Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
549378 LOBOS STRUCTURES` - CONTRACT - BID - 8038 ARTHUR DITCH WOOD STREET BRIDGE REPLACEMENT
City of • ort Collins Purchasing SPECIFICATIONS AND Finencinl Servires Purchasing DiAO.. 215 N. Meson St 2" Floor PO Box 580 Fort Collins, CO 80522 WO 221.6775 970:221.6707 JcRov coMpurchasing CONTRACT DOCUMENTS FOR • ARTHUR DITCH WOOD STREET BRIDGE REPLACEMENT BID NO. 8038 • PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS DECEMBER 17, 2014 - 3:00 P.M. (OUR CLOCK) REVISION OF SECTION 619 161NCH CASING PIPE Section 619 of the Standard Specifications is hereby revised for this project as follows: Subsection 619.02 shall include the following: Required casing pipe shall be galvanized and in accordance with ASTM A53. Subsection 619.05 shall be modified in the following: Pay Item Pay Unit 161nch Casing Pipe Linear Foot • E Page 8 of 53 3.3.3.2. the provisions of an, such laws or Regula fors applicable to the performance of the Work (udess such an interpretation of the p oVisiars of the Controvert DocumvNs would result m vmhtion of sum ]air re Regulation). No provision of any such stmdard, aprcihcatim mawd, code or mmuctim shall be anouvs m change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER. or any of their subemtra a emwltin s. agents or enplgees from thou sat forth in the Cannot Documents, nor shill k be of ni to assign to OWNER ENGINEER a amry of T NOTNEER'a Com arbars, agents or employees any duty or authority to supervise or direct the funushing or Isrfatmavz of the Work a any duly or sumaity to undertake re dity inmreislmt with the I parm- . 9. 3 or nary other Ta.w. of the Coadoi Dacum 3A, Nlmever in the Contract DacumuJs the terms "as orderal", "as directed", "as readers&. 'es aH.W', 'as approved' or terms tef like affect or import are used, a the adjectives 'reaomble% "euiteble', 'eccVwbh', 'propel ce "mtisf evuy' or adjectives of hke dfwt m import are used to desearhe a regaahermd d"aracuon, rev judanent ofENUINEER as to the Work, it is intended that m eguveramt, direction, review or judgment will be solely to evsmate, in Iterated. the ennpkhd Work for comp➢ance withthe requirements of and information in the Corleact Domments and omfonmaign eee with the des concept of the completed Project as a functioning whole as shown a indiented in the Corned Dommenm (udess there is a specific statement indicating aah ix). The use of any suahtum nradjeetwo shsR not be effeetne West, to ENGINEER any duty a sutnrity to supervisor a direct the furnishing or performance of the Weak or any duty or mutheril to undertake resporvsibility ematmrY to the pmisnata cf pamgmpJh 9.13 m arty other aovnmm of the AmendingandSopplanenffng Cmenm Dmumeafc 3.5. The Cowed IJacummds may be emended to provide for edditims, deletinm and revisions in the Weak or to modify the tams and =due= themf in on, re more of the following ways: 35.1, afonnal Written Amendment, 3.5.2. a Change Order (plarevenr to paigni or 3.5.3. a Work Change Dirsetive (pursuant to lmravai 10.1). 36. In addition, the requhemerds of the Cmred Documcata may be supptemmtad, and minor varied. and devim cos in the Wmk may be authaiad in one or more of Oe following ways: 3.6.L AField Order (foremast top am mph95> 3.6.2. I NGINEER's apvetwal ofe Shop Drawing a S urate (Pursmrrtto paremaphs626 and 6,27), or 3.6.3. ENGIMPER's orn an imupetation or alarificatim(pmwent m Mrs eaph 9A). R.. ofDwumeafer 3.7, CONTRACTOR and arty Suhtswedor or Supplier a other Person or wganimam perfmoing or garnishing any of the Work under a d'rsel or hotbed contract vuh OWNER (1) shall not have or acquire any title to or ownershi rights in any of the Ihawings, Specifications or other d..% (or copies of eery therwQ Trepmed by or bearing the sal of ENGINEER or I]JGINEER's Casultam, aed (ishall cot.. any of such Dmwmge, Speafimtions, o9cr documents or eq,. an ewenems. of the Prefect or any other prajed wrtlsut wrinca em sed of OWNER and ENGINEER and specific women verification or adaptation by ENGINEER. ARTICLE 4 AVAn.AussumV OF LANDS; SflA4ORFACE AND PRYSICAL COMMONS, REFEBF ,[nEPDINTS Amadabiby oJlamis: to —Ply in Performing the Work Eeaemmas for rmeamsomesomeoneIncrementsdus aIncrement designs in esiming fvs will he ohtained and paid her by OWNER odes othmvise provided in the Cmtract Dadmew. If CONTRACTOR and OWNER are uonbk to same on caudemmt to or the amount or mused of any adjummenm in the Common Price a the Contract Timm as a recut of any delay in OWNER's laureling, these lends, nghu of - way or ememems, CONTRACTOR may make s chum therefor as provided in Amelse l l ad 12. WOWW OF MTCOLUMMO latae (rsoosdam) 5 wIPTYOP PORT WLL118MODIFlCanONS(R6V a/tOml E LA 0 CONTRACTOR shell provide fa all additional IsMs and indicting M the CanhactDmummte, or men thereto that may be required for temporary commumar facilities or going, of mmeriels a w 42 3.4. is of m .1 uaame, and differs aluil mmf, marerislly Gam c nditima ordinarily mmuntsted and genially recagniiad a inherent in wok of 4..2. g 'f sandph'aiod Coad'eions' the character pcerged fa M the Contract Documents; then 42.1. Rnpoers mid Dravings: Refinance is made an the Supplementary Conditions for identifimtionof CONTRACTOR maq pemptly g,,,,pdamvh' after becoming aware thereof and before further disturbing 4 2.1.1. Wswf m Combrlms: Those reports of oun icons ff t d thereby or pafanan g any Wok in erploatias and tests of subaurfxe magnums at or caumction therewith (except in va sturgeon, as cmagguuoas to the site that have them utiurd by penniael by paragraph 6.23), ratify OWNER and INGIM1'RER re ramming the Conmed Daum s; ENGINEER m worm, about such c dntrm. and CONTRACTOR shall not hurtle, bararb mch cmmitires or perform mry Work incmu act a therewith (aoryt as 42.12. Physical Combiont: Thor drawings of efaeand)oft receipt ofwritten arderto do an physiml our cha as in or relating o.94 surface or not rtha muchum at a cmliguom to the site 4.2.4. EARiTNFFlt's Review: ENGINEER will (acapt Underground Fadllties) that have been panp0y review tat pertinent mndiuore, ddamum the utili>d by ENGMID2 in Repining the Cowvct reality ofOWNER's obtaining additional eaploationa Dounnum . tests with rreessppect theao and advise OWNER in writing4.2.2. wi amCONTRACTOR) of INGINUGR's Lbanhad Relimem by CON CYOR liNmnaad,- ingaand TechNcal Dafa: CONTRACTOR may rely upon 0. gaaal scare, of the •techniml date" wagging in such 4.2.5. Possible Contact Docammis Change: If repass aM drawmgs, but such turnouts and drawings eon out ENGINEER concludes that a change in the Contact Co ,act Dr... Such "technical chins' is identified in Davmmrs umired as a Ranh ofa comma that meet the Supplementary Conditions. Exeg4 for such reliame an me in more of the cangmes in I argliraph 4.2.3, a Work such "leclmical dms", CONTRACTOR may nit rely upon Chen¢e ➢irective a a Change Order will be issued as mke m aga araw cldinst OWNER, ENGINEER or my of ed yravi3in Miele 10 to reflect and document the ENGiNEER'9 Cosmihams with respell o: caaequmcce of ach climn, 42.2.1. the eaapleoneas of suali reports and 42.6. Posabk Pricer aM ]lines Aejummeus: M drawings for CONTRACTOR's pmpase; mailable a,jmmmnt in the Catmet Prim or to the including, but ran tatted M, any asperos of the • Commit Twee, or bath, will be allowed to the agent that anums, metlwds, nderiqum semen ens and the aisterce of mch recovered are; erred co.drum lacewdoes of mraotetim to be employd by muse an increase or deaeaa in CONTRACTOR. men CONTRACTOR and afar, Prammims and of, or Ems required for parfonnence a4 the Work; subjac, Programs incident thereo, or however, in the ollowing: 4.222. other don, interpresatim; opinions 42.6.1such condition must that my a ea and Wamatim cataMad in mch repots or shown mom of the �mat��ggoo described in a hdimtud m such drawings. or paagmPlrs 4.111ttuough4.2.3.4. inclusvc, 4.223. my CONTRACTOR aterprdaEm of 4.2.6.2. a dhange m the Contract Doaamis or candudon dawn fian any'tedvuml data" or forward to paragraph 42.5 will net he an any math data imatprem4aa, opinions M aubmml, mthmi atlon of Wr a aMdltim udormntuo. pamdag to entitlement to my such agnm eng; 4.2.3. Noon of Digrug S oar a on Fl eiml 4.263, with respect to Work that is paid fa caratidms: If CONTRACTOR believes that arty on a Out Price Dasis, my adjustraf in Comerat wburfaceor ph,i.1 machum at or carti,.a to the sits ]Rice will be mbjeet m the of dot a urcuvared esrevemed edba: p agmpla9.h0md h1.9; end 4.2.3.1, is of such a anaue as to establish that 4.2.6.4. CONTRACTOR shall outbe antifled my "trdw®1 ram" a which CONTRACTOR is to mry adjummem in the Context Prim or Time entitled to rely as provided in 4.2A eat if, 42.2 is materially vamurmc, or 4.2.6.4.1, CONTRACTOR knew of 4.2.3.2. is of such a mOne erg to require a the miatenm of such mditiats at the cheweintheCadadlbmmare,or time CONTRACTOR made n fond communion, to OWNER in respat of 4.2.3.3differe matviany fiom that shown or Contact Prim and CaMad Times by the F1CCL09i9UL mm11om 191040990 Mine) WaWy FORTGO MMWIPICAnONSg 41W0) 40 submission of o bid or becoming bound under m negotiated mrmacn to, 42.64.2the add. of such condition eould reasonably have been dimovrred or reveald as a result of arty aam.mo, trvam,mo., w1coatim, toad or study of the woe and contiguous areas rumoed by the Biddies Requtemems or Contract Dooummm to be caductd by or for CONTRACTOR price to CONTRACTOR's making each fwl mmmibnem; or 4.2.64.3, CONTRACTOR failed to ,we the written nmee within the time and as required by paagmph 4 23. If OWNHR end CONTRACTOR are mable m agree m mfidamem to or as m the anount or leogth of ag' such equitable adjtadnent in the Contreet Prim or Contract Taom, a claim cony be made therefor as provided in Ankles I l and 12. However. OWNER ENGNEER and ENGINEER. CaaulmMs shall not be liable to CONTRACTOR fa arty claim% co ta. Loma ce e6amaga motored by CONTRACTOR at or an ..rim with any other project or macipatd project U. PhydMCmdd000-VndnmmdFadJda: 43.1, Aomorfndicuted. ThmfonnationeMdom shown or indicated in the Contract Daarmmts with respat w a u, Un Facilitiea at a mnuguous m the aim u base m information ad data fumi.hd to OWNER or ENGINEER by the owrim of aoch Underwad Faddist or by caller. Unless it is athmwise eapneaely provided a the Supplementary Cmditio a: 4.3 LI1 OWNER ad ENGINEER mall nu be resyuaibk for the azourary or completer ems orm y such tdmamtmr or data; and 4.3,12, The met ofall of the followiN wdl be included into Camay Bice and CONTRACTOR sell hue all respmaibiGty for (),ovwo;ing and checking ad such infoma ram end data, (it) locating all tival. grand Faeditia Mown or ind,.W in me Contract Documeras,(iii) cocedtatiorh of the Work with the owns of such Undea roud Facilities during eariMuctim. and (w) die a6ty and protmtim of all such Underground Eeci itiea ea dam,ttheded raw �fiicon the Work tors am 4.3.2. Not Shorn or Tndtcated, If m Undergra ad Eacifity is uneovered or mold at cr contiguwa m the site which waa not shnvn or adiatd in the CeMeet Doemorre% CONTRACTOR mall, pr.VHy tm ,e&taly after b, .iag moon thereof and before Fie ier disWrbi% ccmRtiam elfmted thereby or peffaming any Work in comemon tlmrewith (.wept m an emagmry m requird by paagaph 623), identify at, own of such Udergoand Faci ity ad FxocObTtmntcotmnots MM (1mso F3dm) W(M OFFOAT NW M MODIFlG1TDOM gtEV4/1000) give wdttm rmtice m that owmr and to OWNER and fb,GPIHER ENGINEER will rorn dy review the ❑nde,roml Facility and determine the e:aera, if any, to which m ehersc is required in the Covered Documents to reflect end documem the caisgamces of the evidence of the Underground Facility, If IAIGINERR with dee that a door, in the CoNmct Dmmeam is reywrd, m Work Choose Directive or a Gunk Order wdl be tamed as provided m Article 10 1 redeet and dooement amh .. a .aam. Iht,wW such tone, CONTRACTOR shall be regmiallak for the safety and pretcetim of such Utda .W of the Trot ad are oiable to agree on entitlement to or the ammart or lasth of airy etch adjomnm[ in Coofimet Price or Camay Tt.ea CONTRACTOR may make a clot. therefor as provided in Articlm l l and 12. Hoe; er, OWNER ENGINEER and ENGINEBR's Consultarm ahell aot be liable to CONTRACTOR for my ol.im% cos, to. or damages incurred or auemned by CONTRACTOR m or H ameee. with any otberprojeat or ewciiatrd project. Reference Polmr- 44. OWNER call prwih ensthming surveys to astbEM ref po m for mndruction which in ENGA76ERe )Jod&nmt eceam, to arable CONTRACTOR td Xc000dn with the, Work CONTRACTOR shall be respceamle for kyrg ma the Work. shall pprated and preserve die ambushed refaawe pe a and shall make no charges or rdcomi. withoot the prior written approval of OWNER CONTRACTOR shall report to ENGINEER whatever myrof. What is lost a destroyed or rcqurces relax mon beceux of nmmeary curses m good. or Imeti , mad "I be respomlble for to t000rto replacement or 1.1rom n of moth reference poirm by prefessmally q.hfiW peaoonol. 4.5. Asbestos, PCBs, Pebofewn, Raw&ae Wash or Radoardve Motmhdo 4.51 OWNER drdl be reepmsible for arty Asbn PCB% Pclrolean, ltamdoua Waste m Radioactive Materid urim mad or meald et theme which Wes not Mown or indicated in Drawing or Specification or iderathd in the CoM'en Documents to be within de sops of the Work and which may pram[ a matamtud danger to,moos or property% oacd there, in commtion with the Work at the sou. OWNER shall act be responsible for arty such m atedds b ..ght W the site by CONTRACTOR Sobcameeten Suppliers a anyone else for whin CONTRACTOR u rt,.ble. Ll • 0 4�CTORsladl Immdintely:{tjwopstll wi0�x A�pgd in-Brryquired Qby - Ina ihtteby{w�anpEWo gV—Pdy fy4w BWNER-taretevi-a-guoP e.a.®as con,`. le®rdm�saordition-w-tokeaexeelweegiex, ifeay. FQA4RAG'£C>R-shall msbe-requ'vedro rmmieWerle -hdis, us aenditien«tixrmy enoA-eff�edpoor W moor-0leto itdonsosei In GGNTRAm C)R a, relined as i and-deNvad-to C0ASTRA6T9R-afsminl written twtim. = Yon[eueha.axde^3'-a�cted rendaerF.afe—f Ihr revnmpb,snm cif -work-, Vle�peoifyingen msmad einfiuwixarclx-wluahaueb 6GOPURNCTM , asm, solely. If OWNBR. and BNTRACT0Ra'aattw-ago-rvFt�aen as C-+wWw1-]§�aer-CaMrcerit IFef-monWork in Work vs weed eeaby GOIpeeialcmdiU�eh eider -Party- "alm-a4 vMhereft,is,,evidd-ix Artrolerl}ad-42. • g 61.aITO 1fiaAGWNMl10iWITICA(1ONS(REV w/QTYOF FORT WLLIISMWMCATIONS(R8V1/3aWJ 0 Poformamn, PaymadandONnl3onda. 51. CONTRACTOR shall fumish Petition. and Payment Batch each in an amount at lean copal to the Cmmad Rice stv MIT for the faithful p.fmmwce and peymerd of ell CONTRACTOR. obligations under Nc Coned Documents, These Bonds she I rennin in eQmt et listed until one you after the date when final payment becomes due, crept as provided mfim,me by Laws in Regulation, or by the Curtained Comments. CONTRACTOR did also fumiah such doer Bonds as am roamed by the Supplementary Cmdfi ms All Bonds shall be in the Tam praaribnd by do Commust Domnmk accept as praridd odtawiae by Lem car Regulation, and shell be neecutd by such sairmen as am named in the arment fist of 'Compmtim HoldCercntea of Authority..Aogrtable Soedm on Fe wal Bonds andn, Acaeplable Remaining Companies" as published in CittWaf570 (ammdd) by fie Audit Sta$ Bureau of (rovemment Fherteml Operation, US. Tommy DspaNnent. All Bolds signd by an agent in= be accampanid by a cemu d copy of such egon!s suthoity We& 5.2. If din surety of airy Bond fumishd by CONTRACTOR is doelared a bankrupt in linemen vwlvent is its right to do business is lamhmted in my state whole any part ofthe Roved is loaned or it cast,, to meet the impairments of mr,,,h 5.1. CONTRACTOR shall wvlun ten days thereafter mention, amtlwr Bond and surety, both of,elb h must he iconmble m OWNER 5.3. Liomied Sureties and In am.; Cersiftmtrs of In.. 5.3.1, All Bands and announo requard by the Contract Documents to be purebssd and maimamed by OWNER or CONTRACTOR shall be obtained from tinceed w aWtonved > in I& Pu, anemone isdicam inn which tam h Project m located 1. imme Bonds or I.. policies for the limits end ememges so requbett Suchty and ins, molasses shall also mot h addi imtal mquvemetav and qualifuretiare as may be providd in the Supplemwmy Conditions,. 5.32. CONTRACTOR shred! deliver to OWNER with mpies te, each additiaal insured identified in the Supplements, Condition, onfiftm2s of mau. fend doe neatness, of umnanm egtmded by WNHR or my other adddimml based) whiehh CONTRACTOR is required m purchase and maintain in aoodmm with pmagmph S 4. 9W as e l mu CTOR additional- i�smd-ideMif coialuea�-eend:Arrf—inena eft--ats a«dense-er-iaetmaao-.ga.ad�ysaarfaA�raR pamgmphk54ards.]heaaf. CONPRACTORSLbbf 0Inarence: SA. CONTRACTOR shall pumh= and maintain each liability and other vsmance. is ap on mince fa the Work being pert mad mid famished and on will provide pecteeim from claims set forth below which may arise at of or result fran OONTRACTOR's perfvmeree mal fsrdshiig of th Work aad OONTRACTOR's other obb,b.e coder the Com me,t Dawmmaa whether it is to be performed or furmdm l by CONTRACTOR any Subemhacsm or Supplier, or by ayme chmody a Lament] employed by any of them W perform or famish any of the Work, or by anyone fm whose acts any of than may be Gable 54.1. claims under workers' mmpeneshort d®biliry h.fMand other similar employ. benefit acts; 5.42, claims thr damages beau. of bodilyy injury, oaupional aickrese, or diraee, or d.th of CONTRACTOR's employees; 5.43. cloves to, damages L. of bodily injury. sick. or disease, « death of any peraen other thin CONTRACTOR'. employe.; SA 4. Mem,e—la nd—by—wslemery leili hiahnrosusmieal no i ree[Iy-rolatedawUeemplaymemadve+ porsmrby reaasos. CONrR-« (i}byanYa+tlrer-yc -any n; 5.4.5 claims for demagm, a er then to the Walk Iteel[ because of injury to «destruction or tangible property wherever lwebd, including loss of use readtmg therefrom; and 5.4.6. alai s for dorm.,. hma. of bodily injury « death of any person or property dmnsp ari ing out of the ownership, mnirrtmance or use of my motor vehicle. The policies of mommancere raryired by this pmagraph 54 b the ptmdna.d and maimei.d al 547, with r.parx to ance"ce, required try pmm®ephs 54.3 (tvough 5.4.6 vfludve etg{_£9.4. dude as additiaml insureds (wbj.t b any mamary lusion in regeemt or {rofesdorfl li mifity), OWNER, 13NGINEM l3NGDMR'a in tsuhansandanyotherptimes, tefvhmn mtified hi the Supplememary Coeditiom, ell afwhov rage fee GseM ss addle oft ws and etch include coverage for the a.p 1 live ot3i.o and employees of ell such addi6aml vameds; SA g. lude the splific weer�gI etch be Itual Re nat'1. than the lunits or l e Tty provided in the Sbpplemervary, Caditmen m r.W o hl' laws or Regulations, whichver a gamer, 54.9, i.In& completed operafivas ireumn. FJCCCGbN9tALCONDIIIOtd 1910.9 (199J EdllaJ wIQIY OF POFT WLIItBMCUMCAilON91R6VM10n0) 54.10include comhedud liability insurance ewenng CONTRACTORS indemnity obligatl«n uMerpart,,m* 6.12, 6.16 and 6.310m.,L 633; 5.4.11amain a provision or etal sal that the average afforded will not be cancelled, matmelly changed or renewal refused until at least da ty day; Enter wrimn notice has been given to OWNER and CONTRACTOR and to each other additional hovered idonvifind in the Supplemamary Conditions to wham a eertificab of itstar. has been e tech (and the artificates of in merce faunneW by the CONTRACTOR pmmmnt to Pam&aph 512 will . provide); 5.412. remsen in effect at least wail feral payment aM m all Beres thereafter who CONTRACTORmeeyy he com.tieg, removing m earthen, mJecdve W«k in accordance with pamgmFh 1112; and 5.4.13. with respect to canpletedpera otions vamaa«a, and arty imumnce coneage wripm am a dawns -made basis remain in effect fce at least two yearn alter final paymem (and CONTRACTOR d fl famish OWNER aM eadm other Wilk ] roared identified in the Suµtlemomety Conditions to wham a certthcete of insman. bee beer isard evident. satisfmcto W OWNER and any such addiomel hmof m insured minamion of such usuran. H Real payment and one yam ttuaeaner). OIVNCRSL'abilUy Luamance: 5,5 In Webb. to imoum c. requirwl b be provided by CONTRACTOR wile pore®eph 54, OWNER, at OWNERSoption, may purchase and notationat OWNER'. expeme OWNER'n own liability ibemmce as will protect OWNER egomm claim. which may anise from apeations under the Contram Daum nits. Property lnsumncn� 56 1he .0aawnw asn dedus-Js£npplememary Conditions, OWNERgall--pmebme--arch—meimain themostail ar-am-6�u-r<pma.m debwtiN- -- -- -- -- - — -a the &aPPk^� - b hsave de the imemna, of OWNER I on — amities-identi �ddieere4uwurdt ape-penl�yreuml.aNw iI mo toUnW. ohnnerion, hall Ll caeraea.-tlwA�amblivm-oM_maliuiaus_ m ieohief. mHi�ganke;-ae11a0ax;_deMie--rxmere4-Aemelitien a an d R gxmea �nedhYiho-Supplat"aal "Genddma 3:H-inoWdo- Kai ai Meta) N� en6in erd,i[eda) 56�mvet,,v mls OHO a"ipmmtstnr«IaFthesile ee-at-xn ther-].(i, IFreI ry ,.,,,a l-to inavritiag-by O WNEIIV IME, =.idea not snala.... atent-n,wnham =4=0"hon-fo, Psyrntaa o eammendad �.iMairedinaR�4is �.. o- edditioml .ad bw-.honFmearohmte-oF� ex4mudemq-inwuerreaerad&itieaafprapady mutonee � may be myufad-by4he Supplen,anmryFmitaar or L-e�erian-v: hielrwiH-irwlude-lho-intarext+ef (>NrN�A6-T©IF Salscwpmda*: 6NGA4�7i1{ 8N6�51iRsFaauple.ea�wo -iataes idaNifindixigeinPPbnenmry Cadilimesmhaf--when u9�kmst-andsim I l hl d-es An ireuroda«dditieneFirmua, • 3^ oa i+e� a,af' . nrm(mrd'thamtilreetwer aher-evideree'4h.0lj-req-md-4e-gtvaN,.d- .d i . -�hsF-the aweago-.&nIml-. ,'a a taially weitla: __ _ laaa __ _ _ Niere4timwd-te wheme�ertifrsb of-ireuerwe-6.a h t.d W-vvil7 PPI*3:1 F 5.9. OWNBR shall not be respmeibla for pordmaing and meiamhu g any ppmr�party immvme to plda t the int.r a of COMB CTOR SubwMeataa or otheta in idenfifial-in-lM-Snppleeadq-CenA@iere- 1'he-ridFef IexavitAirtwr h itbM�Feddediati4leemeuwill -behame by r ror yw_ any saohaeav-erdvfan)`-nldwmrailwspxtyusuexce �mita-nfaueh-aneunta- eohntny ped�au end-meineiniFet thepxrclw�. S to. —If soNT;wsr epxaiw-i�,mnax- ux-inalr�eru �.. OhW 10 fi1CDCWNFAAICOtIIBuoml9lde(ImHaYm) adan OF FORT WLLIIS mwmC omp 4AZM) 0 P..�-�n-addiuiea:-0f4T'f-righa Imnts-ard-Uw etT�aent--direa�er4-emP LL>em� fec m21 loaadue . butmcvmcnu item; i m Ve end _r�xxmogo--te-Nro-ampineA .6a,yeR(io,m edn ftfly,-ertsug-onlaC d Ningfre,o- y i -BNre-i auuadperiFeevared bY-anY-IaalerrY-+revrarue_.mai .tamed-ewJ{w oaaplded-Frojeot a, f eag,aaph-laixe—Fnrc—a ,ai'.mSbpdo,,aaewna�t quan.w+ePeregmp4- a,y-,mxaaaaa�oaahxaird-hy�-aa.xirg da 4 xriefareAlo.irFthis =Iph3,H-2-sMlfwmaingrax ee@'eettha[ ,.a staid 1 WY aorwequentinl Irualu�irewz *ee =x or �A6TOR-Sum wuawom: IGaek dimemrq�leyeeaerdogeNsoferny-of-tMw Rao ip(mdAMGmCm effnsrmnee ftewads: 5,12 My insured loss order the pdinia of msumerm, retained by poragrephs 5.6 end 5.7 will be adjusted with OWNERend made payable to OWNER as fiduciary fee the reassert, as NEk utlereda may appear, subject to the requirements of my ap,Iie.bla mortgage clause and of prVmph5.13. OWNER shall deposit in a separate axomn my, money an received, and shell distribute it in unt Nosed and the Work and Ms en appropriate Change Order on 5.13. OWNER as fiduciary shall have powerm e mad settle any load with the insurers unless one o press in interest shall object in writing within fifteen after the ocamerce of 1. to OWNER's er . o: power. If suds abjection be made. OWNER as fide shall make seplemerrt with the homers in ecceedance ach e,.. as the parties N interest may reach. such agreenaent among the pares. an interest as red OWNER as fiduciary, shall adjust and wale the loss Aawpmce of Ban ds and lnaamne.; Option to Rep6me: Pirated Ud1i imkm—A pasty Anevrmn" 5.15. If OWNER finb it necemary to occupy or use a potion or potions of the Work prim to Substantial FIWCI$N9lA1.00lllxipO1S 191P8 (1930 Edllm) Completion of all the Work, such use or maupaary, may be accomplished In acwrdarm, with paragraph 14.10. provided doce t no such ow or ouparey shmre all cmae before the ireumrs providing the property vamance have aekmwledgd notice damesf and in wntirg effected tiny charges in coverage noodermated dustily. Tlw iwarers povtdi% the property i.ra. shall cmasat by aadoasum nt on the policy or policies, but the property inmlrams, shall W be c 11m] or permed to lapse on account of any omh partial use or acupury. ARTICLE 6 ONTRACTOR'S RESPONSrXUT S Sepamst. and,%weninfea a oe: 6.1. CONTRACfOR shall saapw,jw, truped sad droll the Work competently ed emdetly, hooting arch a ration fl meto and applying such .kills and eepertise as mmy be marry to parka. the Work in amadmwe with the Caatmd Dr... CONTRACTOR dull be solely responsible for da mames, methods, techniques, sequenees and procedures of wn0nmmer, but CONTRACTOR shall not be rcptt. ible for the negligence of others in the design or spacifiation of a specific maw, method. technique, sequvice d procedure of oowtramtion which is shown or hadmtrd in and expressly required by the Contract Dommerds. CONTRACTOR shall be responsible to we Nat the completed Work complies acar.tely with the Contract Ibamento 62. CONTRACTOR shall keep on the Week at all times during its pogrma a eompatent resident superinterclent, who shall not be replecd without written nation W OWNER and ENGIMiffit except undo sotrswrdwry, emumdaues The superitdmdmd will be CONTR =R'a repemntative ad the site end spell have authority to ad m behalf of CONTRACTOR AU wmmumcatiow W the superintendent shall be as binding as if given to CONTRACTOR fah., SfUtaW, mdEpuf ment 63. CONTRACTOR "I provide wsnpmem. suitably qualified personal b survey, ley at and wrmmed the Wok as required by the Contract I)ocumeNs. CONTRACTOR shall m all eon modem good discipline and order at ihs site. Tixcept ad ogmrweir required for the safdy or pvotection of persons or the Work or prgany, at the site or adjacent diem., and crept as othrnvnss indicated in the Contract Dxmnmb, all Wmk at the sit, shall be perforated rowing regular weekreg burs and CONTRACTOR will not perm¢ oveddne work or the ppnmfeamence of Weak on Saturday, Sudsy er arty legal fmliday without OWNRR'8 written wwAat given after prim written notice to ENGINEER. CONTRACTOR chill mabaah ransoms to der INGINEER . less than 48: hors m advmne of era Wok to bg cerformd on Saturday Sambre HoEdma m mitud'e the Ronda Wukma Hours • 0 • 0 6g. Unless otherwise specified in the General RemmicaJs, CONTRACTOR "D famish and marme fall respatdbility for ell materials, equipment, labor, mespatatim, mba nauccon ryipmen end mechirwy, tools, Mlima % fue4 power. I&, heat, telephone, ureter, sanitary facdnes, tererty facilities and d other fsci1a i. end aciderm marmoty fee 11. fcaushing, pafamesee, testing start-up and completion of the Wale. 641 Auclms'vg R.trktioa CONTRACTOR must aooly with dw Ciw's omAusiry reaefiona. A aooy of the resolutions ere avadable or New te that o�ftic. o[ the ]brrrheake end Rink Ntanaaemmt Divisionorthe CrWCkrkaofita. Canrnt Restricts Ci of Fort Collins Rem union 91-I21=m that sumfersandoraducers M mm Of nes eo daM cement to certir, the amen was rat made in conme kilns Iht bum haardans wane as a fuel 6.5, All materials and equipment shall be of good quality and taw, except as othautiw provided in the et Doom ants. All wa 6. ant guannm. specifically called for by the Spenficatiore shall ascIsmly rrmtcthebenefitofOWNER Ifoemmdby ENGINEER, CONTRACTOR sheet fonas satisfactory evidence (Includwg repmns of r,wred teaks) as to the lend and quality of materials aril ogaipment All mmaials and egmpment shell be applied, installed, e comt. erected, uad, dearned tad conditioned in mmic awe with vowed. athe ePph.blc Suppkw, exept as otherwise provided aaft Com.cL Documen,. hogeevS hedrfe: 6.6. CONTRACTOR shall edmre to the progtsca achcdule established in coma dance with panpraph 2.9 es it may be adjusted tram time m time es provided below'. 6.6.1. CONTRACTOR shall silent W ENGINEER for acceptance (ter the extent indicated in afi thin act ,oposchangastansents; in the e the Cotmaa Turks a Mleromd. Such admarkems will conform gweally to the rk ceas achedule than in effect and additionally will comply with any provisions of the General Refutrenentsappticobletheretn 6.6.2, Propaed adjumnenb in the progress schedule that will ch W the Contract Times (a Mlesmare) slmll be submidM is sccadar a wed the requuemeats of pa�8mph 12f, Such adjuvmms may only la, made by a Charge Order or Written Amendment ur accaderea.,th Article 12. 60. lIularmarnand "OnEgml'Lava.' 671. Whenever an itan of ereteriel or NaiMent ti specJed a described in the CorAaa Documents by ustg the reme of a propri ntem a the name as particular SLppliw, the spa cmim a des riptim is mmMed m evabbah dte type, function and quality required. Uw® the speufcatim or description 12 HacgaT&w11. CM0=MoM1P1"a(Imiiaam) w/ TY OF P0R2 M�mICATON9 (REv a 20 W ) animus t or followed by won&rcadugthetna like, fwraakent a , aryslo item w rw wbaMmt is crateal Non items of tat er p equsFinay a materiel a equipment EI oiler Suppliers tarty be accepted ea INGINEER miler the following cuwmnances: 6.].1.1. If w ENGINEER's ask discretion an item of material a equipment «ryam the by[mm�eCONTRACTOR mdys an that m charge inrelate l Wodr wt1 be cagwred. tmay be crosidwed by ENGINEER . an "oramel" imm. in which case review and approrel a the propeeed item msy, in ENGINRER's We discretion, be accomplished wilhmt compliance with some or all of the .an." fee .ill be easidwed CONTRACTOR htormation may ml or equipment will not be accepted by EER from anyone odwr than :ACTOR If CONTRACTOR wish. to or as a substitute item of ma bud or mL CONTRACTOR ahall fiat make in suscalledo that thegenasld Nee be s'unih sere use as to that -eca end he stated to the same use as deal F ayi to The application will vane r snare i try, to posed the butte ill and acceptance of the proposed substitute will prejudice CONTRACTOR'S . whther o of SubstaNial Completion on tune, . in the or not ecaprena of the m efin for of m the Wank will reqube a change k .try es the y caber Docummta (or it the TF OWNER of any dre direct cmtnct with OWNER far wale ep the Pr%act) to adapt the design to the Proprxt subvituk end whether or m[ manirnoon a use of themb.cate in cmmwdon with the Work . subject b pnymem of any Ike so fee a royalty. All varkams; of the prapawt substitute from that ewfi sped will be idemtlill''ed m the eMlicatica and available naimmance, repair and replacement service will be iMicamd The application will also roman iterked estimate of all rocs cr credits that will result directly or i duady firm acceptance a arch cabstitute, inckdalt Boss of reds ign and claims of mhw commune affeaed by the rwalting charge. ell of which will h wwidad by ENGA'E&t in evaluating Uw proposed substith, ENGINEER mny remwe CONTRACTOR to furnish additional dam ebwI the proposed wbimma 67,13 CONTR MR's Evpenw: All dam m be provided by CONTRACTOR in wpport of any proposed •crsqua" or subatitum item will be at CONTRACTOR'S ei,paaw 67.2. SubmEtla CorvUnction Alekodf or Eracadums: If. specific meaty method, technique, imparrce or procedure of canmsclion is abown or indicated in rind M cWy required by the Contact Documeaa CONTRACTOR may furnish or utilia a nubatitum merry method tslmique, aarum e or faoocdure of coretructio nanplabte In ENGINEER. CONTRACTOR shell submit sufficient uJ atim to aloes ESIGINI ER to ENGINEER'n mk dammon, m determine that the sabatimm proposed is alttmient to that upreaty called for by the Contract Docmnents. The pmmlre fa on,mv by ENGINEER will be similar m thnl provided ut wbpmMph 6.7.1 2. 6,73. Engiacols Evaluation: ENGINEER will be allowed a rsnaorble time whim which to evaluate each proposal cr so metal made xicarant m pazagwp1a67.l.2mM6.7.2 ENGINEERwillbethe wle judge of accepmbility. No acquel• a submimte will In adc,.d. innalld or utilized without ENGINEERS prior written accepmnce which will a 'denad by abbe, a Clan Order or an approved Shop Ikawmg. OWNER may require CONTRACTOR to fmnivh at CONTRACTOR'S axpeae a apedal parformace gumuntea or char muety with reseed m arry •orcqual• or whstitan. ENGINEER will record time regared by ENGINE'6ft ad ENGINEER's Cortsdmas in evaluma, wbaimms prupmed a submitted by CONTRACTOR format to tarn&aFda 6.7.1.2 and 6.7.2 oil in making chmges in the Contract Documem (m the fnoviaims of my other duets contract w OWNER for work an the Project) ocasimed thereby Whetbv or eat k GINEER accepm a wbsma, item w propmd or wbmmud by CONTRACTOR CONTRACTOR shall reimbime OV✓NGR fa thc charges of ENGINEER end ENGIN6'H2's Coresulmas for evaluating each each M'sedwbathum hen. 6.8. Conemang Su6emtmdoa, Sappier, and ONea: 6.8.1 CONTRACTOR sill not employ, arty Subeoaaaar, supplierordhapmwnmm tim hNGRmg tma accepmba m OWNER ad ENGINE ER as wficatd. paragraph 68Ct NERar liNG or as a wr, br, egeiret whom OWNER a CONTRACTOR may have rasmeble splay m. CONTRACTOR shell not d requved m employ my Subcatmaaor, 3upplix or attic, person oragxnimtim m fwush a perform .try, of thin Work egauet wham CONTRACTOR has n ammick objeaim. 69. CONTRACTOR ilall oafmn nut lea then 20 corolla of the Work with 1m own forces (that is winha wbwmod to The 20 Wes Ih. atanaa shell be rmdmsmd m refer0 W� the Value oT which mmE pat lea than 20 neatens of the Contract Price, 682. if II. Sufipl,mmucy Caialifiraw Didd n¢ Dochan raryGe the ideality of certain Subcentractors, Su ors or Net Iserema organiutims (incl. tlro eto fu ea whre mim the principal itans of maaiala or eWipm'mt) m h ed oror orsga of OWNER or drfrchn, Work. reapmeible for CONTRACTOR'a own aura and crianu rut. Nothing in thin Contract Docmnmaa shall mate for We bmrcfit of any such Subcontractor, Salglier or ahar ppeesea or orgmdmnion eery mnhacma reI.fi Jtip bmahn OWNER m ENGTNEERend eery arch subconmacmr, Suppler or other pawn or mganimtim, nor shall it cream airy obliptio an the 1xia of OWNER or ENGINEER m Toy or to we to the Toymmt of arty maw, due urry such Sulwattrector, Supplier or dher pawn or argon an unapt. any otherwise berequ ind by Iawaed Aeguliman OWNER a ENGEJEEIt MY famish to any whhooarwtormnmlier or Nor whom or aeamieatio evidence of nmouas void m CONTRACTOR in accvdtae with COMRACTOR'S'Apphanit fa Aymah'. g,=oaemxx.coMM0Msvl"(IMeacao 13 W(TlY0FF00.TWI10ci MO MCXr10Nr(aJ V4n0W) • lu 6.9.2. CONTRACTOR shall be solely r.pvaiWe fen scheduling aril cmordvvtirg the Work of SLbmmrectas Suppliers and mh. persona d W mtare per{amhing a [umidwg any oC the Workork under a dear W OR comrep wish CONTRACTOR CONTRACTOR shall require all Srbmnhvctas Supptem .rd each teller pereare ord Wganiatiora performing or famishing any of Lee Work to canmunicate with the ENGINEER through CONTRACTOR 6.10. Thedivisicnsendsestiorvofthe Spelt tomand the 'dahtifi.torm of y Dra�u� shell not control CONTRACTOR N drvidvg the Work amotg Subeommumma or Sufpbers or delineating the Work m be ,awixmad by any spoil rmde. 6.1L AIL Wok performed for CONTRACTOR by is Subcontractor or Supplier will be pursues to w a 10piiate agreement between CONTRACTOR coal the SLhhmmrMeclor W SuppLW which epecif.gy binds the SLbcohmecla or Supplir W the applicable moms and mnaltum of the Corm of Do,mnems for the benefit of Pm.JFe.aadRcyatlem 6.12 CONTRACTOR dull paY all license fees sod royeltee card aaamha all costs incident to the use N the porformerce often Work or the incorporation in the Work of any -cannon, design, prates, product a device which is the subjcvL of parent rights or copyrights held by mhrs If. pauicWm invention, hsi,r prat.; I mdact or device re apeofied in the Contract Documents for use in the or cepyrignrs etmg for Ina payment of airy Immree as W royalty W ethers, the exwmrce of each rigors shag be disclaW IN OWNER m rite Contmm IMam.us. To the any at them tom mtl 'mart ell cleans, coon, loner'. miswg cut of or null.' from my, a of potent fights a Wpyrig hts incident to the or deuce not 14 FJCOCO6NhTALCONdifON9 [91oe(1990fiddm) .1 aTY OF FORT MUM M W MCAT10N9 mEY 4RO(0) Panama, 6.13. Urdee cfh.wiee prwidmd m dhe SLpplemcamy Corhdaiore, CONTRACTOR dull obtain artl fay 6r ell mmtuction pmand s soul lic.ass OWNER shall meor CONTRACTOR, when maicery. in obtaining vmh permits and ]in . CONTRACTOR shall pay all 'Vorna .net char'. aryl wpectioa fen hme.mry for the famecution of the Work which me applicable at the tuna of ahem.' of Bid, or, if there ere no Bilk, as the tl'm Enve Date of the Agrmmem. CONTRACTOR ahsll fay all charges of utility owrem for connections to the Work and OWNER shg pay ell charges of on nNity came. for capital or. relator thereto eats as plant investment fee. 6.14. Lawsaad&,Udaw 6.14.1. CONTRACTOR shell give all .nice oral comply with all Laws and Reguletiore applicable to furmsmrg end performance aC the Wmk Ex¢pt where otherwise expressly reculmd by applicable Laws and Rendicirru neither OWNER nor ENGINEER shall be responsible for monitoring CONCRACTOR's compliance with my, I. a Reguktms 6.14.2. If CONTRACTOR performs wry Work kmwing or lavaur'g anon m lmosv that R u contrary to Lea's or RegWenms CONTRACTOR shag bear ell claims, cross loan eW shrimps named by, naa the AACawTwORgrherefaryn; hweverb, iility to a make rodaice atth ow nataaaMions, but are m accordance art with Laws and CONTRACTOR but thus ;Fall at g.e CONTR4CTOR of CONTRACfOR'e obligations color paragraph 3.3.2. Taws 6,15. CONTRACTOR shall pay erg sales memo., use and other similar tams received in be paid by CONTRACTOR in accorderce with me I. sod Regulavwu of the place of the Project which ere apTlicobhe during the performance of we Work 6.15.1. OWNER w cum t limn C btank Srete end local mites and =coxes on matelots to be red into Nag jent Sddta dog not be he udedim tit Ccra= iaa. CONTBACTOR sus ovate �, end receive. e ienm oC En fan the Colme o went of cons dim immobile to be slmiaL This CONTR bn d E'xemrltWl provides that the CONTRACTOR shell realmr n t os include bit his Bid Sales ro UsTama on rhea buildyl end reamper, mamomk yhyd.tly incmpmehd 'rrto 9hsvm a1 Addren, Cmamdo lkoertmm[e[Rev.nm Scam W 'wpm City of • F6r_t Collins Purchasing SPECIFICATIONS Manorial Services Pnrchnsiog Division 215 N. Mason St. 2vtl Floor Po B. 580 Fort Collins, CO80522 "".221.6771 170.221 6707 ISn¢coMpurda,"og CONTRACT DOCUMENTS FOR • ARTHUR DITCH WOOD STREET BRIDGE REPLACEMENT BID NO. 8038 • PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS DECEMBER 17, 2014- 3:00 P.M. (OUR CLOCK) 1375 Shinano Street Denier. Cdamdn 8o261 Selw aril Uro Taxes fa the Slate of COIOM Tmm�orteGm Distrid ( tv, end cerlam Co males me mtmmd by the Smm o[ Colorado end as included ie ih Cetificafim oC fixem_gtion; Fill emGwble Sales end 11. T. Including Stale OoII TZ mxesy on ea. items Mmr than cmPmuon. and build m maknals Mvsiwlly moor roanoe o'ect me to he 'd CONTRACTOR and eta to include m eomeonde bid'tema Use ojv eaaae 6A& CONTRACTOR shall mdnm oomtruatim equipmem, to rtomge of memnals end equipmm[ end the ccppa5 ions of workers to the site and lard and cress idmti6M in and permitted by the Contract Comments and other lend and arcs permitted by Laws and Regulabens rightsof-way, permits and wsememe, and shell not momemnebly memaber the premises with conamaide n eyumsem or other matends or cianpmem. CONTRACTOR shall seame full responsibility for my damage 0 my such land or ..it m to the owner or my.8 tltem van ma efpeat aft courts, coffi, lam mor damngw arising not of ,I as& b Cren arty claim a comment o m, lead an equitable, ENGINEER b5' any su h her pa Or indenndegdstOWNER,ENGMRERmany or pay indemnified ACTO r m the ooto caused by a bend upon CONTRACTOR'S pedormanue dthe Wmk. 6,17. Dmhtgthepa®essdthe Work CONTRACTOR still keel, the germs. free form sccumithime , of waste maentils, rublsh and other delras resulting Gan the Wmk. At the a mpledan of the Wmk CONTRACTOR shell ... all waste m mm la. nabbmh and debris Gait end about the pmanses as well as all tools, ii'liamc; medtuedon entailment and meelmmery and amid. m naieds CONTRACTOR shall leave the die clam and reedy for a ompamy by OWNER at Subsmaiel Completion of the Week . CONTRACTOR shell nestere b rri cal cmditim all prapmly not desigreted fir altemam by the Cmhdeot Docmm os, 6.18. CONTRACTOR mall rut lad rur permit mintart of my structue to be loaded in anyy m that will arga endthe structure, ner shall COW'fRACfOR subject any part of the Work or Attend property to stresses m measures that will endsrger A, RrmMDocmmmis: 6.19. CONTRACTOR shell imansuu m a sale place el the site one mmrd uqy of all Dmwio a, Staeificatim, Addenda. Wnum Amemmnems, Change Orders, Work Charge Directive., Field Orders end written inmwetati ea and larifiestios (named prmim; to pamgmph 9.4) in gamed order and amom ed to an. all harge mad dgmmg cmmrummn The: oacord documemte to miser with all approved Samples and a onamerpM of all approved Shop Dsswings ill be available to ENGlNE9t fm rdwmce Upon mmpldion Work and aim m MIMM Or foal Minimal, these mF the aid me mans, Samples and Slap Dmwings will be dlemed to ENGINEER for OWNER. &"andinressadon: 620. CONTRACTOR skill h mopaaible f i ubmag memmiuing and supervising ell safety prma mma and prcgnms in co aectim with the WOnk. CONTRACTOR shell take ell raasuy neenum rs Rv flat safety at: am shall provide the necessary Ixot lionm preveltdism" mluty or I.W. 6,20.1, all persons m the Work site or who may be affsmd by the Work 6.20.2ell tho Work and materiels and cymipmeM to be imermaied dism , whether N nrmge on or off the wile; and 620.3ether property at the site m adjacent thereto, mehicrg trees, shrubz laws, walks. pwamertls, rcadwaya. mudtuat utilities and Undagromd Facilities am designated for earrovel, relcia. or ommemem into courseof costruMm. nweswuy ask'ama for sudh sdety end protection. CONTRACTOR shall ratify Owmm of edjavem property and of Undergromd Fauldiw and taidy ownem when prosecution Of the Work may affect them, and shall campmate with thin in the protection, removed, relocation and rrplecemmt dtheir propea, All data 'J)erurryy m Iona to any property afarted to N fmmgrarin,5117 m 6203m .d duaNlrm vdvecW.inwMlemin oartW less attributable to de, fink ofDrawotge m Specifications m to the acts m cmisams of OWNER or ENGMEER or ENGMHERs ConvWmm or saymc employe W ny a then m enyme fa whose sots my of them nosy k Bible. and not mfibutabk, doectly m indimetly, in whole or in a�rtr4. to th fault or negligence of CONTRACTOR or any Sukoontrstm, Supplier Or ether poem m mgan'sadm directly or indrcecty employed by my of them). CONTRACTOR's damawa& �ore�bifitiesfar the safety and, of the Work sell commove wJl such time .all the Work u mmpl.w and EN(MMEER has isa ed a FJCUCOGTiSRAL(%1MllT101S 191ad (1930LdJm) IS W fSiYOF P00.T WLLIIBMWIFlCATIONS (R6VMtaWI • I• 0 0 Mice to OWNER and CONTRACTOR m acemdarxe withpare®aph 14.13 tfmt the WOIk i,mapreble (arcµ an dkre iso expressly provided no cormedm with SubRerrtul Caaplamon), 6.21. Safety Repeaabdve: CONTRACTOR stall desi emte a qualified and esperiercd safety ,e m utine 9 if. sue who. dufiea and respwsittilities shell be the povmtion dsccideNs end the mamtaming and mpervising of safety promotion; and praetems. Xa>flrc! Commwiarton Aogmnm: 6.22. CONTRACTOR shall w na,ec aime for awdirmtvig my eacharlge diraterinl safety data shears m m1or hvxd arm a.d. iN ntim r«ryved to be made available on or walai gd bdween or emag onployas at the site In acCHdaree with laws or Relptntioem Gaerd+[ulet. 623. M emergmeim aMcting the mfdy a proadm of perms or the Work or prapmty at the sue or ndjecmt demur, CONTRACTOR ,wdam special ramemaa or mlhorimtim Gan OWNER. ENGINEBR, u obbnad m act in prevent tMaa.d damage, injury or loss CONTRACTOR shml give ENGINEER prompt wrltan notice if CONTRACTOR believes that any agnirjcmt dam,,ea m the Work or varieties Gom the Contract Demmenm have been ausd Ihmeby. If ENGINEER delmmiees that a ah.ge in the Commit Davmenb to required beaus, dithe actor. taker, by CONTRACTOR in response on men m emergon y,,. Work Clang; Donaw. or Cbrom Ocder will be ud to d.mnat the 624. Meplb in aandSampfea: 624.1. CONTRACTOR stall manit m ENGe owe fareviewantapplro„p inwinp and Sarre the aCeapld . aWo of Shop DlaWmg3 male Semple sdmi M a EliGINTE R 2.9). All i. W in le will . idbar of as ENGINEER may r the end in the member of odatt specified m the Gormal Requ'vee to The demshownmthe Soap Dmfiea, will ie .molds with reseed to quantities, materials specified p am o show design ER the materials and ahnimr dam to show ENGINEER the P.P.. 624.2. CONTRACTOR atoll elan aubmit Samples m ENGINEER for r.kw sale approval to meordmea with mid stapled achdme of Shop Ihawenp and Semple mbmM1tals. finch Sample will be idemitied dearly es on materiel, SuppGor, perti.m dam such m analog mmnbm, ord the use for which inanded mal odmtwise es ENGINEER may ratans on enable ENGINEER to review the submittal for the limited 61COC WiN0U1.CGMAl10N9191"nMfi6Ym] 16 alaWOFFORTWLLIM{MODUCATION91REv4A00% gvpmes,Naindbyp.,,nph626. Thermmbera of oats Semple m be submitted will be m specified nt the Spenfiwtions. 6.2& WonfialPooedumm: 6.MJ Before mbmittvg each Shop DrawNg or Samµ., CONTRACTOR "I hmve dortion a! ant verified: 6.25.13. all field measueamm gmmtitieR dimelmimq specified performance eitena, areahation .qufrear ms, material., malog numbers and similar ddotmetion will, respect timem, 6.25.1.2. ell ma ,,iela with respect.mantled use, fabrication abi4pirlg, Iandlurg, Nore�ee assembly and inanitpertainingdon pertaining m rh pmfmmanex, ofthe Work, real 6.25.13all udormatim relative m CONTRAMI's sole rememabihtia in respect of mans, orefiaas, toemiqueq mgomwes and lnacedu to cf corc4uctim and safety preeeutima andpaogramsincidentthereto. CONTRACTOR shall also have .viewed and aordinmed each Slop Drewvg or Sample with Warr Shop D. and Samples and with the redlmimnZ of it. Work real the Contract Dommems. 6.262. Each mlxnitlm will bear a Anmp or,lamfic written udicatim that CONTRACTOR Ions satisfied CONTRACTOR'. obh L. under the Cmatrad Iloee n m, with respect to CONTRACTOR'a review and approval e f that eutm itml. 6.2 A At me time of each mbmissim CONTRACTOR "I give ENGINEER specific written Mice of auch inentiew, if my. that the Slop Donning or Sample mbmvad may have Gan the mIuimveme dthe Onamen IMcemem., inch noti. to be in a written wnmurdatim aefe.m Gan the mdminnl', end, in addition slag aaa n specific Nation to be made on each Stop aawug ant Semple auFmitted to ENGINEER for revlew end appmv al of each meh var.Ilm 626. ENGINEER wID review and eMw. Shop Ihawings and Semple, in..d.ra with the .sedate of to with D rrema, ENUINEEK, review and eppreval Will not extend in means, methods, techniques, segtamaan or pocedura of curneruction (except wMa a particular means aria 1. tdmieloo salue.e on pmedere of mnorumen is apaifically end eA,.,My called fix by the Cormam Doaimmh) or 0 safety pnammona a pto,mna insider¢ thereto, The review, end approval of a seppman, eam as such will rot indiaam appnwal of the asoatly in whids the item funcuore. CONTRACTOR sill make mmectlore required by ENGINEEK and .ball ream the required number ofenrvac copiesof Shop Drawinga end submit as sNuired new Samples for review and a anal. CONTRACTOR.hml dkem s,c.ific mammon in wrid%to nevi moss other than the corrections celled for by INCINEER m laevious almitmis. 621' ENGINEER'. review and approval of Shop Drawings or Samples .hell not relieve CONTRACTOR Gam respamibtdy for any variation from the requkememe of the Cupmat Documents voles CONTRACTOR has in wrm, celled ENGINEER. mbanbca to than such eriatim at the time or sul.nison .. mgaircd by Iaagapb 6.25.3 mtl ENGINEER bee given written approval of each mob vented. by a speck written natmon thereof bvvrpmated in or armmparryvg the Shop Dnawmg or Sample eppppowval; nor will any approval by ENGINEER relieve CONTRACTOR firm remosibilay fin cmeplyingwith the requirements ofteagaph 6.25.1. 6.28, Where a Shop Dmwing or Semple is valuimd by the CmOect Iocummvs or the schedule of Shop Dmwmg and Sample abnisaion accepted by ENGIN ER ns rrquiced by m ph2.9, any relmted Wmk per[amed pna to ENGINEER§ aeview and ap,wm athe penhmot subra tlml will be at the ale eq,ena sod ryo.bdity of CONTRACTOR Continuingdke Work: &N. CONTRACTOR "ll cm, on the Work and .¢bare to Iles pages schedule dorm, all disputes or disagreements with OWNER. No Wnk shall be delayed or poslpmed pending veamutim of any dispums or disgean mat CONTRACTOR by lsmgaph 15.5 err es OWNER end CONACTOR may otherwise ego m waiting. 630. CONMCMR'a Gmad! W ry and Gaanualee: 630.1.00STRACTOR amnams aM gu ontas to OWNER E4GINERR and RNGINEER'e Cmavltam. that all Work will be in acmtd.. with the Comma Doeum•"a and will cat be &festive. CONTRACfOR's wmmmy and gumamee hereunder orchda de&cts or damaoe caused by. 6.301.1, abase, modification or imPm w maintenance or operation by P. Nwr than CONTRACTOR Submneowms or Su lim,or 630.12. rmnnd war and tear under normal usage. 630.2. CONTRACTOR'. obligation to Mahn. and mmplme the Work in moods. with the Coon D vmenb .hell be abalone. Nine of the following will conatitme an aceepmrce of Work that m not in aaaadence with � Ccremu Dacmnerre me rakaa of CONTRACTOR. obligmion to pmfam the Work in evemde nth with the co m at Dowmeam 6302.1, obm monsby ENGE4EER; 630.2.2aevam nanamen of any proges or final myemad by ENGINEER; 6.30.2.3, tM ianmae of a certifuam of $ate Bakal Cnnpletim m my Payment by OWNER to CONTRACTOR and. the CoMem Doc ameme; 63024, use or arcupemy ofthc Wmk many W thereofby OWNER, 6302.5, mry maaptace by OWNER orerry feilum to do an, 6302.6. uy review .m approval of . Shop Dmwm,m Sample abminat or the kmame or. nahoo of moaptabi ity by ENGINEER famment topmu aph 1433; 6 30.2 7 any mapomim had or approval by Wwm; or 630.2.8 any wnmfion of defective Work by OWNER Tndanwfimtiun: 631. To the fulls event pamitled by Laws and Regulation, CONTRACTOR shell indemnify and hold Imnnles OWNER, EGINEM, ENGINEER§ Corsulmnnts and the office, duemms, employees, egmts and ether conaltsms of each and any of then tram and against all claims, ooan, lose and damagas (including, but not limited to, all tees and darges of a,., perm or mhmndW hereunder or wherh upon such inhmnifed poly by eo,ordlm ofthe negligence.fany 632, In arty and all clan.. W.. OWNER or .MeeENGINEERoreery ooplo tea by any employee, touts, aurvivs, or parm or em osoma ve eery en crape (ea the survivor m TOR, al representative of men employee) of CONTRACTOR any ..dy attar, easy Sbppany ot penmen or ppmdvcetly aahm or mdvectly emplyo¢ by FICDCtA3N9ULC0MMM191"O mg9nm) 17 w/aTYOf P00.T00U1MM0O1F1 aM0NS(RtiV4C0M) 0 0 any, of them o perform or famish any of the Work or anyone for whore was any of them may be liable, the indemnifimtx oblipnm under Pma6eph 6.31 shall not ha limited in wary, way by any limitation x the armed or type of damegeA cmnpermotion or bdoefds payable by a for CONTRACTOR or any such Subcontractor. Supplier or dlwr Pmsx Eive... miler workers xmpoemlion ens, dsabdity benefde as or other anployes benefit aria. 6.33. The aderaniEmtix obingatices of CONTRACTOR order pam®aph 631 shall no emend to the liability of ENGINEER and EN IINEETYs Consultants, .M. , directors, employee or e$ents caused by the pof=s Inegligence,emeasmmmsmonaofanyofthem. Se tar efobtiganmm. 6,34, All repeumetimn, indemnifiestixs, wamr,im ad guamnteea mnh un, ra3uired by or given in exeadmx with the Cornea DocuMenb, as well as all xNinumg obbgtiaa initiated in the Cared Dxummte, will soviva fowl paymern, completion erd accepnom of the Weak and nomination a completion of the Agreement, ARTICLE 7—OTHER WORK Rdole l War*"M. 7.L OWNER soy perform thar work mated to the Project at the site by OWNER's men face; or Id other direct colons theater which &tall Cmnrm Ga..) Conditions sr)an o teuor have other week performed by utility mvnwm If the feet that such other work is to he nanfatied was ma rented in the Contact Documents than. are ar aU@ m AgMe es. the ann not or eider, mart 7.2 CONTRACTOR shell eford each other xntmctor who is a party to such a dived contract and each UL, owner (end OWNER, if OWNER is pet rag ten additional work with OWNER's erployem) Roper sad sae access to the site and a rmsorrble mxorMnity for the introduction and aaaw of materials andd N ipmem and the nemtix of suchotherwork and shall properly connect and coordinate the Wwk with theirs. Unlem otherwise provided in the Caread Locutions, CONTRACTOR shall do all cuom , fittoM and patching of the Work that trey be r,,uhed to make its saveml parts cane tcgdha poprly and to with such Oder work. CONTRACTOR slat rot srwki r any work of others by xtag, oamvwfing a otherwise altering dheu wort: and will only at or alter their work wade the writm xhamt of ENGINEER and the others whom work will be affected. The duff® and r..mbi sties, of CONTRACTOR ceder this pamgaph are for the benefit of such utility owrem and other contactors to the weer that those are enrpamble 18 .aT0FF0RT 111M}alntwatlaW6dtm) W CITYOPFORT CULNISMWIPICATIONsptEV92Wm) 0 provisions for the benefit of CONTRACTOR in mid direct contacts between OWNER and such catty owners and other cWmclors. 7.3. If the proper execution or r.Iw of any fart of CONTRACTOR'S Work depends relax weak ed by other under thu Artie 7, CONIRAC OR 6A ��nns��xactt such other weak and promptly report to ENGINEER in writing nary delayer defects or deficienew; in such ad er work that render it ursoodable r unsuitable for the popor mention and malts of CONTRACTOR§ Work. CONTRACTOR'S fx). u to report will xnstote an asap. of inch other work as fit it proper for aogmtion with MNTRACTOR'a Week etega for latere, a amiaPparem defects and deficimaa in such other wok. Coordination: 7.4, If OWNER exvens with alms t the perfeareens, of other weak on the Project at the site, the following will be set forth in Suppleioentary Conditions: 7.4A the person fur or corporation who will have authority and responsibility for xotdinaion of the activities amrg the various prime ornaments will be, identified; ]42. the spe)fic matters to be tweed by such autherity erdreenonsibdity will be itemized; erd 7.4.3. the ement of such authmty and respeahsibilitm will be provided. Unless othwwme provided in the Supplementary Conditions. OWNER shah have sale authority and respowbthty m respa:t of soh rueadiretioa ARTICLE $1. EmW ors otherwise provided in these G.) Corditaa, OWNB2 shell :...,. all commhmicitiae to CONTRACTOR though ENGINEER. 8.2. In case of tamaation of the empleymw of RNGINEFR, OWNER shah appoint an engineer agiaA wt.. manRRA6TOR-�bMebjeetiha t whore Arms ENGIthe Cximct Tbmmmta shell be that after forma ENGINEER 83. OWNER Inn boorish to data re,uired of OWNER under the Cadmcor Dowmmm promptly and shill make paymmb to CONTRACTOR promptly when tbry am dueasprwided in paragraphs 14.4 and 14.13. 84. OWNER's duties in respect of providing Inds and maintains and providing eag'mearag surveyys to establish reference foods are tat forth in pmag,apns4.1 and 44. Pamgmph,12 refers to OWNER's hdmtifyirg aid making mesibilit. 0 CONTRACTOR copies of reform of explorations end trots of s bsu face .nda,. at the site and drawing of physic) eorritixa in wasting anucnos at or onmlgu.sto the site that lave been utilved bl ENGINEER2 inprepming the Contract Documens mis armored aflairoluo Mg ax&-mainta�Nng-ua4ilityord-poperry;iemmaearoaet 8.6. OWNER is abl,pwd to execute Change Orders m indicated in pamgmph 10.4. 83. OWNER's responsibility in respect of certain vupectlmu, tests sad approvals is tat forth in pam"It 13.4. 8.8. In caveetim with OWNER, right in amp Work or r Paa@adph 152 deals with Om''s 3.10 and mente right m dmian e swices of CONTRACTOR under certain chamonarces. 89. The OWNER sldl Loos supervise, direst or have control or authority over, nor be responsible for. CONIRACTOR's mocha, methods, tacharpir , saryenas a procedsrns of omatrumion m the safety precautions mad pm,oms incident thereto, or for any fail. of CONTRACTOR to comply with laws and ReguleGota applicable to the fumishing or perfo arcs of the Work. OWNER will not be respaai le Cor CONfRACTOR's failure m pafeam or furnish die Weak in aawrd. with the Contract Documents, ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION 01VNER'rRgrremnwtive 9.1. ENGINEER will be OWNIM repressions, Iia during the arsstru.m pmad The duties and resporsibilaws mid the limitations a autmdty of ENGINEER as OWNER'S representative during construction we set Barth in the ConAad Downent and dell not be emended without written coment of OWNER mdENGINEER. 49dew Site: 9.2. ENGINEER will make visits to are site et intervals appropriate to the vaimm stages of cmatrtreti. as ENGINEER deans maessary in order to observe as an experienced and Walifiad design professional the pa grew GH9C (iEtiE0.N. COlQM110t& 191a8 (t9Al6dllm) MQTYOPA00.T WLWHIMW WCAilON9 tR6y4A0Dn tat has been made and the quality of the various aspects of CONTRACTOR'S eauvmd Work. Based . vilwardion abtahmd during such vista and absevertmq ENGINEER will .deavor for the benefit of OWNER to dourmium. in general, if the Were is proceeding in ..do. with ter: Common Gustation, ENGINEER will not be required to make exhoutive or wminumas ors site hapeetions to cheek the quality or quantity of the Work. ENGINRMs efforts will be dneated Nuvnl providing fa OWNER. gmma degree of�dace dat the caooletd Work will cwfmn Ily to the ho m un, dung on on a result of ENGINRER's .airs visits or oteerveticns of CONTRACTORt Work ENGINEER will not supervise, direst, consul or have authority over or be responsible fa COITEMCTORk means, mad.&, technique% sequmtces or praedmes of emWmcuM or the safety pracautiorm said programs incident thereto, or for any fdlum of CONTRACTOR to comply with Laws end R. tions applicable to the fmmob-OperI01111BrCe Of the Work Rro/ees Repreanwa- 93. If OWNER end ENGINEER agrc, ENGINEER will furnish a Resident Project Representative to season ENGINEER in pr.vuha, mare c.tiomus clo weti. a the Weak. Therebibmas and authority and limiam. it, any such Resident Projwt Representative and asismnts will he as prwndedor pmegraphs 9.3 will 9.13 am gwo1 lace of these Genwl CoMitions. I OWNER ter another represeruetve or opera to repaint O at the site win h tat ENGINEER's CoreWtant, ¢gem or smployes, the respmui aihties and authority and hmitatims there. of such other oom. will be m 93l ThR�re:mtative's dearness ta matters m the maw warkor in sal bewith ties GINEER eM CONTRACTOR Not to Repres.mtive will keen the OWNER aomly advlxd ¢bout such mates. The Reomtmtive's dealhrm with suhcontrecmn will Lady be through ea with the full krowlodve sal approval of the CONTRACTOR 932 Duties oral Resoonalsiities ReueamtativNIL 9321 Sclredtes - Re✓ew the ovaes • 0 schedule and oth. schedule aeo by the COWRACTOR erd aimelt with the SNGINGER comwtim acceombility 9322 Confesermea and Mwtim - Atlmd MUM with the CONTRACTOR ouch as mNJ9ct on coNerences pees meetinvs end other ob cm[vence aM aware end c'nmleb comes of m inures of m retires 93.23.Eieimn 93231 Serve m ENGINEER'S fimsm with COWRACTOR wmkim o mn Hv tl M CONTRa d 'f� PMIMdMt m the CONTRACTOR N mdmsmn" theCmtract Documents 93232 Aw.gmobbwnafiom OWNHR eMb"l debits m i f.W.m when ±emrimd. for acoeraxavtim ofth Work 9.233. Advil. Lk ENGtNRER and CONTRACTOR (tha wmmerranmt of bW Work rallti&I m maple wbmmn if the a m Dmwse bvm eovdv by the ENGINEER 9.3.2.4.Revimv of Wa k Rejecfim of DNetive W aL lrmeeficne and T eats - 93241 Cmalact mate dnm h,4 dm Wank N to W said the RN mum awaderme mth Klmh MUM. u vramediaa in • dm Cmanc[Dummmb 9.3,2.4.2. Rwal m the RNGTNEER whemwm the Remexnbtive believes that de Wmk u unsetiefsebry 6Wa a dok ive a dace nos emfarm m the Con d Dawnm� a has been demeeed. or does ret mat the f uooccd tmta eoaovels rwuued m be made nM adviw the ENGINEER whw he behaves work slwWd be warwted a rejected m shmld be mcovered fm obxrva[ion m mquea sQeriel msmc irr�wtiona aomovel. 9.32.4.3. Acmmomv viaitum insacwm seoaemduta oobhe a alha e¢encies havim juns(hetim ovm the mm art retard the remits of these humctwm aM report b the HNGINEER. 9.3,2.5. Laemrebtion of Cmhmt Docummda Rein m ENGA'EHt2 when clanficebms and imemnstiom of the Cmtrect Daummas are needed esd mrmn't b CONTRACTOR d.fimtim eM inmraemtim of the Cameo Dxmnwb u ismed by be ISNG]NERR 9326. Modifications Cade and aelume CONTRACTOR'S m� " fa 20 FJCOCO4w8aA M mnomlglm(l mm5 ) waWaeFORTCO Mummcan M(aev4aW) E madificetim in Ihawi� ar Smcificefims and reoifi—c Matt m ENGINEER Ammately Nuv it b COWRACTOR dwisions issuW M the ENGINEER OUP31l3P7L•(3 9328 Reoods 93.2.8.1. F ➢' Wa1c end�of the RAClOR'S 94p10I BtCe wltll dIB maw aCICdYIB sdtwlule o[ ehoo Dmwme and amnpkme �IDIVBf£ 43.28.2. Cmsuh advafwe of s"itW With ENGINEER in m m tets— Inwecliom ormoortera vheaea of the wmk. 93.2.8.3 Dm& mood Chmee Orders and Work Directive amM oNawsa backup meteiel from de COWRAC R end recWbl m ENGPIE®t (Tenor Work QMrive Chm_gm and fiad mdma 93.R m imm OWNffi2 the owbraiw o my gR w9t my awidem 9329 FavmmtR.ry Review emlicetiaa fo[oevmeN with WNTRACTORfawmolimm wide dm ambushed maeedme for thou mbmiaim and forwmd w m raommerdadm m ENG'P7EE8 naGm g ticulacly dtc rdetionshio of LLt, t tail W the dot W work camol d end mataieW end muioman nvomd et the Bite but non hwa.orated m the Wwk. 9,1210. C 932101 %fore ENGINEER issues a CmmiG of Subaantial Canplauon salmit CONT RACTOR TRACTOR a Inn of o(mrved items rmuidm cma9ion a Malta.. 932102 Conduct final immeetim in ne Su911�ty o[ the ENGI14®R OW14M said mNTRACTOR o plepme a final pin of items W he cmtaW w mmoleled. 932103 Ohewva that all items m the Ssal pin have been corrected at mmMmM and make rmnmmedetias W ENGINEER cmeernwa emeomnre 933 Lbnitation of Audnaity' The Reomsentetive dell Iffi� 9331 Autharim son deviatiota Gam the Contract Dmmnents a accent env eubnitme metenale a eauionmL udess ..0haaiad by the ENGWEER 9332 fixceed 1imiWuas of ENGINM''S uthoriN ee tfath' den CmhaM Docuae 9333 Ilndmtake env of do reeooroi lit of the CONTRACTOR SWmnaemas a CONTRACTOR'Snp ..den 93 34 Advise on or issue d'vect ors relative W g[ emune mnhol war arrya" of the marot methods Wctwmes .L. aaa a nrocdur f oM1Ynmticn rW +ecihwnv tailed[ 'a the ^"tr+MDw asao 9336 Advise m or issue directions aecgtditm mnrol f ty Wain.ens eM ma W caysctiom with the wk. 933G A 188 Ste`a Ihewi- a m^•ple rvbomeR Gan envan_ other Non the COMRACTOR 9337Authonsa OWNER to wovov the Wale m whole a in pent. 9338 1%dic paW m s.ecinEad _field m labmatot, Wens anAncted eot by oils. eaces soecihcally m&.ad by The Clmifn wtsandTataprefad'am: 94. ENGINEER will issue wish reasorablc prornpmess such sexism clarifroatims a inmt astatims of the p.ICDC�c(m momt91o8(twordua> wanoe RTmuttsMWMt nomsaaW44a01 requhememW of the Centred Documents ( the form a DmwWgs or otherwise) m ENGINE92 may dmmnw rcvcsmry, which shall be mnd9tem with the intent of aad reaw 21l inferable fiom the C d I .mains. Such wnitanclerificatiomed WeryremGons will be binding can OWNER end CONTRACTOR If OWNER or CONTRACTOR believes that a written clarification or iaWprvationjustJes an ed,I'u9mmt io the Contract Price or the Contract Tuns ad the parties are noble W agu to the amomt or event thamf, if arry. OWNER or CONTRACTOR may make a wrinm %themfes ca providW in Article I I mA cle 12. duNaiard Vasfadmre b Work: as, audvnm miwr vmiotiam W e raluimmenna of Itw Conuaet not irwolve m edjuaunem m the Oameci Times and ere .,fible act of the completed Proiem as a tp the emotmt a m CONTRACTOR may me provided in Article Il or I'. Ryeedeg Def .wae 9.6. ENGINEER wnl have authority W dimppmve a r . Work which ENGINEER beliwev W be �fec(iva, or that ENGTIMER belies® will rent paduce a wnploWd I'rejmt that conforms W the Cmtram Documents m that win Mjudica the integrity of the dedgr emcee of the enplaned Pm)mt vs a fiusti whodp as rrdioaWd by the Concoct Daumens. ENGINEER will also heve auNority to rrWWuu've special inspectim a test g of the Wak es p i in ps agmph 13.9, whdher a not the , Work u Wbnmta installed or cmipletd A, ➢ravings, Ckmnge OrdasaedpaYmmm: 9.7. In mmection with PNGINEER's euthaity as W Shop Dmwvgs eM Samples, see Waemphs 6.24 d ,b 6.28 inclusive. 9.8. In connection with ENGINEERps adhority as W Qualls Order,. Articles 10, 1t, and 12, 99. In connection with ENGNEW2's mrtbora, ea W Applications fm Aynsn, son Article 14. DWaminmlamj Daie Klan 9.10. ENGINEER will ddeemine the ..I rrywititi. .it clasvfi.h. of Unit Ence Work perfamad W CONTRACTOR. ENGR41M will review w CONTRACTOR the ENGINEER's psefnnizu, determmatims on such mauem beforerendering a wnpen decision therm. (by recornmednim of en Applimtlon • 0 Iuj Im paymaa m Wetwise) ENGINEER'S writim decision the. will be fend and binding upon OWNER ad CONTRACTOR, rWess, wWun ten days alder rite date of wwryry Bodo dommen, either OWNER or CONTRACTOR delivers m the other and to INGWM written nonce of inadan m appeal firnn INGIIJF,ER's decider and () en into between OWNER. and CONTRACTOR pursued to Article 16, a (o) if.. sued Dispute Rcedunon Agreement Isis been entered m% a &add praadvg is iretimted by the appedir, pwty in a forum of competent jauxliction to sxercme such rights or amedi¢ ns the epoedin, party, may have with respect to ENGINEER's doisim% unless mlerwise egeed in wnting by OWNER end CONTRACTOR Such appeal will rat be subjm m the preridures of mospiph 9.11. Daudonson Dup tes 9.11. INGINEER will be the minal ider outer of the re timar its of me Cmhmm Dmm eats end judge of the pmbddymfth.Wohtlismmda. Climo,diaspumid Was madam retawg m die srcapmbility of the Work or the inamremtim of the requfremenm of the Commit iert udr, m the perfamence erd fumtshing d d claims under Artidm I sod 12 N repot of be Comma Price or Commit Time, will be IIy m ENGIN in writ., with s requew decision in accordacee with Us per -graph. a of each such claim, dispua a ether costar ,mad by the chimmd in INGINEER and the to the Atproent promptly (but in no event my dnys) w1a de sort of the accwrenm or rise mass, and a nnem supponv�g dam will 3 m ING114EER end de Wier party widdn ?er the stun of such cesurn er or evem unless dhows on additionml period of time for its, d idditimid or mare nourde am in support a, disoua or dhm mmar. The 000mum party .Y. in aemrdeme with wooden division on such cl bs find end bmyr,u upon unless: (i) m appeal form within the time limits aocedaes m firth in the m Article 16, or, (a) it on soh mein his been emerevi mr, e to nipped form ENGINEER', aRvred by OWNER or her mid m INGINEER within of such declaim aW a turned he aoomlme aniv in a fawn of 22 FJCOCObNOUL CONWl10M tSIM(19la ML-) wIQNOp PORT LOI.LIh4MOO@tCAn0M(M V 4nWU) doisim urdem otherwise stood in writing by OWNER and CONTRACTOR 9.12. Whm d 6mimg m iri p W and ju* urda pem®mphs9.10 and 9.11, ENGWE'ER will rat show � Wity to OWNER or CONTRACTOR and will not be liebh m crmsmar with any b tornmatim or decision a dawan by IiNGWEER posoed m min sphs 9.10 a 9.11 wiffi respect to my such shim, di m a other matter (accept arty which low. been waived by the making ameptwne of fried payment az provided in pmmgePh 14.15) will Is,a condition precWed to wry exereme by OWNER a CONTRACTOR of suite righ s on remedio u artier may Wtnwise have Linda the Contract Doc imws or by Lmws in Regulenou in r opsm of wry suchdiim, distwte or other mww,,wsaomtaoArneb-14. 9.13. Lhddions on ENGINEER', Aerhwify and Ree pandM/IIHr- 9.13.L Neither ENGIDPQt's authority on resporrsibdityy under, the Article 9 on wrier dry War pmviaionoftlw Comma Decmnente nor any decision made by ENGMER in good filth either to eurcise a not eumiae such authority or respmsildity or the unde'lumitg a:adse or per am.. of my authority a rmpamibility by ENGINEER Albin mote, impose a give rise m wry duty awed by ENGINEER to CONTRACTOR any SSrbcuramcmr. mrr Supplier, tiny other person or ce min timt a to m, surety f a employee or agent of ary Wihad 9,132, INGINEER will net supervise, direst, codrol or have authority ova or be responsible for CONTRACTOR', ervism, methods, to7mi,ei. sperms or pro edurw of ea,trustbr a we safety, premudam aid programs tealdent threw, or for airy Whim of CONTRACTOR m comply with laws end Regulim. applicable m fis fumishwg a perfomtmo of the Work. ENGINEER will not be msponsible for CONTRACTOR', fed. to perform on fimdsh the Work in eccordmes with the Contract Domownts 9A33. INGINEER will rent be owpmusible for the acts or an. of CONTRACTOR or a tiny Subrontrecmr, dry SPpSa, a meny aherper rs or a piss en performing or furnishing any of the Work. 9.13.4, ENGINEER'sreviewofmsfod Application f Nyman end ecmmpenying dauinmtation and all memarena and opadmr, induction, schedules, guemntas, Bards end cendkims of remeans, tests and approvals wit other dommalmm required to be delivaol by pamgmph 1412 will only be to doermun gemmlly dsit their moment mmplio with the requirements of, and in the tees of catildmtm of mspations, tents and appovah the[ da resWm certified irdicea compliance with, the Contract Docmmeds 9,135. The Iimitiiam upon authaLLy and respor sibility art fond N thisparegaph 9.13 shall elan apply to ENGII4ffiYs Cormbwds, Raid.l Reject Roprdatmive and Has anion, ARTICLE 10-CRANGES IN THE WORK 10.1. Without invalidating the Ageemmt and wi0wm rmtia to any surety, OWNER may, at any time or from time to time, order i dditicm, delebona or revisions He the Work Such eddifm% deletiwu or mvisiore will be malwrised by. Wrium Amendment,. Change Order, me Wok Charge Domino Upon omipt of any such document. CONTRACTOR shell promgly proceed with the Weak involved which will be poC ed umkr the eppliable coodiams of the Contact Documents (except es otherwise specifically provided). 10.2. If OWNER and CONTRACTOR ue unable to Mogee ea to Ore extent, if Hay, of an adjustment in the et Prim or an adjustment of the Common Them that should be allowed as a react of a Work Charge Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shell rothentided t0 mirerax in the CmsectRi. or an cateri. of the Coritred Times with reaped to any Weak performed that is tct reclined by the Contract Documents as mended, modified and supplemented as provided in paregmphs 3.5 and So. except N the case of an stringency es provided to pamgapis 6.23 or in the row of uncovering Wok as provided in ,,,suph 139. 10.4. OWNER and CONTRACTOR shill execute epgo,come Change Orders rocornmrnded by ENGINEER (or Written Aoerdmmu) covering: 10AL charges m the Work which are (i) odhoul by OWNER pumuwt to per la 1.(d)requined bemuse f eccepmncH of de row Wak under, paragraph ISIS or correcting infective Wok under pmagmph 13.14, or (M) egeed b by thepar ies; 10.4.2dangers in the Contract Price or Consent Timm which nic.,reed to by theparti®; and 104.3, dmnges in the Cmmad Price a Contract Times which embody the substance of any woman, decision mmkred by ENGINEER pursuant to ,w,,mph9. 11; provided dent. in lieu of eatmatirg any such Change Order, an appealon yy be talon Ron any such domain in a rroec eawidh the peavisiors of the Contract Documents and ea.,plw ble Laws asel Reguletierm but dutheng as such and adhere to Ile CONTRACTOR xhedule . Provided in femgaph6.29. 10.5. If rmtice of any change atftaing gse general smTz of the Work or the powisimo of the Conduct Documents (including but not henited M Cowen Rice or Cmareat Times) is milifted by the props. of any Bond to be given b e query, the giving of arty such entice will be CONTRACTOA's responaibllity, and the amount of each applicable Hord will be adjusted acmrdin dy. ARTICLE Il—CRAIgGEOF CONTRACT PRICE 11.1. The Centred Prim comtimmm the oral In CONTRACTOR lwtMrindt a Wori . yegatio ca CONTRACTOR for limbering the Wmk All Assien sporoibifities and rib' born m aR. w,ekrn by CONTRACTOR bactP RACfOR's expense wnthon dwge in the Contact Rice. 112, The Contract Rice may redly de charged by a Change Order or by a Written Amradmem. Any clahn for an adjustment in the Contract Rice shill be bed on wrtren notion delivemd by the ferry making the claim to the other Patty and to ENGINEER amorally (but in an event later than thirty days) after the mart of the occmrenon or event,ornf rise to Ron claim and Antingthe generaue mtof tle deism. Noticeof the amou¢ of the claim with suppeatng data abml urrom, or a orit ( sorry days after R a l ws ad Hindial time .e or ever¢ submit ENGINEER blows ccumitrml time (m n of the submit .ad a come,ried b dal on mppm to the claim) and stroll be stmont clam dd c c ..11's written statement oresto then the adjustment dammed covers all . ran emof a to which the rwast. iv enticed a result t i mid .ew'mce or event All cumin for y ENGINEER m the Cowed Price dell m dden9Med by ENGINEER d CONTRACTOR with pent odmwiw if OWNER end CONTRACTOR tenor anadj s ogee m the anaum involved, No claim f an adjustment in the Contras feria will bevatid Rna submitled ineaarderce withllds pareyreph 112. Il 3 The value of any Wok .,Head by a Ciwge Order or of arty claim for an ado mne t in the Contract Rice will be dehnnirwd x follows: 11 3A, where the Work involved is covered by unit prices contained in the Contend fractions, by epplicetim of such unit pdoes m the qusMities of the items involved (subject to the Memnon W' I+JCOCOhN9ULCONW1iO1S 19108 (Iroa65Ym) 23 W=OFPORTWL MMO RCAMON9ptEVM1m 11 r-� u pampaphs 1193 through 11.9.3, Motive); CONTRACTOR shall obtain competitive bids from Submatactoe acceptable to OWNER and 11.3.2. where the Work invoked is net covered by CONTRACTOR and shall ddiva each bids to unit prices committed in the Common Ducunvents, by a OWNER who will fen damnation, with the advice of annually agreed poyment lesis, including lump sum ENGINEER which bids, if any, will be aaeptd. If (which may include an allowance for overhead and any subcomreat provides that the SLbcontrenor a to po it not reecemnly in eamid.. with be paid on 11. Iesl of Cost of the Work plus a tee, mph pareg1L62). the Submnbaaa's Cott of the Work and 4c shall be detmnwd in the same manmr m CONTRACTOR'S 11.3.3. whetedm Wmkirnhediamatewerdbymnt Cost of the Week and fee provided in pncm contained in the Comma E armems and pamgmpha114. 11.5, 116 oral I17. All agreement to a lump sum re nor touched under mbmrmams shall be subject to the other prevision, of paragraph 11.3.2. an the basis of the Curt of the Wool, the Cmheat Domaneme ireofar m applicable. (determinM as pwidd in paragraphs Il 4 and 11.5) plus a CONTRACTOR's fee fan werhead and profit 11 4.4, Cce� of natal corsulmms ( holing but (determined asprovided in paragraph 11.6). not limited to engvears, urcldects, testing hmce tties, surveyors, mormays and mmememe) Colofthe Worlt employed for service. gicritically related to the Wak 11.4. The term Cant of the Wink miters tin sum of ill cone rec®rily muni and paid by CONTRACTOR in I IA 5, Supplemmul cons including the following: the proper performance, of the Work Except as ethowne, maY be agreed to in wrinag by OWNER, mmh crab aboll 114.5.1. The prepMiau of nmeseary be a amounts no higher than these prevailing m the ttwmgonation, travel and wbsltence egrereas of locality of the Project. Slef include only the following CONTRACTOR's employees named in items and shall not include any of the orals itemiad in discharge of dahascomected with the Work. peregmph 11.5: 11.4.52. Cant, including transpaetion and 11.41 Pa 11 costa fa employee in des direct maintenance, of all material, mppiM employ of CONTRACTOR to performance of the eluipmem, machinery, aMbarmCes, office and Work he". of job elassifiti. agreed temporary fnflifies at the sire and hand facts rot upet by OWNER " CONTRACTOR Sstmt rammi by the workers, which V, aasumW in the employees chef include without limibnon performance of the Work, and! cod anInv market euperintrdedo. foremen and oNa pemotmel valmofsuch items used butrmt executed which employed full-time at the elm. Payroll msb for amainthepropertyof CONTRACTOR • ph,we nor employed full -tine on the Wak ARE be apportioned an the teas of thew time spent m the 11.4.5.3. Rmml of all connotation, Wak Payroll cats �Il i� be limited m equipment and machinery and the parts thereof mania cad wages plus the curt of fringe bmefie whahern ed from CONTRACTORce others in which shall include social security anuiwtiaq accordance with meal agrmmers aFpmved by unemployment, excise and payroll ma, wadmi' OWNER withthCadvlceofENGTNEER and the compmuation, health endretiwmant bencifitgbenumat cone of tramporlmion loading, unloading, applicable thereto i�allmon, dismantling and removal dameof—all The expaues of perform- Work afar regular in eemol. with terms of and .1 working haul cot Smithy. Sunday or legal holidays. egeemems. The rental of any such mimpmem, shall be included in the above to the extent mthorined combrlmry or pans shall ram when the use by OWNER. aimed is no lags rwmamry f the Work. 11.4.2. Cant of all rom al. and equippmm fin tiahed 11.4.5.4. Sties, caeumin, use or similar mxea and incorporated in the Work, inc ailing rests of routed to the Wak, and for which ❑areeportation aM aamge thermf, aal SuppliaA field CONTRACTOR m hell, imposed by L. and services requited in convection therewithAR cash disvms shell warm m CONTRACTOR mdm Regulation OWNER depmels fonds with CONTRACTOR with 11.455. Depmlb lost for muem moo titan which to make paymmis, in whim rase the cash negligence, of CONTRACTOR, any dismtutls shell .mane to OWNER. All trade smaa orator a myorc directly or indirectlydiscauVs, rebates end mfuMs and mature Tom ®le of anployd by a^Y Of them orfor wMae ems arty smplas matende and apuipnem shall moue to of them maybe Gable, ud roydty paymems end OWNER and CONTRACTOR shall make prwisias feev for pmunib aM]..a m met they may be.reined IIA5.6. L. oral damegas (and related 11.4 3. peymamb made by CONTRACTOR M the eV.) rearred by damage to to,Work umn Subeontme m for Work perforated or fi rromed by ccommitted by tream ea or othenvi¢, msaircd Subeamodaa If rapa'rod by OWNER, by CONTRACTOR or meuatim with The 24 64'CCO6NERAL CONp'110M 1910.8 (1990EStim) cal=OFFORT WLWMMODMCAT10N9(REV44Ua% 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 - OD410-2 00420 Statements of Bidders Qualifications 00420-1 - OD420-3 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 ... .I:F3•]3PiXd•7�II:7d3t 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 perfmmce and hunishing of the Work (except lass end demeges widdn the deductible me..N of propeay bammee established by OWNER in eaoNerce with sarsgeph 69} provided they have resulted from cauxs otter than the igence of CONTRACTOR ally Su mtmam, a mtymm dv¢tly or indireWy emplryed by any of dean m for w eels any of them maybe liable. Such lasxs shall iat and sademmb made with the written m. her and approval of OW l be al such Ithe C damages and expm.xs shell be mcluded m the Cost of the Wmk for dre p of detmnryy CONTRACCOR'a fee. I Mwever, any such loss m damage requves reansoucfion and CONTRACTOR is placed in clmrge lhaeaf CONTRACTOR shall bs Feld for service a fee pa parti6rote W that sbWd in peregnph 116.1 31.4.5.7, TM c at of utIfies, fuel and ammy thoditi.e.t the am, IIA58. Minor expenses such as asegrams. Img dieters¢ Wlephs. cells, Wlepfmre service at tM site. etc end similes petty msh items in cannestianwith lM Work_ 11459. Cost ofaremimes for edhoal Bonds and a.. beaux of changes in the Welk. 115. TMterm CatoftheWmksImUtortuwludewryof Oafallowmg: costs and other compenmtion of PI or e the Work d upon W to p me W be considered m1nareahahve costs mvned by the CONTRACCOR'afa, 11.5.2. Ex nave of CONTRACTORS priamipal and brertcb offices other Ihen CONTRACTOR. Oflfce at tM site. 1153. Any pea of CONTRACTOR'a capital expenses, mcludmg interest M CONTRACfOR'S cepiW eravI d f the Work end charges a meat CONTRACTOR fire&hnia umt psymeme 1154. Coal of premiums for all Bards and fee all is . whathcr or ad CONTRACTOR is revoked by tbe Contract Dace Tamar to Mee cad ream ein .m the ae Rosiest for f east of vernmms covered by a ibpeeg,eph 11.4.5 9 above). 11.5.5. Cogs due to the negligence of CONTRACTOR erg' Subaueaactm, or anyone der tly or iMirectly unployed by my of them or for whose acts any of them may be liable, including but rest limited u, the eargddon of ckfi, a Work di 1 of materiels or aryipmest wrongly supplied and making good any deco nge to popery. 1156 Other warhead or g.1 mPerue scab of my kind and the costs of may itan not specifially and expmanly mclu lod an fa mgruph I IA 11.6. TM CON9RACfOR's Re slowed W CONTRACTOR for overhead and sofa "It be hWmtined as follows: 116. 1. a mutually acapbble, fixedf ;re 11.62, if a faxed five is not agreed upm, then a fee Weed on the following pemeNegaa of the various pmtians aft ComoflM Work: 11.6.2.1. for ewes mound under Fempaple 11.4.1 and 11.4.2. the CONTRACTOR'sf shall be fdeenpermmS 11.6.2.2for coata hmu r d under paragraph 11.43, f CONTRACTOR. fee atoll Is, five pagan[ 11.6.23. where ons or moss tier of submrmcts me as the bays of Coo of dx Wmk plus . fix and m faxed f ts egged upoq the ream[ of paeg.a* IIA I, IIAZ 11.4.3 end 116.2 is that de SubcormeMar who morally N.Tmms or fiaruxhes the Work, at whatever tier. will be paid a fee of fifteen perceN of the costs maned by such SubmawecWr under Fmmg.apha 114.1 and IIA2 and that any, higher tier SubcmRmcWr.M CONTRACTOR will each be paid affie nt-paid-te aasawr�wlxtreeodated m egad fe th with the OWNER but rmtW exceed five rant of the.mmua id to the next lower G 11.6.24. am We shell be payable an de Mda of toss, immiad under pmr mrhs 11.44,114.5 and 11.5; 1162.5, the smarm of credit W be allowed by CONTRACTOR W OWNER for my change which resolve W a net dam m, in ova will be the amount or the acauel vet lia mae, in cod plus a deduction in CONfRACTORa As, by an amount equal to five perent ofmmh net decease; end 11,626, when bath addition and credit me involved m any one clue the odlumneot in CONTRACT'OR'b for dell lee =m .d on 1M Isere of the rel clue",. an accordarne with peggaphs 11.6.2.1 d¢atgb 1162.5, reclusive It.T. Wbmever the uffi of am/ Work is to be rucocahnFRM.cnrvwnota [sass pvao6muvd 25 w/4P(OFPORi WLLIIBMCD@ICAIIONS(A6V 920W) • 0 0 0 "Finance' gasumn to pen,aphslIA end 113. CONTRACTOR will sanIN and maintain rccards ther,of in a.m. with g .]I, eoeptcd ercwntin, ,owner, aid aabins in fmm acceptable to ENGINEER.. itemized cot hmkdewn together with arppormig data T ,Tf/A TT I t 1. It is urderaood that CONT RACTOR teas included ta the Commit Price all allowances s named in the Crammed Documents end shall cause the Week s coved w W [unshed and M,F.nd fa such soma as may be acceptable to OWNER and ENGINEER CONTRACTOR a,,mostlea: , 11.81. the dlowaea smlude the eon to CONTRACTOR (lea any eM[,.bla rude discwnw) ofinetai in a ad eguipmetArequired by the all owcan ces to be delivered at the sit, and all applicable sons; and IL8,1CON1RACTOR'a earls foe unloading most handling m the as, labor, installation costs, ovettionA post and other cacarears contemplated for the allowarco have been included in the Contract Price wd not in the allowences end no demand for :Rmdmd isymmt m aceoum of"of the foregoing will be vslid Priors lust Payment, en appropriate Climate Order will Ix: issued as rmommeruled by ENGINEER in sftest actual meeunts due CONTRACTOR on scmem[ of Work covered by olloware , ad the Contract Time shall be snepmdsmJy adjusted. 11.9. UmtP mNark- 11.9.1. Where the Contact Documents provide that all or part of the Wok is to be Unit Price Work initially the Common Price will be deemed m awhile for all Unit Price Wmk an summit epml to the sum a the established milt prices fa each separately identified been of Unit Time Work tsnm the essnasd quin ity of each item as iMimtM in the Agreement The estimated gasntities of items of Unit Price Work ere not guemnsed end are solely for the purpme of comparison of Bala asd ddemsdng an initial Contract Price. D Fnniretiaa of the sdual quamnsa and classifications of Unit Price Work perfmned by CONTRACTOR will be made by ENGINEER in eccadence withpaatgaph 9, M 11.92, Eeda wit W re wed be deemed s islude an ammm casidered by CONTRACTOR to be edeque , to cover OON'fRACTOR's overhead and profit fen eachspme sly identified ism. 119.3.0WNER err CONTRACTOR may make a claim for an adjustment in the Contend Price th azcmdanawilhArtuh, 11 if 119.31. the quamnty of any item of Cost Price Wmk terfmmed CONTRACTOR differs memridy and ntly man the catenated guantity of suck ism uadimml in the AgreemcN; rilSCOfiF FORTC UTTnOMt91cab(tON (Rise � w9QTYOFPOHT WI.LfMMODIPIGT10N9 (RHVdl1Wa) end 11932. thane in no cmmpmding edjecament withr.N.t tomry dt^, ism of Work; end 119.3.3, if CONTRACTOR believes that CONTRACTOR is mtded to an itwmaw in Consist Price as a cosick of having ircuned additional views or OWNER believes that OWNER is entdledto a dames in Contract Pine seat the parties are unable to Was ea to the amountefer,such ins.. adesase. 17934. CONTRACTOR sknowlaiam Ihit die OWNER has the rialat to adder stiles items m the B d m chase auaNNa et OWNER'S sole diavesm without cif.. thv C ct Men, a a v ear 'nine lam so Ise a the daleson on e men d a nIX a[tted twemv-rive eer¢N of ftorataidUMQoarcialftnes, ARTIC]M 12—CRANGR OF CONTRACT TIMFS 12.1. The Contract Timm (a Mileamom) may only be rhwwd by a Change Order or a Wants AmendmmLL Amy claim for an a aost of the Contract Timm (m Milestones) Flesh be on written entice delivered b7 them making the claim to the other any and to hNGMER P.ptly (but in no eves later then thirty days) after the ronce of the event psialt rise to the claims ad earn, the general name of the claim. Notice of the extent of the claim with supporting; dean shall be delivered within sixty Vyac after such ace.. (unless ENGINEER allows edditiereal time to ascertain more accurate stile in sup of de came) seat shall be satied eanpby the c hnanfa wrdten so east that the sdjusment etaaned is the entue adjumnent to which the daim en his aasn to believe d is entitled as a result of the ocwrtence of test eves. All claims for adjustment in the Camad Timas(m Kka )shillbedetmmiedby. ENGINEER in accordance with pn.Mpb9,11 f OWNER and CONTRACTOR mind dherwLw ogee. No claim for an adjustment in the Contract Times (or Mllatmes) will be valid if not submitted in accordance with the requirements ofths petntlsPh 12.1. 12.2. Alt tare Dunne stated in the Contract Ibcummla me of the easdme of the Agreemar s, 12.3. Where CONTRACTOR is pevmded ft. mmplding any part of the Work within she Contract Tama (or Mileaona) Arc to delay beyoM the cannot of CONTRACTOR ilia Contend Timm (a Mildma) will be erumded en an anolNt actual to time loss due to tech May if a claim is We therefor as provided u peragaph 121. Delays beyond the control of CONTRACTOR shall induct, but art be limiW to, sm or netted by OWNER, sum or neglat duality owners or other mare. performing other wok as cmtmtplad by Article ], fires, floods, epidwim, emmmnl weather corditrmw a sets of God. Delays anribestable in and within the control of a SubemWactar or Supplier shag be deemed m be deYyawagaillm mount ofCONTRACTOR 114. Where CONTRACTOR u lamented from completing my pert die Work within the Contend Timm (or Milesmem) due to delay beyond the cmmol of both OWNER and CONTRACTOR an smmdon of the Commit Timm (or Ivgleslonea) in an moment equal to the time lest due m such delay dell be CONTRACTOR. and. d delusive mmedy [or sodt theyy. In no event shag OWNER be liable m CONTRACTOR, my Subcontractor. my Supplier, dry other P. or age dmuon. or to any surety for or employ. or aeggent of f them, fa damage anshg net of or resdting from (t) delays caused b/ or within the enamel of the CONTRACTOR or (4) delays beyond the comml ofboth patties i oludmg but not landed to, fires, flood., apidernk , abammal another matadors, raw of Gad a eels or neglect by utility owavn or om,rcowedors pmF iig mho work as..plated by Ansle 7. ARTICLE 13--TESTS AND D%WECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 Naiceef'Defads Ernest tubes of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR All defectoa Work may be rejected, mnmtd a ecmPtedaz painted m Ws Aruele 13. Amsafo Work: 132. OWNER ENGINEER, ING]NEER's Camubemq other mpreammtrvm and permmel Of OWNER, uukpedanl ling laboratories and gave mmemal egmcim withryrisd 6cessal sourests, will have emcee to the Work M reexvmble—bon For their observation, mapa moo, and tom%. CONTRACTOR shell amide them prapv and safe conditions for soh... and edvi Mee of CONTRACTOR'. site safety pr000mse and pWgrm so that they may comply therewith.. eMlisable. Tmaandlnq,apionc 133. CONTRACTOR "[I give ENGINEER timely notice drmdigum of du Work for all requvd impedmns, tens erapp.0 , and shall mmperme with impedim and testing pommel0 facilitate ra umed irmpectima or tuns. 13.4. OWNER shall employ and pay for the services of an independent m usg laboratory to perform ill mansions, s, teas, a a,,mov.1s requrd by the Cm irmt Dommslaa axapt. 114.1. fa Inspamme, toms or appumile covered by puagmph 135 below; 1342. that Cow mmered in coMgesum with ens or invpemere earducted pmavent to paragraph 13.9 below shall be paid as provided in said ler%.ph 11%and 1343, es odanvi, apaifi..Uy provided in the Counted Document. 13.5. IfLaws or1u,olm ens dory ppublic body having jurisdiction requite arty Work (orpan thermt) specifmlly to be inspeded tested or nppmved by an employee or a6er reprmenwEve ofsuch publm hotly, CONTRACTOR deg arnune full regoreis, or fa enanyLA and mbmtragsuchvvpewill, tuft or der Eta IpayN erg cod tie tMme, and jeecti ENGINEER the requited cIOR Omit la maspeponi a eppaal. CONTRACTOR shag also be nmpmaibI and mbeauolg and shell pay all cods in woo. with any nmpectima teas or approval. required for OWNRR's and ENGINEERg eccep arm mImagnets or equipment w be irro-sporetd in the Work, or of materials, ma realms, or equipment andagantral for epmval prior to CONTRACTOR's premium, thereof Fm race ormon in the Work. 13.6. If ery Work (orthe work of abets) that u to be iemmed. tested a oppoved is covered by CONTRACTOR wiMmut written commream of ENGINEER, it must, if requatd by ENGINEER, be mcovad for obseved.. 13.7. immvemg Work as uvidd in pam"h 13.6 dull be at CONTRACTOR. experea uNm CONTRACTOR hen give ENGINEER Mmly mtioe of CONTRACTOR'. imaren. m cover the same and ENGINEER has not sated with reasonable pompoms in rev ousawmchnaire Unewerurg Work: 13.8. If arty Wort is cowed corto m.ry the written request of ENGINEER it mM if requested by ENGINEER, be ulemvered far ENGINEER's observation and replaced at CONTRACf ORk ape,. 13.9 If ENGINEER m®dem a,mma ay or advisble that covered Work be obsavd by ENGINEER or vaIDd:td a tested by Maq CONTRACTOR, at ENGINEER'. requmt slog uncover, e*Pore or otherwise, are scageble tort mb.mvmim, in gedmu or U, I a,ENGINEER may rapine. that pordon of the Wmk in question, banishing ell summary halm, material and augment If it m fmmd Moo sudn Wak is drfecrivt CONTRACTOR dell pay all el.ims, cols, Imes and damegm caused] by, gram, not of or reaping from such Wmverm, Zpmuun,.1m,vatiaL IR1j%4Uon aryl togna, and of mugdayre,,lamment or meaamamtina, (including, but not limited to all ens d haloot v,lecaaem of work d mhos); and OWNER 9ug be entitled to an emulating demean th the Contract Price, and, if the putties am unable to agree sa to the amount thereof may make a claim t1mefa as provided in e or ea ewenemn of the CmRem Timm or bud, directly attributable to such su=G�coMetnoM1a1"(1ee H"am 27 w1=01'PORT(MLLRDMODIPICATIOMOuo`M Wm) 0 uncovering esmasun. olawatian, mspeetion, teab , replasamem coed revonehuction; and, if the parties are marble to Woo in to Use amours or astern themd, CONTRACTOR may make n opium thereforasprwidedin Articl®11 and 12. OW May Mop the Work: 13, 10. If the Work is defective, or CONTRACTOR fails to supply suRutimt skilled workers or suitable materiels or nipipmem, or fails to furnish orperfwm the Work in Audi A way dal the ourpleld Work will at. b the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or my potion thereof, will the 0.,, a Err such ado pas been dominated: however, this right of OWNER b Amp the Work shall net give rive to any duty on the Tart of OWIIR W exercise this it& for the bmeGl of CONTRACTOR of any surely or other party. Comedian orRose .I ofDefcad. Wodc 13.11. Urequ'ud by ENGINEER, CONTRACTOR shell promppttl y, As di,.I A 'thor wrrem all de aver Work, wh9c or not Amounted. installed or comp td, m, if the Wmk ma them jsend by ENGINEERmAmve it fimm the sit, wed replace it with Wmk that is cot okfe,nas CONTRACTOR shall pay all claim% ems losses and daring. eaumd by or resulting from such common. Or removal (including but cot limited to all cols of repair or replacmnoa ofwmk ofcthers). 13.12. Commem Period 13.12.1.If within ow ymr ty after the doe of Submntisl Completionmr hlcngerpmodoftbneas may be prescribed I Lews or R%uhm or by the news of any appkcs a special guerso resgl d by the Combed Docomma a by any spmific povimon of Am Contract Dominants, arty Wade is found to be �ketive. CONTRACTOR aheIF ors riff, Ornate set Work that is rot to alum Week or Ne wok of Wars residing therefore. If CONTRACTOR does Out pm n sly comply wiN the terms of mch iMruetions, or N an emagoey where Mdal�y world cause series risk of loss or dame OWNER may have the defective Work careand or the rejecmd Work removed and replaced, wed all claims, ems, losses end damages mused by r resulting frmn such removal and repWcemem (mdudvg but not limited ball mom of reeek m replacement of wodr of others) will be paid by CONTRACTOR 13.122jmr special m' mnae where A TeA,.I.r item of egmpmmt is plied in continuous service before Subtantial Completion of all don Work the ¢Mectlor peril for Nil iron may not to rim from an matter date if an provided in Ne Spedficatiom m by Writim Amendment 13.123. Where defechas Work (cod damage to mho El^.00(MFORTCOWA'110M OCA(19A (REV 28 WQTYOPP(NtTWWMWODR+ICAT10N9 (REV irzWOJ 0 Work reekinmgg therefrom) has been wmectd, mnovel or replaced under this pa,,,h 13.12, Or, careen. period hereunder with res of b suali Work wW tee mdonded for en additimal period of we us two veins after mch cmrctiw Or removal and replaoenmt has been mfisfsemdly cooplated Aecepmn ee. ofDefective Work: 13.13. on or remove) wed told... of defective W. OWNER (amp, prior to ENGINEER'. recommendation of final payment, also ENGINEER) prefers b accept it, OWNER may do M. CONTRACTOR shall pay all clews. ceoa 1. and damages anrlb wble to OWNER's evduatian of amp downnmation to accept auchdefectna Work (men cove to be approved by ENGINEER m to reamnablar.). If arty such saeplance mean prim to ENGINEiMs romatieraletiw of Mal payment, a Charge Oder will be issued incwparaft the nocesmay ouniore in the Cartoon Documents with reaped to the Work end OWNER shall W MAIM an apprepmam dwmm in the Conrad price, mid, ifthe parties are treble to agree . to me smomt thereof, OWNER may make A claw dmofm as provided in Article 11. If the accegance occurs after mehrecrosmerelatiom w ep{{rroprieto ama= will be paid by CONTRACTORWOWN92. OWNER May Canoed D f ed. Work 13.14. If CONTRACTOR fails witldn a reewmble time eft& written nonce ban ENGINEER to correct defective Work or to remove wed reNace rejwW Work as mul by ENGINEER in sccaderca with paragraph 13.11. a if CONTRACTOR fails w perform the Wok in wemdatec with the Comenct Documents, re if CONTRACTOR Nils b comply with any other provision of the Cement Docmnents, OWNER may, after seven dayswritten noico w CONTRACTOR curia end remedy coy such deficiency. In eaemising the rights and remedies order this pmogmph OWNER shall {emceed capie itously. In to ste, take posseadw of all or part of the Work, and sueped CONTRACfOR's services .].led thereto, also possession of CONTRACTOR's tools, epplmrcsa, construction equipment and machinery at the site end i ompamte in the Work all Amanda And opmenem sled At the site or for which OWNER has paid CONTRACTOR but which ere saved ekmwkre. CONTRACTOR aImg .plow OWNER OWNER. Ne amount dereof, OWNER may make a its as provided in Amide 11. Sudr claims, cams, dveagre will mclude but rat be? W all cam of reps. re repleamar Of wok of odma destroyed or �mvvggad by corome, removal plxeroar of CONTRACTOR's defaotiva Wank CONTRACTOR t aII out be allowed M abomion of the Corned Times (cr Mdas[ees) bemuse of erry delay in cerfmmenm of the Work attributable W the momime by OWNER ofoWNERS rightsendremediesherarder, ARTICLE I4 PAYMP.Nl's TO CONTRACTOR AND COMPLETION Schedule oft aNes 141. The schedule of values esmbtshM as provided a paragraph 2.9 ad[ xsvr es the basis Wr program layman end will be tam read tiro a form of Apyg®liar fen Nymrr acaphbleb ENGINEER. Program paymeason weamt of Unit Price Work will be based on the nmnber of unbscmnpleted Apph'mum JarPiogreu Mot em. 14.2. At l st twenty days befae the dem esablid" fen mob progress payment (but nm more open than once m moat). CONTRACTOR shall submit to ENGINEER for aviewan Appli®tienfm Pa entfdldoutordsigmedby CONTRACTOR covering tlm Worlt completed as of the cato of the Application mod a eempaniad by amh supporting demmtemation as u ra,mad by the Contact Doeumeas. If payment ie regneaml o the basis of materials mad e'e mart rot rncarporatad m the Wok but delivued and suitably stmed at the ste or a spa Cher toed. agreed tom .,ding the Application forPaymem .hog rho be mr.pmiad by a bill of ale, brvoice or other docummtetion warranting that OWNER hs reai,M the materials and equipment lies and char of all Lies and e; ideme, that the materials and equipment me covered by appropriate proporty.amanee and dlwr mmngematts W plot OWNER'. interest thereirm eI of which will be mtisfedoy, W OWNER. The )moan of ,Mina a with rmpect to prog,me paymoa will be es stipulated in the CONPRACTOR'r Wmruafy o/T'de 14.3 CONTRACTOR waromem end guemmers thet title W all Work materials mad actaiparour covered by my, Applimfien for Payment, whether acrpmmtad the Project or nil, will pare W OWNER no lea than the time of laymem &oc and c hem of ell Liens Review e y Appliah'om far Progress Paymem: 14.4. ENGINEER will within ten days .1 er rmapt of mch Application fa Payment, either indicate in wnting a reamnmm&tion of payment and p.. the Appliesurm to OWNERormlumthe Appliestionm CONTRACTOR indiemir, in writing ENGINRER'a ammo for raft W remmmend payment In the latter case, CONTRA OR may make the necmvvy cmactimha end resubmit the Application. Ten dya fier prexaetior, of the Applietim for A t to OWNER with ENGINEERS reemend metion RIe amount reemmeadad will (subject W the povisma of the but semma of pa.,m h 14.7) become due end when due will be laid by OWNER W CONTRACTOR 14.5, ENGINEER's recommendation of my payment requested in em AWliafim for Payment will omaRaWm a reprammetirn by ENGINEER to OWNER, based a ENGINE s on,uk obvmvatlons of the emeated Work as an mgenemd end qualified design pmfesuianal and on ENGINEER'. review of the AAppkcaion for Paymem and the eommperryitg item suit schedules that to the best of ENGINEERe knowledge, infonuaua mad belief 14.5.1. the Work has progressed to the point in&catch 145.1 the quality of the Work is 6.rally to accordance with the Contad Documents (ubjed W an evdontio of the Work x a furrrimmg whale prim to or o,mo subaoded Completion, b era,mum of any subxquar tests called for in the Cooked I ..M We foal deteurrimmm of,.Ut. end cbssifications fen Unit Nee Work miler paragraph 9,10, and beery other Walifrmticrs slated hsthe recammerafatio), and 14.53the mtalitims precedcm m CONTRACTORS being coddled W such payment appear W have been fWfilled momfe rev it is ENGINE6R's responsibility W observe the Work. Rowcer, by recommending any scab payment ENGINEER will rut thereby be dewed to have rapaxntad deal (i) c ahumve or m.u...made iospectiens have been made W chock the quality or the gontity of the Work beyond the reVebubiidiu specifically nxhgned W ENGINEER in the Creamed Documents or (u) that there may out be other mature or iasum betweat the partim that might amide CONTRACTOR to be laid addibmally by OWNER or entitle OWNER1.withhold paymeatle CONTRACTOR 146 ENGINEER's recommendation of any payment, italuding foal payment, sa11 nil man that ENGINEER. u rea,m esible for CONTRACTOWe means, methods, talmigqtie, serTcerces a es of oomr-momm, or the .etety preve.b. an pogroms incident them e, or fen any Ggure of CONTRACTOR to eanpply with Lnws and Regal:tiaa¢ applicable W th fiunidung m pealcomerm, of of b ork. or for airy failure of perform or fmmmh Weak m accedence with the Contract Dowmeaa 14.T. ENGINEER., relax to acmnmod the whale mmry Fatofmryaymemif,WE c;A R'swmmyit would be moa t W make the rgnexastims W FRDCOENLRN. WMll'110M 19168 (19m5tlnm) 29 w/QTYOFPOATmM.ItSMWIFICAT10N5pI6V IRafO) Ll 0 OWNER rcf s d to in pmm,mph 145 ENGINEER may also refuse to mc®nmend any such payment, or, because of subsequently discovered evidence or the revelts of subsequent inspections or tens, nullify any, such payment previously recommended, to such Went a may be ne q in ENGINEER'9 opinion to protect OWNER flan loss because: 14.7.1. the Work is defective, m wmplemd Work has yen dorms ed national, correction or replacement, 14,72, the C ntmct Price has boon reduced by Written Amendment or Charge Order, 14.7.3, OWNER has ban refused to cornett &fecrive Work or eamplete Work in aeoordtmee with lemgmpb 13.14. or 14.71 ENGINEER has actual kaowlul v of the nos. of arty of the ..in emunemted in pamgoyha 15.2.1 through 15,2.4 ineludive. OWNER to reruns to make payment of the full amount remmmaided by ENGINEER bawuse: 14.7.5. cEkas have ban made egainC OWNER on ammnt of OGM RACTOR'. p onformama or famishing ofthe Wmk, 14.7.6. Liens have been filed in amrecti. with the Wok, «upt wham CONTRACTOR has delivered a specific Bmd wtisfvco ny to OWNER to sewrc the satisfaction and diwderge oesub Lien, 143.7. thneamothaiesesentitlmg OWNERso.su. offagaiwt the amount rcrommendect or 14.7.8. OWNER has attend kwwlcdgo of the 000pmr. a of airy of den everts enannomed in tares aryl.14.71 uvwgn 1477 or psmgophs 15 2.1 though 15.2.4 incWsvc but OWNER a= give CONTRACTOR immediate wham mice (with a ropy to ENGINEER) slating the mason for such action art pu mpny pay CONTRACTOR the amount so withheld or any m§usmnmat thecae, .greed to b/ OWNER and CONTRACTOR when CONTRACTOR a4rram m OWNER's sansfeetion the mason far such.cm. Ake andaf Completion: 14.8 When CONTRACTOR mtmdera the emoe Work ready (or as mmrdd use CONTRACTOR Man and OWNER and ENGINEER in writing that Jim entire Wmk is subsmmally, conpplate (eseept fa items spalfically hand! by CONTRACTOR as roramplem) and rup est that IIINGE49M to.. ,utifcak of Substantial Completion. Within a reasonable time thmafter, OWNER CONTRACTOR ad ENGINEER shill make an inalcetim of the Wmk to deverem. ff status of mmpletton. If ENGINEER doe not ouelder the Work sMstantidly mmplate, ENGINEER will ratify CONTRACTOR in wart, giving the neazam therefor, If ENGINEER 30 EY'DCOcumtnL COtmnoe6 t91oA ([s9o8titim) W QTYOFFORT WLLR6 MOpmICRnONS (REw92000J 9 wroidem the Work siFinamielly cormPlm:, ENGINEER will prepare end ddivarto OWNER a tertlative outiliwte of Substantial Completion which shall fis de dale of Subsmwal C®pletmn There shell be nmeched to the conifiwte a tentative list of items to be completed a wnrecmd before final[�yment OWNERsballhaveseven days after receipt o 1s oc tentative NG NEE dung which previsions make wf the co mtim [o ENGINEER w ro any ounnof the wrtilwm a attached list If,de after -der.It i sort abjarmall ENGplem, E concludes that 0e work is not days after cmnplem, ENGINEER will wittvn finnan days unit suONTRA of the wrium, ceNnwth to OWNER retify CONTRACTOR er [ion of among 's objects therefor. If, anon considers the W a( OWNER'. objections, ENGINEER mivill the Work substantiallya cmnpkte. ENGINEER will widths said fourteen days me tiv hlivn m OWNER and . dt CONTRACTOR a defwtive rslMwm of ants ontiel Completion or a raisM immJ use En is items m be amounted a corrected) re0echn� such erestge ham the amount tion of a y ENGINEER b OW lusufid after coreidaetion of airy objections from OWNIIt. At the d wmmda aril CONTRACTOReg ENGINEER in wrM define. certila ENGINEER. afore on OWNERad CO 149. OWNER shall have the right to elude CONTRACTOR from the Work after the date aF Substantial Completion, hot OWNER shell allow CONTRACTOR oweer able ewes to omnplese or career monsmt Jatmsmlveliat PmdN Uaf dares: 14,10. Use by OWNER at OWNER's olmon of any, suhel.delly completed part of the Work which (i) has specifically bear identified in the Comment Detentions, or (n)OWNER, ENGINEER end CONTRACTOR agree Woodbine a separately fountain, and usable part of the Work that can be eased by OWNER her its intended pause withont significant inerferace with CONTRACTOR's parfwmmme of Jar rmnander of the Work, may be awwnppkshed pa;or to Substantial Cmmt npletiofelthe Wmk subjecttothe followitg: 14.10.1.OWNER at any time may mquen CONTRACTOR in writug in permit OWNER to rue ony each pent of den Wmk which OWNER believe to he ready fa its immded ass, and substantially romplem. IC CONTRACTOR agrees that atdt pen of the Wind, is substantially a mplde, CONTRACTOR and cortify m OWNER and ENGINEER that such pan ofthe Work usubsrantielly complete and oamen ENGINEER to issue a ixomfiwm of SuFinantal Completion for that pan of the Work. 0TWnOR atmtm RwrCe OmNayTcaRAtCtyTOOWRNER and convides any such Ian of the Work ready for its intended um and subamelety completa andrequest ENGINEER M issue a certificate of Suhmenu al Completion f tlmt part of the Wmk. Within a reamnable time after either suds «ry 9, OWNER, CONTRACTOR and ENGINEER shall make an itepectim of that pert of the Work to detamum its status of or" p stion If ENGINEER does natemeader thin part ofthp Work to be substandaly complete, ENGINEER will notify OWNER ad CONTRACTOR in writing giving the reemna k to Ise If ENGINEER pl.w. th that pert of the Work lobe ,8substantiallyand mmplele, the pn vest to afpam@aphs 14.g stan ial will apply with respect m the W Work a di he division, Completion m' dot pen of the Wmk grid the division of rapansibility in rarped thomfend ices; lherea. 14.b" No occuPemy or xpvma aperetion ofpn of the Work will be ammnpliahed Ina to caephance with tle myaranenLs of eph 5.15 in respa:I of poperty i sumnae. 11.11 upmdoe; 14.11- Upon writanrmtiseGam CONTRACTOR that the entire Work or an ",grad portion thereof . complete, ENGINEER will make a final inapedion with OWNER and IONTRACTOR and will notify CONTRACTOR as writing of all particulars ni which this inspection mumb that the Work is ineemplem m &fiaivi. CONTRACTOR shall immediately like such moan. as Are remaamy to complete such wok oii..dy suchdefimenda FfnalAppdamionfm Paymaot 14.12. Alba CONTRACTOR has sanpleted at such maintenance and oy young msbucbn, gammas, Bonds, Certificates or otter munrove reyuird by tmifapl,5 , inspection ..,kW., record dwvmems (e peragmph(A9) std rates davment% a may make application for fuel payment CONTRACTOR an, furnish *adp% or mleams in bill and affidavit of CONTRACTOR that (i) the releavm end for whiinaludei. tuba,arnica,L andmendequipment for which a Lim meld be Toted, and other 11 ppaayyrroolls, material and the Work bills, and esker it OWNnea mooted with theWork for whi& OWNER or OWNERS property might in Anyway Srespanuibtehavebeenpaidm m otetwim mGed. if airy ubconhacta or Supplier fads PJWCGSN9ULCONp'IIOR419108 (19908JIIm) w/OTYOF POET WLC118MCOQTCATION9 (R6VY/1W0) to furnish such a release or recipe in full. CONTRACTOR may feresh a End or other mutated satiefmbry to OWNER to indemnify OWNER against any Lien Releases cewsivem of urns and tte cmeent of the sure", to fmalrze m mem ea lY h 011,11ttel an form cad toilet ftheOWNER'S n&d tams boned m thepmiedmwml Maid Paymemand Aer,usinee: 14.11 If, on the beds of ENGINEER'S observation of the Wmk during commidion and final ma ectiat, and ENGINEER's review of the final Application for Payment and aaomfnnying desomenlsid. as reyubd by the Conmam Decumeros, ENGINEER u satisfied that the Work has been completed and CONTRACTOR's other obligntima undo the Gained Documents have been thefin, ENGINEion for, withinten daysattarn wring the fuel Application en tion 9 iodinate in wrmog ENGINEERS i 1. OWNER d payment end Icaent the ENGINEER to OWNER for ptten I At the came time ENGINEER will etso ®ve written is.emp it OWNIIl and CONTRACfOR tat the a in u aeapatO object I the Ix wit of paragraph 14.15. Oens, to IINGINHER will ream Me Appfication r CONTRACTOR, mdiatng nt writing the rehish fen refusing , tCR"Its foal paymaa, ot which case CONTRACTOR insult make the rcc®ry, carrectioa and OWNS the Application Thirty, daysnd pmunatona OWNER of the Aominue form and cmnpmrymmgg withdoesENGINific,EER. m ress on [am and subs.6 end with earemmmmmende and retie ENGINEERor ec01 bosom, the emeurd ill be odd by OV44M will TRA due and to er paid M OWNER a CONTRACTOR s�biml a narevaoh 1762 of the, General Cmditoa. 14.14, It tnrwgtr rm fault of CONTRACTOR, Tonal CmpRtima of the Work is mpifma delayed and H ENGINEER» cadmn; OWNER she upon mmipt of CONTRACTOR's foal Application for Payment sM the Agerdatm ",ENGINEER, and wlanse due it thy, the Agreemem, make paymem of lathe balame due fir tat portion ofte Wmk o held by dad accepted. k the rememon confided to h heed by OWNER the Work inot ge fully cod an do a moment i lam than the e. been fern led in th d is em r and i[ Bores write. hen fmrdshed a required ld ptwu®of t 5.1, lyeedim caeent of the unary to the Teymeon of Me belame due for that psi ivn of the Work fiilly mmpletd eM sccpted shall be submitted by CONTRACTOR 0 ENGINEER with the Application for such Payment s ne n payment shall be made ender tlm tams and mnditie. governing final TT. except that it slat not mnatiak a waiver of Alma. Wdver cfCldms 14A5. The makingad ee pum, of final payment will constitute: 14.15.La waiver d all claims by OWNER agairm CONTRACTOR unapt claims arising f . madded Lien; limn &fictive Work sppeerhg ate • 9 • final inspection pammnt m pamgraph 14A 1. from failure W c«aply with the Contact Doctorate or the taws of any special jaminuntees specified therein, a fireen CONTRACTOR'. ammurt, obh�ft. urrder tlra CmtractDxumads: mW 14.15.2. A waiver of .11 claims by CONTRACTOR egav¢ OWNER other tl>on thine previously made in wri mgandstillumaWd. ARTICLE ISSUMENSION OF WORK AND TERMUHATION OIVNER May Saam e d Work: 15.1. At arty time ad without cause, OWNER may ,upend the Work d ary portion thereoffor a period ofnot sae it. nirmy, days by mice in writing to CONTRACTOR end ENGINEER which will fix the date on which Work will he resumed. CONTRACTOR ¢lull resmne the Work on the dine on fined CONTRACTOR atoll be .Ilmxd an adjustment in the Common Price or on intension of the Cmaam Times, Or billy ctu fly ntuibuuble to any such euspmsim if CONTRACTOR makes an approval claim therefor nor provided in Articles 11 ant 12. OWNER May Tcmamcia. 15.2. Ups the a«.. of a, one or mine of the Mewing dead 15.2.1. if CONTRACTORrmialwayfailsa� the Week in manal nce an the Common Document, (ua•.utdimg but and Iimlmd to, milae to supplymRdmt skilled wakes ar salable maaia)s or equipment or faihue to adhere to the pfoi ahedule eunbliahed whit peragreph29 as adjusted from time to than pumumt an paagmph 66): 15.22. S CONTRACTOR dieregarrla Laws or Reguhni . of any public body hivirgjunsdinion; 15.2 3. if CONTRACTOR diaepprds the outlerity of ENGINEER; or 152.4. if CONTRACTOR Wid-wid whous in arty substantial way a, proven. of the Contract Dacumene,� OWNER may, after giving CONTRACTOR (aid the surety, if any) seven days' written wno. ad to &e extent pamiued by Laws end R Wahand, laminate the serviced of CONTRACTOR eaclur CONTRACTOR flan the eia and take occasion of the Work and of all CONTRACTOR'. tools, epplwee, c �uctim eyuiryu t and maclrrsry at the aim ant use the dime m , fun a4mt they caild be used by CONTRACTOR (without liability in CONTRACTOR f« tres�e a wmersiorn), mmryomm in the Work an meterlele tad equipment stand at the sir a for which OWNERhea paid 32 FJCDC06NFRALCtlHIMTOlO t9lad (199a Edtioo) w/gT5'.OFF00.i W W.IFBM®IPICailON9 QtEVUlmp) CONTRACTOR but which are aimedelsewhere, mW finidsthe WorkasOWNRRemydeaamtpediad Inarah ate CONTRACTOR Aa rat be entitled to receive mry further payment wul the Work m thumbed If the unpaid bolmee of the Contract Price exceeh all clan , coal, Imes and damages matarred by OWNER among act of or resulting from completing Ile Work much no ees will be churns, Lee 15.3. Where CONTRACfORti services have bean an unceinated by OWNER, the mwireuon will net them any operant CONTRACTOR CfOR tkn mexitigg or w me�y thereafter emu. Any return. m paymerd of moneys due CONTRACTOR by OWNER win not whence CONTRACTOR fran liability. 15A. Upon seven hyd written notice to CONTRACTOR and ENGINEER, OWNER may, without cause ad without prejudice to any other right m remedy OfOWNER,electmtmnir wthe Agrdmmt. In such, roc, CONTRACTOR shall be paid (without duplimarecoofanyitems): 15.4.1. fordenplemdandacepable Workommuml in aconrdeme with the Cmtram DoamaV, prior to the edecuve ilea of mwmatlay Including fat and reawab)e sums fa ova}end eM profit on arch W ark; 15.42for expenses sustained prim to the elFmdve dare of tmnmatlm in per[ ag services mid fumishmg labor, materiels or equip..[ me regwred by the Corona D..ant, N cameclion with an empload Work, plusmrantrmsmablesumsfa marband and profit on ouch cataract; 1543 fa all claim, don. loses and damages mewed in a dement of tewinemd emmacm with Sabcomracm, Suppliers nil ottem; and ISAA, for rate muble V. directly i turibumble to hoodiammmi CONTRACTOR shell and he paid on .ccdna of 1. of anticipated progm or revenue or War eountio , 1® arising out don resulterig from smh tammauon LYINTRACTOR More Sap Work or Tomina te: iss I(damahno act«GWt orCONTRALI'OR, the Wok E tints d Rn a pond of sae than many, day. by OWNER or cold m aids of court or other Public authority, or ENGINEER fails to as an any Application for payment within thirty days alter It it suhmittd or OWNER fail, for thirty and 0 pay CONTRACTOR any, ram fumlly damnbmd m be due, thw CONTRAC[OR may, upm seven days' wdttm entice b OWNER and FNG1NIiET2, seal pmvidedOWNER aENGWIffi2 ¬ temedy wch wspemim a failure frin Oat tone. temlithe Agreemmov em mf er from OWNER paymentcat . the area [ems a provided in pemgnPh 15 4. act m w Apprwnm to Paymem wlthm thirty nays atter it m wbmiued m OWNER has failed far thirty days top y CONTRACTOR any sum finally dlr etenvwd to be due, or ARTICLE I�DISFTJTERESOLUTION If and b the a:tent that OWNER and CONTRACTOR have agreatl . the method and Meodoe far resolving disputes between them that may or. under this Agreenen, each dispute rewlutim method real poeAlre, if nary, shall be as set forth in Exhbit GGA "Dispute Rusalutim A�eenent", m be anache" heretea I made e part haw[ U. such egeemad m the method and "_do- for resalvir�g wch dispute has bees reached, end wbjwt to the Pow,L of pamgaphs9.10, 9.11 seal 9912, OWNER end CON'IR ACTOR mny ew,rcia wch rights a remedies os either may otherwise have under Ne Correct Tbwmets or by Leos or Reguldiorm al reaped danydieputc. ARTICLE I7—MISCELLANEOUS acing Nadee: 17.1. Whermrer eery Provision a the Cwmact Daummm requfres the givirg of written what, it will be deemed. have bew validly given if &livered in person to the individual orma membo dthe fine, w m m o hot d the Vwnfowham fis int.ded,orit&IivaM e[he sees bby y relpsrerce or rtifiemal d l, podage prepaid the e lad tusuness address known to the ®vw of the notice. 171 CaMmotiman fThn, ITT 1. Whet arty period of time is reterrol m in the Ceram Daumeme by days, it wiu be computed m ea"m& the Glw and include the lad day of moth period If the lad day of any wch penad Mc . a Saturday a Sm&y or m a day merle a legal halt by the law of the,Iicabl. jmisdreti., such day rill be omitted from the omrprmtimm. FL^DC05N9RAI.CONpilom lll"(ImmW W=WPORTNU.1lBMMFlC MOM(R£V4a0KXd 1].2.2. Acaleldarday oftwemy-fomhausmeemuW from midnight to the eew mlAdght will .letitu[e e day. Nadreofaafm 173, Should OVINERd CONTRACTORwfer ajluy or sludge to perm or "crty ballade of of, mor, anismon a am of the other party or of eery of the other lwtys employees or egmta or ohms Cw whoa acts the other party R 1WHy liable, daim will be made in writing to theatlrs arty widen a reasomble time of the fast obsevence of such in)ury a dmnege. The Faovisiam of this pmagmph 17.3 droll ma be romtroW az e eabretute, for or a weiver of the provisimt f any applicable throw of llmiteti. or repwe.Cum ilaa've Remedies: 174. The duties and obligefierm impced by these General Conditiam ant the rights and renddies available hreuulda to the parties hamo, an4 in particular but . UWNk nap tNU1NYJ5K t11CIWIgG, era an to, and aR act W be con tr led m nary way .61 4 airy rights and remaies available wary or al which to, othenviec imposed or available by Regulefium by special warmmy or guammee or Bs doohve ne towhich Anfemwrol Fees and Carry Caa4 lnehuded: 17.5. Whereve reference is me& N "claim; mtts, 1. real &rages", it sfmll include in each cave, but rot be limited to, It fees oral c eew of engineers, architecm. mtaroys and other profocoon.s and all court or ar earation o other dispwr resolution aorta, 176 The laws of the State of Colorado auwly 12 this Aerewuwt dr arcs b two pmm tireColorado ammte mess follows 77fi1 Colaedo Revixd SWMI MR5 8-1]-101) thou Co do 1 ba he loved t hart dr Wok m the ewer of net 1� tivn g0 oelew[ (8892 of each IT, er elm d labor in the teveml clemrfiwtiona of 'lled and coma. to r emo aired m the mo era Colorado labor mane env nemonwho e m e baw fide remdem of the smm d Colorado at the C o(oo1 cola a ml mor vee 33 • �2 34 F.ICUc O6NFAAL COF=OM 19104(19 Md.) wI C TT OF FORT COLLIM FI W W CAMM COW 0000) J n LJ • SECTION 00020 INVITATION TO BID (Thispage kft bi..k i. mfi.ty) 35 a aiv of aoar mwis umuicinoas � 42000) • 0 36 EXFIIBTT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR n •a:r a .I sus"... OWNER and CONTRACTOR hereby spun that Article 16 of the General Conditau of the Commustum Contrev between OWNER maid CONTRACTOR is amended to include the following Woman ofthe purees: 16.1. All claims, disputes and oger masers in question between OWNER and CONTRACTOR ensue out of en relating to the Comma Ibcumants a the breach thereof (except far claims which have bee, waived by the making or aceepmoe of fore) pe,morm as provided by peragmph 14.15) will be decided by arbitmtiou in accordance and, the C archon industry Arbiwnon Rules of the American Arbitration Association than obmk in , subject to the W iwmm of the Article 16. This agreement se, to mbitmte and any other agreement or caresu to arbitrate anered into in exrordance herewith av provided in this Article 16 will be s erred. ly enforceable a der the, peevailvig law of any occult having jurisdiction 16.2. No demand for erbiraeon ofany claim, dispute a other matter that w required to be referred to ENGINEER initially for decision in accordance with pamwaph 911 will be mode emit the earlier of (a) the date on which ENGINEER his radered a written dwsion or (b) the thirty -fad day afar the potion have presided that oriderm to ENGWEER if. written derision hiss net been ,ordered by ENGINEER before that doe. No demand for ar,matere of on audn clew, dispute a ether matter will h mesh later then thirty, days alto the date on which ENGINEER has reedered a verman decision an respect thereof in ecwrdens, with paragraph 9.11, ant the failure to demand mbiration within said thirty days' period will resat or ENGINEER's decision ping fined and binding open OWNER and CONTRACTOR If ENGINEER rendms a derision after mbitmtion omccdinea have been trdimed auoh decision maybe emend m ov ace but will not supersede the arbitration poceedogs, except whom the note. of 16.3. Naive of the demand fee mutation will be filed in writing with the dha party to the Agreement and with the American Arbarabon Association and a copy will be wee to ENGINEER for sNormution The demand fa arbaraion will be made within the day or tendsy period specified in paragraph 162 as am his, and m all other muses within a reasonable time after the claim, dispute or other matter w question has arisen, and on an eve[ shall any soh demand! be made spur the date when induction of leg] or eguieble Weseadirp based on Buda claw. dispute or olha matter in question would be tarred by the applicable datute of Iwimtiors PICDCOHN9R. TWILUMMOIstIMociao (WEV W CITV OPPORT QtLLIN9 MODThTCAilON9 g,6V 9N9) 16.4. Except as provided in pam,raph 165 below, no arbionfion arising out of or relating to the Counter Documents shall include by mrmlidatim, joinder or in any filer momrner any am peron or entry (Galuding ENGINEER, ENGINEER's Concussion and this officers, director, egc m, employees or conselrenm of any of them) who u rota perry io this camav uNem: 16.4.1. the inclusion of such other person or emity, x. , if complete relief is to be afforded among these who are already pertesto thembitration, end 16.4.2. such other pension or entity is substantially involved in t question of law or fact which is common 0 thou who are already parties 0 the arbitration and whichwdR arise in such,metaxim s, end 16.4.3. the written corcand of the other person or entity sough to be inducted as of OWNER and CONTRACTOR has been obmined thr such uiclusim, which consent shall make sloolis reference to gill pe�egraph; but an such corned shall constitute cacmR m orb'nmtm of anry dispute rot specifically dexnbed o such reason, or to mbitection with say party rot specifically identified in suede eaaert, 16.5. Nawithamndvtg pemgraph 164, if a claw. ducarte, ea other matter in auedion between OWNER and include w all stbcanmacts required by paragraph 6.11 a apsoific pnovisbn whereby the Subcomector corwNa an bass joined in sn arbmstion between OWNER most CONTRACTOR uwolving the Weak of such Subeemme,ar. Nothing in Cher pamg.sph 16.5 rem in the p ersiaim of such subcmtrat catvattutg to jointer shall vests any claw, right or cadre of action in fever of Subcontractor ant assures OWNER, ENGINEER or ENGINEER's Consultants, that does net otherwise exist. 166. The sward rendered by the arbitration will be food, judgmed may be trilled upon it in any court having jurisdiction thaw( and it will not be subject to madam etionorsppeal. 167 OWNER and CONTRACTOR ewer Wet tbry shell Tao submit any and all mooned claims, couraderchruses, dLspoa and other matters so quan. between them a amg cut of or relating to to Contract Documents or the breach thereof ("disputes"), to mediator by the American Arbiaaew Aar.iation under the Caatruction Industry Ma muses Roles of ties American Arbitration Anteroom price to either of them initiating Wiry the ode, a demand fa arbitration pasmnt en pazegreple 16.1 through 16n, uhiess delay an ustutmg arbitration would irrevocably ja predice are of the parties The respective thvty and tw day now limits within which . file s demand der arbrtmuon es pounded in pam®apin 16.2 and 16.3 above shell be seapeMed whh respect to a diapp,m submitted m mediatiorn .Rhin in. same applicable time Iwhs and shall remain suspended unfit ten days aRe, the terrnnation of the mediation. The mediator of any dispute submitted to mediation Wake this Asreonont shall rid serve. arbitsta of such dispaa uN. otherwise agreed, • 11 PlC0006N�ALC0 nON5191M(I"DM.) WC[I FORTCOLMMMOD@IWTIM( 9 ) OCAI SECTION 00800 SUPPLEMENTARY CONDITIONS • • E SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,0001$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage • for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). is SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment • J SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 8038 Arthur Ditch Wood Street Bridge Replacement CONTRACTOR: [Contractor] PROJECT NUMBER: [Project #] DESCRIPTION: t. 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 aooroved) ACCEPTED BY: DATE: Contractors Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 • cc: City Clerk Contractor Engineer Project File Architect Purchasing 0 0 0 I • 0 p a m N W a a ��~❑�����o»������w���w���w��������� a W o0 y � H N � a �000000000000000000000000000000 y o000000000000000000000000000000 yy E000000000000000000000000000000 `05 af»«nr'vi«n en F»e»en»F»«n en vi F»rn a>v�w rn ei en wen'»e»w«n ea en E U~p d 0000000000000000000000000000000 � y Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o` a,� o Q�»ei e»w ui en en rn en «n rn es »e»en vi en esw yr wfn Fn en e'w el en e»» F E d m w3: T p Q a �000000000000000000000000000000 'o o o o o 00000000000000000000000000 6 6 6 � d Q 0» o» o» C; C5 w o» ci o» C; o» o» o» o» o» w C:; o» 0» 6 6 w C; w 6 o» o» � ':E 0 U�o Q �00000000$oa0000000000000000000 000000000 00000000000000000000 6 w 6 6 o» 660 o» w 0 n.n. 0� a. 0 w a. Q. 0. 0 w C. a o» c tea` N F C � Z O - Q C � � a U � o ~ Z n O U v � p m v m` E Z SECTION 00020 INVITATION TO BID Date: November 26, 2014 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on December 17, for the Arthur Ditch Wood Street Bridge Replacement; BID NO. 8038. 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 8038. The work on this bridge includes removal of a potion of existing bridge (CBC), construction of new bridge, excavation, hot mix asphalt, concrete flat work and traffic control. The project also includes installation of trash guard, storm water inlet, curb & gutter, sidewalk & ramp, sanitary sewer and water main realignments. . All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all • invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 am, on December 5, 2014, in 2E at 216 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. 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. a 2 v a O a m m w p and «000000000000000000000000000000 00 ¢ Eo�000000000000nano an no oo00o00000 00 o W O 000000000000000000c00000000000 w w w w w w w w w w w w w w w w w w w w w w w w w w w w wen 00 w w v `o a MO � a �000000000000000000000000000000 0o o000000000000000000000000000000 0o m 000 a 0 a a 0 a 000 a a a 000 a 00000 o o o o o c w w w w w w w w w w w w w w w w w w w w w w w w wen w w w a w F a w w Z o n W3o d O� U~o O a K p �000000000000000000000000000000 00 �y 0 0 0 O O O O o O O O O O O O O O O O O O O O O O O o 0 0 0 o an Z '�m'oo E�0w 0w 0w �ow�� �oww�ow o0w 0v wow O o n>.c ¢ m m w0ow a a U Cj J p a a ¢ �000000000000000000000000000000 0o -$ 'o o o o o 000000000000.............. 00 E 00000000000000000000000000ccoc 00 .�y ¢wwwwwwwwwwwwwwwwwwwwwwwwwwwwww ww o a 3 o w UFo O f �000000000000000000000000000000 0o 000000000000000000000000000aoao o0 E 00oo0000000000000000000000000o c0 ¢ w w w w w w w w w w w w w w w w w w w w w w w w w w w weFrw w w �a w (7 UOO 0 O NOSF w a O w C! O c F 0 = U o a N a m E w m z • 4) • LL Oa o W 2 L 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 (D ,cR O O O O O O O O O O G G G O O G O O O O O O O O G C O O G G O C~- a� f9 i9fA t9 t9 f9(A f9 f9 f9 fA Q9f9f919 Nf9 f9 k9 f9 f919 Mt9 t9 fA fA 19 f9 tlS f9 8 a c E N PROJECT AND STANDARD SPECIAL PROVISIONS Arthur Ditch at Sycamore Street & Wood Street CBC Replacement Bid No. 8038 City of Fort Collins Prepared for: 281 North College Avenue Fort Collins, CO 80522-0580 (970)221-6605 Prepared by: Michael Baker, Jr., Inc. 165 S. Union Boulevard, Suite 200 Lakewood, CO 80228 November, 2014 A 0 Arthur Ditch CBC Replacement • Special Provisions CITY OF FORT COLLINS ARTHUR DITCH CBC. REPLACEMENT November NN/ The Colorado Department of Transportation's 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Item Paee ProjectSpecial Provisions...................................................................................................................................... i StandardSpecal Provisions................................................................................................................................... ii NoticeTo Bidders...................................................................................................................................................I Commencement and Completion of Work.............................................................................................................2 Revision of Section 101 Definition ofTerms........................................................................................................3 Revision of Section 102 Project Plans and Other Data..........................................................................................4 Revision of Section 105 Dispute Resolution..........................................................................................................5 Revision of Section 105 Claims for Contract Adjustment.....................................................................................6 Revision of Section 106 Conformity to the Contract of Hot Mix Ashpalt.............................................................7 Revisionof Section 107 Insurance.........................................................................................................................8 Revision of Section 107 Performance of Safety Critical Work..............................................................................9 Revision of Section 107 Interruption of Irrigation Water Flow........................................................................... 11 Revision of Section 107 Protection of Existing Vegetation................................................................................. 12 . Revision of Section 108 Specialty Items.............................................................................................................. 13 Revision of Section 108 Prosecution and Progress..............................................................................................14 Revision of Section 201 Clearing and Grubbing..................................................................................................20 Revision of Section 202 Removal of Structures and Obstructions Removal of Asphalt Mat..............................21 Revision of Section 202 Removal of Structures and Obstructions Removal of Portions of Present Structure .... 22 Revision of Section 202 Removal of Structures and Obstructions Removal of Fence........................................24 Revision of Section 208 Erosion Conrol..............................................................................................................25 Revision of Section 210 Reset Structures.............................................................................................................26 Revision of Section 212 Tree Retention and Protection.......................................................................................27 Revision of Section 216 Soil Retention Covering................................................................................................32 Revision of Section 304 Aggregate Base Course.................................................................................................33 Revision of Section 304 1 '/"Clean Wash Rock.................................................................................................34 Revision of Section 403 Hot Mix Asphalt............................................................................................................35 Revision of Section 506 Riprap (12 Ilnch)...........................................................................................................38 Revision of Section 603 16 Inch Plastic Pipe (Special).......................................................................................39 Revision of Section 604 Manhole Ring and Cover..............................................................................................40 Revision of Section 607 Fence (Temporary) (Chain Link)..................................................................................41 Revision of Section 607 Fence Chain Link (Special)...........................................................................................42 Revision of Section 608 Sidewalks and Bikeways...............................................................................................43 Revision of Section 608 Curb Ramp (Special).....................................................................................................44 Revision of Section 609 Curb and Gutter Type 2 (Special).................................................................................47 Revision of Section 616 Trash Guard (Special)...................................................................................................48 Revision of Section 630 Construction Zone Traffic Control................................................................................49 ForceAccount Items.............................................................................................................................................50 Arthur Ditch CBC Replacement November 2014 special Provisions • CITY OF FORT COLLINS ARTHUR DITCH REPLACEMENT STANDARD SPECAL PROVISIONS Date No. of Paces Revision of Section 103 - Colorado Resident Bid Preference (Feb. 3, 2011) 2 Revision of Section 105 - Disputes and Claims for Contract (Nov. 6, 2014) 31 Adjustments Revision of Section 105 - Hot Mix Asphalt Pavement Smoothness (May 8, 2014) 7 Revision of Section 105 - Portland Cement Concrete Pavement (May 8, 2014) 2 Smoothness Revision of Section 105 - Violation of Working Time Limitation (February 3, 2011) 2 Revision of Sections 105 and 106 - Conformity to the Contract of (February 3, 2011) 7 Hot Mix Asphalt (Less than 5000 Tons) Revision of Section 106 - Certificates of Compliance and (Feb. 3, 2011) 1 Certified Test Reports Revision of Section 106 -Material Sources (Oct. 31, 2013) 1 Revision of Section 106-Supplier List (Jan. 30, 2014) I Revision of Section 107- Responsibility for Damage (Feb. 3,2011) 1 Claims, Insurance Types and Coverage Limits Revision of Section 107- Warning Lights for Work Vehicles and (Jan. 30, 2014) 1 . Equipment Revision of Sections 107 and 208 - Water Quality Control, Under (May 2, 2013) 3 One Acre of Disturbance Revision of Section 108 - Liquidated Damages (May 2, 2013) 1 Revision of Section 108 -Notice to Proceed (July 31, 2014) 1 Revision of Section 108- Project Schedule (July 31, 2014) 6 Revision of Section 108 - Subletting of Contract (Jan. 31, 2013) 1 Revision of Section 108 - Payment Schedule (Single Construction Year) (October 31, 2013) 1 Revision of Section 109 - Asphalt Cement Cost Adjustment (April 5, 2013) 2 (Asphalt Cement Included in the Work) Revision of Section 109 - Compensation for Compensable Delays (May 5, 2011) 1 Revision of Section 109-Fuel Cost Adjustment (Feb. 3, 2011) 2 Revision of Section 109- Measurement of Quantities (Feb.3,2011) 1 Revision of Section 109 - Measurement of Water (Jan. 6, 2012) 1 Revision of Section 109-Prompt Payment (Jan. 31, 2013) 1 Revision of Section 203 - Imported Material for Embankment (Feb. 3, 2011) 2 Revision of Sections 203, 206, 304 and 613 -Compaction (July 19, 2012) 2 Revision of Section 206-Imported Material for Structure Backfill (July 19, 2012) 2 Revision of Section 206 - Structure Backfill (Flow -Fill) (April 26, 2012) 2 Revision of Section 206 - Structure Backfill at Bridge Abutments (Jan. 30, 2014) 1 Revision of Sections 206 and 601 - Backfilling Structures that Support (July 29, 2011) 1 Lateral Earth Pressures Revision of Section 208 - Aggregate Bag (Jan. 31, 2013) 1 Revision of Section 208 - Erosion Log (Jan. 31, 2013) 1 Revision of Section 216 - Soil Retention Covering (Jan. 30, 2014) 6 Revision of Section 250 - Environmental, Health and Safety (July 19, 2012) 1 • Management Revision of Section 401 - Compaction of Hot Mix Asphalt (April 26, 2012) 1 Arthur Ditch CBC Replacament • Special Provisions November M4 Revision of Scction 401 — Compaction Pavement Test Section (CTS) (July 19, 2012) 1 Revision of Section 401 — Composition of Mixtures — Voids Acceptance (Feb. 3, 2011) 1 Revision of Section 401 — Plant Mix Pavements (February 3, 2011) 1 Revision of Section 401 —Temperature Segregation (Feb. 3, 2011) 1 Revision of Section 401 — Tolerances for Hot Mix Asphalt (January 6, 2012) 1 (Voids Acceptance) Revision of Sections 412 — Portland Cement Concrete Pavement (February 3, 2011) 1 Finishing Revision of Sections 412, 601, and 711 - Liquid Membrane -Farming (May 5, 2011) 1 Compounds for Curing Concrete Revision of Sections 507, 601 and 606 — Macro Fiber -Reinforced (May 2, 2013) 1 Concrete Revision of Section 601—Concrete Batching (Feb. 3, 2011) 1 Revision of Section 601 —Concrete Finishing (Feb. 3, 2011) 1 Revision of Section 601 —Concrete Form and Falsework Removal (July 28, 2011) 2 Revision of Section 601 —Concrete Slump Acceptance (July 29, 2011) 1 Revision of Section 601 —Depositing Concrete Under Water (May 2, 2013) 1 Revision of Section 601 — Fiber -Reinforced Concrete (May 2, 2013) 1 Revision of Section 601 — QC Testing Requirements for Structural (May 8, 2014) 1 Concrete Revision of Section 624 — Culvert and Sewer Pipe (Feb. 3, 2011) 1 Revision of Section 630 — Construction Zone Traffic Control (Feb. 17, 2012) 1 Revision of Section 630 — Retroreflective Sign Sheeting (May 8, 2014) 1 Revision of Section 630 — Signs and Barricades (Jan. 31, 2013) 1 Revision of Sections 702 — Hot Poured Joint and Crack Sealant (Sept. 29, 2011) 1 Revision of Section 703 - Aggregate for Bases (Without RAP) (Oct. 31, 2013) 1 Revision of Section 703 — Aggregate for Hot Mix Asphalt (Nov. 1, 2012) 2 Revision of Section 703 —Concrete Aggregate (July 28, 2011) 1 Revision of Section 712 — Gemextiles (Nov. 1, 2012) 2 Revision of Section 712— Water for Mixing or Curing Concrete (Feb. 3, 2011) 1 Affirmative Action Requirements — Equal Employment Opportunity (Feb. 3, 2011) 10 • 8R Ashur Ditch CBC Replacement Neveraaw NNC Special Pro..Ania • NOTICE TO BIDDERS 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: Mark Laken Engineering Department City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 Senior Buyer: John Stephen Purchasing Department City of Fort Collins Phone: (970) 222-3546 Fax: (970) 221-6378 email: mlaken@fegov.com Phone: (970) 221-6777 Fax: (970) 221-6707 email: jstephen@fcgov.com The above referenced individuals are the only representatives of the City with authority to provide any information, clarification or interpretation regarding the plans, specifications, and any other contract documents or requirements. Where reference 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. • 0 Arthur Ditch CBC Replacement • Special Provisions AND COMPLETION OF WORK November P014 The Contractor shall commence work under the Contract by the City in the "Notice to Proceed". The Contractor shall have 90 calendar days from the "Notice to Proceed" for substantial completion of all tasks. The Contractor shall have 14 calendar days from substantial completion for final completion, including all punch list items and demobi lization. Liquidated damages are $1,800 per day for work not completed by the date set for substantial completion and work that may impede the flow of water (April 15"') in Arthur Ditch. Liquidated damages are $1,800 per day for final completion. Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: Salient features to be shown on the Contractor's Bar Chart Progress Schedule are: • Mobilization • Detour • Removals • Roadway Earthwork • Structure Construction • Curb, Gutter and Sidewalk • Hot Mix Asphalt Pavement • Seeding and Landscaping 11 Arthur Ditch CBC Replacement Novem6ar 2014 Special Provisions • 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 Laboratory. City of Fort Collins, Colorado, or their designated representative. d. 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) • L Arthur Ditch CBC Replacement • special PmWsi0ns REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA November2014 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: I. Online at the City of Fort Collins Webpage: www.fcaov.com/emocurement 2. City of Fort Collins Purchasing Department, 215 N Mason Street, 2nd Floor, Fort Collins, Colorado, 80524 After the proposal have been opened, the low responsible bidder may obtain from the City, at no cost: 2 sets of 11 x 17 plans and special provisions; and if available for the project, one set of full-size cross sections, one set of full-size major structure plan sheets, and one set of compute output data. If the low bidder has not picked up the plans and other available data by 4:30 pm on the second Friday after bid opening, they will be sent to the Project Engineer in charge of the project. Additional sets of plans and other available data may be purchased on a cash sale basis from the City at current reproduction prices. Subcontractors and suppliers may obtain plans and other data from the successful bidder or they may purchase copies on cash sale basis from the City at current reproduction prices. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specked 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 • Arthur Ditch CBC Replacement November2010 Special Provisions • 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. 0 Arthur Ditch CBC Replacement • special Provisions REVISION OF SECTION 105 CLAIMS FOR CONTRACT ADJUSTMENT Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.22 shall be revised as follows: November2014 The Colorado Department of Transportation will not participate in the resolution process for any claims filed by the Contractor. 9 Arthur Ditch CRC Replacement November Y014 special Provisions • REVISION OF SECTION 106 CONFORMITY TO THE CONTRACT OF HOT MIX ASHPALT Section 106 of the Standard Special Provisions is hereby revised for this project as follows: Subsection 106.05 shall include the following: For this project, Contractor process control testing of hot mix asphalt is voluntary. 0 Arthur Ditch CBC Replacement • SpecialProvisions REVISION OF SECTION 107 INSURANCE Section 107.18 is hereby revised to read: Nomarber1014 For this project all insurance certificates shall name the City of Fort Collins as an additionally insured party. 0 Arthur Ditch CBC Replacement November Y0f1 special Provisions • REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications is hereby revised as follows: Add subsection 107.061 immediately following subsection 107.06 as follows: 107.061 Performance of Safety Critical Work. The following work elements are considered safety critical work for this project: (1) Removal of the Arthur Ditch concrete box culverts at Wood and Sycamore Streets. (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 pile driving and jack hammering which may create vibration and cause debris to fall into traffic. 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, a structure removal plan, or a removal of portion of structure 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 (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 • Arthur Ditch CBC Replacement NommCer2011 • Special Provisions REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK 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 structure 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 Contrutor'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 Bridge and (2) Temporary Works. The final construction plan shall be stamped "Approved for Construction" and signed by the Contractor. The Contractor shall perform safety critical work only when the Engineer is on the project site. The Contractor's • Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided signed and sealed construction details. Unless otherwise directed or approved, the Contractor's Engineer need not be on site during the actual performance of safety critical work, but shall be present to conduct inspection for written approval of the safety critical work. When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to correct the unsafe process before the Engineer will authorize resumption of the work. When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the safety critical work in a manner that creates an unsafe situation for the public in accordance with subsection 108.05. Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor shall immediately cease operations on the safety critical element, except for performing any work necessary to ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor intends to modify the submitted plan, he shall submit a revised plan to the Engineer prior to resuming operations. All costs associated with the preparation and implementation of each safety critical element construction plan will not be measured and paid for separately, but shall be included in the work. 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. 10 Arthur Ditch CBC Replacement Nowmbar Q014 . Spcclal proNslons 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. All work that may impede the flow of water in Arthur Ditch shall be completed by April I Su 2015. 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. • • 11 Arthur Bih h CBC Replacement • Special Provisions 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: November2014 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 new 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. Fencing material shall encircle any trees whose outer drip line edge is within 20 feet of any construction activities. The fencing material shall be bright, contrasting color, durable, and a minimum of 4 feet in height. Posts used shall be comparable to metal T-post or heavier weight, and placed to a depth of no less than 2 feet below ground level. Fencing material shall be placed at the drip line or 15 feet from tree trunk, whichever is greater, and maintained in an upright position throughout the duration of construction activities. 2. No material shall be placed or piled within the drip line of existing trees. No heavy objects such as wood pallets, metal railings, etc., shall lean against or come into contact with tree trunks. 3. When root cutting is unavoidable, a clean sharp cut shall be made to avoid shredding or smashing. Exposed roots shall be covered immediately to prevent desiccation. Where roots will be cut in a straight line, such as behind a curb or along a sidewalk, a saw such as a concrete saw with a sharp blade that penetrates 1 foot shall be used on top of the ground prior to excavating so that the roots are not torn or smashed during excavation. 4. Sidewalk and pavement should be contoured sufficiently to avoid cutting surface tree roots. Whenever possible, tree roots should be bridged or floated over with walks. 5. With the approval of the City of Fort Collins representative, if foot traffic or equipment is unavoidable within the drip line, the area within the drip line shall he 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 shall not be paid for separately, but shall be included in the cost of the work. 12 Arthur Ditch CBC Replacement Novombw201I Special Provisions • REVISION OF SECTION 108 SPECIALTY ITEMS Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.01 shall include the following: The following items are designated as "Specialty Items" for this project: Specialty Items (1) 161nch Plastic Pipe(Special) (2) Inlet Type 13 Combination (Special) (3) Fence Chain Link (Special) (4) Curb Ramp (Special) (5) Curb and Gutter Type 2 (Special) (6) Trash Gourd (Special) 11 0 Arthur Ditch CDC Replacement . Special Provisions E November 2014 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: Project Meetings A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and before the Notice to Proceed, the date, time and location will be determined after Notice of Award. The conference shall be attended by: 1. Contractor and Contractor's Superintendent a. Contractor shall designate/introduce Superintendent b. At this time the Superintendent will be expected to show that he has sufficient knowledge of the specifications and plans to orchestrate and coordinate the construction activities for 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: 14 SECTION 00100 INSTRUCTIONS TO BIDDERS • • Arthur Ditch CBC Replacement November 2011 special Provisions • _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 Replacements at Wood and Sycamore Street. This schedule shall be agreed to by both the Owner and Contractor. It shall be made in writing and signed by both parties. 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control Plan, and Traffic Control Plan 3. Transmittal, review and distribution of Contractor's submittals 4. Processing applications for payment 5. Maintaining record documents 6. Field decision and change orders 7. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner's needs 8. Proposed daily construction hours for the Engineer's approval 9. Designation of access roads and parking 10. Contractor's assignment of safety and first aid B. Construction Progress Meetings for the Arthur Ditch Replacements at Wood and Sycamore Street: 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. 0 The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, and the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items. The schedule shall be monitored closely during construction and may be updated by written agreement of the parties as changes occur in the project progress. If the milestones are not met, the Owner may utilize the remedies provided in the General Conditions as well as any other remedy provided by the Contract Documents or provided by law or equity. The Owner may also assess liquidated damages as outlined in Article 3, Section 3.2 of the Agreement. 0 Arthur Ditch CBC Replacement . Special provisions • NovamEer2011 -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. The project is to have 90 calendar days for substantial completion of all items. 3. Any work thereafter substantial completion to be assessed $1,800 per calendar day. 4. The project is to have 14 calendar days for final completion of all punch list and demobilization off site. 5. Any work thereafter final completion to be assessed $1,800 per calendar day. 6. All work which impacts the ditch's ability to convey water must be complete by April 15, 2015. B. Format and Submissions 1. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. 2. Submit two copies of each schedule to Owner for review. a) Owner will return one copy to contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. b) The Contractor will be required to submit a weekly progress schedule showing work to be completed, labor, equipment, work hours and methods of construction for the upcoming week. This schedule will be required every Thursday in a daily calendar format. 3. The schedule must show how the street, underground utilities, concrete, and paving work will be coordinated. 16 Arthur Ditch CBC Replacement Novarnbar 0014 Special Provisions • 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 17 Arthur Dif,h CBC Rep/scement Special Provisions _5_ REVISION OF SECTION 108 PROSECUTION AND PROGRESS Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions November 2014 JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (4) (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. -6- 18 Arthur Ditch CBC Replacement special Provisions REVISION OF SECTION 108 PROSECUTION AND PROGRESS 1. To any preference, priority, or allocation order duly issued by the Owner. Novam6r2014 0 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 1 and 2, above. Subsection 108.05 shall include the following: The contractor shall schedule all work between 7:00 A.M. and 6:00 P.M. Monday through Friday. Disruption of traffic with flagged roadway closures on streets adjacent to Wood or Sycamore Street shall not take place before 8:30 A.M. or between 3:30 P.M. and 6:00 P.M. Night and weekend work will be allowed only with the prior written authoriDdion 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 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 ail active subcontractors shall attend the meetings. Such meetings will be required on a weekly basis at a time to be determined by the City of Fort Collins and the Contractor. Additional meetings will be held when required by the City of Fort Collins or the Contractor. The Contractor shall submit at the weekly progress meeting a written statement of planned work activities and anticipated inspection, testing, and surveying requirements of the upcoming week. A 24 hour notice shall be provided to the City of Fort Collins by the Contractor if the Contractor elects to change the planned work activities. • 19 • • Arthur Dftch CBC Replacement Special Provisions 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: Novemhtt2014 The Contractor will establish construction limits in accordance with City requirements. Clearing and grubbing shall be within the limits of the project, as directed by the Engineer. 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. Removal of waste materials and unsuitable or excess topsoil shall be legally disposed of. The Contractor shall make all arrangements to obtain written permission from property owners for disposal locations outside the limits of the project. Copies of this written agreement shall be furnished to the Engineer before the disposal area is used. Subsection 201.02 shall include the following: Buried perishable objects shall be removed to a depth of 3 feet below the existing ground or subgrade, whichever is lower. 20 Arthur Ditch CBC Replacement Novamber2014 Special Provisions REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the City 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 shall be legally disposed of offsite. Subsection 202.02 shall include the following: All required traffic control devices and signs shall be in place, with detours in operation, prior to the beginning of removal operations each day. Night work is not permitted. During removal of the existing asphalt mat, the Contractor shall survey the existing pavement thickness and condition with the City Engineer to determine the required depth of removal and confirm the proposed full depth pavement section. No tracked vehicles shall be permitted on streets unless approved by the City Engineer. The Contractor shall at all times take proper precautions and be responsible for the protection of existing street surfaces not designated for removal. Any damage, even superficial, to the existing asphalt surface to remain shall be repaired at the expense of the Contractor, including but not limited to gouges, scrapes, outrigger marks, and backhoe bucket marks, etc. A slurry seal type covering will be considered the minimum repair. Patching may be required, at the discretion of the City Engineer. Subsection 202.11 shall include the following: Removal of asphalt mat will be measured in square yards of pavement removed, regardless of depth. The cutting of asphalt mat to a neat line where removal of asphalt mat will abut new pavement will not be paid for separately but shall be included in the work. The contractor shall perform necessary investigations required to determine the thickness of existing asphalt pavements designated for removal. These investigations will not be paid for separately, but shall be included in the work. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Asphalt Mat Square Yard • 21 Arthur Ditch CBC Replacement November ZOU • Special Pro visions REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS REMOVAL OF PORTIONS OF PRESENT STRUCTURE Section 202 of the Standard Specifications is hereby revised for this project as follows: • Subsection 202.01 shall include the following: This work consists of removing a portion of the existing concrete box culvert at Wood Street and Sycamore Street that conveys the Arthur Ditch, as detailed in the plans. The work shall include the complete removal of all structural elements up to the proposed connection to the remaining box culvert, including but not limited to the headwall, wing walls and the manhole located on top of the box culvert. In subsection 202.02 delete the seventh paragraph and replace with the following: All materials removed from the existing structure shall become the property of the Contractor and shall be legally disposed of offsite at the Contractor's expense. Subsection 202.02 shall include the following: The removal of the existing box culvert shall be performed in a safe manner and in coordination with all affected agencies, including the Arthur Ditch Company, City departments, and other affected agencies. All required traffic control devices and signs shall be in place, with detours in operation, prior to the beginning of removal operations each day. All work shall conform to the requirements of the MUTCD. The Contractor shall take all steps to avoid contaminating state waters, in accordance with subsection 107.25. All obstructions or work that may impeded the flow of the ditch must be completed by April 15i % 2015 Subsection 202.03 shall include the following: Salvageable material shall be handled in locations designated by the City Engineer. 22 Arthur Ditch CBC Replacement November 2014 Special Provisions • -2. REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS REMOVAL OF PORTIONS OF PRESENT STRUCTURE Subsection 202.02 the fourth paragraph shall include the following: Explosives shall not be used for removal work without the written approval of the City Engineer. Portions of the existing structure, facilities, and surrounding roadways to remain shall not be damaged by the removal operations. Damage that does occur shall be repaired by, and at the expense of, the Contractor. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Portions of Present Structure Lump Sum Payment for Removal of Portions of Present Structure will be full compensation for all labor and materials required to complete the work, including, preparation and implementation of the Concrete Box Culvert Removal Plan, inspection, equipment, debris handling and disposal, salvaging, handling and storage of salvable materials, . handling and disposal of all hazardous materials and disposal of non -salvable materials. In accordance with Section 108.04 (f) of these specifications, lighting required for nighttime operations will not be measured and paid for separately, but shall be included in the work. • 23 Arthur Oltc6 CBC Replacement Novam 2014 • Special Provisions REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS REMOVAL OF FENCE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202,01 shall include the following: This work shall include the removal of fence at the west end of the concrete box culvert as shown on the Removal and Roadway Plans. The chain link fence shall be removed, along with all posts, hardware and concrete. The gate shall be removed and protected during construction for reuse with proposed alignment Care shall be taken when removing the fence to avoid damaging the remaining fencing and posts. Subsection 202.11 shall include the following: Removal of Fence will be measured in linear feet, completed and accepted. Subsection 202.12 shall include the Following: Payment will be made under: Pay Item Pay Unit Removal of Fence Linear Foot • 24 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. • 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to • the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the Arthur Ditch CBC Replacement special Provisions REVISION OF SECTION 208 EROSION CONROL Novembw2014 • Section 208 of the Standard Specifications is hereby revised for this project as follows: In subsection 208.11 delete the fourth paragraph and replace with the following: Storm Drain Inlet Protection will be measured by the actual number installed and accepted. In subsection 208.11 delete the seventh paragraph and replace 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 City Engineer, weekly, after completion of the work for approval and acceptance. In subsection 208.11 delete the eighth paragraph (beginning with "Excavation required...') and replace with the following: Removal and disposal of sediment will not be measured and paid for separately, but shall be included in the work. Subsection 208.11 shall include the following: Sweeping (Sediment Removal) will be measured and paid for in accordance with Subsection 208.12 • In subsection 208.12 delete the 12th paragraph and replace with the following Payment for Sweeping (Sediment Removal) will be full compensation for the removal of sediment from the roadway throughout the duration of the project using a pickup broom or equipment capable of collecting sediment, authorized by the City Engineer. Operator will not be measured and paid for separately, but shall be included in the work. Subsection 208.12 shall include the following Payment will be made under: Pay Item Pay Unit Storm Drain Inlet Protection (Aggregate Bag) Each Sweeping (Sediment Removal) Lump Sum Aggregate Bag Linear Foot Sweeping (Sediment Removal) Lump Sum Erosion Control Supervisor Lump Sum • 25 Arthur Ditch CBC Replacement . Special Provisions REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.10 shall include the following: November2014 Excavate the pavement around manholes to clear the object by at least 2 feet from the outside edge of the device and 8-inches deep. This area shall be filled with asphalt lifts and compacted to at least 95 percent density as determined by ASTM D 2041-78, D 2726-83, and D 2950-82. Notification, inspection and acceptance shall apply to this method and shall occur prior to the application of the final lift around these appurtenances. At no time shall manholes and valve boxes be covered up or buried. Manholes are to be maintained fully accessible at all times for emergency and maintenance operations. In subsection 210.04 delete the first paragraph and replace with the following: The Contractor shall supply and install all related materials necessary to remove the gate at the Arthur Ditch maintenance access area from its existing location and install the gate in the new location as shown on the Roadway Plan, including all mounting hardware, footings, and posts. In subsection 210.12 delete the third paragraph and replace with the following: • Concrete footings for ground signs, if required, will not be measured or paid for separately but shall be included in the work. • In subsection 210.12 delete the eighth paragraph and replace with the following Resetting of structures, fences, and related materials shall include all work necessary to remove the items from their existing location to the new location, and shall include all mounting hardware, footings, and all other work necessary to complete the reset item, including new fence posts. Subsection 210.13 shall include the following: Payment will be made under: Pay Item Pay Unit Reset Gate Each Reset Ground Sign Each Adjust Manhole Each 26 Arthur Ditch DBC Roplacemont Nowmbw2014 Special Provisions • REVISION OF SECTION 212 TREE RETENTION AND PROTECTION Section 212 of the Standard Specifications is hereby revised for this project as follows: Subsection 212.01 shall include the following: Tree Retention and protection includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. The following definitions apply: 1) Caliper: Diameter of a trunk measured by a diameter tape or the average of the smallest and largest diameters at 6 inches above the ground for trees up to, and including, 4-inch size; and 12 inches above the ground for trees larger than 4-inch size. 2) Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. 3) Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. 4) Vegetation: Trees, shrubs, groundcovers, grass, and other plants. Subsection 212.02 shall include the following: (d) Protection -Zone Fencing: Fencing fixed in position and meeting the following requirements. Previously • used materials may be used when approved by City Engineer. Protection -Zone fencing will be considered incidental to the "Tree Retention and Protection" line item and will not be paid for separately. 1. Plastic Protection -Zone Fencing: Plastic construction fencing constructed of high -density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and weighing a minimum of 0.4 lb./ft.; remaining flexible from minus 60 to plus 200 deg F; inert to most chemicals and acids; minimum tensile yield strength of 2000 psi and ultimate tensile strength of 2680 psi; secured with plastic bands or galvanized -steel or stainless -steel wire ties; and supported by tubular or T-shape galvanized -steel posts spaced not more than 8 feet apart. a. Height 5 feet b. Color: High -visibility orange, nonfading. Add Subsection 212.061 immediately following Subsection 212.06 212.061 Tree Retention and Protection A. SUBMITTALS 1) Samples for Verification: For each type of the following: a. Protection -Zone Fencing: Assembled Samples of manufacturer's standard size made from full-size components. 2) Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconsumction conditions that might be misconstrued as damage caused by construction activities. . a. Use sufficiently detailed photographs or videotape. 27 Arthur Ditch CBC Replacement November Ial/ • Special Provisions REVISION OF SECTION 212 TREE RETENTION AND PROTECTION b. Include plans and notations to indicate specific wounds and damage conditions of each tree or other plants designated to remain. B. QUALITY ASSURANCE 1) Preinstallation Conference: Conduct conference at Project site. a. Review methods and procedures related to temporary tree and plant protection including, but not limited to, the following: I. Construction schedule. Verify availability of materials, personnel, and equipment needed to make progress and avoid delays. 2. Enforcing requirements for protection zones. 3. Field quality control. C. PROJECT CONDITIONS 1) The following practices are prohibited within protection zones: a. Storage of construction materials, debris, or excavated material. b. Parking vehicles or equipment. c. Foot traffic. d. Erection of sheds or structures. • e. Impoundment of water. f. Excavation or other digging unless otherwise indicated. g. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. 2) Do not direct vehicle or equipment exhaust toward protection zones. 3) Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. D. PREPARATION Locate and clearly identify trees, shrubs, and other vegetation to remain or to be relocated. Tie a 1-inch blue - vinyl tape around each tree trunk at 54 inches above the ground. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from pending, eroding, or excessive wetting caused by dewatering operations. Within the drip line of any protected existing tree, there shall be no cut or fill over a four -inch depth unless a qualified arborist or forester has evaluated and approved the disturbance. Prior and during construction, barriers shall be erected around all protected existing trees with such barriers to be of orange fencing a minimum of (5) feet in height, secured with metal T-Posts, no closer than six (6) feet from the trunk or at the drip line, whichever is greater. There shall be no storage or movement of equipment, material, debris or fill within the fenced tree protection zone. Modification of protective fence locations to accommodate construction shall be approved by the City Forester prior to moving or erecting a protective fence. Where the drip line of trees touches or overlap, place fence around groups of trees. • 28 ARhur Ditch CBC Roplaccmanr November 204 Special Provisions • -3- REVISION OF SECTION 212 TREE RETENTION AND PROTECTION During construction there shall be no cleaning of equipment or materials or the storage and disposal of waste material such as paints, oils, solvents, asphalt, concrete, motor oil or any other material harmful to the life of a tree within the drip line of any protected tree or group of trees. No damaging attachments, wires, signs or permits may be fastened to any protected tree. The installation of utilities, irrigation lines or any underground fixture requiring excavation deeper than six (6) inches shall be accomplished by boring under the root system of protected existing trees at a minimum depth of twenty-four (24) inches. The auger distance is established from the face of the tree (outer bark) and is scaled from the tree diameter at breast height as described in the tree protection chart of the Fort Collins Land use Code Section 3.2.1. Construction shall be performed in a manner to not damage any existing tree. Clearance pruning of any tree on site shall only be by a Fort Collins Licensed Arborist under the direction of the City Forester. Equipment access/drives shall be positioned to minimize travel over the root system of any existing tree. Equipment drive locations over the root system of any significant tree shall be approved by the City Forester with requirements to protect the compaction of exposed soil. Prior to construction the contractor shall meet the City Forester on site to verify protected existing trees and the • application of tree protection specifications. The Contractor shall wrap protected trees with concrete blankets or equivalent treatment whenever directed by the owner's representative. E. TREE- AND PLANT -PROTECTION ZONES Protection -Zone Fencing: Install protection -zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people from easily entering protected. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other vehicular circulation. Maintain protection zones free of weeds and trash Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect. Maintain protection -zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. 1) Do not remove protection -zone fencing, even temporarily, to allow deliveries or equipment access through the protection zone. F. EXCAVATION General: Excavate at edge of protection zones and for trenches indicated within protection zones according to requirements in Section 200 Earth Work. 0 29 Arthur Ditch CBC Replacoment • special Provisions -3- REVISION OF SECTION 212 TREE RETENTION AND PROTECTION Novem0u2014 Trenching near Trees: Where utility trenches are required within protection zones, hand excavate under or around tree roots or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. Redirect roots in backfill areas where possible. if encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction and as required for root pruning. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or park with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. G. ROOT PRUNING Prune roots that are affected by temporary and permanent construction. Pruning roots 2" in diameter or greater must be reviewed by City Forester prior to pruning. Prune roots as shown on Drawings and as follows: 1) Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do • not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2) Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3) Cover exposed roots with burlap and water regularly. 4) Backfill as soon as possible according to requirements in Section 200 Earth Work. Root Pruning at Edge of Protection Zone: Prune roots 12 inches outside of the protection zone, by cleanly cutting all roots impacted to the depth of the required excavation. H. CROWN PRUNING Prune all existing trees retained on City property by cleaning and thinning the canopy. Prune branches that are affected by temporary and permanent construction. Prune branches as shown on the Drawings and as follows: 1) Pruning Standards: Prune trees according to the City of Fort Collins Tree Management Standards 1. REGRADING Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. S. REPAIR AND REPLACEMENT • General: Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect/Owner's Rep. 1) Submit details of proposed root cutting and tree and shrub repairs. 30 Arthur each CBC Replacement November 201< Special Provisions • -4- REVISION OF SECTION 212 TREE RETENTION AND PROTECTION 2) Treat damaged trunks, limbs, and roots according to an ISA certified arborist's written instructions. 3) Perform repairs within 24 hours. 4) Replace vegetation that cannot be repaired and restored to full -growth states, as determined by Landscape Architect/Owner's Rep. Protected trees that are damaged during construction will be appraised by a qualified arborist, and the amount of damage appraised will be billed to the Contractor. Trees: Remove and replace trees indicated to remain that are more than 25 percent dead or in an unhealthy condition before the end of the corrections period or are damaged during construction operations that Landscape Architect/Owner's Rep determines are incapable of restoring to normal growth pattern. I) Provide new trees of same size and species as those being replaced for each tree that measures 6 inches or smaller in caliper size. K. DISPOSAL OF SURPLUS AND WASTE MATERIALS Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose of them off Owner's property. • Subsection 212.07 shall include the following: Tree retention and protection will not be measured, but will be paid for on a lump sum basis. The lump sum price bid will be full compensation for all work required to complete the item, including installation and maintenance of protection -zone fencing. Subsection 212.08 shall include the following: Payment will be made under: Pay Item Pay Unit Tree Retention and Protection Lump Sum 31 Arthur finch CBC Replacement • Special Provisions 0 November 2014 REVISION OF SECTION 216 SOIL RETENTION COVERING Section 216 of the Standard Specifications is hereby revised for this project as follows: Subsection 216.03 (b) shall include the following: Delete the second sentence and replace with the following: The Contractor shall coordinate with the City Engineer 48 hours prior to placement of Soil Retention Blanket (Cocanut) and allow the City access to the area to properly prepare, fertilize and seed. 32 Arthur Ditch C9C keplacemenf special Provisions REVISION OF SECTION 304 AGGREGATE BASE COURSE November 2014 • Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: Materials for Aggregate Base Course (Class 6) shall be in conformance with subsection 703.03. Aggregate Base Course (Class 6) must meet the gradation requirements and have a resistance value (R-value) of at least 72 when tested by the HVEEM Stabilometer method. (a) Approval of Sources. Only aggregate from City Engineer approved sources shall be used. Approval of sources will, at a minimum, consist of supplying documented gradation, Atterberg limits, and R-value testing on an annual basis. • 33 Arthur Bitch CBC Replacement • Special Provisions 0 \_J November2014 REVISION OF SECTION 304 1 %^ CLEAN WASH ROCK Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: In accordance with Section 703, 100% shall pass the 50mm (2") sieve size and 0-5e/ shall pass the 37.5mm (1 '/2") sieve size. In Subsection 304.07 delete first sentence and replace with the following: 1 '/d' clean wash rock will be measured by the cubic yard compacted in place. In Subsection 304.08 delete the pay item and replace with the following: Pay Item Pay Unit l '/2" Clean Wash Rock Cubic Yard 34 ability of the bidder to provide future maintenance and service for the use of the • subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder • that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. • 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. Arthur Ditch CBC Replacement Novembar2014 • Special Provisions REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: Table 403.1 Test Value For Grading Property Method SX 100 Air Voids, percent at: CPL 5115 N (design) 3.5 —4.5 Lab Compaction (Revolutiore): CPL 5115 100 N(design) Stability, minimum CPL 5106 30 Aggregate Retained on the 4.75 tutu (No. 4) Sieve for S, SX and SG, and on the 2.36mm (No. 8) CP 45 60 Sieve for ST and SF with at least 2 Mechanically Induced fractured faces, % minimum" Accelerated Moisture Susceptibility CPL 5109 Tensile Strength Ratio (Lohman), Method B 80 minimum Minimum Dry Split Tensile CPL 5109 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement, Top PG 64-28 Lay" Grade of Asphalt Cement, Layers PG 64-28 below To Voids in the Mineml Aggregate Bee Table VMA %minimum CP 48 403.2 Voids Filled with Asphalt FA , % AIMS-2 65-75 Dust to Asphalt Ratio Fine Gradation CP 50 0.6 —1.2 Coarse Gradation 0.8 Note: At MS-2 = Asphalt institute Manual Series 2 Note: Mixes with gradations having less than 40%passing the 4.75 ram (No. 4) sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes with a nominal maximum aggregate sin of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate sin of 3W'to 3/8" are considered a coarse gradation if they pass below the maximum density line at the #8 screen. Gradations for mixes with a nominal maximum aggregate sin of #4 or smaller are considered a coarse gradation if they pass below the maximum density line at the 916 screen. "Fractured face requirements for SF may be waived by RME depending on project conditions. 35 0 Arthur Ditch CSC Replacement • Special provisions L NovemOK2014 -2- REVISION OF SECTION 403 HOT MIX ASPHALT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. Table 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal Maximum Size*, mm (inches) ***Design Air Voids ** 3.5 % 4.0 % 4.5 % 5.0% 37.5 (1%) 11.6 11.7 11.8 25.0(1) 12.6 12.7 12.8 19.0 ('/.) 13.6 13.7 13.8 N/A 12.5 (Ya) 14.6 14.7 14.8 9.5 ('h) 15.6 15.7 15.8 4.75 (N.. 4) 16.6 t 16.7 16.8 16.9 * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. ••* Extrapolate specified VMA values for production air voids beyond those listed. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the City Engineer and approved prior to beginning the paving operations. When the City Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. The hot mix asphalt shall not contain any reclaimed asphalt pavement. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading SX 100). 36 Arthur Ditch CBC Replacement November 2014 Special provisions • _3_ REVISION OF SECTION 403 HOT MIX ASPHALT Delete Subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grading SX)(100)(PG 64-28) Ton Aggregate, additives and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall be included in the work. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but • shall be included in the work. 0 37 Arthur Bitch CBC Replacement • Special Provisions • is REVISION OF SECTION 506 RIPRAP (12 IINCII) Section 506 of the Standard Specifications is hereby revised for this project as follows: In Subsection 506.05 delete the last sentence and replace with the following: Nompabw I01C Structure excavation for riprap will not be measured and paid for separately but shall be included in the cost of work. 38 Arthur Ditch CBC Replacement Novem0ar 2014 Special Provisions . REVISION OF SECTION 603 16 INCH PLASTIC PEPE (SPECIAL) Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.12 shall include the following: Required pipe shall be C905 PVC DR 18 Pressure Rated 235 PSI In Subsection 603.09 delete third sentence and replace with the following: The trench shall then be backtilled with structure backfill (flow -fill) material in accordance with Subsection 206.02. Subsection 603.12 shall include the following: Payment will be made under: Pay Item Pay Unit 16 Inch Plastic Pipe (Special) Lump Sum In Subsection 603.12 delete the third paragraph and replace with the following: Structure excavation and structure backfill (flow -fill) will not be measure and paid for separately but shall be • included in the cost of work. • 9M Arthur Ditch CDC Replacement Special Provisions REVISION OF SECTION 604 MANHOLE RING AND COVER Section 604 of the Standard Specifications is hereby revised for this project as follows Subsection 604.06 shall include the following: November P014 The manhole and inlet attached to the proposed concrete box culvert as shown in the plans shall be measured and paid for as a lump sum under the pay item Manhole Ring and Cover. Measurement shall include all materials, including but not limited to inlet, manhole cover (3 noted on plan), grade rings, brick courses and anchor bolts and labor required to complete the installation. Subsection 604.07 shall include the following: Pay Item Pay Unit Manhole Ring and Cover Lump Sum • 40 Arthur Ditch CBC Replacement November 2014 Special Pro vision • REVISION OF SECTION 607 FENCE (TEMPORARY) (CHAIN LINK) Section 607 is hereby revised for this project as follows: Subsection 607.01 shall include the following: This work consists of installation and removal of temporary fence in locations shown on the plans. Subsection 607.02 shall include the following: All materials for temporary fencing shall be approved by the City Engineer prior to installation. Subsection 607.03 shall include the following: The Contractor shall install temporary gates during construction where necessary to gain access to the work zone and to allow Local Entity maintenance to ditch. Temporary gates shall remain closed during non -working hours. Subsection 607.04 shall include the following: Fence (Temporary) (Chain Link) will be measured by the linear foot. Gates will not be measured separately but will be measured and paid in the linear footage of the fence. Posts, ties, bracing and other material will not be measured and paid for separately but shall be included in the work. • Subsection 607.05 shall include the following: Payment will be made under: Pay Item Pay Unit Fence (Temporary) (Chain Link) Linear Foot Payment for Fence (Temporary) (Chain Link) will be paid at the contract unit price per linear foot installed and accepted. The price shall be full compensation for furnishing, erecting, and maintaining all materials required. Removal of temporary fencing, including restoration of the site, is considered an incidental cost and no separate payment will be made. Temporary fence shall remain property of the Contractor. • 41 Arthur Ditch CBC Replacement • special Provisions REVISION OF SECTION 607 FENCE CHAIN LINK (SPECIAL) Novemev2M Section 607 is hereby revised for this project as follows: Subsection 607.01 shall include the following: This work consists of the construction of permanent chain link fence in locations shown on the plans. Subsection 607,02 shall include the following: All materials for chain link fence shall closely match those used to construct the existing chain link fence and shall be approved by the City Engineer prior to installation. In Subsection 607.04 delete the first paragraph and replace with the following: Fence Chain Link (Special) will be measured by the linear foot. Measurement will be along the base of the fence from outside to outside of end posts for each continuous run of fence. In Subsection 607.04 delete the third paragraph and replace with the following: End posts, corner posts and line brace posts required for chain link fence will not be measured and paid for separately but shall be included in the cost of work. • Subsection 607.05 shall include the following: Payment will be made under Pay Item Pay Unit Fence Chain Link (Special) Linear Foot Subsection 607.05 shall be revised as follows: Delete the last paragraph and replace with the following: Fence Chain Link (Special) will be paid at the contract unit price per linear foot installed and accepted. The price shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary to install and complete the item. 42 Arthur Dnch CBC Replacement November Y0'14 speciatprovisions • REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Subsection 608.03 shall include the following 2. Markings. Concrete used in curb -gutter, sidewalk, and curb cuts shall have the name of the Concrete Contractor and the year of construction impressed therein, using letters not less than 1 inch high and 3/8 inch deep. Impressions shall be made in concrete at the beginning and end of each pour. Impressions delineating the location of water and sewer, (S for sanitary sewer, C for clean out, + for water, with the top of the + pointing to the water stop box), shall be located on the curb face at all service crossings. 3. Defective Areas. If, after stripping of forms, any concrete is found to be not formed as shown on the drawings, or is out of alignment or level, or shows a defective surface, it shall be considered as not conforming with these Standards. The defective area shall be removed and replaced by the Contractor at his expense. Subsection 608.05 shall include the following: Liquid Membrane Curing Compound and expansion joint materiel are considered incidental costs and no separate payment will be made. 43 Arthur Ditch CBC Replacement November 2014 • Special Provisions REVISION OF SECTION 608 CURB RAMP (SPECIAL) Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on cast steel pavers. Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of producing the pattern of domes as shown on the plans. Pavers shall meet the requirements of ASTM C 902 or ASTM C 936. Alternate materials may be used, if pre -approved by the City Engineer. The Contractor shall submit a sample of the product, the name of the selected supplier, and documentation that the product meets all contrast requirements and will be fully compatible with the curb ramp surface to the City Engineer for approval prior to start of work. • Known vendors of alternate products include but are not limited to the following: Vendor Name Product Phone Numbers TMA Construction Supply CAST in TACT Warning Panels 303-295-6050 East Jordan Iron Works, Inc. Truncated Dome Plates 800-6264653 Neenah Foundry Detectable Wanting Plate 800-558-5075 The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity, of the adjoining surface. The contrast shall be verified using the following equation: Contrast = B 'x 100 Bi • Where El = Light Reflectance Value (LRV) of the lighter area Bt= LRV of the darker area Absolute black and white will not be permitted. The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to start of work, the Contractor shall submit appropriate documentation from the manufacturer verifying that the contrast has been met, along with a sample paver, to the City Engineer for approval. 44 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 forth of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially • complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, K awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal' items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement'. The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request • the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and Arthur Ditch CBC Replacement November 2014 Special Provisions • _2_ REVISION OF SECTION 608 CURB RAMP (SPECIAL) Subsection 608.03 shall include the following: (h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's recommendations. The concrete surface to which alternate materials are to be applied shall be prepared in accordance with manufacturer's recommendations. Material requirements, color and application shall be in accordance with manufacturer's recommendations and as approved by the City Engineer. Subsection 608.05 shall include the following: Attached curb and gutter, truncated dome detectable warnings and concrete pedestrian curb shown on the Roadway Details will not be measured separately but will be measured and paid in the square yardage of the curb • 45 Arthur Ditch CBC Replacement • specialprovisions • • Noeembw2014 -3- REVSION OF SECTION 608 CURB RAMP (SPECIAL) ramps. Sand, pavers, alternate materials, and all other work and materials necessary for fabrication, transport, and installation of detectable warnings will not be measured and paid for separately, but shall be included in the work. Subsection 608.06 shall include the following: Payment will be made under: Pay Item Pay Unit Curb Ramp (Special) Square Yard Liquid Membrane Curing Compound and expansionjoint materiel are considered incidental costs and no separate payment will be made. Payment for Curb Ramp (Special) shall be full compensation for all work and materials required to complete the items, including the attached curb and gutter, detectable waming panels and concrete pedestrian curb. 46 Arthur Ditch CBC Replacement NoveaMw M14 Special Provisions • REVISION OF SECTION 609 CURB AND GUTTER TYPE 2 (SPECIAL) Section 609 is hereby revised for this project as follows: Subsection 609.07 shall include the following: Payment will be made under: Pay Item Pay Unit Curb and Gutter Type 2 (Special) Linear Foot Liquid Membrane Curing Compound and expansion joint materiel are considered incidental costs and no separate payment will be made. 0 Arthur Ditch C6C Replacement • specialprovlslons • J REVISION OF SECTION 616 TRASH GUARD (SPECIAL) Section 616 of the Standard Specifications is hereby revised for this project as follows: In Subsection 616.03 delete second sentence and replace with the following: Trash guard shall be galvanized and fabricated in accordance with Section 509. Subsection 616.08 shall be modified in the following: Pay Item Pay Unit Trash Guard (Special) Each 48 November 2014 Arthur Ditch C6C Replacement Special provisions REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 6M of the Standard Specifications is hereby revised for this project as follows: Subsection 630.15 shall include the following: November2014 • Construction traffic control will not be measured separately but will be paid for on a lump sum basis. This lump sum basis shall include Traffic Control Management, Traffic Control Inspection, flagging, all anticipated traffic control devices that are shown on the plans and any other devices that may be requested by the City Engineer to ensure safety on the project for the full duration of the project. In Subsection 630.16 delete the first two paragraphs and replace with the following: Payment for Traffic Control shall be full compensation for Traffic Control Management, Traffic Control Inspection, and furnishing, erecting, cleaning, maintaining, resetting, repairing, moving, removing, and disposing of the traffic control devices. All construction traffic control devices that are not permanently incorporated into the project will remain the property of the Contractor. Traffic Control will be paid for as follows: 50 percent upon first utilization, and additional 40 percent when 75 percent of the original contract amount has been earned, and the final 10 percent when the project has been completed in accordance with subsection 105.20, exclusive of any maintenance periods. The percent of original contract amount earned will be determined by comparing the amount earned for bid items, other than traffic control, with the original contract amount minus the amounts bid for traffic control and mobilization. Subsection 603.16 shall include the following: Payment will be made under: Pay Item Pay Unit 630-10000 Traffic Control Lump Sum n lJ W-1 Arthur Ditch CSC Replacement • Special provisions 1.��1'3�l4SKK�lldi!Y 11 Yl_DIU 61 DESCRIPTION Novom6er2010 This special provision contains the City's estimate for force account items included in the Contract. All force account itmes will beaded to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the City Engineer. BASIS OF PAYMENT Scope of work is to be completed as a Completion Date Contract. Payment will be made in accordance with Subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of the itemized statement endorsed by the Contractor. Force Account Item Quami Amount Minor Contract Revisions FA 1 LS Waterline FA 1 LS • • so 0 0 0 responsible Bidder that proposes to use acceptable subcontractors. • Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. • 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 0 • 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation'BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14A. Bids may be modified or withdrawn by an appropriate document duly executed (in • a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract • terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder K OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is • not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and • responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. • • 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 9 :l SECTION 00300 BID FORM I-1 U 0 rn SECTION 00300 BID FORM PROJECT: 8038 Arthur Ditch Wood Street Bridge Replacement Place: 8084 Sharman St Date: 12/17/14 1. In compliance with your Invitation to Bid dated December 17 , PO 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. Accom an inp this Bid is a certified or cashiers check or standard Bid bond in the sum of Thirty five thousand two hundred sateen dollars and fdty three cents. ($ 35,218.53 1 In accordance with the 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: International Fidelity Insurance Corp, 5950 S Willow Drive, Suite 310, Greenwood Village, CO 80111 5. All the various phases of Work enumerated in the Contract Documents with their Individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1 through 1 8. BID SCHEDULE (Base Bid) 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: Lobos Structures CONTRACTOR a BY: Luis Villalobos 12/17/14 Printed Dale Number (If Applicable) (Seal - if Bid is by corporation) �,n ,{_n Attest:61, 11,D Address 8084 Sherman St, Demrer, CO 60221 Telephone (303) 669-3811 Email lobosstrucluresrelgmall.com A • 0 • WOOD STREET BRIDGE REPLACEMENT BID SCHEDULE • • REM NO. ITEM DESCRIPTION UNIT QUANTITY1 UNIT COST `.COST 201-00000 Clearing and Grubbing L S 1 sans s+onm e.osm ream tiara Is$ 1A aim r ss ucm sum atom la. man � umm arsnt n.anm wssm noeo rr rsram namm w ar «u. sere sea ¢r wn n ux� nw. ran. V,. Nrl $ 998.00 202-00010 Removal of Tree EACH 1 $ 400.00 202-00019 Removal of Inlet EACH 1 $ 800,00 202-0W21 Removal of Manhole EACH 3 If 2,505.00 202-00035 Removal of Pipe LF 77 $ 1.001.00 202-00200 Removal of Sidewalk SY 79 711.00 202-00203 Removal of Curb and Gutter LF 311 $ 1,244.00 202-D0210 Removal of Concrete Pavement BY 81 $ 891.00 202-00220 Removal of Asphalt Mat BY 1201 $ 6,006.00 202-00495 Removal of Portions of Present Structure L S 1 $ 34,435.00 202-01000 Removal of Fence LF 74 $ 222.00 203-01100 Proof Rolling HOUR 4 $ 340.00 206-00000 Structure Excavation CY 633 $ 13.293.00 206-00100 Structure Back0ll (Class 1) CY 219 $ 6,570.00 208-00002 Erosion Log (12 Inch) LF 100 $ 500.00 208-00035 Aggregate Bag LF 250 $ 2,126.00 208-OOD45 Concrete Washout Structure EACH 1 $ 950.00 208.00050 Storm Drain Inlet Protection (Aggregate Bag) EACH 3 $ 900.00 208.00052 Storm Drain Inlet Protection (Type 2) LF 4 $ 48.00 208.00070 Vehicle Tracking Pad EACH 2 $ 3,704.00 208-00118 Sweeping (Sediment Ranwva8 L S 1 if 650.00 208.00216 Enialon Control Supervisor L S 1 $ 1,260.W 210-00810 Reset Ground Sign EACH 1 $ 145.00 21"1011 Reset Gate EACH 1 $ 575.00 212-0010D Traa Retention and Protection L S 1 $ 1,250.W 216-00037 Soil Retention Blanket (GawnuU BY 25 $ 850.00 304-06007 Aggregate Base Counts (Glees 6) CY 198 $ 7.326.00 301-0903D 11/2" Clean Wash Rock CY 287 $ 11,214.00 403.34851 Hot Mix Asphalt (Grading SX) (100) (PG 64-28) TON 392 $ 77,812.W 420-00114 Geotexlile (Drainage) (Close 3) SY 28 $ 336A0 506-00212 R1pmp(12 Inch) CY 14 $ 1,246.00 509-00001 Structural Steel (Galvanized) LB 2,759 $, 7,58726 515-00120 Waterproofing (Membrane) SY 81 $ 2,065.60 601-01000 Concrete Gass B CY 1 $ 957.00 001-MOO Concrete Gass D CY 317 $ 141.065.00 602-OW20 Reinforcing Steel (Epoxy Costed) LB 81,526 $ 75.061.72 603-5001716 Inch Plastic Pipe (Special) LF 66 $ 3,584.00 604-19005 Intel Bpeciat IS Foot) EACH 1 $ 2,873.00 00431010 604-31015 Manhole Box Base (10 Fool) Manhole Box Base (15 Foot) EACH 1 $ 2,859.00 EACH 2 $ 7,668.00 804-50205 Manhole Rin0 and Cover L 8 1 $ 9,882.00 604-83108 8Inch Plastic Pipe Sewer (Polyvinyl Chloride) LF S4 $ 20,016,84 • Fort Collins Purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial Services Purchasing Division 215 N. Mason St 2"d Floor PO Box 580 1.0 Collins. CO 80522 510.221.6n5 970.221.6707 2govcom/p.hesing Description of BID 8038: Arthur Ditch Wood Street Bridge Replacement OPENING DATE: 3:00 PM (Our Clock) December 17, 2014 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Questions and Answers and Revised Bid Schedule • Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. • RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Page 1 of 53 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 607-11580 Fence (Temporary) (Chain Link) LF 615 ere w µm n $adds daua nrmam sander s.>a au�aa didxa $ 2,460.00 607-53005 Fence Chain Unk (Special) LF 78 $ 2,691.00 608-00000 Concrete Sidewalk SY 113 $ 4,972.00 60840012 Curb Ramp (Special) ST 41 $ 4,920.00 609-21020 Curb and Gutter Type 2 (Section IbB) LF 212 IS 3,816.00 609-21900 Curb and Gutter Type 2 (Spacial) LF 14 $ 504.00 616.30499Trash Guard Special EACH 1 $ 11,075.00 619-30900 161nch Casing Pipe LF 36 $ 11,036.52 620-00020 Sanitary Facility EACH 1 $ 632.00 626-00000 Mobilization LS 1 $ 44,259.00 630-10000 Traffic Control LS 1 $ 10.350.00 SUBTOTAL S 544,330.63 FORCEACCOUNT 700-70010 F)A Minor Contract Revisions FA 1 $ 70,000.00 $ 70,000.00 700-90170 F)A Water Lines FA 1 $ 90,000.00 $ 90,000.00 TOTAL BASE BIDS 704,330.63 INWORDS: seven hundred and fondNouxw mme hundna eMbadbm add W.y mro. cants • • • Fort Collins �— Purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS nr a..lal S.]l . Parchaeing DNlelon 315 N. Maeon St. 2"Moor PO Box 580 Fort colllne, CO 805P .70.716707 koov oo-Wv howg Description of BID 8038: Arthur Ditch Wood Street Bridge Replacement OPENING DATE: 3:00 PM (Our Clock) December 17, 2014 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Questions and Answers and Revised Bid Schedule • Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. This addendum was received by Lobos Structures • Page 1 of 53 ❑1 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be dear 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: Lobos Structures 2. Permanent main office address: 8oe4 Sherman street 3. When organized: September 16, 2010 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? 4 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) • n/a 7. General character of Work performed by your company: Bridges and Overpasses, Structural Concrete, Storm Drain, Retailing 8 MSE Walls, Concrete Flatwork, Concrete Paving 8. 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? HO 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. Attached • 12. List your major equipment available for this contract. Attached 13. Experience in construction Work similar in importance to this project: Attached 14. Background and experience of the principal members of your organization, including officers: 0 Luis Villalobos 35+Years Bridge/Highway Construction, Luis G Villalobos 6 Years Bridge/Highway Construction �I 15. Credit available: $ $100,000,00 16. Bank Reference: Katelyn Galindo, chose Bank 303-244-5138 17. Will you, upon request, fill out a detailed financial statement and furnish any other !I information that maybe required by the OWNER? Yes 18. Are you licensed as a General Contractor? No 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 contrail? And to whom? 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL 21. What are the limits of your public liability? DETAIL $2,000,000.00 What company? clminatu Insurance 22. What are your company's bonding limitations? $5,000,000.00 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 Bidders Qualifications. E Dated at 5 hisday of-'-fDlec—�11 Company. Lobos Structures, LLC Bl(mp/Printed: Title: Manager State of Colorado Countyof vwQ Y- Luis Villalobos I I,A.i S �J A1Q` WS being duly sworn deposes and says that he is r?Wr\42✓ ofW06S, ShI,kC-FL)\r-eS (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true • and correct. Subscribed and sworn to before me this _�Lp_ day ofID2CeM\-RI . 201�. DEZ =LAII tlm' VOT Ofary PUbiIC C M My commission expires: c )on 'gel 0 r-� u SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR Asphalt Paving Martin Marietta Traffic Control Roadway Safety Solutions 0 • Lobos 11.E SfirucfiurL=: • 0 8094 Sherman St. Denver, CO 8=21 1 Phone: 303•669.38111 Fax: 303-628.5314 Emall: lobosstmetums®Bmall.com LOBOS STRUCTURES EQUIPMENT LIST EQUIPMENT Terex Bid -Well 3600 Bridge Roller Paver 2004 Caterpillar 325C Hydraulic Excavator 2000 SKYiRAK 10054 10000 LB 4X4X4 Telescopic Forklift 2006 Bobcat S300 Skid Steer Loader & Forks 2008 Bobcat A300 Sid Steer Loader 2002 Gradall Excavator & 60" 36" & 30" Bucket GenSet LIGHT DUTY TRUCKS - 2007 Dodge 3500 2008 Dodge 2500 2007 GMC W4500 Van Truck with Hydraulic Lift HEAVY DUTY TRUCKS 2001 Kenworth T800 Tractor TRAILERS 2001 Flagg HPF54-3 53 TON TWA Lowboy 2006 CTS 34' End Dump Trailer 2011 PJ 14 Dump Trailer 2011 Diamond T 20' Flat Bed COMPACTION Wacker Neuson BS 70-21 Rammer Wacker Neuson WP 1550AW Plate Compactor COMPRESSOR.. In ersol 165 Air Compressor DEMO CHAIN SAW Norton Clipper 36" 61 Horsepower Concrete Saw 2 14" Gas Demolition Saws Chooer 14" Brick Saw 2009 Saint Gobaln Masonry Saw CONCRETE EQUIPMENT 2 Honda 5000 Generators 90 Pounce Concrete Breaker Chicago Electric 350OW Portable Generator Concrete Vibrator 1" Head 14' Lon Concrete Vibrator 1" Head 10' Lon 2011 Bobcat HB980 Concrete Breaker § f - �� • |, ]/klffi; ®! - - !!/) ( \ ) ( ! ]@ *e n9 \£ 2 k uo ) 2 \ }2 }2 - ` Q)/!§; �! B f# �°�)§i, §�2ƒ\\\ae§k 0 0 0 P • • SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed Exhibit 1 I. Revisions to the Plans/Bid Tab: A. The Plan sheets and the Bid Form have been revised to show the location of the City of Fort Collins Utility Dept. Sanitary Sewer realignment. B. Line Items added to the Bid Form are: • 202-00021 Removal of Manhole — 3 EA • 604-31015 Manhole Box Base (15 Foot) — 2 EA • 604-31010 Manhole Box Base (10 Foot) — 1 EA • 604-83108 8 Inch Plastic Pipe Sewer (Polyvinyl Chloride) — 64 LF • 619-30900 16 Inch Casing Pipe — 36 LF • C. Line Items removed from the Bid Form are: • 210-04010 Adjust Manhole — 3 EA D. Replace previous Bid Form with attached revised Bid Form. II. Revisions to the Project Specifications: A. The following specifications have been updated or added to the project: • Revision of Section 604, 8 Inch Plastic Sewer (Polyvinyl Chloride) • Revision of Section 619, 16 Inch Casing Pipe III. Clarification ... bid item 604-50205 - Manhole Ring. and Cover, is a lump sum bid for a total of two manhole rings and covers. One cover is solid, and the other is • slotted. Page 2 of 53 SECTION 00510 NOTICE OF AWARD DATE: December 19, 2014 TO: Lobos Structures PROJECT: 8038 Arthur Ditch Wood Street Bridge Replacement OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated December 17, 2014 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 8038 Arthur Ditch Wood Street Bridge Replacement. The Price of your Agreement is Seven Hundred Four Thousand Three Hundred Thirty Dollars and 63 Cents ($704,330.63). 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 5, 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 rt ollin ' lly0 OWNER_I By: Gerry S. Aaul Director of Purchasing & Risk Management 0 • SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 19' day of December in the year of 2014 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Lobos Structures (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 8038 Arthur Ditch Wood Street Bridge Replacement and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Michael Baker, Jr., 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. ARTICLE 3. CONTRACT TIMES 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 Four (104) 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 eight hundred Dollars ($1800) 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 Eight Hundred Dollars ($1800) for each calendar day or fraction thereof that expires after the Fourteen (14) 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: Seven Hundred Four Thousand Three Hundred Thirty Dollars and 63 Cents ($704.330.63), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to • 95% of the Contract Price, less such amounts as ENGINEER shall • determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1.. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, • investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and • conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors • or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: • Sheet No. Index of Sheet 1 TITLE SHEET 2 STANDARDS PLANS LIST 3-4 TYPICAL SECTIONS 5-6 GENERAL NOTES 7-8 SUMMARY OF APPROXIMATE QUANTITIES 9 GEOMETRIC LAYOUT 10 TABULATION OF REMOVALS, RESETS AND ADJUSTMENTS 11 REMOVALS, RESETS AND ADJUSTMENTS PLAN 12 TABULATION OF ROADWAY QUANTITIES 13 ROADWAY PLAN 14-16 ROADWAY PROFILES 17-19 GUTTER FLOWLINE PROFILES 20 ROADWAY DETAILS 21 TABULATION OF EROSION CONTROL QUANTITIES 22 EROSION CONTROL PLAN 23-33 STRUCTURES 34 DRAINAGETABULATION OF QUANTITIES 35-36 DRAINAGE DETAILS 37 DRAINAGE STORM SEWER PLAN AND PROFILE 38-39 GRADING PLAN 40 GRADING POINTS TABLE • 41 TABULATION OF TRAFFIC CONTROL QUANTITIES 42 TRAFFIC CONTROL PLAN 43 PEDESTRAIN TRAFFIC CONTROL PLAN The Contract. Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 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. • OWNER: CITY OF FORT COLLINS By: I p GtRRbf S. PAUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT Title:P}ZY— Date:/s' Attest: IN wi 49JF—I , City Clerk O.e SEAL Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 CO<ORA00 AIpr veq d as to Form Assi ant City Attorney CONTRACTOR: LOBOS STRUCTURES By: PRINTED Title: 1401 fte (CORPORATE SEAL) p Attes. Address for giving notices: SD 4y s/rei/nsn S/. License No.: • • SECTION 00530 NOTICE TO PROCEED Description of Work: 8038 Arthur Ditch Wood Street Bridge Replacement To: Lobos Structures 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 By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this _day of 20_ CONTRACTOR: Lobos Structures Title: L 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 ooaoo • PERFORMANCE BOND KNOW ALL BY THESE PRESENTS: that (Firm) Lobos Structures LLC (Address) fined Sherman Street Denver CO 80221 (aixhodisddmq, (adlosnrdrl(g, (a Corporation), hereinafter referred to as "the Principal, and (Finn) International Fidelity Insurance Company Bond No. Q662978 hereinafter referred to as 'the Surety," are held and firmly bound unto the Chy of Fora Collins, 300 West LaPorte Avenue, Post Office Box 580, Fort Collins, Colorado 80522, a Municipal Corporation, hereinafter referred to as "the Owner," in the penal sum of $704,330.63 Seven Hundred Four Thousand Three Hundred Thirty Dollars and 63/100 in lawful money of the United Stales, for the payment of which sum well and only to be made, we bind ourselves, successors and assigns, Jointly and severalty, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a Milan Contract Agreement with the Owner, dated the 19th day of December , 2014 , a copy of which is hereto attached and make a pan hereof for the performance of CityofFort Collins Project, 803 -Arthur Ditch Wood Street Bridge Replacement NOW, THEREFORE, if the Principal shell well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Contract 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 he shall satisfy all claims and demands incurred under such Contract Agreement, and shall fully indemnify and save harmless the Owner &am all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and then this obligation shall be void; otherwise to remain in fall 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 Contract Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in anyway aired 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 Contract Agreement or to the work or to the specifications. PROVIDED, FURTHER, that an final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim maybe unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three counterparts, each one of which shall be deemed an original, this 22nd day of December 2014 Lobos Structures, LLC, N,P SENCE OF: By: ' (Title) Witness • (CORPORATE SEAL) 8084 Sherman Street, Denver, CO 80221 (Address) Papal oft • • • WOOD STREET BRIDGE REPLACEMENT BID SCHEDULE ITEM NO ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 201-00000 Clearing and Grubbing L S 1 $ 202-00010 Removal of Tree EACH 1 $ - 202-00019 Removal of Inlet EACH 1 $ - 202-00021 Removal of Manhole EACH 3 $ - 202-00035 Removal of Pipe LF 77 $ - 20240200 Removal of Sidewalk SY 79 $ - 202-00203 Removal of Curb and Guller LF 311 $ - 202-002101 Removal of Concrete Pavement SY 81 $ - 202-00220 Removal of Asphalt Mal SY 1201 $ - 202-00495 Removal of Ramona of Present Stmcture L S 1 $ - 202-01000 Removal of Fence LF 74 $ - 203-01100 Proof Rolling HOUR 4 $ - 206-0OD00 Structure Excavation CY 633 $ - 206-00100 Structure Backfill(Class l) CY 219 $ - 208-00002 Erosion Log (12 Inch) LF 100 $ - 208-M35 Aggregate Beg LF 250 $ - 208-00045 Concrete Washout Structure EACH 1 $ - 208-00050 Storm Drain Intel Protection (Aggregate Bag) EACH 3 $ - 208-00052 Storm Drain Intel Protection (Type 2) LF 4 $ - 208-00070 Vehicle Tracking Pad EACH 2 $ - 208-00116 Sveeping (Sediment Removal) L S 1 $ - 20B40216 Erosion Control Supervisor L S 1 $ - 210-00810 Reset Ground Sign EACH 1 $ - 210-01011 Reset Gate EACH 1 $ - 212-00100 Tree Retention and Protection L S 1 $ - 216-00037 Soil Retention Blanket (Cocenut) SY 25 $ - 304-06007 Aggregate Base Course (Class 6) CY 198 $ - 301-090301112' Clean Wash Rode CY 267 $ - 403-34851 Hot Mix Asphall (Grading SX) (100) (PG 64-28) TON 392 $ - 420-00114 Geoteldile (Drainage) (Class 3) SY 28 $ - 506-00212 Riprap(12 Inch) CY 14 $ - 509-00001 Structural Steel (Galvanized) LB 2,759 $ - 515-00120 Waterproofing (Membrane) SY 01 $ - 601-01000 Concrete Class B CY 1 $ - 60143000 Concrete Class D CY 317 $ - 602-00020 Reinforcing Steel(Epbxy Coated) LB 61.526 $ - 603-50017 161nch Plastic Pipe (Special) LF 56 $ - 604-19D05 Inlet Special (5 Foot) EACH 1 $ - 604-31010 Manhole Box Base (10 Foot) EACH 1 $ - 604-31015 Manhole Box Base (15 Foot) EACH 2 $ - 604-50205 Manhole Ring and Cover L S 1 $ - 604-83108 81nch Plastic Pipe Sewer (Polyvinyl Chloride) LF 64 $ - 1601-1158 Fence (Temporary) (Chain Link) LF 615 $ - 607-53005 Fence Chain Link (Spacial) LF 78 $ - Page 3 of 53 r-� IN PRESENCE OF: IN PRESENCE OR 4\�F}ITY/NJ ALTl_ �y�WIEPs�'a$O Witness yN/ • *� • (SURETY SEAL) Other Partners fM 34 La International Fidelity Insurance Company i One Newark Center, Newark, NJ 07102-5207 0anee') NOTE: Date of Bond must not be prior to date of Contract Agreement. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety Company most be authorized to transact business in the State of Colorado and be aomplable to the Owner. • Page 2 of 2 0 0 Pi area PAYMENT BOND • Bond No. 0662978 KNOW ALL BY THESE PRESENTS: that (Firm) Lobos Structures, LLC, (Address) 8084 Sherman Street, Denver, CO 80221, (w3alk0Nl), WPaintooltA (a Corporation), haremafler teferned to as "the Principal,"and (Firm) International Fidelity Insurance Company (Address) One Newark Center, Newark, NJ 07102-5207 hereinafter referred to as "die Surety," are hold and firmly bound unto the City of Fort Collins, 300 West LaPorte Avenue, Post Office Box 580, Fort Collins, Colorado 80522, a Municipal Corporation, hereinafter referred to as "the Owner," in the penal am of $704.330,63 Seven Hundred Four Thousand Three Hundred Thirtv Dollars and 63/100 in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, soexxi mora and assigns, jointly and severally, lately by these presents, THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Contract Agreement with the Owner, dated the 19th day of December , 2014 , a copy of which is hereto attached and make apart hereof for the Performance of City of Fort Collies Project, 8038 Arthur Ditch Wood Street Bridge Replacement . NOW, THEREFORE, if the Principal shall make payment to all persons, forte, subcontractors and corporations famishing materials for or performing labor in the prosecution of the work provided for in such Contract Agreement, and any euthoriwd 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 fame and effect. PROVIDED, FURTHER, that the said Safety, for value received, hereby stipulates and agrees that no change, extension of time, attention or addition to the terms of the Construction 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 Construction 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. • Page t of 0 0 0 IN WITNESS WBEREOF, this instrument is ==red in three eounr aparls, each one of which shall be deemed an original, this 22nd day of December , 2014 . I Witness (CORPORATE SEAL) IN PRESENCE OF: t s.., i ,. Witness • 4' ' (SURETY SEAL) N/ Prmap 1 Lobos Structures, ALLLC By: o' (noel 8084 Sherman Street, Denver, CO 80221 t m ) By: By: By: Intemational Fldelity Insurance C a pany T— A Karen A. Feggestad One Newark Center 061nime) Newark, NJ 07102-5207 NOTE: Date of Bond ,at not be prior to date of Contract Agroement, If Contractor is Partnership, an partners shmW execute Bond. IMPORTANT: Surety Company mast be authorized to transact business in the State of Colorado and be acceptable to the Owner. • MEMBER MOODY INSURANCE AGENCY, INC. ® W55 East ltrns Avenue. Suite AN DENVER, COLORADO 80337 PHONE: CHO) 824.000 Pace 2et2 0 0 0 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,amrporation organisW and existing laws ofthe State ofNew Jersey, and having Its principal omce in the City of Newark, New Jersey. does hereby constitute and appoint Karen A. FeG9estad as attomey-in-tact to execute the following bond: Surety Bond Number, 0662978 Principal: Lobos Structures, LLC, Obligee: City of Fort Collins and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE CONTANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Paver ofAnoaay is executed, and may be revoked, personal to and by authority of Article 3-Section 3, ofthe By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President. Executive Vice President. Secretary or Assistant Secretary, shall have pros rand eulhoriry (1) To appoint Attomeyr- 4.1, and to eudmrice them to execute on behalfofihe Company, andattach the Seal ofthe Company thereto, bonds and undertakings, contracts ofindemnity, and other writings obligatory in the nature Ihereofand, (2) To remove, at any time, any such attamey4o-fact and make the authority given. Further, this Power ofAdomey la signed and sealed by facsimile pursuant to resolution of the Board of Directors ofeaid Company adopted at a meeting duly called and held on the 2%day ofApol, 1982 ofwhich the following is a true excerpt Now therefore the signatures crouch officers and the seal of the Company may be affixed to any such power of attorney crony certificate miming thereto by facsimile, and any such power ofmomey or eMificme bearing such facsimile signatures a facsimile mat shall be wild and binding upon the Company and any such power so executed and certifled by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is muehcd. . �LITy dH IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY Ives caused this inatmmem In be ��O I1n�rip signed and its corporate mat to be affixed by its authorised officer, this IZe day of March, 2012. as4��P iy INTERNATIONAL FIDELITY INSURANCE T,lt./9Da ea Q COMPANY STATE OF NEW JERSEY T1EP S3fMl . k� County of Essex Robert W. Minster, Executive Vice -President On this 12- day ofMareh, 2012., before me came the Individual who executed the preceding last on..t, to me personally known, and, holes by me duly swoon, said the he is the therein described and mannered officer ofthe INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Sal ofeaid Company; the the said Cmpomte Seal and his eignamre were duly affixed by order offae Board ofDionam of mid Company. IN TESTIMONY WHEREOF, I have hereunto set my band affixed my Official Sal, et the City ofNewmk New Jersey the day and year first above written. duP�ROG * PUBLIC * Jlwwi N�Nd[:Rsc� A NOTARY PUBLIC OF NEW JERSEY My Commission Expiras Nov. 21, 2015 CERTIFICATION 1, the undersigned orccer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that 1 have compared the foregoing copy ofthe Power ofAeomey and afdavih and the copy ofthe Section cribs By -lava ofeaid Company a act fmlh le said Power ofAmeracy. with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the ante am ceneet trenadpts thereof, and ofthe whole ofthe aid originals, and that the said Power of Anomey bens not been revoked and is now in full force and eQat • IN TESTIMONY WHEREOF, I have hemeunto set my hand this22nd day of December, 2014 Aaistant SovoUry Surepath 08113 No Text • 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 addHional 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 subcontractors insurance 0 608-00000 Concrete Sidewalk SV 113 $ - 608-00012 Curb Ramp (Special) SV 41 $ - 609-21020 Curb and Gutter Type 2 (Section II-B) LF 212 $ - 609-219DO Curb and Gutter Type 2 (Special) LF 14 $ - 61"0499 Trash Guard Special EACH 1 $ - 619-30900 161nch Casing Pipe LF 36 $ - 620-00020 Sanitary Facility EACH 1 $ - 626-00000 Mobilization L S 1 $ - 630-10000 Traffic Control L S 1 $ - SUBTOTAL $ - FORCEACCOUNT ]00-]0010 FIA Minor Contract Revisions FA 1 $ 70,000,00 ]00-901]0 F/A Water Lines FA 1 $ 90,000.00 $ 90,000.00 TOTAL BASE BID S 160,000.a0 IN Ntlao9: L • Page 4 of 53 L li- R CERTIFICATE OF LIABILITY INSURANCE `/ 2/22/ 014 12/22/203i THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(iea) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate don not confer rights to the D.dfft.. a hold., in lieu of such endomement(s). PRODUCER Moody Insurance Agency, Inc. 8055 East Tuft. Avenue Suite 1000 Denver CO 80237 RAM A AvtVen I., CISR vxoxE (303)82a-6600 °p% .Isom no-pua AD 1 .alMBModyins. COIN INMUR(S) AFFORDING COVERAGE RAM mBURERA Cincinnati Insurance COIN niea INSURED Lobos Structures, LLC 8086 Sherman Street Denver CO 80221 INSURERS:ginnecol Assurance 41190 INSURERC: INSURERD: WSURER E: 1 INSURER P: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE UCYNU R PoIICYEPF POLICY UMRB GENERAL LPBIUTY EACH OCCURRENCE f 1,000,000 A X C/JMMERGAL GENEMLUABILRY CWMSMAM OOCWR X NE01<0851 /14/2014 /14/2015 T EG MEDEI1 one prawn f 500,000 f 10,000 PERSONAL B AOV INJURY f 1,000,000 GENERAL AGGREGATE f 2,000,000 GEYL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPFPAGG f 2,000,000 LICY 7X POf °"ITA0. LED •urowNLE LIANuiv 1 1,000.00 ll X f A ANY AUTO AALLOOMINEO SCCHHEEDDULED X 0140951 /14/2014 /14/2015 PoDILYINJURYO'spamn) WDILYINJURY(AMINuestll f WREDAUTOS UTOS PROPERTY E f f UIIDRELIA UAB OCCUR EACH OCCURRENCE f AGGREGATE f EXCESS LUIB CIAagNACE E f B MO RS COMPENSATION AND EMKO"W ABILITY YINTon ANY PROPRIETOPPARTNERIEXECUTNE❑ X MSTATLL OTW El EACH ACODEM f 100,00 CT MISUMEMBER EXCLUOEm (seeks, In NH) MIA 186005 /1/2031 16 /1/20EL. DISEASE -EA EMPLOYE f 100.000 Ilyee. Cucnbumir GESCRIPNGN OFOPERATIONS LWav EL. USEA.SE- POLICY LIMIT 1 f 500,000 DESCRIPTION OF OPERATORS I LOCATIONS I VEHICLES Unwh Rome 101, Additional Remns S nduk, N mme Spun u ngWE) ,e RE: 8038 Arthur Ditch Wood Street Bridge Replacsaant. The city of Fort Collins is included as Run Additional Insured with respect to General Liability as required by written Contract, and Automobile Liability. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ' The City 0£ Fort Collins ACCORDANCE WITH THE POLICY PROVISIONS. PO Bur 580 Fort Collins, CO 80522 AUTHORIZED REMESENTAME A Laa, CISR/AUTLAB ACOR025(2010/05( 01968-2010 ACORD CORPORATION. All rights reserved I113026,mtmsm Thu Arnlan— svl Innn oro ronlerarorl-1-M Ar.nPn 171 0 0 b. Care, Custody or Control Liability deductible amount as has been Coverage paid by us. • SECTION 1 - COVERAGES. COV- 7. 180 Day Coverage for Newly Formed or ERAGE A. BODILY INJURY AND Acquired Organizations PROPERTY DAMAGE LIABILITY, 2. SECTION II - WHO IS AN INSURED is Exclusions, Damage to Property, amended as follows: Subparagraphs (3), (4) and (5) do not apply to "property damage" to the Subparagraph a. of Paragraph C is property of others described therein. hereby deleted and replaced by the fbl- With respect to the insurance provided by lowing: this section of the endorsement, the fol- a. Insurance under this provision is af- lowing additional provisions apply: forded only until the 180th day after a. The Limits of Insurance shown in the you acquire or form the organization or the end of the policy period, Declarations are replaced by the lim- whichever is earlier; its designated in Section B. Limits of Insurance, 6. Voluntary Property 8, Waiver of Subrogation Damage and Care, Custody or Control Liability Coverage of this SECTION IV - COMMERCIAL GENERAL endorsement with respect to cover- LIABILITY CONDITIONS. 9. Transfer of age provided by this endorsement. Rights of Recovery Against Others to These limits are inclusive of and not Us is hereby amended by the addition of in addition to the limits being re- the following: placed. The Limits of Insurance shown in Section B. Limits of Incur -haw waive any right of recovery may once, & Voluntary Property Dam- make for hbecause of payments a ave age and Care, Custody or Control injury or damage arcing out oof your ongo- f Liability Coverage of this endorse- Ing operations or "your work" done under ment fix the most we will pay in any a written contract requiring such waiver one "occurrence" regardless of the with that person or organization and in - cluded in the "products -completed opera- • number of Insureds; bons hazard". However, our rights may only. be waived prior to the "occurrence" (1) giving rise to the injury or damage for Claims made or "suits" brought (2) 9 which we make payment under this Cov- or erage Part The insured must do nothing (3) Persons or organizations making after a loss to impair our rights. At our re- "suit" claims or bringing "suits". quest, the insured will bring or trans- fer those rights to us and help us enforce b. Deductible Clause those rights. (1) Our obligation to pay damages 9. Automatic Additional Insured - Speci- on your behalf applies only to the fled Relationships amount of damages for each The following is hereby added to a occurrence" which are in excess of the deductible amount stated - SECTION II - WHO IS AN INSURED: in Section B. Limits of Incur- (1) Any person or organization de - once, 6. Voluntary Property scribed in Paragraph 9.a.(2) be - Damage and Care, Custody or low (hereinafter referred to as Control Liability Coverage of additional insured) whom you are this endorsement. The limits of required to add as an additional insurance will not be reduced by insured under this Coverage Part the application of such deducti- by reason of. ble amount. (a) A written contrail or agree- (2) Condition 2, Duties in the Event ment: or of Occurrence, Offense, or Suit applies to each claimaim or or (b) An oral agreement or con - "suit' irrespective of the amount tract where a certificate of insurance showing that per- (3) We may pay any part or all of the son or organization as an deductible amount to effect set- additional insured has been • tlement of any claim or "sub" and, upon notification of the ac- issued, tion taken, you shall promptly re- is an insured, provided: imburse us for such part of the Includes copyrighted material of Insurance GA 233 CO 0511 Services Office, Inc., with its permission. Page 10 of 16 (a) The written or oral contract or use of equipment leased or agreement is: to you by such person(s) or 1) Currently in effect % organizations(s). However, • this insurance does not ap- becomes effective dur- ply to any "occurrence" ing the policy period; and which takes place after the equipment lease expires. 2) Executed prior to an "occurrence" or offense (c) Any person or organization lo which this insurance (referred to below as ven- dor) with whom you have would apply; and agreed per Paragraph (b) They are not specifically 9.a.(1) above to provide in - named as an additional in- surance, but only with re- sured under any other pro- spect to "bodily injury' or vision of, or endorsement "property damage" arising added to, this Coverage out of 'Your products" which Part. are distributed or sold in the regular course of the ven- (2) Only the following persons or or- dor's business, subject to ganizations are additional insur- the following additional ex- eds under this endorsement. and clusions: insurance coverage provided to such additional insureds is lim- 1) The insurance afforded ited as provided herein: the vendor does not apply to: (a) The manager or lessor of a a) "Bodily injury" or premises leased to you with whom you have agreed per "property damage" Paragraph 9.a.(1) above to for which the ven- provide insurance, but only dor is obligated to with respect to liability aris- pay damages by ing out of the ownership, maintenance or use of that reason of the as - sumption of liability • part of a premises leased to in a contract or you. subject to the following agreement This additional exclusions: exclusion does not apply to liability for This insurance does not ap- damages that the ply to: vendor would have in the absence of 1) Any"occurrence" which the contract or takes place after you agreement cease to be a tenant in that premises. b) Any express war- ranty unauthorized 2) Structural alterations, byyou: new construction or demolition operations c) Any physical or performed by or on be- chemical change half of such additional in the product insured. made intentionally by the vendor; (b) Any person or organization from which you lease d) Repackaging, ex - equipment with whom you cept when un- have agreed per Paragraph packed solely for 9.a.(1) above to provide in- the purpose of in- surance. Such person(s) or spection, demon- organization(s) are insureds, stration, testing, or but only to the extent that the substitution of the liability for"bodily injury", parts under in- "properry damage" or "per- structions from the sonal and advertising injury" manufacturer, and is caused by your negh- then repackaged gence, acts or omissions in in the original con -• the maintenance, operation tainer; Includes copyrighted material of Insurance GA 233 CO 05 11 Services Office, Inc., with its permission. Page 11 of 16 e) Any failure to Part with respect make such inspec- to such products. • tions, adjustments, (d) Any state or political subdi- tests or servicing as the vendor has vision with which you have agreed to make or agreed per Paragraph normally under- 9.a.(1) above to provide in- takes to make in surance, subject to the fol- the usual course of lowing additional provision: business, in con- This insurance applies only nection with the with respect to the following distribution or sale hazards for which the state of the products; or political subdivision has f) Demonstration, in- issued a permit in connec- stallation, servicing Lion with premises you own, or repair opera- rent or control and to which tions. except such this insurance applies: operations per- 1) The existence. mainte- formed at the ven- nance, repair, construc- dor's premises in tion, erection, or re- connection with moval of advertising the sale of the signs, awnings, cano- product; pies, cellar entrances, g) Products which, coal holes, driveways, after distribution or manholes, marquees. sale by you, have hoist away openings, been labeled or re- sidewalk vaults, street labeled or used as banners, or decorations a container. part or and similar exposures; ingredient of any or other thing or sub- 2) The construction, erec- • stance by or for tion, or removal of ele- the vendor; or vators; or h) Bodily injury" or 3) The ownership, main - "property, damage" tenance. or use of any arising out of the elevators covered by negligence, acts or this insurance. omissions of the vendor, its em- (e) Any state or political subdi- ployees or anyone vision with which you have else acting on its agreed per Paragraph behalf. 9.a.(1) above to provide in- surance, subject to the fol- 2) This insurance does not lowing provisions: apply to any insured person or organization: 1) This insurance applies only with respect to op- a) From whom you erations performed by have acquired you or on your behalf such products, or for which the state or any ingredient. political subdivision has part or container, issued a permit entering into, ac- companying or 2) This insurance does not containing such apply to "bodily injury', products; or "property damage" or "personal and advertis- b) When liability in- M ing injury" arising out of cluded within the operations performed "products- for the state or political completed opera- subdivision. tions hazard" has • been excluded un- (f) For 'your work" performed der this Coverage in Colorado, any person or Includes copyrighted material of Insurance GA 233 CO 0511 Services Office, Inc.. with its permission. Page 12 of 16 organization with which you (a) Subparagraphs (e), (f) and have agreed per Paragraph (g) do not apply to "bodiy n- 9.a.(1) above to provide in- jury' or "property damage" • surance, but only to the ex- included within the 'prod - tent that the liability is ucts-completed operations caused by'your work" per- hazard": formed for that additional in- sured and only to the extent (b) Subparagraphs (a), (cl (e) that such liability is caused and (g) do not apply to "bod- by your acts or omissions or illy injury", "property dam - the ads or omissions of age" or "personal and ad - those acting on your behalf. vertising injury arising out A person or organization's of the sole negligence or status as an insured under willful misconduct of the ad - this provision of this en- ditional insured or its "em- dorsement continues for ployees": or only the period of time re- (c) Subparagraph (f) and (g) do quired by the written con- not apply to 'bodily injury, tract or agreement, but in no "property damage" or "per - event beyond the expiration sonal and advertising injury" date of this Coverage Part. arising out of: If there is no written contract or agreement, or if no period 1) The rendering of, or of time is required by the failure to render, any written contract or agree- professional services ment, a person or organiza- by you or on your be- tion's status as an insured half, but only with re - under this endorsement spect to either or both ends when your operations of the following opera - for that insured are cony lions: pleted. a) Providing engi- (g) For "your work" performed neering. architec- in the "coverage territory rural or surveying • but not in Colorado, any services to others; person or organization with and which you have agreed per Paragraph 9.a.(1) above to b) Providing, or hiring provide insurance, but only independent pro - with respect to liability ans- fessionals to pro- ing out of "your work" per- vide, engineering, formed for that additional in- architectural or sured by you or on your be- surveying services half. A person or organza- in connection with tion's status as an insured construction work under this provision of this you perform. endorsement continues for 2) Subject to Paragraph 3) only the period of time re- below. pprofessional quired by the written con- services indude: tract or agreement, but in no event beyond the expiration a) Preparing, approv- date of this Coverage Part. ing, or failing to If there is no written contract prepare or ap- or agreement, or if no period prove, maps, shop of time is required by the drawings, opin- written contract or agree- ions, reports, sur- me it, a person or organza- veys, field orders, tion's status as an insured change orders. or under this endorsement drawings and ends when your operations specifications; and for that insured are com- pleted. b) Supervisory or in- spection activities (3) Any insurance provided to an performed as part • additional insured designated of any related ar- under Paragraph 9.a.(2): Includes copyrighted material of Insurance GA 233 CO g511 Services Office. Inc., with its permission. Page 13 of 16 chitectural or engv primary to other insurance neering activities. available to the additional insured except • 3) Professional services do not include services 1) As otherwise provided within construction in SECTION IV - means, methods, tech- COMMERCIAL GEN- niques, sequences and ERAL LIABILITY procedures employed CONDITIONS, 5. by you in connection Other Insurance, b. with construction work Excess Insurance; of you perform. 2) For any other valid and (d) Subparagraphs M and (g) collectible insurance do not apply to "bodily in- available to the adds jury' or 'property damage" tional insured as an ad - arising out of your work" for ditional insured by at which a consolidated (wrap- tachment of an en - up) insurance program has dorsement to another been provided by the prime insurance policy that is contractor I project manager written on an excess or owner of the construction basis. In such case, the project in which you are in- coverage provided un- volved. der this endorsement shall also be excess. b. Only with regard to insurance pro- mcled to an additional insured desig- (2) Condition 11. Conformance to nated under Paragraph 9.a.(2) Sub- Speck Written Contract or paragraphs (f) and (g) above, SEC- Agreement is hereby added: TION III - LIMITS OF INSURANCE is 11. Conformance to Specific amended to include: Written Contract or The limits applicable to the additional Agreement • insured are those specked in the written contract or agreement or in a. With respect to addi- tional insureds de - the Declarations of this Coverage Pan, whichever are less. If no limits scribed in Paragraph are specified in the written contract or 9l above only: agreement, or if there is no written If a written contract or contract or agreement, the limits ap- agreement between plicable to the addi tonal insured are you and the additional those specified in the Declarations of insured specifies that this Coverage Part. The limits of in- coverage for the ad& surance are inclusive of and not in tronal insured: addition to the limits of insurance shown in the Declarations. (1) Be provided bythe Insurance Ser- c. SECTION IV - COMMERCIAL GEN- vices Office addi- ERAL LIABILITY CONDITIONS is tional insured form hereby amended as follows: number CG 32 27, (1) Condition S. Other Insurance is CG 32 26 or CG amended to include: 32 29: or (a) Where required by a written (2) Include coverage contract or agreement, this for completed op - insurance is primary and / or erations: or noncontributory as respects (3) Include coverage any other insurance policy for "your work; issued to the additional in- sured, and such other in- and where the limits or surance policy shall be ex- coverage provided to cess and / or noncontribut- the additional insured is ing, whichever applies, with more restrictive than • this insurance. was specifically re- quired in that written (b) Any insurance provided by contract or agreement this endorsement shall be the terns of Para - Includes copyrighted material of Insurance GA 233 CO 0511 Services Office, Inc., with Its permission. Page 14 of 16 graphs 9.a.(3)(a) or 9.b. agreement specifies above, or any combina- the Insurance Services bon thereof, shall be in- Office additional in- • terpreted as providing sured form number CG the limits or coverage 20 10 but does not required by the terms of specify which edition, or the written contract or specifies an edition that agreement, but only to does not exist. Para- theextentthatsuchliro- graphs 9.a.(3)(b) and its or coverage is in- 9.h of this endorse- cluded within the terms ment shall not apply of the Coverage Part to and Paragraph which this endorsement 9.a.(3)(a) of this en - is attached. dorsement shall apply. b. With respect to addi- 10. Broadened Contractual Liability - Work tional insureds de- Within 50' of Railroad Property scribed in Paragraph 9.a.(2)(g) above only: It is hereby agreed that Paragraph f.(1) of Definition 12. "Insured contract" (SEC - If a written contract or TION V - DEFINITIONS) is deleted. agreement between you and the additional 11. Property Damage to Borrowed Equip - insured specifies that mend coverage for the addi- a. The following is hereby added to Ex- tional insured: clusion J. Damage to Property of a. Be provided by the Paragraph 2., Exclusions of SEC - Insurance Ser- TION I - COVERAGES. COVERAGE vices Office ad& A. BODILY INJURY AND PROP- tional insured form ERTY DAMAGE LIABILITY: number CG 20 10 Paragraphs (3) and (4) of this exclu- or CG 20 37 (where edition sion do not apply to tools or equip - specified); or ment loaned to you, provided they are • not being used to perform operations b. Include coverage at the time of loss. for completed op- b. With respect to the insurance pro- erations; or video by this section of the endorse- c. Include coverage ment, the following additional provi- for "}our work"; $ions apply. and where the limits or (1) The Limits of insurance shown in coverage provided to the Declarations are replaced by the additional insured is the limits designated in Section more restrictive than B. Limits of Insurance. 11. of was specifically re- this endorsement with respect to quired in that written coverage provided by this an - contract or agreement. domement. These limits are in - the terms of Para- clusive of and not in addition to graphs 9.a.(3)(a). the limits being replaced. The 9.a.(3)(b) or 9.b. above, Limits of Insurance shown in w any combination Section B. Limits of Insurance, thereof, shall be inter- 11. of this endorsement fix the preted as providing the most we will pay in any one "oc- limits or coverage re- currence" regardless of the quired by the terms of number of. the written contract or (a) Insureds; agreement, but only to the extern that such lim- (b) Claims made or "suits" its or coverage is in- brought: or cluded within the terms of the Coverage Part to (c) Persons or organizations which this endorsement making claims or bring is attached. If, however, 'suits'. • the written contract or Includes copyrighted material of Insurance GA 233 CO 05 11 Services ice. Inc., with its permission. Page 15 of 16 r • SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: Street Bridge Replacement PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 8038 Arthur Dftch Wood LOCATION: Fort Collins. Colorado OWNER: City of Fort Collins CONTRACTOR: [Contractor] 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 DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on _ . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO OWNER REMARKS: By: AUTHORIZED REPRESENTATIVE • Sheet No. Index of Sheet 1 TITLE SHEET 2 STANDARDS PLANS LIST 3-4 TYPICAL SECTIONS 5-6 GENERAL NOTES 7-8 SUMMARY OF APPROXIMATE QUANTITIES 9 GEOMETRIC LAYOUT 10 TABULATION OF REMOVALS, RESETS AND ADJUSTMENTS 11 REMOVALS, RESETS AND ADJUSTMENTS PLAN 12 TABULATION OF ROADWAY QUANTITIES 13 ROADWAY PLAN 14-16 ROADWAY PROFILES 17-19 GUTTER FLOWLINE PROFILES 20 ROADWAY DETAILS 21 TABULATION OF EROSION CONTROL QUANTITIES 22 EROSION CONTROL PLAN 23-33 STRUCTURES 34 TABULATION OF DRAINAGE QUANTITIES 35-36 DRAINAGE DETAILS 37 DRAINAGE STORM SEWER PLAN AND PROFILE 38 TABULATION OF SANITARY SEWER QUANTITIES 39 SANITARY SEWER PLAN AND PROFILE . 40-41 GRADING PLAN 42 GRADING POINTSTABLE 43 TABULATION OF TRAFFIC CONTROL QUANITITES 44 TRAFFICCONTROL PLAN 45 PEDESTRAIN TRAFFIC CONTROL PLAN • Page 5 of 53 No Text • SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Lobos Structures Gentlemen: You are hereby notified that on the day of , 20the City of Fort Collins, Colorado, has accepted the Work completed by [Contractorl for the City of Fort Collins project, 8038 Arthur Ditch Wood Street Bridge Replacement. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated 'Contract Datel. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 20_ Sincerely, OWNER: City of Fort Collins • By: Title: ATTEST: Title: 0 SECTION 00650 • LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins. Colorado (OWNER) FROM: Lobos Structures (CONTRACTOR) PROJECT: 8038 Arthur Ditch Wood Street Bridge Replacement 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. • • Signed this day of , 20_ CONTRACTOR: Lobos Structures M 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: E 9 0 0 • SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Lobos Structures PROJECT: 8038 Arthur Ditch Wood Street Bridge Replacement CONTRACT DATE: Qate In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20_ . 0 (Surety Company) By: ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 0 No Text • SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE OR 0172 (12198) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) 0 IN Tam.1c The exemption certificate forwhich you are applying must be used only for the purpose of purchasing construction and building materials for the exempt proied de ucibed below. This exemption does not Include or apply to, the purchase or rental of equipment, supplies, and materials which are purchased rented, or consumed by the contractor and which do not become pad of the structure, highway, road, street, or Met public works owned and used by the exempt organization. Any unauthorised use of the exemption certificate will result in invocation of your exemption car ificale and other penalties provided by law. A aspirate certificate is required for each contract. Subcontractors will not be issued Certigceba of Exemption by the Department of Revenue. It is the msponsibiliy of the pdme contmdor to issue Certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURA TELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. FR gielmb-1Acmunt No. (to be asalBnea by WR) Penotl 0170.750 (999) $0.00 89 - CONT Tiede neme/DBA: Owrw, p.nn.r. ertOmarabneme: Malting adaresa (City, Sits. Zoo Contact Pesos E-Mail add— Federal EmploWs ldemlficatbn Number: Bb amount br your pardi fax Boma.,. eaxrubagxw.mmaec csareapwndwNlrism exams nwnaen _ Copies of eontrad or agreement pages ry) identifying the contracting parties EXEMPTION. INFORMATIOR, and(2)cip ng aignatures of contracting parties must be attached. Name of exempt owar ioflon (as shown on WmOd): Exempt organlrarmn z numban 98 - Addreu aiexampt apanimfon (dry, arcs, Bp): Prompadcantesdamsenuat.wasseare Pdntl(wlCpMdYlaswxomasurlbsn Physical location of project site hNe sOuel seems when applicable and CNas and/or Count, (lee) whare project is bated) s `xcled Month Day Year Estimated MOMh day Y. wnewa'ion man acre: rAm lelloa arse: 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. Signature downer, pednar Or ompomb oNcan TXle otcomoreb oNcen Dab: 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 Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this • may delay processing of your application. 10 SECTION 00700 GENERAL CONDITIONS 9 • 0 CITY OF FORT COLLINS ARTHUR DITCH CBC REPLACEMENT The Colorado Department of Transportation's 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS 11M E= ProjectSpecial Provisions ...................................................................................................................................... i StandardSpecal Provisions .................................................................................................................................... i i NoticeToBidders.................................................................................................................................................. I Commencement and Completion of Work ...................................................................................... ..................... 2 Revision of Section 101 Definition ofTerms......................................................................................................... 3 Revision of Section 102 Project Plans and Other Data ....................................... ............ ...................................... 4 Revision of Section 105 Dispute Resolution .......................................................................................................... 5 Revision of Section 105 Claim for Contract Adjustment ..................................................................................... 6 Revision of Section 106 Conformity to the Contract of Hot Mix Ashpalt ..............................................................7 Revision of Section 107 Insurance ......................................................................................................................... 8 Revision of Section 107 Performance of Safety Critical Work ............................................................................. 9 Revision of'Section 107 Interruption of Irrigation Water Flow ............................................................................ 11 Revision of Section 107 Protection of Existing Vegetation .................................................................................. 12 Revision of Section 108 Specialty Items .............................................................................................................. 13 • Revision of Section 108 Prosecution and Progress .......................... .................................................................... 14 Revision of Section 201 Clearing and Grubbing .................................................................................................. 20 Revision of Section 202 Removal of Structures and Obstructions Removal of Asphalt Mat ............................... 21 Revision of Section 202 Removal of Structures and Obstructions Removal of Portions of Present Structure ...... 22 Revision of Section 202 Removal of Structures and Obstructions Removal of Fence .........................................24 Revision of Section 208 Erosion Conrol ............................................................................................................... 25 Revision of Section 210 Reset Structures ............................................................................................................. 26 Revision of Section 212 Tree Retention and Protection ....................................................................................... 27 Revision of Section 216 Soil Retention Covering ................................................................................................ 32 Revision of Section 304 Aggregate Base Course ................................................................................................. 33 Revision of Section 304 1 XY' Clean Wash Rock ................................................................................................. 34 Revision of Section 403 Hot Mix Asphalt ............................................................................................................ 35 Revision of Section 506 Riprap (12 finch) ...... .................................................................................................... 38 Revision of Section 603 16 Inch Plastic Pipe (Special) ........................................................................................ 39 Revision of Section 604 8 Inch Plastic Pipe sewer (Polyvinyl Chloride) .............................................................40 Revision of Section 604 Manhole Ring and Cover ............................................................................................... 42 Revision of Section 607 Fence (Temporary) (Chain Link) ................................................................................... 43 Revision of Section 607 Fence Chain Link (Special) ........................................................................................... 44 Revision of Section 608 Sidewalks and Bikeways ............................................................................................... 45 Revision of Section 608 Curb Ramp, (Special) ...... .............................................................................................. 46 Revision of Section 609 Curb and Gutter Type 2 (Special) .................................................................................. 49 Revision of'Section 616 Trash Guard (Special) .................................................................................................... 50 Revision of Section 619 16 Inch Casing Pipe ............. ......................................................................................... 51 Revision of Section 630 Construction Zone Traffic Control ................................................................................ 52 Force Account Items ............................................................................................................................................. 53 • Page 6 of 53 GENERAL CONDITIONS OF THE CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Doomnenls Cummime,EJCDCNo. 191M(IM Edition), asa base. Changesto that dooument are shown by underlining tut that has been added and saiking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Ll 0 0 TABLE OF CONTENTS OF GENERAL COMMONS Article or Paragraph Page Article or Paragraph Page Number&Title Number Number&Title Number 1. DFFMTIDNS..._...._...........................................1 2. PRELMIDVARY MATTERS .........................._...3 Ll Addend a ........... ..................................1 2.1 DeliveryofBonds................... .......... 1.2 Agroemen(......_.._......_._......_...... 1 2.2 Crgieaaf Documents......_......_........3 1.3 Application for Payment_ ................ . A 2.3 Canmecomen[of Contract 1.4 Anb.toe.... ..._......... ... ._...... ... ....... 1 Tim.; Notice to Pmceed..............3 1.5 Bid .................... .................................1 24 Starling the Wmk........................ .... 1.6 Bidding Dmumenta......... ............ ....... 1 2.5-23 Man, Starting Canatruction; 1.7 Bidding Regw,amens........................ 1 CONTRACTOR', Responsibility 1.9 Bonde......rder to Report; Preliminary Scheddea; 1.9 ...._......._.._........__._..._.....1 O Change ......... Delivery of C-, ifi.l. of 1.10 Contract Daaumeats...._..._.._.............1 teatasnce. ..................... ........... . 34 1.11 ContractPrim....................._.,.......... 1 2.8 Precenstruetion Conference .............. 4 1.12 ContractTun...................._............. 1 29 Initially Acceptable Schedules... _....4 1.13 CONTRACTOR..................................1 1.14 defecMe_,......_._......__. ...._...1 .......... 3. COMRACT DOC[MIBNTS: AD'HNT. 1.16 Ihawings........................_...ent... .... ... 1 AMENDING, REM ......... ...................._......_4 1.17 Effective Dako(Ne Agecment,_. ..... . t 3.1-3.2 tent.. Inkm,.....to 1.18 ................. 1 3.3 St_............_.....pent.,.,_4 ReferenmmSlendardsand Spmi- 1.18 ENGINEER........_..........._ ENGINEERS Co.ulrant....__.__.....,,,1 ficatians ofTmhni.l Sacietiea; 1,19 Field Order...... ....... ..............._..,......_t Repcetingand ResclvingDu- 1.20 Generel Requiremmts ......................... 2 cropancies.......... ...................... 4-5 1.21 HazardousWask ................_.............. 2 3A Intent of Certain Terms. I'M.a Laws and Regwetion; laws or Adj.U,ea..... _............. _............. 5 1,22.E Regaled. ....... ..... ........... ........... Legal Holidays .......... .......................... ... 2 2 3.5 3.6 Amending Contract Dmunente, ........ Supplementing Contract 5 1.23 Liem..................................................2 Docurnenk...................................5 1.24 Milesane._...._._..........._..._...._...._.,2 37 Be. efDmm.......................... 5 1.25 Notice of Award..... _..........................2 1.26 Notice to Proceed................................2 4. AVAE.ABIEITY OF LANDS; 127 OWNER.............................................7 SUBSURFACE AND PHYSICAL CONDITIONS; 1.28 Partial Utdintien...............................2 RBFERENCISPOINTS........................................5 1.29 1CBa.................................................. 2 4A Availsbibty offend . ................. _.5-6 130 petroleum ......................... ........ _........ 2 4.2 Subsurface and Physical 131 Project_..............._.............................7 Coaditlona....._ ............................ 6 1.32.a Regular vekingHorc..._..................2 42.2 Reporte endance 1.32.E Regular Working Hceuse_ati _.... ....... 2 42.2 Li. ded bygs....._......._,.....b Limited Reluthorii=d, CONTRAG 1.33 R.ident Rojcc[Rapt®entative_........... 2 TOR Authaired;Tmhnicat 134 S.P1d........ ......................._.............2 Dam............. .n........surf............... 6 Shay Drewingy............................. 2 4.2.3 e of NorPhyt Dilfedng Subsurface 1.37 Lm Subci6.actor .....___..,...__...___.,2 ml CondRvex ims_.............._0 1.38 Subcontractor ._......___..__ 2 4.2.4 NGINE ................b ENGINEER',act 1.39 SuFntan[lalat, 4.2,5 De,unte Possible Centred Ducumenm Coniitions..._.......__..2 8upplementay Conditicna.__.__._.__..2 _...6 Changehooand LQ 141 Supplier_.._..Faci....._...._............._Z-3 4.2.6 Ti... Possible Price end Timm 1.42 Underground Facilities.._..................-3 Adjealmenditi .............. ....... .....¢7 1.42 Uni[&ice Work .......................... 3 4.3 Physical Cond[iens--Untlngrmmd 1.43 Work...... . ......._- -...3 FamL[................... _...............7 144 Work Change Directive ...... .......... _.... 5 4.3.1 Shown or Indicated ........................ ..7 1.45 Wvitkn Amendment... ........... _... ....... 3 4.3.2 Net Shown or lndimted................... 7 4.4 Morence Pointe, . ................ .... .... 7 EA^CC.OENERALCOtmrl M1910Fp990mlvom wl aW OF FORT COW S MODIFICATIONS MV 91") • Article a, P..,.,h Phile Article or Paragraph Page Nmber&Titic Nuadber Number S, Title Number 4.5 Aabmtoa P . Petroleum, 6.25 Submittal Frnecedures. CON- Ilorand.. Wrote ., TMCTORaReview Prior RinfinintNe Material ....................7.8 In Sho,, Diming in Sample S.b.iml 16 5. WNI)SANDINSURANM ........... ..................... 8 6.26 M, Dr.., i Soni S.binrt 5.1-5.2 Perfirmarea. Payment and Other fats Review by ENGINEER , 16-17 Benda__._ 8 6.27 Responsibility for Variations 5.3 Licensed Suratice end I...; I. Contract Driarrienta 17 (7artificana. off . .............._....8 6.28 Mated Weak Pefinorad Prier 5.4 C0NTRA=WsLmbihty b ENGINEER'S Ra,,. and Insurance._._.........._......_........._.... 9 Aorod eff]Zurrel 5.5 OWNERS Liability Insurance, .............. 9 Sulanourd . .............................. ... 17 5.6 linwerty ,9-10 6.29 Continuing the Work_......... 17 5.7 Boiler and Machinery or Addi 6.30 CONTRACTOR'. General tional Property Ineuraronq ,, ............ 10 Warranty and Guarardea_ 17 5.9 Notice, irfC..all.ticrr Romer on ..... ... 10 631413 Inclannificartim....,.., ................. 17-18 5.9 CONTRACTOR. Reeporailmlity 6.34 Survival ofolifigirtions ...................18 far Dadwibla Amount, .................. JO 5.10 Other Speer.] broarroo. ........ .-JO 7. OTHERWORIC ......... ....................................... j 8 5.11 Waiver of Righti_ 11 TI-7.3 Related Work at site ................. ..... jS 5.12-5.13 Receipt and Application of 7.4 Ctaxlination .......................... I.... Proceeds ..................... 1041 5.14 AcceNenm of Bonds and Iaaaw- S. OWNEWSRESTONSMILITTES .................... 18 ...;Option on ReM..._ 1 83 con. unicationg to CON- 5.15 Partial Utilization -Property TRACTOR,_..._ ....................... IS I . . . . . ........ . ............................ 13 82 Replacement of ENGINFER., .18 8.3 Furnisli Data andPay Promptly 6. WNTRACTOWS RESIPONSIEULITIES ............._II When Dum, IS 6.1-6.2 Supervision and Superintendonc,.__ 11 9.4 Larid, and Ernerenta; Ropear, 6.M.5 Labor. Material. and Equannent 11-12 nod Tien, ....... . ............... ..... J9.19 6.6 ww. salredide ........................ .... l2 8.5 Inaor an . .... ........................... __ 19 63 Snbatiww and '0,.Eq.1- Incria, 8.6 Change Or* . ........ ..................... 19 CONTRAMw,i Expense; 8,7 Inspections, Tests and Substitute (3tresuructica, App ... Is ....................... ........ 19 Methods or Prooedures; 8.8 Stop or Suspend Work; ENGINBEReEvaluation ........... . 12-13 Tennant, CONTRACTOR. 6.8-6,11 Conorrining Subcontractors. sinvicea ...................._............._19 S.ppli,,a..d Me.1 8,9 Limitations on OWNERS Waiver of flighty.._....._ .. .. ....... 13-14 R.Tonabilitim ............. ............. 19 C12 Patent Fma and lZoInIfics, ...... ., ....... 14 8,10 mboana% PCBs, Pcvcdtm, 6,13 ]?onaita'. 14 Hirearclare W.. or 6.14 1. and Regulation. ................. ...... 14 Radioactive Mvuaiid ............. 19 6A5 T . ....... ... .......... .. .. _.,I4-15 8,11 Evidence of Finance) 6,16 U. of]?oari.� ....... .................. 15 A,rranarrant . ....................... ..... 19 6.17 Site 15 6AS Safe Stranionti Loading...................JS 9. ENGINEERS STATUS DURING 6.19 Record Denuarente .........................._.15 CONMUMON ............ ............................. _19 620 Safety and Protection ....................15-16 9.1 OWNER'S Rapiceentan, ............. _J9 6,21 Safety Relpraianrvtiv . ......................_16 9.2 veaft on Sim ........... ................... _19 6.22 H..d Courraunication Pgm* ..... 16 9.3 Project Reanneartative, ... J9-21 6.23 Eareegna . . in .................................... 16 9.4 Clarifications and Interpre, 6.24 Shelf, Dnovinge; and Sariplar, ........ 16 Wtiorm, ............................. �21 9.5 Authoroed Variatims in Mkk.. 21 xoc=�%FaA1 C Mruom 19104 (IMEMO]a W1 Ow iw M&T COILtea mOmc:au<*,s Orav W") pj 40 uj 0 Article or Parrapiph Pap ArtwIn or Paragraph Page Namenber & Title Number NooloaT & Title Number 9.6 Rtjwtia,afe,vvaW-k 21 13,8-13.9 UncovariaWorkarENOl- 9.7-9 9 Shop Donating% Change Orden NEER. Raquart ..................... 27-28 and Petyrrente . . . . . . ... ............. 21 13.10 OWNER May Stop the Wark., 28 9.10 Datemismatims for Unit Price, 21.22 13,11 Coarantion or Remand of 9.11412 Leone. on Dieputes; ENGI- Defiettot Work ...................... Z8 NEER . Initial InanPreant .............. ;2 13.12 Carrier. Period .. .................. 2s 9A3 Laminations an ENGINEER', 13.13 Antoptane ofDf,,N. Work........ 28 Authority and RomponsibilitiM.. ... 22-23 13.14 OWNER May Current Defecdw Work,, .28-29 CHANGES IN TER WORK 1011 OWNER', Ordered Change ............... 23 14. PAYMENTS TO CONTRACTOR AND 10.2 Clean fo, fiolinereent ....... ............... 23 COMPLETION . .. .... .... ...... .................. 29 10.3 Work Not Required by Contract 14.1 S.Ixedul. of Wince ........... ............ W Documents........._ .......................... B 14r2 AMlitioner for Pro,rays 10.4 Change Orders .............. . ....... ......... 23 Payment..................................... 29 10.5 Notification of Sorely ....................... .23 143 Warranty of Title 29 CHANGE OF CONTRACT PRICE ....................... 23 14,-14.7 Review .fAPlIi..ti.rf,,, 11 1-113 Contract Price; Clean for Pracee Payment.. .... ........... 2930 Adjustment; Value of 14,8-14,9 Sabetartied Cremplent art ..................30 the Work..........._ ....... ............... 23-24 14.10 Partial TJti1rafio,.,._ ....... ...... 30-31 11.4 Cost of the Work .......... ... , 24-25 14,11 Final InaPonfim ..................... .... .. 31 11.5 E,ccluainas in Coat of the Work .......... 25 14.12 Fund Aficartner for Payatent . ...... 31 11.6 CONTRACTOR', F . ........................25 14.13-14.14 Final Payment and Acceptance 31 IL7 Coal Renords .............. ................. 25-26 1435 Waiver ofCIsims ...................... 31-32 11.8 Curti Allow...............................26 11.9 Unit Price Work ..... ................. _26 15. SUSPENKON OF WORK AND TERN41NATION 12 CHANGE OF CONTRACT TIMES ............................ 26 15.1 OWNER May Stmanal Work .......... 32 12.1 Clean Star Adjustaterv, .., . . _____26 15.2-15.4 CWN[ER. May Terminate................ 12 12.2 Than, of the Eainerej .................... ...... 26 15.5 CONTRACTOR May Stop 12.3 Delays Beyond CONTRACTOR, Work or Tarrobt-to ............... 32-33 Control 26-27 12.4 Delays Beyond OWNffRaand 16. DISPUTE RESOLUTION .................................. 33 CCN[TRACTORa Cannot 27 TESTS AND INSPECTIONS; CORRECTION REMOVAL ORACCEPTANCE OF DEFEC77FE WORK._ . . .. . ....... ............................. 27 13.1 Notice ofDoftents ;I 13.2 Arnm to the Work,._ .. ........ ...... 27 13.3 Tests and Inspections; CONTRACTOR'S cboeratim.." 134 Independent Testirt, Laboratory 27 13,5 CONTRACTORe Rm,arnibilities,, ...... ......................27 13.6-13.7 Covaria, Work Prior to W,.- tion, Testing or AMnoval.,. ,77 F 6A 17. MISCELLANEOUS 33 17.1 Giving Notice, ......... 33 17.2 Conaunatina of Tinier:_......._..._... 33 17.3 NoficrofClaiam, ,, . ..... 33 17.4 Ctuardtfiv. R..& . ..... 33 17,5 PsAterficand Fees and Coort Cogs included ............................. 33 17.6 Applicable Stan, La . ............... 33-34 Intentionally left blank.... _.. _.. _...... _............... _ 35 EXHIBIT GC -A. (Optional) DisPide Rearluti.. Apt ... to ... . ............. PC -Al 1&1-16.6 Arbitration..._......_...............:W-Al 16.7 Mediation,,._...._.. QC -Al EICDC(kNOIN.C(WEXIIOM191043(19WMTION) wfaTYUFORT C011Dt3M0MCATF(*iS(RffVW") INDEX TO GENFRAL COMMONS City of Fort Collins modifications to the General Conditions of the Constriction Contract ere net shown in this index Article or Paragraph Number Aco"ce of - Bands and I . sure . . ........................................5.14 defective Work )0.4.1,13.5.13,13 Final pwym.rq ..... ... ............................ �93Z 14.15 insawnete ........................................................5.14 other Work by CONTRACTOR ........ .................. 73 3.bafibxaa and Itnum,__ _47.1 Work by OWNER ............................. 3.5.6,30.6.34 A.en to the -- Lands. OWNER andCONTRACTOR responsibilities............................................. A.1 site, related Weak .............................................. :7.2 Work __ ... .................. UZ 13.14. 14.9 Acts or Cannata., Acts and Orminfions- CONBA=R .- 6.9.1, 9.133 ENCUNIUR .......................................... 6,20,9.133 OWNER .......... ............... .............. ......6.20,8.9 Addende-defiaition of(also tie defininnas of Scaficnhcora� Ll Additional Property Irasurancs* ................................. 5.7 Asljusmareata- Connixt Price cr Ground Times ........................... 1.5, 3.5, 4.1, 4.1Z 4.5.Z ..............................9.5.3,9.4.9.5.10.2-10.4. ................... 31. IZ 14.8.151 q.... _ . ............................ ...... 6.6 AgreemmL- d.fi.ifi. of ................................ .................... J.2 "All-RieV Insurance. polity forts, ...........................3.A2 Annanding Contract Docarto a......_......._..._.._...... 3.5 Amendment, Writter,- on Vrarn_.__.__ 1,10, 1,45.3.5. SAO, 5A2. 6 6.2 68,2, 6.19, 10.1. 10 4,11.2 .................................... * 12A.1112 2,14 71 Al.�0 or CONTRACTOR inwatto,., _9.10, 9.11.10.4,16.Z 16.5 Applicatim for Paymml,- cl.ftootion .( 13 ENGINEER's Res,orrmbility , .................. ,, 99 final pMem . _9,13,4,9,13.5,14,12-1415 in general..........................2, S. 2.9. 5.6 4.9,10,15.5 .................... J4.1-14.7 ,.A. of .................................................. 344-147 Arlmnati an .............. ..... . .. ..................... 16.1-16.6 Asbestos -- claims parmead therM .......................... 4,5,2,4.5.3 CONTRACTOR authorized to s" Work.......... 4.5.2 definifim of ....................................................14 Article cr Paragraph Nunn m OWNER responsibilityfor, ... .... ....... .......... 45J, 8 tO possible Wise and it.. aharliV ........................ 4,52 Authorized Variations or Wask___ j.6.6.Z, 627, 95 Availability0fLands,_ ... .. ............................ .. 4,1.8.4 Award, Notice F-dofirek ............. ... .................. .1.25 Before Starting Construction.........__............_... 2.5-2.8 Did -definition 4 ..... .... .... I .5 (11, 1 10,23, 3.3, .I..' ................... 4.2.6.4, 6.13,11,4.3, 119.1) Bidding Documents-dolunition of 1,6(6.9.2) Bidding Requirements -definition of .... .. ....... ......... -1.7 (1.1. 42.6.2) Bond.. acceptance of ...... .... .. ................... ....... .. . ... 5.14 additional Ixondi .... .................. ... ..... . 10.5, 11.4.5.9 CrA.the Work- _... ... - --- ...... - - 11.5.4 definitocar of .......... .... .............. ........................ 1.8 dilwery of .... ........... ........... ...................... 2J, 5.1 final AMbti.n for Psyracrit ................ 14.12-14.14 general ... .................................. 1.10, 5.1-5.3,5,13, I ---- ... _ .-.- -11--.9.13.10.5.14.7.E P.,F.., Payment and Calm..._ ............5.1 52 Bond, and gone.) ...... ............ ............. 5 Builder's risk %H-rials' policy firms,., ..... _ ..... __JA2 Cancellation Provisions, Insurance 5A11, 5.8. 5.13 Cash AU.m ................................................... J1.8 Corfifiesto of Substiou.1 Coarpltim 1.38.6.30.2.3. ................ ................... .... 14.8,14.10 C.6ficat. of Inpectical ............... ... 9.114,133,14.12 Corfificstes of Insurance, ............ 2.7, 5.3, 5.4.11, 5.4.13, I...___ 545. 5.8. 5.14, 9,13.4. 14.12 Change in Connoted Price -- Cash A] l..a.a ILS .is. for 'joe .dj.".t, ... ....... 24.1. 4.2.6, 4.5, 5.15, 68 2, 9.4 "93, 9.11,10.2. 105.11.2,33.9. -111- 13.13, 13.14. 14.7,15.1, 15,5 COWRACTORe fee........ ........ .. .. ............... 11.6 Cast of the Work Cost Records„_„_,,,,,,_3 1 7 in general ............. J, 19, I.44 9.11, 10.4.2. 10.4.3. 11 Lump Son, Pricing............__ ......................... 1112 Notification of Surety ......................................... 10r5 Soq. of ................... ............................ .. 10.3-10.4 Testing and Inspection. Uncoe,erin,, the Wmk,__ .... ... .... .. ...... _ 139 EX=O8N®lAL COMUONS L9104(19AMUOM 0 0 0 0 0 • U-itP,i- Wark ............ ...................... - 1I9 Article a Paragraph Ninth. V.I. of Work ................................................. 11.3 Change on Contract Times - Clean for times sdj.cionart 4A, 4 16, 4.5, Sl 5, ---. 6,11.2,9A, 9.5.9,11. 101. 10.5,12,1, - ...... I.... 113 9,13 13,13.14,143,153,15.5 Contractual time litnuil 122 DO., beyond CONTRACTOR. central........................................................12.3 Delays beyond OWNERS and CONTRACTOR'S cantro]............................ 12.4 Notification Of caroty, 10.5 S.pc.fchange....._............................. __10.3-10.41 Change Orciery - A.ptan. OfDefiftvw Work .......................13.13 13.13 Attending Corned Douncents, ., _ . , � .. ........ 3.5 Cash Allowances_..._............_._.........._.......,., Change of Contract Fricq_ . ......... ........ ..... _ Change of Cataract Tiniq ................................ 12 Change in the Work . ........................ __ ... ... JO CONTRACTORS fee 11.6 Con of the Work 11.4-11.7 Con Records )1.7 definition of ............................. ......... .......... .... 1�9 .C,g.aai es .................................. ....... An ENGINEER' s,.paae,ibjJity ... .. 9.8.104, II.% 10..1 ectecutior, of ..... .. ............... .... ... ................... 10.4 Trulovinfieu . . ............ .... ... 6.12. 6,16, 6,31-6.33 huauracaBonds .0 ................. .... 5,10,5.13,10,5 OWNHR..y Merchant, ...... . .... ......... .. )5.215.4 OWNER's Responsibility ................. _ ......... 0.6,10A Physical Conuditian, Sab.arf. end....._......._......._..._._._. ....... 4.2 Underground Facilities-;..._.... .................. 4.12 Record Detuatents ... ...... ... ... ........... . _.. 6.19 Scope ofChange............_.......__.. ..... ... 10.3-10.4 Substances .... ....................... . ..... 67.3.6X2 Unit Prim Work, , . ....... . .. .. . ...................J1.9 value ofWork covered by ..... . ..... . ........ .. ..... 313 Changes in the Week . .... ... ...... .... ........... ........... )0 Notificaticadenaty. _ .... ........ ... ... ..... ... . 10.5 OW'NEiR. end CONTFLACTQKe reSpMeLbilituc, .......................................... 10.4 Eight to an achisain ant_ ............................ 110.2 Scope of change,....._. .. ............................ 10.3404 Clean, a,acat CONTRACTOR .. &16 against OWNER ..............................................432 Change of Contract Price ........... .... ........ . 9.4.11.2 Change of Contract Tinces, ., _., ., , , . . 9.4,12.1 CONTRACTOR. ............. 4, 7 I, 9A, 9.5, 9.11, 10.2. ........... CONTRACTOReFoo ................_....._............._IL6 Article or pawagraph Nuch., CONTRACTORe liability......__ 5.4.6A2 616.631 Ccua.ftha Work........_.__......_._........._. 11.4,11,5 Deccan.. on D.,uten ................ ..... 9.11,912 Dispute Recedutioc ............................... _ 16.1 Di-p— Revolution Avoccank .............. __16,1-16.6 ItNOINEEM. es initial inarpocat P"ll Local, $no Pricing_ .............. .......... _ .... ..... J1.3.2 Nor. of ............................. ... .............. .. 173 OWNSEVi, .......... 9.4,9.5,9.11,10.2, ILL IL9 ........ ... __.12,1. 13.9, 13.11. 13,14, 17.3 OWNER'S liability .. ........ ..... .... ...................... 5,5 OWNER may refine tomake oloneek ................ 14.7 W.1comenul I. and Court Coate requact for formal decision mg,_ -__......._."I'll, pm Substitute Items .... .......... . . .... .. ...... ... ... . 01A.2 Tia.Extanti . ........... ............ . . ... ............ ... 12A Time requirconecto_ ........... . .. ...... ... 911, UiuitPrie.Work 11.93 V.I. I ....... ........................... ......... ........ . . 1,13 Waiveraf-onFicalPaptunn , ....... 14.14,14.15 Work Change Directive_ ......... .... ....... .. ..... .. 10.2 unitten notice rixfineq 9,13, ILZ 121 Clarifi.etionn ad Interpretation ............ �3.6.3. 9 IL 9. 11 Clean Site ......... .......... ............................ . ....... 0,17 Codes fTecharical Sod ttyOrgaiiination or Asiociation, .......... . . ........... .....................3.3.3 Commencement of Contract Tire, .......................... 23 Coninaunicatione- general .............................................. 6.2,6.92,8.1 U..,d Conucticionfi. Inignan4 ..................... 622 Cant'lefion- Final Application for Payment ... .......... __14.12 FinalInspection ..................................... ........ )4.11 Final Payment and Acceptant.._.._....... 14.13-14,14 Partial Unlitati on .................... ........ ............ J4 10 Substantial Completion .. ................... 1.38, 14.8-14S Waver ofCI .an. .... . . ....... .. ... .............. 14 15 Computation cafTiono .......... . ....... ...... Coconino, Sbcrarmore, Suppliers and Me, . ....................... O."Al Conforenvo, banally acceptable whdakq ..... ........................2.9 precorat.fica, ........................... ....... .............. 2.8 Conflict. Error. Ambiguity. Discrepancy - CONTRACTOR to Rupert .......... ............ .. 2.5,3.3.2 before sterling by CONTRA= ...........................................2.5.2. Cancloo.tion IvIa.hinary, Equipment, act ..................6A Containing the Wark.................................... 6.29,10.4 CantractDocurcenta- Attending.................. ........ ............................ _31 Bouls 51 IUMX MNmIM. COMMONS 19104 am WITION) .1 CITY U FORT Coc1,INS MODIFICATI(Sci flUFV WM Article or Roaff.ph Number Ch., a Contract Price Change of Contract Time._,,,,,_„ .. _.............. 12 Changes in the Work ...... ................. __10,4-10.5 check and verify ...... -2.5 Clufficabons .4 loterpostaticsiq .......... 3.2 3.6, 9.4. 911 definition of ..................................... ....... 1.10 ENGINEER as inuffirl interpreter id,_._........... 9.11 ENGINEER asOWNER'sraprsaasrrsmtivc ___9.1 game.13 intent........................................................3.13.4 minor vorMIUMS In the Work ...................._....,...3.6 OWNER's resproadfility to finnish data, ..... 8.3 OWNFA's resporrobility to make prompt payment,.....__ .. ............. 83,14.4.14A3 precadince, .. .......................... ........ ........ 3.1.33.3 Rccord Docurnerits ............................................0..19 Reference W Standards and Specifications, of Technical Socidi . . ................ ........... 3.3 Relined Work._ .............. ................................. 72 Reporting and Resolving Discraparonei, ....... 25,13 liosiesof ...................... ..................................... 3.7 Supplementing_ ........................................... 3.6 Tcrefirstion fENGMEER'. Employment.......... 8.2 Unit Price Work . ............................ ................ )1.9 variations,..........__ ...................... 3.6, 6.Z% 6,27 Vans in Site. ENI1114BRIV . ............ ............. .. - 9.2 Contract Prwe- adjusoment of, ...... 3.5, 4A, 9.4,10.3,11.241.3 Change, of....................._..............._......__.......II Decision on Disipmes, 9.11 Coxotr"Turoa- adjumment of_ ........................ 3 5,4.1. 9,4.10.3.12 Change of............_ ............................ 12.1-124 Cononscrearmistof, ............................................. 2.3 definition of ........................ ...... .................... J. 12 CONTRACTOR- lic,aptim. oflneamonser_ ............ ................... 5.14 Commememions, §,Z 69.2 Continue Work ........................................ �5.29,10.4 ,ocadlitodon mal scloxhdirig ............................6.9.2 difirion. of .....................................................1.33 Limited Mism. cor Terhmad Does Authorized .......................................... 4.22 May Sto,, Work or Terminate ............................. 15.5 provide she I. to Am ................. 72,132 Saint, and Protectieso ............. 4.3.1.Z 6. lf� 6. 18, 6.21-6.23, T2,13.2 Shop Dmoamg and Sample Review Prior W Subesivial., ....................... ...... U5 SwpWmknqu CONTRA(7fow' Article or Paragraph Number Compensation " _ ....... , ... ... .. ... IIA-111 Continuing Obligation , .......................... _ ... _ 14.15 DafIlficlWark.__.. ___ ........... 9.6. 13.1013.14 Duty 0 comed okf"ifives Wmk___ ................... 13,t1 Duty to hapert- Clossiga, in the Work caused by Emergency...._ .............. ... .. ....... ....... 6.M DatiesIftiWork .f0thers- , .......... 7.3 Differing conditioni, .. . .. .. . .. .... .. . ..... 4.2.5 Discrepancy inDmuments,., , 2,5,31.2.6.M.2 Urulso,round Fie.dific, net unheated . ........ 4.3.2 Ernergemi . .... . .. ..... ......... ... .. ..................0.23 Equipment and Machinery lbastal, Cost of the Week 11.4,5.5 Fen-CcstPlu, JI4A6.115.1, MIS General WrarsuIty and rumen........................6.30 Hasord Conniouniesti. Program..................... . 6.22 Indemnification,_,,...... ........ OAZ 6.16,6.31-6.33 Inspection, of the Work ............................... 7.3. 13A Labor, Materials and Equipment ....... ....... 0345 Laws and Regulations, Compliance by,,,,,,,,,,,,, 6A4.1 Liability I.n ce . ............................. ..... 5.4 Notice oflnetent in Appeal ......................... 9.10,10.4 .bli,wica W Perform and &A, theWork ....................... .............. ............. 0.30 Need Fees and Royalties, paid for by, _.1-111-iS.12 Performance and OU., Bond.._ .. ....................... 5.1 Permits, .1itiond and Paid for by._.................... 6.13 Pi.,mI. Schedule 11 � .--l-1. _ ........ .. §.29,10.4.15.11 Fequsoft for Fbtrool derre. disputes.._..........9.11 9.11 Responsibilities -- Changes in the Work .................................. 10.1 Concerning Subcontractors, Suppliers ..d Odors ...................................... 6,84,11 Coarsening the Work,._ ,, . _0.29.10A CONTRACTOR'. "prime ...... ............. ...... 03.1 CONTRACTORS Ginind Warranty and Guarantee......._......_......._ ._.._ .... 630 CON (TfCWs revies, Prior W Shop Drawing or Surnple indoor mad........._..... 15.25 Coordination of Work ................................ 6.9.2 Hannerroo . .................... ............. _ .......... 623 ENGTNEFFe. andamon, Subefitalks, or -a-Equal' Itiors, ....................... ..... 0.7.3 For jIvam and Omissions .[Olha Is ............. .............. 6.9.14.9.2,9.13 for ddissfibis runcurals,insagance, ..................5.9 general_..........._ ................._ ...... fi. 12,7.3,9.9 Hassidow Communication Programs,.......... 6.M finarmifisdion .... . ........................ .. 6.31-6.33 Ir. � COMMON. Iso". (I. mxrnoo WaWUMICTCdlW5WDIFICAMMS(R6V9M) 0 0 0 0 0 Lidan.hfatart.lsaFlEct.iMent .............. 6,M.5 ODMRACTORS-,Aha, ............ ................. _,_ ...... . :7 Laws and Itenikaini................................ . 6.14 Contractual Lability .......... ....... 5.A.10 Lugaltyleauntatee, ................................ 5.4 Continental Time Lanka...............................__..... 12.2 A,U.I. an Paragraph Numabar Notice of variation freent Contact Doenonalla, ........................... .. ........... 6,27 Patent F. and Roald . ......... ...................A I2 Penn,U 613 PnogrSohd.1 . .......... .. ..... ......... 6.6 Record Doeurn.rd, 619 related Work performed prior an ONGMEWs approval ofrequired We aviamaral tending ............. ............. ... 1.6.18 Safety end Protection , , .,_ , ,, 6.20, 7.2, 13.2 Safety Reans,nnabve__, ........... .. , .. ._ 6,21 Scheduting the, Work ..............................69.2 Shop Drawinga and Sarepla, .. ........ . .......... (i.24 Shop Drawings and Samples Review by ENGA R ....... . ...... ............ ...... . 626 Site Clea.lja . ...................................... jS, 17 Sidindual Procedre 625 SubstituteCatatrued. Methods and Provedw . ............... 672 SubMitaten and "Ot-Equal' hams....._........ . §.7.1 supanria. ...................................................6.1 Survival .f0bligai ons ................................ 634 TFaces ................................................. ....... .15 Testa and hopecti . ........... ........ .............. 13.5 T.Ropoat� .................... .. . ..... ........ ... .... . IS thin of Preanum ................. &16-6 18, 6,30.2.4 Review Prior W Shop I)hawin, or Sample Subraittal 6.25 Right to adjoement for changes to the Work ..... 10.2 tight to clean ..... ...... 4. 71, 9.4, 9.5, 9,11, 10.2,11,2, ..........11.9, 12.1, 13.9. 14.8, 15.1, 15.5, 173 Safety and Protectior, jS,20.62Z 7.2,13.2 Safety Renoneraidive .............................. .621 Shop Drawings end S.pla Solintittal6.....6.24b.28 S,,i.1 Conaultanta 11.4.4 S.boolanto Carauniatient Method. and P,.d..P.. 6.7 Satelau. and "Or -Piquet" I.... Rapease ............................... ...... 6,71. 6.7.2 Sube,annatona, S.ml.,F and Othnia -,.".6.11 SWarvialoat and Superintandeneii 6A, 62, 621 Tsoa% Pajoaant by.......__ .............. .... ....... ... 615 Use.fPr.miw .... ....... .. .. . 6.16-6. 18 Warrantio; and gunmatoos, §.5. 630 Warranty offitle___ .... _ ..................... ........ 14,3 Written NuticiRequirod— MNTRACTOR stop Work or terminate.,.., .15.5 Reports a Differing S.Ihaafio. and Physical Ccadifica, ....................... 4.2.3 S.bd.nfi.1 Completion, ............................... 14,8 vul Article or Paragraph Noolan Cm,diruaicn-- MNTRACTOWs reopermibility .... .. ............. _b.92 CapiesofI),acunients ................... . ... ..... . ,,,,,2,2 Contention Paring...... . . 12 Correction, Removal or Aeeepama .fD,f,,6. Work— in ener.l._ 104.1, 13.10-13.14 Acceptance oMD carve Work........._......._...... 13 13 C oeticrt or Rationed of D,finzdF, Work 630,1311 Correction Period )3 12 OWNER May Correct L)igaclhe Were ........... _J3,14 OWN AfiyStopWark ................................ 13.10 con. - of Tem. and inspection,, 114 R..at&11 7 Cmt of the Work — Ban& and ineurance. additional ................... 11.4.5,9 CONTRACTOW,,Fee............................... 11.6 Eriplcy.eliapxaysat IIA5.1 r,xnl.i .. to,................................ .................. IL5 Gcncru11l.411.5 H. a once and ceb.ail a Fentina,_ 11,5 Losses and damages ......... ... ... .............. .... 11.4.5.6 Nfiden.la end Naiproord ............. .............. . _11A2 lefinor ex, as as . .. ..... .. .......... ............. .. j]A5g Psyral) oneas . changes . ................................ 114.1 performed by Subcordinactm .......... ............ ... 1143 Rocardell.7 Rentals ofoonstatiction equipment .ad ant hinery ............................ ,,, 114.5.3 Royalty payments, prnnite .4 he.. bw ............................... . _11.4.5.5 Sits off,.e and temporary fadliti . ................ 114.5,2 Speti01 Conandtants, CONTRACTOR. 11A.4 T.xes related to the Work ... ... .. ...... 14.5.4 Tmts and Insxtcfion,—,, 13 4 Trade Discounts ...........................................11.4.2 Utifificafoil end sanitary fiatiliti., _114,53 Weak age, tWF, h . ...... ........... .. ... ........ 11.4.1 Covering Work......._....._ ......... ..................... 13.613.7 Oamdafi,. Rare di an ................... ................. J7,447.5 Cuting, fitting and patching...__ .......................... 7.2 D" W be Retained by OWNER ........ .......... ... F.3 Dry --definition of.._.._ ... ... ................. ...... ...... 1121 Decisions . Diaputm __9.11,9.12 ak,e,hn,a.4afiamliori ( ..... ..................................... 1.14 al,f,,fiFe Work— A.eepton. of . ..................... .............. 10.4,1.13.13 exec W CITY CP FORT MLLM MODIRCAMM MV W99) Correcfim or Iternmal of..._..._.......__. JCA 1, 13,11 C cafim Period .... ...... ............................... J3,12 to general...._..........._._..._...._._..... 13, 14.7, 14.11 Article or Paragraph N.b. 01mmanvation by ENGINEER.......... ...................... 9.2 OWNER May Stop Wcak., ............ .................. 13.10 Porrapt Notice ofDoffiects, 133 RaPctro. ....... .................................. .. ............ 9.6 U..e'i.g the Work.........- .... .. .................... 13.8 Deforid . ...... ...... ................... . . . .... . - , , Delays 4.1, &W. 123-12.4 Delivery offionals . . .... ....... .. . .. .. ....... .. ....... ... 2.l Delivery afegtdi..k offirronerno-..................... 23 Determineflarms for UniLPrioen_ ................... .......... 9.10 Differing Subsurface or Physical Corditiona- Notice, of........._......._.._.._...._ .. .................... 4.2.3 KNGRJEER', Review .................... ................. 4,14 Possible Cmtr.d Documents Change; __!5.2.5 Possible Price and Ti.. Adirean-U. ............. 4,16 Discrepancies -Reporting and Resolving__._ . . .... .............. 2,5. 3AZ 6141 Dispute Psolulicer- Agreement , . . ...... . ... ......... __ ............. 16,1-16.6 Artninatio, ................................... ........ _j6.146.5 ,envralM Median on ................. ....................... .............. 16.6 Die,.W Resolution Agrearnarl ......................... A6.1-16.6 Dieptea, D.W. by ENGRJEEE( ................. 911-912 Doo,neentet. RoconI619 Room, of. ...... ............ . .......... ........... ............ 33 Drenvin,a--definition of . .. ... ...... .. .. ........... ..... ).15 Eaeoncote ............ A.1 Effective date of Agreement definition of, ___ L16 lon."n.i., ................... ..................................... Om ENGINEER-- .. initial interpreter on dispule 9 If 4,12 definition of .....................................................1.17 Limitations on autbority and rwpmsiWWe,_ .. 9,13 . Reploonnewt of......__..._......_..._..._ , , &2 Ronalent Project Reprooentative ...........................9.3 WGNEEWa Coraultrant -- definition of ..................l.1 RNGDTEEw.-- .uthmtyand responsibility, limimtimsm.,,,.,.,9,13 Authorized Vrrintuats . the Work ................ ... 93 Change Orderk responsibility for, _93,10.11, 12 Cletifiesti... and 36,3.9.4 Decisions on Disputes ....... ....... ........ 9.11-9.12 diftoire Work, notice of .................................. 13.1 Evaluatim of SYbrtiW W Iteme, .........................k].3 Liahilbty .......................... ..... _,03Z 9.12 Notice Work is Acceptable,....._ .................... 14,13 Observation........... _..... _........................ 6.30.2.92 OWNER'. Ropresentaln,.1 .. ... .. ......... ............. 9.1 Paynorta w the CONTRACTOR Responsibility fl� .................................... 99.14 Recommendation ofPaMmt ...................14.4,14A3 Article ar Paragraph Number Beepon.flmlifies-LimiNd . . . ............... _9M-9.13 Review of Reports on Diflarntg Subsurface and Physical Conaliti ona ............................. Shop Chewing. end S..Pl' review responsibility.........._.... ........ ..................... d.M Status Darting crnatonno.- .uth.i.W vattationa in the Work ..................9.5 Cluifleattona and Entarponatirnp .. 1.11, ..........9.4 Decisions . Dip&& _911-9,12 Denote intones on Unit Prece 9.10 ENGINEER as Initial Interpreter 9,11-9.12 ENGINEER'. Responsibilities ................9.14M Lienitatims on ENGINEIRs Authority sod Rea,oa;ihilifia ....................... _._9.13 OIAFNERs Represent.tive,... 9.1 Project Pepr.nontati . ... ... . .... ......... .... . _ 9.3 Fejwtin,Oefecfiw Wcak, , , .. ..... .. ... ...... 9.6 Shop Dreroei.,, Change Order. and Papeente.................................. 9.7-9.9 Wsita to Site ..9.2 Unit Price cleterrunnationet ... .................... ..... _930 Visits to Site . ......................... ...........9.2 Written consent required.... .... .................. . 9.1 Equipment, Labor, Materials an4_ . ....... ........... 0.345 Equipment rental, Cyst ofthe Work_ ................ J1.4.5.3 Eqaiv.Jent Margo,]. and Equipment ......................6.7 error or orn iaaiora ....................................... __033 Evidence of Finerei.1 Arren,cancals . ...... ..... 0-11 Explontiona of plVaical conditlorot, .................... 41.1 Fm CONTRACTOR'.-Coata Plu, ................... 116 Field Order - definition of., .............. ...................... ),19 issued by FNGTNIMR__ .............. ... .. ...... 3,61, M Final Application for Payment_ ............................. 14.12 Final Payment - and Acceptance.........._............_.,._..._, 14,13-14.14 Prior to for cub ........ 11.8 Ge ... I Proviiona ................................... 17.3-17.4 General Re,oremounts- definition 1.20 ri..ip.1 ref... to ............. 2.6,6.4, 6.6-6.7, 6.24 Giving Notice......_. ............ ............................... ... 17.1 Guarantee ofWrak-by CONTRACTOR........6,30.14.12 I[aeard Coramuniawlion Progrenta ...........................4.22 Haaardous Wasta- defirtition of ... ................ .......................... 1.21 geammal... ......................................... .............. �4.5 OWNER's respondbifity forsass.......................... glO wl aW OF FORT � M�CAMM MV W") 0 0 0 9 0 0 lndemmfficwtim. ......................... _J.14 6.16, 631-633 Inin-Ily A-Ptawa &h-dalcs .... ............................. 2.9 Inspection -- Certificates of, ...... .......... 9AAM5.1412 Final....... .. .... ... ................ .... ................. 1411 Mode or Paragraph Number Spacial, reunod by ENGINEER ........ .......... .... 9,6 Tests and Approved ............................ 8 7,13.3-13A Aceeptance ot by OWNER.............................. 5,14 AddificateL q.,.d by thing. in the Wok.,.,._ ....... ............................. 11.45.9 More sterling the Work_ .......... . , , ... ... ... 2.7 Bondsand- m general ..........................................5 Cancellation P.,i.i . . ............. 5g Certificate. of.,......_...,,._ 73, 5, 5.3, 5.4.11. 5A.13, I.....................5.6.5, 5.8,5.14, 9,13.4. 14A2 mxaplctr opetation, ............... ............... ... 5,413 CONTRACTORS Liability ......................... ........ 5A CONTRACTORS &jaotion to ouvora,u ............. 5.14 Contractual Liability.__._, - . - 1.1111 11 5A.10 deductible amounts, CONTRACTORS responsibility ........... , .................. ...... 5.9 Final Applicaten far Payment.. ..... .1412 Lied Ire....._.. ......................... 5.3 Nutire requirements, material changes....... 5.8. IG5 Option toRc,elace................ __ . ....... ....... .... 5.14 .,be, a,,arml insurances ................................... . 5,10 OWNER as lomm,ury fir hawed. . ..... .... 5.12-5.13 OWNERe Liability ...... . .............. .............. .... .5.5 OWNERS ReaponRibility ,,, . . ... .. .................. 9.5 Faunal Utflih., Promot, Inaur.. ................5.15 ........ .... 5.6-3.10 Receipt and AH.U. afI. ... Proecek. .................................. ......... 5,12-SA3 Sp oh.l In.. ............ ....... ............. .......... 5JO Waver of 5.I1 Intent ofCorottactDoemeent, ..... ... .. .... .. ........ �3.3.4 Interpretations and Clatification, , 1 1.6.3, 9.4 lrwesqgatmaa, of physical ecadition, .... ..................... 4.2 L.b.n Nhtaendm and Emnipatual 6.3-6.5 Lends -- Availability of......_ .... .... . ...................... 4. 1. SA Reports and Team.._........_._..._.._ .................... 84 Laws and Reulaname, Iawa or Rnatiewas B.& .......................... ... ............... Chang. in the Work......._.._........._ ........... ... 10.4 Contract Documents 3A CONTRACTORS Respensibilitins ..................... 0.14 C..ti. period, akfefiva Work,_.........__.... 11 12 Onat of the Work to . . ........... .. ................ 1IA.5.4 definition of ........... .... ....... ... ... .. ..... . .. . ... IM g.a.16 14 I. ................. ............. 5.3 Precedence........_............_........................3.1, 3.3.3 Safety and Wometoon. .. .................... _ ... ..6.20. 13.2 Sabuombmetom. Suppliers end Other;_,,...... . 6.M.11 Artiale or paragraph Number Tests and In"Omm,., 115 Use ofPreamism ... ....... .... ..... . .... . . ........ .... 0.16 Visits to Site .... .. .. ...... ........ ..... .... ............ . 92 L.abilityIna..- GOETRACTOR . ... ....... .................................... 5.4 OWNEwo ............... ........................... ......... . ... 5.5 Licevcd Sureties and Insurer,.__...._..._......_....... 53 L,mm- Appli.ati. for Prero. Payment..._. ... ... ....... 14.2 CONTRACTORS Warranty ofTide Final Application for Payment ........... .... ........ AA2 definition o(. ......... ........... __J.23 Waive ofC[.ie 14.15 Limitati. on ENGINEER. authority and ow,catibilai as ..................................................PA Li.iW Rb. by CONTRACTOR IvIfinruen.m. and Omalang Final Aplimfi. for Paynonal. .........1412 Manuals (of othm)-- Prececlamee., .. . ...... ............ ....... 33.3.1 Rafierenm. to . Contract IDomucarom._ 3.3.1 Materials and equipment-- f.iAhad by CONTRACTOR,....._..........._..._._. 6.3 out im,urlwotml in Work .............. __ ................ 14.2 M.Unials or equipment,-aprealoul. . .................... ... 03 Medimion (Optional) ...... _ ,,, , , _.__ ..... _ ......... 16.7 Mleaborea--dafinitica of....................................... 1,24 Comleatation ofTimus, .......... .................. 17.2 Com.latb,a Reandi as ......... ... .. ......................174 Giving Notice ........... ............. .... _ ............. J71 Notice afClaim ..... ....... .. . . .......... __ ........ 17.3 Prolaaaimael Fees and Court C�� lroluxlec( 17.5 multi -prime tontructs 7 Nw3h..Indie.ted . ..... .... ............. 4.3,2 N.i_ f - AceeptabilityafRrqjceA..___ . ......... 14,13 Avond, dfirtim. of ......................__._...._..... 1,25 Claim.. ........ ....... ......................... ........ ;Y.3 Defems.13.1 Diff,ning Sulooh. or Phyionl Coadifione, 4.2.3 Giving, ................ .................................... .X7.1 T. and lospecti to . ................ __ .................... )33 Veannum Shop Drawing and SaauplC................6.27 Notice an Pr.ecd- definition of ... . .......... ............. ....................... 1.26 givingof ...................... .......... ... ... ................. 2.3 EJCDc�tantA1.c0xDM0M191Q.8awwM0M .J(1TYCFMRTC0LM13WDMCAr0N3R M -2- REVISION OF SECTION 604 8 INCH PLASTIC PH'E SEWER (POLYVINYL CHLORIDE) Special care shall betaken when backfilling around conduit to bring the backfill materials upon both sides of the conduit, evenly and simultaneously. Protection of conduits during construction shall be the Contractor's responsibility. Damage to the conduit due to Contractor's operations shall be repaired or replaced at the Contractor's expense. Trenches in existing streets, except streets which are to be closed or abandoned, shall be resurfaced as soon as practicable with the type and thickness of bases and pavement shown in the Contract or as designated. Subsection 604.06 shall include the following: Extra length of conduit due to joint creep will not be measured and paid for. Relaid pipe will be measured and paid for in accordance with Section 210. Subsection 604.07 shall include the following: Payment will be made under: . Pay Item Pay Unit 81nch Plastic Pipe Sewer (Polyvinyl Chloride) Lump Sum In Subsection 604.07 delete the third paragraph and replace with the following: Pipe excavation and backfill will not be measured and paid for separately but shall be included in the cost of work. • Page 7 of 53 Notification to Surety, .............. .... ....... .............. .. 10.5 Obs.laara, by MOWER _. , . _ 630,9.2 aotpenty.M.Work ..................5.15. 6.30.2 4,14,10 Omissions cracts byCONTRACTOR....._._..... 6.9,9,13 Open Peril policy to., lassumce .......................... 5.62 Option to Replace ................................................... 5.14 Article ot Paragraph Nauss. 'a E,..r luarn, ............................ .................. .. 6 7 Met work 7 Overtime Wmrk--,n,ddbifimo(_,,._ _63 OWNER-- Acespohnnee cidefootive Work .............. 13.13 nascent an ENGINEER._ .........................__.... 8.2 as fiduciary....._ .... ....................... ........... 5.12-5.13 A,eilabifity of Landk responsibility ............ ....... 4.1 definition of data, furnish ........... ... 83 May Cormot .. . .... . ........ J3 14 May reftne, to make pay scut .......................... 14.7 May Step the Work ........................................ 13 10 May Suspend Watk, Term inatq ........................ .. $.V, 13,10. 15.1-15.4 Payxnant, make prompt_.._..._......... 8.3,14.4,14.13 perfoemmuse, of otinat wok 71 patens and licenses, requvr can . ....... ....... .... 0,13 pwcbawd insurance represented, ............. 5.&5.10 OWNER!. - Acceptance of the Work . ..............................0.30.2.5 Cheap Orden, obligation W ..* ......... 86, 104 Communications .. .... ....... ............................... 8.1 C000dimmon of the Wank........_ ......................... 7.4 Disputes, teveal, for doesiout ..... . ....................9.11 Inspections, mass and eppoemIq..................9.],13.4 Lmbihty lastuance,__ .. ............. .. .. ................ 5.5 Notice of Delf:vs.. ........ Repressmative,-Durung INGINEERs SU tas ............ .......................... 9.1 Res,mmsibiliti.- Asbmtos, PCE, Petted.. Hasardou. Waste or Radioactive fdatsaigl 0.10 Change Orders ................... .......................... 8.6 Ch..,a in the Work ................................... 10A communications......_._ ............. ... .......... 81 CONTRACTOR. respoesibililies... _........ _. _ 8.9 evulsmce of firmusud arm,ummd ........ ...... 811 inspection, tests and approval, . ........ .. J.7 lands and... ante 8.4 ptors"sruby . ... 8 3 replecorrourd 4 ENGINEER .. . .... .......... ..... 6.2 repots and tests ........ ...... ......... .. ...... ...... SA stop or suspend Work....._.......... 8,8,13.10, 15.1 terminate CONTRACTOR's services ..... ......... .. .... .. ... 15 .,use napmeanotatinne at sa . ......... 93 t.stin, independent....._...._ ...................._.. 13.4 use or occupancy of the Work — ..................... 5.15,6,30,2 4,14.10 orratc...nt or approval required............_....._........._...... 9 E. � Mmanom 1910.2 pHsMMOM , CITY (M' FORT COLLINS MOE3FIC6170NS XV 91ou E 0 0 E 0 0 Article w Nonlan written notice required....... _7.1,9.4,9.1L ...... — ............. ............. TCBa— 11.2,11.9.14.7,15A definition of .. . ... ....... ..... 1.29 general 45 OW R'crrsporsibsfity for . .. ... ...... A 10 Partial utilintion— general 6.30.24, 14 In Property Insurance, , � , . I ....... is Patent Fees and Pcalfic, ..6.12 Payment Bands . .. ..... ....... .. ........ ... 5,1-5.2 Payrocrah, Recommendation of .............. 14 4-147,14.13 Ayeaanm to CONTRACTOR and Copl.O.— Apluatim for Pro&resaPaymmts_,.__ ., ...... 142 (MNTlLsr(TfOR. Warranty afTitle..._........._... 143 Far.) Application for Faycrent_ ... .... 14,12 Final looecti on .. ....... ........ .. ....... .. .. .. 34.11 Final Payment and Areeptrouse_ ...... . .14 13-14 14 general. ......................... ...................... .. S3,14 P.,ti.i1folia.fion,_ 14 10 Ronan . ............... 14,2 Ravisw of Ali.a. far Progress Payer ents .... ...... .................. 14.4-14 7 prompt payonent g 3 Schedule of Valm ............... ...... .. . ... .... 14A Substratcal Creoplation, 14.8-14.9 Wooer ofCli.k .. .. ......... ...................... ..... 14,15 when payments duo ................................ 14.4.14.13 withholding puMmt_ , , , ......................14.7 Perform.. Bonds............ 111.11 5.1-5.2 P..iN ....... fA3 Petrolem— delaration of_ . ........................1.30 general.... ... ............... .. ..... .. _ _ ....... .... 4.5 OWNERs responsibility fur ............ ................. SIO Physical Cmrditi ... — Drawings of, is or relating t ........ ............... A 2 1.2 ENGINEER'. ravi . . ...................................... 42.4 existing .trosaurra . ..... . .......................... ..... A.2.2 general4.2 1.2 .......................................................... Notice ofDiftering Subsurface .... 12.3 Possible Corned Dents Chan,,. _ 1.15 Feasible ftica and Times Adjustracrat . ......... .... 4,2.6 Relearns end Dr.win . . . . .... ......................... 4.21 Subsurface and, ... 4.2 Sab.f.. Cardin.. ........ 4.2.11 Toduriont Data, Limited Reliance by MNTRACfMr fictharrzaql ......................... 4,2.2 Urolar,renindFacilities.- general..... .................................... ............. 1.3 Nor Shown or Indicated ............................... 4.3.2 Protection of ........ ............ .......... ....... 4.3,620 Article w Paragraph Numbs Shown or Indicated .......... _ ... ____ ...... ..... .... 431 Technical Dow .............. ..... ............. .... ...... Al2 Precon,troortion C.f.n,,, 2S Poolinausny Mutters.,,,, ......... ... ..... Prolinurter, Schedule _ , , U. of 6 1". 18 Price, Change of Contract............_.._ ................ ... 11 Price, Contosev-definition of„_.,_..__., _.. ........... _.. 1.11 WW.s Palos.% Application fe,_ ........................ 142 Progress as . .............. .................. . 14.2 I'sagreas schedule. WNMACTOFV ............ 2.6,21, 2.9. 1 1 ... — ....... .... .. — " 6.29. 10A.1521 Frcgoot—defiattion of .. .................... 1,31 ProjectRepreserstativ, ENGINEETes Status DoringC shactioa,._ 93 Reject Rarossardstive, Resident—delinitim q.... ... 133 r,ropt pyno ant by OVMER .......... . ................. 9.3 Property Additional J.7 ge.c.15.6-5.10 Partial Unlizabon ............................ ... 5 15,14.10.2 .ipt.ad application of larceado . ... ...... 5,12-5.13 Protecron, Safety and ........ ... ... .. _62MM, 112 Punch hat . . ..................................................... 14.11 Rwhosefic. N%toriad— defintim of ................................. .................... 3,32 gmeraI4.5 OWNERra .,.ihlit, for ............ ............ _J10 Recammendetion of Paynocat ..... -.344,145,14.13 feecordaprecoduresformaintanin,., .................... _2 8 Reference Points .............. ..... ........... ............... �4.4 Reference to Standards and Specificetime of Tularmeal Soaifi . ......... 3.3 Regular., Law. and (.) ...................................... 614 Rejecting Defamer Work . .................. 9.6 Related! Work — at Site .... ........... ................. ................ .... 71-7.3 Performed prior W Shop Drawings and Seraphs submianlareview ..................... AM Remedies, consWath, . ..................... .............. . 17.4,17.5 R..e.) or Connecticut U)aficthar Work 13.11 most OWNER approval recured 11A.5.3 replacement of ENGINEER by OWNFP . .................... 8.2 Reporting and Resolving Di..,..i . ............. ....... 2.5, 3.3.2, 6.14.2 Reports -- and D..ig . . ... ...... . . ................ 4.11 and Tests, OMNWs responsibility .....................8.4 Resident and Project Reaasearddativa- definition of. ....... prean.i. for .......................................................... .. �9 3 Miele a, PwWph Number Resident Spariatmadent, CONTRACTOR'S....._........ 6.2 Respmrusibilitias- CONTRACTOW&,in amoral 6 BNGIDUE .aageucnd. ... Limitations. .. . ...... .. .. 9,13 OWNEW. gummak ..... . . ...... 8 Retamage... .............. ................... ... ... ..... .. .. 142 Reuse of Deven suite, .......................................... 37 Review by CONTRACTOR: Shop DmawuW and Samples, Prier W Submit*...._ .. ................ 6M Review of Applications for Progress PsMmu ....... . ........................... 14.4-141 Right to an adjustment ... .... ................ .............. 101 PightsufWay ... ..................... . ....... ... . . .... .... 4.1 Po Itim Patent Fees .0 612 Safe Snusument loading._._......_ ...................... .... 0.18 Safety-- andRotenfian, ................... ........... 4A2, 6,16,6.18, 6.2 .21,72.112 Sensual .0.2 6.23 Rapassentattue. CONTRACTORs ....................... 0.21 Saa.plus-- d.F.ifi. of_......._ ............. .. .................... 1.34 ganumal. ........ ................................ .......... �,A 6.28 Review by CONTRACTOR, , 6.25 Rush. by ENGINEER.............. ............... 0,26.627 related Work .............................. - ................0.28 submittal of ............................_...._._..._........ 0,24.2 a.b.ittaipueadane ................... . ................... 6.25 Schedule ofgagress; ............................. 2.6,2,8-2.9,6.6, * ** * &B. 10.4,15.2,1 Schedule Blc, Dneain*d Sa.,Ie Submittals . .... ..................... . 2.6.2.8-2,9.6.246,28 Scheduler of Vainest ................ ............. 2.6,2.&Z9.14.1 SehuduLe, Adjusting. . . .................... .............. _ ........... 0..6 Usage of Contract Teass ................ ............ ... 104 Initially Aceeptable...................................... 2.8.2.9 Preliminasy............... ............. ..........................2 6 S..N of Changes . .... ... ... ... ....... ......... 10.3 10A Subsurface Conditions . ............. ......................... 4.21 A Shop Dums-- and Samples, Metal ....................... .6.24-6.28 Change ()tdsma A, Applications for Payments, and......_ ....... ....................... 9.7-9.9 d.f.ifion .( ........................ ..... __ ..... ... _.J.35 EN01NE68, eppraval at .............................. _3.62 ENGINEER'. responsibility for revvw, ................................ 9.7,6.246.28 ,.IaW Work ......................................................0.28 nu,itne g..d . as ........ ..................... 2.9.6.24,6,28 Mtwtu or Rw.gph Number submittal nWaircal ........................................... ... §NA Submittal Prooaduros. .............................. 6,25 use, to approve substitficrea . 5.7 3 Shown . ludicaUxt ... ......... ........................ AAI Site Access...._.........._.._........._..................... 7.2,112 Site Cleanliness ............ ............................... ....... ..O. 17 Site. Vesta, tu- by l GINSER . ...... 9.Z 112 bycah cas ................................. ........ ............... 13.2 "sjaa,ml - at leas* P-Hey term, deftifien of....._..._ .... ...... ..... ...................... 1.36 sp.fi.ti.- defiruman aL ).M of T.clatical Sociefice, at... up ..................3.3.1 precedence......_.. _.............. _......................... Standards and Spenifiewmeas of Technical Soeintum ............. .......................... 3.3 Starting Constructio, Eaters .............................. 2.5-21 Starting the Work............_...._..._ ............ _ . .... .... 2A Stop or Suepand Work - by CONTRACTOR.._ .. ..... ..... . . . ... _ .... ..... 13.5 by OWNER......._.........................._81, 1110. 15.1 Storage ofmaterials and Nuipmerna ..... ........ ... . 4.1,7.2 Structural Loading, Safety ...... ................................ 618 subeentan,nar- C..& ......... .............. .. 01-611 d.f.anta f ................... ........... ...... . .............. 1.37 delays.... ..... ........ ... __ ....... . . ... ..... ... .. J23 anaver ofrighb,,, ... ......... ,, ..... . ... . .. ......_011 S.1,cantseelors-i. g.,,.l ............. ................... 6.8-6.11 Subcow"ats,ex,fied junvision,, 5, 11. fill, 11.43 Submftlaks- Appliesumns for Isyment .................. .............. 14.2 Wintemme. and Operation NWa.14 .............. 14.12 Prmtud . . ......... (M PtWe. Selmdulas___ ............ ............ ..... 2.6,2.9 Sampt as . . ............................................. 0,246.23 S.hode]. dValues......................... 26.14.1 Seh.dula ofSh, a.wirsp and Samples Subsnissimas ... ................................ 2,6. 2 &2.9 Sh, D ermg3 ...... ................................. 6,24-6.29 S.Iestamt.l (7ompl.ti.- .cmuficati. of......._ ... .... _ ........ 6.30.2,3.141-14.9 definition of ..................................................... 1.38 Substitute Construction Methods w Pnewalunce . _.,6.7.2 Substitutes and -0, Equal- Issues, ......... ......... ......... 6.7 CONMACTOR. Exprn ............... - ._,._.0.7.1.3 ENGINBf.E,alusfiem................................. 67.3 .a-Equsl . ................................................... 0.7.1.1 Substitute Corstruen. Mdluxls Mal RXW 1ENOlN. COMMONS 19104 (IM EDIIJOM 9 0 0 LI 0 Article or Paragraph Norther or Procedures ......... . 6,7.2 Substitabe Items —.6.7 L2 Subsurf .. and Physical Casodstionne,- Drowinp of, in or relatfig to.. . ...... . 4.2,12 BNGINhHE!. �i . ........ .... 4.2.4 general...... _.... . ...... .................. .......... ...... ...4.2 Lynne R hmera by CONTRACTOR Auffiori,,odl . .. . . . . . .. . .................... .... 4,12 Notice of Difform, Subsurfierc or Physical conditions, 4.2 3 Physical Conditnare ... ....... ... 4.2.12 Possible Coated Documents aange_ ... ..... 125 Possible Price notifies. Adjustments .. ... .. ..... 4.2.6 E.pmu and lk.a,ia, ...... . .... ...... 4.2A Sabsurfirs and 4.2 S.bsarla. Camdtfioos at the Site 4.2.1.1 Technical _.4,2.2 Supervism— CONTRACTORs reamunbilit, OWNER shall net supervise ................................ 89 ENGINEER 4.11 not ,.e, ............. 9.2.9,13.2 Superintendent, CONTEACTOErarcandaak _02 S.Pplenneowl am . .......... ......... ..... ............... 11,45 Supplementary Coadilimm-- definitiort of ....... .... ... ...... l.39 principal references tot... ..... J.10. 1,12, 12.2.7, ...................43.43,5.1, 5.3,5.4.5.6-59. 6.8,6.13,74,811, 9.3.9,10 Supplementing Ca.ea Ibammenl5 ............. _ ...... 3,6 Supplier -- definition a( _1.40 principal refirmacca; tq_ ......... 3.7, 6.5, 6. M. 11, 6,20, ...................................... 0,24.9.13.14.12 Won. of R%hw .... ......................................... 0.11 Sturdy — consent to final payment,.........._........... 14.12, 14.14 HNGMIR has no duty to._,_ ................. ...... 9.13 N.td,catiun of ..............................._, 10.1. 105, 13.2 qualification at, ........ ....... ............................ 51-5.3 Survival of Obligntionu. ........... ____ ......... ......... 6.34 Suspend Work. OWNER May . . ............. J3 10, 15.1 Suspension of Weak and Tvrzminmtism- ......................15 CONTRACTORI,liay Stcp Work or Terminate J5.5 OWNER May Suspend Work .............................15.1 OWNER May Terminate .................... ....... 15.2-15.4 Tmoe -Payment by CONTRAMF . ....... ........ 0,15 Technical Date -- Limited Reliance by CONTRACTOR_ ....... ..... 4.2.2 Possible Price and Time Adjuatursenu, ___41.6 Reports of Differing Subsurface and Physical Conditions . ...... ....... . ........... ..... 4.2.3 xiv Temporary corommanion facilities_„_,,,_ ................... 4.1 /trhele or paragraph Number T.in.ti.-- by CONTRACTOR ............ 155 by OWNER....... ...... ........ .. ...... . 8.8,15 1.15A &ENCINHERsomployenent_ ____ _ 182 Suspension ofW.,k-i. gencral ..... ......... ...... _15 Terms, and Adjactire .................................3.4 Team and lrsprtioaa,- Access lathe Work, Eyothas, .................... 132 CONTFACTOR-e,espormshiliti . .............. ..... .. 135 coast of 13A covering Work prior to ................. 13.6-13 7 L.a end Repulmi., (m) .............................. 135 Notice odE)afacta 13A May Stan OWNER'S independent watheq, ..........................13.6 special. .,&ad b, ENGINERE, .. ........... .... . ... 9.6 timely notice required] ...................................... 13A Uncovering thawed, at ENGINBRRS ,quat, ........................... ............ 13.8-13.9 Tumag— AdiwAti.1 ...... ...... ... ... §6 Change of Camlm.mt .... .. ........... ........... 12 Contract Times --definition of. ......................... 1 12 day ..... ___ , __ _ .. . ............. T7.2.2 Nfiltston . ....... ...... ... ................. ...... .... .... ...12 Retienocancrus— .'aalc .. .. .... ....... .. .. ..... ... .... 16 clarifications, dwarm .4 dixpentes ................. P. 11, 1 LZ 12 Commencement of Contrecl _23 Precumetrattion Conference ...........................7.8 whtdol . ................ ...... _ ...... 2.6,19,6.6 Starting the Wod,_., .... ...... ...... ...... 2.4 Title, Warranty of .................................................. 14,3 Uncovering Work ............. .. . ..... .................. 13.8-13.9 Undrogmand Facilities, Physical Condibones-, definition of .. ...... .........____..._.__......_.JAI Not E[Ecaan or I.ducawd 43.2 protection of_ .......... ............................... 4.3,6.20 Shhwu .1 Idicem,4 ................................ ....... 4.3.1 Unit Price Work — claims ..................... .... ............ ... J1.93 dal itorn of._..........._........_._..._ ................_1.42 g.r.111.9.14,1,145 Unit f`,icaa-- grear.111.11 Determination fir ............... ............................. 9.10 Use aPrarriess ........... .. . .. --- ..... 6,16,6.13,6.30.2.4 Utility rasters ...... , 6.13.6,20.7.1-73,13.2 UtBirationt. Partual ...... ............ 1.28, 5.15, 6.30.14,14A Val. of the Walt ... ... .. .. .... .. ..................... ..... jt.3 Vidurs. Schdle of ... ...... .. .. . .... . _ ... 2.6, 2.8-19.141 o%wMw MMM0MI9IG-soMwrrr0M V CITY M FORT MWA15 MCHICATIM mEV ") varmfi. i. Work—matcc Authorized ...... 6.25. 6.27.95 Article . paragraph Nmtr VimwSiw—byENGMEER 91 W.ote, oM.m—ott Fine] RtMatt Waiver of Right, by issued pfi.p ........ ........ 5. 11, 611 Wattanty sod Guermttv. General --by CONTRACTOR ......................................... . 030 Wwmty of Title, CONTRACrORs ...... ......... 143 Work — byother; __ ........................ .................... 7 chs'.'nthe..._......._....._...,.._. .....................10 Continuing lhe. .... ............... 029 CAN CTORMay Stcp Work or T...w 15.5 Goordmai. of ... ....................... _ .................. :7.4 Coatofthe. ........ ................... ............... d.fitib. of J43 neglwtcd by CONTRACTOR ............. .............. 1314 other Work 7 OWNER)&yStay Wonk ................... .. ... .... 13.10 OWNER May Suspend W.k ......... J3,10, 15,1 RA.t.d.W.k.tSiw, TI-7.3 Smaing the. ............... 2A Stoppirg by CONTRACTOR 15.5 Stopping by OWNER ............ 011-15A Variation and &,mtton euthorimd, mmo, .......... 3.6 Work Chang. Threcti'e— 06.� p.t to . . ................................... 10.2 d.finifi. oL..................................................1.44 principal references to 3.5.3,10,1-10.2 Written Nomdmmt— &fi.ib. of. ... J,45 principal refamm to....._..._.._ 110.3.5,5.10,15.12, I. —I ...... - ......... 6A2, 68 2.6,19,10 1,10.4, ............................11.2. 12,1. 13,12.2. 14.7.2 Written Clmifi.tiotm ad ltterprd.fime .................................. 3,6.3,9,4,9.11 Written Nh.. Rq..ed— by CONTRACTOR..............................7A, 910.9. 11, 10.4. ll.Z 12A by OWNER .. . . .. . .... 9.M'9,1160.4, ll.Z 13,14 E��MMITIOM19104(lmmllom , UTY(YFPORT C0LLMMMMCAMM(MV9M) 0 • (This page left bleNs infentionetly) FIf.RCOBNFAAL COlmIMM19104(im FO" M W QiYC FORTWS MOO61CAnM(AEV 91M 0 GENERAL COMMONS Whoever used in them Gerund Condition err in the aher (7mmad Doovnmr the following tams have the meenugs tdicated which em applicable to bah the mi,uh r and pload thereof I.I. Addend.-Wr6mn or g W hmrmnads based pier to the opening of Bids which clarify, correct a drone the Bidding Ruryimmen6 or the Comma Doamm.a 12 Agreement -The written contract between OWNER and CONT'RACI'OR o ww the WO to be paf..d. other Comma Dacomeor are trembed to the Ageemmt and made a pat thread as provided therein. 1.3. Appppi..a. for Payment-Tlw form accepted by ENGINBER which r, to W used by CONTRACTOR an requesting prone. or fine) Feymems and which is m be ccmnpmried by such sepporti g documentation as is required by the Comma Doo ments. 1.4. Asbvsho-Any meterid that cmrmar, more than one percent aabmtos bind ss fired. a is relessug asbestos fib. orb the air above cmmm action levels established by the United Stara Oorapatio al Safety and Health Aduatimation 1.5 Bid -The oQa or }ropcml of the bidder sbnitted on the prwabd form setting forth the from for the Work tobeperformd. 1.6. Biddn$ Docmecentr-The advertisement or hwitedm to Bid inmuem. to baday the Bid ram, and the proposed Contract Documents, b ludrg all Addeda i.ued prior to nexipd of Bids). 1.7. Bedding Requir end ntr-The advartieemert or Nvimtion to Bid to biddos and the Bid form. 1.8. ad Payment bonds and other instruments of security. 19, Change OM ,-A documa6 recommenNd by ENGINEER, which is eW d by CONTRACTOR and OWNER and outhavns an adi it o. &led. orrevisim in the Work, or an adjuarma in the Conrad Price a the Cordrnes Time, issued on or afler the Effedve Der of the Agreement 1.10, Contract Danaways-'fh Agreement Addenda (which P.. to the eanma lloaments), CONTRA=Rs Bid (imbider,, documentation ncampanying the Bid ad airy pod Bid doemmnmtion TM-the to the Notice of Award) when arched n m exhibit to den Ageement, the Notice to Posmed, the Bonds, these Gemerd Conditions, dr Supplemrntmy Condition, the Specification¢ and the Dmwiags n the plCpC ovx6 comNnom 191"(t9A Edum) w`C[W0FF0RTWL MMQDMCAB0NSm 4nM0) nine are more apewificAly identified in the Ageanent together with ell Wrinen AmeMmoas Charge Orders, Work Change Dreary, Field Orders and INGINEER's written intageiatiom and clmifcatims issuedpmsent to p ra,,n s3.5, 36.1 and 363 an or ether the Effmove Date of the Ageement. Slop Drawing orhnaaE approved purvam to pmagaphs 626 and 6.27 and the reperls and drawlas referred to in paragraphs 4.2.1 mal 4.2 2 ere nor Conrad Doamems 1.11. Contract Pnce-The morays payable by OWNER to CONTRACTOR for canpleuon of de Work an eccordan o with the Contract Doamems ea shaded . the Agesment (subject to the provisions of p.rW.ph 119.1 in the case ofUnk Priee Work), 1.12. Contract Times -The mmbas of days a the darns stated in the Agemnenc (i) to achieve Submantial Compleum. and fi) to oomplete the Work so that it is reedy for firal paym�rnt m evidenced by ENGWEER's wnnen ro her mmMetron of foal payment in accad®¢e withpaagaph 14.13. 113. CONTRACTOR -The Anson, fora or oxpudon aath wham OWNER has m.ered ham the Agremirnt 114hfeeba,-An adjective which when modifying the wad Wak refers to Wok that is urnmientars , faulty, or deficient in that it does nor eo lorm to der Comma Doeumerm or dins not mat the requirements of my mspatiow tad.. ahaMard test or appwel refined to an the Contract Doaments, a has been damaged prior to ENGINEER'a recommendation of final layment (unless responsibility for the potamon thereafhas berm assumed by OWNER at Substantial Conplation to amadarce with pamgeph 14.8 or 14A 0), 1.15. Drawings -The dmwen,,a which show the cape, event east chomcrr of the Wok to be fumialW and perfarmd by CONTRACTOR and which have been prepared or eppwed by ENGINEER end are refm d in in the Conrad Ibcumeras. Shop AawingS are not Dmwingsasrodefrned 1.16, Efa,Ive Date of 6. Agreement -The date indimed N the Agreement m whidt it becomes effative, but if no such date is irdieeted it means the date on which the Age.. is si® d eM delivered by the last a the two parties to sign ad deliver. 1,17. ENGINEER -The persme firm or coryaation lamed., ach in the Ageaneat 1.18. fWFMER's Canadian -A ppaersrsedoR tom or carpomdon baron n avmad with ENGINEEfi to Randall, .a. ea ENGINEER. iMepvdnv pofe.iorel mama , a canulmot with aspect to the Project aril who is identified as ouch in the Supplementary Conditions 119. Field Order -A wrium order sorted by ENGWEB<t which orders.hear chmgea in the Work in acemdence with paragraph 9.5 bra which does not involve a chafe in the Corset Price or the Comma Timm. 17, r] 1.20, General Rinam snarYs-Sedieuu of Madam 1 of the Specifications. 1.21. Hawrdow Warn-Thetem Haaerdoos Wa0es1W1 have the meaning provided in Section IMA of the Solid Waste Dispel Ad (42 USC Section 6903) as emended Gas ti ms totime. 1.22.g Lows cad Regulah'oas, Lass ar R.gulatiwa, -Any and ell M.N.laws, rules, gulatonq unbounded and& orders of any and all governmental bodias, Bga,Cle$ BWllOrlhe9 end Cpai haVlrlg)W VdICYOR 122t, Lout HoGnrvsehan be 9. holidays observed by the Cuv of Fort Collis 1,23. Lieu -Liens, changes. sound, mare as m mcmnlrm apseandtrepans,orprimalpmpety. 124, Mileaaae--A principal event specified in the Contract Documents relating to an intermediate completion data or time prior to Substantial Coapletion of ell the We& 1,25. Norlae gfAwoM-A wrten notice by OWNER to the appamnt suc edfal bidder meting that upon compliance by the e,mrsm successful bidder with the corditiora precedent enumerated thereat within the time specified, OWNER will sign and deliver the Apfeement. 1.26. Ms. to Proceed -A written notice given OWNER to CONTRACTOR (with. ropy toENGINEER fixing the dale an which Use Contract Times will commence to run end onwhidn CONTRACTOR atoll suit to perform CONTRACTORS obligations under the Conrad Documents. 1.27. OWNER -The public body or stationary, mnporetor esro&etiot firm o Peron with whom CONTRACTOR has mterel ado the Agreement mail for whom the Work into be provided 1.28. Partial UdIdshon-Use by OWNER of a sulatadisRY completed rytt of the Work for do purpose far which A is madded (or a mlded purpose) prim to S.Ismrtial Completion ofan the Work 129. PCH. Pdycldoruerl dbiphr,le 1.30. Peockuse-Petroleum, including nude oil or arty fraction thereof which is liquid at standard conditiaa of temperature and pressure (60 degrees Fahoddred and 14]ppoounds per error, inch absolute). such es A. patrolmen, fuel oil, oil sludge, oil refuse, gasoline, Insurers and it minced wide offer rwn-Hamrdous Wows and crude oils. 1.31. Pjed-The tool cow trim d which the Work 0 be provided under to Coned Document may be to whole, or a pen as radiated clacwtorc in the Contract Documents, 1.32 e. R.,iminne MatenahSeurce, special wclear,or, byprcchd materiel as domed by the Atomic Energy Add 6f=OFFORT WNOITION9IFI ATION 6dd J wIQTYOP FORT WM4l8MWIPIC0.TION9plEV 9200) 1954 (42 USC Section 2011 ct sal,) as amended from time to time. 1321"TAff W rMn¢ Hours- ,' workire have are do u ] OOem to 6 COon wlm otherwise 133. Restdant Pmject Represewrhu-The authorized radeaeraetive of ENGINHER who may be asigoed W the anceracypenthereof 134, Sain W-Ph oral examples of mmaiab. equipment, or woknimtship that are rememtlative of some punier of the Work and which asubliah the standmds by which such potion of the Work win be rvdgnd 135. Shop Dmnmgs-AII drawing; diagrams. Mannerism, , Scla d ales and othm dat8 Or information which me apecifirsHy prepared a assembled by m for CONTRACTOR and sdburned by CONTRACTOR 0 illustrate some potion oflhe Wak. 1.36. Spea((icmoma-Tlwx portions of me Cod ad Documents coal ding of written technical d iµiorr of materials, equipment con&mctrvn syalem% sa end workmamldp as applied to the Work and certain administrative details applicable thereto l.37. Sub nnbowor.-Anirdividan, fuse or corporation leaving a direct mnrad with CONTRACTOR a with any other Subcontractor for the performance of a pert of the Wok athe situ 1,18, Subdaafid Completion --The Work (or a epecifid Fart thaeo }ens gnwr toes tl , Pant here, N Oce epWon O ENCiA3E6R denim by EN3MER's definitive certifwte of Substdul Completion, ito..T.cimtly complete, to accordance with the Contract Dowmeen. an flat to Work (or apmGed pert) can be utilized for &a punpme for which it is intended; or if m such certificate m awed, when dw Wok is emtpplele and ready for final payment an evchniod by ENGINEER's written reommerdmion of final payment in accordance with panagtnPh 14,13. The terms 'sumtardully complete' and "substantially wmpleed" as applied to all or port of the Work refer to Subsmnid Co npletian thereof 1.39. Supplementary Condhtlons-The pan of to Contra& Documents which emends or wpplea ents tee Gaol Conditiora 140. Suppint-A nnmNtcturd, febricear, Ther, with CONTRACTOR err vendor laving. arrd contract with CONTRACTOR ip Ali airy SWaontmctin to furnish materials or TORc ant to be inmrpoor o We Wok by CONTRACTOR or my SrbmMactor. 1.41, Urdergrowd Fmdlch.s All prpaline, cotduib, ducts, c.blM whes, maMole, vault, track, brands o dlrs w.h facilities or eraclmmnts, and any enessemeNs cotahrbg such facilities which have been installed mdergremnd to furnish any of the Mowing, services or materials: electricity, gale; stew, liquid petroleum prodmYs, telgnvne or ahem canmumcaiona able television, sewage wall dromm, removal traffic or after mmrol rysmmsawata. 142, Unit Price Wark-Wm4 to be }aid far art the basis d7watpricea. 1.43. Wort -The entire completed wmvuaion or the various separately idmfifiable parts thereof raptured to be furnisbrd under the Cameo Dwmnerns Work includes and is the .It of performing in fum alwg labor end banishing end iwo�lnomto, materials end equipment into the roustructim� end pstarmtg at formslung services and ferrdshitg dtamerm% all m reputed by the Camact Dona nsnw. irk a respundmg to differing a unforeseen usesions order which the Work is to be as provided in pwmg,aph4.2 or 4,3 or to is anda paragraph 623, A Work Change till rat dow x, the Contract Price or the Contract it u evidenm that the ponies expect that the vetted m desunemod by a Work Charge will be in orprated tu a su sic'mady issued tiler following negotiations by the parties as to its M. on the Contact Price or C t mct Tunes as 1.45. Wnnen Amendnem--A written ...admom of the Convect INasmmts, signed OWNER anal CONTRACTOR an or alter the -ere Dare of the Agreement atd on ly dalmg with the rnounginewirtg a mmukual ranter then striouy wrommution-telated aVa cteof de Oarnact Do mmenta Detivay fBonds 2.1. When CONTRACfOR do&. Nc ixecated 2een�arts to OWNER CONTRACTOR dal] oleo Mites to OWNER such Ba ndv as CONTRACTOR may, be required W format in scardercewith paragraph 5.1. GyiaofDaenmemr 22, OWNER shell funishm CONTRACTOR up m tar copies (uNem aherwise specified in the Supplemmrmry Ccriditione) of the Comment Dawtatn as we reaamably neemaaryfathemistienofthe Wak. Addidaalcopice will be fmaidwd, upon reque#, ante aao[repradnctim. Commencement fConbacr Timer; Nef reNProeeed- 2.3. The Cmtracl Times will emnmmce b rim on the funded, day eden tha Effective Tate of the Agreement, an. deaden.) if. Notice to Proceed is giveq on the day turbaned in the Notice to Pressed. A Notice to Preened may be given at way time within dirty days after the Elective Date of the Agran new--.-Tn _rn._eimt-wJF-tln-6antraw-Timm sum y-aaar�' '&BkFepmingw the timbefh*IeyalM da, Slutive-Dare Mareingihe Work 24. CONTRACTOR shall start m perform de Work on the date when the Contact Times rommenre m ern, but an Work died be dare at the site prime in the Jets an which the Cou red Times rommernce to ran Before.SYaeiing Conmuaion: 2.5. Before undertaking sort, Fen of the Wak, CONTRACTOR shell carefully study and campme the Comma Daumens and cheek and verify pvtme�I figures shown tlrrn reand all applicsd field mesaaemsma CONTRACTOR shall promptly report in writing m ENGINEER say conflict coma, ambiguity or disacpanry which CONTRACTOR may di. oral shall obmtu a writer iMapmsdan or c]aifiadan from ENGINEER before proceeding with any Work eRected t ersby; however, CONTRACTOR shall not be liable to OWNER mENOINEER for Ndue to report any coMia, was, ambiguity or d'ume wary m the Content Documents, Mess CONTRACTOR knew or rarorebly ehouldhwe krmwn thereof 2.6. Witlw ten dayysa after the Elective Date of Ne Agceemew (unless otherwise specified in the General Requlremems), CONTRACTOR droll submit to ENOWRB(tfarevnay. 2.6.1. a p dinummy ass schedule radiating the times (numbers of days m dolls) for starting and mmplethp the various stages of the Work, irncha ing any Milestones specified in the Cmmea Documents; 26.2 a prelvnirerystsedaleof Shap Dammgmal Semple inordinate which will lint each required wbmidal and the fimm for eubmitdrg, mviewiM and preventing such wbmiasl; 2621 In a. ease all scMArlc ¢e aecepmbm whidt allme" less than 21 aiwader risers fa arch review by Bneirem. 263 A preliminary schedule of values for all of de, Work which will nalude quarnifies end Isiees of items aggre,ww the Contract Pia and will subdivide the Work into conponem pans inwlrcient derail to serve as the bast For progress payments during cmwanion Such ph. will ineleds an eppropnme amount of overh s d end profit applicable to arch item oC Wak 23. Before any Work at des des is waned, CONTRACTOR sod-044 shell ad deliver to ga etlna OWNER, with copes to ha-guppls mum y Fuw ibaaa ENGLNEER. • 0 • 0 cerdfiates of itwmme (read other evidence of inwmnce cwiearebty--rquact rcyugac] by OWNER) which CONTRACTORand 4m)WNHR: mepatively we is me,iad W purchase and meirtain in aaordmne wish paregmphs 5.4.E Pre ronstruC(onC fnena: 2.8. Within twenty days after the Common Times stertW rwu, but berme any Work at the site is slated, a conference neended by CONTRACTOR ENGINEER and others as appropriate will he held to establish a working urdereanding among the parties as W He Work mud W discuss the schedules referred W in paragmph26, proeetlws for handling Shop Drawn, end Men sulmitmm rucessi% Applicamme fro Payment ad maimamingmquhdommia 1nR1afiyAecepaMe Svhenhla: 29. Urdeas mhmwim provided N the Concert TbcumeNs, nHmA-ten -ids, bofeanamosson of the fci went betmearryworkat the si be hg a conferenceatWuled by CONTRACTOR ENGINEER d other u rerime Ms meth ty_OWNFwill bs Wit tom, era eaepmbhry W ENGINEER as provided below the schedule submitted an aodnnce with 2.6, end Div sign 1 - Ga. Ral;ranems CO RA OR shell bare en additional ten days W make mrcremore and adjusvnent and W complete and aabanil the echdubm No prei are payment sball be made W CONTRACTOR wail the schdels me submitted W end marinabla to ENGR ITTIZ es pm✓idd below. The paW. ech Bide will be ec«ptabla to ENGINEER re providing an daly progression of the Work W completion within a�ry "chiral Milestores and the ENGINE Titus, htsuch accepmree will mithm elie ue on ENGINEER teapmsWo,Ry far due sequmucvny adsedndvug a pragrss of ibe W«k nor to with o relimN CONTRACTOR from CONTRACI'OR's fell responsibility therefor CON1'RACfOR's sdhdula of Sbnpp Dmwmg and Sample submiciormwill be acceptable W INGINNER es p,.dh% a workable arrmgemmt for revieweg ant processing the rreuirsd submittals CONTRACTOR'S schedule Of values will be acceptable W ENGINEERm in form mdsubsts. ARTICLE 3-CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intend 31. The Contract Dommems comprise the mare Wo ment between OWNER and CONTRACTOR concerning the Work The Comacl Doaments are caplemenmy: what is cattail fin by me is as binding as if lled fa by all The Contras Documents, will be construed in accordance with the law of the Place of the Project 3.2. It is the mtem of the Convect Documsus W EICOC OHN6IUL GDHIAilOt19191 via (1930 Haase) w/QTYOP PORT WLWIISMMIPIGiIONS (R6Vdl1W4J describe a fctimmmlly complete Project (o it thereof) to be camwded as accodance vnth the, Contract Document. My Work, mataiels or equ seaman that may orsormbly be imearad fears the Contract Dom user a Goo {covenant, caMom crtmde usage ea beet,,required W produce the immoded rsult will W firraished and perfmned whether or not specthally vaned for. When words or In. which have a we114tnown technical or coretluction industry or trade meaning me coed W delNrme Wok, maurials on equipment, such words or phrases shall be interpreted in accode m, with that msrmn. Clarifications and imerpatommm dthe Contract Daumene shell be imued by ENGINEER na W oided in pmegrsPh9.4. 33, Reference to Standards and Sperificafions of Technical Saddiei' R Farling and Resmhdng Discreyasca. 33.1. Reference to standards, specificetiona, meowed, or codes afany technical society, agenimtion or asseciGen, m to the Laws or Regulations Of arty ,wennmmat ad,.*, wMher such mfinence be specific or by implanaimt shell mean the latest smndand spemficevar, manual, rode o Laws or Reg latiorm in effecter the time ofolenuug ofBids(m, on the Eff-We Deal of the Agadnen if throe were m Bids), except . may be otherwise specifically staled in the Contract Documents. 3.3.2. It dmhg the performance Of the Wok, CONTRACTOR discovem say -sa ict. nor, ambigitity or diacrepersy, widen the Crown Documents or behvem the Counter Decwnmer and arty provision of any inch I. or Regulation once, mil, CONTRACTOR shalt not h the Work a komil thereby (..W in m as authorized by paragraph 6.23) anal an a suoolem ant W the Conrad Documents has been iswd by oe of the mdiods indicated in perageph3.5 a 3.6; provided, however, that CONTRACTOR shall not be table W OWNER or ENGINEER for failure W report any sudr conRiuk cuor. Imbigmy dampen, unlw WNTRACTOR Nov or rswnably should have known thereof 3.33. Except m otherwise specifically stetd in the CoGmE DaumeG ores may be clod by amendmere a an brown thence ivad dry are of de ath mads act in pamgmph 3.5 a 3.6, the pnwdam of the Contract Timmons shell take pxecdara to onehving may coMlc4 error. Imbiguity or discrepancy between the partitions of the Commen Ibcmaensand 33.3.1, the powisime of any such Missend, specification, ram sal, ails or mwuctim (wheher or cat specifically hevpvsvA by reference in the Consent Consumer). or