan, OWNER m CONTRACTOR (with. W to ENGDMIM) ether Subcontractor for the performance N a Fort of the fixb* the date on which the Conduct Times will Wakmttesite. commence to pen and a. which CONTRACTOR dell part in perform CONTRACTORS oblieatioi under the 1.38. Sttlrmanddamlo�CcanpplrecC�aen-The Work (a a Camas Demmmdc q ifi Wap the as pr when, • 12) OJIMM-The pubge body a authority, of ERA i Nida by ENOMBETtk defmitive eenifidid of Submmial mmmmaaaadiot .mson andinion, find a perwith hoar, Can levan, it is autficiemly canplee. in accordance with CONTRACTOR het entered addthe Agcemmt dal for the eQ.mhad Dommmm m that the Work (or specified when the Weak is to he pmidd Part) can be induced fa the pugoma for which it u mtended; or if m such certificate is Lasud, when do 1.28. PanHal Ufflawm-Um by OWNER of a subwmaaagY compleJal art of the Work for the urpose Work ie ten p1�late and lady for fwl Payment i evidenced by SNGINEER'a written nwaamadeton of fcr which . is intended (or a related papew) poor to find prymmt in accordance with paragraph 14.13. The Subecntial Canpklimofoll the Work. moms-mbdanfidly complete' and 'suhatanvedly ' completed• as applied to ell or Mn of don Work refer to 1.29. PCBs-Palychl.n.td hiphwryL, Subpamiad Completion thereof 130 Peunleant-petroleum, idelialn rude ail or any 139. Supplenwnrary Candibone-The pit of the fraction thereof wldch is liquid at amadmd conditions of Coarser Doaumeaua which moends or supplawars thou "I"pmetrue end preiure (W degas Fahrenheit and GemmlC ditieda. 14.Tpewads per sumo ach abmlute), such as oil, petrolmm.Wel oiL oil aludge, oil refuse, kacmne LQ, Srgplia-A manufmWrer. fabricator, aupplia, nil Oil mlXd Widl adore rM-H.]Ard519 Wiateaademde dl$ggnor,materih. or railer Winn. dined cortrad .it, with CONTRACTOR a with any Subca4rachir to ganuah mamriafa or equipment W be marpaetcd to the 131 Pgvd-The mtal easWetim of which the Work Wak by 0ONTRACfOR or any Sl600mador to be prwhdd made, the Cmwa Docaned a may be the whole. or a part a udidied elsewhere ed the Contract 1.41, Undagmmd FmWties-All pip ion a, conduits. Dummmda diem, able, wires, maooles, vaults, tanks, Wonted. a other such facilities a attachments, and my erwi La 132a, R.dmacdw MaapnL .. spaniel nuclear, a conaming each fipitma which lave been haalled bypodud material as defend by the Mande Eangy Act of undetgand to fuaadah any of the following am.a W CIV FMRTmn MM tvaoadamesla5 hwmtr ov ro�rmtWwmoomcanorvspev4n9om 0 mmenals. elasticity, grim, manor, liquid W.I.p pmdualq telephone a .that c umwtions, cable television, sewage xnJ dainege .-oral, tnsmc or Otis, NlatUl symGtlls er WY4f. 1.42. UMr Pon, Wm* -Work to be paid for cot the psis of uM piers. 1.43. Work -The aid. completed Onscauction or de, vanma ecpaately idmdfiahle ppuvtts crwf rcquved 1. be 6mtslxd under cite Contau I)octhommts. Work includes d is the ,auk of performing or furnishing labor and fmrmIu Sad me rating materials and ogMp ima into des mratnmtan, eon pesf.r mg or famuhvg setvias and fctuddiisg dowmanla .II as aqutrcd by do Cmtlact Documents, Me Work is to be iph42 Or 4.3 Or to A Work Charge :l Price or the Contract am. expect that the by Work Clsaige Y subseyamNy issued i by the pates as b its or Contact Times me 145_ Wnden Anne okent-A written omeMmnnt of de Convect Documab, signed by OWNER and CONTRACTOR on or efler the Effi ow. Date of the Agrecmmt and normally dalirtg with the noncriginecring o rtmaeclmical ether than strictly cartsuuction-relmed mpata of 4< ConMact D ocummh DisamyafRoadr: 2.1. When CONTRACTOR delivers des execumd r(s�mOts to OWNER CONTRACTOR deg also deliver to OWNER such Booth as MNTRACTOR may be tw naked to IWrush in auadarce soh a gemgreph 5.1. CaplesofDoamesse 2.2, OWNER shill Nrnib to CONTRACTOR up to tan copies (ucea otherwise specified in the 6lppbmenmry Conditions) of the Convect Doeummus Ms aro Ris.bly naccamy for the execution of lheWak. Addtonalcopies will be fundded upon rcquea, at the cart ofoepMeluction. Canmenee.ua ofConaad Ti.,- Nodee M Proceed 23. The Contract Times will canmence to Ma an the Thirtieth day alter the Effeewe Date of the Agrwmont, m, MmiYOf FORT OJULLInIMd MORcOIMcot Guseeaimt WIFlGitONx OaveRWO) fa Notice I. Pooed is giver, W the day indicated in the Naliceto Proceed. ANoticewPivceedensybagivenm y time winds thirty days agar des ERective Dme of the AyeemaN. - — - mam[4 I.m-day d'-0ro ASa�mkwhdaR•ixoliar Seating the Worn: 2A. CONTRACTOR dull tan to pert the Work on the date when the Contact Times corn.. m cat, but no Work dull Ite dour at the aim prior to the desk ao which the Contact Times commence to run We.AranlnA Comers odoe: 25. More aderteking Melt Ian of des Work, CONTRACTOR shell ..fully study and campme the Contact Davments oM dtak and verify pertinent figure sham thereon mud all applicable field masuremeNa. CONTRACTOR shall promply report io writing to ENGINEERazry emRim error, ambiguity a discrepancy a CONTRACTOR may discover .d $hall .btem a xaidm werpemtion Or dardicatiou frean ENGINEER bekse preeding with mr, Work affected thereby; however, CONTRACTOR "If rim be liable to OWNER or ENGINEER for f.H. to repoiri coAin, ambiguity OF disciepanry is de Contract Documents, unless WNTRACTOR knew or reasonably shodd have kraum thereof 2.6 Within lm desyyss af�kr the Effective Date of the Agreement (unka athcwiae specified in the Gmaral Rcuumosnaaal CONTRACTOR shall submit to ENGINEER for review: 26.1. . prelimia.y progass seltedule usdiatmg the time (namban of days at, data) for dedutg antl mmpletug the venous smgea of the Work ualud g my Milestones specified to the Cavan Documents; 26.2. aprclhnimryschdulcof Shap Dowbigmd Sample submittals which will Rd aft aqudd submidal aid Ihetma for submitting, im-icvnup and poamiug such svbmival; 2.62.1 In n will a aeledde M & maw eon. 26.3. A prelhnmmy schdWe of whet for aR of the Work which will include, quadves and fees of ituna oggregat Contract Cmact Pries and will subdivide ton Work into component pans in w1ficieut detait to serve as the base for progress peymenm daring eatMlcti.n Such prices will iadude an appopinte amount of cvar wd and from, applicable to ach item ofw.& 27. Before any Wod at the elk is Rated, CONTRACTOR and —GAMER. shall with de6va to the adore OWNER with copies lu saah-,liliketai4-ewreJ ENG NEER • Ll E is wnifiates a iwmteA (And other evidmce of mamn. raw,mW M OWNERI which CONTRACT rwll R paativacoord _a required W pad intain Aadmx eW mam eaordnce with peregmpb S.g3.6AM3i. Peeaniradlm CoN a: 2.8. Withintwmtydays OWthe Commal'imasmrtto mm but before N RAC Oche dk is MMtm(n co thins o anmd d to CONTRACTOR, ar otabli and other as plsopriWi will he held ce edn the A wanking dW dames Among the fiver t W to mate and t. dixuu to xhcAsla refvred W in perm and other procedures f« hurdling Shop Dmw'ugs end other AWAmrtmlx pro wing AppPpliatwrs [an 1'uyment mJ mWrwining r«ryhW recants IndWy AcapmMe Srhabrla acceptable to ENGINEER as provided below. The prolpew ahcdulc will be eeccpable to BNOINEIR Ail pmviditg an orderly progression of the Work W completion walu any specified MileAlona and the ENGIN Tema, but ache aempmae well atNaimpae on ENGINEER ratipatxibilittyy for tle� xqus an or rcdmg a NTRAx of the Wak ram utmfae vnllr a relieve CONTRACTOR Tian IXRACTOR'. .1 full S%JDbility Nerelbr. CONTRACTOR'. will ahcdulele I llrnvmgg atd Sample abmimi«a will be mcepmbor W .owing A'R As l..,.ding a he re'sbl od suk ai for reviewing ad pnx,smrg to rcquh,d submitmE ENGINE R., w abdulc of vm ee will d eaepmblA W 0�'GINEER es W lam and submuc. AR'ITCLE 3—CONTRACT DOCIJMENTS: INTEW AMEPD)IIIC,REM Wear 3.1, The Coma, Doameus o«nprix the Mae agraetnma between OWNER And CONTRACTOR aammg to Work. The Centract Miaaa W Are o mplemmVary: whet is called fa by ore i, as bitting ore if alld for by AIL The Contract Decumenaa will be amwed in .reorder, with the law of the place of to Prolat. 3.2. It is the intent of the Canumt Damnems W 4 v/OTYOY F00.iWWMMCOtY1GTtOtA(Rtl'e4AW) describe A finemonally ccevpkm prq(or f4tl thwafi W b, tt WoAd m Acmr&m• with tftl Cmtrea Ooesmem, My Work materiels a cquipmma that may nera ably W u f.W Ran to Contract Daumaus a mcvuilillebmmomdeuambeah ireguiiaidto aathe manded result be faAdehed And Wl..d wlelhe or not specifically called fa. When word or Alen. which lave A wal .technical or wrmsmtion iruWwy or trod. manmg arc wed W deamibe Work, mstalala or ,quipmat, such words or ph. Alag be intolacded in accordance with that mmnttg. Clmifieatiauand imerp remtionsof the Contract Daumems shall be ixucd by BNOIIJERR AsfaavidW in fa�Ph96 3.3. Rare." to standard, and SAacy;adons o/ Tedmical Srcrelfer, RgariM and Resnh•ing DisarepanaeA 3.3.1. Refercm to smndmd, sWeitiatiore, manwls or codes of airy twhnimi achy, agmimtmn or m awinten, or to the Lawe or Regulmiaa of any governmental Authority, whether sash referent be specific or by vnpl,,.bmi, atoll mean the Imera swderd, Apccifeatim mmu.I. code or Laws or Rw&IaI our N,flat at the tieraofopen ng of Bids (a, on tk EHat" Date of the A l e ment if twe were m Bids), except As in, be otLeruix APaifically statedi a the Con"a Docmnenta 3.3.2. IC during the pmlonxt a of the Work, CONTRACTOR dew.em Any mnfM ,nor. Ambibmity or diAcapatwy when the Conant I)e.maa or between the Contrail Daummte and Any mwision of any such Law or Regulation oppliable to theca performaree of the Work or of Any such namWit. Apeeifiomm, manual a ode or of my inmuctimafan, limrefenedtoinpam 65, CONTRACTOR Alan I report it to BNGINE R in writing at see, ern( CONTRACTOR Aber➢ not praeed with the Work atfemed thereby (except in an m.rgmey As uuth rixd by tn mph 6Z) uAAil an Ammdrawa.pPlemmt WractDoceanents has been ssud ay one of the method imficatW m paagaph 3.5 a 36; pmvideQ hmv,ver, WAt CONTRACTOR shall Act be liable W OWNER or BNGINEBR for failure W report any suds conflict, amen, ambiguity or dieaepmcy unless CONTRACTOR knew or reaxwbly shald have known thereof 333. Except w othwwix specifically stated in We Comma Doamems or as may M povihd by amemmmm or supppplement tardo isxd by cane of the metbMs itdia[ed in p er raph 3.5 or 3.6, the pfwmtaw of the Contract DnannW3 shall Luke praedeee in xxlvitp Any anfiim ,tar, Ambiguity or ifim pmey between the "ise. of the G ct Documeaasnd 3.33A the Mvihmrs of any rods mrdml, apaitcati ...4 codw e a instion (whdhm a rats cally inearaaeW by ref sin the CrAmact D... . or 3332. Ne povisiona of ier0 ch laws re Reguletiam apphmble to the performmce of don Wok (unlm sah an inuir"bm of the provisions of the Commit Doamtaus would result N Nalatrm ofoo h I. or Regrilmon). No provision of any, such smidard, spseiGwtion, mamml, cede or instrntllm Shall ne effeeti e to Chmgt the dudes as mapambihtus of OWNER CONTRACTOR or ENGINEER is, my of their mbcontramas, consuhant% egcros or atployce from those son forth in the Contmm IkwmeNs, nor shag u W eRedive to assign to OWNER ENGINEER a non• of FNGINEER's Corauloom, xgmm or employees any duty or authority an supwis or that the fmnnhing or pafoonnnre of the Work or my Any or authority to undertake responsibility irmrsistsm with the prcor.m. of pmtgmph 9,13 or airy mamr provision of the Corms Dommmb. 3.4. Whenever in the Common Documans the tams "es orders'. 'm dimmed". 'ore repairs'. "as allows'. ". approved' or tams of like ef(wx or h rpat arc used or the adjective Y.ble11, nwmble','e le-,-propsr' a'mtisfectory- a uljative of like = or import ore usad m desuibe a mquvemmk dveoon, muse a jurat of ENGINEER as to the Work, it is mwxW that sucfhr m4uvement, direction, review or judgment will he solely to aerate- is gamml, the amputee Wok for morph rose With the re'unenmm ofvs inform hot in the Camara Oemmmts and with the design wmept Of the ounplms Projectas a fwdionmg whole as shown or itdicats in the Contract Dacumems (unless there is a apmife atancmmt indicomat oNawi.). The use of any mch tram aadjative shall norbe effatwe m amgato ROOMER any duty or authority to mpomis or Arett the furnishing a pufammme of the Work or my duty a autlmnty In undertake mlmsibility contrary to the provisions of paragraph 9.13 or any other provieim of the AsaendagandSupptrmaMing CoxCad Daateank 35. The Common Deummt3 envy be murals to provide for adduaa, dcuuon and mvisimc in the Work a to modify the tents and coditlom thereof in on or more of the fogavmg ways: 3.51. a forma( Wrium Amardmmk 3.5.2. a C]mnge Order (pursues to pemgaph 104), or 35.3. a Work Change Directive (pumamt to psmpoaph 10.1). 3.6. In addition, de rcquimmatla of to Cement Dammems may be supplammhd, and mina variation and deviation an the Work may N wthorml, in one or more of the fogowing ways: 3.6.1. AField Ordar(musuant to puregoph 9.51 Sarop ENparnto pan aaa ofaramp Drawirga rample (puamt m puapoapha 6.26 as 6.27), or 3.6.3. ENGINEER. wnw imarpmtaum or clarif.... (purmaM to paragraph 9.4). Reuse ojDouiso ah 33, CONTRACTOR and any Srbmnesour or Supplier a osier person a orgaidmum pafan'mmgg or fmruahwg my of tk Wak under a drtm2 or iMvcot mahout, with OWNER (,) shell mot hove or a {mho my, tide to a ownsda rinds in my of the Dmwines. ENGINEERS um sortan mine, my ENGINERR'a, S echea. as (i) R on revs coy of inch Drawing, therifi iw o other davmems t copies on ewaaiore or the Aoiat a my ots omiep wnhcut ARTICLE 4-AYAILABMY OF LANDS; SlARS[IRFACE AND 1PF1YSICA1, CONDMCM; REFERENCE POINTS Aa,daNgy orfaaaa 4.1. OWNER slang fumes), as imbcated in the Coronet Docummcy the Imde upon which the Work is to be performed, righaaGusy and m a cnta fa cone thereto. and vela other Ian& which axe Asignms for the usof CONTRACTOR ilfmFasm k+wittewrequ BW4 1,lAml.-;m„ii .i..r-f Staten 9eunixtt-oGmord leEnl.titbard-legs de ,mnofahe loadv-upxrwhial'-khe-1Wxk-ia.Fi� 1»-{k`imnad-exd 0K'NEAP-imearUIefeun. - wressawy for D% at no iee eF-or-{tIiigx--malwX a000rd. with applwble—Lawn-and—Regulations: OWNER skill identify arty eeumbrmeas or rvdnotima not of general application but specifmR9 "law to one of hands w fanishs with whieh CONTRACTOR will have to canply in performing the Work. Easements for ppaammen stram a Mupamaneat change an erring ❑ahtics will be obtained as paid the by OWNER, wdms dlicran. prmided to the Contract Dowmme If CONTRACTOR aA OWNER an, enable to spoor en monument to or the amount or extent of any a ijushnena in the Contract Price or the Contract Time n a result of my delay in OWNER's fumdtme thesebrpd� ng itsof- ,vy or maenmm, CONTRACT R may make a maim Remfor as pruvidod in Ankles I I x,412. E1CDC06NERN.COFIDIBOF8 ata8 (199pgdtiml 5 w/OTTOFFORT WLLIw4MODRlCATIONSpISV iRaw) • •