No preview available
HomeMy WebLinkAbout150588 WALSH CONSTRUCTION INC - CONTRACT - BID - 8113 REMINGTON GREENWAYCity Of Fort Collins Purchasing SPECIFICATIONS -N Financial Services Purchasing Division 215 N. Mason St. 2"" Flom PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing CONTRACT DOCUMENTS FOR REMINGTON GREENWAY BID NO. 8113 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS MAY 12, 2015 - 3:300 P.M. (OUR CLOCK) CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Wok is acceptable (except as otherwise expressly provided in connection with Substantial Complettcn). 6.21. Safe9,Repre. mmire: CONTRACTOR shall designate a qualified anti experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safely precautions aml programs Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hamrd communication information required to he made available to or exchanged between or among emnploycrs at the site in accordance with Laws or Regulations. J]nergenciev: 6.23. In emergencies aticcting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authrmimtion from ORRdER or ENGTN ER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt wriUzn notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have barn caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action 6.24. Shop Drawings and Samples• 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGLNEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9) All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions. specified performance and design criteria, materials and similar data to shoo- ENGINEER the materials and equipment CON•rRA('1'OR proposes to 1wovide and to enable ENGTNL•ER to review the information for the limited purposes required by paragraph 6.26. 6.24.1 CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material. Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable F-NGINEER to review the submittal for the limited FXVC GENERAL CONIM non 19105 (19" Editim) 16 w/CITY OF FORT CULLINS MODIFICATIONS(RFV 4,1000) purposes required by parapph6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Pracedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.2>.1.1- all field measurements, quantities, dimensions. specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6,25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.15.1.3, all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Wort; and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACIOR's review and approval of that submittal. 6.25.3. At the time of each submission. CONTRACTOR shall give ENIGIINUiR specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in it written communication separate from the submittal; and, in addition, shall muse a specific notation to be made on each Shop Drawing and Sample submitted to ENGrNTEER for review and approval of each such variation. 6.26. ENTGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings am] Sample submimds accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work cmform to the information L�vcn in the Contract Documents and be compatible with the design concept of the completed project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and apprrnal will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method technique, sequence or procedure of construction is specifically and c.spressly called for by the Contract Documents) or to safety precautions or programs incidern thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required fry FNCUNHEsR, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in wring to revisions other than the corrections called for by 04GINTL'ER on previous submittals. 627. ENGINE Xs review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements. of the Contract Documents unless CONTRACTOR has in writing called ENGLNEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and &7JGLNEO2 has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor still any approval by ENCilNFFR relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1 6.28 Where a Shop Thawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by FNGTNFF.R as required by paragraph 2.9, any related Work performed prior to FNGINFER's review and approval of the paertinent submittal will be at the sole expense and resporgmbility of CRJNTRACTOR- Continuing the Wink: 6.29. CONTRACTOR shall cam on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 630. CONTR4CTOR's General Mwrantp and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to 01A••NL•R, ITTGINEL•R and ENGINT-Ms Consultants that all Work will be in aceurdunce with the Contract Documents and will not be defective. CONTRACPOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse. modification or improper maintenance or openiticm by persons c4her than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONIRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJMC GENERAL CONDITIO(v,S 19108 (1990 editim) V CITY OF FURT WLUM MODa7CATIONS (REV 920rN1) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER: 6.30.2.2. recommendation of any progress or final payment by ENGINEER: 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.3t).24 tme or occupancy of the Work or any part thereof by OWNER; 6.10.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review amp approval of a Shop Inswing or Sample submittal or the issuance of a notice of acceptability by FNGINF'F.'R pursuant to paragraph 14.13; 6.302.7. any inspection, test or approval by others; or 6.3028. any correction of affective Work by OWNER Indemnificadm: 631. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER- ENGINEER ENGINEM's Consultants and the officers, directors, employee. - agents and other consultants of each and any of them from and against all claims, costs, losses and damaees (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, out that any such claim, cast, loss or damage. (i) is mtribuimble to bodily injury, sickness• disease or deaths, or to injury to or destruction of tangible property (other than the Work itselt), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor. any Supplier, any person or organization directly or indirectly employed by am, of them to perform or furnish any of the Work or anyone for whose acts any oC them may he liable, regardless of whether or not caused in pan by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or EiNGLNEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the sun•ivor or personal representative of such employee) of CONTRACTOR. any Subcontractor. any Supplier. any person or organisation directly or indirectly employed by 17 any of them to perform or furnish am of the Work or anvonc for whose acts any of them may be liable, the indemni6urtiun obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or oqganitali uncle workers compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 631 shall not extent to the liability of ENGINEER and ENGWEER's Consultants officers, directors, employees or agents caused by the professional negligence. errors or omissions of any of them. Suntimnl of Obliga8ons: 634 All rcpresentatintmc indemnifications, warranties and guarantees made in required by or given in accordance with the Contract Docurnerim as well as all continuing obliuhtioms indicated in the Contract Documents will survive final payment, completion and ncceptance of the Work and termination or completion of the Agreement. ARTICLE E 7--OTHER WORK Mated Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contrails therefor which shall contain General Conditions sir ilar to these. or have other work performed by utility oiv crs. If the fact that such other work is to be performed was not noted in the Contract I)ocumcnts, then; (i) written notice thereof will be liven to CONTRACTOR prior to starting any such other work and (6) CONTRACTOR may make a claim therefor as provided in Articles I 1 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the am ount or exu;nt thercoC 7.2. CONTRACTOR shall afford each other contractor olio is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OW'NER's employees) proper and safe access to the site and a reasonable oppxmrtunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly comcet and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or othenvisc alterug their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected The duties and responsibilities of CONTRACTOR under this paragraph arc for the benefit of such utility owners and other contractors to the extent that there are comparable EJCUCGENERAL COMTION-3191" (1990E(fitim) is w,U Y OF FORT CULLINS HODtrICATIONS(REV 412000) prey aims for the bertefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGDMER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable lift the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapperent defects and deficiencies in such other work. Coordmation: 7.4, If OWNER contracts with others for the performance of other work on the Project at the site. the following will he set forth in Supplementary Conditions' 7.4.1. the person, fine or corpnmtion who wil I have authority and resperosibility for coordination of the activities among the various prime contractors will be identified: 74.2. the specific matters to be covered by such authority and responsibility will be itemimd; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination ARTICLE 8--OWNFR'S RESPONSIMUTIES B.I. Except as otherwise provided in these General Conditions, OWNER shall Issue all communications to CONTRACTOR through ENGINEER. 8.2 In ease of tennination of the employment of LNGQJEER, OWNER shall appoint an engineer against whom CONTRACTORmakesno reasonable objection whose status under the Contract Documents shall be that of the former ENG aNEER. 83. OWNER shall furnish the data required of OWITER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4• OWNER's duties in respect of providing lands and easements and providing engineering; surveys to esuhblish reference points are set forth in parggap(ts 4.1 and 4.4. Paragraph4.2 refers to OWNER's identifying and makine available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. forth in paragraphs-5.5 through 548: 8.6- OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OW'NERs responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13 4. 8.& In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under a-eain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for. CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the satety precautions and programs incident thereto, or for any failure of CONT'RAM-OR to comply with Laws and Regulations applicable to the famishing or performance or the Work. OWNER will not he raThinsihic for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents var>i rerwr�xt�a+assrnrtetrrarrr� I�(dM P IM ... K1141Y. . rin�.T '„ Nz—reasonable—�vicleme— tbmt—fataa11111 nu+al arrangements have been made to satisfy OWNER's responnsibility in respect thereof will be as set forth in the Supplementary Conditions ARTiCi.E 9—FWCi1NF.FR'S STATUS DURTNG CONMUCTION OWNER's Representarive: 9.1. ENGINEER will be OWNER's representative during the cwnstruc:tidn Period. The duties and responsibilities and the (imitations of authority of ENGINEER as OWNERS representative daring construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and MqGINLER Irides to Site: 9.2. ENGINTER. will make visits to the site at "mats appropriate to the various stages of construction as ENGMER deems necessary in order to observe as an experienced and qualified design professional the progress MIX O6NMALL COMXT1ON51910-8 (199a Ec itiao w.' CITY OF FORT COLLIM MODIFICATIOM (RLV 41-IM)l that has been made and the quahh• of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits arxl observations ENGINEER will endeavor for the benefit of OWNER to determine, in general. if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. 1INGINEER's efforts will' be directtd toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGfNF.F'R will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. ENGINEER's visits and on -site observation arc subject to all the limitations on ENGINEBR's authority and responsibility set forth in paragraph 9 13, and particularly, but without limitation during or as a result of ENGINEER's on -site visits or observations of CONTRACTOWs Work ENGINEER will not supervise, direct, control or have authority over or he responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with laws and Regulations applicable to the famishing or performance of the Work - Project Representative: 9.3 If OWNER and ENGINEER agree, ENGINEER will furnish a Resident project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident project Representative and assistants will be as provided in paragrephs9.3 and 9.13 And :n the guppc.....e_...r., Curlditions of these General Conditions If OWNER designates another representauve or agent to represent OWNER at the site who is not ENIGINHER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplemetomy Gen&ia paingriph 9.3 of these General Conditions, if the ENGTNFF..R furnishes a Resident Project Representative (RPR) or other assistants, or i( the OW'TER desi;,matea a. Representative or anent, all as1rovided in Inrnwapmh 9.3 of the General Condition, these Rrpresrntauves shill have the authority and limitations as provided in paragraph 9.13 of the General Conditions and shall be subject to the following 9.3.1. The Kepre enlative's dealings in matters rtainin, to the m site work will in eeneraL be with the ENGINEER and CONTRACTOR. But. the Representative will keep the OW�mER properly idyl ad about such matters. The Representative's dealm es with xibcontracturs will only be throw a or with the _full knowledge and apprcvalo Ihe CONTRACTOR. 9.3.2. Duties and Responsibilities. Relttesentative will: 9.12.1. Schedules - Review the progress 19 schedule and other schedules prepared 1w the CONTRACTOR and consult with the ENGINEER corrcerninti accept ability 9.32.2. Conferences and Mecling - Attend meetiM with the CONTRACTOR such as preconytruclion conlerertas, .pTggtsg_ meetings and otherob conferences and are and circulatt_ccrpics of mmutes_o. meetings. 9323-Liaison 9.3.2.3.1 Serve as ENGINFPR'S liaison with CONTRACTOR workim pnmwelly through CONTRACTOR'S superintendent to assist the CONTRACTOR in understanditm. the Contract Documents. 9.3.2.3.2. Assist in obtainins from OWNS additional details or information, when required, for Proper execution of the Work. 932.3.3. Advise the FN(i[NEER and (X)NTRACI'OR of the commencement of arty Work requiring a Shop Drawing or samnlc submission if the submission has not henapprnved by the }NCINF F.R 93 2 4.Rcview of Work. Rejection of, defective lVork, I.nspce.tions and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in �rozress to assist the ENGINEER in detcnninin¢ that the Work is ,pmcecding in ac or dance with the NntrimANcttmcnis. 9.3.2.4.2 Repcxt_ to --the--- HNGINEHR whenever the Re}xesmtAks-peJkyvr that .the >Vork, is on sat istacttxx,_fg-trJ.ty_gr-diL(eytive. or doss not conform w T. Comma Documents, q has been damaged, or ¢� teat meat the requirements of aminspectio))s,._tests _or approvals rapnral to be mace; and advise the ENGTNFF.R when he helieves work should Ix corrected or rejected or should IX uncovered fgr obw. naliun, or requires special testing, inspection or approval. 9,3.24,3, Acumtpeny visittn�_vupeelors Ltpresentinrypyblic or� other aeenctes having itirtsYLctiaut wee the Proicct, record the results of thew inspections aril repro to the I9l�ffi IZIM4 9325 interpretation of Contract Dmumcnts. Repast, to LN'GIINE R when clarificatiems and interpretations of the Contract Documents are needed and transmit to 00N'l'RAC71'0R clarification and interpretation of the Contract Documents as issued by the EtNrG1NEER. 93.2.6. Modifications. Consider and evaluate CONTRA(-I'OR'S suggestions for EJCDC GEM RAI. COM)1TIQM 1910.8 (1990 Edtim) w, CITY OF FORT COLLI M NODIFICATIOM (REV 4n000) modification in Drawirm or Specifications and repgrt these recommendatorn_to_ENGINEER. Aaurateh• t ansmit to CONTRACTOR dcctsions issued by the ENGLN°EER. 9.12.7. Records. 9.3.2.7.3. Record names- addresim and tckptnnc numbers of all CONTRACTORS. subcontractors and major suppliers of equipment and m_ateriAs. 9.3.2.$, Rep". 9_3 2._$ J___ Furnish ENGINEE& periodic r ,requireol, of the ss_af the and of the CQACTOR'S .c,QppRbmVg with the progress schedule and schedule gf shop Drawing and sample submitttgls, 9.3.2:&1, _.Consult with ENGINEER in advance of scheduling major tests, iin p coonsor start of impi)riant plume of the Wort:. 9.32 8.3. DmJxoplosed Change Orders and Wort. Directive Changes, obtaining backup material from the CONTR.ACI'OR aml recommeral to ENGINMER Change Orders. Work Directive Chanties and field orders 93.2.8A. Re txt irnmediatel to INGWEER an OId, the occurrence of _ any accident. 93.29 Payment Requests. Reviewapplict4gas It x payment with CONTRACTOR for compliance with the established procedure fur their submission and forward with recommendation to ENGINEER notme particularly the relationship of the payment requested to the schedule gl'yalues, work completed and matcr a and egar, anent delivered at the site but not ineomorated m the Work, 9.3.2.10. Completion 9.3.2.10.1._ _Before _.I tNGINLLR issues a ( eriifiwte of Substantial Completion submit to CONTRACTOR a list of observed items requirinii correction or completion. 9.3.2.10.2. Conduct final inspection in the company of the F.NGINF'ER. O TER and C ONTi'RAM'OR and Erginn a final list of items to be corrected or completed. 9.3.210.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER conccmrtc accentarice 9.3.3. Limitation of Authority: The Representative shall not: 93.3=1. Authorize arty_ deviat orm from. _ the Contract Documents or accept anv substitute materials, or, equipmettt, unless authorizedby'_ft F.NGiNF'FR. 93.3.2. Exceed limitations of F".NGIN RR'S authority as set forth it the Contract Documents. 9.3.3.3. _Undertake an}. of the responsibilities of the CONTRACTOR. Subcontractors. or CQNTRACTOR'S. superintendent 9,334 Advise on, or issue directions relative to, or assume control. over any aspect or the means, methods, techniques, sequences or procedures. for _construction unless such is specifically called for in the Contract Documents. 9.3.33. Ad%isc at or issue directions regarding or assume control jpYer safety precautions and programs, in connecoglii kith the WA. 93.3.6. ,accept Shop, Drawings. _ or sample submittals from anvone other thin the CONTRACTOR. 9.3.33 Authorize OWNER to oecupv the Work in whole or in m r>_t 9,3.3.5, Participate in specialized field ce labomtory tests or insnectiors conducted by others eccept _ as _ specifically authorized_ _ by the ENGINEER C1mifrcations and Intetpremtions. 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the F.1C'OC CiF2.'ERA1. C'ONRa MOM 1910.8(1990 Ec itial) wi aTY OF FORT coLLtm momiCAmoVs ft-v vmm requirements of the Contract Documents (in the form of Drawing or otherwise) as ENGINEER may determine necessary, which shall be consistent with die intent of and reasonably inferable from the Contract Documents, Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Tines and the parties are unable to agree to the amount or extent therco( if any, OWNER or CONTRACTOR may make a written claim therefor as provided inArticle II or Article 12. Authorized ]ariationsin 1i%or><: 9.5. FiNC:fNF.I:R may authorize minor variations in the Work from the requirements of the Contract ik>cuments which do not involve an adjustment in the Contract Price or the Contrua ,rimm and arc compatible with the design concept of the completed I'rciiect as a functioning whole as indicated by the Contract Documents. 'these may be accomplished by a Field Order and will be binding on OWNER and also on C(.)NI'RA(TOR who shall perform the Work involved promptly. tf OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Rice or the c mtmct'rimes and the panics are unahlc to agree as to the amount or extent thereof, ORTFR or CONTRACTOR may make a written claim therefor as Provided in Article 1 f or 12. Rejecting Defecate Work 9.6. ENGINEER will have authority to disapprove or reject Work which ENCI NTF.F.R believes to he defeetive, or that ENGINEER believes will not produce a completed Project that conforms to the Conran Documents or that will prejudice the integrity of the design concept of the. completed ProJJ'eet as a funcUorrttmmg� whole as indicated by the Contract Dectuttcros ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9. whether or not the Work is fabricated. installed or completed. Shop Drawings, Change Orders and Palinents 9.7, in connection with ENGINTER's authority as to Shop Drawings and Samples, see para6maplis 6.24 tlwouL a 6.28 ire lusive. 9.8. In connection with EINGINEERN authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGMER's authority as to Ap, plications for Payment, see Article 14 Determinations for Unit Prices 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINh:ERYs preliminary determinations on such matters before rendering a ivritten decision thereon (kv recommendation of an Application 21 _ for Payment or otherwise). ENGINF;GR's written decision decision, unless otherwise agreed in writing by OWNER thereon will be final and binding upon OWNZR and and CONTRACTOR CONTRACTOR unless, within ten days after the date of any such decision, either OWNTR or CONTRACTOR 9.12. When functioning as interpreter and judge under delivers to the other and to ENGINEER written notice of paragraphs9.10 and 9.11, ENGINEER will not show intention to appeal from hNGINFER's decision and- (i) an partiality to OWNER or CONTRACTOR and will not be appeal from GINEER's decision is taken within the time able in connection with any interpretation or decision limits and in accordance with the procedures set forth in rendered in good faith in such capacity. The rendering of L•xh ibit GC -A, "Dispute Resolution Agreement", entered a decision by LNGINEER pursuant to paragraphs 9.10 or into behvocn OWNER and CONTRACTOR pursuant to 9.11 with respect to any such claim. dispute or other Article 16. or (ii) if no such Dispute Resolution Agreement matter (except any which have been waived by the making has been entered into, a formal proceeding is instituted by or acceptance of final payment as provided in the appealing party in a forum of competent jurisdiction to paragraph 14.15) will be a condition precedent to any exercise such rights or remedies as the appealing party may exercise by OWNER or CONTRACTOR of such rights or have with regpect to FNGINFFR's decision, unless remedies as either may otherwise have under the Contract otherwise agreed in writing by OWNER and Documents or by I.aws or Regulations in respect of any CONTRAC"TOR. Such appeal will not be subject to the such clean, dispute or other maUerTurwmat-w-Nr o1e46. procedures of paragraph 9.11. 9.13. Limitations wu ENGINE/:12's .-Luthurirn and Decisions on D tputes.• Respon.dbdUiec: 9A 1. ENGINHFR will he the initial interpreter of the 9.13.I. Neither 6NICGINEHM's autho ntv or requirements of the Contract Documents and judge of the responsibility under this Article 9 or under any other acceptability of the Work thereunder Claims, disputes and provision of the Contract Documents nor any decision other matters relating to the acceptability of the Work or made by ENGINEER in good faith either to exercise the interpretation of the requirements of the Contract or not exercise such authority or resporetibility or the Documents pertaining to the performance and furnishing of undertaking exercise or performance of any authority the Work and claims under Articles 11 and 12 in respect of or responsibility by FNGiNF,ER -}wall create, impose charmers in the Contract Price or Contract Times will be or give rise to any duty owed by INGINEL•R to referral initialh, to hNGIN M in writing with a request CONTRACTOR, any Subcontractor, any Supplier, for a formal decision in accordance with this paragraph. any other person or organuration, or to any surety for Written notice of each such claim, dispute or other matter or employee or agent of any of them. will be delivered by the claimant to ENGIN'Ei R and the other party to the Agreement promptly (but in no event 9,13.2. ENGINFER will not supervise, direct, later than thirty days) after the -hart or the occurrence or control or have authority over or he responsible for event giving rise thereto, and written supporting data will CONTRACTOR's mains, methods, techniques, he submitad to ENGINEER and the other patty within sequences or procedures of construction, or the safety C sixty days after the start of such occurrence or event unless precautions and programs incident thereto, or for any INGiNEER allows an additional period of time for the failure of CONTRACTOR to comply with Lmvs unit submission of additional or more accurate data in support Regulations applicable to the fumshing or of such claim, dispute or other matter. The opposing party performance of the Work. ENGINEER will not be shall submit any response to ENGINEER and the claimant responsible for CON'TRACTOR's failure to perform within thirty hays after receipt of the claimant's last or furnish the Work in accordance with the Contract submittal (unless F.NGTNFER allows additional time). Documents. ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if 9.13.3. ENGINEER will not be responsible for the any, in accordance with this paragraph EINGLNEER's acts or omissions of CONTRACTOR or of any written decision on such claim, dispute or other matter will Subcontractor, any Supplier, or of arty other person or be final aril boating upon OWNER aril CONTRACTOR organization performing or furnishing any of the unless (i) an appeal from ENGGNEER's decision is taken Work. within the time limits and in accordance with the procedures set forth in MUBIT GC -A. "Dispute 9.13.4. ENGLNEER's review of the final Application Resolution Agreement", entered into between OWNER and for Payment and accmnpanying documentation and CONTRACTOR pursuant to Article 16, or (ii) if no such all maintenance and operating instructions. schedules, Dispute Resolution Agreement has been entered into, a guarantees, Bonds and certificates of inspection, tests written notice of intention to appeal from ENGINEEWs and approvals and other documentation required to be written decision is delivered by OWNER or delivered by paragraph 14.12 will only be to CONTRACTOR to the other and to T-NO ER witlim determine generally that their content complies with thirty days after the date of such decision and u formal the requirements of. and in the case of urtifieutes of proceeding is instituted by the appading party in a forum of inspections, tests and approvals that the results competent jurisdiction to exercise such rights or remedies certified indicate compliance with, the Contract as the appealing party may have with respect to such claim, Documents dispute or other matter in accordance With applicable Laws and Regulations within sixty days of the date of such 9.13.5. The limitations upon authority and �� EJCUC OENERALCONMONS 191"(1990Editim) w/ CITY OF FORT COLLINS MCUFICATIONS (REV 4,2000) responsibility set forth in this paragraph 9.13 shelf also apply to ENC NTEER's Consultants. Resident Project Representative and assistants. ARTICLE 10—CHANGES iN THE VV'OR6 103. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions. deletions or revisions will be authorized by a Written Amendment. a Change Order. or a Work Change Directive_ Upon receipt of nny such document. CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10?. if OWNER and CONTRACTOR arc unable to Wee as to the extent if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should he allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extersion of the Contract Tunes with respect to any Work perforated that is ran reqquired by the Contract Documents as amended, malified and supplemented as provided in paragraphs 35 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovcring Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall csavtc appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under Paragraph 13.13 or onrrecting defective Work under paragraph 13.14, or (ii) agreed to by the parties: 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties: and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11 provided that. in lieu of executing any such Change Order. an appeal may be taken Croon any such decision in accordance with the provisions of the Contract Documents and applicable Laws awl Reuulatiom but during any such appeaI. CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in Paragraph 6.29. 10.5. If notice of any change affecting the general scapc of the Work or the provisions of the Contract Documents ER9C GENERAL. COM)ITIONS 1910S (1990 Edition) w! QTY Or FORT COLL IM MODtt1CAMNS (RL V 41201a)l (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surettyy. the givira� of any such notice will be CONTR4CT' ksp s recrosbility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CIIILNGE OE C01V'TRACT PRICE 11.1. The Contract price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for perforating the Work NI dutie& rressibilities and obligations assigned to or undertaken ONTRACTOR shmll be at CONTRACTOR's etpense without change in the Contract price. I1 ",. The Contract Price may only be changed by a Change Order or by a Written Amendment Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirLv days) after the start or the occurrence or event giving rise. to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless FNGTNF.F.R allows additional time for claimant to subm it additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event- All claims for adjustment in the Contract Price shall be determined by ENGMER in accordance with paragraph 9,1 I if OWTTER and CONfRAC `lQR cannot otherwise agree on the amount involved. No slier for an adjustment in the Ctmuact Price will be valid if not submitted in accordance with this 1an4'mph 11.2 11.3 The value of any Work covered by a ChnrEr Order or or am,claim for an adjustment in the Contract Price will be determined as follows. 11.11. where the Work involved is covered by Ludt prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3. inclusive); 11.3.2. where the Work involved is nut covered by unit prices contained in the Contract Documents, by a. mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with pnragmph 11.6.2). 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11-3.2, on the Isis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONIRACTOR's fee for overhead and profit (detcnninedasprovided in paragraph 11,6). Com of the Work: 11.4- 'rhe tern Cast of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be, agreed to in writing by OWNER, such costs shall be in amounts tm higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 115- IIAI.Payroll casts for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and COMMAC:TOR. Such emplcyces shall include without lunitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall incluclr,-but-not be Limited to. salaries and wages plus the cost of fringe benefits which shall include. social security contributions, unemployment txcme anti payroll taxes, workers' compensation health and retirement benefits, bonuses; applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including, costs of transportation and storage thereof, and Suppliers field services required in connection therewith All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make poyments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3 Paymtemts made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. It required by OWNF.•R, EJCUC UE%&'F AL CONIATIONS 1910 3 0970 album) 24 w/ U Y OF FORT COLLINS MODIFICATIONS (REV 4,7000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of E.NOMMER. which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cast of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs l I A, 11.5, 11.6 and I L7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11 4.4. Costs of special conquitants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4 5. Supplemental costs including the following. 11.4.5.1. The proportion of necessary transportation travelartd subsistence expenses of CONfRACTOR's employees incurred in discharge of dutics connected with the Work. 11.4.2. Coast, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hard tools not owned by the workers, which are consumed in the performance of the Work, and cos less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5 3. Rentals of all construction equipment and machinery and the pans thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENOfi "EEK and the costs of transportation loading, unloading, installation, dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, machimry, or parts shall cease when the use thereof is no longer necessary for the Work. I t.4.5.4. Sales, consumer, use or similar lazes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CON -TRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licrtses. I1.45.6. Losses and damages (and related c)rpcnses) caused by damage to the Work, not compensated by insurance or uthenvise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR'S fee. lc however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thcrco( CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6,2, 11.4-5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11,4.5.9. Cosa of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The tern Cost of the Work shall not includc any of the following. 115.1. payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partrwxship and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CON'TRACTOR's principal or a brana:h of ice for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically, covered by paragraph 11.4.4—all of which are to be considered admuustrattve costs covered by the CONTRACTOR's rec. 11.5.2. Expcnscs of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4, Cost of premiums fox all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiwns covered by subparagraph 11.4 5.9 above). FJcuCCENERAL COMAMOM 191" (19)0 Editim) w! CITY Of FORT (S)LLIt1S MODUIC:AMNS U1 HV 4122000) 113.5, Costs due to the negligence of CONTRACTOR any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be ftab(e, including but not limited to. the correction of dlefechve Work, disposal of materials or equipment wrongly supplied and making, good any damage to property. 11.5..6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 114. 11.6. The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2, if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for cogs incurred under pamgrapits11.4.1 and 11-421 the CONTRACTOR's fee shall he fifteen percent; 11,622for erxts incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.611 where one or more tiers of subcontracts are on the basis of Cost of the Work plus a tee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work at whatever tier. will tx; raid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the -next -lower tier Subcontractor to be negotiated in good. faith with the Qjkj4rtz butt rnx to.exos five pxmrmnl of the amount Paid to. the next, lower tier Subcontractor. 11.624. no tee shall be payable on the basis of costs itemized under paragraphs 11-4.4, 11.4.5 and 11.5; 11.6 2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease, and 11.6.2.6. when both additions and credits are involved in any one charge, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net charge in accordance with paragraphs 11.6 2.1 through 11.6.= 5, inclusive. 113. Whenever the cost of tarry Work is to be 2{ SECTION 00020 INVITATION TO BID determined pursuant to paragraphs 1 lA and 11 5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an item iLed cost breakdotvr together with suppurting data. Cavh.411(munces: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8-1. the allow•ancec include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and I1.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, twerhend, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR an account of Work covered by allowaricas, and the Contract Price shall he correspondingly adjusted. 11.9. Unit Price Work- 11.9.1. Where the Contract Documents provide that all err part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item is indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Ends and determining tan initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTDRACTORs overhead and profit for each separately identified item 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if. 11.9.3.1. the quantity of any item of U it Price Work Performed try• CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement E3CUCOENMALCONDiTiONS1910S41990Editian at w1 CITY OF FORT COLLINS MWIFIC'.ATIONS tREV d.2000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work: and 119.33. if CONrTRACfOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional eteperise or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. 110.3.4. CONTRACTOR ackrmvledj-e that the OWNER has the right to add or delete items in the Aid or change cI intitics at OWNER'S sole discretionwithout afCcctinir the Contract price of any remainine item ui Inne ac the deletion or addition d I;§ tide e. crcd t••venty-five percent of the original total Contract Rice. ARTICLE't2--CHAN(;F.ofCONTRACTTli s 12.1. The C intract'firnm (or Milestones) may only he changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall he based on written notice delivered by the pant making the claim to the other party and to F.'NG1NF'ER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the clam. Notice of the extent of the claim with supporting data shall be delivered within sixty days utter such occurrence (unless fiNGiNF.FR allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result or the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGTNFER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustmentin the Contract Tires (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 122. All time limits stated in the Contract Documents are of the essence or the Agreement. 123_ Where CONTRACTOR is prevented from completing any pan of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Tunes (or Milrstunes) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragrapph 121, Delays beyond the control of CONTT9C.TOR shall include• but not be limited to, acts or neglect by OWNER acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7. fares, floods, epidemics, abnormal weather conditions or acts of God. Delays .attributable to and within the control of a Subcontractor or Supplier shall Ise teemed to be delays within the control of CONTRACTOR.. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both WNER and CONTRACTOR, an extension of the Contract Tunes (or Milestones) in an amount equal to the time lost due to such delay shall be CO'NTRACTOR's sole and exclusive remedy for such delay. in no event shall OWNER be liable to CONTRACTOR any Subcontractor, any Supplier. any other person or organization, or to any suery for or employee or agent of am, of them, for damages arising out of or resulting from 6) delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control of both parties including, but not limited to, fires, floods. epidemics, abnormal weather conditions, acts of God or acts or neglect by utility, owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13—TFSTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIPEWORK 13.1. Notice of Defects. Prompt notice of all defective Work of which OWNER or ENGiNFER have actual knowledge will he given to CONTRACTOR All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER MiGINEER L?,GINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictiomI interests will have access to the Work at reasonable- times for thou observation inspecting and testing. CO\TRACTOR shall provide theta proper and safe conditions fur such access and advise them of CONTRACTOR'S site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspeclians. 13.3. CONTRACTOR shall give F-NGINEER timely notice of readiness of the Work for all required inspections. tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 134. OWNER shall employ and pay for (he services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13A.1. for inspections, tests or approvals covered by parmtaph 13.3 below: 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to pamgmph 139 EttrocaENER-AL CONDITIONS 1910.5 (1990 Edition) w.' CITY of FORT cnu.t*a MODIFICATIONS ptty naoac) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents. 135. If Laws or Regulations of any public body having jurisdiction require any Work (or hart thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body. CON1'RAMfOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish FNGINEHR the required certificates of inspection, or approval. CONTRAM'OR shall also he responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINHF.R's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs. or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.5. If any Work (or the work of others) that is to he inspected, tested or approved is covered by CONTRACTOR without written cora:urrence of ENGINEER, it must, if requested by ENGINIEER, he uncovered for observation 13.7. Uncovering Work as provided in paragraph 13 6 shall be at C ONTRAC'rOR's expense unless C ONTRACrOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. (.recovering Work., 13.8. If any Work is covered contrary to the written request of `ENGINEER, it must, of requested by 1�i UNIUR. be uncovered for ENGINEERS observation and replaced at CONTRACTOR's expense. 13.9. If FTiGTNEER considers it necessary or advisable that covered Work be observed by ENGLNEM or inspected era tested by others, CONTRACTOR at ENGINEER's request shall uncover, expose or otherwise make available for observation, inspection or tostrrn� as ENGINEER may require, that portion of the Work in question furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, lasses and damages caused by, arising out of or resulting from such uncovering, exposure, obuen•ation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, of the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not fount to be i*&cthe, CONTRACTOR shall he allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both directly attributable to such 27 uncovering, exposure, observation, inspection, testirj& replacement aril recomlructiom and. if the parties arc unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Articles I i and 12. 0IfAM Slay Stop the Work: 13.10. If the Work is defective, or CONTRACTOR (ails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Wark will conform to the Contract Documents. OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause fur such order has been eliminated', however, this right of OWNER to stop the Work shall not give rise to any duty on the pan of OWNER to exercise this right for du benefit of CONTRACTOR or am' surety or other party. Correction or Removal of Defecthe Ihbrk: 1111. If required by ENGINEER, CON'I'RAC'1'OR shall promptly, as directed either correct all defective Work, whether or not fabricated installed or completed, or, if the Work has hmn rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims• casts, lasses and damages mused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of (thers) 13.12. Correction Period 13.12.1. If within one your two vcars after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Caaract Documents, arty Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written insuuctionts: (i) correct such defective Work or, if it has been rejected by OWNER remove it from the site and replace it with Wok that is not ceective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would muse serious risk of Ions or damage, OWNER may have the defective Work corrected or the rejected Work removed aml replaced, and all claims, costs, losses and damages mused by or resulting from such removal and replacement including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.122.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment 13.123. Where defeerire Work (and damage to other 1itCMMNM,kL CANIATI OM 19104 (199a Ed itim) 28 W,CITY OF FORT COLLINS MODIFICATIONS MEV4R000) Work resulting dherofrom) has been corrected, removed or replaced under this paragraph 13,12, the correction period hereunder with respcct to such Work will be extended fix an additional period of one year two years after such correction or removal and replacement has been satisfactorily completed Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (artrl, prior to ENGINEER's recommendation of final payment. also ENGINEER) prefers to accept n, OWtvER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attrihutahie to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGiNF.•ER's recommendation of Gnal payment. a Change Order Will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall he entitled to an appropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will he paid by ('ON 'RACfOR to OWNER. OWNER May Correa Defective Work: 1314 If ('ON"TRACTOR fnils within a reasonable time after written notice from ENC:IN1iFR to correct defective Work or to remove and replace re, ected Work as required by ENGINEER in; dance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR correct and remedv am• such ckftcienoy. in exercising the rights and remcdics under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACI'OR's tools. appliances.evrntruetion equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, CONTRACTOR shall allow OWNER. OWNER'S representatives. agents and employees OWNER's other arntractcrs and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph ildl claims, costs, losses and damages incurred or sustained by OWNER in exercising, such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties arc unable to agree as to the amount thereof. OWNER may make a cdairn therefor m provided in Article 11. Such claim-, costs, lasses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Tunes (or Milestones) because of any delay in performance of the Wort; attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14-PAY3dEN`fS TO CONTRACTOR AND COMPLETION Schad&ofValaac 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will he incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed .41plicarion far Progress Payment 14.2 At least twenty days before the date established for each progress payment (but not more often than once a math), CONTRACTOR shall submit to ENGiNEIR for review an Application for Payment filled out and signed my CONI'RX-FOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. if payment is requested on the basis of materials and equipment rant worpotated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect 01VNIM's interest therein, all of which will be satisfactory to OWNF'R The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Any funds than are withheld by the OWNER shall not be sibiect to substitution by the CONTR.ACTOR with securities or tiny arrangements involving, s an escrow or custudianship...Tiy_ executing the application for payment form the CONTRACTOR expressly waives his right to the beriefits of Colorado Revised Statutes, Section 24-91-101, et set. CONTRACTOR's W wmun, of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Wcxk, materials and equipment covered by any Applicition for Payment, whether incorporated in the Reject or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Raiew of.4pplicadew for Progress Payment: 14.4. ENGINEER will. within ten days after receipt of each Application for Paymerit either indicate in writing a EkMC Gb'NEF AL COICATIONS 19103 (1990 Ulm) w! QTY OF FORT CO1.W N5 MODOCAPONS (KLV 4119M) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in waiting ENGINEER's reasons for refusing to recommend payment. in the latter case. CONTRACTOR maymake the necessary corrections and resubmit the Application. Ten days after presentation of the Application for payment to OWNER with ENG .NEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR 14.5. F.NGINFEWs recommendation of any payment requested in an Application for Payment will constitute a representation by ENGNIRKR to OWNER, based on h-NGIN6ER's on -site observations of the executed Mork as an experienced and qualified design professional and on liNGiNEER's review of the Application for Payment and the accompanying data and schedules. that to the best of ENGINI AiR's knowlcdgc, information and belief. 14.5.1. the Work has progressed to the point indicated, 14.52. the quality of the Work is generally in accordance with the Contract Documents (subjectt to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classitication% for Unit Price Work under paragraph 9.10. and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that. (i)exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (it) that there may not be other matters or issues between the parties that might emitk CONTRACTOR to be Paid adtitiomilly by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGiNE•EWs recommendation of any payment, including final payment shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTPRACI'OR to perform or furnish Work in accordance with the Contract Documents. 147. .ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion it would be incorrect to make the representations to ,9 OWNER referred to in paragraph 14.5, ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended. to such extent as may be necessaryin F:NGINEFR's opinion to protect OWNER fi om loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Chance order, 143.3 OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended h v FN(iINFFR hecaue- 14.7.5. claims have been made against OWNER on account of CONTRACI'OR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Lions, 14.7.7. there are other items entitling OWNER to a set- off against the amount recommended. or 14.7.8. OWNER has actual knowledge of the occurrence of arm• of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15 7..1 through 15.2.4 inclusive, but OWNER must give CONTRACTOR immediate wTnmen notice (with a copy to ENGTNFER) stating the reason for such action and promptly pay CONTRACTOR the amount so withheld, or arty• adjustment thereto agreed to by OWNER and CONTRACTOR. when CONTRACTOR corrects to OWNER's satiethclion the reasons for such action Substantial Completion: 14.8. When CONTRACTOR considers the entire Wok ready for its intended use CONTRACTOR shall notify OWR"ER and ENGINEER in writing that the entire Wort: is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) avid request that 04GINTEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantialiv complete. ENGINEER will notify CONTRACTOR in writing giving the reason therefor If ENGINEER E)CPC GENMAkL COMMONS 191068 (1990 Edttim) 30 w/CITY OF FORT COLLINS MOMICATIONS(REV 4':000) considers the Work substantially complete, ENGFJEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which %}all fix the date of Substantial Completion There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment OWNER shall have seven clays after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections. ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. 111 after consideration of OWNER'% nbjectinrd, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days cxcade and deliver to OWNER and CONTRA(. OR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWeNFR. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to seconity, operation, safety, maintenance, heat utilities, insurance and warranties and guarantees. Unless OWNER and CON'TRAC'fOR agree otherwise in writuinngg and so inform ENGINEER in tenting prior to FNGINHPW% issuing the definitive certificate of Substantial Completion, ENGINEER's aforusaid recommendation will be binding on OWNER and CONTRACTOR until final payment 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after de date of Substantial Completion, but OWNER shall allots CONTRACTOR reasonable aou.-esx to complete or correct items on the tentative list. Partial U ili anion: 14.10. Use by OWNER at OWNERS option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Dcuments, or (u) OW'NI:R. ENGMEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following. I410.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certifv to OWNER and ENGINEER that such ppaart of the Work is substantially complete and request ENGINEER to issue a cen ificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may ratify OWNER and ENGINEER in writing that CONTRACTOR considers any such pan of the Work ready for its intended use and substantially complete and request L•NGI\TGER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and IRNGIN'EER shall make an inspection of that part of the Wort to determine its status of completion If ENGINrEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor If ENGINEER considers that pan of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto 14.10.2. No occupancy or separate operation of pan of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance FinalInspecfion: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a fimhl insixaion with OWNER and C ONI TRACT OR and will minty CONTRACTOR in writing of all particulars in which this inspection revenL% that the Work is incomplete or defective. OONTRACTOR shall immediately take such measures as are necessary to complete such work or ranedy such defteicncics. Find Application for Pgtmieat: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating vutructiorts, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5A, certificates of inspection, marked -up record documents (as provided in paragraphE.19) and other dmumtents. CONTRACTOR may make application for fimd payment following the procedure for progress payments The final Application for Payment shall be accompanied (except as eviously delivered) by: (i) all documentation called 17r in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (u) consent of the surety, if any to Final payment. and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may runtish receipts or releases in full and affidavit of CONTRACTOR that: (il the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and otter indebtedness eormated with the Work for which OWNER or OWNFR's property might in any way be responsible have been paid o otherwise satisfied If any Subcontractor or Supplier fails EROC MNEiRAL CONIXnONS I$?I" (1990 Edition col CITY OF FORT COLUM MODMICAnOM Out' 4/20(10) to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien Releases or waivers of liens and the consent of the surety to finalize pqkanent are to be submitted on forms conformin to the format of the OWNER'S standard fprmsbound in e Prpicc3 manual, Final Pgpnenr widAeceptance: 14.13. 1C on the basis of ENGLNELTR's observation of the Work during construction and Coal inspectiun and ENGINEER'sreview ofthe final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER m satisfied that the Work has been completed and CONTRACTOR'S other obhgatio ns; under the Contract Documents have been fulfilled, ENGINEER will, within ton days after receipt of the final Application for payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of parngrnph 14 15 Otherwise. FNCTINEHR will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRA(TOR shall make the necessary corrections and resubtnit the Application. Thirty days after presentation, to OWNER of the Application and accompanying documentation, in appropriate four and substance and with ENGINF.ER's recommendation and notice of aoceptability, the amount recommended by ENGINEER will boeomc due and will be paid by OWNER to CONTRACTOR subiect to rwriamph 17.6.2 of these General Conditions, 14.14 Ik through no fault of CONTRACTOR final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due fir that portion of the Work fully completed and accented. if the remaining balance to be held by OWNER for Work not fully completed or corrected is leis than the relainaee stipulated in the Agreement, and if Bonds lave been furnished its required in paragraph S.1. the written consent of the surety to the payment of the balance due for than portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application tier such payment Such payment shall be made trader the terms and conditions governing final payment, except that it shall not contstitutc a waiver of claims Waiver of Claims: 14.15. 'The making and acceptance of final payment will constitute 14.15.1.a waiver of all claims by OWNER against CONTRACTOR except claims arising from unsettled Liens, from defective Work appearing after 31 final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein. or from CONTRACTOR's continuing obligations under the Contract Documents. and 14. 15 2. A waiver of all claims by CONTRACTOR against OWNER other than thou previously made in writing and still unsettled ARTICLE IS —SUSPENSION OF WORK AND TERMINATION 0TWER Mar SxWcnd Work: 15.1. At any time and without cause. OWNLR may suspend the Work m any portion thereof for a period of not more than ninety Jays by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will he resumed. CONTRACTOR shall resume the Work on the date so fixed CONTRACTOR shall he allowed an adjustment in the Contract Price or an extension of the Contract Tancs, or both, directly attrihutahle to any such suspension if CONTRACTOR makes in approved claim therefor as provided in Articles I l and 12 OWNER May Terminate: 15.2. Upon the occurrence of any one or more of ilk - following everts: 152.1. if CONTRACTOR persistently liids to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufLcdent skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragaph2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.22. if CONTRACTOR disregards Laws at Regulations of any public body having jurisdiction; 152.3, if CONTRACTOR disregards the authority of ENGINEER or 152A. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents. OWNER may, after giving CONTRACTOR (and the surety, if tiny) seven davd written notice anti to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR exclude CONTRACTOR from the site and take possession of the Work and of all CONTRAC1'0R's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to ('ON•rRACOii for ncspass or con sion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid EXDC GENFILAL CONU1710M 191" (1990 Editim) 32 wI CITY OFFORT COLLIM NIODIFICATIOMMW412000) CONTRACTOR but which are stored elsewhere, and finish the Work as OIVNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of lute Contract Rice exceeds all claims, costs. losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims costs, losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved Ic�y' E:NGIN LHR incorporated in a Change Order, providal Utat when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where COMTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due COMERACI'OR by OWNW will not release CONTRACTOR fmm liability. 15.4. Upon seven dayd written notice to COMIRACfOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contact Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contact Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors. Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss or anticipated profits or revenue or other economic lass arising out of or resulting from such termination CON77Z4CTOR blab• Stop R brk or Terminate: 15.5. If, through no ate or fault of CONTRACTOR. the Work is suspend for a period of more than ninety days by OWNER or under an ender of court or other public authority, or ENGINEER fails to act on arty Application fee Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and L,NGINEER and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER rp�ayment on the same terms as provided in Paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted or OWNT iR has faded for thirty days to pay CONTRACTOR any sum firstly determined to be due. CONTRACTOR may upon seven days' written notice to OWNER and ENC?INFER stop the Wnrk until Mynnent of all such amounts due CONTRACTOR including vaerest thereon The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for cxpen-= or damage directly attributable to CONTRACl•OR's stoppirng Work as permitted by this paragraph. ARTICLE 16-DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise trader this Agreement, such dispute resolution method and p rocedun:, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement", to be attached hereto and made a part hercof. If no such agreement on the method and procedure for resolving such disputes has been reached and subject to the provisions of paragraphs 9.10, 9.11 and 9.12, OWNER and CONTRACTOR may eroercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of anv, dispute. ,ARTICLE 17-NUSCELLA-MEOUS Giving Notice: 17.1. Whenevcr any provision of the Contract 17 2 2 A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Nodee of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others fix whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17 3 shall not he construed as a suhcitute for or a waiver of the provisions of any applicable statute of limitations or repose.C•umulaffve Remedies 17.4. The duties and obligations imposed by these General (Conditions and the rights and remedies available hereunder to the parties hereto, and. in particular but without limitation, the Waranties, guarantees and obligations imposed upon CONTRACTOR by paragmphs 612, 6.16, 630, 631,632, 13 1, 13 12, 13.14, 14.3 and 15.2 aril all of the rights and remedies available to OWNER and ENCiTNEF.R thereunder, are in addition to, and are not to he construed in any way as a limitation tit any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or W other provisions of the Contract Documents, and the prtwicions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fess and Court Covtv Included, 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, allomeys and other professionals and all court or arbitration or other dispute resolution arts. 17.6, The laws of the State of CoImAp apply to this A.greexnmt Reference to two pertinent. Coloraflo_statutes are is follows Documents requires the givinf; of written notice, it will be 17.6.1. deemed to have been validly given if delivered in person to rewire the individual or to a memb� of the firm, or to an officer of the W, the corporation for whom it is intended or if delivered at or 80° o sent by registered or certified mail postage prepaid, to the classl last business address kncnvn to the giver of the notice. on the 17.2. Computation of Tone: 17.2.1. A'hen any period of time is refered to in the Contract Documents by dam it will be computed to exclude the first and include the last day of such period. If the last Clay of any such period Lilts on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jursdiction, such day will he omitted from the computation. EJCW crtrett at (:oNU1T10M 1910-3 (1 Pro EAtim) w.! CITY OF TORT (.Ours MOUII7CATIOVS tREV 4fl0am olorado_Reviset3_Statuics_(CRS 8-1 t Colorado labor be employed to p to the _extent, of not less than 90 1 a bow ride resident of the State of Colorado at the ne of employin A-wj hthout,discrimination as to race, 1762 If a claim is filed OWNER is reuuired bp, - law (CRS 38= 6-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the pnvmcnt or all claims for labor, materials, team hire, sustenance, prxiyisions, provender, or other suppliCS used or emtvmned by CONTRACTOR or his 33 is E)CDC GENERAL CONDITIONS 191H(1990 Edition) w, CITY OF FORT COLLINS MODIFICATIONS (REV 4R000) ( I his page left blank intentionally) EJCDC r,V4MA . CO-UTIONS I910-8 (1990 Eddion) 35 W MY OF FORT COI.WNS MODWICATIONS M-V 9/!000) SECTION 00020 INVITATION TO BID Date: April 17, 2015 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on May 12, 2015, for the Remington Greenway; BID NO. 8113. 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 8113. The Work will construct a mini roundabout and concrete paving at the intersection of Remington Street and Laurel Street. The project will also construct curb bulb outs at the intersections of Remington and Elizabeth, Remington and Lake, Remington and Magnolia, and Remington and Olive. A rain garden will be constructed along Remington in between Pitkin and Lake. Bus pads will also be installed as part of this project. The project will include: removals as defined in the plans, concrete paving, a concrete roundabout, concrete curb and gutter, concrete sidewalks and curb ramps, a rain garden, glue -down concrete curb, median cover material, and asphalt patching. Irrigation and landscaping will be installed at various project locations along Remington. Landscaping scope depends on whether the bid alternative is awarded.. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 2:00 PM, on April 29, 2015, in the Training Room (Conference Room 2E) at 215 N Mason Street, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • 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. EJCOC aEARAL CONDMOM flax (tM E&ion) 36 w/ aTY OF FORT COLLIM MODIFICATIOMftV 4R000) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following, agreement of the parties: 16.1 All claims disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordancee with the Construction Industry Arbitration Rules of the American Arbitration .Association then obtaining. subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent W arbitrate entered into in accordance herewith ,is provided in this Article 16 will he specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initialiv for decision in accordance with paragraph 9.11 will lie made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINF.F.R before that date. No demand for arbitration of any, such claim, dispute or other matter will be made later than thirty days after the date on Nvhich F.NGTNF.FR has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in LNGLNEER's decision being fatal and binding upon OWNIiR and CONTRACTOR If ENGINEER renders a decision after arbitration proceedings have been initiated. such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENTGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Associatiun and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the thirty -clay or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen. and in no event shall any such demand be made alter the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of Imitations. FJCDC GENERAL CONDITIONS 1910-9 (1990E41tim) w, CITY OF FORT COLUMM MODIFICATTONS MEV 91991 164. Except as provided in paragraph 16.5 below, no arbitration ansing out of or relating to the Contract Documents shall include by consolidation. joinder or in any other manner any other person or entity (including ENGrN=. F-dNGfNEER's Consultant and the officers. directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consem of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this patagmph; but no such consent shall constitute consent to arbitration of any dispute riot specifically described in such consent or to arbitration with any party net specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNpFR and CONTRACTOR involves the Work Of a Subcontractor, either OWNER or CONTRACTOR may loin such Subcontractor as a patty to the arbitration benveeri OWNER and CONTRACTOR hereunder. CONTRA(-VOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between 01AWF.R and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 tar in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may he entered upon it in any wart having jurisdiction thereof; and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Irdustry Mediation Rules of the American Arbitration AssocaUon prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16 1 through 16.6, unless (Way in initiating arbitration would irrevocably prejudice one of the parties. 'The respective thirty and ten day time limits within which to Me a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute suhmitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve av arbitrator of such dispute unless otherwise agreed. CC -Al EJCDC O6NERAL CONDITIONS 19103 (1990 Edilim) OC-AI wl CTCY OF FORT COLLINS MODIFICATIONS (REV W941 SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Erosion Control Report/Stormwater Management Plan for Remington Greenway, dated March 9, 2015, completed by Interwest Consulting Group. Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents, except the following: None. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero 0 days lost due to abnormal weather conditions. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 8113 Remington Greenway CONTRACTOR: Walsh Construction Inc. PROJECT NUMBER: 8113 DESCRIPTION: 1. Reason for change: 2. Description of Change: _ 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing DATE: DATE: DATE: DATE: NUMBER 1 2 3 OWNER: City of Fort Collins ENGINEER: CHANGE ORDERS DATE Net Change by Change Order AMOUNT $0.00 Section 00960 APPLICATION FOR PAYMENT PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as follows: Original Contract Amount: Net Chance by Chance Order: Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage Less Retainage: AMOUNT DUE THIS APPLICATION: CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By Payment of the above Amount Due This Application is approved by the OWNER. 1 OF 4 S0.00 S0.00 $0.00 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment. kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry S. Paul Director of Purchasing & Risk Management CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 No Text PROJECT SPECIAL PROVISIONS Remington Greenway City of Fort Collins Bid No. 8113 April 17, 2015 Prepared By: City of Fort Collins City of Fort Collins Engineering Department 281 North College Avenue Fort Collins, CO 80522-0580 (970)221-6605 Remington Greenway COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS REMINGTON GREENWAY The 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and Plans. PROJECT SPECIAL PROVISIONS Item Pam Index Pages 2 Notice to Bidders 5 Commencement and Completion of Work 6 Summary of Work 7 Revision of Section 102 - Project Plans and Other Data 9 Revision of Section 105 - Control of Work 10 Revision of Section 106 - Control of Material 13 Revision of Section 107 - Legal Relations and Responsibility to Public 14 Revision of Section 201 - Clearing and Grubbing 15 Revision of Section 202 - Removal of Asphalt Mat 16 Revision of Section 202 - Removal of Curb and Gutter 17 Revision of Section 202 - Removals of Sidewalk, Concrete Channel and Sidewalk Culvert 18 Revision of Section 202 - Removal of Sign 19 Revision of Section 203 - Proof Rolling 20 Revision of Section 207 - Topsoil Import (Grading/Berming)) 21 Revision of Section 208 - Erosion Control 22 Revision of Section 210 - Relocate Sprinkler Valve Box 23 Revision of Section 210 - Adjustments 24 Revision of Section 210 - Relocations 25 Revision of Section 304 - Aggregate Base Course 26 Revision of Section 403 - Hot Mix Asphalt 27 Revision of Section 412 - Portland Cement Concrete Pavement 30 Revision of Section 604 - Modified Area Inlet 31 Revision of Section 608 - Concrete Flatwork (6 Inch) 32 Revision of Section 608 - Concrete Curb Ramp 34 Revision of Section 609 - Curb and Gutter 37 Revision of Section 610 - Median Cover Material 38 Revision of Section 625 - Construction Surveying 40 Revision of Section 630 - Construction Zone Traffic Control 42 Section 32 84 00 - Irrigation 47 Section 32 40 00 - Site Rock Work 61 Section 32 93 00 - Plants 63 Utilities 76 2 Remington Greenway COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS REMINGTON GREENWAY STANDARD SPECIAL PROVISIONS Item Date Page Revision of Section 103 - Colorado Resident Bid Preference (February 3, 2011) 79 Revision of Section 105 - Construction Drawings (July 29, 2011) 80 Revision of Section 106 - Certificates of Compliance and Certified Test Reports (February 3, 2011) 81 Revision of Section 106 - Material Sources (October 31, 2013 82 Revision of Section 106 - Supplier List (January 30, 2014) 83 Revision of Section 107 - Responsibility for Damage Claims, Insurance Types and Coverage Limits (February 3, 2011) 84 Revision of Section 107 - Warning Lights for Work Vehicles and Equipment (January 30, 2014) 85 Revision of Section 108 - Critical Path Method (August 19, 2011) 86 Revision of Section 108 - Liquidated Damages (May 2, 2013) 87 Revision of Section 108 - Subletting of Contract (January 31, 2013) 88 Revision of Section 108 - Payment Schedule (Single Construction Year) (October 31, 2013) 89 Revision of Section 109 - Compensation for Compensable Delays (May 5, 2011) 90 Revision of Section 109 - Measurement of Quantities (February 3, 2011) 91 Revision of Section 109 - Measurement of Water (January 6, 2012) 92 Revision of Section 109 - Prompt Payment (January 31, 2013) 93 Revision fo Sections 203, 206, 304 and 613 - Compaction (July 19, 2012) 94 Revision of Section 208 - Aggregate Bag (January 31, 2013) 96 Revision of Section 208 - Erosion Log (January 31, 2013) 97 Revision of Section 212 - Seed (April 26, 2012) 98 Revision of Section 213 - Mulching (January 31, 2013) 99 Revision of Section 250 - Environmental Health and Safety Management (January 15, 2015) 103 Revision of Section 401 - Compaction of Hot Mix Asphalt (April 26, 2012) 117 Revision of Section 401 - Composition of Mixtures - Voids Acceptance (February 3, 2011) 118 Revision of Section 401 - Compaction Pavement Test Section (CTS) (July 19, 2012) 119 Revision of Section 401 - Reclaimed Asphalt Pavement (May 2, 2013) 120 Revision of Section 401 - Reclaimed Asphalt Shingles (April 26, 2012) 122 Revision of Section 401 - Temperature Segregation (February 3, 2011) 125 Revision of Section 401 - Tolerances for Hot Mix Asphalt (Voids Acceptance) (January 6, 2012) 126 Revision of Sections 412, 601 and 711 - Liquid Membrane Forming Compounds for Curing Concrete (May 5, 2011) 127 Revision of Section 601 - Concrete Batching (February 3, 2011) 128 Revision of Section 601 - Concrete Finishing (February 3, 2011) 129 Revision of Section 601 - Concrete Form and Falsework Removal (July 28, 2011) 130 3 Remington Greenway Revision of Section 601 - Concrete Slump Acceptance Revision of Section 630 - Construction Zone Traffic Control Revision of Section 630 - Retroreflective Sign Sheeting Revision of Section 630 - Signs and Barricades Revision of Section 703 - Aggregate for Bases Revision of Section 703 - Aggregate for Hot Mix Asphalt Revision of Section 703 - Concrete Aggregates Revision of Section 712 - Geotextiles Revision of Section 712 - Water for Mixing or Curing Concrete 4 (July 29, 2011) 133 (February 17, 2012) 134 (May 8, 2014) 135 (January 31, 2013) 136 (October 31, 2013) 137 (November 1, 2012) 138 (July 28, 2011) 140 (November 1, 2012) 141 (February 3, 2011) 143 Remington Greenway NOTICE TO BIDDERS Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details with an authorized City representative. Program Manager — Tim Kemp, PE Engineering Department City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 Senior Buyer — John Stephen, CPPO Purchasing Department City of Fort Collins Phone: (970)416-2719 Fax: (970)221-6378 email: tkemo@fceov.com Phone: (970) 221-6777 Fax: (970)221-6707 email: jstephenafcgov.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. 5 Remington Greenway COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract by the City in the "Notice to Proceed". The Contractor shall complete all work in accordance with the Contract within the number of Calendar days as specified in Subsection 108.08 below. Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the Microsoft Project Software and submitted in hand and electronic formats. Salient features to be shown on the Contractor's Bar Chart Progress Schedule are: (1) Mobilization (2) Construction Surveying (3) Construction Traffic Control (4) Removals (5) Roadway Earthwork (6) Erosion Control (7) Curb, Gutter and Sidewalk (8) Roundabout (9) Curb Bulb -outs (10) Concrete Paving (11) Seeding and Landscaping (12) Utility Coordination and Relocations Subsection 108.08 shall include the following: Substantial Completion for this project will be completed within the sum of the calendar day durations below: • Base Bid Items — Seventy-five (75) days • Landscape Alternative — Fifteen (15) days In accordance with the "Schedule of Liquidated Damages" in Section 108.09, Liquidated Damages per Calendar Day will be $700.00 per day. Substantial Completion is defined as completion and acceptance of the following items as awarded by alternative: removals, embankment, topsoil placement, slope grading, concrete paving, asphalt patching, roundabout, curb bulb -outs, curb and gutter, low impact development water quality area (rain garden), fine grading, native seeding, mulching and tackifier, removal of tree protection, removal of erosion control items, landscaping, planting and irrigation. Final Acceptance for this project will be completed within fifteen (15) calendar days of Substantial Completion. In accordance with the "Schedule of Liquidated Damages" in Section 108.09, Liquidated Damages per Calendar Day will be $700.00 per day. Final Acceptance is defined as: completed punch list items. Remington Greenway SUMMARY OF WORK PART 1 GENERAL 1.25 Modifications to Time of Completion in the Approved Schedule A. 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. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion 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 excepted) 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. Remington Greenway 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, 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. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above; and 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. SECTION 00100 INSTRUCTIONS TO BIDDERS Remington Greenway REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: A copy of the bid may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, www.fcpov.com/eprocurement 2. Come by Purchasing at 215 North Mason St. 2"d floor, Fort Collins, and request a copy of the Bid The following supporting information is available: • Asphalt Core Results memorandum at Remington Street and East Laurel Street. Analysis performed by CTL Thompson, Inc. and dated December 12, 2014. Remington Greenway REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.10 shall include: Coordination with Property Owners and Tenants The City of Fort Collins is committed to maintaining a positive working relationship with the businesses and residents in the project area. Every effort will be made to maintain pedestrian and bicycle flow and to accommodate special events and holidays for businesses, pedestrians, parking, and vehicle traffic. The Contractor shall be responsible to coordinate all work activities with private property owners and tenants along the project corridor. Access shall be maintained at all times. The Contractor shall be responsible for communicating accurate scheduling information to the project team to assure proper notification of businesses and residents. In particular, any proposed disruption or closure to an existing access must be communicated to the property Owners and tenants with as much notice as possible. The minimum notice that will be allowed for any proposed access change is 48 hours. The Contractor shall ensure that adequate alternate access is in place for vehicles and pedestrians and any property -specific access needs are addressed prior to any change in existing access. The Contractor shall coordinate his method of maintaining these accesses with the City of Fort Collins Traffic Operations Department. Coordination with Traffic Engineer and Traffic Control Supervisor The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities. Requests for initial Setup of the major project phases (road closures) must be made 3 weeks prior to projected set up. Allow up to 5 days for advanced warning signs. Requests for flaggers must be made and updated at the weekly progress meetings for the following week. Requests for minor traffic control set ups (lane drops, etc.) must be made 72 hours in advance of set up. Increased Traffic Control costs caused by delays assessed to the Contractor will be the responsibility of the Contractor. Delete subsection 105.12 and replace with the following: The City, County, CDOT, and local utilities including but not limited to Xcel Energy and CenturyLink may contract for and perform other or additional work on or near the Work of the project. When separate contracts are let within the limits of the project, each Contractor shall conduct the Work without interfering or hindering the progress or completion of the work performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. City forces will perform the following work as required by this project: • Asphalt Pavement Treatment • Permanent Pavement Marking • Permanent Signing • Traffic Signals/Fiber Optic Lines • Street Lights Traffic Coordination 10 Remington Greenway The Contractor shall coordinate with the City Traffic Engineer for all traffic control activities. This shall include, but not be limited to, closure of any City Streets, closure of any partial intersection movements, lane reductions, and detours. City Traffic Control Contact: Syl Mireles Phone:(970)221-6815 Email: smireles(@fcgov.com 2. The City will remove existing and install all new traffic signal equipment. City Traffic Signal Contact: Britney Sorenson Phone:970-222-5533 Email: bsorenson dfCSOV.COm 3. The Contractor shall coordinate with the City Traffic Engineer to schedule the traffic signal work/fiber optic line removal/relocation in conjunction with other project activities taking into account time needed for order and delivery of materials. The Contractor shall cooperate with the City Traffic Department in their removal and installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. 4. The City will remove and install all permanent signing. The City will install all permanent pavement markings. City Signing and Striping Contact: Rich Brewbaker Phone: 970-221-6792 Email: rbrewbakeraa fcgov.com 5. The Contractor is responsible for removal of pavement markings and installation and maintenance of temporary pavement markings necessary to control traffic during construction. This work will not be paid separately, but shall be included in Construction Traffic Control, Lump Sum. The Contractor shall coordinate with the City Traffic Engineer to schedule permanent signing and striping work in conjunction with other project activities. Full - compliance pavement markings in accordance with Section 627 shall be in place prior to opening the roadway to traffic. The Contractor shall cooperate with the City Traffic Department in their removal and installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. Street Light Coordination 1. City Light and Power Crews will remove and install all street lighting and associated electric utilities for the project. City Light and Power Contact: Justin Fields Phone: (970) 221-6700 Email: jfields@fcaov.com 2. The Contractor shall cooperate with the City Light and Power Department in their removal and installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. Refer to Utility specification for additional information. Each Contractor involved shall assume all liability, financial or otherwise, in connection with the Contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delay , or loss because of the presence and operations of Contractors working within the limits of the same or adjacent project. 11 Remington Greenway Contractor is responsible to coordinate with private utilities. Any work to be performed by private utilities shall be identified in Contractor's schedule. Delays due to coordination issues will be the responsibility of the contractor. Subsection 105.13 shall include: Surveying Coordination A. The Owner will provide construction surveying for the project. City Survey Crews will perform the surveying required. B. The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior to needing surveying. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. 12 Remington Greenway REVISION OF SECTION 106 CONTROL OF MATERIAL 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. 13 Remington Greenway REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.01 shall include the following: All hauls traveling to or from Martin Marietta Materials, Inc. (MMM) located at 1800 North Taft Hill Road, Fort Collins, Colorado shall enter and exit the site from the North to CR 54G. No vehicle shall be driven or moved on any private or public highway, street, road or right of way if the vehicle is transporting aggregate material or asphalt paving material unless the load is covered by a tarp or other cover in a manner that prevents the load from escaping the vehicle and which minimizes fumes and emissions. Aggregate material means any rock, clay, silts, gravel, limestone, dimension stone, marble and shale; except that aggregate material does not include wet concrete or other materials not susceptible to blowing. Asphalt paving material means any material formed by mixing aggregate and asphalt cement and includes hot mix asphalt, warm mix asphalt, and bituminous concrete. 14 Remington Greenway REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall include the following: Ralph Zentz, Assistant City Forester (970-221-6302), shall be responsible for identifying the removal of tree branches, stumps, shrubs and/or other plant materials beyond those trees identified in the removal plans for removal and/or transplant. Coordinate with the Assistant City Forester to have tree branches, stumps, shrubs, and other plant materials marked for removal. Clearing and grubbing shall include the removal of trees less than six (6) inches in diameter, bushes and shrubs as identified by the Engineer or the Assistant City Forester to be either removed or trimmed. All removed debris shall become the property of the Contractor and shall be removed from the project site, not buried on -site. Subsection 201.04 shall include the following: Pay Item Pay Unit Clearing and Grubbing Lump Sum 15 Remington Greenway REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat, which is anticipated to be approximately 10 inches thick, shall be removed in a manner that minimizes contamination of the removed mat with underlying material. The removed mat shall be hauled by the Contractor and disposed of at the City's Hoffman Mill asphalt recycling facility (1380 Hoffman Mill Road, Fort Collins). Where the removed asphalt mat abuts asphalt to remain, the asphalt mat shall be sawcut full depth to a neat vertical line. Subsection 202.11 shall include the following: The removal of the existing asphalt mat will be measured by the square yard of mat removed to the required depth and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of asphalt mat. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Asphalt Mat (Full Depth) Square Yard 16 Remington Greenway REVISION OF SECTION 202 REMOVAL OF CURB AND GUTTER Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing curb and gutter within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The removed curb and gutter shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed curb at the City of Fort Collins Recycling Center at 1380 Hoffman Mill Road. It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing curb and gutter will be measured by the linear foot of curb and gutter removed and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of curb. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Curb and Gutter Linear Foot Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 17 Remington Greenway REVISION OF SECTION 202 REMOVALS OF SIDEWALK, CONCRETE CHANNEL AND SIDEWALK CULVERT 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 sidewalk, concrete channel and sidewalk culvert within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing sidewalk (assumed 4-6 inches thick) shall be removed in a manner that minimizes contamination of the removed sidewalk with underlying material. The removed sidewalk shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed sidewalk at the City of Fort Collins Recycling Center at 1380 Hoffman Mill Road. It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing sidewalk will be measured by the square yard of sidewalk removed to the required depth, and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of sidewalk. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Sidewalk Square Yard Removal of Concrete Channel Linear Foot Removal of Sidewalk Culvert Each Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 18 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 Remington Greenway REVISION OF SECTION 202 REMOVAL OF SIGN Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Sign Each 19 Remington Greenway REVISION OF SECTION 203 PROOF ROLLING Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.13 shall include the following: Proof rolling will not be measured but shall be incidental to the work. Subsection 203.14 shall include the following: Proof rolling will not be paid for separately, but shall be included in the work. Pneumatic tire equipment and load required to achieve the desired weight will not be measured and paid for separately, but shall be included in the work. 20 Remington Greenway REVISION OF SECTION 207 TOPSOIL IMPORT (GRADINGBERMING) Section 207 of the Standard Specifications is hereby revised for this project as follows: Subsection 207.01 is hereby revised to include the following: This work consists of importing topsoil material for the purposes of grading and berming to meet grades and elevations specified in the plans. Graded topsoil slopes shall be placed at a depth of 4 inches (minimum). The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall be disposed of off -site and shall not be measured and paid for separately, but should be included in the cost of work. Subsection 207.03, paragraph 3 shall include: Per City Code, soil shall be loosened to a depth of not less than eight (8) inches. The Engineer shall be notified if this cannot occur due to existing conditions. Subsection 207.04 is hereby revised to include the following: Topsoil will not be remeasured, but payment shall be based on the quantity identified in the bid tabulation, unless the quantity of Topsoil is significantly changed during construction by an approved Change Order. Bid tabulation quantity is based on final in -place topsoil required to complete the construction. Subsection 207.05 is hereby revised to include the following: The contract unit price for topsoil shall be full compensation for all work necessary to complete the item including removing existing on -site topsoil material, haul and redistributing the existing topsoil material onto the re -graded slopes. Payment will be made under: Pay Item Pay Unit Topsoil Import (GradingBerming) Cubic Yard 21 Remington Greenway REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: Section 208.01 of the Standard Specifications is hereby revised for this project to include the following: Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or off site) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor. Subsection 208.05 shall include the following: It shall be the responsibility of the Contractor to ensure that all roadways near the project are kept clean of construction debris. Section 208.12 shall include the following: All erosion control measures identified in the Contract and as directed by the Project Manager will not be measured and paid for separately but will be the plan quantities. The unit cost price bid will be full compensation for all work required to complete the item. Pay Item Pay Unit Inlet Protection (IP) Each Gravel Bag Curb Protection (GB) Each Concrete Washout Structure Each Erosion Control Supervisor Hour 22 Remington Greenway REVISION OF SECTION 210 RELOCATE SPRINKLER VALVE BOX Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Relocate Sprinkler Valve Box consists of removing the existing sprinkler valve box and other necessary irrigation improvements and resetting to a new location as shown on the plans or as directed by the City of Fort Collins project representative. Contractor shall plan to replace existing irrigation improvements with new materials meeting the requirements of the current City of Fort Collins Parks irrigation standards. Contractor shall coordinate with the City's Parks Department on relocation work. Cavities left by the removal of the structure shall be filled to the level of the surrounding ground with suitable material and shall be compacted in accordance with subsection 203.06. Subsection 210.12 shall include the following: Relocate Sprinkler Valve Box will be measured by the actual number relocated and shall include all work and materials necessary to remove items from their existing location and reset them at the new location. Subsection 210.13 shall include the following: Pay Item Pay Unit Relocate Sprinkler Valve Box Each All work necessary to relocate the sprinkler valve box and other irrigation improvements, including materials, labor, backfill, sawcutting of existing improvements, shall be incidental to the line item. 23 Remington Greenway REVISION OF SECTION 210 ADJUSTMENTS Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Adjust Fire Hydrant Assembly consists of removing and reinstalling the existing fire hydrant assembly at the location and elevation shown on the plans or as directed by the City of Fort Collins project representative. Contractor shall plan to replace existing hydrant materials with new materials meeting the requirements of the current City of Fort Collins Water Utility Standard Construction Specifications. Adjust Valve Box consists of removing and reinstalling the existing valve box at the location and elevation shown on the plans or as directed by the City of Fort Collins project representative. Remove and Reset Art in Public Places consists of removing the existing Art in Public Places plaque prior to sidewalk removal and resetting the plaque at the time of new sidewalk installation. Contractor shall reset the plaque in the general location from which it is removed. The City of Fort Collins project representative shall verify reset location prior to reset. The Contractor shall cooperate and coordinate with the property owner and the City of Fort Collins Water Utility Department when shutting off water to minimize downtime to customers. Subsection 210.12 shall include the following: Adjust Fire Hydrant Assembly and Adjust Valve Box will be measured by the actual number adjusted and shall include all work and materials necessary to remove and reinstall items at the location and elevation specified in the plans. Subsection 210.13 shall include the following: Pay Item Pay Unit Adjust Fire Hydrant Assembly Each Adjust Valve Box Each Remove and Reset Art in Public Places Each 24 Remington Greenway REVISION OF SECTION 210 RELOCATIONS Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Relocate Water Meter Pit and Curb Stop consists of removing the existing water meter pit, curb stop, and other necessary water improvements and resetting to a new location as shown on the plans or as directed by the City of Fort Collins project representative. Contractor shall plan to replace existing water service improvements with new materials meeting the requirements of the current City of Fort Collins Water Utility Standard Construction Specifications. Contractor shall coordinate with the City's Meter Shop on relocation work. Cavities left by the removal of the structure shall be filled to the level of the surrounding ground with suitable material and shall be compacted in accordance with subsection 203.06. The Contractor shall cooperate and coordinate with the property owner and the City of Fort Collins Water Utility Department when shutting off water to minimize downtime to customers. Subsection 210.12 shall include the following: Relocate Water Meter Pit and Curb Stop will be measured by the actual number relocated and shall include all work and materials necessary to remove items from their existing location and reset them at the new location and to install the new water meter. Subsection 210.13 shall include the following: Pay Item Pay Unit Relocate Water Meter Pit and Curb Stop Each Relocate Metal Box Each All work necessary to relocate the water meter, curb stop, and other water service improvements, including materials, labor, backfill, sawcutting of existing improvements, shall be incidental to the line item. 25 Remington Greenway REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: Materials for the base course shall be Aggregate Base Course (Class 6) as shown in Subsection 703.03. Subsection 304.04 shall include the following: Any excavation and fill required to place the aggregate base course and the preparation of the subgrade will not be measured and paid for separately, but shall be included in the work. Any excess excavated material not used on site shall become the property of the Contractor and shall be disposed of at the City of Fort Collins Recycling Center at Hoffman Mill Road. Materials not accepted at the City Recycling Center shall be disposed of outside the project site. Subsection 304.08 shall include the following: Payment will be made under: Pay Item Pay Unit Aggregate Base Course (Class 6) (10" Depth) Ton Work shall include all material, equipment, labor, and disposal of any excess excavated materials, including hauling, to complete the work. 26 Remington Greenway 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)7S (75) Air Voids, percent at: CPL 5115 N (design) 3.5 — 4.5 3.5 — 4.5 Lab Compaction (Revolutions): CPL 5115 N (design) 100 75 Stability, minimum CPL 5106 28 28 Minimum % of the aggregate retained on the 4.75 mm (No. 4) CP 45 60 60 sieve having at least 2 mechanically induced fractured faces Accelerated Moisture Susceptibility CPL 5109 Tensile Strength Ratio (Lottman), Method B 80 80 minimum Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement, Top PG 64-22 Layer Grade of Asphalt Cement, Layers PG 64-22 below To Voids in the Mineral Aggregate CP 48 See Table See Table (VMA) %minimum 403:2 403-2 Voids Filled with Asphalt (VFA), % AI MS-2 65-80 65-80 Dust to Asphalt Ratio 1 Fine Gradation CP 50 0.6 - 1.2 0.6 - 1.2 Coarse Gradation 1 0.8 - 1.6 1 0.8 - 1.6 Note: Al MS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 40% passing the 4.75 min (No. 4) sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the 44 screen. Gradations for mixes with a nominal maximum aggregate size of/, inch or smaller are considered a coarse gradation if they pass below the maximum density line at the #8 screen. 27 Remington Greenway 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% 4.11%, 4.5% 5.0% 37.5 (1'/2) 11.6 11.7 11.8 25.0(1) 12.6 12.7 12.8 19.0(3 .) 13.6 13.7 13.8 N/A 12.5 (%2) 14.6 14.7 14.8 9.5 (%) 15.6 15.7 15.8 4.75 (No. 4) 16.6 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 Engineer and approved prior to beginning the paving operations. When the 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 top layer shall not contain any reclaimed or recycled asphalt pavement. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading S) (100). To prevent stripping, a minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Acceptance samples shall be taken at the location specified in Method B of CP-41. Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The 28 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. Remington Greenway Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. 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 (8" Depth) Ton Hot Mix Asphalt (10" Depth) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, 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. 29 Remington Greenway REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised for this project as follows: Subsection 412.03 shall include the following: Concrete (8 Inch): Concrete shall be Class "P" concrete. The unit price shall include the entire cost of the installation. Price will include saw cutting, furnishing and installing dowel bars and keyways; supplying, forming, placing, finishing, and edging the concrete surface; curing and sealing materials, joint materials and sealers. Concrete Pavement (8 Inch) (Special): Concrete crosswalks shall be Class "P" concrete. The concrete shall be integrally colored with the required lbs. of Davis Color "Kahlua" per sack of cement. The texture will be Brickform Texture Mats FM-3500 Cal Weave, 24"x24" (or approved equal). The surface of the concrete crosswalk shall be sealed and protected from drying with Davis W-1000 Clear Cure and Seal (or approved equal). The unit price shall include the entire cost of the installation. Price will include saw cutting, furnishing and installing dowel bars and keyways; supplying, forming, placing, finishing, stamping and edging the concrete surface; curing and sealing materials, joint materials and sealers; texturing equipment. Contractor shall provide up to three mock-up slabs of each colored concrete paving. Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no cost to the Owner. Subsection 412.18 shall include the following: The Contractor shall cut the transverse and longitudinal joints to the width and depth required. The cut shall be made with a power drive saw equipped with diamond blades. The residue from sawing shall be removed from the pavement by the Contractor. The material shall be removed at the time of the sawing operation using equipment designed for that purpose. Any damage to the concrete pavement such as spalling or fracturing shall be repaired by the Contractor as directed by the Engineer at no cost to the project. The joints shall be immediately flushed with water to remove any sawing residue. Cleaning, repairing, and proper curing of any spills, fractures, breaks, or voids in the concrete surface of the joints shall be accomplished prior to installing the backer rod material or joint sealant. The backer rod shall be placed in such a manner that the grade for the proper depth of the seal material is maintained. Subsection 412.24(a) shall include the following: Pay Item Concrete Pavement (8 Inch) Concrete Pavement (8 Inch) (Special) Pay Unit Square Yard Square Yard The price of all pay items shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, concrete, color additives, stamp mold, forms, joint materials, reinforcement, tooling and finishing. 30 Remington Greenway REVISION OF SECTION 604 MODIFIED AREA INLET Section 604 of the Standard Specifications is hereby revised to include the following: Subsection 604.01 shall include the following: This work consists of construction of a standard City of Fort Collins modified area inlet with vertical curb and gutter with the approved of a Snout (or approved equal). Subsection 604.02 shall include the following: All concrete products and construction shall be sulfate -resistant products in accordance with the sulfate exposure class shown on the General Notes sheet of the plans. All metals shall meet the requirements of subsection 712.06. Subsection 604.04 shall be retitled as follows: 604.04 Manholes, Inlets, Modified Area Inlets and Meter Vaults Subsection 604.04 shall include the following: (f) Modified Area Inlets Where inlets are placed in or adjacent to existing curbs or gutters, the Contractor shall carefully remove sections of present curb, gutter, or curb and gutter. All damage to sections to remain in place shall be repaired at the Contractor's expense. The top portion of inlets shall be constructed concurrently with the adjacent curb and gutter to insure proper alignment of grades unless otherwise permitted in writing. The inlet shall have a Snout (or approved other) water quality structure installed as part of the cost of the inlet. Subsection 604.06 shall include the following: Modified Area Inlet will be measured by the unit. Structure excavation, structure backfill, filter material, concrete, reinforcing steel, inlet grates and frames, other miscellaneous metals, connecting devices, Snout appurtenances and all other labor, equipment, materials and incidentals required to construct the inlet (special) will not be measured and paid for separately, but shall be included in the work. Subsection 604.07 shall include the following: Pay Item Modified Area Inlet 31 Pay Unit Each Remington Greenway REVISION OF SECTION 608 CONCRETE FLATWORK (6 INCH) Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes construction of concrete bus pads, measuring approximately 12 feet by 18 feet. Approximate location of bus pads shall be as shown on plans. Exact location and layout will be determined by the Owner or Owner's Representative in the field prior to construction of bus pads. Subsection 608.03 shall include the following: Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no cost to the Owner. Record date, location, and quantity of pour, as well as air temperature at time of pour. Subsection 608.03(b) shall include the following: For Surfaces Exposed to View: Form faces must be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly fashion. To minimize potential cracking, no section of concrete shall have any angle less than 90 degrees. After stripping of the forms, if any concrete is found to be not formed as shown on the drawings, is out of alignment of level, or shows a defective surface, it will be considered as not conforming with the intent of these standards and specifications, and shall be removed and replaced at the Contractor's expense, unless the Engineer gives permission to patch the defective area. Delete subsection 608.03(d) and replace with the following: Sidewalk: Concrete sidewalks shall be medium broom finished. All outside edges of the slab and all joints shall be edged with a 1/4-inch radius edging tool. Thoroughly wash the surface with water prior to acceptance. Surface Planeness for Concrete Paving. Unless otherwise specified, produce slabs with the following tolerance. Finishes shall be true planes within 1/4-inch in 10 feet, as determined by a 10 foot straight edge placed anywhere on the slab in any direction. Subsection 608.03(e) shall include the following: A. Expansion joints/construction joints/ for concrete paving: 1. Expansion joints to be spaced no greater than every 300 feet. 32 Remington Greenway 2. Extend joint filler the full depth of the slab. Hold back filler 1/2-inch from top of slab. 3. Joint sealant or caulk shall match color of concrete; caulking shall not extend above level of pavement. B. Score Joints. I. Construct sawcut and tooled score joints as detailed on the plans. 2. Score joints shall be %< of paving depth. 3. Tooled joints to have a 1/4-inch radius and shall not incorporate a trowelled edge except where indicated on the drawings. Score joints into plastic concrete during finishing operations. Subsection 608.06 shall include the following: Pay Item Concrete Flatwork (6 Inch) Pay Unit Square Yard The price all pay items shall be full compensation for furnishing and placing all materials including excavation, concrete, forms, joint materials, reinforcement, tooling and finishing. 33 Remington Greenway REVISION OF SECTION 608 CONCRETE CURB RAMP Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on 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 Engineer. The Contractor shall submit a sample of the product, the name of the selected supplier, and documentation that the product meets all contrast requirements and will be fully compatible with the curb ramp surface to the Engineer for approval prior to start of work. Known vendors of alternate products include but are not limited to the following: Vendor Name Product Phone Numbers CAST in TACT Waming 303-295-6050 TMA Construction Supply Panels 800-626-4653 East Jordan Iron Works, Inc. Truncated Dome Plates Neenah Foundry Detectable Waming 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 = Bi — & x 100 Bi Where Bi = Light Reflectance Value (LRV) of the I ighter area B2 = LRV of the darker area Absolute black and white will not be permitted. 34 Remington Greenway 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 Engineer for approval. Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between joints shall conform to ASTM C 144. Subsection 608.03 shall include the following: (g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the site in steel banded, plastic banded or plastic wrapped cubes capable of being transported by a fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner which results in the least amount of damage. All pavers that are damaged during transport or delivery will be rejected and shall be replaced at the Contractor's expense. Minor cracks or chipping due to transport and handling that do not interfere with the structural integrity of the paver or the overall pattern of truncated domes will not be deemed as grounds for rejection. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the Engineer. Sufficient sand should be placed to stay ahead of laid pavers Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square grid in the predominant direction of travel as shown in the plans. Pavers shall be installed such that the base of the truncated dome is at the same elevation as the adjoining surface, allowing for a smooth transition between the curb ramp and the detectable warning. When cut pavers are required to fill gaps between the pavers and the edge of concrete, the Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a smooth transition between the partial dome and the curb ramp surface. Unless otherwise directed by the Engineer, pavers shall be cut and installed in such a manner that the domes on the cut sections will not significantly impact the overall pattern of the truncated domes. The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and type of plate vibrator shall be in accordance with manufacturer's recommendations, or as directed by the Engineer. All pavers that are damaged during embedment shall be replaced at the Contractor's expense. Joint spacing between paver units shall be in accordance with the manufacturer's recommendations, or as approved by the Engineer. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. (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 Engineer. Subsection 608.05 shall include the following: 35 Remington Greenway Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other work and materials necessary for fabrication, transport, and installation will not be measured and paid for separately, but shall be included in the work. Subsection 608.06 shall include the following: Pay Item Concrete Curb Ramp Pay Unit Square Yard The price all pay items shall be full compensation for furnishing and placing all materials including excavation, concrete, forms, joint materials, reinforcement, tooling and finishing. 36 Remington Greenway REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.02 shall include the following: All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. Concrete mixes will be subject to inspection and tests as required to assure compliance with quality requirements. Subsection 609.06 shall include the following: Pay Item Pay Unit Vertical Curb and Gutter Linear Foot Rollover Curb and Gutter Linear Foot Barrier Curb Linear Foot Gluedown Curb Linear Foot Concrete Channel (2 Foot) Linear Foot The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials, reinforcement, tooling and finishing. 37 Remington Greenway REVISION OF SECTION 610 MEDIAN COVER MATERIAL Section 610 of the Standard Specifications is hereby revised for this project as follows: In Subsection 610.02 delete the second paragraph and replace with the following: All concrete used for median cover material shall be Class B and meet the requirements in Section 601. All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. Median Cover Material (8" Patterned Concrete): Median Cover Material concrete used at roundabout splitter islands and central island shall be integrally colored with the required lbs. of the specified Davis Color per sack of cement. The surface of the concrete shall be sealed and protected from drying with Davis W-1000 Clear Cure and Seal (or approved equal). The unit price shall include the entire cost of the installation. Price will include saw cutting, furnishing and installing keyways; supplying, forming, placing, finishing, stamping and edging the concrete surface; curing and sealing materials, joint materials and sealers; texturing equipment. Median Cover Material (4" Patterned Concrete): Median Cover Material concrete used at curb bulb outs shall be integrally colored with the required lbs. of Davis Color "San Diego Buff' per sack of cement. The surface of the concrete shall be sealed and protected from drying with Davis W-1000 Clear Cure and Seal (or approved equal). The unit price shall include the entire cost of the installation. Price will include saw cutting, furnishing and installing keyways; supplying, forming, placing, finishing, stamping and edging the concrete surface; curing and sealing materials, joint materials and sealers; texturing equipment. In Subsection 610.03 delete the third paragraph and replace with the following: (b) Concrete. Construction requirements shall conform to the requirements of subsection 608.03. The surface finish shall be abrasive blast finish. A. Abrasive -Blast Finish: Provide abrasive -blast finish where indicated on the Drawings 1. Perform abrasive blasting 24 to 72 hours after casting when concrete strength ranges between 1000 and 1500 psi (6.9 and 10.3 MPa). 2. Coordinate with formwork construction, concrete placement schedule, and formwork removal to ensure that surfaces to be abrasive blasted are treated at the same age for uniform results. B. Surface Continuity: Perform abrasive -blast finishing in as continuous an operation as possible, utilizing same work crew to maintain continuity of finish on each surface or area of Work. Maintain required patterns or variances in depths of blast to match design reference sample or mockup. C. Depth of Cut: Use an abrasive grit of proper type and gradation to expose aggregate and surrounding matrix surfaces to match design reference sample or mockup, as follows: 1. Brush: Remove cement matrix to eliminate surface sheen and expose face of fine aggregate. No reveal. 2. Light: Expose fine aggregate with occasional exposure of coarse aggregate and uniform color. Maximum reveal 1/16-inch (1.5 mm). 3. Medium: Generally expose coarse aggregate with slight reveal. Maximum reveal 1/4-inch (6 mm). 4. Heavy: Expose and reveal coarse aggregate to a maximum projection of one-third of its diameter; reveal 1/4- to 1/2-inch (6 to 12 mm). 38 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract. if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and Remington Greenway D. Abrasive Blasting: Abrasive blast corners and edges of patterns carefully, using back-up boards, to maintain uniform corner or edge line. Determine type of nozzle, nozzle pressure, and blasting techniques required to match design reference sample or mockup. E. Concrete Cleaning: After abrasive blasting to required depth is completed, clean surface with commercial concrete cleaner, as produced by ProSoCo or equal, according to the manufacturer's instructions and recommendations. 1. Thoroughly neutralize and flush cleaning solution from finished surfaces with water under pressure. 2. Protect adjacent materials and finishes from washing and run-off. Contractor shall provide concrete sample with range of sandblast finish textures for preliminary selection by Landscape Architect. Contractor shall provide final 10 square foot sample of concrete for final approval. Subsection 610.05 shall include the following: Pay Item Pay Unit Median Cover Material (8" Patterned Concrete) Square Foot Median Cover Material (4" Patterned Concrete) Square Foot The price for all pay items shall be full compensation for furnishing and placing all materials, excavation, concrete, forms, joint materials, reinforcement, tooling, and finishing. 39 Remington Greenway REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the standard Specifications is hereby revised for this project as follows: Subsection 625.01 is hereby revised to include the following: All existing survey monuments and property corner located outside of the project grading limits as defined on the plans that are damaged or destroyed by the Contractor will be replaced at the Contractor's expense. All existing survey monuments and property corners located within the project grading limits which are intended to remain in place and intact as defined on the plans shall be protected by the Contractor. Where necessary monuments, property corners, and section corners will be adjusted or replaced by the City for this project. City of Fort Collins will provide the surveying and staking anticipated to include the following: Control Location of horizontal and vertical control points will be provided at approximately 1000-foot intervals. Monuments will be set outside the limits of construction. 2. Easements and Right of Way There are no temporary construction easements associated with this project. All construction activities shall take place within the existing right of way. Right of way will be staked at 100 foot intervals on tangents and PCs; and 50 foot intervals on curves, angle points and corner points. 3. Excavation and Embankment a. One set of slope stakes at 25-foot intervals (stations) on each side of the proposed road including intersections. Staking information to include cut/fill for • "limit of cut" or "limit of fill" location • decision point (ditch flowline or grade break) • edge of pavement • roadway centerline b. One set of shoulder and/or curb stakes at 25-foot stations on each side of the road including intersections. C. One set of slope or shoulder stakes for the grading of each driveway and field access. d. Ditch grades shall be defined by the slope staking described above. 4. Storm Drainage One set of offset stakes for each storm drain pipe and inlets. 5. Utility Crossing One set of offset stakes for the utility conduit crossings. 40 Remington Greenway 6. Subgrade and Paving a. One set of blue top subgrade stakes at 25-foot stations on tangents, PCs and PT's after completion of the subgrade preparation. Stakes to be set at 25-foot stations for horizontal curves with a radius less than 1,000 feet and at all vertical curves. Blue tops will be set on centerline and the edge of pavement on both sides of the roadway. These blue tops will remain in place to be used for the aggregate base course or paving operations. 41 Remington Greenway REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the standard Specifications is hereby revised for this project as follows: Subsection 630.01 is hereby revised to include the following: This work shall consist of furnishing, installing, maintaining and removing temporary construction traffic control devices including, but not limited to: signs, advance warning arrow panels, variable message boards, barricades, channeling devices and delineators as required by the latest version of the City of Fort Collins Work Area Traffic Control Handbook, Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) and the Larimer County Urban Area Street Standards (LCUASS). In the event of a conflict between the MUTCD and the City's criteria, the City of Fort Collins specifications shall govern. If it is determined by the City of Fort Collins that temporary striping is required, the City will install the required temporary striping. Subsection 630.02 is hereby revised to include the following: All traffic control devices placed for the project must meet or exceed the minimum standards set forth in the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (ex. Crossed our information, information written in long -hand style, etc.). Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists traveling in the opposite direction and other potentially affected parties. Subsection 630.09 is hereby revised to include the following: Traffic control through the construction area is the responsibility of the Contractor. When a device is not in use, the Contractor shall remove it from the project for the period it is not needed. Devices temporarily not in use shall, as a minimum, shall be removed from the area. Moving will include devices removed from the project and later returned to use. Traffic control devices shall be placed and / or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. Traffic control devices shall be removed from the site immediately upon completion of the work for any street(s). In the event there is a violation or safety issue, the City will order a "Stop Work Order" until the issue(s) is corrected. The Contractor shall not be entitled to any additional compensation for delays associates with the "Stop Work Order". 42 Remington Greenway The Contractor shall be responsible for ensuring safe passage through the work zone for vehicle, pedestrians and bicyclists. The Contractor shall use variable message boards to advice road users about upcoming work on Arterial and Collector Streets. The City will issue direction for the number of boards, general locations for placement and message verbiage. Fully automated variable message boards shall be installed and operate continuously for all work on Arterial and Collector Streets. 1. Two-way traffic shall be maintained at all times unless approved by the City. Lane width shall be maintained at a minimum often (10) Feet. 2. The Contractor will provide twenty-four (24) hour minimum notice to the City of Fort Collins Traffic Department when the project operation is near a signalized intersection. Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans shall be submitted on approved forms supplied by the City. A traffic control plan shall be prepared by a Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a Worksite Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA). The typical traffic Control plans shall be submitted for approval to the City by 8:00 am, two (2) working days prior to the commencement of work. All plans shall be delivered to the City at 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work and Owner shall deduct from compensation $1,000.00 per day for said compensation, as well as the Contractor's forfeiture of payment for all work and materials at that location with no adjustment in the Contract time. The Traffic Control Plan shall include, as a minimum, the following: 1. A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved) and speed limit signs; methods, length and time duration for lane closures and location of flag persons. 2. A tabulation of all traffic control devices on the detailed diagram including, but not limited to: construction signs, vertical panel, vertical panel with light, Type I / II / III barricades, cones, drum channelizing devices and advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. 3. Number of flaggers to be used. 4. Parking restrictions to be in effect. Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned to him / him under this Contract. Subsection 630.10 is hereby revised to include the following: The Contractor shall designate an individual, other than the superintendent, to be the Traffic Control Supervisor. Traffic Control management shall be performed by a Traffic Control Supervisor JCS). The TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a 43 Remington Greenway Traffic Control Supervisor. Proof of certification shall be presented to the City Traffic Control Manager, and when requested by the City, for each TCS utilized on this project. One TCS shall be designated as the Head TCS. The Head TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the City for approval a minimum of one week prior to commencement of the work. A full-time TCS is not anticipated on this project. It is the intent of the specifications that the Head TCS be the same throughout the project and remains on site at all times during the construction. If, in the opinion of the City, any traffic control individual does not perform their duties at or to the minimum industry standard, the Contractor will be required to replace that individual. The TCS shall be equipped with a cellular phone. The TCS duties shall include, but not be limited to the following: 1. Prepare, revise and submit Traffic Control Plans as required. 2. Supervise and direct project flaggers. 3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier. 4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. 5. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are functioning properly. 6. Oversee all requirements covered by the plans and specifications which contribute to the convenience, safety and orderly movement of traffic. 7. Flagging in emergency or relief for short periods of no more than fifteen (15) minutes over a sixty (60) minute period. 8. Traffic control device set up and removal. 9. Maintain a project traffic control diary which shall become part of the City's records. This diary / log shall be submitted to the City daily and shall include the following information as a minimum: a) Date b) For Traffic Control Inspection, the time of the inspection c) Project description and location d) Traffic Control Supervisor's name e) Types and quantities of traffic control devices used per approved MET f) List of flaggers used, including start time, stop time and number of flagging hour breaks g) Traffic control problems (traffic accidents, damaged or missing devices and corrective actions taken) Traffic control management shall be maintained on a twenty-four (24) hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be 44 Remington Greenway available on every working day, "on -call" at all times and available upon request of the City during non- working hours. A twenty-four (24) hour telephone number shall be provided to the City prior to commencement of work. All traffic control devices and traffic control management shall be placed under the supervision of a Traffic Control Supervisor. The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins "Work Area Traffic Control Handbook" and Part VI of the MUTCD, pertaining to traffic control for street and highway construction, available at all times. The following list reflects devices that may be used on the project or as authorized by the City: "NO PARKING" sign with stand Vertical panel without light Channelizing drum without light Type I/II barricade without light Type III barricade without light Cone with reflective strip Size A sign with stand Size A Specialty Sign Size B Specialty Sign Safety Fence Light Advance warning flashing or sequencing arrow panel Variable message board Size B sign with stand All costs associated with Traffic Control Plan review will not be measured or paid for separately, but shall be considered incidental to the Work. Review fees will not be measured or paid for separately, but shall be considered incidental to the Work. The Contractor shall provide the services of the Colorado State Patrol or City of Fort Collins Police when necessary during the course of the work as instructed by the City. Associated costs shall be incidental to the Work. The City shall deduct from compensation due the Contractor $10.00 per day for each traffic control device not removed from the site immediately upon completion of the work or as directed by the City. Flagger hand signs and devices, such as Stop / Slow paddles, will not be measured and paid for seperately, but shall be included in the Work. The flaggers(s) shall be provided with electronic communication devices when required. These devices will not be measured and paid for separately, but shall be included in the Work. The cost of batteries, electricity and / or fuel for all lighting or warning devices will not be measured and paid for separately but will be considered subsidiary to the traffic control. Sand bags and caution tape will not be measured and paid for separately, but shall be included in the Work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD, if approved by the City. However, no payment will be made for additional panel size. The City shal I not be responsible for any losses or damage due to theft of vandalism. The City of Fort Collins will not be responsible for any damage caused by the Contractor's construction activities to the public. Private or public property which is damaged by the Contractor's equipment or employees will be the sole responsibility of the Contractor. 45 Remington Greenway Subsection 630.15 is hereby revised to include the following: All traffic control costs including, but not limited to, furnishing equipment, equipment set up / removal / modifications, TCS and flagging personnel, vehicles, phones, hand signs, communication devices, sandbags and all related incidentals required for traffic control under this Contract shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work. No measurement or payment shall be made separately for traffic control related items as specified in these specifications or as directed by the City. SPECIAL CONDITIONS FOR WORK ON ARTERIAL AND COLLECTOR STREETS 1. Cross street traffic shall be maintained at all times unless authorized by the City in writing. 2. Full closures on Arterials and Collectors will be allowed under extreme circumstances and only upon approval from the City. Plans shall be approved a minimum of two (2) weeks prior to commencement of work and / or the time required to adequately notify the public through the media. 3. Construction or repair work will not be permitted at or in the vicinity of an Arterial / Arterial intersection that has major traffic volumes between the hours of 7:OOam to 8:30am or 3:30pm to 6:OOpm (except in the case of an emergency). Work may be done on weekends or extended hours (outside of the 7:OOam to 6:OOpm window) at Arterial / Arterial intersections with approval from the City. 4. Construction or repair work on Arterial streets, outside of the influence of an Arterial / Arterial intersection, is allowed during the hours of 7:OOam to 6:OOpm; Monday through Friday excluding holidays. The City will specify the minimum required distance needed from the Arterial / Arterial intersection. Work may be done on weekends or extended hours (outside of the 7:OOam to 6:OOpm window) with approval from the City. 5. Time restrictions on State Highway 287 (College Avenue) will normally be restricted from 9:OOam to 3:OOpm. 6. Construction hours, except for emergencies, shall be limited to 7:OOam to 6:OOpm Monday through Friday excluding holidays, unless authorized by the City in writing. Pay Item Construction Traffic Control Construction Traffic Control — Landscape Alternative Traffic Control Management Traffic Control Inspection Flagging Portable Message Sign Panel Pay Unit Lump Sum Lump Sum Day Day Hour Day 46 Remington Greenway SECTION 32 84 00 - IRRIGATION PARTI- GENERAL 1.1 SCOPE Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees. B. Coordination of Utility Locates ("Call Before You Dig"). C. Verification of existing static pressure. D. Connection of electrical power supply to the irrigation control system. E. Maintenance period. F. Sidewalk sleeving for irrigation pipe and wire. G. Connection to existing irrigation system. 1.2 WORK NOT INCLUDED Items of work specifically excluded or covered under other sections are: A. Payment of all development, plant investment, or any other fees and permits associated with the purchase and installation of the tap. B. Roadway directional boring or sleeving. 1.3 RELATED WORK A. Division 2 - Site Work: 1) Section 02920 -Fine Grading and Soil Preparation. 2) Section 02930 - Exterior Plants. 3) Section 02931 - Seeding. 4) Section 02932 - Sodding. 1.4 SUBMITTALS 47 Remington Greenway A. Deliver four (4) copies of all required submittals to the Owners' Representative within 15 days from the date of Notice to Proceed. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. D. Shop Drawings: Submit shop drawings called for in the installation details. Show products required for proper installation, their relative locations, and critical dimensions. Note modifications to the installation detail. E. Project Record Drawings: Submit project record (as -built) drawings to Owner prior to commencement of maintenance period (refer to specification section 3.10 for specific requirements). 1.5 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. C. If quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.6 TESTING A. Notify the Owners' Representative three days in advance of testing. B. Pipelines jointed with threaded connections may be subjected to a pressure test at any time after partial completion of backfill. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owners' Representative. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1) Subject mainline pipe to a hydrostatic pressure of 125 PSI for two hours. Test with mainline components installed. A 2 PSI pressure variation is allowed. 48 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. Remington Greenway 2) Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. 3) Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. a. Cement or caulking to seal leaks is prohibited. Operational Test: t) Activate each remote control valve in sequence from controller. The Owners' Representative will visually observe operation, water application patterns, and leakage. 2) Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational deficiencies. 3) Replace, adjust, or move water emission devices to correct operational or coverage deficiencies. 4) Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage problems. Cement or caulking to seal leaks is prohibited. 5) Repeat test(s) until each lateral passes all tests. 1.7 CONSTRUCTION REVIEW The purpose of on -site reviews by the Owners' Representative is to periodically observe the work in progress and the Contractor's interpretation of the construction documents and to address questions with regards to the installation. A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled with the Owners' Representative as required by these specifications. Impromptu reviews may occur at any time during the project. C. Final review will occur at the completion of the irrigation system installation and Record (As -Built) Drawing submittal. 1.8 GURANTEE/ WARRANTY AND REPLACEMENT The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of two years from substantial completion, guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within seven days of notification from the Owners' Representative. 1) Maintenance shall include winterization for fall of 2014 and startup for spring of 2015. 49 Remington Greenway Contract documents govern replacements identically as with new work. Make replacements at no additional cost to the contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements made during the guarantee/warranty period. D. City of Fort Collins accepting maintenance responsibility does not remove or negate system or equipment warrantee(s). PART 2 - MATERIALS 2.1 QUALITY Use materials which are new and without flaws or defects of any type, and which are the best of their class and kind. 2.2 SUBSTITUTIONS Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. 2.3 SLEEVING A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. B. Sleeving material beneath pedestrian pavements shall be PVC Schedule 40 pipe with solvent welded joints. C. Sleeving diameter: as indicated on the drawings and installation details or equal to twice that of the pipe or wiring bundle. 2.4 PIPE AND FITTINGS A. Mainline Pipe and Fittings: 1) Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. 2) Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. a. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches or where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM 50 Remington Greenway Standard D2564. B. Drip Lateral Pipe and Fittings: I ) For drip irrigation laterals downstream of control valves, use UV radiation resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe. of 0.613" for'/2-inch pipe. Use PVC /compression line fittings compatible with the drip lateral pipe. Use tubing stakes to hold above -ground pipe in place. C. Specialized Pipe and Fittings: 1) Copper pipe: Use Type "K" rigid conforming to ASTM Standard B88. Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use a 95% tin and 5% antimony solder. 2) Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron -based metal (iron, galvanized steel, stainless steel). - 3) Assemblies calling for pre -fabricated double swing joints shall utilize LASCO Unitized swing joints or approved equal. Swing joints shall berated at 315 psi, and use O-ring and street elbow construction. 4) Low Density Polyethylene Hose: a. Use pipe specifically intended for use as a flexible swing joint. Inside diameter: 0.490+0.010 inch. Wall thickness: 0.100+0.010 inch. Color: Black. b. Use spiral barb fittings supplied by the same manufacturer as the hose. 5) Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 40 or 80 threaded fittings. 6) Joint sealant: Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal threaded connections. 2.5 MAINLINE COMPONENTS 51 Remington Greenway A. Main System Shutoff Valve: As per local practice and in compliance with local code. B. Winterization Assembly: As per local practice and in compliance with local code. C. Backflow Prevention Assembly: As presented in the installation details. D. Master Valve Assembly: As presented in the installation details. E. Flow Sensor Assembly: As presented in the installation details. F. Isolation Gate Valve Assembly: As presented in the installation details. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. G. Quick Coupling Valve Assembly: Double swing joint arrangement as presented in the installation details. 2.6 DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. Adjust flow control per manufacturer's recommendations prior to use. B. Drip Emitter Assembly: 1) Barb -mounted, vortex and/or pressure compensating emitter device as presented in the installation details. The device shall be Rain Bird Xeri-bug XB-10pc series. 2) Install emitter types and quantities on the following schedule: a. Ground cover plant: 1 single outlet emitter each or 1 single outlet emitter per square foot of planting area, whichever is less. b. Shrub: 2 single outlet emitters each. c. Tree: Use tree drip ring as shown in details, Rain Bird Dripline Model #LD-09-12 (0.9 GPH per emitter). 3) Use 1/4-inch diameter flexible plastic tubing to direct water from single -outlet emitter to emission point. Length of emitter outlet tubing shall not exceed five feet. Secure emitter outlet tubing with tubing stakes. C. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. 2.7 CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1) As presented in the drawings and installation details. 2) Primary surge protection arrestors: Per Manufacturer's recommendations. 52 Remington Greenway 3) Valve output surge protection arrestors: Per Manufacturer's recommendations. 4) Lightning protection: 8-foot copper -clad grounding rod. 5) Wire markers: Pre -numbered or labeled with indelible non -fading ink, made of permanent, non -fading material. B. Instrumentation: 1) As presented in the drawings and installation details. 2) Weathermatic smartline compatible weather sensor. C. Control Wire: I) Use American Wire Gauge (AWG) No. 14 solid copper, Type OF or PE cable, UL approved for direct underground burial from the controller unit to each remote control valve. Use AWG No. 12 wire for common wire. 2) Color: Use white for common ground wire. Use easily distinguished colors for other control wires. Spare control wires shall be of a color different from that of the active control wire. Wire color shall be continuous over its entire length. 3) Splices: Use wire connector with waterproof sealant. Wire connector to be of plastic construction consisting of two (2) pieces, one piece which snap locks into the other. A copper crimp sleeve to be provided with connector. Utilize DBR6-300 splices. 4) Warning tape: Inert plastic film highly resistant to alkalis, acids, or other destructive chemical components likely to be encountered in soils. Three inches wide, colored yellow, and imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW." 2.8 OTHER COMPONENTS A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare parts indicated in the General Notes of the drawings. PART 3 - EXECUTION 3.1 INSPECTIONS AND REVIEWS A. Site Inspections: 1) Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owners' Representative prior to beginning work. 2) Beginning work of this section implies acceptance of existing conditions. 3) Contractor will be held responsible for coordination between landscape and irrigation system installation. 53 Remington Greenway 4) Landscape material locations shown on the Landscape Plan shall take precedence over the irrigation system equipment locations. If irrigation equipment is installed in conflict with the landscape material locations shown on the Landscape Plan, the Contractor will be required to relocate the irrigation equipment, as necessary, at Contractor's expense. B. Utility Locates ("Call Before You Dig"): 1) Arrange for and coordinate with local authorities the location of all underground utilities. 2) Repair any underground utilities damaged during construction. Make repairs at no additional cost to the contract price. C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking has been completed. Notify the Owners' Representative two days in advance of review. Modifications will be identified by the Owners' Representative at this review. 3.2 LAYOUT OF WORK A. Stake out the irrigation system. Items staked include: pipe, control valves, controllers, and isolation valves. B. Install all mainline pipe and mainline components inside of project property lines. 3.3 EXCAVATION, TRENCHING, AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. B. Minimum cover (distance from top of pipe or control wire to finish grade): 1) 24-inch over mainline pipe and over electrical conduit. 2) 26-inch over control wire. 3) Install drip line on top of fabric between fabric and mulch. C. Backfill only after lines have been reviewed and tested. D. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. Stones larger than 1-inch maximum dimension are not permitted in first (deepest) 6-inches of backfill. E. Backfill unsleeved pipe and sleeves in either of the following manners: 1) Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 54 Remington Greenway 2) Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. F. Backfill unsleeved pipe by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting each layer to 90% Standard Proctor Density, ASTM D698- 78. Conduct one compaction test for every 300 feet of trench. Costs for such testing and any necessary retesting shall be borne by the Contractor. Use of water for compaction, "puddling", will not be permitted. G. Enclose pipe and wiring beneath walks, curbs, etc. in sleeves. Minimum compaction of backfill for sleeves shall be 95% Standard Proctor Density, ASTM D698-78. Conduct one compaction test for each sleeved crossing less than 50 feet long. Conduct two compaction tests for each sleeved crossing greater than 50 feet long. Costs for such testing and any necessary retesting shall be borne by the Contractor. Use of water for compaction around sleeves, "puddling", will not be permitted. H. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades. 1. Where utilities conflict with irrigation trenching and pipe work, contact the Owners' Representative for trench depth adjustments. 3.4 SLEEVING AND BORING A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. Etch the concrete aligned with sleeve and paint with blue paint. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 3.5 ASSEMBLING PIPE AND FITTINGS A. General: 1) Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2) Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. B. Mainline Pipe and Fittings: 1) Use only strap -type friction wrenches for threaded plastic pipe. 2) PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. 55 Remington Greenway b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. 3) Fittings: The use of cross type fittings is not permitted. C. Lateral Pipe and Fittings: 1) Use only strap -type friction wrenches for threaded plastic pipe. 2) UV Radiation Resistant Polyethylene Pipe: a. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. b. Snake pipe from side to side on the soil surface, and hold in place with tubing stakes spaced every five feet. 3) Fittings: The use of cross type fittings is not permitted. D. Specialized Pipe and Fittings: 1) Copper Pipe: a. Buff surfaces to be joined to a bright finish. Coat with solder flux. b. Solder so that a continuous bead shows around the joint circumference. 2) Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron -based metal (iron, galvanized steel, stainless steel) are joined. 3) Pre -fabricated double swing joints: Install per manufacturer's recommendations. 4) Low Density Polyethylene Hose: Install per manufacturer's recommendations. 5) PVC Threaded Connections: a. Use only factory -formed threads. Field -cut threads are not permitted. b. Use only Teflon -type tape. c. When connection is plastic -to -metal, the plastic component shall have male threads and the metal component shall have female threads. 6) Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. 3.6 INSTALLATION OF MAINLINE COMPONENTS A. Main System Shut Off Valve: Install where indicated on the drawings. 56 Remington Greenway B. Winterization Assembly: Install where indicated on the drawings. C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its elevation, orientation, access, and drainage conform to the manufacturer's recommendations and applicable health codes. D. Master Valve Assembly: Install where indicated on the drawings. E. Flow Sensor Assembly: Install where indicated on the drawings. F. Isolation Gate Valve Assembly: 1) Install where indicated on the drawings. 2) Locate at least 12-inches from and align with adjacent walls or edges of paved areas. G. Quick Coupling Valve Assembly: Install where indicated on the drawings. 3.7 INSTALLATION OF DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: 1) Flush mainline pipe before installing RCV assembly. 2) Locate as shown on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Connectors and sealant shall be installed as per the manufacturer's recommendations. 3) Install only one RCV to valve box. Locate at least 12-inches from and align with nearby walls or edges of paved areas. Group RCV assemblies together where practical. B. Drip Emitter Assembly: 1) Locate as shown on the drawings and installation details. 2) Flush lateral pipe before installing emitter assembly. 3) Cut emitter outlet distribution tubing square. 4) Use tools and techniques recommended by the manufacturer. Make openings for barb -mounted emitters with the emitter manufacturer's hole - punching tool. C. Flush Can Assembly: Install at the end of each drip irrigation lateral pipe as shown on the installation details. 3.8 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 57 Remington Greenway 1) The location of the controller unit as depicted on the drawings is approximate; the Owners' Representative will determine the exact site location upon commencement of contract. 2) Lightning protection: Ground rods are to have a minimum diameter of 5/8" and a minimum length of 10 feet. These are to be driven into the ground in a vertical position or an oblique angle not to exceed 45 degrees at a location 10 feet from the electronic equipment, the ground plate, or the wires and cables connected to said equipment, as shown in the irrigation details. The rod is to be stamped with the UL logo. A 6 AWG solid bare copper wire (about 12 feet long) shall be connected to the ground rod by the installer using a Cadweld GR1161 G "One -Shot" welding kit [Paige Electric part number 1820037.] This wire shall be connected to the electronic equipment ground lug as shown in the detail above. 3) Install primary surge protection arrestors on incoming power lines. 4) Install one valve output surge protection arrestor on each control wire and one for the common wire. 5) Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the identification number (see drawings) of the remote control valve to which the control wire is connected. 6) Install a 120-volt, 15 amp switched and grounded 3-prong receptacle with GFIC inside the controller unit housing. 7) Connect control wires to the corresponding controller terminal. B. Instrumentation: 1) Install sensors per the installation details and manufacturer's recommendations. Install at locations shown on the drawings. 2) Install electrical connections between irrigation controller and sensors per manufacturer's recommendations. C. Control Wire: 1) Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10-foot intervals. 2) Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90 degree change of direction, at both ends of sleeves, and at 100-foot intervals along continuous runs of wiring. Make wiring loop by turning control wire 5 turns around 1-inch pipe. Coil 24-inch length of wire within each remote control valve box. 3) Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. 4) If a control wire must be spliced, make splice with wire connectors and waterproof 58 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications. and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best Remington Greenway sealant, installed per the manufacturer's instructions. Locate splice in a valve box which contains an irrigation valve assembly, or in a separate 6-inch round valve box. Use same procedure for connection to valves as for in -line splices. 5) Unless noted on plans, install wire parallel with and under PVC mainline pipe. If wire is installed adjacent to section of metal pipe, separate wire from pipe minimum of 6- inches and install wire in PVC conduit. 6) Protect wire not installed with PVC mainline pipe by installing within Schedule 40 PVC wiring conduit. 3.9 INSTALLATION OF OTHER COMPONENTS A. Tools and Spare Parts: 1) Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing tools, test equipment, and any other items indicated on the drawings. 2) Prior to Final Review, supply to the Owner the spare parts indicated in the General Notes on the drawings. B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these specifications. 3.10 Proiect Record (As -Built) Drawings A. Maintain on -site and separate from documents used for construction, one complete set of contract documents as Project Documents. Keep documents current. Do not permanently cover work until as -built information is recorded. B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, and other irrigation components enclosed within a valve box. C. Prior to Final Review, purchase from the Owners' Representative a reproducible mylar copy of the drawings. Using technical drafting pen, duplicate information contained on the project drawings maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. 3.11 MAINTENANCE A. Install Contractor shall provide maintenance up to substantial completion. Individual property owner and or City Maintenance Company shall be responsible for maintenance thereafter. B. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for 59 Remington Greenway protecting against vandalism, and for preventing damage during the landscape maintenance operation. C. City of Fort Collins accepting maintenance responsibility does not remove or negate system or equipment warrantee(s). 3.12 CLEAN-UP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. END OF SECTION Remington Greenway SECTION 32 40 00 — SITE ROCK WORK PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Landscape Boulders B. Related Sections: 1. Division 32 Section 'Earthwork" for grading, excavation, sub -grade, soil stabilization and treatment, slope protection and surface contouring. 2. Division 32 Section "Grading" for constructing, shaping and finishing site earthwork. D1.03 SUBMITTALS A. Submit three (3) samples of each stone type that represents the full range of colors/staining that can be expected. If stone suppliers yard is not local, the Contractor shall submit photos of available stones/boulders for review/selection. 1.04 SOURCE LIMITATIONS A. Obtain each type of rock material from a single manufacturer. PART 2-PRODUCTS 2.01 MATERIALS A. Type 1 Boulders 1. Stone type : Lyons Red Sandstone — red in color as approved by Owner's Representative. 2. Approved Suppliers: a. Lyons Sandstone, 303-823-5659 b. Tribble Stone, 303444-1840 61 Remington Greenway c. Or approved B. Boulder sizes shall be as indicated on the Drawings. PART 3 - EXECUTION 3.01 SELECTION OF STONE Owner's Representative shall be contacted to participate in selection of boulders/stone at stone supplier's yard. If stone supplier's yard is not local, the Contractor shall submit photos of available stones/boulders for Owner's review/selection. 3.02 HANDLING A. Handling of the boulders shall be carried out in such a way that the stone are not damaged or scarred. Damaged boulders may be rejected by the Owner's Representative. 3.03 PLACEMENT OF TYPE I BOULDERS A. Excavate area where boulders are to be placed to achieve required height/placement. B. Place boulders with flat side up and most attractive face (as determined by Owner's Representative) facing activity areas, unless otherwise noted on Drawings or directed by the Owner's Representative. C. Bury boulders per drawings. D. Locations and quantity shall be as indicated in the Drawings. Final placement of stone/boulders shall be reviewed and approved on site by the Owner's Representative. 3.04 CLEAN UP A. Remove unneeded stone debris from the site. B. Clean dirt, debris, trash and other deleterious material from stone surfaces and surrounding area. END OF SECTION 32 40 00 62 Remington Greenway SECTION 32 93 00 - PLANTS PART4-GENERAL 4.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 4.02 SUMMARY A. Section Includes: 1. Trees. 2. Shrubs. 3. Perennials and Ornamental Grasses. 4. Landscape headers. 5. Organic mulch. 6. Rock mulch. 7. Weed barrier. S. Organic amendment. 9. Warranty. 10. Maintenance. B. Related Sections: 1. Division 32 Section "Site Clearing" for protection of existing trees and plantings, topsoil stripping and stockpiling and site clearing. 2. Division 32 Section 'Earthwork" for grading, excavation, sub -grade, soil stabilization and treatment, slope protection and surface contouring. 3. Division 32 Section "Grading" for constructing, shaping and finishing site earthwork. 4. Division 32 Section "Lawns and Grasses" for turf and meadow/native/wetland planting. 4.03 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than diameter and depth recommended by ANSI Z60.1 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum 63 Remington Greenway laced as recommended by ANSI Z60.1. C. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by ANSI Z60.1 for type and size of exterior plant required. D. Clump: Where three or more young trees were planted in a group and have grown together as a single tree having three or more main stems or trunks. E. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container with well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of exterior plant required. F. Finish Grade: Elevation of finished surface of planting soil. G. Multi -Stem: Where three or more main stems arise from the ground from a single root crown or at a point right above the root crown. H. Sub -grade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. I. Sub -soil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 4.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each of the following: 1. 1 lb. of inorganic (rock) mulch for each type, color and texture of stone required, in labeled plastic bags. Provide name of Supplier and product name. 2. Submit sample of each proposed organic mulch type, in a plastic baggie. Provide name of Supplier and product name. 3. Organic Amendment: Submit sample in a plastic baggie. Product delivered to site shall match the submitted sample. Submit organic amendment delivery receipts to Owner's Representative for review. 4. Organic Amendment Analysis: Submit copies of amendment analysis from qualified soil testing laboratory. 5. Fertilizer: Submit copy of fertilizer composition to be used and supplier source. 6. Weed barrier: Submit brand name and model number/name of proposed weed barrier to be used. 7. Header: Submit a 1-foot long sample with a representative header stake and protective vinyl strip (if required). 64 Remington Greenway 8. Tree Stakes, Webbing and Rubber Protective Cap: Submit sample of each. C. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: Manufacturer's certified analysis for standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Material Test Reports: For existing surface topsoil (if available) and/or imported topsoil if required. D. Planting Schedule: Indicating anticipated planting dates for exterior plants. E. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of exterior plants during a calendar year. Submit before expiration of required maintenance periods. Warranty: Sample of special warranty. 4.05 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of exterior plants. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for plant growth. State -recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock." 1. Selection of exterior plants purchased under allowances will be made by Owner's Representative, who will tag plants at their place of growth before they are prepared for transplanting. E. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above the ground for trees up to 4-inch caliper size, and 12 inches above the ground for larger sizes. Measure main body of tree or shrub for height and 65 Remington Greenway spread; do not measure branches or roots tip -to -tip. Observation: Owner's Representative may observe trees and shrubs either at place of growth or at site before planting for compliance with requirements for genus, species, variety, size, and quality. Owner's Representative retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. 1. Notify Owner's Representative of sources of planting materials seven days in advance of delivery to site. 4.06 DELIVERY, STORAGE, AND HANDLING A. Deliver exterior plants freshly dug. B. Do not prune trees and shrubs before delivery except as approved by Owners representative. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery and handling. C. Handle planting stock by root ball. D. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants and trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 2. Do not remove container -grown stock from containers before time of planting. 3. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 4.07 PROJECT CONDITIONS A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed according to manufacturer's written instructions and warranty requirements. Coordination with Lawns: Plant trees and shrubs after finish grades are established and before planting lawns unless otherwise acceptable to Owner's Representative. 1. When planting trees and shrubs after lawns, protect lawn areas and promptly repair damage caused by planting operations. 4.08 INSPECTIONS A. Site inspection: Remington Greenway Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been satisfactorily completed and that topsoil of adequate quantity and quality has been placed in areas as specified. Verify that the areas to be re -vegetated are protected from concentrated runoff and sediment from adjacent areas. Note previous treatments to the areas such as temporary seeding or mulching and discuss with the Owner's Representative how these treatments will affect permanent re -vegetation. Report irregularities affecting work of this section to the Owner's Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. 2. Contractor shall notify Owner's Representative prior to start of work. Owner's Representative will be responsible to monitor the work. B. Pre -planting Inspections: 1. Plant material shall be inspected by an Owner's Representative before planting. Inspection of materials may be sequenced by major planting areas to accommodate efficient planting operations. Plants for inspection must be in a single location preferably on the project site. Rejected materials must be removed from the site, replaced and re -inspected before planting. If the supplier is a local nursery, tagged plants may be inspected at the nursery. Photographs of the plant materials to be obtained from non -local sources may be submitted to the Owner's Representative for preliminary inspection. This preliminary inspection is subject to final approval of plants at the job site. The Owner reserves the right to reject plant material at any stage of construction or warranty period. 2. Soil amendments, backfill mixes and mulches will be inspected at the site by the Owner's Representative before they are used in planting operations. 3. Obtain Owner's Representatives review of staked locations of trees before digging for those plants occurs. Obtain Owner's Representatives review of the location of shrubs in their containers at the proposed locations before digging commences. Contact Owner's Representative at least two days in advance. C. Substantial Completion Inspection: As soon as all planting is completed, a review and preliminary inspection to determine the condition of the vegetation will be held by the Owner's Representatives upon request by the Contractor. 2. The inspection will occur only after the following conditions have been met: a. Landscape areas will be free of weeds and neatly cultivated; b. Plant basins shall be in good repair; c. Irrigation systems shall be fully operational with heads properly adjusted; d. Debris and litter shall be cleaned up and walkways and curbs shall be cleaned of soil and debris left from planting operations. 3. If, after the inspection, the Owner's Representative is of the opinion that the work has been performed as per the Contract Documents, and that the vegetation is in satisfactory growing condition, he will give the Contractor Written Notice of Acceptance and the Warranty period shall begin. 67 Remington Greenway 4. Work requiring corrective action in the judgment of the Owner's Representative shall be performed within the first ten (10) days of the warranty period. Any work not performed within this time will require an equivalent extension of the warranty period. Corrective work and materials replacement shall be in accordance with the Contract Documents, and shall be made by the Contractor at no cost to the Owner. 5. On occasion, cold weather may preclude the opportunity to replace dead plants, or the contractor may request replacement to be delayed to the following spring. The Owner's Representative may grant this extension. In the event an extension is granted, the replacement plants shall be installed no later than May 15th, and the warranty shall be extended to November 15th of the same year (one growing season). 6. Final approval and Substantial Completion notice will be given when all deficiencies are corrected. 4.09 WARRANTY A. Special Warranty: Installer's standard form in which Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, abuse by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. c. Faulty operation of tree stabilization. d. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Periods from Date of Substantial Completion: a. Trees and Shrubs: Two (2) years. b. Perennials and Ornamental Grasses: Two (2) years. 3. Include the following remedial actions as a minimum: a. Remove dead exterior plants immediately. Replace immediately unless required to plant in the succeeding planting season. b. Replace exterior plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. c. Provide extended warranty for replaced plant materials; warranty period equal to original warranty period. 4.10 MAINTENANCE SERVICE A. Initial Maintenance Service for Exterior Plants: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until plantings are acceptably healthy and well established, but for not less than maintenance period below. Maintenance Period: 24 months from date of Substantial Completion. .: City Of Fort Collins Purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8113: Remington Greenway OPENING DATE: 3:00 PM (Our Clock) May 12, 2015 Financial Services Purchasing Division 215 N. Mason St. 2n" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing 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 — Revised Bid Schedule Exhibit 2 — Description of Revisions Exhibit 3 — Revised Drawings Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Addendum 1 - 8113 Remington Greenway Page 1 of 8 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. 1 Remington Greenway PARTS - PRODUCTS 5.01 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs complying with ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Provide shrubs of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of trees and shrubs required. Shrubs of a larger size may be used if acceptable to Owners representative, with a proportionate increase in size of roots or balls. C. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1 D. Label each shrub with securely attached, waterproof tag bearing legible designation of botanical and common name. E. If formal arrangements or consecutive order of shrubs is shown, select stock for uniform height and spread, and number label to assure symmetry in planting. 5.02 DECIDUOUS SHRUBS A. Form and Size: Shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of shrub. 1. Provide container -grown shrubs. 5.03 PLANTS A. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed, complying with requirements in ANSI Z60.1. B. Ornamental Grasses: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed, complying with requirements in ANSI Z60.1. 5.04 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 4 percent organic material content; free of stones I inch or larger in any dimension and other extraneous materials harmful to plant growth. Submit a minimum of 2 samples of soil to the Colorado State University Soil Testing laboratory for analysis and fertilizer recommendations. Samples shall be taken from widely varying sections of the site. 1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled M Remington Greenway surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Supplement with imported or manufactured topsoil from off -site sources when quantities are insufficient. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from agricultural land, bogs or marshes. 5.05 ORGANIC SOIL AMENDMENTS A. Organic Amendment shall be Class 1, meeting the specifications and guidelines established by the Rocky Mountain Organics Council. 5.06 FERTILIZER A. Fertilizer for shrubs and perennials shall be Osmocote Plus, 9 month slow release fertilizer for northern states. Apply per manufacturer's recommendations. B. Treble superphosphate (for perennial, ornamental grass, and annual beds only). Commercially available brand. Submit proposed formulation and company name. 5.07 MULCHES l A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: Type: Brown Shredded Cedar Mulch B. In -organic (Rock) Mulch: Hard, durable stone, washed free of loam, sand, clay, and other foreign substances, of following type, size range, and color: Type 1 Rock Mulch a. Rounded riverbed gravel or smooth -faced stone b. Size Range: Mix - (20%) 3/4 inches minimum, 1-1/2 inch maximum; (50%) 3 inches minimum, 6 inch maximum; (30%) 6 inches minimum, 15 inch maximum c. Color: Uniform tan -beige color range acceptable to Owners representative 2. Type 2 Rock Mulch a. Rounded riverbed gravel or smooth -faced stone b. Size Range: Mix - (60%) 3/4 inches minimum, 1-1/2 inch maximum; (40%) 3 inches minimum, 6 inch maximum c. Color: Uniform tan -beige color range acceptable to Owners representative 3. Type 3 Rock Mulch ZI7 Remington Greenway a. Smooth faced Mexican Beach Pebbles b. Size Range: I inches minimum, 2 inch maximum; c. Color: Uniform grey -black color range acceptable to Owners representative 5.08 WEED -CONTROL BARRIERS A. Mirafi 140, Typar 3341, or Polyspun 300 or approved equivalent 5.09 LANDSCAPE HEADERS A. Steel Header: Standard commercial -steel header, rolled edge, fabricated in sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes. 1. Header Size: 14 gauge by 4 inches deep. 2. Stakes: Tapered steel, a minimum of twelve inches (12"). 3. Accessories: Standard tapered ends, corners, and splicers. 4. Finish: Green. 5.10 MISCELLANEOUS PRODUCTS A. Anti -desiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. PART 6 - EXECUTION 6.01 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 6.02 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake 71 Remington Greenway locations, outline areas, adjust locations when requested, and obtain Owner's Representative's acceptance of layout before planting. Make minor adjustments as required. D. Lay out exterior plants at locations directed by Owner's Representative. Stake locations of individual shrubs and outline areas for multiple plantings. E. Apply anti -desiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 1. If deciduous trees or shrubs are moved in full leaf, spray with anti -desiccant at nursery before moving and again two weeks after planting. 6.03 PLANTING BED ESTABLISHMENT A. Loosen subgrade of planting beds to a minimum depth of 12 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. 2. Spread organic amendment at a rate of 3 CY / 1,000 s.£ Do not spread if organic amendment or sub -grade is frozen, muddy, or excessively wet. B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. C. Before planting, restore planting beds if eroded or otherwise disturbed after finish grading. 6.04 EXCAVATION FOR TREES AND SHRUBS A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area, raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. Excavate approximately two (2) times as wide as ball diameter for balled and burlapped stock. B. Sub -soil removed from excavations may be used as backfill. C. Obstructions: Notify Owner's Representative if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Owner's Representative if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 72 Remington Greenway 6.05 TREE AND SHRUB PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. B. Set container -grown stock plumb and in center of pit or trench with top of root ball 2 inches above adjacent finish grades. 1. Carefully remove root ball from container without damaging root ball or plant. 2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate voids and air pockets. When pit is approximately one-half backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. Water again after placing and tamping final layer of planting soil mix. C. Apply Osmocote Sierrablen, 9 month slow release fertilizer. Apply per Manufacturer's recommendations. 6.06 TREE AND SHRUB PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. 6.07 PLANT PLANTING A. Planting Beds Staking - Prior to planting any perennials or ornamental grasses, and prior to installing header or header, stake, flag, or paint proposed beds scaling off the plans to determine bed configuration and size. Contact the Owner's Representative for review of extent and configuration. Do not plant or install header until review has been completed. B. Establish fine grade and sub -grade adjacent to headers as described above. C. Prepare soil as per section 3.03 under Planting Bed Establishment. D. Layout all planting pots prior to planting. Space plants equally within beds to ensure a uniform appearance. Remove all pots prior to planting including peat pots. E. Plant all plant material so that the plants are flush with finish grade (top of mulch) when complete. This will require slightly mounding each plant. Lightly compact soil around base of plant to ensure adequate root/ soil contact. Do not vigorously compact. F. Re-establish fine grade by hand raking or smoothing grade by hand prior to placing mulch. G. Apply specified mulch taking care not to damage plants. Clear excess mulch from plant foliage. 6.08 PLANTING BED MULCHING 73 Remington Greenway A. Install weed -control barriers before rock mulching according to Manufacturer's written instructions. Completely cover area to be rock mulched (or as described on the Drawings) overlapping edges a minimum of 6 inches. Material and Seam Treatment: Non -woven fabric with seams pinned. B. Mulch backfilled surfaces of planting beds and other areas indicated. Provide mulch ring around trees in lawn areas. 1. Organic Mulch: Apply 4-inch average thickness of organic mulch, and finish level with adjacent finish grades. Do not place mulch against plant stems. Install organic mulch in all perennial and ornamental grass areas or as indicated on the Drawings. Landscape fabric is not required in organic mulch areas. 2. Inorganic (Rock) Mulch: Apply 3-inch compacted average thickness of rock mulch, and finish level with adjacent finish grades. Place largest diameter rock mulch first, then overlay with next largest diameter rock next, until all rock sized have been placed. Do not place mulch against plant stems. Install rock mulch in areas as identified on the Drawings. Landscape fabric is required in all rock mulch areas. 6.09 HEADER INSTALLATION A. Steel Header: Install by laying out beds scaled from the Drawings. Stake, flag, or paint proposed beds prior to installation of header and obtain review of Owner's Representative of layout prior to installation. Install header plumb with grade and stake at minimum ten (10) foot intervals. Establish top of header one inch (1 ") above finish grade in turf areas. Install using straight lines or long smooth curves. Provide v-shaped drainage openings two inches (2") wide and one inch (I") depth at low points in the bed, at outlet point for drainage appurtenances such as downspouts including overflow drains and at ten (10) foot intervals maximum. Do not install steel header around mulch rings in lawn areas. 6.10 PLANT MAINTENANCE A. Tree and Shrub Maintenance: Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, restoring planting saucers, adjusting and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. Restore or replace damaged tree wrappings. B. Continuously maintain plantings included in the Contract from the beginning of Contract work and during the progress of work. C. The Contractor shall be responsible for resetting of any plants to an upright position or to proper grade and for the removal and replacement of any dead plant material. D. Provide supplemental watering for the plants at the Remington and Elizabeth intersection during the growing season for the duration of the maintenance period. Make scheduled visits and provide 1 gallon of water per plant at a frequency of once per week from April to October. 74 Remington Greenway 6.11 CLEANUP AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. 6.12 PROJECT RECORD (AS -BUILT DRAWING) A. Maintain one complete set of contract documents on site. Keep documents current. Record changes in location, quantity and species of plant material. Submit corrected drawings to the Owner's Representative prior to final inspection. 6.13 DISPOSAL A. Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. No separate measurement shall be made for work under this Section. END OF SECTION 32 93 00 75 Remington Greenway UTILITIES The following Utilities are known to be within the project limits: 11fility/Aoenev Contact Phone Traffic — City of Fort Collins Syl Mireles (970) 221-6815 Fiber Optic — Comcast Don Kapperman (970) 567-0245 Electric — City of Fort Collins Janet McTague (970) 224-6154 Telephone — Century Link Bill Johnson (970) 490-7501 Gas — Xcel Energy Stephanie Rich (970) 225-7828 The work described in these plans and specifications will require coordination between the Contractor and the utility companies in accordance with subsection 105.10 in conducting their respective operations, so the utility work can be completed with minimum delay to all parties concerned. The Contractor will be required to provide traffic control for any utility work expected to be coordinated with construction, as directed by the Engineer. The Contractor shall coordinate expected relocation completion schedules with each utility after notice to proceed. The Contractor shall complete a project schedule and updates to that schedule so that the project will be completed in the time frame allowed in this contract considering utility relocations and utility coordination at the time of construction. The work listed below shall be Performed by the Utilities. • Provide water tap for irrigation (City of Fort Collins) • Removal of traffic signals and controller cabinets (City of Fort Collins) • Removal/relocation/reset of electrical cabinets and vaults (City of Fort Collins) The Contractor shall keep the utility companies advised of any work being done to their facilities, so that the utility companies can coordinate their inspections for final acceptance of the work with the Engineer. Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a utility company that is to be coordinated with project construction. A minimum of three (3) calendar weeks of prior notice is required. General — The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements"), when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least three (3) business days prior to commencing such operations. Contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered lines marked by member companies. Call 811 for locates requests. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading. 76 Remington Greenway All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. 77 STANDARD SPECIAL PROVISIONS 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 February 3, 2011 REVISION OF SECTION 103 COLORADO RESIDENT BID PREFERENCE Section 103 of the Standard Specifications is hereby revised for this project as follows: Subsection 103.01 shall include the following: (a) Colorado Resident Bid Preference. A resident bidder shall be allowed a preference against a nonresident bidder from a state or foreign country equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. Resident bidder means: (1) A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado and which maintains its principal place of business in Colorado: or, (2) A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado, which maintains a place of business in Colorado, and which has paid Colorado unemployment compensation taxes in at least seventy-five percent of the eight quarters immediately prior to bidding on a construction contract for a public project. To determine the resident bid preference status of a bidder, the bidder shall submit a completed Form 604 with the proposal. Failure to submit the residency Form with the proposal will be justification for and may result in the rejection of the proposal and forfeiture of the proposal guaranty. The proposals will be treated as follows: (1) All proposals will be checked for accuracy by the Department. (2) The dollar amount of the checked proposal from nonresident bidders will be adjusted by a percentage equal to the percentage preference given or required by the state or foreign country of the bidder's residency. If the state or foreign country does not give or require a residency preference, no adjustment in the proposal dollar amount will be made. (3) Adjusted proposals from nonresident bidders will then be compared to proposals from resident bidders, and the bidder with the lowest total will be considered the apparent low bidder. (4) Should a nonresident bidder be the apparent low bidder, in accordance with paragraph (3) above, an award will be made on the basis of the original proposal, not the adjusted proposal. (5) The Department will proceed with its normal award procedure. July 29, 2011 79 REVISION OF SECTION 105 CONSTRUCTION DRAWINGS Section 105 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 105.02(f) :1 February 3, 2011 REVISION OF SECTION 106 CERTIFICATES OF COMPLIANCE AND CERTIFIED TEST REPORTS Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.12, delete the second paragraph and replace it with the following: The original Certificate of Compliance shall include the Contractor's original signature as directed above. The original signature (including corporate title) on the Certificate of Compliance, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer. It shall state that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy of the fully signed Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. In subsection 106.13, delete the second paragraph and replace it with the following: The Certified Test Report shall be a legible copy or an original document and shall include the Contractor's original signature as directed above. The signature (including corporate title) on the Certified Test Report, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer or the independent testing laboratory. It shall state that the test results show that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy or original document of the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of material. Failure to comply may result in delays to the project or rejection of the materials. 81 October 31, 2013 REVISION OF SECTION 106 MATERIAL SOURCES Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.02 (a), delete the third paragraph and replace with the following: The Contract will indicate whether the Department has or has not obtained the necessary County or City Zoning Clearance and the required permit from Colorado Department of Natural Resources needed to explore and remove materials from the available source. If the Department did not obtain the necessary clearances or permits, the Contractor shall obtain them. Any delays to the project or additional expenses that are incurred while these clearances or permits are being obtained shall be the responsibility of the Contractor. The Contractor shall ensure that the requirements of the permits do not conflict with the pit construction and reclamation requirements shown in the Contract for the available source. In subsection 106.02 (b), delete the first paragraph and replace with the following: (b) Contractor Source. Sources of sand, gravel, or borrow other than available sources will be known as contractor sources. The contractor source will be tested by the Department and approved by the Engineer prior to incorporation of the material into the project. If the submitted materials do not meet the contract specifications it will become the Contractor's responsibility to re -sample and test the material. The Contractor will supply the Department with passing test results from an AASHTO accredited laboratory and signed and sealed by a Professional Engineer. If requested by the Engineer, the Department will then re -sample and re -test the material for compliance to the contract specifications. The Contractor shall produce material which meets contract specifications throughout construction of the project. The cost of sampling, testing, and corrective action by the Contractor will not be paid for separately but shall be included in the work. 82 January 30, 2014 REVISION OF SECTION 106 SUPPLIER LIST Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall include the following: Prior to beginning any work the Contractor shall submit to the Engineer a completed Form 1425, Supplier List. During the performance of the Contract, the Contractor shall submit an updated Form 1425 when requested by the Engineer. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. 83 February 3, 2011 REVISION OF SECTION 107 RESPONSIBILITY FOR DAMAGE CLAIMS, INSURANCE TYPES AND COVERAGE LIMITS Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 107.15(c) and replace it with the following: (c) Each insurance policy shall include provisions preventing cancellation or non -renewal without at least 30 days prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within seven days of the Contractor's receipt of such notice. 84 January 30, 2014 REVISION OF SECTION 107 WARNING LIGHTS FOR WORK VEHICLES AND EQUIPMENT Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.06 (b) shall include the following: All work vehicles and mobile equipment shall be equipped with one or more functioning warning lights mounted as high as practicable, which shall be capable of displaying in all directions one or more flashing, oscillating, or rotating lights for warning roadway traffic. The lights shall be amber in color. The warning lights shall be activated when the work vehicle or mobile equipment is operating within the roadway, right of way or both. All supplemental lights shall be SAE Class 1 certified. 85 August 19, 2011 REVISION OF SECTION 108 CRITICAL PATH METHOD Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Bar Chart or Initial Schedule shall be submitted at least 10 working days prior to the start of the work. The Engineer's review of the Schedule will not exceed two working days. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer In subsection 108.03 (c), delete the third paragraph. 86 May 2, 2013 REVISION OF SECTION 108 LIQUIDATED DAMAGES Section 108 of the Standard Specifications is hereby revised for this project as follows: In subsection 108.09 delete the schedule of liquidated damages and replace with the following: Original Contract Amount $ Liquidated Damages per Calendar Day ($) From More Than To And Including 0 250,000 1 400 250,000 500,000 700 500,000 1,000,000 1,100 1,000,000 2,000,000 1,600 2,000,000 4,000,000 2,500 4,000,000 10,000,000 3,300 10,000,000 --------------- 3,300 plus 200 Per Each Additional 1,000,000 Contract Amount or Part Thereof Over 10,000,000 87 January 31, 2013 REVISION OF SECTION 108 SUBLETTING OF CONTRACT Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 108.01 and replace with the following: 108.01 Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or Contracts, or any portion thereof without written permission of the Engineer. Prior to beginning any work by subcontractor, the Contractor shall request permission from the Engineer by submitting a completed Sublet Permit Application, CDOT Form No. 205. The subcontract work shall not begin until the Contractor has received the Engineer's written permission. The Contractor shall make all project related written subcontracts, agreements, and purchase orders available to the Engineer for viewing, upon request and at a location convenient to the Engineer. The Contractor will be permitted to sublet a portion of the Contract, however, the Contractor's organization shall perform work amounting to 30 percent or more of the total original contract amount. Any items designated in the contract as "specialty items" may be performed by subcontract. The cost of `specialty items" so performed by subcontract may be deducted from the total original contract amount before computing the amount of work required to be performed by the Contractor's own organization. The original contract amount includes the cost of material and manufactured products which are to be purchased or produced by the Contractor and the actual agreement amounts between the Contractor and a subcontractor. Proportional value of a subcontracted partial contract item will be verified by the Engineer. When a firm both sells material to a prime contractor and performs the work of incorporating the materials into the project, these two phases shall be considered in combination and as constituting a single subcontract. The calculation of the percentage of subcontracted work shall be based on subcontract unit prices. Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and Bond. m SECTION 00300 BID FORM October 31, 2013 REVISION OF SECTION 108 PAYMENT SCHEDULE (SINGLE CONSTRUCTION YEAR) Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 108.04, and replace with the following: 108.04 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the dollar amount of work the Contractor expects to complete by the end of each State Fiscal Year (July 1 to June 30). The schedule shall cover the period from the commencement of work to the expected completion date as shown on the Contractor's progress schedule. The payment schedule may be prepared using standard spreadsheet software such as MS Excel and submitted in electronic format. The Contractor shall submit the payment schedule at the preconstruction conference. The payment schedule shall show the total dollar amount of work expected to be completed by the end of each State Fiscal Year. The amounts shown shall include planned force account work and expected incentive payments. If the Contractor fails to submit the payment schedule by the required date, the Engineer will withhold further progress payments until such time as the Contractor has submitted it. May 5, 2011 REVISION OF SECTION 109 COMPENSATION FOR COMPENSABLE DELAYS In subsection 109.10, delete the first two paragraphs and replace with the following: 109.10 Compensation for Compensable Delays. If the Engineer determines that a delay is compensable in accordance with either subsection 105.22, 105.23, 105.24, or 108.08, monetary compensation will be determined in accordance with this subsection. (a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories of costs are not recoverable: (1) Actual wages and benefits, including FICA, paid for additional labor not otherwise included in (5) below; (2) Costs for additional bond, insurance and tax; (3) Increased costs for materials; (4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned equipment and based on invoice costs for rented equipment; (5) Costs of extended job site overhead; (6) Costs of salaried employees not otherwise included in (1) or (5) above incurred as a direct result of the delay; (7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is required for all such claims); (8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for items for which no specific allowance is provided, including profit and home office overhead. 7N February 3, 2011 REVISION OF SECTION 109 MEASUREMENT OF QUANTITIES Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.01, delete the 17"' paragraph and replace it with the following: Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark. Each of these vehicles shall be weighed empty daily at times directed by the Engineer. The Contractor shall furnish to the Engineer, in writing, a vehicle identification sheet that lists the following for each delivery vehicle to be used on the project: (1) identification mark (2) vehicle length (3) tare weight (4) number of axles (5) the distance between extreme axles (6) information related to legal weight, including the Permit No. and permitted weight of each vehicle for which the State has issued an overweight permit. This information shall be famished prior to time of delivery of the material and at any subsequent time the Contractor changes vehicles, combination vehicles, axle length relationships, or overweight permitting of vehicles. 91 January 6, 2012 REVISION OF SECTION 109 MEASUREMENT OF WATER Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.01, delete the twenty-sixth paragraph and replace with the following: Water may be measured either by volume or weight. Water meters shall be accurate within a range of f 3 percent. When water is metered, the Contractor shall use an approved metering device and shall furnish the Engineer a certificate showing the meter has been accurately calibrated within the time allowed in the following schedule: 2 inch 4 years 4 inch to 6 inch 2 years 8 inch to 10 inch I year 92 January 31, 2013 REVISION OF SECTION 109 PROMPT PAYMENT Section 109 of the Standard Specifications is hereby revised to include the following: Subsection 109.06 (e) shall include the following: The Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates, in accordance with subsections 108.03 (b) or 108.03 (c) (3). Failure to submit a complete and accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage to the Contractor. 93 July 19, 2012 REVISION OF SECTIONS 203, 206, 304 AND 613 COMPACTION Sections 203, 206, 304 and 613 of Standard Specifications are hereby revised for this project as follows: In subsection 203.03 (a), delete the fifth paragraph and replace with the following: 1. Soil Embankment. Soil embankment consists of materials with 50 percent or more of the material passing the 4.75 mm (No. 4) sieve. A soil embankment may also have more than 50 percent of the material retained on the 4.75 mm (No. 4) sieve, but no more than 30 percent of the material retained on the 19 mm (3/4 inch) sieve. Soil embankment shall be constructed with moisture density control in accordance with the requirements of subsection 203.07. 2. Rock Embankment. Rock embankment consist of materials with 50 percent or more of the material retained on the 4.75 mm (No. 4) sieve and with more than 30 percent of the material retained on the 19 mm (3/4 inch) sieve. All material shall be smaller than 6 inches. Rock embankments shall be constructed without moisture density control in accordance with the requirements of subsection 203.08. Delete Subsection 203.07 and replace with the following: 203.07 Construction of Embankment and Treatment of Cut Areas with Moisture and Density Control. Soil embankments shall be constructed with moisture and density control and the soil upon which the embankments are to be constructed shall be scarified to a depth of 6 inches and compacted with moisture and density control. The moisture content of the soil at the time of compaction shall be as specified or directed. The material shall be removed from the full width of roadbed in all cut sections to the designated depth. The soil below the designated depth shall be thoroughly scarified to a depth of 6 inches and the moisture content increased or reduced, as necessary, to obtain the moisture content specified. This scarified layer shall then be compacted to the relative compaction specified. All embankment material shall be compacted to not less than 95 percent relative compaction. Maximum dry density of all soil types encountered or used will be determined in accordance with AASHTO T 99 as modified by CP 23. Soils shall be compacted at t 2 percent of Optimum Moisture Content (OMC) as determined by AASTHO T 99. Soils having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted to 0 to 3 percent above OMC. Soils which are unstable at the above moisture content shall be compacted at lower moisture content to the specified density. Additional work involved in drying embankment material to the required moisture content shall be included in the contract price paid for excavating or furnishing the material with no additional compensation. Density requirements will not apply to materials which cannot be tested in accordance with the above procedures for determining maximum dry density. Compaction for materials which cannot be tested shall be in accordance with subsection 203.08. Claystone or soil -like non -durable shale shall be pulverized and compacted to the specified moisture and percent of relative compaction and shall be compacted with a heavy tamping foot roller, weighing at least 30 tons. Each tamping foot roller shall protrude from the drum a minimum of 4 inches. Each embankment layer shall receive a M minimum of three or more coverages with the tamping foot roller to obtain density. One coverage consists of one pass over the entire surface designated. One pass consists of the passing of an acceptable tamping foot roller over a given spot. The roller shall be operated at a uniform speed not exceeding 3 miles per hour. No additional compensation will be made for additional roller coverages to achieve specified density requirements. In subsection 206.03, delete the fourth and fifth paragraphs and replace with the following: Backfill shall consist of approved materials uniformly distributed in layers brought up equally on all sides of the structure. Each layer of backfill shall not exceed 6 inches before compacting to the required density and before successive layers are placed. Structure backfill (Class 1) shall be compacted to a density of not less than 95 percent of maximum dry density determined in accordance with AASHTO T 180 as modified by CP 23. Backfill shall be compacted at t 2 percent of Optimum Moisture Content (OMC). Structure backfill (Class 2) shall be compacted to a density of not less than 95 percent of maximum dry density. The maximum dry density and OMC for A-1, A-2-4. A-2-5 and A-3 materials will be determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will be determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at f 2percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. In subsection 304.06, delete the first paragraph and replace with the following: 304.06 Shaping and Compaction. Compaction of each layer shall continue until a density of not less than 95 percent of the maximum density determined in accordance with AASHTO T 180 as modified by CP 23 has been achieved. The moisture content shall be at +/-2 percent of optimum moisture content. The surface of each layer shall be maintained during the compaction operations so that a uniform texture is produced and the aggregates are firmly keyed. Moisture conditioning shall be performed uniformly during compaction. In subsection 613.07, delete the 15`b paragraph and replace with the following: Trenching shall be backfilled and compacted as follows: Backfill shall be deposited in uniform layers. The thickness of each layer shall be 6 inches or less thick prior to compaction. The space under the conduit shall be completely filled. The remainder of the trench and excavation shall be backfilled to the finished grade. The backfill material shall be compacted to the density of not less than 95 percent of maximum dry density. The maximum dry density and optimum moisture content (OMC) for A-1, A-2-4. A-2-5 and A-3 materials will determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at t 2percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. Each layer shall be mechanically compacted by tamping with power tools approved by the Engineer. Compaction methods or equipment that damage the conduit shall not be used. 95 January 31, 201 REVISION OF SECTION 208 AGGREGATE BAG Section 208 of the Standard Specifications is hereby revised for this project as follows: In subsection 208.02 delete (I) and replace with the following: (1) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Diameter (inches) Weight (minimum) (pounds per foot 6-8 6 10 10 12 IS Rubber used in bags shall be clean, 95 percent free of metal and particulates. Crushed stone contained in the aggregate bags shall conform to subsection 703.09, Table 703-7 for Class C. The aggregate bag shall consist of a woven geotextile fabric with the following properties: Property Requirement Test Method Grab Tensile Strength 90 lbs. min. ASTM D 4632 Trapezoid Tear Strength 25 lbs. min. ASTM D 4533 Mullen Burst 300 psi ASTM D 3786 Ultraviolet Resistance 70% ASTM D 4355 Subsection 208.12 shall include the following: Pay Item Pay Unit Aggregate Bag Linear Foot d! January 31, 2013 REVISION OF SECTION 208 EROSION LOG Section 208 of the Standard Specifications is hereby revised for this project as follows: In subsection 208.02, delete (h) and replace with the following: (h) Erosion log. Shall be one of the following types unless otherwise shown on the plans: (1) Erosion Log (Type 1) shall be curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photo -degradable tube netting and shall have minimum dimensions as shown in Table 208-I, based on the diameter of the log called for on the plans. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. (2) Erosion Log (Type 2) shall consist of a blend of 30-40 percent weed free compost and 60-70 percent wood chips. The compost/wood blend material shall pass a 50 mm (2 inch) sieve with a minimum of 70 percent retained on the 9.5 mm (3/8 inch) sieve and comply to subsection 212.02 for the remaining compost physical properties. The compost/wood chip blend may be pneumatically shot into a geotextile cylindrical bag or be pre -manufactured. The geotextile bag shall consist of material with openings of 3/8 inches of HDPE mesh, and contain the compost/wood chip material while not limiting water infiltration. Erosion log (Type l and Type 2) shall have minimum dimensions as shown in Table 208-I, based on the diameter of the log. Table 208-1 NOMINAL DIMENSIONS OF EROSION LOGS Diameter Length (feet) Weight (minimum) (pounds/foot) Stake Dimension Inches Min. Max. 9 inch 10 180 1.6 1.5 by 1.5 (nominal) by 18 12 inch 10 180 2.5 1.5 by 1.5(nominal) by 24 20 inch 10 100 4.0 2 by 2 (nominal) by 30 Stakes to secure erosion logs shall consist of pinewood or hardwood. Subsection 208.11 shall include the following: All BMPs measured by the linear foot shall be determined along the centerline of the BMP. Measured length will not include required overlap. 97 April 26, 2012 REVISION OF SECTION 212 SEED Section 212 of the Standard Specifications is hereby revised for this project as follows: In subsection 212.02 (a), delete the first paragraph and replace with the following: (a) Seed. All seed shall be furnished in bags or containers clearly labeled to show the name and address of the supplier, the seed name, the lot number, net weight, origin, the percent of weed seed content, the guaranteed percentage of purity and germination, pounds of pure live seed (PLS) of each seed species, and the total pounds of PLS in the container. All seeds shall be free from noxious weed seeds in accordance with current state and local lists and as indicated in Section 213. The Contractor shall furnish to the Engineer a signed statement certifying that the seed is from a lot that has been tested by a recognized laboratory for seed testing within thirteen months prior to the date of seeding. The Engineer may obtain seed samples from the seed equipment, furnished bags or containers to test seed for species identification, purity and germination. Seed tested and found to be less than 10 percent of the labeled certified PLS and different than the specified species will not be accepted. Seed which has become wet, moldy, or damaged in transit or in storage will not be accepted. 98 SECTION 00300 BID FORM PROJECT: 8113 Remington Greenway Place: Fort Collins, CO Date: 05/12/2015 1. In compliance with your Invitation to Bid dated April 17 2015 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: Employers Mututal Casualty Co., PO Box 712, Des Moines, IA 50306 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. One through One January 31, 2013 REVISION OF SECTION 213 MULCHING Section 213 of the Standard Specifications is hereby revised for this project as follows: In subsection 213.01, delete the last paragraph and replace with the following: This work includes furnishing and applying spray -on mulch blanket or bonded fiber matrix on top of rock cuts and slopes after seeding or as temporary stabilization as shown on the plans or as directed by the Engineer. In subsection 213.02, delete the eighth paragraph and replace with the following: The hydromulch material for hydraulic mulching shall consist of virgin wood fibers manufactured expressly from clean whole wood chips. The chips shall be processed in such a manner as to contain no growth or germination inhibiting factors. Fiber shall not be produced from recycled materials such as sawdust, paper, cardboard, or residue from pulp and paper plants. The wood cellulose fibers of the mulch must maintain uniform suspension in water under agitation. Upon application, the mulch material shall form a blotter like mat covering the ground. This mat shall have the characteristics of moisture absorption and percolation and shall cover and hold seed in contact with the soil. The Contractor shall obtain certifications from suppliers that laboratory and field testing of their product has been accomplished, and that it meets all of the foregoing requirements pertaining to wood cellulose fiber mulch. In subsection 213.02, delete the eleventh paragraph and replace with the following: Material for mulch tackifier shall consist of a free -flowing, noncorrosive powder produced either from the natural plant gum ofPlantago Insularis (Desert Indianwheat) or pre -gelatinized 100 percent natural corn starch polymer. The powders shall possess the following properties: Plantago Insularis (Desert Indianwheat): Property Requirement (1) pH I% solution 6.5 - 8.0 (2) Mucilage content 75% min. Pre -gelatinized 100 percent natural cornstarch polymer: (1) Organic Nitrogen as protein (2) Ash content (3) Fiber (4) pH l%solution (5) Size (6) Settleable solids Test Method ASTM D7047 5.5-7% 0-2% 4-5% 6.5 — 8.0 100%thru 850 microns (20 mesh) <2% All fibers shall be colored green or yellow with a biodegradable dye. Delete the last paragraph in subsection 213.02 and replace with the following: (a) Spray -on Mulch Blanket. Spray on mulch blanket shall be one of the following, unless otherwise shown on the plans: (1) Spray -on Mulch Blanket (Type 1) shall be a hydraulically applied matrix containing organic fibers, water soluble cross -linked tackifier, reinforcing natural and/or synthetic interlocking fibers. Mulch Blanket (Type 1) shall conform to the following: Properties Organic Fibers Cross linked Tackifiers Reinforcing Interlocking Fibers Biodegradability Ground Cover @ Application Rate Functional Longevity Cure Time Application Application Rate Requirement 71 % Min. 10%+/- 2% Min. 10%+/- 1%Min. 100% 90% Min. 12 Months Min. < 8 hours 3,000 lb./acre Test Method ASTM D 2974 ASTM D 5338 ASTM D 6567 The organic fiber shall not contain lead paint, printing ink, varnish, petroleum products, seed germination inhibitors, or chlorine bleach. The organic fibers and reinforcing interlocking fibers cannot be produced from sawdust, cardboard, paper, or paper by-products. (2) Spray -on Mulch Blanket (Type 2) shall be a hydraulically applied matrix pre -packaged in 50 pound bags containing both a soil and fiber stabilizing compound and thermally processed wood fiber. The sterilized weed -free wood fiber mulch shall be manufactured through a thermo-mechanical defibrating process containing a specific range of fiber lengths averaging 0.25 inches or longer. Mulch Blanket (Type 2) shall meet the following requirements: Property Requirement Test Method Fiber Retention On 28-Mesh Screen > 40% Tyler Ro-Tap Method Moisture Content 12% f 2% Total Air Dry Weight Basis Organic Matter 99.2% f 0.2% Oven Dry Weight Basis Ash Content 0.8% t 0 2% Oven Dry Weight Basis pH At 3% Consistency In Water 4.5-7.0 t 0.5% Sterilized Weed -Free Yes Non -Toxic To Plant Or Animal Life Yes The soil and fiber stabilizing compound shall be composed of linear anionic copolymers of acrylamide pre -packed within the bag having a minimum content of 1.0 percent. The compound shall conform to the following: Property Requirement Molecular Weight > 12x106 Charge Density > 25% Non -Toxic To Plant Or Animal Life Yes (b) Bonded Fiber Matrices (BFM). BFM shall consist of hydraulically -applied matrix with a minimum of 70 percent non- toxic thermally processed or refined long strand organic fibers and water soluble tackifier to provide erosion control and designed to be functional for a minimum of 9 months. BFMs form an erosion -resistant blanket that promotes vegetation and prevents soil erosion. The BFM shall be 100 percent biodegradable. The binder in the BFM should also be biodegradable. Biodegradable BFMs should not be applied immediately before, during, or immediately after rainfall if the soil is saturated. BFM shall conform to the following requirements: 100 Property Requirement Test Method Ground Cover (%) 95 ASTM 6567 Bio-degradability (%) 100 ASTM 5338 Functional Longevity (months) 9 month minimum Cure Time (hours) 24-48 Cross-1 inked tackifier 10% minimum Application Application Rate (tbs./Acre) 3000 The fibers shall not contain lead paint, printing ink, varnish, petroleum products, seed germination inhibitors, or chlorine bleach. Fiber shall not be produced from sawdust, cardboard, paper, or paper by-products. In subsection 213.03 (b) 2, delete the second paragraph and replace with the following: Application Rate: Apply this as an overspray at the following rate or as approved by the Engineer. Powder Fiber Water 200 lbs./Acre 300 lbs./Acre 2000 gal./Acre In subsection 213.03, delete (f) and replace with the following: (f) Spray -on Mulch Blanket. Spray -on Mulch Blanket shall strictly comply with the Manufacturer's mixing recommendations and installation instructions. No chemical additives with the exception of fertilizer, soil pH modifiers, extended -term dyes and bio nutrients will be permitted. Apply Spray -on mulch blanket in a uniform application using a minimum 22 degree arc type nozzle. Apply hydro slurry in two direction (from top of slope down and from toe of the slope up, as well as, be applied at a minimum of two layers). Hydromulching vessel shall be filled with water to at least 1/3 capacity (high enough to cover agitators) prior to adding any material. Continue to fill vessel with water and slowly add the fibers while agitators are in motion. Run agitators at 3/4 speed. Continue to mix tank a minimum of 10 minutes prior to application. Co -polymer shall not be used use in channels, swales, or other areas where concentrated flows are anticipated and should not be used on saturated soils that have groundwater seeps. Subsection 213.03 shall include the following: (g) Bonded Fiber Matrices (BFM). Bonded fiber matrices shall strictly comply with the Manufacturer's mixing recommendations and installation instructions. No chemical additives with the exception of fertilizer, soil pH modifiers, extended -term dyes and bio stimulant materials shall be permitted. BFM shall be applied in a uniform application using a minimum 22 degree arc type nozzle. Apply BFM in two direction (from top of slope down and from toe of the slope up, as well as, be applied at a minimum of two layers. Biodegradable BFMs should not be applied immediately before, during, or immediately after rainfall if the soil is saturated. Product shall not be used use in channels, swales, or other areas where concentrated flows are anticipated and should not be used on saturated soils that have groundwater seeps. Foot traffic, mechanical traffic or grazing shall not be permitted on treated areas until vegetated. Treated areas damaged due to circumstances beyond Contractor's control shall be repaired or re -applied as ordered. Payment for corrective work, when ordered, shall be at contract rates. In subsection 213.04, delete the first paragraph and replace with the following: The quantity of hay and straw mulch, wood chip mulch, wood fiber and, spray -on mulch tackifier, bonded fiber matrix and tackifier will not be measured but shall be the quantity designated in the Contract, except that measurements will be 101 made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity designated in the Contract. Measurement for acres will be by slope distances. In subsection 213.04, delete the fourth paragraph and replace with the following: Spray -on Mulch Blanket and Bonded Fiber Matrix will be measured by the acre or by the actual pounds of product applied, as shown on the plans. The area will be calculated on the basis of actual or computed slope measurements. The Contractor shall verify prior to application, weight of spray on mulch blanket and bonded fiber matrix bags for certification of materials and application rate. Subsection 213.05 shall include the following: Payment will be made under: Pay Item Pay Unit Bonded Fiber Matrix Acre Bonded Fiber Matrix Pound Spray on Mulch Blanket Pound Payment for spray -on mulch blanket and bonded fiber matrix will be full compensation for all work and materials necessary to complete this item. 102 January 15, 2015 REVISION OF SECTION 250 ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT Section 250 of the Standard Specifications is hereby deleted for this projected and replaced with the following: DESCRIPTION 250.01 This work consists of protection of the environment, persons, and property from contaminants that may be encountered on the Project. This includes monitoring the work for encounters with contaminants or suspected soil and groundwater contaminants; the management of solid, special, and hazardous waste; and management of visual emissions associated with hazardous waste, when encountered on the project. 250.02 The Contractor shall furnish all personnel, materials, equipment, laboratory services and traffic control necessary to perform the contamination monitoring, testing, and site remediation when required. Traffic control shall be in accordance with the requirements of Section 630. Monitoring equipment used to detect flammable gas, oxygen level, and toxic gas shall be capable of detection to meet the following standards: Instrument Detection Constituent Threshold Limit Increments Flammable Gas 1%LEL 1% Oxygen 19% 0.1% Toxic Gas 1 PPM 1 PPM LEL = lower explosive limit PPM = arts per million CONSTRUCTION REQUIREMENTS 250.03 General. Prospective bidders, including subcontractors, are required to review the environmental documents available for this project. These documents are listed in subsection 102.05 as revised for this project. This project may be in the vicinity of property associated with petroleum products, heavy metal based paint, landfill, buried foundations, abandoned utility lines, industrial area or other sites which can yield hazardous substances or produce dangerous gases. These hazardous substances or gases can migrate within or into the construction area and could create hazardous conditions. The Contractor shall use appropriate methods to reduce and control known landfill, industrial gases, and visible emissions from asbestos encounters and hazardous substances which exist or migrate into the construction area. The Contractor shall follow CDOT's Asbestos - Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011 for proper handling of asbestos -contaminated soil, and follow all applicable Solid and Hazardous Waste Regulations for proper handling of soils encountered that contain any other substance mentioned above. Encountering suspected contaminated material, including groundwater, old foundations, building materials, demolition debris, or utility lines that may contain asbestos or be contaminated by asbestos, is possible at some point during the construction of this project. When suspected contaminated material, including groundwater, is encountered or brought to the surface, the procedures under subsection 250.03(d) and 250.05 shall be followed. Transportation of waste materials on public highways, streets and roadways shall be done in accordance with Title 49, Code of Federal Regulations (CFR). All labeling, manifesting, transportation, etc. of waste materials generated on this project shall be coordinated with the Engineer. All hazardous waste manifests for waste materials generated on this project shall list the Colorado Department of Transportation as the generator of the waste materials except as otherwise noted. If the Contractor contaminates the site, the Contractor shall be listed as the generator on the hazardous waste manifests, permits, and other documents for such material. If the project is not on a State Highway or frontage road, then the appropriate local governmental entity having jurisdiction over the transportation system facility shall be listed as the hazardous waste 103 generator. If waste materials must be handled in a permitted treatment, storage and disposal (TSD) facility, the facility shall be designated in writing by the Engineer. If the waste materials are the result of the Contractor's actions, the Contractor shall designate the facility. The hazardous waste transportation phase of the work involves insurance required by law and regulations. If the waste materials are determined to be hazardous, the Contractor must submit proof that the transportation company is covered by the appropriate type and amount of insurance required by laws and regulations governing the transportation of hazardous waste. The Contractor alone bears the responsibility for determining that the work is accomplished in strict accordance with all applicable federal, state and local laws, regulations, standards, and codes governing special waste, petroleum and hazardous substance encounters and releases. The Contract will list known or suspected areas of contamination. Health and Safety Officer, Monitoring Technician, and Health and Safety Plan shall be required when so stated in the Contract. (a) Health and Safety Officer (HSO). The Contractor shall designate a HSO, not the project superintendent, who shall have at least two years field experience in chemical related health and safety. The HSO shall be either a certified industrial hygienist (C", certified hazardous materials manager (CHMM), professional engineer (PE) licensed in the State of Colorado, certified safety professional (CSP), or registered environmental manager (REM) meeting the criteria set forth in 29 CFR 1926. When asbestos is present or is suspected to be present, the HSO shall have additional training and certification in accordance with the Air Quality Control Commission Regulation No. 8 Part B. The HSO shall meet the minimum training and medical surveillance requirements established by the Occupational Safety and Health Administration (OSHA) and the Environmental Protection Agency (EPA) for a supervisory Site Safety Official per 29 CFR 1962.65. The Contractor shall furnish documentation to the Engineer, at the preconstruction conference, that the above requirements have been met. 250.03. The HSO shall he equipped with the following: (1) Communication equipment as required in subsection 250.03(d)2.A. and a vehicle. (2) Monitoring and detection equipment for flammable gas, oxygen sufficiency, toxic gas, radiological screening and other hazards. This includes, as required, a combustible gas indicator, flame ionization or photo ionization detector, oxygen meter, radiation monitor with Geiger Mueller detector and other foreseeable equipment. (3) Depth gauging equipment, sampling equipment and sampling containers. (4) Personal protective equipment (levels C and D) when required. The HSO shall recommend and supervise those actions which will minimize the risk of hazardous substance related injury to the workers, Department personnel, the general public, property and the environment. Hazardous substance is defined in 29 CFR 1926.32. The HSO shall prepare written procedures for the monitoring of confined space entry and working in or near excavations, including but not limited to trenches and drill holes associated with this project. The HSO shall conduct or supervise all hazardous substance and solid waste related testing, sampling, monitoring and handling for this project to ensure compliance with applicable statutes and regulations, and other applicable environmental requirements under subsections 107.01 and 107.02. The HSO shall be available for consultation and assistance with contaminated materials related testing, sampling, and field monitoring as required by the Engineer. The HSO shall prepare and submit a bound and indexed final site report to the Engineer at the end of the project. This site report shall include a detailed summary of all contaminated materials and contaminated water that were encountered and their final disposition. During each week the HSO is utilized, the HSO shall prepare a daily diary which shall be submitted to the Contractor and the Engineer. This diary shall be submitted at the end of the week and shall become a part of the Department's records. The diary shall contain a chronological log of activities on the project including: dates and times on site, equipment used and calibrations, field monitoring results, visual observations, conversations, directives both given and received, and disposition of suspected hazardous substances. The Engineer will review this submittal and approve the actual number of hours to be paid. (b) Monitoring Technician (MT). The Contractor shall designate a monitoring technician to be responsible for monitoring of hazardous substances during work on the project. The MT shall have a minimum of two years of actual field 104 experience in assessment and remediation of hazardous substances that may be encountered during highway construction projects. The MT shall be experienced in the operation of monitoring devices, identifying substances based upon experience and observation, and field sampling (for testing) of all media that may be found on the site. Completion of the 40 hour hazardous waste and 8 hour supervisory training required by OSHA and U.S. EPA rules and regulations which complies with the accreditation criteria under the provisions of the proposed 29 CFR 1910.121 is required prior to beginning work. The Contractor shall furnish documentation at the Preconstruction Conference that demonstrates these requirements have been met. The MT shall be equipped with the following: (1) Communication equipment as required in subsection 250.03(d)2.A. and a vehicle. (2) Monitoring and detection equipment for flammable gas, oxygen sufficiency, toxic gas, radiological screening and other hazards. This includes, as required, a combustible gas indicator, flame ionization or photo ionization detector, oxygen meter, radiation monitor with Geiger Mueller detector and other foreseeable equipment. (3) Personal protective equipment (levels C and D) when required. The MT shall be present on site and perform monitoring as required by 250.03(d) when work is being performed in areas of suspected contamination and on a predetermined basis throughout other work on the project. The MT shall monitor for compliance with regulations, the project Health and Safety Plan and the Materials Management Plan (if they exist for the project), the Contract, and the environmental documents for the project. The MT shall immediately notify the Contractor, the Engineer and the HSO of any hazardous condition. During each week the MT is utilized, the MT shall prepare a daily monitoring diary which shall be submitted to the Contractor, HSO and the Engineer. This diary shall be submitted at the end of the week and shall become a part of the Department's records. The diary shall contain a chronological log of activities on the project including: dates and times on site, equipment used and calibrations, field monitoring results, visual observations, conversations, directives both given and received, and disposition of suspected hazardous substances. The Engineer will review this submittal and approve the actual number of hours to be paid. (c) Health and Safety Plan (HASP). The HSO shall prepare a written HASP for the project, formatted as shown in Appendix B, Occupational Safely and Health Guidance Manual for Hazardous Waste Site .4ctivities, DHHS (NIOSH) Publication Number 85-115, available from the Superintendent of Documents, U.S. Government Printing Office. The Contractor and the HSO shall review the environmental documents listed prior to preparation of the HASP. Four signed copies of the HASP shall be furnished to the Engineer for acceptance. The Engineer shall have seven calendar days to review and accept or reject the proposed HASP. Within five calendar days after acceptance, the HSO shall distribute signed and stamped (or sealed) copies of the accepted HASP to each emergency response agency servicing the project area, the HASP designated emergency hospital, and five copies to the Engineer. Earth or demolition work shall not occur until after the HASP is accepted and the HASP has been distributed. The HASP shall also be available to the Contractor's employees, their representatives, and officials of OSHA, EPA, Colorado Department of Public Health and Environment (CDPHE), local government health department, Federal Highway Administration, and other appropriate agencies and officials as may be designated by the Engineer. The Engineer will distribute the accepted HASP to appropriate Department personnel. The HASP shall be kept current and shall be revised by the HSO as wan -anted by changes in the field conditions. All on -site workers (Contractor's, Department's, Utilities', and others) shall be briefed by the HSO on the contents of the HASP and any revisions thereof. The HSO shall conduct briefings (group or individual) to inform new employees, subcontractors, utility companies and other on -site workers of the HASP contents prior to their entry on site. All personnel involved in excavation or other soil disturbing activities shall receive the required two-hour Asbestos Awareness training by a Certified Asbestos Inspector, when asbestos discoveries are anticipated, or discoveries are made. A signature log of all briefing attendees shall be kept and furnished to the Engineer. The Contractor shall provide, as required, eye wash equipment and stations, emergency showers, hand and face washing facilities and first aid equipment. The Contractor shall provide, as required, decontamination facilities for personnel and equipment employed in the work. The exact procedure for decontamination and frequency shall be included in the accepted HASP. Decontamination facilities shall meet the criteria set forth in the Code of Federal Regulations (29 CFR and 40 CFR). 105 (d) Precautions and Procedures. The following minimum precautions and procedures shall be followed during the construction of the project: 1. General construction precautions: A. All monitoring and piezometer wells and test borings shall be established or abandoned by the Contractor as regulated by the State Engineer's Office. Copies of all required permits, notification, and abandonment documents shall be submitted to the Engineer prior to payment approval. B. Hazardous substance related activities shall have a work plan for each work phase which shall be coordinated with the Engineer at least three working days prior to commencement of each phase of the work. C. The Contractor shall properly handle all investigation derived waste generated by this project. Documentation shall be submitted to the Engineer of all tests performed for Treatment, Storage and Disposal (TSD) determination; classification of waste; hauling records; TSD acceptance; manifest (if required); etc. in accordance with applicable laws and regulations. D. When the work may involve air emissions, the Contractor shall contact the Colorado Department of Public Health and Environment (CDPHE), Air Pollution Control Division to ascertain if an air pollution emission notice (APEN) or permit is required for this operation. The Contractor shall be responsible for filing the APEN and obtaining said permit, if required. The processing of air pollution permits, if required, in non - attainment areas or where public hearings are required, likely will take more than 90 days. 2. For construction on a known or potentially contaminated site, the following conditions shall apply, in addition to those listed in subsection 250.03(d)1: A. The HSO shall be on site or readily available by radio, telephone or pager at all times dw•ing the work. When on site, the HSO shall have an operational portable or mobile cellular telephone available for immediate use in areas where such service is available. When on site in cellular telephone non -service areas, the HSO shall have available, for immediate use, radio access to a site with telephone service. The HSO shall be notified at least 24 hours prior to the start of confined space entry, storage tank removal, drilling, excavation, trenching, or dewatering operations. B. The HSO shall designate the onsite monitoring equipment for flammable gases, oxygen deficient or enriched atmosphere, and toxic gases, such as but not limited to, a flame ionization detector, photoionization detector, combustible gas indicator, and oxygen meter. This designated equipment shall be on site during all construction operations and be utilized during trenching, drilling, excavating, confined space entry, underground storage tank removal, and other appropriate construction operations. The exact equipment to fulfill this requirement shall be specified in the accepted HASP. The HSO shall conduct or supervise the monitoring. The monitoring equipment shall be calibrated as recommended by the manufacturer. C. When drilling, trenching, or excavating in the presence of detectable concentrations of explosive gases, the soil shall be wetted and the operating equipment shall be provided with spark proof exhausts. D. The Contractor, through the HSO, is responsible for ensuring that 29 CFR 1926 is fully complied with during the construction of the project. E. Affected excavation operations shall be discontinued and personnel shall be removed from the affected excavation sites where any of the following levels are detected: (1) 20.0 percent or more LEL flammable gas, or 10.0 percent in an underground or confined space, (2) Permissible Exposure Limit (PEL) of any toxic gas, (3) 19.5 percent or less oxygen, (4) 25.0 percent or more oxygen, (5) Greater than 2 mrem/hr. (Beta particle & photon radioactivity), (6) Greater than 15 pCi/L (Gross alpha particle activity), or (7) Other action levels as determined by the HSO. (8) Uncovering of suspect Asbestos Containing Material (ACM), including but not limited to, buried facility components, active or abandoned utility lines, buried foundations and demolition debris, or miscellaneous ACM dispersed in the soil. The Contractor shall follow the procedures outlined in the HASP and 29 CFR 106 1926 to address these conditions. Work shall resume in these areas when approved by the Engineer. F. Personnel shall be issued and utilize appropriate Health and Safety equipment as determined by the HSO, who shall provide the Engineer with a written explanation of what personal protective equipment (PPE) shall be worn, when, and by which personnel. Except in emergency cases, the Engineer shall be advised by the HSO of changes in the degree of PPE prior to implementation. G. Personnel shall avoid the area immediately downwind of any excavation unless the excavation is monitored and declared safe. H. The operators of excavating, trenching, or drilling equipment shall wear appropriate PPE as required in the HASP. I. Exhaust blowers shall be present at the location where required in the accepted HASP. J. The Contractor shall accomplish the work with employees who have been trained and equipped as required by the HASP and applicable provisions of 29 CFR 1910 and 29 CFR 1926. K. Fire extinguishers, electrical equipment and wiring shall conform to the applicable requirements of 29 CFR 1926 and 49 CFR. L. Smoking shall not be permitted within 50 feet of any excavation. 3. For construction within 1000 feet of a known or potentially contaminated site, the following conditions, in addition to those listed in subsection 250.03(d) 1. shall apply: A. The areas under construction shall be checked with a combustible gas indicator before excavation begins to determine if flammable or combustible gas is in the area. B. Excavations, trenches and drill holes shall be monitored by the HSO for flammable gas, toxic gas and oxygen deficiency or enrichment. This shall be carried out continuously unless the presence of flammable, combustible or toxic gas, or oxygen deficiency or enrichment in the area can be ruled out by the HSO. The recommendation to discontinue monitoring must be agreed to by the Engineer and the Contractor. Prior to implementation, this agreement shall be written, and shall contain specific conditions that will require re-evaluation of the area. C. When flammable or toxic gas is found in the area, those precautions and procedures in subsection 250.03(d)2 shall apply. 4. The following procedures shall be followed if the level of contamination as documented in the environmental documents referenced in subsection 102.05 as revised for this project is exceeded, or if previously unidentified contaminated air, soil or water, is encountered during the construction of the project: A. Work in the immediate area of the release or discovery of contamination shall cease. The Engineer shall be immediately notified. B. If no HSO is required by the Contract, the Contractor shall designate an HSO as directed, in accordance with subsection 250.03(a). C. The Engineer may direct the HSO to evaluate the material for potential hazardous substance or other contamination or unsafe conditions. This evaluation may include, but is not limited to, on site field monitoring, on site testing, and on or off site laboratory analysis. Removal of storage tanks and surrounding contaminated soils shall be in accordance with applicable laws, regulations and established procedures. If the contaminated material cannot be placed in the embankment or remediated on site, it must be removed to an appropriate TSD facility, as designated in writing by the Engineer. The HSO shall supervise the necessary testing required to make appropriate TSD determinations. Disposal of the unsuitable material shall be considered as remediation work as described in subsection 250.03(d)4.D and 250.03(d)4.E. D. If this site is determined to be contaminated with petroleum products, hazardous substances or other solid waste in excess of that indicated in the above listed site investigation documents, a thorough Site Investigation and Waste Management Plan shall be accomplished under the supervision of the HSO The Site Investigation and Waste Management Plan shall be submitted to the Engineer for approval and shall determine the extent of contamination and propose at least three types of remedial action for the contaminated area as required by applicable statutes and regulations. The HSO shall be available to assist the Engineer in explaining this study to the regulatory agencies. When requested by the Engineer, the Contractor shall prepare a Remediation Plan based on the selected remedial method, and shall submit this to the Engineer for approval. The time required for 107 the Engineer's review of the Remediation Plan, including all necessary drawings, calculations, specifications, and other documentation will not exceed four weeks after a complete submittal is received. This work shall not be done unless authorized in writing by the Engineer. E. If the site is determined to be contaminated with petroleum products; hazardous chemicals, materials, or wastes; or other solid wastes, and is required to be remediated, the HSO or other qualified individuals will supervise the Remediation Plan implementation as concurred to by the regulatory agencies, as directed. Hazardous Waste generated by remedial activities shall list the Colorado Department of Transportation as the hazardous waste generator on the required paperwork for projects on State Highways and their associated frontage roads. If this project is not on a State Highway or frontage road, then the appropriate local governmental entity having jurisdiction over the transportation system facility shall be listed as the hazardous waste generator. If the waste disturbed or produced was caused by Contractor negligence, the Contractor shall be listed as the hazardous waste generator. Remediation work shall be done only when authorized by the Engineer in writing. 250.04 Heavy Metal Based Paint Management. When the work includes the removal of paint or items covered with paint which may contain lead, chromium or other heavy metals, the requirements of this subsection shall apply in addition to the requirements of subsection 250.03. 108 8113 REMINGTON GREENWAY - ADDENDUM 1 BID SCHEDULE -BASE BID ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 201-01 Clearing and Grubbing LS 1 $10,000.00 $ 10,000.00 202-01 Removal of Asphalt Mat SY 2413 $12.00 $ 28,956.00 202-02 Removal of Curb and Gutter LF 1277 $8.00 $ 10,216.00 202-03 Removal of Sidewalk SY 276 $16.25 $ 4,485.00 202-04 Removal of Concrete Channel LF 82 $20.00 $ 1,640.00 202-05 Removal of Sidewalk Culvert EA 2 $168.75 $ 337.50 202-06 Removal of Sign EA 1 $100.00 $ 100.00 208-01 Inlet Protection (IP) EA 9 $156.25 $ 1.406.25 208-02 Gravel Bag Curb Protection (GB) EA 22 $31.25 $ 687.50 208-03 Concrete Washout Structure EA 2 $2,500.00 $ 5,000.00 208-04 Erosion Control Supervisor HR 20 $37.50 $ 750.00 210-01 Relocate Sprinkler Valve Box EA 1 $125.00 $ 125.00 210-02 Adjust Fire Hydrant Assembly EA 1 $6,250.00 $ 6,250.00 210-03 Adjust Valve Box EA 1 $625.00 $ 625.00 210-04 Relocate Water Meter Pit and Curb Stop EA 1 $2,500.00 $ 2,500.00 210-05 Relocate Metal Box EA 1 $250.00 $ 250.00 210-06 Remove and Reset Art in Public Places EA 1 $437.50 $ 437.50 304-01 Aggregate Base Course (Class 6) (10" Depth) TON 100 $70.63 $ 7,063.00 403-01 Hot Mix Asphalt (8" Depth) TON 37 $144.08 $ 5,330.96 403-02 Hot Mix Asphalt (10" Depth) TON 122 $126.43 $ 15,424.46 412-01 Concrete Pavement (8 Inch) SY 880 $60.00 $ 52,800.00 412-02 Concrete Pavement (Special) (8 Inch) SY 121 $110.00 $ 13,310.00 604-01 Modified Area Inlet EA 1 $6,250.00 $ 6,250.00 608-01 Concrete Flatwork (6 Inch) SY 365 $54.00 $ 19,710.00 608-02 Concrete Curb Ramp SY 174 $70.00 $ 12,180.00 608-03 Sidewalk Chase LF 50 $187.50 $ 9,375.00 609-01 Vertical Curb and Gutter LF 1263 $25.00 $ 31,575.00 609-02 Rollover Curb and Gutter LF 430 $25.00 $ 10,750.00 609-03 Barrier Curb LF 42 $20.00 $ 840.00 609-04 Gluedown Curb LF 551 $14.00 $ 7,714.00 609-05 Concrete Channel (2 Foot) LF 17 $90,44 $ 1,537.48 610-01 Median Cover Material (8" Pattemed Concrete) SF 1814 $14.00 $ 25,396.00 610-02 Median Cover Material (4" Patterned Concrete) SF 3153 $7.00 $ 22.071.00 624-01 Pipe (Perforated 6") LF 38 $16.25 $ 617.50 624-02 Cleanout (Underdrain) EA 1 $200.00 $ 200.00 624-03 LID (Rain Garden) LS 1 $6,452.50 $ 6,452.50 The requirements of the HASP shall be in accordance with OSHA Publication Number 3142, Working with Lead in the Construction Industry. Paint Removal and Waste Disposal work shall be performed in accordance with 29 CFR 1926.62, State and local air quality regulations, the Steel Structures Painting Council (SSPC) Guide for Containing Debris Generated During Paint Removal Operations, the Industrial Lead Paint Removal Handbook (SSPC 91-18), and the references contained therein. The following minimum precautions and procedures shall be followed unless modified in the approved HASP or its updates: (a) The Contractor shall contact the CDPHE, Air Pollution Control Division to ascertain if an air pollution permit is required for the cleaning or demolition work. If an air pollution permit is required, the Contractor shall obtain the permit. The Contractor shall furnish the Engineer with a copy of the permit application and the permit issued prior to starting cleaning or demolition activities. A copy of the Air Pollution Emission Notice [APEN] shall be provided to the Engineer, if such notice is required under the Colorado Air Quality Control Commission's regulations. The processing of air pollution permits in non -attainment areas, or where public hearings are required, likely will take more than 90 days. (b) The Contractor shall contain paint chips, corrosion residues, and spent abrasives, herein referred to as waste materials, resulting from the cleaning or demolition operations. The Contractor shall not deposit or release waste material into the water, air or onto the ground below or adjacent to the structure. The Contractor shall conduct cleaning operations to minimize the waste materials produced. Prior to beginning the work, the Contractor shall submit to the Engineer for acceptance, a detailed methods statement for capturing, testing, and disposing of the removed materials. The Engineer will have seven calendar days to review, and accept or reject this methods statement. (c) Abrasives utilized for blast cleaning shall be low -dusting and low waste. Unless approved otherwise, vacuum blasting or wheel blasting shall be used. (d) The HSO shall sample and test the waste material for lead, chromium, and other paint associated heavy metals using the Toxicity Characteristic Leaching Procedure (TCLP) Test, Method 1311 of the EPA publication, Test Methods for Evaluating Solid Waste 846. Sample collection methodology and frequency shall be recommended by the HSO and accepted by the Engineer with an adequate number of samples taken to be representative of all waste material collected. If the waste material does not pass the TCLP test, it shall be disposed of in a permitted TSD facility as designated in writing by the Engineer. The waste materials handling decision shall be documented by a report (five copies) submitted to the Engineer. This documentation shall include a description of sample collection methodology, testing performed, test results and comparison of test results with hazardous waste requirements. The waste material shall not be held at an unpermitted TSD facility site in excess of Resource Conservation and Recovery Act (RCRA) temporary storage time limits. (e) When an item coated with paint is removed, all loose paint shall be removed and collected from the item within 24 hours of the time it is removed or placed onto the ground. All loose paint shall be removed and collected from a painted item before it is removed from the site. The Contractor shall contain loose paint until it is removed and collected. Loose paint is defined as that which can be removed by manual scraping methods. Over waterways, the Contractor shall capture all paint debris by the method specified in the methods statement. The paint debris shall be collected on a daily basis and shall be stored in a properly labeled, tightly sealed container and placed in a secured location at the end of each working day. (f) All painted steel components which are not designated to be salvaged shall be recycled. Contractor possession of the steel for future use shall be considered a form of recycling. Prior to transport of the components off -site, the Contractor shall obtain a letter from the recipients of the painted steel components stating that they have been fully informed of the contents of the paint and are capable of handling the paint. If the Contractor is to maintain future possession of the steel, the Contractor shall supply this letter. If there will be more than one recipient of the painted material, one letter shall be obtained from each recipient. The Contractor shall provide a copy of each letter to the Engineer. If the painted steel components will be recycled by melting, the letter from the recipient is not required. The Contractor shall submit a letter stating the destination of the painted steel components and that they will be melted. (g) When the work consists of the removal of a bridge or components of a bridge coated with paint which has been assumed to contain lead, chromium, other heavy metals, or a combination thereof the Contractor shall capture paint debris which 109 is dislodged during removal operations. The Contractor may choose any method for dismantling the bridge, subject to the following required construction sequence limitations: (1) The concrete deck shall be removed prior to removal of the steel superstructure. (2) If the methods statement indicates that girders will be dropped to the ground during dismantling, all debris from the concrete deck removal operation shall be removed from the area below the bridge before any girders are dropped into this area. (3) Girders may be cut and dropped only if the span is located entirely over land. 250.05 Material Handling. This work consists of the additional handling of groundwater and soils to be excavated for construction of the project which are suspected or known to be contaminated. This work also includes stockpiling or containerization, analytical sampling and testing, and final disposition of contaminated groundwater and soils requiring special handling. The Contractor shall maintain vertical trench walls for the work in the specified areas of known or potential contamination, as shown on the plans. Shoring may be necessary to meet this requirement. The Contractor shall confine the removal of contaminated groundwater and soils encountered as a result of the excavation activities in the specified areas to the vertical and horizontal limits of structure excavation specified in the Contract. The Contractor shall be responsible for any contaminated materials generated beyond the limits of excavation. This shall include any sampling, analysis, and disposal required, and the costs thereof. The Contractor shall be listed as the generator of any such material. The limits of excavation shall be determined as 18 inches outside of structures, including sewers, water lines, inlets, manholes, and other underground structures to be constructed, or as directed. Specific areas of known or potential contamination have been identified in the project plans. There is the potential of encountering contaminated groundwater and soil, which has not been summarized in the plans or specifications, at unknown locations on the site. Suspected contaminated soil and groundwater shall be handled by one of three methods as follows: (a) Materials Handling jStockpile& Containerization). When recommended by the HSO and authorized by the Engineer, material shall be stockpiled or containerized for analysis and characterization for proper handling and, disposal, or both. Sampling and testing of materials shall be as described in the Contract. If analysis indicates that soil samples are designated as uncontaminated, as determined by the criteria shown in the Contract or as determined by the CDPHE, the associated soils will not require any special handling and will become the property of the Contractor and may be used on site, subject to other requirements of the Contract. Health and safety monitoring and strict fugitive dust control shall be conducted during the placement of these soils. If analysis indicates that groundwater samples are designated as uncontaminated, as determined by the criteria shown in the Contract or as determined by the CDPHE, the groundwater shall be handled in accordance with subsection 107.25. Stockpiled and containerized materials shall be secured in compliance with the following provisions until they are determined to be uncontaminated: 1. The Contractor shall not store the material for more than 90 days. 2. The Contractor shall prevent any runoff from infiltrating the ground or running out of the containment area. 110 3. Soils and groundwater containing different contaminants shall be placed in separate containers or stockpiles. 4. The Contractor shall prevent the dispersion of materials or the dilution or mixing of containers and stockpiles. 5. The ground surface on which the contaminated soils will be placed shall be covered with plastic sheeting which will withstand the placement and removal of stockpiled materials without breaching. 6. The ground surface shall be graded to drain toward the edge of the soil piles and the berm or trench around them shall be covered by plastic sheeting. 7. Proper security shall be provided in accordance with 40 CFR. (b) Solid Waste Disposal. Soils determined to be contaminated, but not hazardous, as established by criteria in the Contract or as determined by CDPHE or other regulatory agencies having jurisdiction, shall be handled and disposed of, or both as recommended by the HSO and approved by the Engineer. The Contractor shall haul this material to a solid waste disposal facility. (c) Contaminated Groundwater Disposal. Groundwater determined to be contaminated, but not hazardous, as established by criteria in the Contractor as determined by CDPHE or other regulatory agencies having jurisdiction, shall be handled and disposed of, or both as recommended by the HSO and approved by the Engineer. The Contractor shall prepare a dewatering plan proposing at least three types of treatment and/or disposal options of contaminated groundwater as required by applicable statutes and regulations. One of the treatment options shall include permitting and onsite treatment prior to discharge or disposal. The dewatering plan shall be submitted to the Engineer for approval four weeks before dewatering activities begin. (d) Hazardous Waste Disposal. Soils and groundwater that are designated or suspected to be hazardous shall be containerized immediately upon excavation or upon discovery. Hazardous material shall be labeled and transported to a permitted treatment, storage and disposal (TSD) facility or to a hazardous waste disposal facility approved by the Engineer. (e) Additional Requirements. Stockpiled or containerized material characterized as uncontaminated, contaminated or hazardous shall be stored and disposed of in a manner consistent with current established federal, state, and local regulations for waste materials. Materials with contaminants not specifically regulated shall be disposed of by the Contractor as directed, in consultation with CDPHE. All areas where wastes are generated shall be reviewed by the HSO to identify potential contaminant sources that may result in a contaminated waste stream. Contaminated groundwater and soils, which have been identified as solid waste or hazardous waste, requiring disposal according to federal, state, and local regulations, shall be transported in accordance with 49 CFR by the Contractor to an appropriately permitted treatment facility, landfill, incinerator or asphalt plant or other facility approved to accept the waste. CDPHE and the landfill or other treatment or disposal facility shall be notified by the HSO of the material to be disposed of and the corresponding analytical test results prior to shipment. Potentially contaminated water collected from the lined trench of a stockpile shall be treated as required by Colorado Wastewater Discharge Permit System (CDPS) permits, 29 CFR and 40 CFR and reimbursed separately in accordance with Contract requirements. 250.06 Sample delivery. This work consists of the collection, containerization and delivery of material samples for analysis to the testing facility designated in the Contract. Environmental Protection Agency (EPA) protocol and standards shall be followed in the collection, containerization and transport of samples to be analyzed, including the documentation of the proper chain of custody of all samples. The Contractor shall collect sufficient sample material to perform the required analysis and is responsible for ensuring that appropriate climate control has been provided for sample transport. Sample delivery shall be made within the maximum allowable holding time for each sample type, not to exceed 24 hours, excluding weekends. The time period required for sample collection and delivery to the testing facility will not be considered an excusable delay. The analysis to be completed and turnaround time shall be approved by the Engineer. The Contractor shall provide the Engineer with a copy of documentation indicating that proper chain of custody requirements have been followed for all samples. 111 Quality control samples shall be provided by the Contractor in accordance with the quality control requirements of the testing facility designated in the Contract (quality control requirements are available from the Engineer). The Contractor shall prepare, label and transport these samples to the testing facility in conjunction with the delivery of other samples authorized for analysis by the Engineer, at no additional cost. The Engineer may request splits of samples, in advance of collection, which shall be provided at no additional cost by the Contractor. 250.07 Asbestos -Containing Material Management. Environmental documents or plans listed in the special provisions should include known or suspected locations that could involve encounters with ACM during excavation and other soil disturbing construction activities. Unexpected discoveries of ACM may be made during excavation and soil disturbing construction activities. Asbestos contaminated soil, shall be properly managed or remediated, in accordance with subsection 250.07(a). All asbestos related activities shall be performed by Colorado certified asbestos professionals, contractors, or consultants. Certifications are issued by the Colorado Department of Public Health and Environment (CDPHE), Indoor Air Quality Unit. A Colorado Certified Asbestos professional shall manage the management and disposal of asbestos contaminated soil and other ACM. The Indoor Air Quality Unit within CDPHE is the only unit that certifies such professionals. The Contactor shall furnish a copy of the license to the Engineer. (a) Regulatory Compliance. Asbestos contaminated soil management is governed by 6 CCR 1007-2, Section 5, which includes and references regulatory compliance with Asbestos Hazard Emergency Response Act (AHERA) Colorado Regulation 8; Inspection and reporting protocol and demolition standards are governed by AHERA; Demolition and notification standards are governed by National Emission Standards for Hazardous Air Pollutants (NESHAPS); Colorado Regulation 8 governs all asbestos activities, demolition, permitting, and certification of Certified Asbestos Professionals in the State of Colorado. Colorado Regulation 8 is more stringent than AHERA and NESHAPS and supersedes federal regulations. Conflicting regulatory requirements between AHERA and NESHAPS, if not specifically addressed in Colorado Regulation 8, shall be addressed and approved protocol negotiated with CDPHE. The Contractor shall conform to all current regulations, policy directives, or both, issued by the EPA, CDPHE, and the Department. (b) Asbestos Management and Visual Inspections Asbestos management must be performed by a certified asbestos professional. Final Inspections of the area of asbestos contaminated soil removal shall be performed by an Asbestos Consultant to determine what, if any, controls must be instituted to allow future activity in the excavation area. All final visual inspections shall be conducted only when soil is dry. (c) Permitting and Notification. The CDP14E requires notification of any soil disturbing activity where asbestos is known, suspected, or discovered. A 24-hour notification to CDPHE is required prior to any soil disturbing activity of an unplanned asbestos discovery. A 10 working day notification to CDPHE is required prior to any soil disturbing activity in an area with known or potential material suspected of containing asbestos in or on the soil or asbestos -contaminated soil. Removal of asbestos -containing material on a facility component, that is located on or in soil that will be disturbed, with asbestos quantities above the following trigger levels must be permitted and abated in accordance with the requirements of Air Quality Control Commission Regulation No. 8 (5 CCR 1001-10, Part B): 112 (1) 260 linear feet on pipes, (2) 160 square feet on other surfaces, or (3) The volume of a 55-gallon drum. All permit applications shall be submitted to the Colorado Department of Public Health and Environment a minimum of 10 days prior to start of work for approval. The permit application and notification shall be submitted simultaneously. The Contractor shall obtain all required State and local permits and shall be responsible for all associated fees. Permit application, notification, and waiver request forms shall be submitted to: Colorado Department of Public Health and Environment Permit Coordinator/APCD - SS - B 14300 Cherry Creek Drive South Denver, CO 80246-1530 Phone: (303) 692-3100 Fax: (303) 782-0278 Application and waiver forms are available on the CDPHE website: asbestos@state.co.us (d) CDOT's Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011. Asbestos contaminated soil shall be managed in accordance with 6 CCR 1007-2, Section 5, Asbestos Waste Management Regulations. Regulations apply only upon discovery of asbestos materials during excavation and soil disturbing activities on construction projects, or when asbestos encounters are expected during construction. The contractor shall comply with procedures detailed in the CDPHE's Asbestos -Contaminated Soil Guidance Document and CDOT's approved _Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011, including the following minimum requirements: (1) Immediate actions and implementation of interim controls to prevent visible emissions, exposure, and asbestos contamination in surrounding areas. (2) Soil Characterization. (3) Training required for all personnel involved in excavation and other soil disturbing activities, once asbestos is encountered during construction or on projects where asbestos encounters are expected. Asbestos Awareness Training shall be given by a qualified and certified Asbestos Building Inspector with a minimum of six months experience inspecting asbestos contaminated soil. (4) Assessment for the presence and extent, within the proposed area of disturbance, of asbestos discoveries, whether expected or unexpected, by a Certified Asbestos Inspector. (5) Investigation and sampling required for risk assessment and management. Investigation, if required, shall be conducted by a Certified Asbestos Inspector. (6) Risk assessment and determinations for further management or abatement. (i) Risk assessment and determinations must be made by a Certified Asbestos Inspector, and coordinated with the Engineer. (ii) Soil remediation is not necessarily required, depending on the circumstances. (7) Submit 24-hour Notification of Unplanned Asbestos Discovery. (8) Submit 10-day Notification of Planned Asbestos Management. (9) Submit 24-hour Notification of Unplanned Asbestos Discovery. (10) Submit 10-day Notification of Planned Asbestos Management. 113 (e) Risk Assessment and Determinations for Further Management Or Remediation. Risk assessment and determinations for further management or remediation must be closely coordinated with the Project Engineer and Project Manager of the Statewide Management Plan. 250.08 Methamphetamine Lab Sites. Demolition of former Methamphetamine (meth) labs is enforced by the Governing Authority, which varies from county to county. The Contractor shall demolish all buildings that are identified as former meth labs, as listed in public listings by the Governing Authority. The Contractor shall provide evidence of demolition to the Governing Authority, obtain receipt of such evidence by the Governing Authority, and shall submit these to Engineer immediately following demolition. Septic tank removal at known meth lab sites shall undergo preliminary assessment by an Industrial Hygienist or Certified Industrial Hygienist to determine proper removal and disposal. Work shall proceed in accordance with the recommendations of the Hygienist. METHOD OF MEASUREMENT 250.09 Environmental Health and Safety Management will not be measured, but will be paid for on a lump sum basis. This will include all work, materials, and hourly time charges by the HSO and other personnel required to accomplish the following: (1) Preparation, submittal and briefing of the initial HASP (2) Preparation and submittal of the Waste Management Plan 1. Preparation and Submittal of the Dewatering Plan 2. Preparation and Submittal of the Remediation Plan (3) Procedures and equipment specified in subsections 250.03 - 250.07 (4) PPE (levels C and D) for Contractor's personnel for any contamination identified in the preconstruction investigations (5) Preparation and submittal of the final site report The quantity to be measured for Health and Safety Officer will be the total number of hours that the Health and Safety Officer is actually used, as authorized, for the following work: (1) Field monitoring necessary to ensure the safety of workers on the site; (2) Hours in excess of the items listed under Environmental Health and Safety Management; (3) Hours that are necessary due to unforeseen site conditions; and (4) Hours of additional consultation or field work that is requested by the Engineer. Equipment specified in subsection 250.03(a), preparation and submittal of the daily HSO diary, travel to and from the project site, and PPE (Levels C and D) required for use by the HSO will not be measured and paid for separately, but shall be included in the hourly cost of the HSO. The quantity to be measured for Monitoring Technician will be the total number of hours that Monitoring Technician is actually used as authorized. Equipment specified in subsection 250.03(b), supervision of the MT, preparation and submittal of the daily monitoring diary, travel to and from the project site, and PPE required for use by the MT (Levels C & D) will not be measured and paid for separately, but shall be included in the hourly cost of the MT. Solid stockpiled materials will be measured by the cubic yard computed from cross sections by the average end area or other requirements acceptable method. Disposal of solid waste and solid hazardous waste materials will be measured by the cubic yard in the disposal container. Materials Sampling and Delivery will be measured by the actual number of samples collected, containerized and transported to the testing facility indicated in the Contract. 114 Additional environmental health and safety management work required and authorized by the Engineer, but not included in the items listed above, will be considered extra work to be paid for in accordance with subsection 109.04, unless such work is caused by the Contractor's action. BASIS OF PAYMENT 250.10 Partial payment for Environmental Health and Safety Management, as determined by the Engineer, will be made as the work progresses. The Contractor shall submit a schedule of environmental related Health and Safety Management work before the first partial payment is made. The schedule shall indicate the environmental related Health and Safety Management time for each work item that requires Contractor environmental related Health and Safety Management effort and the total time for the project. The accepted quantity for Health and Safety Officer will be the number of hours actually used and approved for payment by the Engineer and will be paid for at the contract unit bid price. The accepted quantity for Monitoring Technician will be the number of hours of onsite monitoring as approved by the Engineer and will be paid at the Contract unit price. Environmental Health and Safety Management, Health and Safety Officer and Monitoring Technician bid items shall include vehicles, phone charges, supplies, printing, postage, office support, and all other miscellaneous costs associated with the work. Payment for Groundwater Handling (Containerization & Analysis) will be paid for in accordance with subsection 109.04. Payment for Soil Handling (Stockpile) will be made at the contract unit price for all excavated material required to be stockpiled for analysis. The contract unit price will be full compensation for furnishing all materials, labor, equipment and incidentals necessary to complete this work, and all handling of the material prior to disposal. This includes haul, stockpile, and security. Payment for this work will be in addition to any payment made under other bid items for excavation, embankment or backfill on the project, or waste disposal of this material. Payment for Solid Waste Disposal and Solid Hazardous Waste Disposal will be made at the appropriate contract unit price for the disposal of material determined to be either solid waste or solid hazardous waste. The contract unit prices will be full compensation for furnishing all materials, labor, equipment, tools, storage containers for transport, containerization of material for up to 60 days, and incidentals necessary to complete this work. This includes all handling of the material, loading for disposal, unloading for disposal, and borrow material required for replacement of excavated material disposed of offsite. It does not include stockpiling or containerization required for analysis which is included in the item Materials Handling (Stockpile & Containerization) paid for as described above. Payment for waste disposal fees and transport of hazardous waste will be made as shown below. Payment for this work will be in addition to any payment made under other bid items for excavation, embankment, backfill or material handling (stockpile & containerization) on the project. (1) Solid Waste. Transport costs to the disposal facility and disposal fees will be included in the contract unit price for this work. (2) Solid Ha ardous Waste. Transport, Disposal and /or Treatment costs will be paid for by planned force account in accordance with subsection 109.04. (3) Liquid Hazardous Waste. Transport, Disposal and /or Treatment costs will paid for by planned force account in accordance with subsection 109.04. The cost of shoring required to limit the removal of contaminated materials to the specified limits shall be included in the bid unit prices for any excavation to be performed. Such shoring ordered by the Engineer in areas other than the specified areas of known or potential contamination, as shown in the plans, will be paid for in accordance with subsection 109.04. Payment for Materials Sampling and Delivery will be made at the contract unit price for each material sample collected, containerized and transported to the laboratory testing facility as designated in the Contract. The Contract unit price will be full compensation for furnishing all materials, labor, equipment, tools and incidentals necessary to complete this work including required sampling kits, containers, sample splits and quality control samples. The Contractor shall be responsible for damage caused by Contractor negligence to the environment, persons, or property. Expenditures associated with actions of the Contractor shall be home by the Contractor at no cost to the project. Contaminated groundwater containerized, treated or disposed under the requirements of this specification will be paid for by planned force account in accordance with subsection 109.04. 115 The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Pay Item Pay Unit Environmental Health and Safety Lump Sum Management Health and Safety Officer Hour Monitoring Technician Hour Materials Sampling and Delivery Each Materials Handling (Stockpile) Cubic Yard Solid Waste Disposal Cubic Yard 116 April 26, 2012 REVISION OF SECTION 401 COMPACTION OF HOT MIX ASPHALT Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the first paragraph and replace with the following: 401.17 Compaction. The hot mix asphalt shall be compacted by rolling. Both steel wheel and pneumatic tire rollers will be required. The number, weight, and type of rollers furnished shall be sufficient to obtain the required density while the mixture is in a workable condition. Compaction shall begin immediately after the mixture is placed and be continuous until the required density is obtained. When the mixture contains unmodified asphalt cement (PG 58-28 or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 185 °F, further compaction effort shall not be applied unless approved, provided the Contractor can demonstrate that there is no damage to the finished mat. If the mixture contains modified asphalt cement (PG 76-28, PG 70-28 or PG 64-28) and the surface temperature falls below 230 °F, further compaction effort shall not be applied unless approved, provided the Contractor can demonstrate that there is no damage to the finished mat. Warm Mix Asphalt compaction requirements shall conform to CP 59. In subsection 401. t7, delete the third paragraph and replace with the following: SMA shall be compacted to a density of 93 to 97 percent of the daily theoretical maximum specific gravity, determined according to CP 51. All other HMA shall be compacted to a density of 92 to 96 percent of the daily theoretical maximum specific gravity, determined according to CP 51. if more than one theoretical maximum specific gravity test is taken in a day, the average of the theoretical maximum specific gravity results will be used to determine the percent compaction. Field density determinations will be made in accordance with CP 44 or 81. In subsection 401.17, second to last paragraph, delete the first sentence and replace with the following: After production paving work has begun, a new Roller Pattern shall be demonstrated when a change in the compaction process is implemented. February 3, 2011 REVISION OF SECTION 401 117 COMPOSITION OF MIXTURES — VOIDS ACCEPTANCE Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(a) shall include the following: On projects with voids acceptance of hot mix asphalt, mix designs based on a theoretical rejection of baghouse fines may be used when necessary to meet CDOT mix design requirements if the following additional requirements are met. Written approval for use of theoretical rejection of baghouse fines mixture design shall be obtained before production of project material. (1) Price adjustment for the hot mix asphalt shall be made based on voids acceptance criteria as prescribed in the latest version of the Standard Special Provision, Revision of Sections 105 and 106, Conformity to the Contract of Hot Mix Asphalt (Voids Acceptance). All costs associated with theoretical rejection of baghouse fines mix design, production, and acceptance shall be at the Contractor's expense. (2) The Contractor shall submit a separate Quality Control (QC) plan for handling the rejection of baghouse fines. The plan shall identify the plan, equipment, and procedures that will be used for the rejection of baghouse fines. The plan shall include detailed information on baghouse control systems and actual data demonstrating consistent system functionality. The QC plan shall be approved in writing prior to production. (3) The Contractor shall demonstrate that the material can be produced in accordance with one of the two procedures listed below. The Contractor shall supply project aggregate material for use in establishing acceptance testing equipment correction factors. Aggregate samples that have been produced according to CP-L 5117 to represent plant -produced material shall be provided by the mix design lab. (i) The Contractor shall produce a minimum of 3000 tons of material. This material shall be placed on non thru lanes or offsite in locations approved by the Engineer. A minimum of 3 samples will be tested for AC content, air voids and VMA. QL's for each element will be determined in accordance with the contract documents. If the QL is equal to or greater than 65 for VMA and Asphalt Cement Content and the QL for the element of air voids is equal to or greater than 70, full production may commence. This material may be considered a separate process and price adjustment will be in accordance with subsection 105.05 or; (ii) The Contractor shall construct a 500-ton test strip on the main line on the project. Tonnage other than 500 tons may be produced only if approved. Three samples in the last 200 tons will be tested for volumetric properties. After construction of the test section, production shall be halted until the testing is complete and element QL's are calculated. If the QL is equal to or greater than 65 for VMA and Asphalt Cement Content and the QL for the element of air voids is equal to or greater than 70, full production may commence. If the TQL is less than 65 or the QL for the element of air voids is less than 70, the material shall be removed and replaced at the Contractor's expense. 118 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 626-01 Mobilization LS 1 $82,020.19 $ 82,020.19 630-01 Flagging HR 40 $31.25 $ 1,250.00 630-02 Traffic Control Inspection DAY 50 $150.00 $ 7,500.00 630-03 Traffic Control Management DAY 25 $687.50 $ 17,187.50 630-04 Portable Message Sign Panel DAY 20 $109.37 $ 2,187.40 630-05 Construction Traffic Control LS 1 $15,625.00 $ 15,625.00 LANDSCAPE ITEMS 213-01 Landscape Weed Barrier Fabric SY 1590 $0.43 $ 683.70 213-06 Metal Landscape Border LF 176 $1.56 $ 274.56 213-09 Inorganic Mulch (Special) (1.5" Rock Mulch) TON 160 $56.25 $ 9,000.00 213-11 Inorganic Mulch (Special) (314" Black Granite Chips) TON 3 $237.50 $ 712.50 613-01 2" Electrical Conduit LF 250 $10.63 $ 2,657.50 623-01 Irrigation - Laurel Intersection LS 1 $6,250.00 $ 6,250.00 TOTAL BASE 810 S 467,711.00 •"' r • ...- ��' ---- r: � � �,. _ � � � �..,. �' '.1 � a �.�� BID SCHEDULE -LANDSCAPE ALTERNATIVE ITEM NO. ITEM DESCRIPTION UNIT I QUANTITY UNIT COST COST 208-04 Erosion Control Supervisor HR 5 $37.50 $ 187.50 626-02 Mobilization - Landscape Alternative LS 1 $3,000.00 $ 3,000.00 630-01 Flagging HR 10 $31.25 $ 312.50 630-02 Traffic Control Inspection DAY 10 $150.00 $ 1,500.00 630-03 Traffic Control Management DAY 5 $687.00 $ 3,435.00 630-06 Construction Traffic Control - Landscape Alternative LS 1 $6,000.00 $ 6,000.00 LANDSCAPE ITEMS 212-01 Fine Grading SF 9500 $0.50 $ 4,750.00 212-02 Topsoil Import CY 80 $50.00 $ 4,000.00 212-03 Soil Amendment - 3 CY per 1,000 SF CY 39 $50.00 $ 1,950.00 213-02 Inorganic Mulch (Special) (3/4" Rock Mulch) TON 48 $%.00 $ 2,688.00 213-03 Inorganic Mulch (Special) (3-6" Cobble) TON 97 $65.00 $ 6,305.00 213-04 Inorganic Mulch (Special) (6-15' Cobble) TON 143 $75.00 $ 10,725.00 213-05 Mulching (Special) (Medium Bark Mulch) CY 18 $65.00 $ 1,170.00 213-07 Boulder - Red Sandstone FA 15 $450.00 $ 6,750.00 213-08 Boulder Slab - Red Sandstone FA 37 $1, 000.00 $ 37, 0M,00 213-10 Inorganic Mulch (Special) (Mexican Beach Pebbles) TON 2 $500.00 $ 1,000.00 214-01 Shrub - 5 Gal. EA 126 $40.00 $ 5,040.00 214-02 Omamental Grass - 1 Gal. 'EA 56 $13.75 $ 770.00 July 19, 2012 REVISION OF SECTION 401 COMPACTION PAVEMENT TEST SECTION (CTS) Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.17, delete the fifteenth paragraph and replace with the following: Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist of seven random cores. The Engineer will determine the coring locations using a stratified random sampling process. The locations of these cores will be such that one set can serve as a duplicate of the other. One set of these cores shall be immediately submitted to the Engineer. This set will be used for determining acceptance of the CTS and determining density correction factors for nuclear density equipment. Densities of the random samples will be determined by cores according to CP 44. Density correction factors for nuclear density equipment will be determined according to CP 81. Coring shall be performed under CDOT observation. Coring will not be measured and paid for separately but shall be included in the work. For SMA, a CTS is not used. The Contractor shall follow the requirements for the demonstration control strip in accordance with the Revision of Section 403, Stone Matrix Asphalt Pavement. 119 May 2, 2013 REVISION OF SECTION 401 RECLAIMED ASPHALT PAVEMENT Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(b) shall include the following: Reclaimed Asphalt Pavement (RAP) is allowed in hot mix asphalt (HMA) up to a maximum binder replacement of 23 percent for all lifts, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or other deleterious substances, and must meet the uniformity requirements as outlined below. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual in accordance with CP-L 5120. The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP utilized in the Contractor RAP mix design shall be the average AC content determined in accordance with l B or i C, below, or alternatively, a minimum of five samples of the Contractors RAP stockpile may be sampled and the average AC content of the RAP be determined using AASHTO T-164, Method A or B, or in accordance with IC below. The Contractor shall determine the total binder replaced by the binder in the RAP pursuant to the following equation: Total Binder Replaced = (A x B) x 100/E Where: A = RAP % Binder Content B= RAP %in Mix* E = Total Effective Binder Content * in decimal format (i.e. 2% is 0.02) The Total Binder Replaced by the binder in the RAP shall not exceed 23 percent of the effective binder content of either the mix design or the produced mix. The use of RAP shall be controlled in accordance with subsections 105.05 and 106.05. If the Contractor elects to use RAP, the following additional conditions shall apply: The Contractor shall have an approved Quality Control (QC) Plan that details how the RAP will be processed and controlled. The QC plan shall address the following: A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the processing (crushing, screening, and rejecting) and stockpile operation for this specific project. B. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content may also be determined in accordance with CP-L 5120, provided an RAP AC content correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The correction factor shall be determined by performing correlation testing on the first five samples of the RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined in accordance with CP-L 5120: Frequency: 1/1000 tons of processed RAP material (minimum five tests) (Alternate) The Contractor may propose a RAP asphalt content correction factor to be used in conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be 120 used with all RAP asphalt contents tested for the mixture design and quality control sampling and testing. The methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be outlined in detail in the approved RAP QC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor used for the testing. The substantiation must be from data gathered from historical information or specific asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin material gradations, and the specific equipment used. D. Control of RAP Gradation (CP31 or AASHTO T-30): Frequency: 1/1000 tons of processed RAP material (minimum three tests) E. Process Control Charts shall be maintained for binder content and each screen listed in subsection 401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate control charts for each RAP stockpile. The control charts shall be displayed and shall be made available, along with RAP AC extraction testing laboratory reports to the Engineer upon request 2. The processed PUP must be 100 percent passing the 31.5 mm (I'14 inch) sieve. The aggregate obtained from the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the processed RAP shall he uniform in all the measured parameters in accordance with thefollowing: UNIFORMITY* Parameter Standard Deviation Binder Content 0.5 Percent Passing 19 mm (1/4") 4.0 Percent Passing 12.5 mm ('/a") 4.0 Percent Passing 9.5 mm (%") 4.0 Percent Passing 4.75 mm (#4) 4.0 Percent Passing 2.36 mm (#8) 4.0 Percent Passing 600 µm (#30) 3.0 Percent Passing 75 m #200 1.5 *Uniformity is the Maximum allowable Standard Deviation of test results of processed RAP. 3. If RAP millings generated are incorporated in the same project, in accordance with CPL 5145 the Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled and tested to allow full production of a RAP HMA mix. 121 April 26, 2012 REVISION OF SECTION 401 RECLAIMED ASPHALT SHINGLES Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(b) shall include the following: Reclaimed Asphalt Shingles (RAS) will be allowed in hot mix asphalt (FfMA) up to a maximum of 5 percent of the total weight of the mix provided all specifications for HMA are met. Only RAS from manufactured shingle waste or post -consumer asphalt shingles as defined by AASHTO MP 15 shall be allowed. The RAS shall not contain clay balls or vegetable matter. Deleterious materials such as metals, glass, rubber, soil, brick, tars, paper, wood, and plastic shall not exceed 3.0 percent by mass as determined by material retained on the 4.75 mm (No. 4) sieve. Lightweight materials such as paper, wood, and plastic shall not exceed 1.5 percent by mass as determined by material retained on the 4.75 mm (No. 4) sieve. Deleterious material will be determined by the amount retained on the 4.75 mm (No. 4) sieve from a 500g-700g RAS sample. The Contractor shall pick and weigh the amount retained on the 4.75 mm (No. 4) sieve. The moisture content of the RAS shall not exceed 15percent by mass. The Contractor shall provide, using the Polarized Light Microscopy (PLM) method (EPA-600/M4-82-020), asbestos test results from an independent laboratory accredited by the National Voluntary Laboratory Accreditation Program (NVLAP) verifying compliance with the Environmental Protection Agency (EPA) National Emission Standards for Hazardous Air Pollutants (NESHAP) requirements (i.e. nondetectable is defined as less or equal to 1 percent asbestos). The Contractor's Project Safety Management Plan shall include a hazard assessment and safety considerations for the RAS processing, construction operations, and materials testing operations. The Contractor shall certify in writing and by submitting certificates of compliance in accordance with subsection t06.12 that RAS samples collected and analyzed, for the purpose of identifying properties of RAS as defined in this specification, are representative of the RAS that will be used in the HMA production for this project. The Contractor or RAS Supplier shall allow CDOT to visit the RAS production, shipping site, or both during normal business hours to perform an audit by observing the quality control activities, to inspect the facilities, and to obtain RAS samples for testing. Access to the site shall be provided within 24 hours of notice from the Engineer. The Contractor shall submit a mix design in accordance with Section 403 and CP 52 for the amount of RAS to be used. The shingle aggregate gradation and specific gravity shall be determined in accordance with AASHTO PP 53. The AC content of the RAS utilized in the Contractor RAS mix design shall be determined in accordance with AASHTO T-164, Method A or B. The Contractor may use both RAS and RAP in the mix design. The Contractor shall determine the total binder replaced by the binder in the RAS and RAP pursuant to the following equation: Total Binder Replaced = ((A x B) + (C x D)) x 100/E Where: A= RAP % Binder Content B= RAP % in Mix * C= RAS % Binder Content D= RAS % in Mix * E= Total Effective Binder Content *in decimal format (i.e. 2% is 0.02) _1 122 The Total Binder Replaced by the binder in the RAS, RAP, or both shall not exceed 30percent of the effective binder content of either the mix design or the produced mix. The same equation shall be used to calculate the total binder replaced for RAS only mixes. The Contractor shall supply CDOT with total binder grading tests from a single sample collected during production specified by the Engineer. The Contractor may uniformly blend sand or fine aggregate with RAS in stockpiles if needed to keep the processed material workable. The sand or fine aggregate added shall be considered in the final gradation of the new HMA. HMA with RAS shall be tested for acceptance in accordance with subsections 105.05 and 106.05. HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field Materials Manual in accordance with CP-L 5120. If the Contractor elects to use RAS, the following additional conditions shall apply: The Contractor shall have an approved Quality Control Plan (QCP) that details how the RAS will be processed and controlled. When the Contractor intends to use RAS from a RAS Supplier, that supplier's QCP shall be submitted by the Contractor. The Engineer will, in writing, suspend the work wholly or in part, for failure to comply with the approved QCP. The QCP shall be submitted with the Contractor's HMA mix design and shall address the following: A. RAS Processing Plan. The RAS Processing Plan shall include a schematic diagram and narrative that explains the processing (grinding, screening, and rejecting) and stockpile operation for this specific project. Hand sorting of deleterious material prior to grinding is required. In addition, this plan shall address the control of agglomeration and moisture. B. Determination and Control of RAS Asphalt Binder Content (AASHTO T-164, Method A or B). RAS Asphalt Binder Content (AC) may also be determined in accordance with CP-L 5120, provided a RAS AC content correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The correction factor shall be determined by performing correlation testing on the first five samples of the RAS AC content, then at a frequency of one for every five AC content tests thereafter. The correction factor shall be determined by calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content determined in accordance with CP-L 5120. Frequency: 1/250 tons of processed RAS material (minimum five tests). C. Control of RAS Gradation (CP31 or AASHTO T-30): Frequency: 1/250 tons of processed RAS material (minimum three tests) D. Process Control Charts shall be maintained for RAS binder content and each screen listed in subsection 401.02(b)2., during addition of any RAS material to the stockpile. The Contractor shall maintain separate control charts for each RAS stockpile. The control charts shall be displayed and shall be made available to the Engineer upon request. E. Asbestos content of RAS: Frequency: 1/1000 tons of processed RAS material (minimum three tests) Moisture content of RAS: Frequency: 1/day G. Deleterious Material: 123 Frequency: 1/1000 tons of RAS material (minimum three tests) 2. The processed RAS shall be ground to meet the following requirements. Sieve Size Percent Passing by Mass 9.5 min 318 inch 100 4.75 mm No.4 90-100 3. The aggregate and binder obtained from the processed RAS shall be uniform in all the measured parameters in accordance with the following: Parameter Standard Deviation Binder Content 2.0 Percent Passing 75 µm (No. 200) 6.0 *Uniformity is the maximum allowable Standard Deviation of test results of processed RAS. In Subsection 401.22, delete the fifth paragraph and replace with the following: When asphalt binder is a separate pay item, the amount of asphalt binder contained in RAP material and RAS material will not be measured or paid for separately but shall be included in the work. 124 February 3, 2011 REVISION OF SECTION 401 TEMPERATURE SEGREGATION Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.16 delete the twelfth (last) paragraph and replace it with the following: The Engineer may evaluate the HMA for low density due to temperature segregation any time industry best practices, as detailed on Form 1346, are not being followed or the Engineer suspects temperature segregation is occurring. The Engineer will first meet with the Contractor to discuss the paving practices that are triggering the temperature investigation. Areas across the mat, excluding the outside I foot of both edges of the mat, that are more than 25 °F cooler than other material across the width may be marked for density testing. Material for temperature comparison will be evaluated in 3-foot intervals behind the paver across the width of the mat. The material shall be marked and tested in accordance with CP 58. If four or more areas within a lot of 500 tons have densities of less than 93 percent of the material's maximum specific gravity for SMA mixes or less than 92 percent of the material's maximum specific gravity for all other HMA mixes, a 5 percent price disincentive will be applied to the 500 ton lot. The 500 ton count begins when the Engineer starts looking for cold areas, not when the first cold area is detected. This price disincentive will be in addition to those described in Sections 105 and 106. Only one area per delivered truck will be counted toward the number of low density areas. Temperature segregation checks will be performed only in areas where continuous paving is possible. 125 January 6, 2012 REVISION OF SECTION 401 TOLERANCES FOR HOT MIX ASPHALT (VOIDS ACCEPTANCE) Section 401 of the Standard Specifications is hereby revised for this project as follows: In subsection 401.02(b) delete Table 401-1, including the footnotes, and replace with the following: Table 401-1 Tolerances for Hot Bituminous Pavement Element Tolerance Asphalt Cement Content + 0.3 % Voids in the Mineral Aggregate (VMA) + 1.2 % Air Voids + 1.2 % 126 May 5, 2011 REVISION OF SECTIONS 412,601 AND 711 LIQUID MEMBRANE -FORMING COMPOUNDS FOR CURING CONCRETE Sections 412, 601 and 711 of the Standard Specifications are hereby revised for this project as follows: In subsection 412.14, first paragraph, delete the second sentence and replace with the following: The impervious membrane curing compound shall meet the requirements of ASTM C 309, Type 2 and shall be volatile organic content (VOC) compliant. In subsection 601.13 (b), first paragraph, delete the second sentence and replace with the following: A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2 shall be used on surfaces where curing compound is allowed, except that Type 1 curing compound shall be used on exposed aggregate or colored concrete, or when directed by the Engineer. In subsection 601.16 (a) 1., delete the first sentence and replace with the following: 1. Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2 shall be uniformly applied to the surface of the deck, curbs and sidewalks at the rate of 1 gallon per 100 square feet. Delete subsection 711.01 and replace with the following: 711.01 Curing Materials. Curing materials shall conform to the following requirements: Burlap Cloth made from Jute or Kenaf AASHTO M 182 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 309 Sheet Materials for Curing Concrete AASHTO M 171* *Only the performance requirements of AASHTO M171 shall apply. Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean field or marsh hay may be substituted for straw when approved by the Engineer. Old dry straw or hay which breaks readily in the spreading process will not be accepted. February 3, 2011 127 REVISION OF SECTION 601 CONCRETE BATCHING Section 601 of the Standard Specifications is hereby revised for this project as follows: In subsection 601.06, delete (13) and (17) and replace with the following: (13) Gallons of water added by truck operator, the time the water was added and the quantity of concrete in the truck each time water is added. (17) Water to cementitious material ratio. February 3, 2011 128 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 214-03 Perennial -1 Gal. EA 237 $12.00 $ 2,844.00 623-02 Irrigation - Rain Garden LS 1 $6.000.00 $ 6,000.00 TOTAL, ALTERNATIVE BID S 105411.00 IN WORDS- 0hei 'ftV A(}%(� Gna _IF�f�J _ O✓S AfVA 6,*- A4 TV4!�jue'r t)o 114/S n,.G �yt f'S REVISION OF SECTION 601 CONCRETE FINISHING Section 601 of the Standard Specifications are hereby revised for this project as follows: In subsection 601.12 (a) delete the fifth paragraph and replace it with the following: Water shall not be added to the surface of the concrete to assist in finishing operations. Hand finishing should be minimized wherever possible. The hand finishing methods shall be addressed in the Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer than the maximum width of the surface to be struck off. It shall be sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in -place for more than 30 minutes or when initial set has begun. Finishing tools made of aluminum shall not be used. The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in accordance with current Industry standards. It shall identify the Contractor's method for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference. Concrete placement shall not begin until the Engineer has approved the QCP. The QCP shall identify and address issues affecting the quality finished concrete including but not limited to: (1) Timing of hand finishing operations (2) Methodology to place and transport concrete (3) Equipment and tools to be utilized (4) Qualifications and training of finishers and supervisors When the Engineer determines that any element of the approved QCP is not being implemented or that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address improperly placed material and how to remedy future hand finishing failures and bring the work into compliance with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations. In subsection 601.14(a) delete the fourth paragraph. 129 July 28, 2011 REVISION OF SECTION 601 CONCRETE FORM AND FALSEWORK REMOVAL Section 601 of the Standard Specifications is hereby revised for this project as follows: In subsection 601.09, delete (h) and replace with the following: (h) Removal of Forms. The forms for any portion of the structure shall not be removed until the concrete is strong enough to withstand damage when the forms are removed. Unless specified in the plans, forms shall remain in place for members that resist dead load bending until concrete has reached a compressive strength of at least 80 percent of the required 28 day strength, 0.80f c. Forms for columns shall remain in place until concrete has reached a compressive strength of at least 1,000 psi. Forms for sides of beams, walls or other members that do not resist dead load bending shall remain in place until concrete has reached a compressive strength of at least 500 psi. Forms and supports for cast -in -place concrete box culverts (CBCs) shall not be removed until the concrete compressive strength exceeds 0.6 f for CBCs with spans up to and including 12 feet, and 0.67 f' for CBCs with spans exceeding 12 feet but not larger than 20 feet. Forms for CBCs with spans larger than 20 feet shall not be removed until after all concrete has been placed in all spans and has attained a compressive strength of at least 0.80f c. Concrete compressive strength shall be determined using information concrete cylinders or by maturity meters. At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the location where information cylinders will be taken or maturity meters placed. If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at support locations and other locations as directed by the Engineer. Casting of the information cylinders will be witnessed by the Engineer. The information cylinders shall remain in the molds and cured in the same manner as the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined using the compressive strength of at least two information cylinders. The contractor shall be responsible for protecting the information cylinders from damage. Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire.. At a minimum a maturity meter will be placed at the mid -span of beams and at support locations. Placement shall be as directed by the Engineer. For structures with multiple sets of information cylinders or maturity meters, the lowest compressive strength shall determine when the forms can be removed. Acceptance cylinders shall not be used for determining compressive strength to remove forms. When field operations are controlled by information cylinder tests or maturity meter, the removal of forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. Forms for median barrier, railing or curbs, may be removed at the convenience of the Contractor after the concrete has hardened. 130 All forms shall be removed except permanent steel bridge deck forms and forms used to support hollow abutments or hollow piers when no permanent access is available into the cells. When permanent access is provided into box girders, all interior forms and loose material shall be removed, and the inside of box girders shall be cleaned. In subsection 601.11, delete (e) and replace with the following: (e) Falsework Removal. Unless specified in the plans or specifications, falsework shall remain in place until concrete has attained a minimum compressive strength of 0.80f c. Falsework supporting any span of a simple span bridge shall not be released until after all concrete, excluding concrete above the bridge deck, has attained a compressive strength of at least 0.80f c. Falsework supporting any span of a continuous or rigid frame bridge shall not be released until after all concrete, excluding concrete above the bridge deck, has been placed in all spans and has attained the compressive strength of at least 0.80f c. Falsework for arch bridges shall be removed uniformly and gradually, beginning at the crown, to permit the arch to take its load slowly and evenly. Falsework supporting overhangs and deck slabs between girders shall not be released until the deck concrete has attained a compressive strength of at least 0.80f c. Falsework for pier caps which will support steel or precast concrete girders shall not be released until the concrete has attained a compressive strength of at least 0.80f c. Girders shall not be erected onto such pier caps until the concrete in the cap has attained the compressive strength of at least 0.80f1c. Falsework for cast -in -place prestressed portions of structures shall not be released until after the pre -stressing steel has been tensioned. Concrete compressive strength shall be determined using information concrete cylinders or by maturity meters. At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the location that information cylinders will be taken or maturity meters placed. If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at support locations and other locations as directed by the Engineer. Casting of the information cylinders will be witnessed by the Engineer. The information cylinders shall remain in the molds and cured in the same manner as the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined using the compressive strength of at least two information cylinders. The Contractor shall be responsible for protecting the information cylinders from damage. Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. At a minimum a maturity meter will be placed at the mid -span of beams and at support locations. Placement shall be as directed by the Engineer. For structures with multiple sets of information cylinders or maturity meters, the lowest compressive strength shall determine when the falsework can be removed. Acceptance cylinders shall not be used for determining compressive strength to remove falsework. 131 132 July 29, 2011 REVISION OF SECTION 601 CONCRETE SLUMP ACCEPTANCE Section 601 of the Standard Specifications is hereby revised for this project as follows: Delete the fifth paragraph of Subsection 601.05 and replace with the following: Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inch. The laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class BZ mix design. A new trial mix will not be required. Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace with the following: (b) Slump. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that exceeds the slump of the approved concrete mix design by 2.0 inches will be retested. If the slump is exceeded a second time, that load is rejected. If the slump is greater than 2 inches lower than the approved concrete mix design, the load can be adjusted with a water reducer, or by adding water (if the w/cm allows) and retested. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to reduced payment or removal as determined by the Engineer. (d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be according to Table 601-3 and shall be applied to the unit price bid for Item 601, Structural Concrete. If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the product of the individual pay factors. Table 601-3 PAY FACTORS Percent Total Air Strength Below Deviations Pay Below Pay Specified From Factor Specified Factor Strength Specified (Percent Strength (psi) (Percent (psi) Air ) [ < 4500 psi ) [ ? 4500 psi (Percent) Concrete] Concrete] 0.0-0.2 98 1-100 98 1-100 0.3-0.4 96 101-200 96 101-200 0.5-0.6 92 201-300 92 201-300 0.7-0.8 84 301-400 84 301-400 0.9-1.0 75 401-500 75 401-500 Over 1.0 Reject Over 500 Reject 65 501-600 54 601-700 42 701-800 29 801-900 15 901-1000 Reject Over 1000 133 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.16 delete the fifth paragraph. February 17, 2012 134 May 8, 2014 REVISION OF SECTION 630 RETROREFLECTIVE SIGN SHEETING Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.02, delete the sixth and seventh paragraphs, including Table 630-1, and replace them with the following: Retroreflective sheeting for all signs requiring an orange background shall be Type VI or Type Fluorescent. Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent. Table 630-1 RETROREFLECTIVE SHEETING TYPES Type VI Sheeting Type IV (Roll -up sign material) Type Fluoreseentl Application Work Zone Work Zone Work Zone All Orange Construction Signs X Orange Construction Signs that are used only during daytime X a X hours for short term or mobile operations Barricades (Temporary) X X Vertical Panels X X Flaggers Stop/Slow Paddle X X Drums'' X X Non -orange Fixed Support signs X with prefix "W Special Warning Signs X STOP sign (RIA) YIELD sign (RI-2) WRONG WAY sign (R5-la) X DO NOT ENTER sign (R5-1) EXIT sign (E5-Ia) DETOUR sign (M4-9) or X (M4-10) All other fixed support. signs} X X All other signs used only during X X working hours All other signs that are used only during daytime hours for X Xs X short term or mobile operations I Fluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List. 2 Drum Sheeting shall be manufactured for flexible devices. 3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be mounted in accordance with Standard Plan S-630-1. 4 RS 24 only. 5 White only. 135 January 31, 201 REVISION OF SECTION 630 SIGNS AND BARRICADES Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.02, delete the second paragraph, and replace with the following: Temporary sign support assembly shall be timber, perforated square metal tubing inserted into a larger base post or slip base or perforated metal U-channel with a slip base. The temporary sign support assembly shall conform to NCHRP and AASHTO requirements regarding temporary sign supports during construction. Subsection 630.02 shall include the following: If a timber post is selected, it shall conform to the requirements of subsection 614.02. 136 October 31, 2013 REVISION OF SECTION 703 AGGREGATE FOR BASES Section 703 of the Standard Specifications is hereby revised for this project as follows: In subsection 703.03, first paragraph, delete the first sentence and replace with the following: Aggregates for bases other than Aggregate Base Coarse (RAP) shall be crushed stone, crushed slag, crushed gravel, natural gravel, crushed reclaimed concrete or crushed reclaimed asphalt pavement (RAP). All materials except Aggregate Base Course (RAP) shall conform to the quality requirements of AASHTO M 147 except that the requirements for the ratio of minus 75 µm (No. 200) sieve fraction to the minus 425 µm (No. 40) sieve fraction, stated in 3.2.2 of AASHTO M 147, shall not apply. The requirements for the Los Angeles wear test (AASHTO T 96 & ASTM C535) shall not apply to Class 1, 2, and 3. Aggregates for bases shall meet the grading requirements of Table 703-3 for the class specified for the project, unless otherwise specified. 137 November 1, 2012 REVISION OF SECTION 703 AGGREGATE FOR HOT MIX ASPHALT Section 703 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 703.04 and replace with the following: 703.04 Aggregates for Hot Mix Asphalt. Aggregates for hot mix asphalt (HMA) shall be of uniform quality, composed of clean, hard, durable particles of crushed stone, crushed gravel, natural gravel, or crushed slag. Excess of fine material shall be wasted before crushing. A percentage of the aggregate retained on the 4.75 mm (No. 4) sieve for Gradings S, SX and SG— and on the 2.36 mm (No. 8) sieve for Gradings SF and ST—shall have at least two mechanically induced fractured faces when tested in accordance with Colorado Procedure 45. This percentage will be specified in Table 403-1, as revised for the project in Section 403. The angularity of the fine aggregate shall be a minimum of 45.0 percent when determined according to AASHTO T 304. Grading SF mixes, when determined by RME, may not require fine aggregate angularity of 45.0 percent. Aggregate samples representing each aggregate stockpile shall be non -plastic if the percent of aggregate passing the 2.36 mm (No. 8) sieve is greater than or equal to 10 percent by weight of the individual aggregate sample. Plasticity will be determined in accordance with AASHTO T 90. The material shall not contain clay balls, vegetable matter, or other deleterious substances. The aggregate for Gradings ST, S, SX and SG shall have a percentage of wear of 45 or less when tested in accordance with AASHTO T 96. Table 7034 MASTER RANGE TABLE FOR HOT MIX ASPHALT Percent by Weight Passing Square Mesh Sieves Sieve Size Grading Grading SF** Grading ST Grading SX S Grading SG 37.5 mm 100 (I %") 25.0 mm (1 ") 100 90— 100 19.0 mm (%") 100 90-100 12.5 mm (%:") 100 90-100 9.5 mm (%") 100 90-100 4.75 mm (#4) 90-100 2.36 mm (#8) * 28 — 58 28 — 58 23 — 49 19 — 45 1.18mm(#16) 30-54 600 µm (430) 300 µm (#50) 150 µm (# 100) 75 µm (#200) 2 — 12 2 — 10 2 — 10 2-8 1-7 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. **SF applications are limited and the CDOT Pavement Design Manual should be referenced, prior to use. Aggregates for stone matrix asphalt (SMA) shall be of uniform quality, composed of clean, hard, durable particles of crushed stone, crushed gravel, or crushed slag. A minimum of 90 percent of the particles retained on the 4.75 mm (No. 4) sieve shall have at least two mechanically induced fractured faces when tested in accordance with 138 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: WALSH CONSTRUCTION INC. CONTRACTOR BY: Matthew T. Walsh May 12, 2015 Printed Date President Title C1-119 License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address 8139 Open View Place, Loveland, CO 80537 Telephone 970-622-8227 Email matt(;Dwalshconstruction.us Colorado Procedure 45. The particles passing the 4.75 mm (No. 4) sieve shall be the product of crushing rock larger than 12.5 min ('/z inch) and shall be non -plastic when tested in accordance with AASHTO T 90. Additionally, each source of aggregate for SMA shall meet the following requirements: (1) No more than 30 percent when tested in accordance with AASHTO T 96 Resistance to Degradation of Small - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. (2) No more than 12 percent when tested in accordance with AASHTO T 104 Soundness of Aggregate by Use of Sodium Sulfate. The aggregate for Hot Mix Asphalt (HMA) shall meet the requirements of Table 7034A when tested in accordance with CP-L 4211 Resistance of Coarse Aggregate to Degradation by Abrasion in the Micro-Deval Apparatus. The Contractor shall be assessed a price reduction of $1000 for each production sample of the combined aggregate with a value greater than 20 according to CP-L 4211. Table 7034A AGGREGATE DEGRADATION BY ABRASION IN THE MICRO-DEVAL CP-L 4211 Not to exceed Combined Aggregate (Mix Design) 18 Combined Aggregate (1/10, 000 tons, or fraction thereof during 20 139 July 28, 2011 REVISION OF SECTION 703 CONCRETE AGGREGATES Section 703 of the Standard Specifications is hereby revised for this project as follows: Delete the second paragraph of subsection 703.00 and Table 703-1. Delete subsections 703.01 and 703.02 and replace with the following: 703.01 Fine Aggregate for Concrete. Fine aggregate for concrete shall conform to the requirements of AASHTO M 6, Class A. The minimum sand equivalent, as tested in accordance with Colorado Procedure 37 shall be 80 unless otherwise specified. The fineness modulus, as determined by AASHTO T 27, shall not be less than 2.50 or greater than 3.50 unless otherwise approved. 703.02 Coarse Aggregate for Concrete. Coarse aggregate for concrete shall conform to the requirements of AASHTO M 80, Class A aggregates, except that the percentage of wear shall not exceed 45 when tested in accordance with AASHTO T 96. 140 November 1, 2012 REVISION OF SECTION 712 GEOTEXTILES Section 712 of the Standard Specifications is hereby revised for this project as follows: In subsection 712.08, delete the third and fourth paragraphs and replace with the following: Physical requirements for all geotextiles shall conform to the requirements of AASHTO M-288. Materials shall be selected from the New York Department of Transportation's Approved Products List of Geosynthetic materials that meet the National Transportation Product Evaluation Program (NTPEP) and AASHTO M-288 testing requirements. The current list of products that meet these requirements is located at: www.dot.nv.sov The Geotextile Approved Products List may be accessed by clicking on the following tabs once on the NYDOT site to: (1) A To Z Site Index (2) Approved List (3) Approved Products (4) Materials and Equipment (5) Geosynthetics for Highway Construction (6) Geotextiles In subsection 712.08, delete Table 712-2 and replace with the following 141 Table 712-2 TYPICAL VALUES OF PERMEABILITY COEFFICIENTS' Particle Effective Size Range Size Permeability Turbulent Flow Millimeters inches Coefficient k D max D min D 20 mm cm/s (inches) Derrick STONE 3000 (120) 900 (36) 1200 (48) too One-man STONE 300 (12) 100 (4) I50 (6) l0 Clean, fine to coarse 80 (3) 10 (%4) 13 (%) 10 GRAVEL Fine, uniform 8 (%) 1-5 016) 3 ('/„) GRAVEL Very coarse, clean, 3 ('/a) 0.8 ('/3,) 1.5 016) 3 uniform SAND Laminar Flow Uniform, coarse 2 (ye) 0.5 064) 0.6 0.4 SAND Uniform, medium 0.5 0.25 0.3 0.1 SAND Clean, well paraded 10 0.05 0.1 0.01 SAND & GRAVEL Uniform, fine SAND 0.25 0.05 0.06 40 x 10-4 Well -graded, silty 5 0.01 0.02 4 x 10-4 SAND & GRAVEL Silty SAND 2 0.005 0.01 1.0 x 10-4 Uniform SILT 0.05 0.005 0.006 0.5 x 10"4 Sandy CLAY 1.0 0.001 0.002 0.05 x 104 Silty CLAY 0.05 0.001 0.0015 0.01 x W CLAY (30% to 50% 0.05 0.0005 0.0008 0.001 x 10 clay sizes) Colloidal CLAY (-2 0.01 10 40 10µm 50%) Basic Soils Engineering, R.K. Hough, 2nd Edition, Ronald Pess Co.; 1969, Page 76. Note: Since the permeability coefficient of the soil will be unknown in most non- critical, non -severe applications for erosion control and drainage, the soil - permeability coefficients listed in Table 712-2 may be used as a guide for comparing the permeability coefficient of the fabric with that of the in - lace soil 142 February 3, 2011 REVISION OF SECTION 712 WATER FOR MIXING OR CURING CONCRETE Section 712 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 712.01 and replace it with the following: 712.01 Water. Water used in mixing or curing concrete shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetation, or other substance injurious to the finished product. Concrete mixing water shall meet the requirements of ASTM C 1602. The Contractor shall perform and submit tests to the Engineer at the frequencies listed in ASTM C 1602. Potable water may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, and other foreign materials. 143 EROSION CONTROL REPORT/STORMWATER MANAGEMENT PLAN FOR REMINGTON GREENWAY Prepared by: Interwest Consulting Group 1218 West Ash, Suite C Windsor, Colorado 80550 Phone: 970.674.3300 Fax: 970.674.3303 Prepared for: City of Fort Collins Engineering Department 281 North College Avenue Fort Collins, Colorado 80524 Phone: 970.221.6588 March 9, 2015 INTRAWNST CON SULTING GROUP INTlRY' ST C O N S U L T[ N G G R O UP March 9, 2015 Mr. Jesse Schlam City of Fort Collins Stormwater 700 Wood Street Fort Collins, CO 80522-0580 RE: Erosion Control Report /Stormwater Management Plan for Remington Greenway Dear Jesse, I am pleased to submit for your review and approval, this Erosion Control Report/Stormwater Management Plan for the Remington Greenway. This report provides the City with an erosion control plan for the proposed development that addresses the topics outlined in the City Erosion Control Report Requirements. This plan mimics the State of Colorado General Permit and Stormwater Management Plan requirements. I appreciate your time and consideration in reviewing this submittal. Please call if you have any questions. Sincerely, Erika Schneider, P.E. Interwest Consulting Group TABLE OF CONTENTS 1. INTRODUCTION.................................................................................................................... 1 2. SITE DESCRIPTION............................................................................................................... 1 3. BMPS FOR STORMWATER POLLUTION PREVENTION ................................................ 5 3.1. Erosion and Sediment Controls........................................................................................ 5 3.2 Materials Handling and Spill Prevention......................................................................... 7 4. STORMWATER MANAGEMENT CONTROLS.................................................................. 9 4.1. SWMP Administrator....................................................................................................... 9 4.2. Identification of Potential Pollution Sources................................................................... 9 5. FINAL STABILIZATION AND LONG TERM STORMWATER MANAGEMENT......... 11 6. INSPECTION AND MAINTENANCE................................................................................. 12 6.1. City of Fort Collins Standard Erosion and Sediment Control Notes ............................. 12 6.2. City of Fort Collins Erosion Control Security Calculations ........................................... 13 7. SWMP IMPLEMENTATION................................................................................................ 15 APPENDIX A—BMP DETAILS................................................................................................ A APPENDIX B—EROSION CONTROL PLAN.........................................................................B APPENDIX C—CONSTRUCTION SEQUENCE....................................................................0 APPENDIX D—SOIL INFORMATION................................................................................... D LIST OF FIGURES Figure1—Vicinity Map......................................................................................2 LIST OF TABLES Table 2.1—On-site Soil Characteristics....................................................................3 Table 6.1—Erosion Control Cost Estimate...............................................................14 1. INTRODUCTION The primary purpose of preparing and maintaining a stormwater management plan is to improve the health and quality of the State's urban waterways. The preparation and maintenance of the plan will contribute to this objective by facilitating an approach to stormwater management, establishing a program of actions to be used during construction activities, and describing stormwater management controls and various Best Management Practices (BMPs) necessary to reduce erosion, sediment and pollutants in stormwater discharge. Information concerning the State of Colorado General Pernut and Stormwater Management Plan are not included in the appendices of this report. The site is over one acre and will require a SWMP permit. 2. SITE DESCRIPTION This project is located in the west half of Sections 12 and 13, Township 6 North, Range 69 West of the Sixth Principal Meridian, in the City of Fort Collins, Larimer County, Colorado. See Figure 1 for a vicinity map. The project will consist of restriping Remington from Spring Park to Mountain, construction of a mini roundabout at the intersection of Remington and Laurel and curb and gutter work including bulb -outs at the intersections of Remington and Lake, Remington and Elizabeth, Remington and Magnolia, and Remington and Olive. Finally, a bulb out rain garden will be installed on the west side of Remington just north of its intersection with Lake to define parking and provide water quality in a rain garden. The total disturbed area will be about 1.25 acres. Today, the site's current vegetative density is 100% (completely paved or landscaped). The area drains to existing storm systems located in Remington. These storm systems eventually discharge to the Cache La Poudre River. 1 I p v u�. o I■ .... III m":C::ui See REMINGTON GREENWAY VICINITY MAP N.T.S. Figure 1--Vicinity Map SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors Existing soil types on site as classified by the NRCS Soil Survey of Larimer County are classified as Altvan-Satanta loams, Fort Collins loam, Nunn clay loam and Satanta loam. Please refer to Table 2.1 for additional soil characteristics. Table 2.1: On -site Soil Characteristics Percent of Hydrologic K Wind Soil Type Site Soil Grog Factor 2 Altvan-Satanta loam 15% B 0.28 _Group 5 Fort Collins loam 69% C 0.43 5 Nunn clay loam 2% C 0.28 6 Satanta loam 14% B 0.32 5 'K factors range from 0.02 to 0.69. The higher value, the more susceptible the soil is to sheet and rill erosion by water. 2Soils assigned to wind group 1 are the most susceptible to wind erosion, soils assigned to wind group 8 are the least susceptible. Overall, the soils on site can be classified as moderately erodible. Please refer to Appendix D for the on -site soil information from the NRCS Soil Survey of Larimer County. The projects runoff will follow existing conditions and continue to be collected in existing inlets. 3 The anticipated sequence of construction shall progress as follows: 1) Installation of perimeter and offsite erosion control measures (gravel bags in the curb and gutter at the downstream ends of the construction areas, inlet protection at the existing inlets all installed prior to any demolition). Other measures as required for erosion control will be constructed throughout the project. 2) Sub -grade preparation for the curb and gutters 3) Curb and gutter 4) Paving 5) Final grading and landscaping. All disturbed ground will be impervious (concrete, asphalt, or building), seeded and mulched, sodded or xeriscaped to permanently stabilize the site. The rain garden will be completed at this time as well. No outside sources of pollution currently exist on this site. Potential pollutant sources brought onto the site during construction will be discussed (along with spill prevention) in Section 3.2 below. The anticipated non-stormwater components of discharge with this project are landscape irrigation return flows. Runoff from the site will flow toward the existing inlets and the rain garden and then be conveyed through the existing pipe network. The project is within the City's Old Town and Spring Creek Master Basins. The area ultimately drains to the Cache La Poudre River. 4 3. BMPS FOR STORMWATER POLLUTION PREVENTION 3.1. Erosion and Sediment Controls Structural Practices: Structural practices for the site will consist mainly of mobile concrete washout areas, inlet protection and gravel bags which are described in detail in the following paragraphs. Detail drawings of these BMPs are also included in Appendix A. These BMPs are expected to change as the construction progresses and it is the responsibility of the contractor to ensure appropriate BMPs are in place and/or removed at the appropriate time in the construction sequence. All temporary and permanent erosion and sediment control practices must be maintained and repaired as needed to assure continued performance of their intended function. All BMPs shall be inspected and repaired or replaced as indicated in Section 6 and as required to satisfy the conditions of the Permit. Concrete washout area is intended to contain washout liquids and solids that result from the cleaning of concrete trucks and pumps. Washouts should be placed near the area where the concrete is being poured. Inlet protection and gravel bags prevent sediment from entering storm drainage systems prior to permanent stabilization of the disturbed site area via ponding and settling of sediment. Inlet protection shall be placed at inlets near the site as inlet protection. Storm inlet protection must be inspected and maintained after every rainfall event that produces runoff. Sediment must be removed and rocks replaced. Gravel bag wattles shall be used as flow line protection along proposed curb & gutter on the site. Non -Structural Practices: If there are any low sloped areas exposed during land disturbing activity (stripping, grading, utility installations, stockpiling, filling, etc.) they shall be kept in a roughened condition by ripping or disking along land contours until mulch, vegetation or other permanent erosion control is installed. If there are any exposed steep sloped areas exposed during land disturbing activity (stripping, grading, utility installations, stockpiling, filling, etc.) they shall have slope protection. The contractor shall use a "tracked" vehicle, run perpendicular to slope so that the tracking runs on the contour to inhibit rill/gully erosion; the contractor may use other windrow -type methods as necessary. 5 No soil shall remain exposed by land disturbing activity for more than thirty (30) days. At that time temporary or permanent erosion control seed/mulch, landscaping, etc. is required. Additional Non -Structural Practices are strongly encouraged such as minimizing the disturbance of soils and vegetation, providing educational materials on disposal /recycling, spill prevention / clean up, identification and elimination of illicit discharges, promotion of street sweeping and the development of public education programs. THE CONTRACTOR SHALL ADD ANY AND ALL BMP'S AND DETAILS NEEDED FOR SEDIMENT/EROSION CONTROL. R 31 Materials Handling and Spill Prevention Potential impacts from significant materials and their handling are as follows: Chemicals, cleaning substances, and petroleum products related to the construction will be stored within the construction trailer or storage shed where it will not be in contact with precipitation. No storage of these materials will be allowed outside. Maintenance of equipment shall not take place on site. Fueling will be accomplished off - site. Absorbent (kitty litter) will be in the construction trailer and applied on any spill immediately and the dry material disposed of properly and legally. All construction waste shall be disposed of in the available dumpsters throughout the workday. Liquid wastes will be hauled off site and disposed of properly and legally. Any cleaning or maintenance of small equipment will be required to be done within a containment device (horse trough or small "kiddy pool') and the liquid disposed of properly and legally. In the event of any spill, the SWMP Administrator shall be immediately notified. Spills can be broken into three categories. Their definitions and the procedures required to address the spills are as follow: Minor Spill — A spill generally of less than 5 gallons which is unlikely to reach adjacent waters (i.e. equipment leak). Procedure: a. Stop the source of the spill. b. Contain the spillage. c. Contact the SWMP Administrator. d. Clean up the spill with on -site absorbent material (kitty litter) e. Dispose of the dry material properly or legally. f. Document the spill and the response in the SWMP including dates and times — verify that the pollutants are completely cleaned up. g. Include incident in the following training meeting. h. Provide information to the City of Fort Collins at the next regular inspection. 7 Significant Spill — A spill of pollutants or oils of any size that will likely or has reached adjacent waters, may endanger health or the environment, or which may exceed a water quality standard. Procedure: a. Stop the source of the spill. b. Contain the spillage. c. Contact the SWMP Administrator. d. Clean up the spill with on -site absorbent material (kitty litter) e. Dispose of the dry material properly and legally. f. Document the spill and the response in the SWMP — verify that the pollutants are completely cleaned up. g. Notify the City of Fort Collins (970) 221-6700 and the Colorado Department of Public Health and Environment spill reporting line (877) 518-5608 of the spill. h. Notify the same two entities above with a written submission (outlined within the permit) within 5 calendar days. i. Include incident in the following training meeting. Hazardous Spill — A spill of a dangerous substance requiring expert cleanup. Procedure: a. Secure the area — do not approach the spill. b. Offer first aid to any injured parties. c. Call 911 and describe the nature of the spill and any injuries. d. If possible, isolate downstream areas from the spill (for example, cover an inlet that is downstream and a safe distance from the spill with plastic and soil). e. Contact the SWMP Administrator. f. Document the spill and the response in the SWMP g. Notify the City of Fort Collins (970) 221-6700 and the Colorado Department of Public Health and Environment spill reporting line (877) 518-5608 of the spill. h. Notify the same two entities above with a written submission (outlined within the permit) within 5 calendar days. i. Include incident in the following training meeting. 8 4. STORMWATER MANAGEMENT CONTROLS 4.1. SWMP Administrator The Local Contact and SWMP Administrator is (INSERT CONTACT NAME, POSITION, COMPANY, AND PHONE NUMBER). (INSERT CONTACT) will be responsible for developing, implementing, maintaining, and revising the SWMP. (INSERT CONTACT) will also be responsible for required inspections and coordinating and documenting changes or repairs resulting from inspections. (INSERT CONTACT) will be responsible for the training and enforcement aspects of the SWMP and he is the first point of contact for any stormwater issues. 4.2. Identification of Potential Pollution Sources The permit identifies 13 potential sources that must be evaluated for their potential to contribute pollutants to stormwater discharge. These items have been evaluated below for this project: 1) Disturbed and stored soil — YES — The construction will require that areas be disturbed exposing soil including paving and repaving. BMPs will include gravel bags or inlet protection on existing inlets, minimizing disturbance of existing vegetation and hard surfaces, and slope roughening and tracking of slopes after disturbance and prior to landscaping or paving will be implemented. 2) Vehicle tracking of sediment — NO — Vehicles will not drive on unpaved surfaces. 3) Management of contaminated soil — NO — Soil borings do not indicate any existing contamination. If encountered, dispose of material properly and legally. 4) Loading and unloading operations — YES — Chemicals and petroleum products will be brought to the site. Anytime these are being transported, they will be in a sealed container. 5) Outdoor storage activities — YES — Inert materials such as wood and stone will be stored outside and will likely be covered with tarps or plastic, but are not pollutant sources and are not covered by the permit. Chemicals and petroleum products will be stored within the construction trailer or storage "shed. Cement and mortar bags (if not contained in a vehicle or storage shed) will be completely covered with plastic to avoid contact with precipitation. 6) Vehicle and equipment maintenance and fueling — NO — Vehicle maintenance and fueling will not take place. No fuel will be stored on site. 9 7) Significant dust or particulate generating processes — NO — The area of heavy construction is very limited; however, in order to control the dust or particulate generating process, a water truck or similar watering device will be on site at all times. 8) Routine maintenance activities involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc. — YES — Fertilizers and pesticides will not be used. Any cleaning or maintenance of small equipment will be required to be done within a containment device (horse trough or small "kiddy pool" and the liquid disposed of properly and legally. 9) On -site waste management — YES — The site construction will result in construction waste. A dumpster for trash and a dumpster for bulk recycling will be on the site. Waste will be hauled to the dumpsters by hand or in loaders. Dumpsters will be hauled off as needed. No construction waste will be left outside overnight without being located in a dumpster. No construction debris (including broken concrete) may be buried on the site. 10) Concrete truck/equipment washing — YES — Two mobile concrete washouts will be provided on site. This will be used for trucks and for any masonry / concrete tools. 11) Dedicated asphalt of concrete batch plants — NO — None on this project. 12) Non-structural waste sources such as worker trash and portable toilets — YES —Trash dumpster will be available for worker's trash and will be located near the construction trailer and emptied weekly. Portable toilets will be staked on site near the construction trailer. 13) Other areas where potential spills can occur — NO — The above 12 items are adequate for the anticipated construction process. CONTRACTOR TO UPDATE THE ABOVE INFORMATION WITH EXACT LOCATIONS OF THE CONCRETE WASHOUT, DUMPSTERS, AND PORTABLE TOILETS PRIOR TO COMMENCEMENT OF CONSTRUCTION AND UPDATED AS NECESSARY THROUGHOUT THE CONSTRUCTION SEQUENCE. 10 5. FINAL STABILIZATION AND LONG TERM STORMWATER MANAGEMENT Long-term erosion control for this site will be the established vegetative cover, landscaping and xeriscaping along with the completed site improvements (pavement and buildings). All disturbed areas will be paved, sodded or mulched. The soil in such areas shall be thoroughly loosened to a depth of not less than eight (8) inches; and soil amendments shall be thoroughly incorporated into the soil of such areas to a depth of at least six (6) inches by tilling, discing or other suitable method, at a rate of at least three (3) cubic yards of soil amendment per one thousand (1,000) square feet of area to be planted, unless at least four (4) inches of loose top soil has been placed on the area after completion of construction activity on top of not less than four (4) inches of loosened subgrade soils. Final stabilization shall be considered achieved once the over -lot grading is complete and all vegetation is established. Vegetation shall not be considered established until a ground cover is achieved which is demonstrated to be mature enough to control soil erosion (70% of the original vegetative cover of 100%). 11 6. INSPECTION AND MAINTENANCE Site inspections will be performed to effectively address maintenance, repair, and adequacy of BMPs. The site inspections will be performed by the SWMP Administrator or his designee a minimum of once every fourteen (14) calendar days on active construction sites and within 24 hours after a significant storm event (event causing erosion). As part of the site inspections the inspector will keep documentation of all inspections and BMP maintenance, including updated Site Maps indicating new BMPs or the removal of BMPs since the previous inspection. Blank Site Maps will be utilized and will be redlined by the SWMP Administrator throughout construction to note all BMPs, pollutant sources, storage locations, etc. Any maintenance, repair, or necessary installation of BMPs that are noted during the inspection must begin immediately. The modifications shall be noted in the SWMP and the action taken as a result of the inspection shall be noted and certified on or attached to the original inspection report (date and time that the repair or change was started and finished and a certification that it was done properly). 6.1. City of Fort Collins Standard Erosion and Sediment Control Notes 1) The City Stormwater Department erosion control inspector must be notified at least 24 hours prior to any construction on this site. 2) All required BMPs shall be installed prior to any land disturbing activity (stockpiling, stripping, grading, etc.). All of their required erosion control measures shall be installed at the appropriate time in the construction sequence as indicated in the approved project schedule, construction plans, and erosion control report. 3) Pre -disturbance vegetation shall be protected and retained wherever possible. Removal or disturbance of existing vegetation shall be limited to the area required for immediate construction operations, and for the shortest practical period of time. 4) All soils exposed during land disturbing activity (stripping, grading, stockpiling, filling, etc.) shall be kept in a roughened condition by ripping or disking along land contours until mulch, vegetation, or other permanent erosion control is 12 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Walsh Construction, Inc. as Principal, and Employers Mutual Casualty Company , as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Five Percent (5%) of Total Amount Bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 8113 Remington Greenway. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. installed. No soils in areas outside project street rights of way shall remain exposed by land disturbing activity for more than thirty (30) days before required temporary or permanent erosion control (e.g. seed/mulch, landscaping, etc.) is installed, unless otherwise approved by the Stormwater Department. 5) The project must be watered and maintained at all times during construction activities so as to prevent wind -caused erosion. All land disturbing activities shall be immediately discontinued when fugitive dust impacts adjacent properties, as determined by the City Engineering Department. 6) All temporary (structural) erosion control measures must be inspected and repaired or reconstructed as necessary after each runoff event and every 14 days in order to assure continued performance of their intended function. All retained sediments, particularly those on paved roadway surfaces, shall be removed and disposed of in a manner and location so as not to cause their release into any drainage way. 7) No stockpile shall exceed ten (10) feet in height. All soil stockpiles shall be protected from sediment transport by surface roughening, watering, and perimeter silt fencing. Any soil stockpile remaining after 30 days shall be seeded and mulched. 8) City Ordinance prohibits the tracking, dropping, or depositing of soils or any other material onto city streets by or from any vehicle. Any inadvertent deposited material shall be cleaned immediately by the contractor. 6.2. City of Fort Collins Erosion Control Security Calculations The cost of erosion control for the site was compared to the cost to reseed the entire site and the greater cost was used to establish the erosion control escrow amount. The cost to reseed the site is estimated at $1,375.00. Using a multiplier of 1.5 the erosion control escrow amount would be $2,062.50. The site erosion control cost is estimated at $4,600.00. Using a multiplier of 1.5 the erosion control escrow amount would be $6,900.00. The larger sum of the Erosion Control cost and the Reseeding cost shall be used for the escrow account. Therefore, the Erosion Control Escrow amount is $6,900.00. See Table 6.1 for a break -down of the costs associated with seeding and erosion control. 13 Table 6.1: Erosion Control Cost Estimate ITEM QUANTITY UNIT COST/UNIT TOTAL COST Inlet Protection IP 9 EA $ 150.00 $ 1,350.00 Gravel Bag Curb Protection GB 22 EA $ 75.00 $ 1,650.00 Concrete Washout CW 2 EA $ 800.00 $ 1,600.00 Subtotal Contingency (50%) Total $ 4,600.00 $ 2,300.00 $ 6,900.00 CITY RESEEDING COST Reseed/Mulch 1.25 ACRE $ 1,100.00 $ 1,375.00 Subtotal Contingency (50%) Total $ 1,375.00 $ 687.50 $ 2,062.50 CALCULATED EROSION CONTROL ESCROW AMOUNT $6,900 Note: Minimum Escrow Amount is $3,000 14 7. SWMP IMPLEMENTATION It is the responsibility of the contractor to operate and maintain all facilities and systems of treatment and control which are installed to achieve compliance with the conditions of the permit. This includes effective performance, adequate funding, adequate staffing and training, etc. (see permit). All personnel on the construction site who will be in a position to affect or be affected by the SWMP shall be trained prior to beginning work. These individuals will be given general orientation information regarding the project and SWMP, shown where the SWMP is physically located, the SWMP will be explained to them and available for their review, and the enforcement policy will be reviewed. After this training, a certification that the employee or subcontractor's employee is familiar with the document and its procedures will be signed. Copies of these certifications are included in the Appendix. Throughout the construction, as a part of a weekly safety meeting, the SWMP will be reviewed with all attendees and any incidents discussed. All attendees shall be logged. 15 APPENDIX A-BMP DETAILS UNIT or BERM rPP—W W—Pr—PI' � � BT.AFYIU H it— � it it15L0R. E%aVATED ANDI A RWID Fm 1 TRUCK ACCESS PLAN VIEW 0ROM10 B B IO yI ' 1D' ' PLAN VIEW / SHALL EXICRD FLU WIDTH /OF INGRESS AND EGRESS OPERATION. uEXISTING i—lH,—� CE PAVE TEMPaNARY BERM E CONTROL (DEPTH VARIES) SIGN Ew�A MUf IS-- YN 2:1 (TV.) CF.xCC (C. 21 V I CTION n"'A EEuvATEB AEA ExaN GBDDND 1 _ir MMD NAXDJW ]TOReG[ Is 2/3 Or r WE AREA SECTION A —A EROSION CaITROL RUPEES!: (GLASS 2) .1 1. EROSION BALES WAY BE USED A: AN ALTERNATIVE SECTION B- \ FOR THE OEM NOTES: 2 A RNCF (PLASTIC) C0MWN014i i0 SINBSECTIDN NIa7.02 SHKI 1. N:GRE ATE FOR 1hE COMBTRUCTIO! ENTRANCE BOWL CDMORM BE INSTALLED AROAm THE CONCRETE WA9WT ACA,EXCEPT 10 CTION HE' lK)_ AT RE OPENING.1.11 3 THE CONCRETE WASHOUT SIGN SKAU HAVE LETTERS 2. iN[ LTNTRACTOR SHAWL PROTECT CIaB Pla dJr1CR illlRi AT LEAST 3 INCHES HIGH AND CONTORW TO C C3 iNE F.NTRANC[ FNW D"N"' PRDTECTIDM 6 LE SUBSECTION W0.02 AND CUTTER WILL NOT BE PAD raR SEPARATELY, BUTN �N f 5 L R CHIC IN THE WIN. CONCRETE WASHOUT STRUCTURE VEHICLE TRACKING PAD Computer 10 Information Sheet Revisions .,t. Colorado Department of Transportation TEMPORARY STANDARD PLAN NO. Lost hi n Date: OB/08/10 IND.%: 00 Dat.: Commsn4 A201 Eart Arkansan Aram. Lae\ W.dlicetlon Out*; 05/28/30 INUah: LTA (� RWVi.so to mwt new -- /)% D.nr.r, Cobrod. 80222 rNlPotn; .Ww.a.Lsi.te.ee.a./D.a' swo..v am .*eV r R Nty st.dJ ,ds. PM. (303) 757-9083 EROSION CONTROL M-208-I Drown rie Name: 2080101012. OB/28/10 mrraeamg I w.. (3D3) 757-9820 RavNW aMeta 1-7. i CAD Vv.: I PSWIJoN ve scow Na to Sem Wr [A" Aeaw aM.1. 8-12. Project Development Branch DO/LTA IASVeB Bp Project De-amm, wni Branch on JAy 04, 2006 Sheet No. I of 12 L>uy I 3 GRAVEL BAC SHILL BE PLACED TIGHTLY AGUNWT CURB FIDE AND SHALL BE PLACED 5' UPSTREAV FR01A THE INLET OPENING MRS —4' MIN. 5' MIN.— FWR PNG PLAN VIEW It151 11!Ie A�"w GRAVEL BAGS SHALL BE TIGHTLY ABUTTED WITH NO CAPS (TYP.) PLAN VIEW A RA FLOW i ♦ ♦ X f / `:y.`i IWCT NITMIICATE GRAVEL BAGS AT THE OUTSIDE EDGE OF THE W¢ITE APW SECTION A -A GRAVEL BAG FILTER AT DROP INLET GRAVEL BAG CURB CHECK GRAVEL BAG APPLICATIONS Computer File Information Sheet Revisions Date: Colorado Department of Transportation TEMPORARY STANDARD PLAN NO. Creation Date: 07/04/08 Itlliale: DD Comments 4201 East kkon.as Avenue Last MOalllaallen Dote: DB/36/10 1nHL,OIe: LTA ralPetle •ww.aot.stato.co.0 /Dei 5 POFL/ (EM) cm Revieetl t. meat mw rate, aaaA(y etantlortle. JF)T DerlYer, Coloraao 90332 - PHom: (303) 79-8063 EROSION CONTROL M-zos-I 0,o,w.g FR. Name: 7080106012.tl cm 08/26/10 Revbetl eMete 1-0. IaaP Foe: (303) 757-Be70 GAB VV.: uk.o3lalm VA Soae: Not to sow "Ic En wm - wtletl .nee. a-Iz. Project Development Branch DO/LTA 1e.aa By: Project Development &aaH an July O4, 7006 Sheet NO. 6 Of 12 0 01 DANDY CURB BAGT'" 1D OVERFLOW STORM SEWER GRATE Completely covered by hi -flow fabric LIFTING STRAPS CURB AND GUTTER INLET CURB FILTER Low profile with gutter for safety and curb appeal APPENDIX B-EROSION CONTROL PLAN 10 `T j WOMMOWS r 1�� omit,�1 a a slit 400 20 080 PRELIMINARY NOTFONCONSMUCT CML VNIY wmc. KN N cone a w�ununo ell C wweNS12 f14 OYR.P R.YFR MM� �IImAJWP -V O 6 Z U� yq' LEGEND Z W J a W �..�,...a...�... U' Z O, a..,n..,..m,... ZO O „a.«n.w... I- 0 Z N W 0 W IN MEMO ,H§AJJM ( � T FA h 0 �6- 1 k virt k - - - - - - - mw wC��r U 0 I o I I I I j o j I o I I I I I � O I 1-11 LIM 0 o I I I I I I � � O a i � i - o 0 l ,- .o ,o o PRELIMINARY xm cox coxamuctax uu unm xomumr owrw a wiolr,00 811 0 < -warm °nro a xmc o (J w a6�'c.a era v.°r. a ocw.a a x v am i WU ° u Z 6 VLL W a w LEGEND Z a w p w pa i O u Z 0 E o w � E k k sryr �xa,,, �ou� 10 EXHIBIT 1 - REVISED BID SCHEDULE ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 201-01 Clearing and Grubbing LS 1 $ 202-01 Removal of Asphalt Mat SY 2413 $ 202-02 Removal of Curb and Gutter LF 1277 $ 202-03 Removal of Sidewalk SY 276 $ 202-04 Removal of Concrete Channel LF 82 $ 202-05 Removal of Sidewalk Culvert EA 2 $ 202-06 Removal of Sign EA 1 $ 208-01 Inlet Protection (IP) EA 9 $ 208-02 Gravel Bag Curb Protection (GB) EA 22 $ 208-03 Concrete Washout Structure EA 2 $ 208-04 Erosion Control Supervisor HR 20 $ 210-01 Relocate Sprinkler Valve Box EA 1 $ 210-02 Adjust Fire Hydrant Assembly EA 1 $ 210-03 Adjust Valve Box EA 1 $ 210-04 Relocate Water Meter Pit and Curb Stop EA 1 $ 210-05 Relocate Metal Box EA 1 $ - 210-06 Remove and Reset Art in Public Places EA 1 $ 304-01 Aggregate Base Course (Class 6) (10" Depth) TON 100 $ 403-01 Hot Mix Asphalt (8" Depth) TON 37 $ 403-02 Hot Mix Asphalt (10" Depth) TON 122 $ 412-01 Concrete Pavement (8 Inch) SY 880 $ 412-02 Concrete Pavement (Special) (8 Inch) SY 121 $ 604-01 Modified Area Inlet EA 1 $ 608-01 Concrete Flatwork (6 Inch) SY 365 $ 608-02 Concrete Curb Ramp SY 174 $ 608-03 Sidewalk Chase LF 50 $ 609-01 Vertical Curb and Gutter LF 1263 $ 609-02 Rollover Curb and Gutter LF 430 $ 609-03 Barrier Curb LF 42 $ 609-04 Gluedown Curb LF 551 $ 609-05 Concrete Channel (2 Foot) LF 17 $ 610-01 Median Cover Material (8" Patterned Concrete) SF 1814 $ 610-02 Median Cover Material (4" Patterned Concrete) SF 3153 $ 624-01 Pipe (Perforated 6") LF 38 $ 624-02 Cleanout (Underdrain) EA 1 $ 624-03 LID (Rain Garden) LS 1 $ Addendum 1 - 8113 Remington Greenway Page 2 of 8 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of 12th May , 2015, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name: Walsh Construction, Inc. Employers Mutual Casualty Company Address: 8139 Open View Place Loveland, CO 80537 Des Moines, IA 50306 By: By: �C d(D Lw A Atl w�S Title, st OT Title; Brooke Diana Lee Beck ATTEST: By: (SEAL) (SEAL) r►�0 Monimm 0 T D 0 T D 1y4 1y4 RAF € v g e 6 o @ < _ � ! REMINGTON GREENWAY pay ouwrlmm`.ro EROSION CONTROL PLAN ENGmEEwING OEVMimENT L t [ s � IR o .I ill v I � I 1 I Q I � I — I I i I I I � I I I I I , O I 1 I II , � I I I I a�! h i O 0 ( ouve yTG :a,S REMINGTON GREENWAY EROSION CONTROL PLAN I I I I , I t I � I � I I Ip I I V I I I I I I I I Q II la I 'I D I � 1 o I I I I Eaa � A +a RCVR PR,PYim POR cIIy O{ ofts ENGINEERING DEPARTMENT APPENDIX C-CONSTRUCTION SEQUENCE C Constructan Phases r ) Mobilization Demolition Utilities last work Gradm Installation Installation Vertical Installation Landscs e Demobilization Best Management Practices (BMPs) Structural "Installation" Silt Fence Barriers* Contour Furrows (Ripping / Disking) Sediment Trap / Filter* Vehicle Tracking Pad- F--low Barriers (Wattles)* Inlet protection* jAnV prior inlets that could use protecting Rock Bags* jAnv prior inlets that could use protecting Terracing Rip Rap IL Collecting Asphalt / Concrete Saw Cutting Waste *All BMPs to be Removed once Construction is Complete, with the exception of silt fencing, which shall remain in place until seeded areas are established. L 0 00 D0�0000 Vegetative Temporary Seeding Planting 0 Any time the site will sit dorment longer than 30 Days. 0 Mulching/Sealant F — — — — -- — — ]JrAny time the site will sit dorment longer than 30 Days. �I Permanent Seeding Planting Sod Installation Rolled Products Netting/Blankets/Mats Any time the site will sit dorment longer than 30 Days. r ■. �, =r T1. k.n J Ici' 1 MOUntain.�.�. EOak St _ Mulberry —j 3r, } _ x t� M c el • _ ' ELaurel•St 'North p. - 34 I '+l� \ � b ! may_ • R� �. W Pit kin St b Q . _ s35 , ! s j! a' i 1 A y IL 36 _ Prospect" If ®rkY PI i' 4 e' _ _ - —S rt r GY _ 'k r>9 3 p Map Unit Name—Larimer County Area, Colorado (Remington Greenway) MAP LEGEND I1T/Ia12I►I&IS1TRIAIlei ►1 Area of Interest (A01) „y Fort Collins loam, 0 to 3 ® Satanta loam, o to 1 The soil surveys that comprise your AOI were mapped at 0 Area of Interest (AOI) percent slopes percent slopes 1:24,000. Solis y Fort Collins loam, 3 to 5 percent slopes ® Satanta loam, 1 to 3 percent slopes Please rely on the bar scale on each map sheet for map Soil Rating Polygons Nunn clay loam, 1 to 3 Not rated or not available measurements. ® Altvan-Satanta loams, 0 to percent slopes Source of Map: Natural Resources Conservation Service 3 percent slopes Nunn clay loam, wet, t to Water Features Web Soil Survey URL: http://webSOilSurvey.nrCs.usda.gov ® Altvan-Satanta loams, 3 to 3 percent slopes Streams and Canals Coordinate System: Web Mercator (EPSG:3857) 9 percent slopes Fort Collins loam, 0 to 3 ,.� Satanta loam, 0 to 1 percent slopes Transportation Maps from the Web Soil Survey are based on the Web Mercator percent slopes � Satanta loam, 1 to 3 i 1 i Rails projection, which preserves direction and shape but distorts 0 Fort Collins loam, 3 to 5 percent slopes Interstate Highways distance and area. A projection that preserves area, such as the percent slopes , r Not rated or not available Albers equal-area conic projection, should be used if more Q Nunn clay loam, 1 to 3 N US Routes accurate calculations of distance or area are required. percent slopes Soil Rating Points — Major Roads This product is generated from the USDA-NRCS certified data as Q Nunn clay loam, wet, 1 to ■ Altvan-Satanta loams, o to 3 percent slopes Local Roads of the version date(s) listed below. 3 percent slopes Satanta loam, 0 to 1 0Altvan-Satanta loams, 3 to Background Soil Survey Area: Larimer County Area, Colorado percent slopes 9 percent slopes Aerial Photography . Survey Area Data: Version 9, Sep 22, 2014 � Satanta loam, 1 to 3 Fort Collins loam. 0 to 3 pement slopes Soil map units are labeled (as space allows) for map scales percent slopes 1:50,000 or larger. 0 Not rated or not available ■ Fort Collins loam, 3 to 5 percent slopes Date(s) aerial images were photographed: Apr 22, 2011—Nov Soil Rating Lines Nunn clay loam, 1 to 3 18, 2011 Altvan-Satanta loams, 0 to percent slopes 3 percent slopes Nunn clay loam, wet, 1 to The orthophoto or other base map on which the soil lines were N.y Altvan-Satanta loams, 3 to 3 percent slopes compiled and digitized probably differs from the background 9 percent slopes imagery displayed on these maps. As a result, some minor shifting of map unit boundaries may be evident. USDA Natural Resources Web Soil Survey 1/6/2015 i Conservation Service National Coope, ,e Soil Survey Page 2 c Map Unit Name—Larimer County Area, Colorado Map Unit Name Remington Greenway Map Unit Name —Summary by Map Unit— Larimer County Area, Colorado (C0644) Map unit symbol Map unit name Rating Acres in AOI Percent of AOI 3 Altvan-Satanta loams, 0 AINan-Satanta foams, 0 22.3 12.6% to 3 percent slopes to 3 percent slopes 4 Altvan-Satanta loams, 3 Altvan-Satanta loams, 3 5.0 2.8% to 9 percent slopes to 9 percent slopes 35 Fort Collins loam, 0 to 3 Fort Collins loam, 0 to 3 102.5 57.9% percent slopes percent slopes 36 Fort Collins loam, 3 to 5 Fort Collins loam, 3 to 5 19.5 11.0% percent slopes percent slopes 74 Nunn clay loam, 1 to 3 Nunn clay loam, 1 to 3 2.5 1.4% percent slopes percent slopes 76 Nunn clay loam, wet,1 to Nunn clay loam, wet, 1 to 0.2 0.1 % 3 percent slopes 3 percent slopes 94 Satanta loam, 0 to 1 Satanta loam, 0 to 1 24.6 13.9% percent slopes percent slopes 95 Satanta loam, 1 to 3 Satanta loam, 1 to 3 0.5 0.3% percent slopes percent slopes 177.0 100.0% Totals for Area of Interest Description A soil map unit is a collection of soil areas or nonsoil areas (miscellaneous areas) delineated in a soil survey. Each map unit is given a name that uniquely identifies the unit in a particular soil survey area. Rating Options Aggregation Method: No Aggregation Necessary Tie -break Rule: Lower USDA Natural Resources Web Soil Survey 1/6/2015 Conservation Service National Cooperative Soil Survey Page 3 of 3 FP Mountain-�-- E Oak ji lib J. lberr i I A. i • � 'iT r 0 ELaurehSt . SS — +North .._ �- a 0 ji- 'TP 7 �7h4.3011 � = r u r n . I� - ■�. .•'� ems' i � ' i �.. 957, r�91 L , �}, or 6 - - W Plkun St 371 6 l; ■ i en Prospec=� `►' IBrky PI -� :S-.. � { _ �1 - • - -- .. J ' \IE�HI ,: i ten— creek g Spriil9 ®EMC INSURANCE P.O. Box 712 - Des Moines, Iowa 50306-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, TERRI L. REESE, BROOKE DIANA LEE BECK, ANITA CLAYTON KELLER, CHRISTINA L. TOWNSEND, INDIVIDUALLY, GRAND JUNCTION, COLORADO its true and lawful attomey-In-fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond: ANYANDALLBONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1, 2018 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held In 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seat of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-intact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-oi-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day of June, 2010. Seals I p; NSU ;.,G,^GOM➢qA'y,,.4Y 6, Cqs,'' ��: 4Of.P e,l�f/: :q`=O1VOrl/�',°,,, �`Q'�40^^°-�1 :9•: 3? SEAL i 1863 -`00: 1953 =<= 1 IOWA : SEAL ; <; o SEAL : c s� SEAL S. 'F IIOWA. •tips rhos . '�-b,�g.A'=`• %,, Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6; President of Company 1; Vice Chairman and CEO of Company 7 4�W�41v/- Michael Freel Assistant Secretary On this 22nd day of June, AD 2010 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly swom, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that the seals affixed to this Instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers, a /y acknowledged the execution of said Instrument to be their voluntary act and deed, and the uTUq s9 voluntary act and deed of each of the Companies. 1w PATAICIA A. WRIGHT a Oornmiseion Number 225346 My Comml ss Ion xplres November 1, 2017, ^s ANG�M Commhmlon Fires v o n November 01, 2017 Notary Public in and for the State of io a CERTI ICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 12th day of May 2015 �� Vice President Hydrologic Soil Group—Larimer County Area, Colorado (Remington Greenway) MAP LEGEND Area of Interest (AOI) Area of Interest (AOI) Soils Soil Rating Polygons 0 A 0 A/D ® B B/D C C/D O D 0 Not rated or not available Soil Rating Lima sV A A/o ,y B B/D ry C n/ C/D .y+ D . 0 Not rated or not available Soil Rating Points A AID B B/D MAP INFORMATION ® C The soil surveys that comprise your AOI were mapped at 1:24,000. C/o Please rely on the bar scale on each map sheet for map ■ D measurements. 0 Not rated or not available Source of Map: Natural Resources Conservation Service Web Soil Survey URL: http://websoilsurvey.nres.usda.gov Water Features Coordinate System: Web Mercator (EPSG:3857) Streams and Canals Maps from the Web Soil Survey are based on the Web Mercator Transportation projection, which preserves direction and shape but distorts +}{ Rails distance and area. A projection that preserves area, such as the Albers equal-area conic projection, should be used if more accurate ry Interstate Highways calculations of distance or area are required. 0%0 US Routes This product is generated from the USDA-NRCS certified data as of Major Roads the version date(s) listed below. Local Roads Soil Survey Area: Larimer County Area, Colorado Survey Area Data: Version 9, Sep 22, 2014 Background . Aerial Photography Soil map units are labeled (as space allows)for map scales 1:50,000 or larger. Date(s)aerial images were photographed: Apr22, 2011—Nov 18, 2011 The orthophoto or other base map on which the soil lines were compiled and digitized probably differs from the background imagery displayed on these maps. As a result, some minor shifting of map unit boundaries may be evident. us Natural Resources Web Soil Survey 1/6/2015 Conservation Service National Cooperative Soil Survey Page 2 of 4 Hydrologic Soil Group—Larimer County Area, Colorado Hydrologic Soil Group Remington Greenway Hydrologic Soil Group— Summary by Map Unit— Larimer County Area, Colorado (CO644) Map unit symbol Map unit name Rating Acres in AOI Percent of AOI 3 Altvan-Satanta loams, 0 B 22.3 12.6% to 3 percent slopes 4 Altvan-Satanta foams, 3 B 5.0 2.8% to 9 percent slopes 35 Fort Collins loam, 0 to 3 C 102.5 57.9% percent slopes 36 Fort Collins loam, 3 to 5 B 19.5 11.0% percent slopes 74 Nunn day loam, 1 to 3 C 2.5 1.4% percent slopes 76 Nunn day loam, wet, 1 to C 0.2 0.1 % 3 percent slopes 94 Satanta loam, 0 to 1 B 24.6 13.9% percent slopes 95 Satanta loam, 1 to 3 B 0.5 0.3% percent slopes Totals for Area of Interest 177.0 100.0% LSUA Natural Resources Web Soil Survey 1/6/2015 Conservation Service National Cooperative Soil Survey Page 3 of 4 Hydrologic Soil Group—Larimer County Area, Colorado Description Hydrologic soil groups are based on estimates of runoff potential. Soils are assigned to one of four groups according to the rate of water infiltration when the soils are not protected by vegetation, are thoroughly wet, and receive precipitation from long -duration storms. The soils in the United States are assigned to four groups (A, B, C, and D) and three dual classes (A/D, B/D, and C/D). The groups are defined as follows: Group A. Soils having a high infiltration rate (low runoff potential) when thoroughly wet. These consist mainly of deep, well drained to excessively drained sands or gravelly sands. These soils have a high rate of water transmission. Group B. Soils having a moderate infiltration rate when thoroughly wet. These consist chiefly of moderately deep or deep, moderately well drained or well drained soils that have moderately fine texture to moderately coarse texture. These soils have a moderate rate of water transmission. Group C. Soils having a slow infiltration rate when thoroughly wet. These consist chiefly of soils having a layer that impedes the downward movement of water or soils of moderately fine texture or fine texture. These soils have a slow rate of water transmission. Group D. Soils having a very slow infiltration rate (high runoff potential) when thoroughly wet. These consist chiefly of clays that have a high shrink -swell potential, soils that have a high water table, soils that have a claypan or clay layer at or near the surface, and soils that are shallow over nearly impervious material. These soils have a very slow rate of water transmission. If a soil is assigned to a dual hydrologic group (A/D, B/D, or C/D), the first letter is for drained areas and the second is for undrained areas. Only the soils that in their natural condition are in group D are assigned to dual classes. Rating Options Aggregation Method: Dominant Condition Component Percent Cutoff: None Specified Tie -break Rule: Higher Remington Greenway USDA Natural Resources Web Soil Survey 1/6/2015 Conservation Service National Cooperative Soil Survey Page 4 of 4 P A Mountain � E Oak Sty 77 � _ _ Nam• Mul be rrY Y ';< °y - 14 ELaurel St^ North Or p err got_ 41. 94 , W Pitkin St < tII >f i 36 Prosper["` BMap " •r Uky,Pl reF3�' �. Sprtrl9 GYeek� K Factor, Whole Soil—Larimer County Area, Colorado (Remington Greenway) MAP LEGEND MAP INFORMATION Area of Interest (A01) / r .24 — Streams Streams and Canals The soil surveys that comprise your AOI were mapped at E Area of Interest (ACI) „ 0 28 Transportation 1:24,000. Soils 32 444 Rails Please rely on the bar scale on each map sheet for map Soil Rating Polygons ^ I nI Interstate Highways measurements. .02 "' .37 Source of Map: Natural Resources Conservation Service wc, .10 43 ti US Routes Web Soil Survey URL: http://websoilsurvey.nres.usda.gov -_ Major Roads Coordinate System: Web Mercator EPSG:3857 Y ( ) 0 .10 ,N 49 Local Roads Maps from the Web Soil Survey are based on the Web Mercator 0 .15 .55 projection, which preserves direction and shape but distorts Q . �y 6a Background distance and area. A projection that preserves area, such as the . Aerial Photography Albers equal-area conic projection, should be used if more 20 . r Not rated or not available accurate calculations of distance or area are required. F-1 24 Soil Rating Points This product is generated from the USDA-NRCS certified data as 28 ■ .02 of the version date(s) listed below. 32 ■ .05 Soil Survey Area: Larimer County Area, Colorado 10 Survey Area Data: Version 9, Sep 22, 2014 Q 37 ® 15 Soil map units are labeled (as space allows) for map scales .43 1:50,000 or larger. O .17 ® .49 Date(s) aerial images were photographed: Apr 22, 2011—Nov .55 13 .20 18, 2011 54 O .24 The orthophoto or other base map on which the soil lines were Y8 compiled and digitized probably differs from the background F-1 Not rated or not available imagery displayed on these maps. As a result, some minor shifting [3 .32 of map unit boundaries may be evident. Soil Rating Lines ,rV .02 ® .37 ,+V .05 ■ .43 y 10 0 .49 .15 E.55 . 0 .17 0'64 e 20 [3 Not rated or not available Water Features USDA Natural Resources Web Soil Survey 1/6/2015 Conservation Service National Cooperative Soil Survey Page 2 of 3 K Factor, Whole Soil—Larimer County Area, Colorado K Factor, Whole Soil Remington Greenway K Factor, Whole Soil— Summary by Map Unit— Larimer County Area, Colorado (C0644) Map unit symbol Map unit name Rating Acres in AOI Percent of AOI Altvan-Satanta loams, 0 .28 22.3 12.6% to 3 percent slopes Altvan-Satanta loams, 3 5.0 a .28 2.8% to 9 percent slopes 35 Fort Collins loam, 0 to 3 .43 102.5 57.9% percent slopes Fort Collins loam, 3 to 5 19.5 36 .32 11.0% percent slopes Nunn day loam, 1 to 3 2.5 1.4% 74 .28 percent slopes Nunn clay loam, wet,1 to .24 0.1 % 76 0.2 3 percent slopes 94 Satanta loam, 0 to 1 .32 24.6 13.9% percent slopes 0.5 95 Satanta loam, 1 to 3 .32 0.3% percent slopes 177.0 100.0% Totals for Area of Interest Description Erosion factor K indicates the susceptibility of a soil to sheet and rill erosion by water. Factor K is one of six factors used in the Universal Soil Loss Equation (USLE) and the Revised Universal Soil Loss Equation (RUSLE) to predict the average annual rate of soil loss by sheet and rill erosion in tons per acre per year. The estimates are based primarily on percentage of silt, sand, and organic matter and on soil structure and saturated hydraulic conductivity (Ksat). Values of K range from 0.02 to 0.69. Other factors being equal, the higher the value, the more susceptible the soil is to sheet and rill erosion by water. "Erosion factor Kw (whole soil)" indicates the erodibility of the whole soil. The estimates are modified by the presence of rock fragments. Rating Options Aggregation Method: Dominant Condition Component Percent Cutoff: None Specified Tie -break Rule: Higher Layer Options (Horizon Aggregation Method): Surface Layer (Not applicable) LSDA Natural Resources Web Soil Survey 1l612015 Conservation Service National Cooperative Soil Survey Page 3 of 3 i r -I Mountain EOak r - � 5 � S'aP �. ii ►' Mulberry _,� F it � .� � � � ,i T ^-- ELaurel St North O 14 : �_ , • � � 74 �36 J .r QM _. WiPltkln))St q F' 35 �.� n.l 1• f ;rid ti ' .r.' ,i;: ;, _ _► � � Y g i 36k; Prospect�,� q i I S Wind Erodibility Group—Larimer County Area, Colorado (Remington Greenway) MAP LEGEND Area of Interest (AOI) 0 Area of Interest (AOI) Sofia Soil Rating Polygons 1 0 2 Q 3 Q 4 4L 0 5 0 6 ® 7 - 6 0 Not rated or not available Soil Rating Lines ,y 1 2 .•..r 3 • • 4 r 4L • r 5 .y 6 n•y 7 N 6 • 0 Not rated or not available Soil Rating Points MAP INFORMATION ■ 1 The soil surveys that comprise your A01 were mapped at 1:24,000. ■ 2 Please rely on the bar scale on each map sheet for map measurements. 3 Source of Map: Natural Resources Conservation Service O 4 Web Soil Survey URL: http://websoilsurvey.nrmusda.gov O 4L Coordinate System: Web Mercator (EPSG:3857) 0 5 Maps from the Web Soil Survey are based on the Web Mercator projection, which preserves direction and shape but distorts ■ 6 distance and area. A projection that preserves area, such as the ■ 7 Albers equal-area conic projection, should be used if more accurate calculations of distance or area are required. ■ 8 This product is generated from the USDA-NRCS certified data as of 13 Not rated or not available the version date(s) listed below. Water Features Soil Survey Area: Larimer County Area, Colorado Streams and canals Survey Area Data: Version 9, Sep 22, 2014 Transportation Soil map units are labeled (as space allows) for map scales 1:50,000 +µ Rails or larger. �y Interstate Highways Date(s) aerial images were photographed: Apr 22, 2011—Nov 18, /y US Routes 2011 Major Roads The orthophoto or other base map on which the soil lines were compiled and digitized probably differs from the background Local Roads imagery displayed on these maps. As a result, some minor shifting Background of map unit boundaries may be evident. . Aerial Photography U5DA Natural Resources Web Soil Survey 1/6/2015 Conservation Service National Coope- ' 9 Soil Survey Page 2 c Wind Erodibility Group—Larimer County Area, Colorado Wind Erodibility Group Remington Greenway Wind Erodibility Group— Summary by Map Unit — Larimer County Area, Colorado (CO644) Map unit symbol Map unit name Rating Acres in AOI Percent of AOI 3 Altvan-Satanta loams, 0 5 22.3 12.6% to 3 percent slopes 4 Altvan-Satanta loams, 3 5 5.0 2.8% to 9 percent slopes 35 Fort Collins loam, 0 to 3 5 102.5 57.9% percent slopes 36 Fort Collins loam, 3 to 5 5 19.5 11.0% percent slopes 74 Nunn clay loam, 1 to 3 6 2.5 1.4% percent slopes Nunn clay loam, wet,1 to 6 0.2 0.1 % 76 3 percent slopes 94 Satanta loam, 0 to 1 5 24.6 13.9% percent slopes 95 Satanta loam, 1 to 3 5 0.5 0.3% percent slopes Totals for Area of Interest 177.0 100.0% Description A wind erodibility group (WEG) consists of soils that have similar properties affecting their susceptibility to wind erosion in cultivated areas. The soils assigned to group 1 are the most susceptible to wind erosion, and those assigned to group 8 are the least susceptible. Rating Options Aggregation Method: Dominant Condition Component Percent Cutoff.' None Specified Tie -break Rule: Lower USDA Natural Resources Web Soil Survey 1/6/2015 a" Conservation Service National Cooperative Soil Survey Page 3 of 3 n SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: WALSH CONSTRUCTION INC. 2. Permanent main office address: 8139 Open View Place, Loveland, CO 80537 3. When organized: Dec 1998 4 If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 17 years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) Pinewood Springs Rd & Bridges $1,954,506.00 Aug 2015 2015 Concrete Blanket Project $375,000 Dec 2015 Poudre Trail (a) Mulberry & Lemay $1,127,711.00 June 2015 E. Lincoln & Lemay Ave. Improvements $1,732,711.00 July 2015 7. General character of Work performed by your company: General Contractor; Municipal Construction, Concrete, Sitework, Civil Bldg., Park Construction River Stabilization, Erosion on ro 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?. If so, where and why? 10, Are you debarred by any government agency? 11 If yes list agency name. 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. River Restoration @ Woodward Tech Ctr/Fort Collins -Civil Const. $2.374.772.00 March 2015 Aspinwall @ Josephine Commons/Lafayette - Civil Const $2,001,563.00 Nov 2014 Pinewood Reservoir Campground Enhancements $775,661.00 April 2015 12. List your major equipment available for this contract. see attached list 13. Experience in construction Work similar in importance to this project: Turnberry Rd. Landscape & Irrigation/ Fort Collins - Civil Const. $226.338.00 Oct 2013 Aspinwall @ Josephine Commons/Lafayette - Civil Const $2,001,563.00 Nov 2014 2014 Concrete Blanket Project/Loveland - Civil Const. $485,000.00 March 2015 14, Background and experience of the principal members of your organization, including officers: see resumes WALSH CONSTRUCTION INC. EQUIPMENT LIST 5/112015 Chevy p/u 3500 2001 _. .._._ _ 1GCJK33G61F157720 - ___ Trailer5nnsbrurJk 5m wheel 19% 1NL10FM27X1039556 _ _ Inlemationel Truck -- - „--t994 _ _ ' 1HTSDPPNORH578074 Sterling AT9500 TlA Conventional Day Cab 2006 '2FWJA3CVX8AW03674 TagelongYO Ton iti87 119187 _ _ Uttlily Trailer _ - _ 2000 - 4S4TSEH22YN023122 Ford F350 XLT 2005 1FDYVW37P2BEB9W38 _ BIG TEX Utility Trailer 2070 78VGX242XA2660445 Chevy Utility Truck C250OHD (franJ, - 2005 - 1GBHC24U76E258727 _ ` ._. MACK Dump Truck 1992 _- : 7M2AA13YDNW01B322 Isuzu Wck 2004 _ JALE5674547903129 Isuzu Box Truck 2010 - __JALC4W762A7000676 -` _ Fob F450XL Crow <xA Balbed 2006 _ iFl0XW47R51)EC88513 ____ Ford F250XL Track 2011 1FDBF2A606E890679 Evenle End Dump Trailer 1g97 tE9EB3925VL185084 Clement End Dumb . 2000 5C2B832BOYM002243 Chevy 3500 my Truck 2003 _.- 1GBJK34G23E352712 _ _ _ Sterling S/A Water truck_ 7999 _ 2FZHLJAA8XAA36977 - MACK Truck tralkr ---__ _1999 1MtAA13YOXW101202 Inlema8onal DumO Truck - _ --_--_ 7998 _- 1HTSCAAMBXIt882534 CTSIBeIk7 Dump _._ 2011 STU114024B500710 Champion Grader 720A _ _ ____ 79W _ _ _ X02424X vator CASE Excavator 9030B,. 1998 ___—VII2-2418- Volvo 2006 _ V11241 Case1 45Skid _ _ _ Case tB45 Sklrlsleer - _ _ JAF0131480 . CASE Backhoe 580SL 1996 - _ JJG019723_1 _ _ CASE 580M 4x4 Loader CckMe 2006 NOC402139 Caterpillar CP433C Com aador _ 1998 ZOMBI _ Loader Backhoe Hydraulic Hamner JO 21OLE 4x4 Loader 2000 T021CLESS0441 Kobelco SKSOSR-3 Mini Excavator -- -- j —2005 - - - PJ04-040M Komatsu Skidsteer 21105 _ _ 37BTFS0193 _ _ JD Loader .__ _.y 2002 W4662 Excavator CX130B 1 2008 : DAC13l)K5N8SAD7178 CAT D6N XL Dozer '� __. 200BT _ _ _ _. _DJAOOt722 _ Skidloader JD210LE �_ T0210LE884120 Trail King trailer 1984 - , --; 1TKCO242XEM02.4336 _ _ TRIIA Equipment Trader _ - 1971 _ _ _ K7777H John Kerr T1A DroDe p ck 8'der a -- __- _ _ 20W Volvo A35C Haut Truck 1999 A35CV5652 Polans ATV _ - 2014 4XAWH76A7E229WT9 _---- Gen -Pro 7500 Generator Wacker TandemVbrataryRoller __ _ 2003_ __ _ 53375M Ingersoll -Rend Air compressor 1992 204107U328 _ NPK Hydraulic loader 6ackhoe plate compactor__ Wacker BS600 Jumping Jack Tamper_ __ 5264705 Jumping JackrRammer 2008 _ 3379- MulbequlpMT-75HS Jumping Jack Craftsman Air Compressor Laser Level 8017 dual been Laser -..._.-. __._-_-__. ... ._ 10748104901 Mullpulp GA6HZRGenerator-_- __- _ 5484217- Excalbur Manual Thumb Mobile Office - ----- 2011 SM877W Melrgtech Pipe 8 Cable_ Locator ___ Magnum Light Tower 2008 _ 89105 Ultmaster Door Opener _ 08121,11454 _ Multi 5000 Wait 5000 KW Gan SeWonda Hydraulic Loader Backfwe Plate Compactor , Excalibur X36 Excavator Thumb Wacker P31A Hand Concrete PalerMarM ' concrete Power Screed Target 18in. Walk Behind Concrete Saw_ - - - - Demo Saw T3420A STIHL _ _ 1749590347 K78 Demo saw u 0 Demo Saw 6' $kftlsteer Br00rr1 68-Skidse_er Bickel (2) Mustang CV3500 Concrete Vibrators Honda 35W PSI Pressure Washer --- Plate Tamper 2007 _i___ R7535 Saw Concrete Self_Prop _-. ______ _. 483772 14"K760Gaa Cut-cff3mM eNMr Bedding Box -Stone Mazer - -, -- Trenching Box - - - _ 9310906 Pneumatic Air Hemmer PneumaOC Alr Hammer Multiqulp QP3TH 31n. Pump Multiquip OP371431rt Pump Multiquip OP4TH 41n. Pump__ 30' Steel Storage Container Pwer Screed OIY of Orange Traffic Barrels ---�------ Cry of Bases for Barrels Max Tie '.Lot of Hand Tools Lot or Sraeolding HO1Walerpre59Un:W_alhar Welder - Miller 105 RammerLarge -_ VAS Plate Medium 2009 _ 6870998 Case 445CT Loader 2006 _ NBk4117279 Case 580D FofklYl 3 Cabo 450CT 2007 714450 N7M450388 _ _.---- Dodge Truck 551X) _ ,,. -_ 2011 - _ _3DBWlfL2 /E0G5B8123 _ _ Dodge Ram 2500 - _ 2014 3CBUR5HJ5EG277187 Dodge Ram 25W I _21115 3C6UR5HJ8FG537731_ Dodge Ram 2500 _ _ - - 2015 3C6UR5HJXFG538W9 Dodge Ram 2500 - - --- - -- 2045 -- 30SURSHJBFG528574 Jeep 2012 1C48JWDCBCL28916 I Matthew Walsh 8139 Cperi V" Plane, (bl—rrr7r` �?(1531 *_ 970-29)-8141 EDUCATION B.S. - Construction Management, Colorado State University, Fort Collins, CO 80521 Major GPA: 3.0/4.0 May 1997 Course Content: Construction Project Administration, Scheduling & Planning, Construction Contracts, Construction Estimating, Safety Management, Labor Relations, Elementary Structural Design WORK EXPERIENCE Walsh Construction, Inc. Loveland, CO. July 1998 - Present General Contractor • President/Owner R.D. Stewart, Inc. Loveland, CO. August 1997 - July 1998 General Contractor, Contact: Dave Hall (970) 669-1500 • Project Manager • Oversaw project operations for commercial and multi -family construction • Project estimating, budgeting, scheduling, cost control, general administration • Negotiated, wrote and organized all subcontracts • Performed on -site supervision • Reported to Divisional Operations Manager Amma Construction Corp. Huntington Station, N.Y. Summers/Winters 1988-1997 Civil Construction, Contact: Prescott Ammar -ell (516) 351-6124 • Supervised operations related to concrete, sitework and steel fabrication • Assisted in project estimating • Modified company's job cost control system • Diagnosed possible managerial problems in company • Assisted office engineer in everyday duties • Assisted in organizing and maintaining companies shops and yard • Operated wide range of heavy equipment • Drove tractor/trailer combinations to move equipment and materials to various jobs . Performed general labor duties Self - Employed, Walsh Contracting, Northport, N.Y. Summers 1993 - 1995 Residential Landscape Construction • Initiated company's existence • Contracted work related to residential landscaping • Planned, organized and supervised everyday operations Land Use Environmental Corp. 1paiting Ho4ow, N.Y. Summer 1993 • Petformed general tasks in accordance with marsh and wetland renovation MASBURY CONSTRUCTION MANAGEMENT www.Asbu rvConstruction. Not Celine E. Asbury I Celine•',a,)AsburyConstruction.net I C 303-506-1764 10 303-651-7976 1 F 720-221-0772 Focused on preconstruction, detailed planning and estimating— Celine adds immediate value to any project with over 11 years of industry experience. Celine's ability to dive into the detail and find cost savings is remarkable, she can value engineer and balance any budget. Strengths • Pre -Construction • Project Management • Estimating • Value/Cost Engineering • Project Controls • Scheduling • Contract Negotiations/Admin • Project Engineering Experience Owner Asbury Construction Management. Longmont, CO. (4/05 — Current) Owners Representation and Construction Management services, focused on preconstruction services, effective management and successful project delivery. We have built lasting relationships with clients throughout Colorado and the Country. Our goal has always been to create a positive construction experience by optimizing our clients' profits and on time project delivery. Recently completed a supporting role on the JW Marriott Hotel Resort and Spa in San Antonio TX, valued at $550M, complete with 1002 guest rooms, over 1.5 million square feet of conditioned space, full service spa, conference center, water park and two 18 hole PGA TOUR golf courses. Responsible for supporting: Budgeting ,Contracts, Purchase Orders, Change Order Management, (OCIP) Owner Controlled Insurance Program, Insurance Claims, Scheduling, Quality Assurance/Quality Control, Closeout, Retail TI Leasing and Project Closeout. Estimator M.A. Mortenson. Denver, CO. (12/00 — 5103) Responsible for estimating, buyout, budgeting for numerous projects including: The Denver Art Museum, Exempla Hospital, 2200 Market Street Lofts, RTD Elati Maintenance Facility. Prior to estimating Celine worked as a Project Engineer on the Broadmoor Hotel, Phase 2 including: new pool, pool house and Northlake Hotel renovation $22M. Project Engineer Roel Construction Inc, San Diego CA. (2000) Internship Management of documentation and record keeping by way of maintaining Procurement, RFI's and Submittals as well as meeting minutes. Other support roles include, Change Orders, Contracts and Scheduling. Celine( AsburyCon.struction.net-1112 E. Y6 Ave. Longmont CO 80501—Plrone-720.987.4374 Fax-720.221.0772 Ojj"rce Engineer AMMA Construction Inc. Huntington Station, NY.--(95-97) Summers Responsible for maintenance of correspondence, review of submittals, RFI's As-Builts and closeout documents. Education and Licenses • Bachelor of Science in Construction Management Colorado State University 2000 • Currently working on LEED Certification. • ECS — (CDOT 2010) -Erosion Control Supervisor Certification Notable Projects • $550M — The JW Marriott San Antonio Hill Country Resort & Spa is a 1,002 room Hospitality resort hotel. The property features 140,000-square-feet of meeting space, two TPC golf courses and a sophisticated spa. This is a ground -up development which consists of 12 structures; seven contiguous structures housing guest floors, the lobby and restaurants; one 337,440 square foot conference center structure that includes the executive boardroom; four structures related to recreation including a Spa, Golf Clubhouse and Pool Bar. The project also includes the development of 36 holes of TPC golf with courses designed by Greg Norman and Pete Dye. The Resort is positioned to be an AAA Four to Five Diamond resort of superior quality. Scheduled opening January 2010. San Antonio, TX. Mixed use $60M — Talking Waters Mixed Use Development, 65 acres on the Uncompaghre River in Development Montrose CO. Green Field Phased project complete with 70 single family units, commercial pads and room for assisted living facilities. Industrial • $39M -- Regional Transportation District, Elati Light Rail Maintenance Facility, 100,000 square foot structural steel maintenance building, light rail specific tools Including (wheel truing lathe, sanding system, vehicle lifts) as well over 5 miles of light rail track. Denver, CO • $1.4M — TruStile Door Manufacturing, Retrofit of existing 40,000sf warehouse complete with new electrical service, door prime line, as well as 5,000 sf of office space. Responsible for estimating, buyout, and supervision. Denver, CO. • $12M — Blue River Crossing, four story upscale condominium development in Silverthorne Multifamily CO. Works as CM through as Owners Rep through RFP pricing. • S300k — Children's Garden, interactive park for the City of Fort Collins CO. Complete Municipal with a waterfall, pond, picnic shelter with hydroscape grass roof and hand pumps for children related activities. Fort Collins, CO. • $140K — Nix Farm, Historic Barn renovation and construction of new loafing shed. City of Fort Collins, CO. • $140k — Saint Stephens Plaza, new hardscape park on Main Street, including 400SF fountain with tiered water feature, Lower Downtown Development Authority. Longmont, CO. Trenl(atlsburyConstruekon.net —1112 E. P Ave. Longmont CO 80501—Phone-710.987.4374 Fax--710.221.0772 Page 2 2338 Whistler Drive Longmont, Colorado 80504 Brian G. Becker Experience Summary 720.987.3954 tarflog@hotmail.com Over 15 years of experience successfully managing and supervising projects in the construction industry. Projects valued between $50K and $20M. Projects have been completed in the public sector for the Army Corps of Engineers, the U.S. Department of Energy, the State of Colorado, multiple counties, school districts and municipalities in Colorado. In the private sector successfully completed projects in aviation, tenant finish and residential custom homes. A detailed, energetic and well liked manager delivering projects on time, on budget and to the client's satisfaction. Areas of Expertise • Commercial, institutional and residential • Project management Schedule management • Change management Supervision/coordination of subcontractors • Safety and OSHA compliance • Estimating and budget creation • Excellent communication skills Professional Experience Walsh Construction, Inc. — General Contractor Mar 2013 — Present Loveland, Colorado Project Superintendent • U.S. Army Corps of Engineers — Army Reserve Center, Windsor, CO • City of Fort Collins — Turnberry Road improvements • City of Fort Collins — Spring Creek Trail • Town of Berthoud — Pioneer Park CG Construction, Inc. — General Contractor Feb 2010 — Feb 2013 Englewood, Colorado Project Manager/Superintendent • NREL Field Test Laboratory Building — Thermo -chemistry Lab 101 • NREL Field Test Laboratory Building — Synthetic Chemistry Labs 235/236 • NREL Alternative Fuels User Facility — Process Development Unit • NREL Vehicle Test Pad • Widefield Water and Sanitation District — Air Stripper Plant #2 • Colorado Department of Agriculture — Security Envelope Upgrades F&D International, LLC - Project Management/Owner's Representation Feb 2007 - Oct 2009 Niwot, Colorado - - - Project Manager/Engineer • Grand County Judicial Center • Grand County Administration Building remodel • Steamboat Springs School District - Soda Creek Elementary • Steamboat Springs School District - Strawberry Park Elementary • Steamboat Springs School District - Steamboat Springs Middle School • West Grand School District - PK-8 School • East Grand School District - Middle Park High School • East Grand School District - Granby Elementary School • East Grand School District - Fraser Valley Elementary • XJEf FBO - Centennial Airport • XJET Fuel Farm - Centennial Airport Walsh Construction, Inc. - General Contracting Jan 2001 - Dec 2006 Loveland, Colorado Superintendent • City of Loveland - Marianna Butte Golf Course on course bathrooms • City of Loveland - The Old Course on course bathrooms • City of Fort Collins - Spring Park • City of Loveland - Eagleview Park Wildflower Homes, LLC - General Contracting Mar 1999 - Apr 2005 Fort Collins, Colorado Owner/ Partner • Custom Builder - 9 Houses design/build • Tenant Finish - multiple projects • Site Development - Dunes Park Neighborhood Pool/Playground James Construction Company, Inc - General Contracting Dec 1997 - Jun 1999 Fort Collins, Colorado Superintendent • Miramont Village PUD - completed 42 luxury patio homes • Site development for Phases 2 & 3 - utilities, curb and gutter, roadway for 30 new lots Education Colorado State University Aug 1993 - Dec 1997 Bachelor of Science - Construction Management Training OSHA 10 Hour Training Course - Miller Safety Consulting - March 2010 Heartsaver First Aid / CPR - Miller Safety Consulting - September 2010 Fall Protection - Miller Safety Consulting - February 2012 Scaffold Training - Miller Safety Consulting - February 2012 Aerial Lift Training - Miller Safety Consulting - November 2012 11 626-01 Mobilization LS 1 $ 630-01 Flagging HR 40 $ 630-02 Traffic Control Inspection DAY 50 $ 630-03 Traffic Control Management DAY 25 $ 630-04 Portable Message Sign Panel DAY 20 $ 630-05 Construction Traffic Control LS 1 $ LANDSCAPE ITEMS 213-01 Landscape Weed Barrier Fabric SY 1590 $ 213-06 Metal Landscape Border LF 176 $ 213-09 Inorganic Mulch (Special) (1.5" Rock Mulch) TON 160 $ 213-11 Inorganic Mulch (Special) (3/4" Black Granite Chips) TON 3 $ 613-01 2" Electrical Conduit LF 250 $ 623-01 Irrigation - Laurel Intersection LS 1 $ TOTAL BASE BID 5 - IN WORDS: Addendum 1 - 8113 Remington Greenway Page 3 of 8 15. Credit available: $ 3,000,000.00 16. Bank Reference: Adams Bank & Trust Company, Greg Harrell 970-667-4308 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that maybe required by the OWNER? yes 18. Are you licensed as a General Contractor? ves If yes, in what city, county and state F various Counties & cities ore What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract?-R%JI m , TTR4'fiQ If yes, what percent of total contract? 1 S%o 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? United Specialty Insurance 22. What are your company's bonding limitations? 4,000,000.00 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 Bidder's Qualifications. r -, Dated at Loveland this 121h day of May Company: Walsh Construction Inc. 7 By: Title: President State of Colorado County of Larimer Matthew T. Walsh 2015. Printed: MatthewT. Walsh being duly sworn deposes and says that he is President of Walsh Construction Inc. (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscriol and sworn to before me this 12th day of May , 2015 . My commission expires: 11-30-2017 NMARIE HALL STATE OF PUBLIC MYCOMMISS01 �A ID1 34017431 O NO 30, 2017 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM tA SUBCONTRACTOR SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD DATE: June 3, 2015 TO: Walsh Construction Inc. PROJECT: 8113 Remington Greenway OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated May 12, 2015 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 8113 Remington Greenway. The Price of your Agreement is Four Hundred Sixty -Seven Thousand Seven Hundred Eleven Dollars ($467,711.00). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by June 18, 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. City of no Colli OWNE By: Gerry .Paul Director of Purchasing & Risk Management SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 3rd day of June in the year of 2015 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Walsh Construction Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 8113 Remington Greenway. ARTICLE 2. ENGINEER The Project has been designed by Interwest Consulting Group. The City of Fort Collins Engineering Department, who is hereinafter called ENGINEER and who 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 seventy-five (75) 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 fifteen (15) calendar days after the date when the Contract Times commence to run. Should the Landscaping Alternative Bid be awarded, 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 fifteen (15) 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: Seven Hundred Dollars ($700) for each calendar day or fraction thereof that expires after the seventy-five or ninety (75 or 90) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Seven Hundred Dollars ($700) for each calendar day or fraction thereof that expires after the fifteen (15) 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: Four Hundred Sixty -Seven Thousand Seven Hundred Eleven Dollars ($467,711.00), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If, in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 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: CONSTRUCTION PLANS (Index of Sheets 1 COVER SHEET 2-3 DEMOLITION PLANS 4-8 PROJECT LAYOUT PLANS 9 -13 EROSION CONTROL PLAN 14 - 16 GRADING PLANS 17 - 18 DETAILS 19 TABULATION OF QUANTITIES �_P► I �b��J_1 � I i. [el:\ � I �l I:�:7 [e7_� � NL 19 �V LYI PiT �T.i> 6`L' Lam? CS COVER SHEET L1 - L2 LANDSCAPE PLANS L3 LANDSCAPE DETAILS IR1.00- IR1.01 IRRIGATION PLANS IR2.0 IRRIGATION DETAILS 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. BID SCHEDULE -LANDSCAPE ALTERNATIVE ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 208-04 Erosion Control Supervisor HR 5 $ 626-02 Mobilization - Landscape Alternative LS 1 $ 630-01 Flagging HR 10 $ 630-02 Traffic Control Inspection DAY 10 $ 630-03 Traffic Control Management DAY 5 $ 630-06 Construction Traffic Control - Landscape Alternative LS 1 $ LANDSCAPE ITEMS 212-01 Fine Grading SF 9500 $ 212-02 Topsoil Import CY 80 $ 212-03 Soil Amendment - 3 CY per 1,000 SF CY 39 $ 213-02 Inorganic Mulch (Special) (3/4" Rock Mulch) TON 48 $ 213-03 Inorganic Mulch (Special) (3-6" Cobble) TON 97 $ 213-04 Inorganic Mulch (Special) (6-15" Cobble) TON 143 $ 213-05 Mulching (Special) (Medium Bark Mulch) CY 18 $ 213-07 Boulder - Red Sandstone EA 15 $ 213-08 Boulder Slab - Red Sandstone EA 37 $ 213-10 Inorganic Mulch (Special) (Mexican Beach Pebbles) TON 2 $ 214-01 Shrub - 5 Gal. EA 126 $ 214-02 Ornamental Grass - 1 Gal. EA 56 $ 214-03 Perennial-1 Gal. EA 237 $ 623-02 Irrigation - Rain Garden LS 1 $ TOTAL ALTERNATIVE BID S IN WORDS: Addendum 1 - 8113 Remington Greenway Page 4 of 8 OWNER: Cl F RT CO LINS By: GER Y S. PA L DIRECTOR OF PURCHASING AND RISK MANAGEMENT D p 7 $ 6— SEAL Aj R? 4 City Clerk �CF Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 A oved a to m ` b ► - `ICJ; Assistant City Attorney CONTRACTOR: WALSH CONSTRUCTION INC. By: Mah�,��ls� PRINTED Title:-7 AEti'T Date: (,, I c:l I Z O � ,6 (CORPORATE SEAL) Attest: 1- J. W,'& Address for giving notices: WALSH CONSTRUCTION. INC LOVELAND. CO 80537 (970)622-8227 License No.: 0,1 ^ U l 0 SECTION 00530 NOTICE TO PROCEED Description of Work: 8113 Remington Greenway To: Walsh Construction Inc. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of 20 The dates for Substantial Completion and Final Acceptance shall be 20_and _ . 20, respectively. City of Fort Collins OWNER Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this _day of 20 CONTRACTOR: Walsh Construction Inc. Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No. s441007 KNOW ALL MEN BY THESE PRESENTS: that Walsh Construction Inc. 8139 Open View Place, Loveland, CO 80537 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and (Firm) Employers Mutual Casualty Company (Address) P.O. Box 712, Des Moines, Iowa 50306-0712 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300 Laporte Ave. Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Four Hundred Sixty -Seven Thousand Seven Hundred Eleven Dollars ($467,711.00) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 3rd day of June, 2015, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8113 Remington Greenway. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 9th day of June , 20 I5. IN PRESENCE OF: Principal - Walsh Cons n Inc. (Title) (Title) (Corporate Sea[) IN PRESENCE OF: N/A N'A IN PRESENCE OF: *of zaik Brooke Beck. Witness to Suretv 8139 Open View Place, Loveland, CO 80537 (Address) Other Partners By: N'A By: N/A Surety - Employers Mutual Casualty Company ,� By: Christina L. Townsen , Attorney -in -Fact P.O. Box 712, Des Moines. Iowa 50306-0712 (Address) J • (,Surety'eall' NOTE':' Date of Bond must not be prior to date of Agreement. Partnership, all partners should execute Bond. If CONTRACTOR is SECTION 00615 PAYMENT BOND Bond No. S441007 KNOW ALL MEN BY THESE PRESENTS: that Walsh Construction Inc. 8139 Open View Place, Loveland, CO 80537 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Employers Mutual Casualty Company (Address) P.O. Box 712, Des Moines, Iowa 50306-071 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins 300 Laporte Ave. Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Four Hundred Sixty -Seven Thousand Seven Hundred Eleven Dollars ($467,711.00) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 3rd day of June, 2015, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8113 Remington Greenway. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 9th day of June 2015. IN7PESENCEF: Principal - Walsh Construction 174 i (Title) (Title) (Corporate Seal) IN PRESENCE OF: N/A N'A 012111111031 It Brooke Beck. Witness to Suret SUfeiy Seal) i 8139 Open View Place, Loveland, CO 80537 (Address) Other Partners By: N/A By: N/A SUrety - Employers Mutual Casualty Company By: Christina L. Townsebtr Attomey-in-Fact P.O. Box 712, Des Moines. Iowa 50306-0712 (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. /EMC. INSURANCE P.O. Box 712 • Des Moines, Iowa 50306-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, TERRI L. REESE, BROOKE DIANA LEE BECK, ANITACLAYTON KELLER, CHRISTINA L. TOWNSEND, INDIVIDUALLY, GRAND JUNCTION, COLORADO its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1, 2018 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in4act shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day of June, 2010. Seals �011NSUq• .` COMP, II IC '. _,•.cry n_•. ,a. _4_ 1 !I- Q*A QV $ M3 ao_ cu= 953 ,S r •iwl6A,[y =1_ SEAL'` a,�OWP,�� ni .gTM�DPKO,` 4pMEg E ` Bruce G. Kelley, Chairman of Companies 2, 3, 4, 5 & 6; President of Company 1; Vice Chairman and CEO of Company 7 Michael Freel Assistant Secretary On this 22nd day of June, AD 2010 before me a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly sworn, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers, M T acknowledged the execution of said instrument to be their voluntary act and deed, and the 13TUq voluntary act and deed of each of the Companies. pATRucm A. WRIGHT MyCommission Comsion xpires November 1, 2017. Cortrrdeelon Number 225346 r, Commission Expires u o Es. t��p November 01, 2017 Notary Public in and for the State of 80a CERTI ICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 9th day of , Ale, Vice President OP ID: TA ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 06/09/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 970-223-1804 CONTACT Front Range Insurance Group PHONE FAX 1100 Haxton Drive Suite 100 Fax INC, No. E=r): AIc No): Fort Collins. CO 80525 E"MAIL ADDRESS: David A. Wooldridge LUTCFAAI -PRODUCER WALSH�1 CUSTOMER I e: INSURERIS) AFFORDING COVERAGE NAIL • INSURED Walsh Construction, Inc. Matthew Walsh, Pres. 8139 Open View Place Loveland, CO 80537 A: Pinnacol Assurance B : United Speelath Inaunnca c : Travelers r`f1VFRAr,FS CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEADDL POLICY NUMBER POLICY EFF POLICY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 PREMISES Eaomuvence $ 100,000 B X COMMERCIAL GENERAL LIABILITY X SV01412931 07M3/2014 OTM312015 MED EXP (Any ono person) $ 5,0001 I CLAIMS -MADE Fx_1 OCCUR PERSONAL&ADVINJURY $ 1,000,0 E X Pollution Uab ENVP01112940 09/3012014 09/30/2015 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00 Poll Liab $ 1,000,0 PR0. LOC 17 POLICY 7XI AUTOMOBILE D X LIABILITY ANY AUTO X X74154 07/03/2014 07/03/2015 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 BODILY INJURY (Per person) $ X ALL OWNED AUTOS X74154 BODILY INJURY (Per accident) $ X SCHEDULED AUTOS HIRED AUTOS 4154 07/03/2014 07103/2016 'PROPERTY DAMAGE (Per accident) $ $ NON -OWNED AUTOS X74154 07/03/2014 07103=15 E _X UMBRELLA LAS OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DEDUCTIBLE $ $ RETENTION $ WORKERS COMPENSATION WC RYSTATU• X OTH- I ER A AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER(EXECUTIVEY7 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) NIA 104361 05/01/2015, 0510112016. E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 If as. describe under DESCRIPTION OF OPERATIONS below C CorhtractoraEquip 660.366M100A 06/01/2015 06/01/2016 SchEquip 174,20 Leas/Rent 250,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, d more space is required) City of Fort Collins, it's officers, agents and employees are named as Additional Insured with respects to the General Liability and Auto Policy. Project: 8113 Remington Greenway CITY-02 City of Fort Collins Purchasing Division 215 North Mason St Fort Collins, CO 80521 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Ie 01988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD OP ID: TA A64 R CERTIFICATE OF LIABILITY INSURANCE D07/14ATE /2015 Y) 0711412015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: 970-223-1801 Front Range Insurance Group 1100 Haxton Drive Suite 100 Fax: Fort Collins, CO 80525 David A. Wooldridge LUTCFAAI WALSH-4 INSURED Walsh Construction, Inc. INSURER A:PInnacol Assurance 41190 Matthew Walsh, Pres. INSURERB: United Specialty Insurance 8139 Open View Place INSURER C: Travelers 28188 Loveland, CO 80537 INSURER D : ACUI INSURER E : Rock Hill Insurance 28053 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER ICY MML/DDIYYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,0 DAMAGE TO RFNTEU PREMISES Ea occurrence $ 100,00 B X COMMERCIAL GENERAL LIABILITY X BV01523496 07/13/2015 07/13/2016 CLAIMS -MADE � OCCUR MED EXP (Any one person) $ 5,00 PERSONAL &ADV INJURY $ 1,000,00 E X Pollution Liab ENVP011129-00 09/30/2014 09/30/2015 GENERAL AGGREGATE $ 2,000,00 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00 Poll Liab $ 1,000,00 POLICY X PRO- LOC D AUTOMOBILE LIABILITY ANY AUTO X X74154 07/03/2015 07/03/2016 COMBINED SINGLE UMIT (Ea accident) $ 1,000 00 X BODILY INJURY (Per person) $ X ALLOWNEDAUTOS X74154 BODILY INJURY (Par accident) $ SCHEDULED AUTOS HIRED AUTOS X74154 07/03/2015 07/03/2016 PROPERTY DAMAGE (Per accident) $ X X $ NON-OWNEDAUTOS X74154 07/03/2015 07/03/2016 $ UMBRELLA LU18 OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LUM CLAIMS -MADE DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION TAT$ WC6LIMl X fi ER A AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVEYIN OFFICERIMEMBER EXCLUDED? (Mandatory in NH) NIA 104361 OW01/2015 05/01/2016 E.L. EACH ACCIDENT Is 1,000,o0 $ 1,000,00 E.L. DISEASE - EA EMPLOYEd E.L. DISEASE -POLICY LIMIT if yes, describe under DESCRIPTION OF OPERATIONS below $ 1,000,00 C contractors Equip 660-366M100A 06/01/2015 06/0112016 Sch Equip 174,20 Leas/Rent 250,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, X more space is required) City of Fort Collins, it's officers, agents and employees are named as Additional Insured's with respects to the General Liability and Auto Policy Project: 8113 Remington Greenway CITYFO5 City of Fort Collins Purchasing Division 215 North Mason Street Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (9 1988-2009 ACORU CORPORA I IUN. All rights reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD EXHIBIT 2 — DESCRIPTION OF REVISIONS Bid Schedule — Base Bid • Remove Item 403-01 • Add Item 403-01 • Add Item 403-02 • Add Item 613-01 • Add Item 623-01 Hot Mix Asphalt TON 159 Hot Mix Asphalt (8" Depth) TON 37 Hot Mix Asphalt (10" Depth) TON 122 2" Electrical Conduit LF 250 Irrigation — Laurel Intersection LS 1 Bid Schedule — Landscape Alternative • Modify Item 212-03 Description to read: Soil Amendment— 3 CY per 1,000 SF • Modify Quantity: Item 213-02 Inorganic Mulch (Special) (3/4" Rock Mulch) New Quantity: 48 TON Civil Plan Set • Revised Sheet 19 — Discard previous Sheet 19 o Hot Mix Asphalt (403-01) pay item removed and replaced with two pay items (403-01, 403-02) depending on pavement depth. Total quantity and unit of measure remains the same. Landscape & Irrigation Plan Set • Revised notes on Sheet IR1.00 — Discard previous Sheet IR1.00 Notes modified based on revised irrigation system pressure • Revised notes on Sheet IR1.01 — Discard previous Sheet IR1.01 Notes modified based on revised irrigation system pressure Addendum 1 - 8113 Remington Greenway Page 5 of 8 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance with the following requirements. 1. The Contractor will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Contractor shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Contractor shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000:000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8113 Remington Greenway PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Walsh Construction Inc CONTRACT DATE: June 3. 2015 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 DAT The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS. COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 120 TO: Walsh Construction Inc. Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Walsh Construction Inc. for the City of Fort Collins project, 8113 Remington Greenway. 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 June 3, 2015. 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: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Walsh Construction Inc. (CONTRACTOR) PROJECT: 8113 Remington Greenway 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: WALSH CONSTRUCTION INC. An - 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: SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Walsh Construction Inc. PROJECT: 8113 Remington Greenway CONTRACT DATE: June 3, 2015 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of 20 (Surety Company) ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (12/98) 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) 14 DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No. (to be assigned by DOR) Period 0170-750 (999) $0.00 89 - CONTRACTOR INFORMATION Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State. Zip). Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: Fax Number Business telephone number: Colorado withholding tax account number. Copies of contract or agreement pages (1) identifying the contracting parties EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached. Name of exempt organization (as shown on contract). Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: 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 of owner, partner or corporate officer: TAIe of corporate officer: Date: 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. SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL. CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, FJCDCNo. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striUng through text that has been deleted. EJCDC GENERAI, CONDITIONS 1910-5 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) GLL uTUM1 x0161G1M ¢nrtR a ctamnoo oil f,E e N 6 O l� Z U Z Y Q Z W W K Z O F u Z W V W = F Z Q � O U- 0 Z 5 7 m F ff d € F E gg S i k sF° R ua �®1 or 19 li£M [1F6CWRIbR QBAFiI)r' UNR REMIN4�ON [I INTFR6[CTON gQINOAB iO3-01 RemwdR(Paphalt Mat IW SY k/E-0E Removal or CUN atM GUNer 336 LF i0i�03 RemwalM6ldewaG 175 SY i02M 5emwN olfcnuttel]umel R V i0246 Rmlw/ol SderM Culvert 2 FA }1P01 Re1001e i Akr Valve [oa 1 FA i1P0E Must Nre HvdrantaxnN l EA i1P03 Mjurt VaM Bon 1 EA i1P01 Rebore Water MNer Rl and Mte Smp 1-CA i1P06 RRRMile MmalBw I G 41E01 Cvl[rele M88kxN lntmeclion Yarercnt BBO SY a12ffi Calcmm Crosswalk- Colored (B hvh) Izl SY 608-0] Cm[rele ildew3l4lfi fn[nl EGB 6Y 6BBOi GBMRI! Curb RA,lp 97 SY fi0901 Vertd CutbaM GYIIN ai} tF tiG90E Ra[lver CureaM Gutter a30 lF 61P03 Medlan Cwn Mxerial fi RUer ldaMr110"Pxlerned Cm+cretel 293 SF 51P01 Medlan Cover MxeMll2nter of RP0110'Rattlrrrtd Wn[rttel I521 6F REMINGLON BETWEEN CARE IJ10 RTgN }OE 03 RPmwal or Psphal: Mat I03 SY 207-02 RemwN of CAN arM Gu:te[ 139 LF 202-03 Removal 16 SY 21POB Remove and P.ese! M in Pudic Plarea 1 E4 aG3Ul Nnl Mot aRlFull pe :n (AssumM e'j XI 6U{-01 Modified Area lnk[ 1 EA fiU8-01 Cmtrtte SMewal[Ib lnUj 31 iV 608-01 Conerele 0us Stag (6 b[h) 13 SY WBO2 Cgrxrtte CurbR 6E SY fiBP01 Yertinl Cubero GMler I43 tr E0403 Ranier 4wb 1E is 60906 Cm[rele Ounwl(i Font) IJ tF fi2a-03 fi-IMN Perfwa[ed 3B LF fi2a-02 C10'axl londxmainl 1 EA 62403 Ran Grdm 1 Lfi REMINGTON/fL1ZABElN IMFRfiEC)ION 202-01 9emwal of P halt Ma! 764 SY }Li03 Removal o'CuN artd Gultn 662 if N}2-03 Removal or SdewaB I6 E02.0fi Removal ofS n 1 EA f0302 NOI Mix AsphM[laslane 10"1 lz2 fiGB-0! Cwxrele Sldewal4 (a Inch] 103 Sr fi08@ Cwltrele CuN Ram 32 SY 6d}OS Vertical[ubaM Cvt[c 630 V RFMING)ON/U1(E IMER6ECT0N E0103 Removal o/PSpFalt Mal 1c1 SY XI} 0} iempal eFCutG p LF ao3-01 Ho[Mw Awnah lawmN B"1 V roN 606-03 6idlwalA Ouse 50 IF fi09-01 Vertkal Clue and GallN 61 IF soya Guttawxn Unto im IF 6t09i Mldian Cwa Mxedal lOWbalAl R"Rxlarcd ConOtlel 1008 SF RFMING)ON/IMGNONA INTN6[CTpN 5U9Ua GlueGown CUN }aS fi1P03 MCEian Cover Ma:ena119ulU ou[I a"Patterned Cen[retel ::1: REMING)ON/WVE IN)E0.6ECTON 6090a Gtuedwm Cub 197 LF 610A2 Medan Can Mattrbl BUIbM a'RmnriM Conaete 91a TABLE OF CONTENTS OF GTNERAI. CONDITIONS Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 1. DEFINITIONS._....._ ....................................1 2, PRELIMINARY MATTERS................................3 1.1 Addenda ..... ....................................... J 2.1 Delivery of Bonds.......................--....3 1.2 Agreemenk .......................................... 1 2.2 Copies of Documents ........................ 3 L3 Application for Payment ....................... 1 23 Commencement of Contract IA Asbestos ............................. ... I ........... J Times: Notice to Proceed 3 1.5 Did .....................................................1 2.4 Starting the Work ....................... ... 3 1.6 Bidding Documents . ............................ 1 2.5-2.7 Before Starting Construction: 1.7 Bidding Requirements ..........................1 CONTRACTOR!s Responsibility 1.8 Bonds .................................................I to Report, preliminary Schecides; 1.9 Change Order._ ......... ......................... I Delivery of Certificates of 1.10 Contract Documents I Insurance 34 1.11 Contract Price ............. ....................... 1 2.8 PreconsLTuction Conference...._........ 4 1.12 Contract Times....................................1 29 Initially Acceptable Schedulcii ....... -4 1.13 CONTRACTOR 1 1.14 defective ............................................. ) 3. CONTRACT DOCLIAENTS: INTENT, 1.15 Drawings ............................................1 WENDING, REUSH---.1-1 ---------- --- ........ - -4 1.16 Effective Date of the Agreement.......... 1 3.1-3.2 Intent 4 1.17 ENGINEER.......................................1 3.3 Reference to Standards and Speci- 1.18 ENGINEER!s Consultant - ..... I fications of Technical Societies, 1.19 Field Order .......................................... 1 Reporting and Resolving Disr- 1.20 General Requirements .........................2 crepirticies ........................... ..... 4-5 1-21 Hazardous Waste... .............................. 2 3-4 Intent of Certain Terms or 1.22.a Laws and Regulations, Laws or Adjectives,,,,,,,,,,-„...............„....... 5 Regulations .............................I........2 3.5 Amending Contract Docurients, ........ 5 1.22.b Legal I lolidays ..................................... 2 3,6 Supplementing Contract 1.23 Liens .................................................2 Documents .............................. -_5 1.24 Milestone........._ ............. . ........... 2 3.7 Reuse of Docum ents ......................... 1.25 Notice of Award.. ...........................2 126 Notice to Proceed ................................ 2 4. AVAILABILITY OF LANDS; 1.27 OWNER ............................................. 7 SUBSURFACE AND PHYSICAL CONDITIONS; 1.28 Partial Utilization 2 REFERENCE POINTS ................... ..................... 5 1.29 PCBs ........ ......................................... 4.1 Availability of Lands ..................... 5-6 1.30 Petroleum .............................. ............ 2 4.2 Subsurface and Physical 1.31 Project . . ..... ... .......... I ... I ...... .... - -2 Conditions .......... -- ..... ---- ....... 6 I-31a Radioactive Material ............................2 4.2.1 Reports and Drawings ........... _ ........ 0 1.32.b Regular Working Hours ........................ 2 4.2.2 Lim ited Reliance by Cow RAC- 1.33 Resident Project Relirc3critative, ... - ..... 2 TOR Authorized; Technical 1.34 Samples ..............................................2 Data-- ..... ............................. 6 1.35 Shop Drawings.-....-_.........._............_ 2 4.2.3 Notice of Differing Subsurface 1.36 Specifications.._........._.....................2 or Physical Conditions .................. 0 1.37 Subcontractor ...................................... 2 4.2.4 ENIGINIFERs Review .... _ ................. 0 1.38 Substantial Completion ........................2 4.2.5 Possible Contract Documents 1.39 Supplementary Conditions .................. Change. ........................................ 1.40 Supplier .............................................. 4.2.6 Possible Price and Times 1.41 Underground Facilities .. ................. 2-3 Adjustments ........................ _.0-7 1.42 Unit Rice Work .................................. 3 4.3 Physical Conditions -Underground 1.43 Work ..................................................3 Facditic!k ..... ....................... . ...... 7 1.44 Work Change Directive . ..... ............... 3 4.3.1 Shown or Indicated....... - ..... . .... - 7 1.45 Written Amendment ...........................3 4.3.2 Not Shown or Indicated ... ............. 7 4.4 Reference Points EX=GEM- LAL CONDITIONS 1910-3 (1990 EDITION) W/ CITY OF FORT COLUNS MODIFICATIONS (P.FV 91") Article or paragraph Page Article or Paragraph Page Number 8e'ritic Number Number &'Title Number 4.5 Asbestos, PCBs, Petroleum, Hamrdous Waste or Radioactive Material,,,,,,,,,,,,,,,,,,,, 7-8 5. BONDS AND INSURANCE ................................. 8 5.1-5.2 Perform ance,Payment and Other Bonds.............................................. 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance 8 5.4 C.ONTRACTOR's Liability Insurance ......................................... 9 5.5 OWNER's Liability Insurance .............. 9 5.6 Property Insurance .......... ................ 9-10 5.7 Boiler and :Machinery or Addi- tional Property Insurance. . ............ __10 5.8 Notice of Cancellation Provision 10 5.9 CONTRACTOR's Responsibility for Deductible Amounts 10 5.10 Other Special Insurance.....................10 5.11 Waiver of Rights................................11 5,12-5.13 Receipt and Application of Insurance Proceeds ...................... 10-11 5.14 Acceptance of Bonds and Insw- once; Option to Replace ..................11 5.15 Partial Utilization --Property Insurance....................................11 6. CONTRACTOR'S RESPONSIBILITIES ...............I1 6.1.6.2 Supervision and Superintendcnoe,•,,,..11 6.3-6.5 Labor, Materials and Equipment,. 11-12 6.6 Progress Schedule ......... ..............._...12 6.7 Substitutes and "Or -Equal" Items; CONTRACTOR's Expense; Substitute Construction ?Methods or Procedures; ENGINEER's Evaluation ............. 12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others: Waiver of Rights ........................13-14 6.12 Patent Fees and Royalties...................14 6.13 Permits........................................14 6.14 laws and Rcgtdations. _ _.... 14 6.15 Taxes ......................... _,.H-15 ........... 6.16 Use of Premises........................_......15 6.17 Site Cleanliness ................................ 15 6a8 Safe Structural Loading ....... ..............15 6.19 Record Documents_ ........................... J5 6.20 Safety and Protection ...... I ..... ........ 15-16 6.21 Safety Representative ........................16 6.22 Hazard Communication Programs ...... 16 6.23 Emergencies .....................................16 6,24 Shop Drawings and Samples...............16 6,25 Submittal Proccedures; CON- TRACTOR's Review Prior to Shop Drawing or Sample Submittal .................................... 16 6.26 Shop Drawing & Sample Submit- tals Review by ENGINEER, ..... 16-17 6.27 Responsibility for Variations From Contract Daeuments........... 17 6.28 Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals, . 6.29 ... ............... ................... Continuing theWurk ..17 17 6.30 CONTRACTORs General Warranty and Guarantee .......... .... 7 6,31-6.33 Indemnification 17-18 6.34 Survival of Obligations ...................J8 7. OTTIER WORk.................................................18 7.1-7.3 Related Work at Site.......................18 7.4 Coordination ................................. 18 R. OWNER'S RESPONSIBILITIES .........................18 8.1 Communications to CON- TRACTOR ................................. 18 8.2 Replacement of ENGINEER ........ ....IS 8.3 Furnish Data andPay Promptly When Ihrc..................................18 8.4 Lands and Easements; Reports and Tests ......._...._.....__._.-18-19 8.5 Insurance—. ................. .... 1.119 8.6 Change Ordss........ ........................ 9 9.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work; Terminate CONE RACI'OR's Services ......................................19 8.9 Limitations on OWNER'S Responsibilities.....-. _......1 .........19 8,10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material.. _ ............. .. .39 8.11 Evidence of Financial Arrangements ............................19 9. ENGINEER'S STATUS DURING CONSTRUCTION............................................19 9A OWNF.R's Representative...............19 9.2 Visits to Site ............. I .... .,.............. 19 9.3 Project Representative ...............19-21 9A Clarifications and Interpre- tations, .... .......... ....................... 21 9.5 Authorized Variations in Vbrk.......21 iii ucDc ats.Nmui. coNutnoNs t9to-s o990 Ltirnortr w/ CI7Y Of FORT COLT. M MODWICA77ONS (REV 9t") Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 9.6 Rejecting Defective Work ...................21 9.7-9-9 Shop Drawings, Change Orders and Payments .................................... 21 9,10 Dcterminaticris for Unit Prices,._,,, :21-22 9.11-9.12 Decisions on Disputes, ENGI- NEER as Initial Intcrprctc(..............22 9.13 Limitations on ENGINEERs Authority and Responsibilities,.., 22-23 CHANGES IN THE WORK - - ........ . . ....... 23 10.1 OWNER'S Ordered Change ................ P 14. 10.2 Claim for Adjustment .........................23 10.3 Work Not Required by Contract Documents ................ .............. 23 10.4 Change Orders ................ .............. 23 10.5 Notification of Surety ........................23 CHANGE OF CONTRACT PRICE ..... 23 11.1-11.3 Contract Prim Claim Adjustment; Value of the Work .. ................................. 23-24 11.4 Cost of the Work ........ ................. 24-25 11.5 Exclusions to Cost of the Work .......... 25 11.6 CONl*RACTORs Fee... ­ ......... I ........ 25 11.7 Cost Records ............ --- ** ....... ....... 25-26 11.8 Cash Allowances, ....... * .................... 26 11.9 Unit Price Work....._.._ .............. 26 C[LAINGE OF CONTRACT TUvIES ............................26 12.1 Claim few Adjustment__ ** ­ ' ' ' ­ ... 26 12.2 Time of the Essence .. ................... 26 12.3 Delays Beyond CONiRACTOR!s Control ...................................... :26-27 12.4 Delays Pkyand OWNER'S and CONTR ACTORs Control ................77 TESTS AND INSPECTIONS. CORRECTION. REMOVAL OR ACCEPTANCE OF DEF,E,C7711E, WORK .................... ..... ... 27 13.1 Notice of Defects ...............................27 13.2 Access to the Work ............ .. ... . .... _27 13.3 Tests and Inspections; CONTRACTOR's Cooperation.....,,.. 27 13.4 OWNERs Responsibilities. Independent Testing Laboratory.. ..... 27 13.5 CO'NTF_NCT0Xs Responsibilities ........ .......................27 13.6-13.7 Covering Work Prior to Inspcc­ tion. Testing or Approval ................. V 13.8-13.9 Uncovering Work at ENGI- NEER!s Request ....... ...... ...... 27-28 13.10 OWNER May Stop the Work......... 29 1111 Correction or Removal of Defective Work :feci ...........................28 13.12 Correction Period ................. ........ 28 13.13 Acceptance ol"Defective Work. ........ 28 13.14 OWNER May Correct Defective Work ... 28-29 PAYMENTS TO CONTRACTOR ANT) COMPLETION .................................................29 14.1 Schedule of Values.........................29 14.2 Application for Progress Payin ent ... .... .... ...... ........ .29 14.3 CONTRACTOR's Warranty of Title........................................... 29 14A.14.7 Review of Applications for Progress Payments, ................. 29-30 14.8-14.9 Substantial Completion_ ................30 14,10 Partial Utilization ..................... 30-31 14.11 Final Inspection .............................. 31 14.11 Final Application for Paymenj ........ 31 14. 13-14.14 Final Payment and Acceptance ....... 31 14.15 Waiver or Claims ...................... 31-32 15. SUSPENSION OF WORK AND TERMINATION ...............................................32 15.1 OWNER May Suspend Work......... 32 15.2-15.4 OWNER May Terminate ................ X 15.5 CONTRACTOR May Stop Work or Terminate . ................ 32-33 16. DISPUTE RESOLUTION .................................. 33 17. MISCELLANEOUS ..... ..................... 1. ­ 33 17.1 Giving Notice ..................... .......... 33 17.2 Computation of Times... ............. .. 33 17.3 Notice of Claim .................I............33 17.4 Cumulative Remedick ....................33 17.5 Professional I= and Court Costs Included............_-_........... 33 17.6 Applicable State Laws ..... .......... 33-34 Intentionally left blank .......................................35 F-XIMT GC -A: (Optional) Dispute Resolution Agreement ..... ......... __QC -Al 16.1-16.6 Arbitration .... .......... ___ ..... PCAl 16.7 Mediation...............................GC-AI EX',W GENrRAL CONDITIONS 1910-8 (1990 EDITION) w/ L17Y OF FORT COUTO MODIFICATIONS (REV 9199) INDEX TO GENERAL COMMONS City of Fort Col linsmodifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of - Bonds and Insuranci; .......... . I ...........................?, 14 Azfkvrre Work 10A 1, 13i, 13 13 final payment ........... ............................ 9.12, 14.15 insurance.._....................... 5. 14 other Work. by CONTRACTOR ................ . 73 Substitutes and "Or -Equal" Item 3... ....... ... ...... 0 7 1 Work by OWNFR ..............................2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities ............... .............. _ .......... _4.1 site. related Work........_.._.................................7.2 Work, ..........................................13.Z 13.14.149 Acts or Omissions-, Acts and Omissions - CONTRACTOR ................................... 6.9.1,9.13.3 HNGINFHR_ ........................................ 6,20, 9.133 OWNER....................................................0.20.8.9 Addenda --definition of (also see definition of Specifications)...,,, . (1.6. 1.10. 6.19),I.1 Additional property Insurances ................................. 5.7 Adjustm crits- Contract Price or Contract Times ...........................1.5. 3.5, 4.1, 4.3.2. 4.5.2. .............................. 4-5.3. 9.4. 9.5. 10.2-10.4. .........................................11, 11148,15.1 progress scheduk .............................................. 6.45 Agreement -- definition of................. .................................... 3.2 "All -Risk" Insurance. policy form .. ......................... 1;.6.2 Allcwancm Cash ..... .......... 11.8 Anicruling Contract Documents......_ ........................3.5 Amendment. Written -- in general--. -------- - 1.10, 1.45,3.5,5.10,5.12 6.6.2 .......................... 6 8.2,619, IQ 1, 10.4,11.2 ........ I ............ .............. 12.1, 13.12.2,14.7.2 Appeal, OWNER or CONTRACTOR intent tq ......................... 9. 10, 9.11. 10.4. 16.2, 16.5 Application for Payment - definition of ENGINFER's Responsibility .............................. 9.9 final payment.__._. ....... 9.13.4, 9-13.5. 14,12-14.15 in general ........... _ ._ ........ 2.8,2.9,5.&4,9.l0, 15.5 progress payment.... ............ ....... ..... 14.1-143 review of, ........... - 14.4-143 Arbitration ..................................................... 16.1-16.6 Asbestos - claims pursuant thereto .......... .... ... ...... 4.5.2. 4.5.3 CONTRACTOR authorized to stop Work .......... 4.5.2 defimition of . ..... I ..................... ...... ...... ...... 1-11.4 Article or Paragraph Number OWNER responsibility for ........ .............. _ .43. 1, 8.10 possible price and times change ........................4.5.2 Authorized Variations in Work,.,.,,., 3.6. 6.25. 6.27, 9.5 Availability of Lands,.. - _ ... ............................. A.I. 8.4 Award, Notice of--defined.......................................1.25 Before Starting Construction ............................ _2.5-2.8 Bid -definition of..,,.,___ . ..................... 4.2.6.4, 6.13,11.4-3,11.9.1) Bidding Documents -definition of........................................1.6(6.8.2) Bidding Requirements-definiticit Of .........................................1.7 (13, 4.242) Bonds - acceptance of .................................... .5.14 additional bonds 10(5. 11.4.5.9 Cost of the Work. 11 5.4 definition of ... J's delivery of ............................ ....................... -1 1, 5.1 final Application for PaymeM. . --------- ­­ 14A-2-14 14 general ......................................1.10. 5.1-5.3, 5.13, I ..... I ...... I ...... . I ... I ....... I ..... 9.13.10.5.14.7.6 Performance, Payment and Other .................. 5.1-5.2 Bonds and Insurance -in general .................................5 Builder's risk *211-risk" policy form..... ...... ............. 5.6-1 Cancellation Provisions, insurance 5.4.11, 5.8, 5.15 Cash Allowances J1.8 Certificate of Substantial Completion....... 1.38, 6.30.23, ... ......................14.8. ...*.................148. 14.10 Certificates oiirspectio_A­ ................... 9.13.4,13.5. 14.12 Certificates of Insurance ..... _.. 2I.7. 5.3, 5.4.11. 5.4.13, 5.6.5. 5.8, 5.14. 9.13.4, 14.12 Change in Contract Price - Cash Allowances 11.8 claim for price adjustment.,.......... 4.1, 4.2.6,4.5. 5.15,6.82 9.4 ................... 9.5. 9.11. 10.2, 10.5. 11.2. 13.9, .......................13.13, 13,14, 14.7, 15.1. 15.5 CONTRACTOTVs fee .........................................11.6 Cost of the Work general ............ .................. . .............. 11.4-11.7 Exclusions to 11.5 CostRecords.... -......................................... 1I.7 in general ............. ).19,1.44,9.11,10.4.11 10.4.3, 11 Lump Sum Pricing ......................................... 11.3.2 Notification of Surety ..... __ ....................... ...... 10.5 ScopeOL ................................................... JO.3-10.4 Testing and Inspection, Uncovering the Work ....... .......................... 13.9 EJCW MhT]2A1. COMMONS 1910.8 (1990 EDITION) w! CITY OF FORT COLUMMCA)MCATIONS (M'9199) Unit Prim Work ................. ... ................ 11.9 tVti,;Ic or Paragraph Numher Value of Work ..................................................11.3 Change in Contract Tim es - Claim for times adjustmenj ........ A.1, 42.6, 4.5, 5.15, I ...... 1. 6.8.2. 9.4. 9.5. 9.11. 10.1 IU.5. 12-1. . ....... 11.119. 13.13, 13.14,14.7, 15.1, 15.5 Contractual time limits ............................. ....... 12.2 Delays beyond CONTRACTORS control.._...------. ---- - * * ... .. ............. _12-3 Delays beyond OWNERs and CONTFUNCTORs control.............................12.4 Notification of surety ........................................ 10.5 Scope of change .... ............ .................. _10.3-10.4 Change Orders -- Acceptance of Defective Work .......................... 13.13 Amending Contract Document* .........................3.5 Cash Allowances.. ..... 11.8 Change of Contract Price ............................._......I I Change of Contract Times...................................12 Changes in the Work.._ .......................... ........ .. JO CON"TRACToxs fee ........................................11.6 Cost of the Work ....................................... 11,4-1 1 7 Cost Records ...................................................11.7 definition of .......................................................1.9 emergencies .....................................................0.23 ENGINEEWs responsibility.. , ..... 9.8,10.4,11.2. 12A cNecution of.....................................................10.4 Indcrnnifictiorl .... __ ................. 6.12,6.16, 6.31-6.33 Insurance, Bonds and ....................... 5.10,5.13,10.5 OWNER may term inatcL ...................... __ ... 15.2-15.4 OWN-Eks Responsibility ............................. $.6.10.4 Physical Conditions - Subsurface and..............................................4.2 Underground Facilities-- ........................... A.3.2 Record Docurri cras... ... 6.19 Scope of Change ....................................... 10.3-10.4 Substitutes ............................................ 6.7.3. 6.8.2 Unit Price Work ......... .............................. ...... 11.9 value of Work, covered by,,,,,,,,,,,,,,,,,,,, 11.3 Changes in the Work.........._._ ....... .......................... jo Notification of surety........................................10.5 OWNERs and CO-irRACTOks responsibilitie............................................10.4 Right to in adjustment ......................................10.2 Scope of change ................. ................. 10.3-10.4 Claims -- against CONTRA(TOR ....................................6.16 against ENGINEER ......................................... A 32 against OWNER„- _ ............................ ....... 0.32 Change of Contract Price ........................... 9.4,11,2 Change of Contract Times .......................... 9.4.121 CONTRACTOR!s -------- __,k 7.1. 9A.9.5. 9.11, 10.2, ...........................11.? 11.9.12.1. 13.9,14.9. ..........15.1. 15.5.17.3 (X)NTRA M,)R!s Fee 11,6 Article or Paragraph Number CONTRACTOR's liability,,,_,,,,., 5.4, 6. IZ 6,164 6.31 Cost of the Work, .............. 11.4.11.5 Decisions on Dispuwj ...............................9.11, 9.12 Dispute Resolution ... ... ........ Dispute Resolution Agreement._ . . 16.1-16.6 ENG12NEER as initial interpreter......... Lump Sum Pricing ................................. 113.2 Notice ..... 17.3 OWNI,'Rs .................... 9A, 9.5, 9.11. 10.2. 11 _-, 11.9 12.1, 13.9. 13.13. 13.14. 17.3 OWNER's liability .................................. _ 1. i > C'AN M. may refuse to make payment,.,,..... ... 147 Professional Fees and Court Costs Included, ..................... 17.5 request for formal decision on„ ........... ...... ... _0 11 Substitute Items 67 1 2 Time Extension ... ......... . 111 Time requirements.. 12.1 Unit Price Work- ............ ....... 11.9.3 Value of ............................. J'I.3 Waiver of --on Final payment ........... ...... 14.14,14.15 Work Change Directive ................. .................... 102 written notice required .. ................ _9.1 1. 11 -Z 12.1 Clarifications and interpretations..._..._. 3.6.3.9.4. 9.11 Clean Site ............ _ --- ...................... .............. 6.17 Codes of Technical Society, Organisation or Association ..................................................3.3.3 Commencement of Contract Times._...__,,..-_._........., 2.3 Communications— general .............................................6.2.6.9.2, 8.1 Hazard Communication Programs ...................... 6-22 Completion - Final Application for Payrn crit.........................14.12 Final Inspection Final Payment and Acceptance ............... )4.13-14.14 Partial UffliZatio............................................14.10 Substantial Completion ...................... l.38. 14,8-14.9 Waiver of Claims ............................................14.15 Computation of Times.........._................... 17.2.1-17.2.2 Concerning Subcontractors. Suppliers and Others ............ 6.8-6.11 Conferences -- initially acceptable schedules .. .. .... ....... 2.9 preconstrust ion, ......................... ......................... 2.S Conflict, Error. Ambiguity. Discrepancy-- CONTRA('TOR to Report...._ ..................... 2.5,3.3.2 Construction. before starting by CONTRACTOR ............................................ 2.5-2.7 Construction Machinery. Equipment, etc ..................6.4 Continuing the Work ..................................... 6.29,10.4 Contract Documents - Amending..........................................................33 Bonds ...... .................. _.5.1 EJMC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9M1 Cash Allowanres...... I .... 11.8 Article or Paragraph Number Change of Contract Pricq .................................... I I Change of Contract Times ... . .. ...... * ....... ­­ " 12 Charges in the Work .......... I ..................... 10.4-10.5 check and Verify .................... r ........................... Clarifications and Interpretations, ..........................3.2, 3.6, 9.4, 9.11 definition of .....................................................1.10 ENGINEER as initial interpreter of. ..... _ , _ _. - 9.11 ENGINEER as OWNER's tepresentativtz ............. 9.1 gmeraIll Insurance ...........................................................53 Intent ......... ....... I., ...... I ......... 3.1-3.4 m inor variations in the Work......... .............. . . 3.6 OWNER's responsibility to furnish data........_._, 8.3 OWNER's responsibility to make prompt payment .................... _....8.3, 14.4, 14-13 precedence ................................ ............... 3.1,333 Record Documents............................................6.19 Reference to Standards and Specifications of Technical Socictic4 3.3 Related Work ...... I ......... I 1 7.2 Reporting and Resolving Discrepancies_....... 2-5,33 Reuse of 33 Supplementing ..................................................3.6 Term ination of ENGINEER!s Employtrient .......... 8.2 Unit Price Work )19 variations.........................................3.6, 6.23, 6.27 Visits to Site, HNGMER's .......................... .. _ 9.2 Contract Price - adjustment of ................. 3.5. 4.1, 9.4, 10.3, 11.2-11.3 Changeof ................ ...................... ......... ........ J1 Decision on Disputes ........................................9.11 definition oC .......................... ..................... 1,11 Contract Times - adjustment ol...........................3.5, 4.1, 9.4, 10.3, 12 Change of . ................................. .......... 12.1-12.4 Commencement of .2 3 definition of .....................................................1.12 COI\7PACTOR- Acceptance of Insurance...,.. I ............................ 5.14 Communications ....................................... 6.2.6.9.2 Continue Work ........................................ §.29. 10.4 coordination and scheduling ............................ fi.9.2 definition of ............................ . ...................... 1,13 Limited Reliance on Technical Data Authorized 4.2.2 May Stop Work or Term inate ............................ J.5.5 provide site access to others, ........................ 7-2,112 Safetv and Protection ... ... ... 4.3.1.2. 6.16, 6.18, .................... 11 ................ 6.21-6.23. 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal .......................... .............. 6.25 Stop Work requirements CONTRACTOR's-- Article or Paragraph Number Compensation ............................................ 11.1-11.2 Continuing Obligation ................................ .... 14.15 Defective Work.,,,_ ...... ....... -:9.6. 13.10-13.14 Duty to correct defective Work ....... .................. 13.11 Duty to Report -- Changes in the Work caused by 1-imergency., ..... .. _ ... I ­ . __ 6.23 Defects in Work of Others..............................7.3 Differing conditions ................ _ ........ ....... 4.2.3 Discrepancy in Documents ...... 3.3.2, 6.14.2 Underground Facilities not indicated .......... 4.3.2 Emergencies......... .....................................6.23 Equipment and Machinery Rental, Cost of the Work 11.4.5.3 Fee --Cost Plus 1.4,5.6, 11.5.1, 11.6 General Warranty 6unrantec ................. 6.30 Hazard Communication Programs .............. ........ 6.22 Indemnification,..,_....................61Z 6,16, 6.31-6.33 In%pection of the Work ............................... 7.3.13.4 Labor, Materials and Equipment .................... 0.3-6.5 Law; and Regulations, Compliance by.,._._.,.__ 6.14.1 Liability Insurance ..............................................5.4 Notice of Intent to Appeal, . .................. MO. 10.4 obligation to perform and complete theWork .................................................... 0-30 Patent Fees and Royalties, paid for by ................. 6.12 Performance and Other Bonds 5.1 Permits, obtained and paid for 1' .... ..... ...... 0.13 Progress Schedule......_ .................. 2.6, 2.8, 2.9, 6.6, ........................................6.29. 10.4. 15.21 Request for formal decisionon disputes ..............9.11 Responsibilities -- Changes in the Work........_........ .. 10.1 Concerning Subcontractors, Suppliers and Others 6.8-6.11 Continuing the Work .... ..................... 6.29, 10.4 CONTRACTOR's expense ...........................0.7.1 CONTRACTORs General Warranty and Guarantee.. . . .......... .. ...... .......... 6.30 CONTRACTORs review prior to Shop Drawing or Sample submittal.................6.25 Coordination of Work ................................ 69.2 Emergencies ...............................................15.23 ENGINEER!s evaluation, Substitutes or "Or -Equal" Items .............................. 6-7.3 For Acts and Omissions of Others 6-9.1-69.2 9.13 .. .. . ............ I ........ for deductible Amounts.insurance. 5.9 general ........................................6, 7.11 73. 8.9 Hazardous Communication Programs_,.._.,.,. 6-22 Indemnification ....... ........................... 6.31-6.33 LJCDC (JUNMALL CONDITIONS 1910.8 (1990 LDI'non w! CITY OF FORT COLUM MODWICATTMIS (RFV 9199) Labor. Materials and Equipment__,,_ laws and Regulations ... ................... .......... 6.14 Liability Insurance ....................... .... ........ _ 5A Article or Paragraph Number Notice of variation from Contract Documents .......................................... 0.27 Patent Fees and Royalties ............................. 6.12 Permits.............................. . ....................... 0.13 Progress Schedule. ...................................... _j6.6 Record Docurn ents. . . .. .. I ............. - .... I ...... 6.19 related Work performed prior to ENGINEEks approval of required submittals.............................................6.28 safe structural loading....,._ .......... ......... 6,18 Safety and Protection, .. .... __ ......... .6,20, 7.2, 13,2 Safety Representative-,.,, ---- ------------- --- - 6.21 Scheduling the WcKk ..................................6.9.2 Shop Drawings and Samples. _..... __ ...... . .§.24 Shop Drawings and Samples Review by LNGINTIER. .................................. ... 6.26 Site Cleanliness . ................... j6. 17 Submittal Procedures ................................... 6,25 Substitute Construction IvIctho& and Procedures, ....................... I ............ 6.7,2 Substitutes and "Or -Equal" Item4 ................ 0.7.1 Superintendence ..................... ............ ..... - 0-2 Supervision.. ... .................... __ ......... . ...... 0.1 Survival of Obligations ................................6.14 Taxes........................................................... 1i Tests and Inspections ......................... ... .. _13-3 ToReport..................................................... 2.5 Use of Premises O. 16-6.18. 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................................6.25 Right to adjustment for changes in the Work " " W2 right to claim,,,,,_.,,.,_ 4. 7. 1 , 9-4, 9-5, 9.11, 1 0� 2,11.2, 11.9. 12.1, 13.9. 14.8. 15.1, 15.5. 17.3 Safety a4Protection .... ............ 6.20-6.22. 7.2, 13.2 Safety Representative ...... ............... ...... ........ . 6.21 Shop Drawings and Samples Submittal;k .... 6.24-6,28 Special Consultants, ..... ................ . .............. 11.4.4 Substitute Construction Methods and Procedures-6.7 Substitutes and "Or -Equal" Items. Expense .... .. ...... ............................ 6.7.1, 6.7.2 Subcontractors. Suppliers and Others.,.,,,..., 6.9-6.11 Supervision and Superintendence ......... 6-1. 6.2, 6.21 Taxes. Payment by ............... ............ . ............. 0.15 Use of Premises ......................................... 6.16-6.13 Warranties and guarantees ...... ............. 0.5.6.30 Warranty of Title .. .. ............ . ......... ....... 14.3 Written Notice Required - CONTRACTOR stop Work or terminate ....... 15.5 Reports of Differing Subsurface and Physical Conditions ........................ 4,23 Substantial Completion..__ . ......................... 14.8 VIII CONTRACTORS -other.. I . . - � . ........ .. ... ....... 7 Contractual Liabilitv Insurance ........ . ....... - ........ 5.4.10 Contractual Time Limits . ....... ........ .................... _J2.2 Article or Paragraph Number Coordination- CONTRACTORs responsibility.... 6.9.2 Copies of Documents .......... ........................... -.12 2 Correction Period ................................................. 13. 12 Correction, Removal or Acceptance of Defective Work- in general ........................... ....... 10.4.1. 13.1(1-13.14 Acceptance ofDelective Work ..........................13.13 Correction or Removal of Defective Work ................................. 6.30,13.11 Correction Period... ......................................... 13.12 OWNER May Correct Defective Work ..............13.14 OWNER May Stop Work .......... ................ __13.10 Cost - of Tests and Inspections ..................................... 13.4 Records 11. 7 Cost of the Work - Bonds and insurance, additional ................... J1.4.5.9 CashDiscounts ..............................................11.4,2 11.6 Employee Expenses .....................................1.11.4.5.1 Exclusions t.................................................... 11.5 General 11. 4-1 L'i Home office and overhead cxpensc4 .................... 115 Losses and damages.....................................11.4.5.6 Materials and equipment .... ... I-. - .............11.4.2 Minor expenses......._._ ....................... ..... 11.4.5.8 Payroll costs on changes.................................11.4.1 performed by Subcontractors„ .. ...................... J 1.43 Rccordsll.7 Rentals of construction equipment and machinery .... _ ................................. 11.4.5.3 Royalty payments, permits and I iccrisc fees. � . . .. ........... ................. 1.4.5.5 Site office and temporary facilities ....... .. .... . 11-4.5-2 Special Consultants, CONTRACTOR's. ..... ...... 11.4.4 Supplemental ............................. ................... 11,4.5 Taxes related to the Work..... _.._................ -1.1.4.5.4 Tests and Inspection.A ............................... . .... . 13.4 Trade Discounts.......... ......... ...................... _ 11. 4.2 Utilities, fuel and sanitary facilitit* ......... ... 11.4-5.7 Work after regular hours ................................. 11.4.1 Covering Work.._ .... . ............ ....................... 13.(-13.7 Cumulative Remedies 17.4-17.5 Cutting. fitting and patching .................................... 7.2 Data, to he furnished by OWNER ........ _ ...... ........... 83 Day -definition of., .......... .......... .. ................. ... 17.2.2 Decisions on Disputes ...................... ............. 9.11,9.12 defective -definition of .............. .... ....................... JA4 defective Work - Acceptance of, ... ..... ...... ................. _1U.4.1. 13.13 LK'DC GENERAL COM71ONS 1910 -8 (1999 EDITION) w/ CITY OF FORT C0111M MODTFICATIONS (REV 9/99) Correction or Removal of'. 10.4.1, 1111 Correction Period 13,12 in general ..... .............. ............... 13. 14.7. 14.11 Article or Paragraph Number Observation by ENGINEER ................................ 9.2 OWNER May Stop Work......_........_...............13.10 Prompt Notice of Detects .................................. 13.1 Rejecting...........................................................9.6 Uncovering the Work .......................................13.8 Definitions I Delays - ............................. ........4.1,6.1 91 1 )3-114 Delivery of Bonds.....................................................2.1 Delivery of certificates of insurance .............. ...................2.7 Dcterin inations; for Unit Prim ................................. 9.10 Differing Subsurface or Physical Conditions - Notice of 42.3 ENGINEERS Review .......................................42.4 Possible Contract Documents change. _ 42.5 Possible Price and Times Adjustments_-- _ . ..... Discrepancies -Reporting and Resolving_ ................... ......... 2.5. 33.2. 6.)4.2 Dispute Resolution. - Agreement ................................................ J6.1-166 Arbitration... . ............ ......................... 16.1-16.3 general 16 Mediation 16.6 Dispute Resolution Agreement ............... ......... 16.1-16.6 Disputes, Decisions by ENGINEER ................... 9.11-9.12 Documents— Copies of 2.2 Record 6.19 Reuseof ................................. ................ .......... 3.7 Drawings --definition of ..................... .................... J. 15 Easements 4.1 Effective date of Agreement - definition of..............1.16 Emergencies ... ................................................ . 6.23 ENGINEER - as initial interpreter on disputes. .9.11-9.12 definition oC...................._..............................1.17 (..imitations on authority and Tesponsibil itiej ..... 9.13 Replacement of__ . .............. ....... .................. 8. 2 Resident Project Representative 93 ENGINEEKs Consultant -- definition of 1.18 ENGINEEKs-- authority and responsibility, limitations M........9.13 Authorized Variations in the Worlf.....................9.5 Change Orders, responsibility foK ..... 9.7.10,11. 12 Clarifications and Interpretations ............... 3.6.3,9.4 Decisions on Disputes .............................. 11.9.12 defective Work, notice of____ ........................13.1 Evaluation of Substitute Items...-_. - I..... . .......... 0.7.3 Liability ...................................................4.32, 9.12 Notice Work is Acceptable ...............................14.13 Observations ...........................................6.30.Z 9.2 OWNFWs Representative ..............................._..9.1 ..... ...... .. 9.1 Payments to the CONTRACTOR, Responsibility for . ... ............. .................. 9.9.14 Recommendation of Payment .................... 144,14-13 Article or Paragraph Number Responsibilities --Limitations M ..... ....... _9.11-9.13 Review of -Reports an Differing Subsurface and Physical Conditions........ _................... 42A Shop Drawings and Sam ples, review responsibility ­... ............. 0.26 Status During Construction -- authorized variations in the Work .................. P.5 Clarifications and Interpretations........ •.........9A Decisions on Disputes ...... .. .... ........ 9.11-9.12 Determinations on Unit Price 9.10 ENGINEER as Initial Interpreter 9-11-9.12 ENGINFFRs Responsibilities ................ 9.1-9.12 Limitations an ENGINFERs Authority and Responsibilities ..............................9.13 OWNER's Representative .............................. 9.1 Project Representative ...................................9.3 Rejecting Dejevtive Work_ ............................9.6 Shop Drawings, Change Orders and Payments ................................ Visits to Site .................................................9.2 Unit Price determinations .................................9.10 Visits to Site ............ .... . - ..................._............9.2 Written consent required...............................7.2, 9.1 Equipment, Labor, Materials and ......................... 0.3-6.5 Equipment rental, Cost of the Work-. .. I . .11.4.5.3 Equivalent Materials and Equipment....... . .. . � . . 63 error or omissions ................................................... 6.33 Evidence of Financial Arrangements ...................... ltIl Explorations of physical ronditionq ....................... 4.2. 1 Fee, CONTRACTORs--Costs Pluk .......................... )1.6 Field Order - definition of ......................................................1.19 issued by ENGINEER....... _..................... 3.6.1.9.5 Final Application for Payment ...... ...... .. _ ............ 14.12 Final Inspection ................................................... J4.11 Final Nvinent- and Acceptance ... ................. ......... . ..... 14.13-14.14 Prior to, for cash allovKrices ...............................11.8 General Provisions 17.3-17.4 General Requirements— definition of 120 principal references to ............. 2.6, 6.4. 6.6-6.7. 6.24 Giving Notice 17.1 Guarantee of wot" ........ 0.30.14.12 Hazard Communication Programs...._ ................. ... 6.22 llazardous Waste-- do&ition of .....................................................1.21 general......... ............... .............. ................ 4.5 OIVNhWs responsibility for ...............................8.10 EXDCGCNEM COMMONS 1910-9 0"0 LEMITIOM w, CITY OF FORT COLLIM MODIFICATIONS (RFV 91") Indemnification _' - _. ............... 6. 12, 6.16, 6.31-613 Initially Acceptable Schedules__ ...................... .. _...2.9 Inspection - Certificates of ........... ................. .9.13.4,115,14. 12 Final ...... ........... .......................................14.11 Article or Paragraph Nunn her Special. required byENGINEER ,., ....................... 96 Tests and Approval ............................. $1, 13.3-13.4 Insurance - Acceptance of, by OWNER ...............................5.14 Additional, required by changes in the Work 11.4.5.9 Before starting the Work .................. . ...... ...... 2.7 Bonds and -in general.--........._..... ...... .. .... 5 Cancellation Provisions 5.8 Certificate-, of ............ ...... 2.7, .5, 5 3-5.4.11, .5.4.13. ...............5.6.5, 5.8. 5.14, 9.13.4,14.12 completed operations ........... .... ........... 5.4.13 CONTRACTOWs Liability ..................................5.4 CONTRACTORS abjection to coverage,... ......... 15.14 Contractual Liability _54.10 deductible amounts,' CONTRACTOR'S*-____-,* responsibility ................................................5.9 Final Application for "ant ........... ............. 14.12 Licensed Insurers ...............................................5.3 Notice requirements, material changes...-,..5.8, 10,5 Option to Replace...._ ...... ............. ..... ....... .... 5.14 other special insurances....................................5.10 OWNER as fiduciary for insureds .............. 5.12-5.13 OWNFR's Liability... . ....... .... ...................... 5.5 OlArl,JER's Responsibility ........... .................. ..... 8.5 Partial Utilization, Property Insurancq ...............5.15 Property................................. I .... I-, ........ 5-45.5-10 Receipt and Application of Tnsurance Prococcli.............................................. 5.12-5.13 Special Insurance-------- .......................5.10 Waiver of Rights..-------.--------.--- ..................5.11 Intent of Contract Documents ,_, .. .... _ .... ... .... 3.1-3.4 Interpretations and Clarifications,,., .... . . 3.6.3. 9.4 Investigations of physical conditions .......................... 4.2 Labor, Materials and Equipment..... ... . .. ..... 0.3-6.5 Lands - and Easements Availability of ........... ....................... ......... 4.1. 8.4 Reports and Tests ............. I ...................... $.4 Laws and Regulations -Laws or Regulations - Bonds ..... ............. 50-5.2 Changes in the Work ..... ....... ................... J0.4 Contract Dccumcnts........................................... j.I comrRACTOR's Responsibilities ..................... 6,14 Correction Pcriod.*fecfive Work .......... ......... ji.12 Cost of the Work, taxes...............................11.4.5.4 definition of_.._ .......... _ ........ .............. ... ).22 gencra[6.14 Indemnification ................ . .. 6.31-6.33 Insurance... ..... .................................. ........ ... 5.3 Precedence................. ............................... 3. 1, 3-3.3 Reference to....................................................3.3.1 Safety and Protection ................................ 6.20. 13.2 Subcontractors. Suppliers and Othent ....... ... 6.8-6.11 Article or Paragraph Number Tests and Inspections...................................13.5 Use of Premises .................................................0.16 Visits to Site .... ......... ....................................... 9.2 Liability Insurance-- CONTRAC.`TORs ............................................... 5.4 OWNERS... - � .....................................................5.5 Licensed Sureties and Insurer* ................................. 5-3 Liens - Application for Progress Phymerij... , . . ............. 14.2 CONTRAcTOR's Warranty of Title ....................14.3 Final Application for Payment ...... .................. 14.12 definition of 1.23 Waiver of Claims............................................14.15 Limitations on ENGIN II's authority and responsibilities ..................................................9.13 Limited Reliance by CONTRACTOR Authorized 4.2,2 Maintenance and Operating Manuals - Final Application for Payment ..........................14.12 Manuals (of others)-- Precedence ............... 21.3.3.1 Reference to in Contract Document* ..................3.3.1 Materials and equipment - furnished by CONTRACTOR ...... .............. . ...... A3 not incorporated in Work 14.2 Materials or equipment-eqtuvatem _03 Mediation (Optional) ..............................................16.7 Mi lestoncs-defimit ion of .......................................1.24 Miscellaneous - Computation of Times .......................................17.2 Cumulative Remedies........................................17.4 Giving Notice ...................................................17.1 Notice of Claim ...................17.3 Professional Fees and Court Costs Included ......... 17.5 Multi -prime contracts........_......,._ ...... ..................... Y Not Shown or Indicated.... . .. ............................. . 4.3.2 Notice of - Acceptability of project.. I .................................. 14.13 Award, definition of..,,. .. ..... . .......................115 Claim.................... ....................................... 1.7.3 Defects,13.1 Differing Subsurface or Physical Conditions,,,_,- 4.2.3 Giving._ ....... ...... ....................... ................. 1.7.1 Tests and Inspections.......................................13.3 Variation Shop Drawing and SampIq .................017 Notice to Proceed - definition of ......................................................1.26 giving- of .. ... ..................... ... ...... ................ ... Z3 EJC'W GENOLAL CWUTIONS 1910-8 (1990 WITION) WOW OF FORTCOTINS MODIFICATIONS (ROV91") Notification to Surety ... ..... .................. .......... I. ..... I ... 10.5 OFtservation& by F.NGiNF.FiR...........................6.30, 9.2 Occupancy of the Work..................5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR...............0.9. 9.13 Open Peril policy form, insurance ..........................5.6.2 Option to Replace, ................................................... 1.14 Article or Paragraph Number "Or Equal" Items......................................................0.7 Other work 7 Overtime Work —prohibition of ...............................„ 6.3 OWNER -- Acceptance of defective Work...........................13.13 appoint an 1;'NGINEER......................................9.2 as fiduciary...............................................3.12-5.13 Availability of holds, responsibility ,,,,,,,,,,,,,,,,,,,,4.1 definition of, ----...._...... .... ....... .................... 1.27 data, furnish--------...-.-... ...................8.3 May Correct Defective Work...........................13.14 May refuse to make payment............................14.7 May Stop the Work.. ................................... 13.10 May Suspend Work, Terminate .... _..................... $.8, 13.10. 15.1-15.4 Payment, make prompt.....................F.3, 14.4, 14.13 performann. of other work .................................. 7.1 permits and licenses, requirements .. ................ 6.13 purchased insurance requirement;...............5.6-5.10 OWNER's-- Acceptance of the Work ...................... ...I... 6.30.2.5 Change Orders, obligation to execute..........8b, 10.4 Comm unications............................................... 8.1 Coordination of the Work ................................... 7.4 Disputes, request for decision............................9.11 Inspections, tests and approvals; ,,,,,,,,,,.„_....0.7, 13.4 Liability Insurance ............................................. 5.5 Notice or Defects..............................................13.1 Representative --During Construction, ENGINEER's Status9.1 Responsibilities — Asbestos, P(:Bs, Petroleum. Hazardous Waste or Radioactive Material ..............F.10 ChangeOrders............................................. 8.6 Changes in the Walt..................................10.1 communications... ..... . .......... I ............ ­ . ..... &I CONTR.ACfORs responsibilities ..................8.9 evidence of financial arrangementg..............FAI inspections, tests and approvals,, ................... A.7 m sur a nee ...................................................... $.5 lands and easements .... ....... ........... ..... _....... 8,4 prompt Payment by........................................8.3 replacement of ENGINEEK ...........................82 reports and tests............................................9A stop or suspend Work ................. $.8, 13.10. 15.1 terminate CONTRACfORs services .......................................... 8.8. 15.2 separate representative at site..............................9.3 testing, independent .... ...... ......... ....._.... ... - ... 13.4 use or occupancy of the Work ......................... 5.15. 6.30.2.4. 14.10 written consent or approval required.........................................9.1, 6.3, 11.4 EJCDC OLNULAL CONDITIONS 190.8 099a 6D1noN) w! CITY OF FORT COLLINS MODMCATIONS (REV 9199) REM'm PTnm b 1 AI IRGI Pni INDARn11T a Y1 2 a J + J e} o 4 E ii. A} r } • .} A'I' — INSTALLATION GENERAL NOTES 1. M Mltl OmG RRVL91 YWYM PWYL xl®Ae IOP M 1. 9NL1 MSII6 La AaY W Re1PRY 9VRaR[le ela MO 9Wa1bX MILT a 90 IL IN1 CT FNWw1). PI A YVMM Tl[ GYM[ YO xRCWR 0/aN.L KM WYa pAwYa a to GY Xi M ]/hNCx RUWPMx NPMMI' mP M 91[ WXela4 aAEINLY µNet M MDIIL raver v9A1RLK , a" W). Lwwill va[A. aY cMm®eI.MA[ x/o.WwGflTw Ox oxMJrKlmJE PM ao�u' aRaM WrtPraC a uol wWll vlsRna m VP.gAAnm WXRUg. P. M IPRMrPN: EWIwCIq R R[Sx4xPtl1 NR M SMLM1M or 2 Af/O MaMCXLY WO BLWYL fWWP MIN M S➢fWCAMXR M9 MIYYIYM LOWS NR M6 Ye PLIAIm IIOIPt RM m CMIPwIW OSIT.LL PNW Rr GEX WPWUxF WW9W CeMMeR� YTa4mM a 9T16 MM OMR laC6 Mx bL a XY[ } CD]ROYMI[ UnIIM1 ILfA16 1T-rsl PEmPE YW w� a MGX MSL6 WiaN Pelec MNaFR M94 SLLLM6 Yd Lµr MM'Wm XLL IRpIR KNbllµ CPeM [f M PAm]p LDIIInILIi' GXmpaMO MIIIR PRA m MLALCIM. XW Xa VPWEm MM M[ MOlUWN a M MPWRM 89Ip1 R. 1161NL PLL pSArY AP4P m ML MRd1eN WXMR Tlla IX Pxex rt rs Dane w ra PPLn rar amaucnoxs w caoL MMRK6 fRr rWr Ytlxr .pr IMVL XGM WICtaRY n M[ PCWxoucL null M aWlw Luaee caw Pw .VL WPIICNLL IRAL [IfaMC Yn11R LWU' LwIltwNc. r OeLPVPNCl6 a caalRG:na oLwu LLvmo. la. M I[NIYPw aaun � Ivlm mMnae eve 14D6 r IMm, a 9Perau9ae ur vecoePm. ePw Pu uXa M C%1KPMICI6 ro M AIRnIXM a M AMPY Lmlpx a uxuem nrL a warm eGmY M rtMwu sum ssL1OM. M N66m XR e M SMS MMYL sQL IS M rR MN� Wm sLClg16 M UM9® xR LaAY M 9C CMPVSW IIIIM s, ra aueacs .PL owwrwnc. MRENPL. M muaPM 9xL ovum nrE 9eE weo e M Dodo. Swum K xmm: I I. wrruL mll+Pw GMIREL PMu MOX WxxnLn N RIXGeX IPXmWx caNXLxls as K uvW manor m x wo-Lro a nRleC IaP uR W sw.Po ansu nPxnxo uuu mR cuart., nnnu YIRG9}YI rrt .xo PWYri . UXaCWO uus Mmlglf®OL. XUR a GMIR XYe rPuw. Wu ] Pm or Xe[ X vµK WL RIYa Wo slew InamM W aMXx w IvoruE ruN rWL rRmmcxx osd MewWx Wuallwr urAnM. PWn Lawsms xenLd rxL mrAnas 9YsmR r✓anxs wwuG. Am swRecaPw rarvXm. csonm�m nmm ua w e p e rlmxue M muaw WXNxnm ro M oXxa rMMI ro M WMKe a M MN[CI'. 4 AO It1 a[aYW PM COR FKx TPc a WXa(LY acM xX[x[} 0. ae If) a Gd >OMCYe AOG M mR i®m WNlmnu�ie PWm4 uuellort. WO RMewa snlMLw. IRRIGATION LEGEND CONSTRUCTION NOTES ® uaxa: cuM rm nc 9md E eeaWx FnM-w-Wxxmlw (vWI uru NL — awKnK: ^ •^ aM .Nc mMalxGx or M MmPWx wEm w aM YLw Xsaum v 01145 Ar M WNFdWh LaARM LGM XerµL Y<FLIP /A-aLl 4LL IMLS9 OIMPXE[ ML4rm nevMxGl IM NO eNWI VLK �QY Xf NGGm0. 9X1[ URl4 IR m fY11156: w WOIMnI RC$iYll FYµ LOGWN w NL MM MRR9 naYLnmdL I]/N-wcx ua Ranw a GXEaNULsuI M�M6Npn�Pti1'C�Y I� qXM-w-EpNXFS1YJN A99m9LY O xWGrAI MMXt M MmA151X CMInIW Ai M AAgYMrf lWAr0.X1 SNMN. LWmXM1E rtECIPIGL tWm m M GLMRPI VMYaMXI AHM6LY: RA[0 Ei5-YA LLMIXWI'R XTN MC 41XgY IIFRI[SCRATNC GR 9NWIY R d m umALL M ImrwnoXl Wxvcun e A IWNEn1 Mr rs LD aS1LX W3YC +5901%r xuXIFN AY-K �L Re aMIUeIR. Ye 9Omm IMIN X!X LT1rA save Exm. Xuu wW m wYau a Maw rl.Wr ansr� ❑ rLeX sorsG rsveLc larnm Ms m-I W saR uo9al m x PPNMID a NMiL9 PPPpGIP1YlE N 6CUIIw Grt WLK IS9mRr. a1W ]a O LXMAIIM 91OFII WL w uMYMfD MG mX EWIIY PILY. wllll IRMGIIgI CCWXFMe WnNM 41mLYm MG e OUKK L04RaG W614 A99aBLY: PN$Pp R11C O La1M11CIM 91W1 n6p LLUR P91M0 aIMTIXI 915101 WIxIM ® 9ML aM9G pR WIX 14G19LY. PN91w XES-M9-1W-cON MaWE�KYIN MaNaLK 1ffi119L� A LXTXL WMIXC dlr LIWN cV MRIRY Ig µR EWGeI XH IIOY nTK WMPGW m 1W42 m Ma pa 1KK ��MfAR LWIRJILII PIN aNMM MAm1 ��NIdGR Uf[Rµ OSI:InNL IYPN) �— wuR wK sla IMGd) �—wuna u]raarc uu,Lml O �CamroLPmMP11CmmRt XY: mPIiMEAm 5GWN9 AY0 R-PMGR4RA'-SI-ISx PPCY� 4w la]waaRl Canco-.a9)9 IXMI]]} w .11MM.Im l�NrpL Mnnn�n erryn prry. O 0 m W Y m z 0 H 0 _z L ME NGPTM ¢uRsl--aa m duun.e 9r Xm d.Xa w L9.rN.�w Xln G-nxn[ Nana: IRRIGATION PLAN hoµt NninEm. ul.I rsw Au mn d.I wnlX... IR1.00 Article or Paragraph Number written notice required ........................7.1. 9A. 9.11. -1--1.11 ............. ........ I t.2. 11.9. 14.7, 15-4 PCBs -- definition of ......................... ........................... j-29 general.............................................................. 4.5 OWNEWs responsibility for .... ...... .................. 5.10 Partial Utilization - definition or ..................................................... 1-28 general 6.30.2-4, 14.10 Property Insurance.. _. _-------- - ........ 5.15 Patent Fees and Royalties ........................................ 6.12 Payment Bonds...-- ......... 1-5.2 Payments. Recommendation ...... 14.4-14.7. 14.13 Payments to CONTRACTOR and Completion - Application for ProgressPayment3 ......................14.2 CONTRACTOR's Warranty of'l*itle , .... . ............ J4.3 Final Application for Payment .........................)4.12 Final Inspection__....... ....... ............ .... -.14.11 Final Payment and Acceptance ............... .......... .14.13-14.14 general......................................................... $.3, 14 Partial Utilization....._ ....................... - .......... 14.10 Rciainagc..........................................................14.2 Review of Applications for Progress Pay m ents............................. .144-14-7 prompt payment ................................................. P.3 Schedule of Values ......................... .................. 14.1 Substantial CompletioA ................. _-_ ...... 14.8-14-9 Waiver of Claims ....................................... ..... 14 13 when payments due ........ ....................... 14.4,14.13 withholding payment.... . .................................... 14.7 Performance Bonds ...........................................5. 1-5,2 Permits........................................................... 0.13 Petroleum -- definition of� ............................. ....................... 1.30 general.............................................................. 4.5 OWNER's responsibility for ................. ............ A.10 Physical Conditions - Drawings of, in or relating tQ ........................ 4.1t.2 FNCTrNEFR's review ........................................4.2.4 existing structures, ...................... .................... :4.2.2 general 4.2.1,2 ...... ........... Notice of DifferingSubsurface or._ .................... 4. 2.3 Possible Contract Document-. Chanj;q................4.2.5 Possible Price and Times Adjustments .............. 4.2.6 Reports and Drawings ....................... .............. 4.2-1 Subsurface and, ... .......................................... 41 Subsurface Conditions......_....----.----.-.- .-------- 42. 1.1 Technical Data. Limited Reliance bv CONTRACTOR Authorized_. ........... .2.2 Underground Facilities-- general.........................................................9.3 Not Shown or Indicied ..............................4.3.2 Protection of. ........................................ 4.3,6.20 Article or Paragraph Number Shown or Indicated 4.3.1 Technical Data 4.2.2 acconstruction Conforcricq .......................................2.8 Preliminary Matters ............... I .... .... ------ ....... 2 Preliminary Schcdul�............................................... 2.6 Premises. Use of--._....._..._.....----..-.......-416-6.18 Price, Change of Contract ...... ... ..... ...... ............... I I Price, Contract --definition of .................................. 1.11 Progress Payment, Applications fo( .................... __J4.2 Progress Psyment-rctainage..... ... ...... ......... - ....... 14.2 Progress schedule, CCiNTRACTOR's ........... 2,6, 2.8, 2.9, 1 ..... ......................... 6.6. 6.29. 10.4.15.2.1 Project-t1cf-inition o( ...............................................1.31 Project Representative- ENGINEER's Status During Construction..........- 9.3 Project Representative, Resident --definition of ---- .... 1,33 prompt payment by OWNTFP .....................................9.3 Property Insurance -- Additional .................... .................................... 53 gencr&15.6-5. 10 Partial Utilization__.._..._...................5.15. 14.10.2 receipt and application of proccecN ............ 5.12-5.13 Protection, Safety and,,,,,,,,,,,,,,,,,,,, §.2".21, 13.2 Punch list --JAII Radioactive Material- defintion or ......................... ......... 1.32 genera14.5 OWNER's responsibility Fur .............................. ?.10 Recommendation of Payment ................14.4, 14.5, 14.13 Record Documents 6119. 14.12 Records, procedures for maintaining ........................... ').8 Reference Points ........................................... 4A Reference to Standards and Specifications of Technical Societies ........................................3.3 Regulations, Laws and (or) ......................................6.14 Rejecting Defterive Work ... ...... ........................ 9.6 Related Work - atSite . . _.. ., . . ..... ....... ................. ............ 7.1-7.3 Performed prior to Shop Drawings and Samples submittals review,,,,,,,,,,,,,,,,,,,, 6.28 Remedies. cumulative......._ ................... ........ 17.4.17.5 Removal or Correction offlefeeffiv Work ... ___ ... _13.11 rental agreem ents. OWNER approval required .... 11.4.5.3 replacement of ENGINEER, by OWNER .....................8.2 Reporting and Resolving Discrepancies ................................. 2.5. 3.3.2. 6.14.2 Reports - and Drawings ......... ............. _ ................... 4.2.1 and Tests. OWNWs responsibility ..................... 8A Resident and Project Representative - definition of ....................................................1.33 provisionfor ........ ............................................... 9.3 xii LJ(,W GENSLAL COM)ITIONS 1910 -8 (19% MATION) W/ CITY OF FORT COLUNS MODIFICATIONS (itFV91991 Article or Paragraph Number Resident Superintendent. CONTRACTOW.5 ............... 6.2 Responsibilities— CONTRACTORs-in general .................................. 6 ENGINEEKs-in general.. _... ..... _ __ .. ................ 9 Limitations on .............................................9.13 OWNER's-in general ...................... ...................... 8 Retainage............................................................ )4_2 Rcuse of Documents 3.7 Review IV CONTRACTOR: Shop Drawings and Samples Prior to Submittal .......................... 4.25 Review of Applications for Progress Payments......_.........._ ....... .... . _14.4-14.7 Right to an adjustment......._..__ .. ... .... . Rights of Way Royalties, Patent Fees and ......................................6.12 Safe Structural Loading.........__.... .. . . ............. 619 Safety -- and Protection ................................ 4.3.2, 6.16,6.18, ­ ... I ........ .......... 11 ........... 6.20-6.21, 7.2, 13,2 general ..................................................... 6.20-6.23 Representative, CONTRACTOR'S ....................... 0.21 Samples-- dermition of ......................................................1.34 general .... ....... ................... .................... 0.24-6.28 Review by CONTRACTOR ................................6.25 Review by ENGINEER .............................. §.26, 6-27 related Work 0.28 submittal of 6.24.2 submittal procedures ................................ ........ 0.25 Schedule of progress .............................2.6. 2.8-2.9, 6.6, ... ............. I ........ I ....... ....... 6,29,10.4. 15.2.1 Schedule of Shop Drawing and Sample Submittals .............................. Z6,2.8-2.9, 6.24-6,28 Schedule of Values 2.6,2.8-2.9,14.1 Schedules — Adherence to, ............................. .. .... 15.2.1 Adjusting_ .................... ...... ................... ... 6A Change of Contract Times.................................10.4 Initially Acceptable ....................... 2.8.2.9 Prelim inary ......... ... ......... .. ___ .. ..;.6 Scope of Changes ......................... ... .. . 103-10.4 Subsurface Conditions 4ZLI Shop Drawings — and Samples, general ................................. 6.24-6.28 Change Orders & Applications for Payments, and ............... ------------------------- 9.7-9.9 definition of ......................................................1.35 FNGINHFR's approval of..................................3.62 ENGINEER s responsibility for rcvicw. :D. 7. 6.24-6.28 related Work ...... ...... ...................................... 6.28 review procedures ................ .............. 2.8, 6.24-6.28 Article or Paragraph Number submittal required ........................... ...6.24.1 Submittal Procedures ......................................... 6.25 use to approve substitutions.. ....... I ............ .. Shown or indicated . . ......... Site Access ....................... 7.2.13.2 Site Cleanliness ......................................................6.17 Site, Visits to ­ by ENGINEER ........... ............................... 9.2, 13.2 byothers......_..... .. ......... _ ... ...... .... ......... 13.2 ..special causes of loss* policy form, insurance definition ............ 1.36 Specifications— defination of.._..__._ ... ......... ............ ...... I .... 1.36 of'l'cchnical Societies, reference to-..... ............ 3U.1 precedence ......................................................3.3.3 Standards and Specifications of Technical Societir ........................................... 33 Starting Construction. Beforq .............................. 2.5-2,9 Starting the Work .....................................................2.4 Stop or Suspend Work — by CONTRACTOR ...........................................15.5 by OWNER......._ ............................ 8.8, 13.10, 15-1 Storage of materials and equipment .................... 4.1.7.2 Structural Leading. Safety ............................ ........... 6.18 Subcontractor — Concerning................................................ 0.8-6.11 d4mition of.....................................................1.37 dclay% .............. ................... _ .. .. ... .. ........... 12.3 waiver of rights ............................ .... .............. 0.11 Subcontractors --in general ........ ........................ 6.&-6.11 Subcontracts --required provisions .. 5.11, 6.11, 11.4.3 Submituils— Applications for Paymcn..................................14.2 Maintenance and Operation Nbnua4 ............ _14.12 2 Procedures .......................................................0.25 Progress Schedules ................ .................... 2.6.2.9 Samples_, ....... ............................. ... 0-24-6.28 Schedule of Values . .................................... 2.6,141 Schedule of Shop Drawings and Samples Sukimissions .... ...... ... ... .. .... ... 2.6, 2.8-2.9 Shop Drawings .............. .................... ..... 6.24-6.28 Substantial Completion— certification of ............................6.30.2.3, 14.8-14.9 definition of .....................................................1.38 Substitute Construction Methods or Procedures....... 6.7.2 Substitutes and "Or Equal" Items......._ . ............... CONTRACTOR's Expense,.,.,,,,_ ................. 0.7.1.3 HNGINEEW& Evaluation 6.7.1 "Or -Equal".. ................................................ 6.7.1-1 Substitute Construction Methods sin EJCDC Gr-NMAL CONDITIONS 1910-8 (1990 EDITION) V/ CRY OF FORT COLUNS MODIFICATIONS (REV 91") Article or Paragraph Number or Procedures .............................................6.7.2 Substitute Items..,_, _6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relatirig to ..... .. ........ ... 4.2.1.2 ENGLNEEWs Review ........................... ........ _ 4.2.4 general............................................................. 4. 2 Limited Reliance by CONTRACTOR Authori7cd. -- .. _ ------- ---- ---- .4.12 Notice of Diflering, Subsurface or Physical Conditions ... .... ...................... .... :4.2.3 Physical Conditions... ..... ..... 1.4 ........... .... 4-11.2 Possible Contract Documents Change . ..... ....... 4,23, Possible Price andTimes Adjustments-, .. ....... 4,2.6 Report% and Drawings._...-_ ...... ...................... 4ZI Subsurface and 412 Subsurface Conditions at the Site. ........... 4.2.1.1 Technical Data..-.._....... .............. .............. 4.12 Supervision-- CONTRACTORs responsibility_..... _.. _... ......... _6. I OWNER shall not supLrvisq ................................8.9 FNGTNTFFR shall not supervisq ..... .......... P 2, 9.131 Superintendence ... . .................. _ ........................... . 6.2 Superintendent, CONTRACTORs resident, .......... ..... &2 Supplemental costs, .......... ... I ........................ 11.4.5 Supplementary Conditions -- definition of .....................................................139 principal references tq ................. 1. 10, 1. 19, 2-2, 27, 4.2,43,5.1,53,5.4,5.6-5.9. S. 11, 6A 6.13, 7.4, 8.11, 9.3. 9.10 Supplementing Contract Documents ......................... 3.6 Supplier -- definition of ............................... .................. ... 1.40 principal references to ­ ........ 3.7, 6.5, 6.8.6.11, 6.20, ................... _ .............. 15,24, 9-13, 14.12 Waiver of Rights ............................................... 15.11 Surety - consent to final payment ......................... 14AZ 1414 ENGINEER bus no duty tq ............................ I... 9.13 Notification of ..................................10.1, 10.5. 15.2 qualification of ._ ......... .............. __ ... ...... 5.1-53 Survival of Obligatioris. ............. ............................ 6.34 Suspend Work. OWNER May ........ ...... ------- J3.10,15.1 Suspension of Work and Termination . ......................15 CONTRACTOR May Stop Work or Term inate..............................................15.5 OWNER May Suspend Work ............................. 15-1 OWNER Mal Terminate ., .......................... 15.2-15.4 Taxes -Payment by CONTRACTOR ........................6.15 Technical Data - Limited Reliance by CONTRACTOR . .................4.2.2 Possible Price and Times Adjustments .............. 4.2.6 Reports of Differing Subsurface and Physical Conditions_.._ ........ ___ ... ........ .. 4.2.3 Xiv Temporary construction facilities__.. __ .... - ­ 41 Article or Paragraph Number Term oration -- by CONTRACTOR . ... .... . ........................... J-5.5 byC. ...........I ................ ............ of hNIGINHERsomployment Suspension of Work-in general .............................15 Terms and Adjectives........._ ..... ............. ......... __3.4 Tests and Inspections -- Access to the Work, by others ......................... CON ­rRACTOWs responsibilities„ • •..................13.5 cost of 13.4 covering Work prior to ............ ................. 13.6-13.7 Laws and Regulations (or).._ __ ....... ...... ... 13.5 Notice of Defects . .. .. ............... ...... 13.1 OWNER May Stop Work.......__. J3,10 OWNTER's independent testing ........ ................. j3A special. required byENGINEER timely notice required......-......_ ..................... 13.4 Uncovering theWork, at ENGINEMRs request......... ......... ..... ......... 13,9-13-9 Times— Adjusting..........................................................0.6 Change of Contraci ..... 12 Computation of ................................................17.2 Contract Times --definition of ................1.12 day.. .... _ ........ ...... .......... . ............ 17.2.2 Milestones )2 Requirements - appeals ..... 9.10, 16 clarifications. claims and disputes ......... 9.11. 11.2. 12 Commencement of Contract Times,,,,,,,,,,,,,,, 2.3 Preconstruction Conferencq. .......................... -)s I' schedules .................. ...................... 1,15, 2.9, 6.6 Starting the Work ....... ............................ ­...2.4 Title, Warranty of,_....._...._ ... .......................... .... J4.3 Uncovering Work ......... 1. ... I ....... 13.8-13.9 Underground Facilities, Physical Conditions -- definition of ........................................... ........ 1.41 Not Shown or Indicated ...... ......... ....... 4.3.2 protection of. ..._ ..................... ............ ... 4.3, 620 Shown or Indicated .........................................4.3.1 Unit RiQc Work -- claims ........................... ...... __ ....... 1.1.9.3 definition of ............................. ......................1.42 genterall 1.9.14.1,14-5 Unit Prices— general 11.3.1 Determination for 9.10 Use of Premisc-4 ....... ...... ................. 6,16, 6.18, 6.30.2.4 Utility owners ............................ §.13, 6-20, 7. 1 -7_3, 13.2 Utilization, Partial ................... I.M 5.15.6.30.2A 14.10 Value of the Work ............. .................................... J1.3 Values. Schedule of � .. ...... ... . ... . ..... 26.2.8-2.9,14.1 EJCIX: M NMAL COMTIONS 1910.8 (1990 MMON) WOW Of FORT COIJAN"i MODTFICATION's (RFV 9190 Variations in Work --Minor Authorized ........... ........................6.25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER ................................... 9.2 Waiver of Claims --on Final Payment ..................... 14.15 Waiver of Rights by insured particg................. 5,11. 6.11 Warranty and Guarantee, General --by CONTRACTOR ............. _................................ 0.30 Warranty of Title, CONTRACPORs ........................14.3 Work -- Access to. . ........... .. --13.2 byuthers............................................................... 7 Changes in the.....................................................10 Continuing the ...... .......... ................................. 6.29 CONTRACTOR May Stop Work or Terminate .............................. ................. I5.5 Coordination of ­11-7.4 Cost of tile ................................................. 11.4-11.5 definition of 1.43 neglected by CONTRACTOR............................1114 otherWork..........................................................7 OWNE-RMay Stop Work_...............................13.10 OWNER May Suspend Work...................13.10, 15.1 Related, Work at Site .................................... 7.1-7.3 Starring the ....... ....... ..... ........ I.."....... .......... ...... 2.4 Stopping by CONTRACTOR ........ .......... .............. 5.5 Stopping by OWNER_ ..... ..... _- __...... 15.1-15.4 Variation and deviation authorized minor.. ... 3.6 Work Change Directive — claims pursuant to.............................................I0.2 definition of 1.44 principal references to .......... .. 3.5.3, 10.1-10.2 Written Amendment -- definition of....................................................1.45 principal references to..............1.10, 3.5. S.l0,li.12 .....................¢.6.2 6.8.2, 6.19, 10.1, 10A, ......... .................... I.LZ12.1,13.12.2,14.7.2 Written Clarifications and Interpretations...................................3.6.3, 9.4, 9.11 Written Notice Required — by CONTRACTOR.............................7.1, 9.10-9.11, ..... ..................... --- --._...... . 10.4, 11 2, 12.1 by OWIMR ........ ........ .... 9.10-9.11, 10.4, 11.2, 13.14 R<' EJCOC. GENERAL CONDITIONS 1910.3 (1990 Mrnom wt CITY OF FORT COLD S MODIFICATION'S TREY 9199) (This page left hlank intentionally) ayl E1COC GENERAL CONDITIONS 1910 •S (1990 EDITION) w/ CITY OF FORT COU.INS k1OOIFICATIONS (REV 9199) GENERAL CONDITIONS ARTICLE 1—DEFLNITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda --Written or graphic instruments issued prior to the opening of Bids whichclarify. correct or change the Ridding Requirements or the Contract Documents. 1.2. agreement -The written contract between OWNER and CONTRACTOR arvcring the Work to be performed: other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Appticatlon for Payment —The form accepted by FNGINF_F.k which is to he used by CONTRACTOR in requesting progress or final payments and which is to he accompanied by such supporting documentation as is required by the Contract Documentx - 1 A Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing ashestos fibers into the arc above current action levels established by the United States Occupational Safety and Health Administration 15- Bid —The offer or prolxrnl of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requiremenb--Thc advertisement or invitation to Bid instructions to bidders, and the Bid form. 1.8. Bonds -Performance and Payment bonds and other instruments of security. 1.9. Change Urdet-A document recommended by EblGINi'EEI which is signed by CONTRACTOR and OWNER and authori[es an addition deletion or revision in the Wort:, or an adlustnent in the Contract Price or the Contact Times issued on or after the Effective Date of the Agreement. 1.10. Contract Docrmrents—The Agreement. Addenda (which pertain to the Contract Documents), CONTRACfOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Borxis, these General Cunditions, the Supplementary Conditions, the Specifications and the Drawings as the F1 W UE'NERAL CONIXTIOM 191" (19)a Edtim) V OTY OF FORT COLLIM MODIFICATIONS (REV 42Dan) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs3.5. 3.6.1 and 3.63 as or Eller the Effective Date of the Agreement. Shop Drawing submittal,, approved pursuant to paragraphs 6,26 and 6.27 and the reports and drawings referred to in paragraphs 4 2.I and 4.2.2 are not Contract Documents. 1.11. Contracl Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.9.1 in the case of l ]nit Price Work). 1.12. Curttract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii)to complete the Work so that it is ready for final payment as evidenced by ENGINEF:R's written recommendation of final payment in accordance with paragraph 14.13. 1.11. C•UNIRACTUR—The person. Finn or corporation with whom OWNER has enteral into the Agreement 1-14 defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not corfonn to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract loctunents, or has been damaged prior to ENGINEER's recommendation of final payment (unless respnrrsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 1410). 1.15. Drawings -The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined 1.16. Eftcrive Date of the Agreement —The elate indicated in the Agreement on which it becomes effective, but if no such Lhie is indicated it means the date on which the Agreement is signed and delivered by the List of the two parties to sign and deliver. 1,17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant —A person, firm or corporation having, a contact with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions 1.19. Field Onler=A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a cirange in the Contact Price or the Contract Times. 1.20. General Requirements—Scatons of Division I of the Specifications. I N Hazatdoaas Waste —The term Hazardous Waste shall have the itimning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended frarn time to time. 1.22.a. Lags and Regtda(ions; Laws or Regndalions--Any and all applicable laws. rules. regulations. ordinances. codes and orders of any and all governmental bodies. agencies authorities and courts having Jurisdiction 1 22.b. Legal HoMmy--shall be those holidays observed by the Cicy of Fort Collins. 123. Liens --Liens. charges, security interests or encumbrances upon real property or personal property. 124 Milestone -:A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 125. Notice ofAwmtl—A written notice by OWNER to the apparent successful bidder stating that upon compliance IV the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proeeedi—A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fix* the date on which the Contract Times will commerce to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Coraract Documents. 127. OXNMR—The public body or authority, carp ralign association firm or person with whom CONTRACTOR has entered unto the Agreement and for whom the Work is to be provided 1.28. Partial Utilr_-ation—Use by OWNER of a substantially completed part of the Fork for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 129. PCBs —Polychlorinated biphenyls. 1,30, Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and presstue (60 degrees Fahrenheit and I4.7 pounds per square inch absolute), such as oil, petroleum, fuel oil. oil slu 4,c, oil refuse, gasoline. kerosene and oil mired with other non-IlaGvdous Wastes and crude oils. 1.31, Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents 1.32.a. Radioactive Material —Source. special nuclear• er hnrodtct material as defined by the Atomic Energy Act of FXL)C UV-ffHAL CONN7 OM 191" (1990Edtim) wt CITY of Fox'r COLL1M MODIFICATIONS MV 4,?000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 132.b. Reralar Aloddne Hovrs Rmular working hours are defined as 7:00hmh to 6 00mn unless otherwise specified in the General Requirements. 133. Resident Project RepitNtitatim—The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples —Physical crmnples of materials. equipment• or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 135. Shop Drawings —All drawings, diagrams, illustrations, schedules and other data or information which are ssppecifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Spec!ficationv—Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractm:-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, to the opinion of ENGINEER as evidenced try• ENGINEEWs defutitive certificate of Substantial Completion it is sufficiently complete. in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended: or if no such certificate is issued when the Work is complete and ready for final payment as evidenced by F.NCrTNF,F.R's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as npplied to all or pan of the Work refer to Substantial Completion thereof 1.39. Supplementary Conditions —The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Satppher--A manufacturer, fabricator. supplier, distributor, mnterialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Underground Fruilities—All pipelines, conduits, ducts, cables wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any erazsements containing such 6tuilities which have been installed underground to furnish any of the following services or materials electricity. gases, steam, liquid petroleum products telephone a other communications, cable television sewage and drainage removal. traffic or other control systems or water 1.42. Unit Price Mork -Work: to he paid for on the hasis of unit prices. 1.43. Work --The entire completed construction or the various separately identifiable pans thereof required to be furnished under the Contract Documents Work includes and is the result of perfuming or furnishing labor and furnishing, and ircorpomtim materials and equipment into the construction, and perfuminng or furnishing, services and furnishing documents. all as required by the Contract Documents, 1.44 Mork Chm)ge Mractive-A wriucn directive to CONTRACTOR issued on or after the Effective Date of the Agrecraent and signed by OWNER and recommcndcd by ENGINEER ordering an additicat deletion or revision in the Work, or responding to differing or unforeseen physical conditions unda which the Work is u) he performed as provided in pnmgmph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Wad: Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the panics as to its effect, if anv on the Contract Price or Contract Times as Provided in paragraph 1 ()2. 1,45. Wntwn Anrembrivni-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengincering or nontechnical rather than strictly construction -related aspects of the Contract Documents ARTICLE 2-PRELINUNARY MATTERS Delivers' ofBorr&. 2.1. When CONTRACTOR deliver the merited Agreements to OWNER. CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to fumtsh in accordance with paragraph 5.1. Copies of Documents 22 OWNER shrill furnish to CON°17RACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the e.,wution of the Work. Additional copies will be furnished. upon request, at the cost of reproduction. Commencement of Con&uct Times; A'otice to Proceed 23. The Contract Times will commerce to run on the thirtieth day after the Effective Date of the Agreement, or. F X=QENMAL COMMOM 1910-8 (1 99D E(fiOion) w! CITY OF FORT COId M MODIFICATIONS (REV 4/2000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any' time within lla ny days alter the EQ'ectivc Bale of the Agreement—ln--ne-tyle t-will toe Pentmet Times of Bid opening or the thirtieth day After the Effective-lknte of the Agreement whichever date is earlier. Starting the Work: 2.4. CONTRACTOR shall start to perform the Weak on the date when the Contract Times commence to run, but no Work shall he done at the site prior to the date on which the Contract Times commence to run Before Starting Conaruction: 5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent fiE,nres shown thereon and all applicable Geld measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error. ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENCYTNTF•F.R before proceeding with any Work affected therchy; however, CONTRACTOR shall not be liable to OWNTER or F.NGlNFFP for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents. unless CONTRACTOR knew or reasonably should have known thereof 2.6. Within ten days after the Effective Date of the Agreement (inks otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Docurnents: 2.6.2. a prelimmry schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal, 2.6_2.1. In no unso will a schedule be acceptable which allows less than 21 calendar days for each review by Engineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and priers of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction- Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.7. Before um.Work at the site is stared. CONI•RACI'OR and-<->LYP:IS'Fl dull eaeh deliver to the ethav OWNER with copies to weft additieeal irtstrwd fans F-,NGRNF.F,R certificates of insurance (and other evidence of insurance Feusimiably-Fettuest requested by, OWNER) which CONTRACTOR -oval- W-NT4 pwotavely-are is required to purchase and maintain in Acordance with paragraphs 5.4, 5.6-and 5.7. Preconstradion Confereace: 2.8. Within twenty days after the Contract'rimes start to run, but before any Work at the site is started a conference attended by CONTRACTOR ENGINEER and others as appropnste will be held to establish a working understanding among tiro parties as to the Work and to discuss the schedules referred to in famgraph 2.6, procedures for handling Shop Drawing and other submittaLs processing Applications for Payment and maintaining required records. fniriaIIy Accepmhle Schedules 2.9. Unless otherwise provided in the Contract I Documents, ..• w,..._ t.,.r..., �.t.... issvrror Q18 AF% :±,pptiuxianli,r-Patanzat before env work at the site begirts A eonfcrcnce attended by CONTRACTOR. ENGINEER and others as a designated 1 OWNER, will be held to review or a�pttaability to FNGINEER as provided below the schedules submittcd in accordance with paragraph2.6 and Division. I - General Requirements CONTRACTOR shall have an additional ten days to make mrrections and adjustments and to complete artd resubmit the schedules, No progress payment shall he made to CONTRACTOR until the schedules are submitted to and acceptable to hNGINMER as provided below. The progress schedule will he acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance witl neither impose on ENGLNE�R responsibility for the so uencirgg scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTR.ACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENC>TNF.ER as Providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR'& schedule of values will be amcptable to INGLN - as to form and substance. ARTICLE 3--CONTRACT DOCUMENT'S: INTENT, ANIENDING, REUSE Intent 3.1 The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contact Documents are complementary, what is called for by one is as binding as if called for by all The Comma Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to FXL)C OET ouL cominom 19103 (1990 Edition) w, UTY OF FORT COl.l. M M(IDIFICATIO%5 (REV d,2000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work. materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-kmvn technical or construction industry or trade meaning are used to describe Work. materials; or equipmem such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standzrrdv and 5pecifrcatims of Technical Societies; Reporting and Resolving Dlscrepancie 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or associatim, or to the laws or Regulations of am• governmental authority, whether such reference be specific or In, implication, shall mean the latest standard specification, manual, code or laws or Regulations in effect at the time ofopenin$ of Aids (or, on the Effo ctivc Date of the Agrecmertt if there were no Rills), except as may he otherwise specifically stated in the Contract Documents 3.3.2. It during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of arty such Law or Regulation applicable to the performance of the Work or of any such standard specification, manual or code or of am' instruction of any Supplier reterred to in paragraph 6.5. CONTRACTOR shall report it to ENGINEER in writing at once, and CONNTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided however, that CONTRACTOR shall not be Gable to OWNER or ENGINEER for failure to report any such conflict• error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paru mph3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conllidi, error, ambiguity or discrepancy between the provisions of the Contract Documents and. 3.3.11. the provisions of any such standard specification, manual, code or irmstruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regulations apphcauble to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law o Regulation). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of OWNER, ('ON'rRAC'I'OR or ENGINEER. or any of their subcontractors, ccxtsialtants, agents or employees from those set forth in the Contract Docaments, norshall it be effective to assign to OWNER, FiJGTNTFF.R or any of FNGiNRF.R's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or am• other provision of the Contract Documents. 3A- Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import arc used, or the adjectives "reasonable'. "suitable", "acceptable". "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENTGMEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indmited in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall no be effective to assign to ENGL,TX-,R any duty, or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Conitact Documents. Amendng and Supplementing Conaaet Do nrents 3.5. The Contract Documents may be amended to provide for additions, deletions and revisons in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment 3.5.2. a Change Order (pursuant to paragraph 10.4). or Elt'DCCO,OLAL COtUIIOFS 191" (1990 Editim) w! MY OF FORT COWM MOD117CAMM (RLti 4/10001 3.5.3. a Wort: Cktnge Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may he authorixd in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27). or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reasr ofDocrrments. 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or orgamration p>crformuhge or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire am - tide to or ownership rights in any of the Drawings, Specificstioms or other documents (or copies of any thereof) prepared by or bearing the sml of ENGINEER or FNGTNEF.R'.c Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without %witten consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Arailabifiry ofLanth. 4.1. OWNER shall tarnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed rights -of -way and easements for access thereto, and such other land-, which are designated for the utse of CONTRACTOR Upon reasonable written request, statement of record legal title and legal description of the lands upon which the Work is to be performed and OW'N ER's interest therein as necessary for giving notice of or filing n mechanics lien against such lands in OWNER shalt identify any encumbrance or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Casements for pemtanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If COAr1'RACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of - way or casements, CONTRACTOR may make a claim therefor as provided in Articles I and 12. RAIN GARDENS INSTALLATION GENERAL NOTES I. M MRM EOICX 4OL16 A MIIIIUY PI111[L P� rM M r. SEIECI FpillE iM SF9i MD M',MY pRMXLLIb wIX IA[! [ AOAT W "TM OF Po M (M CM MWEq). AT A WARM IBEMAW[ Y 1. ON AT M ]/-. pIIYNWI IgXT-OrQMXLR9X 1dC) IV. Y(iP. YCMfILN. NIx WSIIA MIIM N x CM1E1E .V A`.Y @FRK.E VIM YAIIWL prpr.01 M AIrt IX Cp.TF A, L1[X gIMY SY.NGP ro SIMLL KL F iK SWE 92 WIR VLLhiE Arm M ONvw. fBO.Y(M BEST PEXIOXWMR. ro mwvunmx sIrt� . a M XwuTa+ cwlX.cmA m m.vmB M M .6,WAla v ! 100 i1mFImK( Vm �< rWI1M !M M SFOtAIwS MT 1mX lISMIm LF£!S M .FAWN rM [OM MN4 Mm Alm rTAWWX RWS rIX1 X6 Mm Ord WC1X1 AM W wls,.vvvc m21YVl WMm m fALX vAN5U4 LPoSMG CCmMn XnKUmx a slsiw rIM mXv IR+FS vmr vrE ar wB !. lAtAplBl[ NNY ILd16 1ZVl BMCBC Vdl pmi V Wrrcx vAss¢ BpVnM vsXc nwv[ wn[ maxre as W! NSi.Wd WLL XLWR KX1GM4 WIIK A M mRY' 19X wovr.Xpl.10 vlXno nn ro cowlmlcnorl pB. [. oo Bm v.x[m Wml M esrmumx v M wmArmx stud B. m+u Au E16MIGL raved m ra wulox cm rfm Ix NEM rt 0 MIYS N M 1O41w1 MlIRCIBVB M WIX oxioloma am nx, Icn rm IXK XFDI Rx� n M YiDA')C[ mX M w,tlYl Ei[C[In C[IX um Kl MVIlIHI dcu �'"'c'^°I^ cvp¢ [lo¢an a asv[w+Ic[s w [b3RM:M o[Ms unom. W. M rad.em smun x xnd 4JM1Yr� rrt seam r IPEI. PI fI®X'AlIP6 µC 45COm[d. 111M NL A91 pWiMld! A COPFYmIE ro M RifMlpx V M 0[IfIS 5[t1d 6 w9nD IVF 61W.Rm RIRII M W11WLY fVd lFLrd6 M Ubtd MF ¢ M Y1R MMK 9S AS M IF "IAIXW s® s[nu¢ M I.mao vn smuo w s cBrmwn mw f. M MNX4S I.VC [MCiWw,IL. ilq[lp.[, M rIXlmX➢IG M 1BiWlr pA L![ WRp m M t[tdp. swan x xmd 1, emAu Iw 11X we mxmol wce¢ moY mvinn�ex A K,wWI u.drox cplsorn[rs wr n swWx pvmv vuwrm AXEnS de cwM. MnwA ION,mx To N oclo.-EXo v wnmf dX us[ n swx¢ wrist m coxmol xl.E rKwc cou ] rzn v wn[ x wK mwTw vvc Ave rmxp ix I.xos[om A2Bs WKram rosnB wX B av Aw srw m,mxs w swWY w wmsnrt ' rwm Tom[ vlrtvmEKi pd wvrvn EVIWR'f dulmw ANw [OVM1ILIS BEiXFDI M rVL.IOI BrSMI, PJMUIG WTpMLS 4b 1MMLCTUNI NNX6 C. VS[ MY BTAMyIp IQ$ µ0 fl®V 1111ML5. KE pr G434 Tlrt rllr>&5 6 Iqi LLIWID. a [mro[ ra rouo.w cwraarn ro M wKv vev ro M • »m Ixl dSMis XM sa vw TM a wmrur adrzo XnXv a ,Wo IL v rsw sBKIOIm .xvw v IWL rx[om A1�1 qiM' y.MX�HVhIVEXr. uN MPAIN Gf IRRIGATION LEGEND CONSTRUCTION NOTES ® mm¢ pva !m rc Q M AF%cc. Arm dm-v-wxK.mw (wcl vwi e[ — wM. 1 FAAE ClA4 1DJ M ,A-IN[X 91[ UKE6 OIK.'M$ BtlXIFn ppwSIRF.VI Or M pMIG,W W1EA PD Iw YE,fA X6bLLd T OIIn6 A, M MP6YWR IOG,M A. XETML 01Crt11A umu w[ ro d^RCS: IN amTol IFBnwr M AS IM 4m WSIIV WlF A��. IS Mr RU. sA1F ��aaX n9cl lmmx of r¢ .ml aKVY ILL.EIMItf (]/A-ecr SZC mMW 6 WPwBV.iml �• ICtl-R-<COV ASSOI&v Ox YORR W Wi M MA1PI m11plW Ai M YrP6iWE IOd1m. 9X�IL [COlY2 n1CmpL Md d M M]I[IO RfrlNILN 45d1r i® �-YI ISLtlI M BW,PI MRP0.1[Pµ M lCG1W �6 Q i1N SCBA .[WIHn. KMp IVS {CI-IW llWl InCETIMI W t ANN.N N CMIEY'! RPP6M. r1TK N muml part w!f rssmsm veld flx Oi .eenxlvx soel w v uxosrrd Aran m. [wen wB.. .anWA eeevlox drXaYErlls .nxx worw+m elan o wa tans XuIE Amlpt.: uBmeD 9s 0X twWwcly swu Em Imrt Emsnm mu,ox mm vane+[ ® elorz mnla m vWlV A�AL:.Aeeap uaas-Ioo-mY x na Aveixmvrt rm X® EYTK mrwmx <ves,as .EYfram Aro Ave vv m wvE Assllar ro am,vc v+wXa. M, risen w• .<�R.Y us[ au[ caxlm we mwl mw mp wxMput. ro mEvnrt xd oxr Yavr. ��Mi.A16 WrtXpILX mA SA11Pl WYRA Iq'IR 41fYL e9]YIIEE (LPY) ^ eWm rtv[ se IXmBs) �� e(Ca6 wOilR /mIv.AM O Al11mN MMlI1kV YRI VIM 5VJ VPMR SrXI[X6 pm f41AlSplq-X�9. 1 AR'A� Mlgtp R VGi0.11AM n1pBN Ct Ap(mA 4m CJn.[O nlxs pro)n].rsn r mm n] Inr C*oAww m•a rdl N]XiK IX ECA[a r. r pJBW rI M p+wX M OahMtr rn MIGAMN RAN ho)vr NuWrt 1Ox sXK ta. v,mu s1.W. raevW� IR1.01 CONTRACTOR shall provide for all additional lands and access thereto that may be ralured for temporary comtructiun facilities or storage of materials and equipment. d?. Subsurface and Physical C.'nnditions: 4.2,1. Reports aid Dramings: Reference is made to the Supplementary Conditions for identification of: 4.2.1.1- Subsurface Condidans: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 42.1.2. Pin-sical Conditions: Those drawing of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGIA M in preparing the Contract Documents. 4 2.2 limited Reliance by CONTRACTOR Authorized' Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings arc not Contract Documents Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OXk NFR ENGINF'.1'sR or any of ENGINIFtik's Consultants with respect to 4.22.1. the completeness of such rcpms and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the mcarts, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2 _'.2. ether data, interpretations, opinions and information contained in such repots or shown or indicated in such drawings, (a 4.22.3. any CONTRACTOR interpretation of or conclusion drown from any "teclnical data" or any such data, interpretations, opinions or inlomration. 4.2.3. Notice of Differing Subsurface or Plijwcal Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either. 4 23.1. is of such a nature as to establish that any "technical data' on which CONTRACTOR is entitled to rely as provided in paragraphs 42.1 and 4.22 is materially inacevratc. or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3 differs materially from that shown or EJCDC OENMO L CONDITIOM 19104 ( I990 E6tim) wi 0TY OF FORT OOLW NS MODIFICATIONS (REV 4:000) indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature. and differs materially from conditions mli narily encountered and generally reccitnized as inherent in work of the character provided for in the Contract Documents, then CONTRACTOR shall, rwamptl} IIT1I eskatCly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by ptrag iph 6.23), notify OWNfiR and ENGINEER in writing about such codition CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesi uf) until rcueipt of written order to do so. 4.2.4. EA101NEEX's• Review: ENGINLA'k will Promptly review the pertinent conditions, determine the necessity of ONVNIMs obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of hNGINEFR's findings and conclusions. 4.2.5. Possible Contract Document Change: if h'NGiNF;F.R concludes that a change in the Contract Documents is required as a result of condition that meets one or more of the categories in paragraph 4,2.3, a Work Change Directive or a Change Order will be issued as. Provided in Article 11) to reflect and document the consequences of such change. 4.2.6. Potable Price and Timer Aifuw nentr: An equitable adjustment in the Contract Prize; or in the Contract Times. or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's Brost Of. or time required for performance oC the Work, subject, however, to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 42.3.4, inclusive, 4.2.6.2. a change in the Contract Documents pursuant to paragraph 42.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment: 42.6.1 with respect to Work that is paid for on a Unit Price Basis. any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 aryl 11.% and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if, 4.^_.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRAM'OR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or bemiming bound under a negotiated contract, or 4.2.6.4.2 the existence of such condition could reasonably have been discovered or revealed as a result of any emminaticm, investigation, exploration, test or study of the site and contiguous areas required by the Balding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such fatal commitment or 4.2.643. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNLR and CONTRACTOR are ratable to agree an entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract 'times a claim mny be made therefor as provided in Articles 11 and 12. However, OWNER, hNG1NP:F:R and ENCTINEER'S Consultants shall not be liable to CONTRACTOR for any claims, cats, losses or damages sustained Iry CONTRACTOR on or in connection with any other prcrject or anticipated project 4.3. Physical Condrrions-Irndergroand Facifiticv: 4.3.1. Shoxsr orindreated.• The information and data shown or indicated in the Contract 0ocurnents with respect to existing Underground Facilities at or contiguous to the site is baud on information and data furnished to OWNFR or F.NGTNrF.F.R by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGI.=- shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The caw of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility fir. (I) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents,(iu) axrrdim6on of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities its provided in paragmaph6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Nor Shoun or Incficnted: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR sha1L promptly immediately after becoming aware thereof aril befoe further disturbing conditions affected thereby ur performing any Work in connection therewith (except in an emergence as required by pzragraph6.23), identify the awner of such Underground Facility and EXW GE 4BL%L CO UTIONS 1910-8 (1990 Ediliml w1 CITY OF FORT COLLINS MODIFICATIONS t)tLY 42000) give written notice to that owner and to OWNER and ENGINrEER ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the eunsequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, n Work ('hinge Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as sided in moK cep h 62u. CONTRACTOR shall may be albwed an increase in the C.emtma price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract i)ccumentc and that CONTRACTOR did not know of and amid not reasonably have been expected to he aware of or to have anticipated. If OWNER and CONTRACTOR are tenable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or C'xmtmct'I'tires, CONTRACTOR may make a claim therefor as provided in Articles 1 i and 12. However, OWN UZ, F,NGINEF,R and F,NCrTNF.F.R's Consultants shall not be liable to CONTRACTOR for any claims, caws, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated pmjca. Reference Points: 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER'S judgment are necessary to enable CON'I'RA(TOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference pones and Mall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of nc=snryy changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel 4.5. Asbestos. PCBs, Pe&olezun,11=ardvas Waste or Radioactive Dfarehal: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Ilazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or iraficated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the Sate. OWNER shtill not be responsible for am such materials brought to the site by C'ONI'RACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. 45:2: --ONTRAC'TORshallimmaiiataly:_(i}stopnll >Fh-arid itt.tx-emrencv r—tonfssm such notice in writing). OW'NF.R shall promptly consult with ENGINEER- concerning -the necessity for OWNER to retain n qualified expert to evalunte such eii9a;-if-nrrv, CONTRACTOR shall not be required to resume Work- in emnet4km ; .4h su 41 Kmrclo a ...'r lii nii 'if in any snsl�aRiMeva x ined any required permits related thereto and delivered to speQit that %,ch-c.nd,,,m:......nd_env-nit rendered }spetac CONT�m u .A9170R .y�ut-agrer-e Ao_eniidement-tc_er she AmOunt Mr e-a-rif f an _, mei* f ftn)��^ either Mrty may -me" Gtainrthereferrs-proRdeJ4n CAWTRrACTOR does not agree to resume such work based an a reasonable beheF it is tin.safim, or does no CflndlthlR rt�`"•• nr..�,r�.«,.,t.--..twice .. ,..�a;�olh�he�tert�lf Id.-„a"-d-sets., m-a,:,rxetien-yttiet,�:a�-''r :>n�rdcttes the 11.4. If 01"NkU and (Y)?" agree asto entitlement tour -the amountor extent of an adju"erd, irony, in (-7onaraet Price or Gontreet Time either party may make a claim theref(a as provided in portion of the Rork- performed by OW'NEits own forcesorothers in accordance with Article 7. Regulations, OWNER shall -indemnify and -hold harmless - CONTRACTOR Subcontractors, ENGLNEEF r-w..rPRTnR, Consultants .._d, iIhe officers; directors, -employees, agents, other wnwluints-and sulxxxaractors of each and any of them from and against all claims, ousts, losses and damages arising out of or resulting from such IIISMFdeusMR litiun�wt i {i}xny sashclxim: oosl loss or damage is attributable io bodily injury. of tangible Including: the loss �of use -resulting-therefrom, and (ii) nothing in this subparagraph 4.5.4 shall obligate OWNER to indemnify any person or entity from and own negligence 4.53. The pmvisions of pmgmphs4.2 an' 'n4m-e not ended to apply to k4ieste fell@{-�Irlfik3ytTclj vrtctia'ted HI the SRR EJCUCOENERAL C41iOIT10M 1910a3 (1990 E&kM w/ CITY OF FORT COLLIM MODIFICATIONS (REV 4,2000) ARTICLE S—BOMS AND IINSIMANCE Performance, Payment and OtherBondv: 5.1. CONTRACTOR shall fttrrLh Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and peymenil of all CONTRACI'OR's obligations under the Contract Documents. These Bends shall remain in effect at least until one year after the date when final payment becomes due, exceptas provided otherwise b<`, l.aws or RegUlatlom or by the Contract Documents. CONTRACTOR shall also fumish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and skill be executed by such sureties as are named in the current list of "Companies Holding (:enitieates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the audit Staff, Bureau or Government Financial Operations, 1; S Treasury Department All Hones signed by an agent must he accompanied by a certified copy of such age.rra's authority to act. 5.2. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the lhmject is located or it ceases to meet the requirements of paragraph 5.1. CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNTF.R. 5.3. Licensed Sarerier and Insaram; Cerrifreares of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purcimsed and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies thrit are duly licensed or authorised in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance cohnpamcs shall also meet such additional requirements anal qualifications as may be provided in the Supplementary Conditions 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional unsured identified in the Supplementary CondLuems certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4 OW''N13R shall to -each additional insured identified in the Supplementary or any other additional whieh 0W"NkR-" nhatntairt irrencr-tvitlt pnmg ph%5•:fi and 4 7-1herrrtt- C0JVTR4CT0R's Liabilirr Insumnee: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work - being performed and furnished and as will provide protection from claims set forth below- which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONT'RACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or inch ctl • employed by any of them to perform or furnish any Of VI'o -. or by anyone for whose acts any of them may he liahle- 5.4.1. claims under workers compensation. disability hen>efrts and other similar employee henefit acts; 5A.2. claims for damages because of hod ly injury, occupational sickness or disease. a death of CONTRA('OR's employees; 5.4.3 claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees, 54.4 claims for damages insured by customary esusrairncd: 11er'-uln-by (v le"R A/•'e'r4• .. !::\ 6' .. Ahef .. O., erv)� 5.4.5. claims fix damages, other than to the Work itself because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom, and 5.4.6, claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall. 5.4.7with respect to irosurance required by paragaphs 5.43 through 5.4.6 inclusive and 5,A4, include as additional insureds (subject to any customary exclusion in respect of professional habilit{`), MTQ R. ENGMER, 1•,TJGLNEER's ConsaLLBnLY and any UIhCR persons or Cmlrle3 1Llerdlfled in the Supplementary Conditions all of whom shall be listed as additional insureds, and include coverage fie the respective officers and employees of all such additional insureds, 5.4.5. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; F.ICDCGENMAL COMXT1OR51910.8 (1990 Mimi V C1TY OF FORT C(r.IlM MODIFICATIONS Qt -V 4120D0) 5.4.10. include contractual habilitv insurance covering CO1N'TRACTOR's indemnity obligations under paragraphs 6.12, 6.16 anal 6.31 thnwgh 6.33; 5.4.11 contain a prevision or endorsement that the coverage afforded will not be cancelled materially changed or renewal refused until at least thin days' prior written notice has been given to OWNER and CONPRACI'OR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished bS the CONTRACTOR pursuant to paragraph 5.3.2 will so provide); 5.4.12. remain in effect at least until firm) payment and at all times thereafter when CONTRACTOR may be correcting. removing or replacing ekfeclive Work in accordance with paragraph 13.12; and 5.4.13, with respect to completed operations insurance, and any insurance coverage written on a claims -made hn%m* remain in effect for at least two years after final payment (and CONTRACTOR shall famish OWNER and each other additional insured identified in the Supplementary Conditions to whom a artifncate of insurance has been issued evidence satisfactory• to OIVNER and any such additional insured of continuation of such insurance at final payment and one year thereafter) OF/7VI i'sLiabilirrInsurance: 5.5. in addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER at OWNRR's option may purchase and maintain at OA-NTL'R's expense OLINER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents Properrt' Insurance: 5.6 Unless to ierwise provided -in -the Supplementary Conditions. OWNER shall purchase and maintain estie in the affletin of the full replacement cant thereof (subject to sudt deductible amounts as may be prcwidl i in the Supplementary Conditions or required by Laws sad Regulations). Thisirsuninoeshnll 5.6.1. include the interests of- OWNER. 00�4RAQTQk ;ahaHnmeton. EAR31?Tl entities -identified in the Supplementary Conditions. each of whom is deemed to have tin insurable interest and shall be listed as tin insured or adklitionatl insured. -6.2. be written on a Builder's Risk "all risk" or Htxn F ter eked damageta-twr'44�r', Had I.V i k- irt4rtuude-anti skald asare Becht at-leaq the ---tAllotvi.,S peril.. f . lightning wnended overage, theft, vandalism and malicious mischief. rtwvftl rlenolitior+ gawsiuned ky entereeinffil f haws laiiens; L a enre C-ufli' ''one 54J.. -include xmpenses imurred in -the repair or replacement of any insured property-(includmg but not 1.. .� foes a..1--CiulFr �-And architects). .5.6.41irl�kI - ihe-SiiC or at-anmher-location that was agreed to in writing by or--to--beirw prAtyded{lia q-10h rawe_nak.--ende[jUipmem-hnve-heen ineiu d in AM-1Xavinent r Nl ffiatended by )' .2 tint Tv-�c c c—oLc.. -n.das:II.e6-vrcu.c. rc'�it 1Rnenl-l-,t,`u made unless athenviSe "I iitiF'fV�dB1'�w41t{en-.,....«�:.�lAah-tlt{t0! AddStiE)tMl emee4w.' item ism "a:a ,; rit rsuek }x� ter 2 ns may -he -required by the Supplemenurry Conditirom or 6aws and . `ltlde-Elle-a+terc�i9-4n a he iisea[i-any-ether-paFcaFlS-nF-entiria5 deemed to � LSreJtflRt±9i� atlaA�vidztwz-�lxreof)-.x�--'-t � .,• maintained by OWtiTR in accordance with paragraphs 5.6 and 5.7 will c overage afforded will not be cancelled or materially, changed or renewal refused until at least thirty days prior wrint n notice- has beta given W OWNER and whom a-certificate.of insurance has been issued and will Contact} -Waiver provision in accofdmlce with F*ifatnaph5_14- >.9. OWNEP shall not be responsible for purch king and maintaining any' property insurance to protect the interests of CONTRNCTOR, Subcontractors or others in the • tonv dedavFibit aattaaas tkart identified in the Supplementary Conditions. The risk of igi lakEkaetiblramount, wp,11'.-bum by CONTP.NCTO"' bcfw�-RRY such loss and if -any of them wishes property insunince coverage within -the limits of such amounts, each may purchase -and nmirdrrin it at the pinchawr's min e\-pense. 5.4o: dfCANTRACI'OR requests in writing that other pc'lie+es --.kw Mier - - R ate -Amen�atent—f'o-i.,�--to ltCuccNt LRnt Cot+tbnom 191" uv"saa cm 10 wl a r Y OF FORT COLLINS MODIFICATIONS Mv a,zoaa) commencement of the Work -at the site; (3WNT-R.shall in 5.+H—. OW'NER and-CONTRACT(DR intend that all policies purchased in nccordance-with paragraphs-5.6 Subcontractor, ENGINEER ENGNSSRYs rcE1gSAIK1m5Niid-EFAner pon-oie or OrAiii0's3dCntif•INd insureds or-edditinnal insureds in such policies mid w+l damages caused #ty the perk Gwered-tJxrehy U such pl/lie to-yhaFfeanfa+n previsietw tail 1� c ce event of PaytMt of of as ce-the iasurer�will-have+ir `n.�.:�.�-.•V..l.=--env-of the-- uvsured:��-ack�l—irx;ureds--d�eunc4s: k1gPnY.:-tSN All Imo-.�..""-'q-and tlgf#T +e.S-eSt Af"Wnl -tl2!fl It 1l,-in3Fn any-o�ihe�eri i" •••• •.•''=�h�.�,:IflaS-AAd-PA}:. in --add tttott' nh kiNGINP44, Comwitunts and ell other I anew or entities identified .the Sk Conditions to be hmej a i145aFifi4-HF'8['Id1�k l-♦n%rads u nd.F avt�h�h' fAF le�;es�attl-don •^'a `r„^' AtaAve w'Brvefs- shall -ext `ki • ,••••�i— •:�1,... •M. .,.." Tar.. mak4ng_,.juch iva - : have Tfoeeadl­e payable under any pol icy so issued 5111121 In .'Nklt„„all_ . fight, ga Ainst CONTRACTOR. Subcorinctors, otfteers, Aitrectors, employees and agents of any of them, for rless due_.uior, o> s or use or other onwaquential kin extending beyond direct physical loss a damage to arising -out of or resultutg front- flre orother peril, whetherorraft insured by O INMR; and 5.11.2.2. loss or damage to the completed prtajOel; EW pHA 1herco4Aased by. 8644 not Of�r resulting from fire or other insured peril covered by -any- prepaftY-+nvlmnee-mairAwmf art- the during partiAl utilization pursuant to parkeraph 14.10, after Substantial Complelion pursuant M paragraph 149-or after -trout payment pursuantic*paragniph-11.11 any-ir sureAwr-palic3 vexing pay h -t xarwinMV the-etfee"hat amiseciatntial-n�•Lti incur recovery against any of CONTRACTOR, Subcattractors. v-efi#rmr. Receipt and.4ppGcation of Insurance Proeree 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with Ol4NER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of peragnaphS.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the partics in interest may reach If no other special agreement is reached the damaged \fork shal I he repaired or replaced, the moneys so received applied on Account thereof and the Work and the cost thereof covered ln' an appropriate Change Order or Written Amendment, 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the panics in interest shall object in writ4 within fifteen days After the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the kiss with the insurer'sAnd interest, -'.`%V4Vk nets--ItduciaP, qha f-gi�=flre PFGPeF.,e.t ,...__ _,.r..UGh a.' Acceptance afBandc and Insurance: Option to Replace: 5.14. if either liffty (GM?4ER or OWNER has any objection to the coverage Afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the CONTRACTOR in accordance withArticle 5 un of non<odonmanoc with the Contract Doaume . the objectrtg Fmrty shall so unify the other party . fiO_WNER wrill notify CONTRACTOR in writing within ten fteen days utter receipt cklitcry of the certificates (or other evidence requested) to OWNER as required by paragraph 2.7. other such additional information 41 respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain of the Bends and insurance regrnrel of such party Iw the Contract 4. wribrrtg of such Ieilure to purchase prior to the start of the lltrtk-�r-efstK'hTatlare-I0-MHin Win the iegl+lr�'ti1tl4't1faL'e—WiilKi4li jXCjUdIkX-IoHnV-other-right or remedy. the other party may elect to obtain equivalant Bonds or insurance to protect such other party's interests*it the expanse orl -the party who was re<puiredto provide such Gone = 1-taractjusl4he Contract !'rice aocordu{gly. Partial Lrdfi;ution-PropertyDtwmnce: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EXI)CGENERAL COMIONS 1410-S(I "O E(liion) x' QTY OF FORT' COINS MODMCAIIONS aRL• V •7(-1000) Completion of all the Work such use or occupancy may be accomThshed in accordance with paragraph 14.10, provided that no such use or uaney' upasimll commence Lxfore the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES Supervision and Saperintendence: 6.1. (Y)N'rRACI'OR shall supervase, inspect and direct the Work competently and efficiently. devoting such attention thereto and applying such skills and expertise as may be necessary, to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely, responsible for the means, methods, techniques, sequencs and procedures or coMruction, but CON'I'RA(--I'OR shall not he responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents CONTRAM'OR shall be responsible to sec that the completed Work complies accurately with the Contract Documents, 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACfOR's representative at the site and shall have authority to act an behalf of CONTRACTOR All communications to the superintendent shall be as binding as ifgiven to CONTRACTOR. Labor, Materials and Equipment: 63. CONTRACTOR shall provide cempe-tent, suitably qualified personnel to survev, lay out and construct the Work as required by the Contract Documents, CONTRACTOR shall at all times maintain good disei line and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents. all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Work on Saturday. Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no less than 48 hats in advance of am Work to be Performed an Saturday, Sunday, Holidays or outside the Regular Working Ham. 64. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility Cur all materials, equipment labor. transportation, construction equipment and machinery, tools, appliances, fuel power, light, heat. telephone, water. sanitary facilities, tem{xrmy facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 641 Purchusim Restrictions- CUNTRACI'OR must comply with the Citv's purchasing restrictions. A coot of the resolutions are available for review in the offices of the Purchasing and Risk Management Division or the Citv Clerk's office. 64.2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products comaining cement to certify that the cement was not made in cement kilns_ that bum hazardous waste as a fuel 6.5. All materials and equipment shall be of good qualay and new, except as otherwise provided in the Contract Documents .All warranties and guarantees specifically called for by the Specifications shall expressly run to the licttefit of OWNrF.R. If required by FiNGTNF,FiR, CONTRACTOR shall famish satisfactory evidence (including reports of required tests) as m the kind and quality of materials and equipment. All materials and eyuipnrent stall be applied, installed, connected, erected, used cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents, Progress Schiedule: 6.6. COM'RA(-TOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time asprovidel below. 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragmph 2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones) Such adjustments will conform generally to the progress schedule then in eflic:t and additionally, will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1 Such adjustments may only be made by a Change Order or Written Amendment in accortLance with Arucle 12. 6.7. Substitutes and "Or -Equal" hoorah:- 6.7.1. Whenever an item of material or equipment is specified cr described in the Contract Documents by using the name of a proprietary item or the name of a (tanieular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description EJCI)C UENF.TtAt. CONL)IUOM 1910$(1990 Edtim) 12 wi CITY OF FORTCOLUM MODIFICATIONS MEV 42000) contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is pennitted. other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. 'Or -Equal' If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that reamed and sufficiently similar a) that no change in related Work will be required, it may he considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed sulntitutc items 6.7.1.2. Substitule Itemar if in ENGINEERS; sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. CONTRAMOR shall submit sufficient information as provided below to allow FiNGTNFER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review, by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of laaposcd substitute items of material or equipment wdl not he accepted by FTGTNF.F.R from anyone other than CONTIL,CTOR If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specked and be suited to the same use as that specified The application will state the crtent, if any. to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work oh the project) to udapl the design to the proposed subtitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintcaartcx, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs ur credits that will result directly or indirectly from acceptance of such sulntitute. including ests of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER mil}, re, . CONTRACTOR to furnish additional data ab ut the proposed substitute. 6.7.13. CONMC'TOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at COiNTRACI'OR's expense. 6.7.2. Suboatte Construction Mvthotlz or Procedures: It's specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the (contract Documents, CONTRACTOR may furnish or utilix a substitute nears, method, teciuuquc. sequence or procedure of construction aat-piahle to ENOINIFER. CONTRACTOR shall submit sufficient adiu maticm to allow F.NGINF1iR in ENGINEER'.. sole discretion, to determine that the substitute proposed is equivalent to tf nt e pressly called for In the Contract Documents. I he procedure for review by ENU1NEER will he similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer v Evaluation: F,NCr1NF,F•R will he - allowed a reasonable time within which to evaluate each propom. 1 or submittal made pursuant to paragraphs 67 1 2 and 6, 7.2. ENGINEER will be the sole judge of accepaabilq. No "or•equal. or substitute will be ordered installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawirng. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any 'or -equal" or substitute. ENGINEIM- will record time required by ENGINEER and ENGINEER's Ccnsulcints in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any, other direct contract with OWNER for work tin the Project) occasioned thereby Whether or not ENGINEER acapis a substitute item so pro or submitted by CONTRACTOR CONTRACTOR shall reimburse OWNER for the charges of GNGUEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 68. Concerning Subcontractors, ,Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2Z whether initially or as a substitute, agairst wham OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, St5pliar or other person or or$Rmization to famish or perform any of the Work against whom CONTRACTOR has reasonable objection. EICDCOFNERAL COK)ITIONS 191" (1990 Edtian) wl CITY OF FORT COLLINS MODIFICATIONS MN 42000) 6.9, CONTRACTOR shall I erform not less than 20 yicrcetrt. of the Murk_ wtth_ils. own forces (that. is, without subcontracting). The 20 percent requircin u shall be undcrsloud to refer to the Work the value or which totals not less than 20 Meem of the Contact Price. 6.82. If the Supplementary Conditions Biddin Documents require the identity of certain Subcontractors, Suppliers or other perscros ur organizations (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER in advance of the specified date prior to the Effective Date of the A6rreoanent for acceptance by OWNER and F.NGIN}iER,—and—it' has submitted a l4st thereof in OWNF.R's or F.NGINEER's acecgaanec (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of „u�L - R41 germs, r.06V4Aned_hV such substitution mvl an-approprinte Change Order wit1 be imed of %will constitute a condition of the Contract requiring the use of the named subcontractors, sunnliers or other persons or orgammhon on the Work unless In written approval is obtained from OWNER and hNGINF1,R. No acceptance by OWNER or FNJMEFR of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defectin'e Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and othu persons and organizations performing or famishing any of the Work under it direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's men acts and omissions. Nothinpiz in the Contract Documents shall create for the benefit of any such Subcontractor. Supplier or other person or organization any contractual relationship between OWNER or [ NGDNEER and any such Subcontractor, Supplier or other person or organization nor shall it create any obligation on the part of OWNTER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Relvlatiors OWNER or bNUIMER mar furnish to anv sulx:untractor, supplier or other person or organization evidence of amounts Paid to CONTRACTOR in accordance with CONTRACTOR'S "Aoolic4tions fx payment". 13 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors. Suppliers and other pawrns and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. (X)N'I'R:\("I'OR shall require all Subcontractors, Suppliers and such other persons and organizations perform ng or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in Dividing the Work among Suhcontractors nr Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for (X)N'rRACI'OR by a Subcontractor or Supplier will be pursuant to an apppprorroppriate agreement between CONTRACTOR and the Suhcontrector or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PNGINEER. L�hasKvaF-stay-sus[x+graemant iE-avith-a c,.l.,.,._.......... ... Suplil er who is iR , tsttraner-prawd�}tn ^ CONTRACTOR and the Subcontractor or Supplier will coraairr . ,xvot-or-Supplie NEf'I±3------ ani11—other wages caused -lay: fifisifig eat af=!��nffT fifty tgepe-dsc�v reel-bY the Work If the insurers on any such policies, require SUM! 18Frv,v"unr^rrw ...:1�,J,...^•"ne. Parent Fees and Ro)'alrfes:• 6.12. CONTRACTOR shall lay, all license fees and royalties and assume all costs mordent to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations. CONTRACTOR shall indemnify and hold harmless OWNER ENGINEER ENGINUR's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, coots• losses and damages arising out of or resulting from any infringement of patent rights or copynghts incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design. process, product or device not specified in the Contract Documents. EXI)CULNUAL CONDITIONS 1910.8(1990Edtim) 14 w, CITY OF FORT COLLI M NIMFICAT1016 (REV 4 ^000) Pemlits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental eherges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of }aids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners far connections to the Work, and OWNER shall pay all charges of such utility owrers for capital costs related thereto such as plant investment fee 6,14, LairsandReWula6oas: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to fun shirg and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulatiors, neither OWNER nor ENGINEER shall be responsible frr monitoring OONTRACI'OR's compliance with any Laws or Regulatiorm 6.14.2. If CONTRACTOR performs any Work - knowing or having reason to know that it is contrary, to Laws or Regulations, CONTRACTOR shall Lear all claims, cost-, losses and damages caused by, arising out of or resulting therefrc n; however, it shall riot be CONTRACTOR's ftimary responsibility to make certain that the Specihcauons and Drawings arc in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2. Taxes 6.15. CONTRACTOR shall pay all sales• consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the project which are applicable during the performance of the Work. 6.15.1. OWNER is exempt from Colorado State and local sales ,and_ use _tares on materials_. to be pennaruxa[ly it cwlwralcyl inlp the gojecL Said Ia.ICEs shall not be included in the Contract Petra. Address: Colorado Department of Revenue Sate CapitaI Annex 137S Sherman Street Denver, Colaado,_R0261 Sales and Use Tames for the Stato or Colorado Regional Transportation District (RTD) and certain Coltradn counties are collected by the State of Co_lora lu. anal. ace ir3cluded m _the_.Certificatjon._Of Exemption fuawliable Sala and Use 'faxes (including Slato eled taxes), on any items other than consl.ruction and building, materials physically incorporated into d 'ect are to be id • CONTRACTOR and are to mcluded in ap9priate bid items. Use of Iwousess 6.16. CONTRACTOR shall confine construction equipmont• the storage of materials and equipment and the I�+orations of workers to the site and land and areas iJentifiul in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rigtts•of-w•ay, permits and casements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment, CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of am• adjacent land or areas, resulting from the performance of the Work Should arty• claim be made by arty such owner or occueant because of the man perforce of the Work. CONTRA(rJOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute- resolution proceeding or at law. CONTRACTOR shall, to the fullest CCtent permitted by Laws and Rcgulatiors, indemnify and hold harmless OWNEEL ENGINEER ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, outs, losses and t n 6011 arising out of or resulting from any claim or action legal or equitable, brought by any such owner or occupant against OWNER. ENGINEER or any other party indemniGod hereunder to the extent caused by or based upon CONTRACTOR•s performance of the Work. 6.17 During the progress of the Work. CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and outer debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliancer, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Docum ents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in arty manner that will endanger the structure, tax shall CONTRACTOR subject any part of the'iVork or adjacent property to stresses or pressures that will endanger it Record Documents: EX GENERAL COMXMON31910-8(19JO Edition) w' CITY OF FORT OOLUM MODIFICATIONS (ILL V 40000) 6.19. CONTRACTOR shall maintain in a safe place at the site one. record copy of all Drawings, Specifications, Addenda Written Amendments. Change Orders. Work Change Directives, field Orders and written interpretations and clarifia6uris (issued pursuant to ptragraph94) in good order and annotated to show all changes made during construction These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and Prior to release of final payment, these record documents. Sumplcs and Shop Drawings will be delivered to ENGINEER for OWNER Safety and Protection - 6.20. CONTRNC"I'OR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in cormectiun with the Work. CONrIRACTOR shall take all necessary precautions for the safety of; and shall prov ide the necessary protection to prevent damage, injury or loss to: 620.1- all persons on the Work site or who may be affected by the Work: 6.202, all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 620.3. other property at the site or adjaccret thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal• relocation or replacement in the course of construction CON'TRACIOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Pacifities and utility owners when prosamution of the Work may affect tfhcm, and shill cooperate with them in the protection, removal, relocation and replacement of their property. All damage, inur • or m p loss to any property referred toaragrap6 �0... or 6.203 caused, directly or indirectly, in whole or in part, by CONTRACTOR any Subcontractor. Supplier cr any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of ffici t may be liable. shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNI1t or ENGINEER or ENGINEERS Consultant or anyone employed by any of them or anyone for whose acts any of them may Ie liable, and not attributable, dirmt1v or indirectly, in whole or in part to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONE RAC•1.OR•s duties and responsibilities for the safety and prote lion of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15