Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WORK ORDER - RFP - 8214 CM/GC FOR LINCOLN CORRIDOR PROJECT
PROJECT MANUAL FOR City of F6rt Collins LINCOLN AVENUE CORRIDOR — Phase 1 Work Order 2 CIVIL DESIGN ENGINEER j>I1N T E R W E ST CONSULTING GROUP I) LANDSCAPE ARCHITECT GENERAL CONTRACTOR CONSTRUCTION MANAGER d�llesco Project & Construction Services JULY 185 2016 Item # Item Description Estimated Quantity Unit Unit Price Total Price 208.06 208.07 208.08 208.09 D. Earthwork 203.00 203.02 203.03 203.03 306.00 F. Storm Drain 206.00 506.00 603.00 603.01 603.02 603.03 603.04 603.05 603.06 603.07 603.07 603.08 603.08 603.09 604.00 604.01 604.02 604.03 G1rLKrL1 604.05 604.06 604.07 604.08 604.09 605.00 G. Waterline 619.01 619.02 619.02 619.03 619.04 619.05 Erosion Control (Vehicle Tracking Pad) Erosion Control (Street Sweeping) Erosion Control (Gravel Inlet Protection) Erosion Control (Maintenance Allowance) 1.00 EACH $1,527.53 $1,527.53 75.00 HR $150.00 $11,250.00 29.00 EACH $314.05 $9,107.45 20.00 WK $581.97 $11,639.40 Total Price for above C. Erosion Control Items: $63,644.17 Unclassified Excavation (Cut To Fill) Muck Excavation Includes Replacement With Class 5 Base Course Finish Grading For Landscaping Import Non Amended Topsoil For Native Seed Areas (6") Reconditioning (12 Inch) Includes Under Medians, And Concrete Paving And Curbs Backfill (Flow -fill) Riprap (Type L) 8 Inch PVC (Complete in Place) 15 Inch Reinforced Concrete Pipe (Complete In Place) 18 Inch Reinforced Concrete Pipe (Complete in Place) 24 Inch Reinforced Concrete Pipe (Complete In Place) 30 Inch Reinforced Concrete Pipe (Complete In Place) 36 Inch Reinforced Concrete Pipe (Complete In Place) 42 Inch Reinforced Concrete Pipe (Complete In Place) 48 Inch Reinforced Concrete Pipe (Complete In Place) Site Restoration Allowance For Storm Outfall Bid As Road Base 60 Ft Wide 48 Inch Reinforced Concrete Headwall 60 Inch Contech Corrogated Metal Pipe (Complete In Place) (2034 LF Shown on Plans) 48 Inch Flap Gate (tideflex) Box Base Manhole For Detention Basin Inlet Type 13 Inlet Type R (5 Foot) ]unction Box Assumed 6'x6' 24" Area Inlet, Includes Two Un Named Structures Between 1st And 2nd Ave 60 Inch Storm Sewer Manhole 72 Inch Storm Sewer Manhole 72 Inch Storm Sewer Manhole (Drywell) 96 Inch Storm Sewer Manhole Adjust Storm Manhole 4 Inch Perforated Pipe Underdrain (Median) Fire Hydrant Assembly 16" Lowering, Includes Connection To Existing And Up To 40 Ft Of New Pipe, And Cathodic Protection Install Bell Restraints On Existing Pipe 16" Butterfly Valve With Box Cut In For Isolation, Including Cathodic Protection Assumes Some Pipe Can Be Used From The Lowerings To Accomplish This Installation 6" Tie To Existing (2-hydrants) 6" PVC Waterline For Fire Hydrant Relocations 3,053.00 CY $9.26 $28,270.78 450.00 CY $36.44 $16,398.00 50,000.00 SF $0.32 $16,000.00 315.00 CY $35.81 $11,280.15 12,201.00 SY $1.48 $18,057.48 Total Price for above D. Earthwork Items: $90,006.41 200.00 CY $99.53 $19,906.00 15.00 CY $119.82 $1,797.30 66.00 LF $127.86 $8,438.76 172.00 LF $71.95 $12,375.40 574.00 LF $74.85 $42,963.90 525.00 LF $91.31 $47,937.75 534.00 LF $104.42 $55,760.28 368.00 LF $127.25 $46,828.00 600.00 LF $149.07 $89,442.00 703.00 LF $179.85 $126,434.55 703.00 LF $35.99 $25,300.97 1.00 EACH $11,591.39 $11,591.39 1.00 LS $241,749.43 $241,749.43 1.00 EACH $18,875.33 $18,875.33 2.00 EACH $25,164.51 $50,329.02 1.00 EACH $6,326.28 $6,326.28 6.00 EACH $4,424.63 $26,547.78 1.00 EACH $17,507.01 $17,507.01 3.00 EACH $3,318.22 $9,954.66 4.00 EACH $2,996.14 $11,984.56 5.00 EACH $5,137.06 $25,685.30 1.00 EACH $8,562.20 $8,562.20 2.00 EACH $10,619.94 $21,239.88 15.00 EACH $455.26 $6,828.90 2,000.00 LF $23.82 $47,640.00 Total Price for above F. Storm Drain Items: $982,006.65 2.00 EACH $4,812.57 $9,625.14 4.00 EACH $17,501.29 $70,005.16 16.00 EACH $1,701.66 $27,226.56 2.00 EACH $7,937.45 $15,874.90 2.00 EACH $1,686.40 $3,372.80 60.00 LF $81.83 $4,909.80 Lincoln Corridor 1st To Lemay Page 2 of 8 Cash Allowances 11.8 Article or Pdragraph NUM ber Change of Contract Price .................................... I I Change of Contract Times.--- ............................12 Changes in the Work.....,_ ........................ 10.4-10.5 check and verify................................................. . 2.5 Clarifications and Interpretations .........................3.2, 3.6. 9A 9 It definition of ............... _ .......... ......... _ __ .... 1,10 ENGINEER as initial interpreter of .... ............. ?.It ENGINEER as OWNER!s representativq ............. 9.1 gencraIll Insurance., ............................ .......................... ..$.3 Intent 3.I-3.4 minor variations in the Work .............................3.6 OWNERS responsibility to furnish data,,,,,,,,,,,,,, 8.3 OWNER's responsibility to make promptpayment ............ ............. 8.3,14.4,14,13 prcccdcncc. ............................................... 3.1.3.3.3 Record Documents .............................. ............. Ox 19 Reference to Standards and Specifications of Technical Societies...................................3.3 Related Work .....................................................7.2 Reporting and Resolving Discrepancies,-,,.--„ �2.5,3.3 Reuseof ..................... ...................................... 3.7 Supplementing.................................................. 3.6 Termination of ENGINEERS Employment .......... 8.2 Unit Price Work ...............................................11.9 varizaitnik ................ ........... ............. 34, 6.23.6.27 Visits to Site, ENGMER:x .... ...... . . ___9.2 Contract Price - adjustment of .................3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof " ... ..... ' ......... * ........................ 11 Decision an Disputes ........................................9.11 definition of .....................................................1.11 Contract Times - adjustment of .......................... 3.5.4.1.9.4,10.3, 12 Change of ' .... * ... *' ...... ' ....... *"*** ............... 12.1-12.4 Commencement of ...... ...................................... 2.3 definition of ......... ...... _ ........... .............. 1.12 CONTRACTOR - Acceptance of Insurance..._........................... 5,14 Communications 6.2.6.9.2 Continue Work...... ' '* .. . .. ................ k.29.10.4 coordination and scheduling ............................ 6,92 definition of .....................................................1.13 Limited Reliance on Technical Data Authorized......._ ......... _ .................. _A.Z2 May Stop Work or Terminate............................f5.5 provide site access to others,,,,,,,,,,,,,,,,,,,,,,, :71, 13.2 Safety and Protection ...................4.3.1.2, 616.6.18. ..... ......... ** ..................... 621-6.23, TZ1 13 : Shop Drawing and Sample Review Prior to Submittal .........................................5.25 Stop Work requirements......._..........._..,--,,,_„ 4.5.2 CONTRACTORs— Article or Paragraph Number Compensation ..... _ .................................... 11.1-11.2 Continuing Obligatiorx ............................ . ..... 14.15 Defective Work ........... . ................... 9.6, 13.10-13.14 Duty to correct defecnw Work ..........................13.11 Duty to Report - Changes in the Work caused by Emergency ........................................ ..6.23 Defects in Work of Others, ............................. 7.3 Differing conditions ................. .. ..... * ....... ..................4.2.3 * ........ 4.2.3 Discrepancy in Documents„-„-„ 2,5, 3.3.Z 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 11.6 General Warranty and Guarantee ....................... 6.30 Hazard Communication Prcgrams, ......... ........... 0.22 Indemnification .........................6, IZ 6.16.6316.33 Inspection of the Work ............................ -.7.3,13.4 Labor, Materials and Equipment .................... 0.3-6.5 Laws and Regulations, Compliance by,,,,,,,-,--„ 6.14.1 Liability Insurance ............... .............................. 5A Notice of Intent to Appeal ......................... 9.10,10.4 obligation to perform and complete the Work _030 Patent F=3 and Ruyulticu, paid fur b5� ................ 16.12 Performance and Other Bonds ....... .. _ .............. _ 5.1 Permits, obtained and paid for by .................... _0.13 Progress Schedule .......................... 2.6,2.8,2.9,6.6, ........................................ j6_29. 10.4, 15,2.1 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 ............... ........... 0.29,10.4 CONTRACTORs expense . .......................... 033 CONTRACTOR General Warranty and Guarantee CONTRACTOR review prior to Shop Drawing or Sample submittal . .............. 15.25 Coordination of Work,.... . .... .. __ .... I ..... .... 6.9.2 Emergencies................................................6.23 ENGMEEks evaluation. Substitutes or "Or -Equal" Items ............... ....... 4.7.3 For Acts and Omissions of Others ........ I ...... ..... 6.9.16.9.2,9.13 for deductible amounts. insurancc, .................. 5.9 general ........................................6, 7.2, 7.3. 9.9 Razardous Communication Programs,-,..,_,. &M Indemnification� .................................. 6.31-6.33 vii EX'DC GENEFLAL C01'ZI-TIONS 1910-SOMEDITION) W1 CITY OF FORT COLONS MODMCATIOM (REV 9M9) Labor, Materials and Equipment._.,,,. . ... 63-6.5 Laws and Regulations 6.14 Liability Insurance ........................................ 5.4 Article or Paragraph Number Notice of variation from Contract Document........................................... 6.27 Patent Fees and Royalties ............................6.12 Permits.......................................................0.13 Progress Schedule .... .. ............ __ .......... ....... 6.6 Record Documents 6.19 related Work performed prior to ENGINEER approval of required submittals .6.28 safe structural loading .................................6.19 Safety and Protection... ... ............. j5.20. TZ 13.2 Safety Representative .............. _ .................. 6,21 Scheduling the Work ............................. _.6.9.2 Shop Drawings and Sampleq ........................ 0.24 Shop Drawings and Samples Review by ENGINEER ...................................... 6.26 Site Cleanliness 6.17 Submittal Procedures ......... - .................... -.6.25 Substitute Construction Methods and Procedures 6.7.2 Substitutes and *Or -Equal' ItCM4 ................ 0.7.1 Superintendence ...........................................6.2 6.2 Supervision.._.-- * --- *- .....................4.1 -aiions : Survival of bh4................................6.34 Tmc3 0.15 Tests and Inspections 13.5 To Report ........................... - ... 2.3 Use of Premises .....................0.16.6.18, 16-6. 18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal .................... 4...................6.25 Right to adjustment for changas in the Work ..... 10.2 right to claim....,....,.. A. 7.1, 9-4. 9-5, 9,11, 10.2,11.2, _ ........ 11.9, 12.1. 13.9, 14.8. 15.1. 15.5. 17.3 Safety and Protection, ................. §.20-62Z 7.2,13.2 Safety Representative ........................................ 6.21 Shop Drawings and Samples Submittals,,.. 6.24-6.28 Special Consultants ....... .................. ___ ...... 11A.4 Substitute Construction Methods and Procedures. 6.7 Substitutes and "Or -Equal" Items, Expense ........................................... 6.7.1, 6.7.2 Subcontractors, Suppliers and Others....,,,,,, 6.8-6.11 Supervision and Superintendence_.,._.., 6.1. 6.2, 6.21 Taxes. Payment by ................. . ......................... 6.15 Use of Promises 6.16.6.19 Warranties and guarantees...._ .................... 0.5,6.30 Warranty of Tide..............................................14.3 Written Notice Required - CONTRACTOR stop Work or terminate ....... 15.5 Reports of Differing Subsurface and Physical Condition* ....................... 4.23 Substantial Completion.__...........................14.8 W1 CONTRACTORS -other....... ...._...........-_...._.._....... 7 Contractual Liability Insurance,..,,,__ . ............. 5.4. 10 Contractual Time Limits .............. ............ ............. 12.2 Article or Paragraph Number Coordination - CONTRACTORS responsibility ......................... 0.9.2 Copies of Documents ............................................... �1. 2 Correction Period ............................. . .................. 13-12 Correction. Removal or Acceptance of Defective Work- in general ................................... 10.4.1, 13.10-13.14 Acceptance ofDefecth-e 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 ll.7 Cost of the Work - Bonds and insurance, additional ...................11.4.5.9 Cash Discounts .............................................. 11.4.2 CONTRACTOR!s Fee 11.6 Employee Expenses ""**"*"-"*** ............ ll.�.5.1 Exclusions to 11-5 General 11.4-11-5 Han e office and overhead expenses ....................113 Lmes and ddmuSc*., 11.4.5.6 Materials and equipment, . . . .. ... ......... 11.4.2 Minor expenses ..... .. ..... . ..... ................... 11.4.5.8 Payroll costs on change..................................11.4.1 performed by Subcontractors ...........................11.4.3 Records1l.7 Rentals of construction equipment and machinery .............. ...................11.4.5.3 Royalty payments, permits and license fees............................................11.4.5.5 Site office and temporary fixfliti . ................11.4.5.2 Special Consultants, CONTRACTOWs ............ J1.4A Supplemental............................. ..... ............. 11.4.5 Taxes related to the Work., ........ ........... _.....11.4.5.4 Tests and Inspection .........................................13.4 Trade Discounts ............................... ............ JL4.2 Utilities, fuel and sanitary facilities, ..............11.4.5.7 Work after regular hours ................................ 11-4.1 Covering Work .............................. .... ........... 13.6-13.7 Cumulative Remedies ..... .......................... 17.4-17.5 Cutting, fitting and patching.........,._..... ................. 7.2 Data, to be famished by OWNEEt .............................. ?.3 Day -definition of .............................. ................. 171.2 Decisions on Disputes ................ . ........... _....9.11, 9.12 defective -definition of... ............. _ ......................... 1.14 defective Work - Acceptance of .......................................10.4.1, 13.13 UMCCENERAL 00NEATIONS 1910-8 (1990 EDMON) w/CITY OF FORTCOLUNISMODIFICATIONS (REV 9.") Correction or Removal of 10.4,1, 13.11 Correction Period ......................... _ ............... J3.12 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 Defects ..................................13.1 Rejecting...........................................................9.6 Uncovering the Work .......................................13.8 Definitions Delays ...................................... 4.1,6.29,12-1.12.4 Delivery of Bonds .......................... ........ __ .......... z.l Delivery of certificates of insurance ..........................2.7 Determinations for Unit PriM ................................ 9.10 Differing Subsurface or Physical Conditions — Noticeof . ............ ------ * ......... ...................... j.2.3 :* ENGINEEFts Review .......................................4.2.4 Possible Contract Documents Change.............4.2.5 Possible Price and Times Adjustment$ .............4.2.6 Discrepancies-Reproung and Resolving, ............................... 2.5.3.3.2,6.14.2 Dispute Resolution — Agreement ... 0 ........................................... 16.1-16.6 Arbitration 16.1-16-5 gencra116 Mediation .........................................................16.6 Dispute Resolution Agreement .............. --------- 16.1-16.6 Disputes, Decisions by ENGINEER ................... 9.11-9.12 Dm-um=Ls- Copiesof .. ..... ......... ......... _ ..... . . _. .2.2 Record 6.19 Reuseof� ............................................................ 3.7 Drawings—definitien of ..........................0................).15 Easements................. ............................................ 4.1 Effective date of Agreement -- definition qf ..............1.16 Emergencies ................. ................. ......................613 ENGINEER — as initial interpreter an disputes . ................ 9.11-0.12 definition of ....................................................J.17 Limitations on authority and responsibilitie; ..... 9.13 Replacement of .............. ................. .......... ...... &.2 Resident Project Representative ...........................9.3 E_NGRE s Consultant — definition of ..................1.18 E_NGINEER!s authority and responsibility, limitations or) ........ 9.13 Authorized Variations in the Work ....................9.5 Change Orders, responsibility for....... 9.7.10.11.12 Clarifications and lnterpretaticns, ... ......... 3.6.3,9A Decisions on Disputes ................................ 9.11-9.12 defective Work, notice of .................................. 131 Evaluation of Substitute ltem§, ......... . ............. 0.7.3 Liability ................................................... 0.32.9.12 Notice Work is Acceptable ..............................14.13 Observations...........................................6.30.2, 9.2 OWNER's Representative 91 Payments to the CONTRACTOR,.................................. ... * ......... ... Responsibility far . .................................... 9.9,14 Recommendation of Paymenk .......... ........ 14-4.14.13 Article or Paragraph Number Responsibilities --Limitations ork ................. 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions .............. ___ ........ 4.2.4 Shop Drawings and Samples, review responsibility. ........ _ ... ......... ........ .......... 6.26 Status During Construction -- authorized variations in the Work..................9.5 Clarifications and Interpretaticei$ ..................9.4 Decisions on Disputes................ Determinations on Unit Price......................9.10 ENGINEER as Initial Interpreter,.....,,- 9.11-9.12 ENGINEWs Responsibilities ................ 9.1-9.12 Limitations on ENGINEER Authority and Responsibilities ..............................9.13 OXNWER's Representative .............................9A Project Representative ........................... . ...... 9.3 Rejecting Defective Work..............................9.6 Shop Drawings, Change Orders and Payments . ................................... 9.7-9.9 Visits to Site 9.2 Unit Price determinations .................................9.10 Visits to Site 9.2 Written consent requirecl .............................. :7.Z 9.1 Equipment, Lubvi, Materials unO ........ .......... §.3-6.5 Equipment rental, Cost of the Work Equivalent Materials and Equipment ............... __ .... 0.7 error or cmissicn4 .................................................. 0.33 Evidence of Financial Arrangemen4 ......................0.1l Explorations of physical conditions,,,,,,,,,,,,,,,,,,,,,„ 4.11 Fee, CONTRACTORs—Costs Plus ...........................11.6 Field Order — definition of .....................................................1.19 issued by ENGINEER ................................ 3.6.1,9.5 Final Application for Payment ..............................14.12 Final Inspection...................................................14.11 Final Payment — and Acceptance, ......................... .......... 14.13-14.14 Prior to, for cash alloiances 11,8 General Provisions, ................................... ..... 17.3-17.4 General Requirements — definition of .....................................................1.20 principal references to ......... ... 2.6.6.4, 6,".7, 6.24 Giving Notice,,,,,,,,,,,,,, .................................. _.17.1 Guarantee of Work —by CONTRACTOR,,,,.,,, 630. 14.12 Hazard Comm imication Programs ...........................022 HazardousWaste— definitiona .....................................................1.21 general......................................................... _4.5 OVIINER's responsibility for ......... . ....... . ......... 8.10 EXMC GENERAL CONDMOM 1910-9 (1990 EDMOM wi CITY of FORT coLuNs moDmcAwNs amv gisq) Indemnification ...................._....... 6.12, 6,16, 6.31-6,33 Initially Acceptable Schedules..................................2.9 Inspection — Certificates of..............................9.13.4. 13.5, 14.12 Final.................. .......... .......... .. _......14.11 Article or Paragraph Num ber Special, required byENGINEER .........................2.6 Tests and Approval.............................0.7, 13.3-13.4 Insurance — Acceptance of, by OWNER .............. .................. 5.14 Additional, required by changes in the We&. .............................._........... 11.4.5.9 Before starting the Work.....................................2.7 Bonds and --in general..........................................5 Cancellation Provisions_ . _.............................. 5.8 Certificates 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 CONTRACTORS Liability ..................................5.4 CONTRACTOR s objection to coverage.............5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's responsibility ................................................5.9 Final Applicaion for Payment .........................14.12 Licensed Insurers...............................................5.3 Notice requirements, material changes ........ 5.9, 10.5 Option to Replace ............................................5.14 other special insurances....................................5.10 OWNER as fidmiary for insuacJs..............5.12.5.13 OWNER'sLiability ......... _---., OWNER's Responsibility ................................... 8.5 Partial Utilization, Property Insteancq...............5.15 Property................................. .................... 5.6-5.10 Receipt and Application of Insurance Proceeds..............................................5.12.5.13 Special Insurance ... ... ..................... ................$-10 Waiver of Rights..............................................5.11 Intent of Contract Documents..............................3.1-3.4 Interpretations and Clarifications .....................3.63, 9.4 Investigations of physical conditions ..........................+2 Labor. Materials and Equipment_..._.....................3.6.5 Lands -- and Easements...................................................$.4 Availability of ................... .......................... .4-1, 8.4 Reports and Tests,.... . ........... ................ _ ....... $.4 Laws and Regulations —Laws or Regulations-- Bonds........................................................5.1.5.2 Changes in the Work.. . .................................... 10.4 Contract Documents ..........................................3.1 CONTRACTORsResponsibilities ..................... 6.14 Correction Period. defective Work....................13.12 Cost of the Work, taxes...............................11.4.5.4 definition of., ................ .......................... ....... 1.22 general6.14 Indemnification ............................... 6.316.33 x insurance.......................................................... 5.3 Precedcnce................................................3.1. 3.3.3 Reference to ................................... .... .......3.3.1 Safety and Protection ................................ 6,20. 13.2 Subcontractors, Suppliers and Others ........... 6.86.11 Article or Paragraph Number Tests and Inspections .......... ._.....................13.5 Use of Prem iscs ............................... ............0.16 Visits to Site.......................................................9.2 Liability Insurance— CONTRACIORs............................................... 5.4 OWNERs...........................................................53 Licensed Sureties and insurers ................................. 53 Liens -- Application for Progress Payment_....................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 ENGINEER's authority and responsibilities..................................................9.13 Limited Reliance by CONTRACTOR Authorized ......................................................4.12 Maintenance and Operating Manuals -- Final Application for Payment .........................14.12 Manuals (of others) -- Precedence .................................... .............. 3.33.1 Reference to in Contract Documents ..................3.3.1 Materials and cquipmcnt-- furnished by CONTRACTOR .... _ ....... 6.3 not incorporated in Work...............................14.2 Materials or equipment —equivalent ...........................0.7 Mediation (Optional)..............................................16.7 Milestones --definition of........................................1.24 Miscellaneous— C.omputation of Times.....__................_.........._J7.2 Cumulative Remedies........................................17.4 Giving Notice ....................................................17.I Notice of Claim.................................................17.3 Professional Fees and Court Costs Include¢,,,_1.7.5 Multi -prime contracts., ............................ . ............ .... 7 Not Shown or Indicated........................................4.3.2 Notice of -- Acceptability of Project.... ............. _...............14.13 Award definition of........................................1.25 Claim............................................................17.3 Defects,13.1 Differing Subsurface or Physical Conditions...,,- 4.2.3 Giving............................................................17.1 Tests and Inspections........_..............................13.3 Variation, Shop Drawing and Sample................§.27 Notice to Proceed — definition of.....................................................1.26 givingof...........................................................2.3 E1CDC OEN[RAL CONDITIONS 19104 (1990 EDMOM) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9M) Notification to Surety............ .. .. .... ..... _ ----- ... J0.5 Observations, by ENGINEER ................... ..... _4.5-30'9.2 Occupancy of the Work,,,,,,,,,,,,,,,,,, 5.15, 6.30.14,14.10 Omissions or acts by CONTRACTOR......, ........ 0.9,9.13 Open Peril policy f". insurance....._ .................5.6.2 Option to Replace .............................. ................... _5.14 Article or Paragraph Number "Or Equal" Items ......................................................0.7 Other work 7 Overtime Work —prohibition of ................................. 6.3 OWNER — Acceptance ofde/ective Work ...........................13.13 appoint an ENGINEER ...................................... 9.2 as Fiduciary ....... ........ .............................. 5A2-5.13 Availability of Lgrick 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 ...........................8.8, 13.10. 15.1-15.4 Payment, make prompt, ........... __ ...... 8.3,14.4,14.13 performance of other work .................................. 7.1 permits and licenses, requirements ................... §. 13 purchased insurance requirements ............... 5.6-5.10 OWNERS — Acceptance of the Work ............... .............. 15.30.2.5 Change Orders, obligation to executq ........... 8.6,10.4 Comm uaicaLium ............... ................................ 8.1 Coordination of the Work..........._ ........ --- —.-- 74 Disputes, request for decisior) ............................ P.11 Inspections, tests and approva4 ................. P.7,13.4 Liability Insurance ............................................. . 5.5 Notice of Defects ..............................................13.1 Representative —During Constrtiction, ENGINEER's Status ........... 9.1 Responsibilities — Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ................9.10 Change Orders ..............................................8.6 Changes in the Work......... .... . . ................ 10.1 communications 8.1 CONTRACTOR's rcspon&bihtieii.................. 8.9 evidence of financial arrangement;k ..............0.11 inspections, tests and approval$... ........ ......... A-7 insurano. ..................................... . .............. 8.5 lands and easements .................................. _ 8.4 prompt payment by........................................8.3 replacement of ENGINEER ................ . ..... . _$.2 reportsand tests ............................................8.4 stop or suspend Work,,,,,,,,,,,,,,,,, . 8.9.13 10.15.1 terminate CONTRACTOR!s services....._._... - 15.2 p.......................8.8, separate representative at sal ..............................9.3 testing, independent-....._ ................... .......... 13.4 use or Occupancy of the Woik .......................... 5.15,6.30.2,4,14.10 written consent or approval .required .........................................9.1. 6.3, 11.4 EX'DC GETIRAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Number written notice required .............. ......... 7-1, 9.4, 9.11, ................... ................ 11.2,11.9,14.7.15.4 definition of general.......... ................................................... 4.5 OWNIM3 responsibility for,.............................. 0.10 Partial Utilization — definition of __.J.28 general 6.30.2.4.14.10 Property Insurance ................ ........................... 5.15 Patent Fees and Royalties ........................................ 6.12 Payment Bonds, ...... ... .......................... I .... I ... ..... 5.1-5.2 Payments, Recommendation of .............. 14.4-14.7. 14.13 Payments to CONTRACTOR and Completion — Application for ProgressPayments ......................14.2 CONTRACTORS Warranty of Title., .. .... ......... 14.3 Final Application for Payment .........................14.12 Fine I Inspection ..............................................14.11 Final Payment and Arceptatic; ............... 14.13-14. 14 general................................... . .................... g.3,14 Partial Utilization ...........................................14.10 Retainage..........................................................14.2 Review of Applications for Progress Paymems...............................14.4.14.7 prompt payment .................................................8.3 Schedule of Values...........................................14.1 Substantial Completion,_...__ ........ ............ 14.8-14.9 Waiver of Claims ............................................. 14.15 when payments due ..... .......................... 14.4,14.13 withholding payment.......__._..._-_ Performance Bonds ................ 1 -5.2 Permits....................................................... 13 Petrole=-- definition of ......................................................1.30 general.............................................................. 4.5 OWNER!s responsibility for ................. __ .......... $.10 Physical Conditions -- Drawings of, in or relating to .........................4.2.1.2 ENGINEM's review .........................................4.2.4 existing structures ....... ................ . .. ............ 4.2.2 general4.2.1.2 ............... ..... _ ........ _ _ ................. Notice of Differing Subsurface or,.....................433 Possible Contract Documents Change...............4.2.5 Possible Price and Times Adjustments .............4.2.6 4.2.6 Reports and Drawing .....................................4.2.1 4.2.1 Subsurface and_..................................................4.2 Subsurface Conditions .......... ........... ............4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized 4.2.2 Underground Facilities— general......................................................... 4 ,,3 Not Shown or Indicged ..............................4.3.2 Protection of. ........................................ 4.3.6.20 Article or Paragraph Number Shown or Indicated ................... ......... . ............... 4.3.1 Technical Data ........................... . . ..............4.2.2 Preconstruction Confereneg ......................... .. .......... 2.8 Prelim inary Matters ............ ................ ....................... 7 Preliminary Schedules,,,,,,,,,,,,,,,,,,, ..................... �16 Prom LU31 Use Of 6.16.6.18 Price, Change of Contract ............ .......................... 11 Price, Contract --definition of ........ ......................... 111 Progress Payment, Applications for ..........................14.2 Progress Payment--retainagtz...................................14.2 Progress schedule, CONTRACTOR!s, ............ '16,18,19. .........I ...................... 6.6,6.29,10.4,15.2.1 Project —definition of ............................................... 1-31 Project Representative_ ENGINEERs Status During Constrwiart .... ---- _93 Project Representative, Resident --definition of ... , _ . LM prompt payment by OWNER .................... .......... 9.3 Property Insurance — Additional.........................................................5.7 gencra15.6.5.10 Partial Utilization ........... ................... 5.15.14.10.2 receipt and application of proceeds ............ 5.12-5.13 Protection, Safety and .............................. 0.20-6.21, 13.2 Punchlist ................................ ....... ................. 14-11 Radioactive Material— defintion of ............................ ...... . ..............1.32 general4.5 OWNER's responsibility for .............................. ?. 10 RroummenduLion of Puyincrik ........ ....... J4.4,14.5,14.13 Record Documents ' _ ................ �6.19, 14.12 Records, procedures for maintaining ..........................2.8 Reference Points .......................................................4.4 Reference to Standards and Specifications of Technical Societies, ............ ........................... 3.3 Regulations, Laws and (or) ......................................6.14 Rejecting Aefeczfve Work ..........................................9.6 Related Work — at site ........ 't'o' --- . I... .... 7.1-7.3 � Pf4m;;d prior Shop Drawings,- and Samples submittals review,...._.. .............6.28 Remedies, cumulative ...................................... 17.4,17,5 Removal or Correction ofDofectiw Work ................ 13.11 rental agreements. OWNER approval requirc4 .... 11.4.5.3 replacement of ENGINEER, by OWNER,_................ . 8.2 Reporting and Resolving Discrepancie.................................25, 3.12, 6.142 Reports — and Drawings ............ ....... ...... .....4.21 ..... .......... and Tests. OMNM�s responsibility ...................... 9.4 Resident and Project Representative. - definition of ....................................................1.33 provisionfor ................. ........................................... 9.3 EXMC GENE CONE11TIOM 1910.8 (1990 EDMON) w/ CITY OF FORT COLLM MODMCAMONS (REV 9199) Article or Paragraph Number Resident Superintendent, CONTRACTOR* ............... 6.2 Resposisibilitics- CONTRACTOF!s-in general .................................. 6 ENGIN Ii's-in Scricrtil 9 Limitations an............................................9.13 OWNERs-in general ............................................. 8 Retainage................. .......................... _ ............. 14.2 Reuse of Documera..................................... ............ 3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal .........................0.25 Review of Applications for Progress Payments .................................... 14.4-14.7 Right to an adjustment ........... ... ...... ___ ........... _J0.2 Rights of Way ....................... .. ..... . . ., __ .. .... 4.1 Royalties. Patent Fees and ...................................... 6.12 Safe Structural Loading ................... ...... 0.18 Safety - and Protection ................................4.3.2, 6.16, 6.18, .................................... -------*........................ fi.20-62L 7.2.13.2 general ..... ... ... 0,20-6.23 Representative, s .............. . ....... 0.21 Samples -- definitionof ......................................................1.34 general ................................... ................. §.24-6.28 Review by CONTRACTOR .... . ... .... .............. 6.25 Review by ENGINEER .............. ............... 0.26,6.27 related Wvik 4.28 submittal of.................... ... ... 6.2 24.2 submittal procedures..........,._.._ .. ...................6.25 Schedule of progress ............................ 2.6.2.9-2.9.6.6, ... 6.29.10.4,15.11 Schedule ofS�op bra'w"in"i a'ndSw'np'l'e Submittals ..............................1.6. 2.8-2.9, 6.24-6.28 Schedule of Vahivk ..............................2.6, 2.8-2.9,14A Schedules -- Adherence to ....................................... ......... 15.2.1 Adjusting................... ........... _ ................. ........ 0.6 Change of Contract Time; ................................. 10.4 Initially Acceptable_ .. ................ ....... ........ 2.3.2.9 Preliminary... .......................................2.6 Scope of Changes... ........... . . ..................... 103-10.4 Subsurface Conditions 4.2.1.1 Shop Drawings -- and Samples, general ................................. 6.24-6.28 Change Orders & Applications for Payments, and......._ ................... ............ 9.7-9.9 definition of, ........................ ................. ... 1.35 ENGINEER!s approval of .................. ............. . 3,&2 ENGINEMs responsibility for review ..................................... 9.7,6.24-6.28 related Work ....................................................6.28 review procedures ...............................2.8, 6.24-6.28 Article or Paragraph Number subm inal required....._ ........ ......... ..... ................ 6.24.1 Submittal Procedures ............................. . ......... 6.25 use to approve substitutions.............................j17.3 Shown or Indicated, .......................... .............. _....4.3.1 Site Accow ......................................................7.2.13.2 Site Cleanliness ................................................. _§ 17 Site, Visits to - by ENGINEER ......................................... _9.Z 13.2 byothers .............. ........ __ ......... __ ................. 13.2 .special causes of loss" policy form, insurance ... $42 .......................... . .............. definition of, .................................................... ......... 1.36 Specifications- defination of._................................................. 1.36 of Technical Societies. reference 0 --- __ .......... 33.1 precedence......................................................3.3.3 Standards and Specifications of Technical Societies ...................... ...... . .......... 3.3 Starting Construction. Before ............................... 2.5-2.8 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 equipmen; .................... 4.1,7.2 Structural Loading. Safety ............................ . ......... 6.18 Subcontractor - Concerning ....................................... ....... 6.8411 dofinitim of ..................................................... 1.37 delays... ........... .... .... ....... .. .... . .. . ......... 12-3 waiver of rights... . ...... ..................................... 611 Subcontractors --in general ................................. 6.8-6.11 Subcontracts --required provisions ........ 5.11. 6.11, 11.43 Subm ittals- Applications for Payrn en� ................................. 14.2 Maintenance and Operation Manual* ....... ....... 14,12 Procedures.......................................................6.25 Progress Schedules, .., . ................ ................ 2.0,29 Samples__, ..... .................... ......... ....... 6.24-6.28 Schedule of Values.... ................................. 2-6.14.1 Schedule of Shop Drawings and Samples Submissions ............ ...... .......... . ...... 2.6,2.8-2.9 Shop Drawings ......................................... 6,24-6.28 Substantial Completion - certification of ...... .......... 0,30.2,3.14.8-14.9 definition o.....................................................1.38 Substitute Construction Methods or Procedure* ........ 6.7.2 Substitutes and 'Or Equal' Items ................. _ ........ _63 CON-rRACTOR!s Expense ............................ 01.1.3 ENGINEERs Evaluation ......... __ ....................6.7.3 "Or-Equal"................................................... 6.7.1.1 Substitute Construction Methods E1CDC 0EXULAL CONDMONS 19104 (1990 EDITION) W1 CITY OF FORT COLUNS MODWICAn" MEV 9159) Article or Paragraph Number or Procedures 63.2 Substitute Items... .................... ........... . ...... §.7.1.2 Subsurface and Physical Conditions -- Drawings ot in or rclatiag to„...................... A,2.1.2 ENGINEERs Review ..................................... 4.14 general............................. ................................ 4.2 Limited Reliance by CONTRACTOR Author ize4 ................................................422 Notice of Differing Subsurface or Physical Conditions ..........................................42.3 Physical Conditions ....... ............................... 4.2.1.2 Possible Contract Documents Change...............425 Possible Price andTimes Adjustments ................ 4.2.6 Reports and Drawings...................................... 4.2.1 Subsurface and .......................................... ........ 4.2 Subsurface Conditions at the S* 4.2.1.1 Technical Dat.................................................4.12 Supervision— CONTRACTORs responsiInlity ........................... �.l OWNER shall not supervise ................................8.9 ENGINEER shall not supervise.................9.2, 9.13.2 Superintendence................................. ...................... 0.2 Superintendent, CONTRACTOR!s resident„ .............0.2 Supplemental costso .... ........................ . ..... ......... 11.4.5 : Supplementary Conditions — definition of .....................................................1.39 principal references tq ......... ....... 1.10,1.18.2.2, 2.7, 4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, 6.8. 6.13, 7.4, 8.11, 9.3, 9. 10 Supplementing Contract Documents ..........................3.6 Supplier — definition of.....................................................1.40 principal references tQ ........... 33, 6.20, ..........................................6.24, 9.13.14.12 Waiver of Rights ...............................................6.11 Surety — consent to final payment ....................... J4.12,14.14 ENGINEER has no duty to .................................9.13 Notification of .................................10.1. 10.5.112 qualification of ......... ................. . ........... 5.1-5.3 Survival ofObligaticns........................................... 5.34 Suspend Work, OWNER May ...................... .33.10, 15.1 Suspension of Work and Termination—_ .......... . ....... 15 CONTRACTOR May Stop Work or Terminate_....._ ...................... . ............... 15.5 OWNER May Suspend Work .............................. 15.1 OWNER Nay Terminate ............................ 152-15.4 Taxes —Payment by CONTRACTOR .........................0.15 Technical Data — Limited Reliance by CONTRACTOR.................4.2.2 Possible Rice and Times Adjustments ..............4.2 6 Reports of Differing Subsurface and Physical Conditions ....................................4.2.3 Xiv Temporary construction facilities a 1 Article or Paragraph Num ber Termination -- by CONTRACTOR ...................... ....... _ ....... _ 15.5 by OWNER ............................. . ......... ;.8, 15.1-15.4 of 040INEERz omploymcnit...._ P.2 Suspension of Work-in general .............................15 Terms and Adjectives ........................ ..... ............... 3-4 Tests and Inspections— Access to the Work, by others._ ........................ 13.2 CONTRACTOR's responsibilities ...................... J3.5 cost of 13.4 covering Work prior tQ ...... ...... ................ 13.6-13.7 Laws and Regulations (or) ............................. _. 13.5 Notice of Defects, ........................................... _13.1 OWNER May Step Work....,......_ .............. 13.10 OWNER's independent testing ..........................13.4 special, required by ENGINEE..........................PA timely notice required.......................................13.4 Uncovering the Work, at ENGINEWs request.. ............................. ................ 13.8-13.9 Times — Adjusting...........................................................0.6 Change of Contract ............................................. 12 Computation of ...............................................17.2 Contract Times --definition of..........................1.12 day......................................................... 17.2.2 Milestones..........................................................12 Rcquiscmunts— appeals........................... ..... ................. RAO, 16 clarifications, claims and disputes ........ ........ 9.11, 11.2.12 Commencement of Contract Times .. ............ 2,3 Preconstruction Conference ........................... 2.8 schedules 2.6, Z9,6.6 Starting the Work .......................... ............ 2.4 Title. Warranty of.. . ................................................ 14.3 Uncovering Work ............................. .............. 13.8-13.9 Underground Facilities, Physical Conditions. - definition of ............................__......-._-.........JAI Not Shown cr Indicated..-_ .............._ ......... ... 4.3.2 protection of-.._ ................ ...... ............. 4.3,6_210 Shown or Indicated,.. . .....................................4.3.1 Unit Price Work — claims 11.93 definition of....................................................1.42 generall 1.9.14.1, 14.5 UnitPrices-- general 11.3.1 Determination for ............................................. 9.10 Use of Premises ................................6.16, 6.18. 6.30.2.4 Utility owners .............................0.13, 6.20, 7.1-7.3,132 Utilization. Partial . ..... .......... 1.28. 5.15. 6.30.2.4,14.10 Value of the Work ..................................................11.3 Values. Schedule of ..... __ .................. _2,6, 2.8-2.9,14.1 EX3:X7 OENERAL CONDITIONS 19I04 (1990 EDITION) w/(3TY OF FORT COLUNS MODIFICATIONS (REV 9,1") Variations in Work --Minor Authorize........................................ 625, 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 parties ............ 5.1 1, 6.11 Warranty and Guarantee. General —by CONTRACTOR ................................................6.30 Warranty of Title, CONTRACTOIts ........................ 14-3 Work — Accessto-, .............. .................. .....................1.3 .2 byothers, ............................................................. 7 Changes in the ............................ ....................... jo Continuing the.._.......................................... _0.29 CONTRACTOR May Stop Work or Terminate ................... ........ ....... --- )5.5 Coordination of 7.4 Cost Of the. ...................... ......... 11.4-11.5 definition of, .... ._ ... 1.43 neglected by ................................13.14 other Work OWNER May Stop Work ....... ....... ................. 13.10 OWNER May Suspend Work... ................ J3.10.15.1 Related, Work at Site ....................................7.1.7.3 Starting the, . .................................................... �A Stopping by CONTRACTOR .............................15.5 Stopping by OWNER ................................. 15.1-15.4 Variation and deviation authorized. minor., ......... 3.6 Work Change Directive— %;IuiLn5 pwauant ttk ............................................ )0.2 definition of......_-_..... ........ _. ._ � .._ _. _ _ J.44 principal references to ......................3.5.3, 10.1-10.2 Written Amendment — definition of ...................................................... 1,45 principal references tq ............ J.10, 35.5,10,15.12, ......................... 0.6.2.6.8.Z 6.19, 10.1. 10.4, ............ .... 11.2.12.1,13.12.2,14,7.2 Written Clarifications and Interpretations ........................... 3.6.3, 9.4, 9.11 Written Notice Required — by CONTRACTOR .............................7.1. 9.10-911, _ ............... ....... 10,4,11.2,12.1 by OWNER................... 9.10-9.11, 10.4, 11.2, 13.14 zv EXDC CENTLkl, COINDYTIONS 1910-8 (IMEDMON) W/ CITY OF FORT COLUNS MODIFICATIONS (REV 9159) (This page left blank intentianally) 9 xvi E1CW GENERAL CONDITIONS 1910.5 (1"0 EDITION) w/ CITY OF FORS COLLINS MODIFICATION'S OIEV 9/99) Item # Item Description Estimated Quantity Unit Unit Price Total Price 519.05 Temporary Waterline For All Services 1st To Third North And South Side (for Lowerings) 619.09 Removal of Fire Hydrant 619.10 Adjust Hydrant To Grade 1,700.00 LF $12.39 $21,063.00 2.00 EACH $785.85 $1,571.70 2.00 EACH $2,184.71 $4,369.42 Total Price for above G. Waterline Items: $158,018.48 J. Concrete Flatwork 412.01 Concrete Pavement (8.5 Inch) X 1,920.00 SY $73.94 $141,964.80 412.02 Bus Bay Concrete (8.5 Inch) X 334.00 SY $83.90 $28,022.60 608.00 Colored Concrete Crosswalk(8 Inch) X 185.00 SY $118.05 $21,839.25 608.01 Standard Gray Concrete Sidewalk (6 Inch) X 2,520.00 SY $52.76 $132,955.20 608.04 Metal Truncated Dome Plates X 330.00 SF $73.55 $24,271.50 Concrete For Ramps Are Included In Sidewalk 608.05 Concrete Sidewalk Chase (2 Ft Wide) X 16.00 LF $263.34 $4,213.44 609.00 Outfall Median Curb And Gutter (1' Gutter) X 1,350.00 LF $18.30 $24,705.00 609.01 6"curb Head On Paving Without Gutter X 1,300.00 LF $11.52 $14,976.00 609.02 Vertical Curb And Gutter (2' Gutter) X 2,300.00 LF $22.46 $51,658.00 609.03 2' Pan Only Across Concrete Paved Areas X 1,150.00 LF $20.73 $23,839.50 609.07 Median Cover At Nose Transition Monolithic With Curb X 520.00 SF $10.38 $5,397.60 609.08 Concrete Curbed Channel Ft Wide 15.00 LF $90.15 $1,352.25 610.00 Exposed Aggregate Median Splash Guard (4 Inch) X 355.00 SF $24.44 $8,676.20 Total Price for above J. Concrete Flatwork Items: $483,871.34 K. Aggregate Base Course 210.00 Adjust Manhole 8.00 EACH $430.50 $3,444.00 210.01 Adjust Valve Box 1.00 LS $1,339.30 $1,339.30 304.00 Aggregate Base Course (Class 5 Or 6) 3,150.00 TON $30.63 $96,484.50 Includes Base Under Concrete Paving And Curbs 304.01 Aggregate Base Course Temporary For Paving Median 500.00 TON $24.68 $12,340.00 Areas (Class 5 Or 6) 403.00 Hot Mix Asphalt (Grading S) (75) (PG 64-22) 260.00 TON $142.17 $36,964.20 Hand Patch Lemay Full Depth 9", Assumes Hand Patching Will Not Require Modified Oil 403.00 Hot Mix Asphalt (Grading S) (75) (PG 64-22) 1,400.00 TON $72.90 $102,060.00 Mainline Lincoln 403.00 Hot Mix Asphalt (Grading S) (75) (PG 64-22) 310.00 TON $133.54 $41,397.40 Paver Patch Lemay Bottom Lift 7" Assumed 403.01 Hot Mix Asphalt Temporary Through Medians (4") 450.00 TON $80.14 $36,063.00 (Grading S) (75) (PG 64-22) Total Price for above K. Aggregate Base Course Items: $330,092.40 L. Traffic Control 627.00 Pavement Striping Temporary Includes -12,000 LF Of Double Yellow -12,000 LF Of Single White -9,000 LF Of Black Out Original Paint -3 Mobilizations 630.00 Business And Specialty Signs 1st Street To Lemay 630.01 Construction Zone Traffic Control 630.02 Set Concrete Barrier 0.50 LS $12,660.00 $6,330.00 110.00 SF $14.42 0.40 LS $186,481.50 1,500.00 LF $21.42 Total Price for above L. Traffic Control Items: N. Landscaping And Irrigation 605.04 L.I.D. Feature: Rain Garden (Excavate, Install Visqueen, 1.00 LS Inlet And Connect To Storm Drain) 605.04 L.I.D. Feature: Rain Garden (including Gravel Layers And 200.00 SF Topsoil Assumes Curb And Sidewalks Will Act As Weirs) 523.04 Irrigation Repair At IN -SITU (IR1.I Y) 1.00 LS 623.07 Irrigation Repairs Back Porch (IR1.1 V) 1.00 LS 623.09 Irrigation Controller and hydrometer (96 station 2-wire 2.00 EACH with Central Control) $8,235.23 $6.92 $3,023.21 $4,278.04 $12,975.01 $1,586.20 $74,592.60 $32,130.00 $114,638.80 $8,235.23 $1,384.00 $3,023.21 $4,278.04 $25,950.02 Lincoln Corridor 1st To Lemay Page 3 of 8 .03Ai! 3 IM- If v r y Ir Mp ARTICLE 1—DEMITIONS 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 which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. 4greement--The written contract between OWNER and CONTRACTOR covering the Work to be performed, other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration 1.5. Bid —Thu offer or proposal of the bidder submitted on the prescribed fort 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 Requirements —The advertisement or invitation to Bid instructions to bidders, and the Bid form. I.S. Bonds—Perfomtanee and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustmcrt in the Contract Price or the Contract act Times. issued on or after the Effective Date of the Agreement. fIO. Contract Documents —The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and am post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplemmtary Conditions, the Specifications and the Drawings as the EIMC OENEM CONDITIONS 19 LO-8 (1990 E Lion.) w! CITY OF FORT COLW NS MODIFICATIONS (REV 420aa) 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 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4 2.1 and 4.2.2 are not Contract Documents. 1.11. Contract 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 Unit Price Work). 1.12. Contract 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 EDGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1 13 CONTRACTOR --The person, firm or corporation with whom OWNER has entered into the Agreement 1.14. ckfective—An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 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. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last 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. film or corporation having a contract with ENGINEER to furnish services as ENGINEER's indeperdent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions, 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with grapph�,9.5 but which does not involvea change in the Ce�ntactprice or the Contract Times. 1.20. Genetal Requirements -Sections of Division I of the Specifications. 1.2 L Haaardotrs Waste The term Hazardous Waste shall lave the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 L'SC Section 6903) as amended fr= time to time. 1.22.a. Laws and Regulations; Laws or Regulations -Any and all applicable laws. rules. regulations, ordinances. codes and orders of any and all governmental bodies, agencies. authorities and courts having jurisdictions 1.22.b. Leval Hobdms-shall be those holidays observed by the City of Fort Collins 1.23. Liens -Liens, charges, security interests or encumbrances upon real property or personal propert) . L24. Milestmm--A pr.i cipal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice of Award -A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 126, Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to ENGIIJbMR) fining the date on which the Contract Times will commence to nun and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations unrla the Contract Documents. 1.27. OWNER -The public body or authority, wrperatior% association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided 1.28. Partial Utiii:ation-lke by OWNER of a substantially completed par of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs -Polychlorinated biphennyfs. 1.30. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil. oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project -The total construction of which the Work to he provided tinder the Contract Documents may be the whole, or a pan as indicated elsewhere in the Contract Documents 1.31a. Radioacttve Alatenal-Source, special nuclear, or byproduct material as defined by the Atom is Energy Act of EICDCOEMULAL COMT10M 191" (1990 Edition) w/ QTY OFFORT COLUMS MODIFICATIONS (REV 4/1000) 1954 (42 USC Section 2011 et seq) as amended from time to time. 132.b. Regular Worla'ng Horns -Regular workitte hours are defused as 7:00am to 6:00cm unless otherwise specified in the General Requirements 1.33. Resident Project Representative -The authorized representative of ENGINEER who may be assigned to the site or any part thereof 1.34. Samples -Physical examples of materials, equipment, or workmanshi that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36 Spec cations -Thou 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. Subconlractor--An individual, firm or corporation having a direct contras 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 thereon has progressed to the point where, in the opinion o ENGINEER m evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specked part) can be utilized for the purposes for which it is untended; or if no such certificate is issued when the Work is complete and ready for firal payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete' and "substantially completed" as applied to all or par of the Work refer to Substantial Completion thereof 139. Supplementary Conditions -The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier -A manufacturer, fabricator, supplier, distributor, materiahnan or vendor having a direct contract with CONTRACTOR or with army Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Undergrotard Facilities -All pipchrim conduits, ducts, cables, wires, manholes, vaults, tarnks, tunnels or other such facilities or attachments. and any creasements containing such facilities which have been installed underground to Runtish any of the following services or materials: electricity. gasses, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. 1.43. Work —The entire completed construction or the various separately identifiable parts thereof rcquired to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furruslu ng documents, all as required by the Contact Documents. 1.44. Work Change Dlrecrive—A written directive to CONTRACTOR issued on or after the Effective Date of the AFeement and signed by OWNER and recommended by ENGINEER, ordering an addition deletion or revision in the Work or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in pamgmph42 or 4.3 or to emergencies under paragraph 6.23. A Work 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 parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2 1.45, Written Amendment --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 noncngineering or nontechnical rather than strictly cmMetion-related aspects of the Contract Documents. ARTICLE 2—PRELDONARY MATTERS Delirerp of Bonds.• 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonk as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. CopiesofDoc unentr 22 OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be ftunished. upon request, at the cost of reproduction Commencement of Contract Times; Notice to Proceed 2.3. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement, or, EKDCOElYSRAL COND1TIOM 1910-8 (1990 ESdm) w/QTYOFFORTODI.LI SMODIFICATIONS(REV4l2000) 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 thirty days after the Effective Date of the Agreement. In Fie _ ., v a... GmtFact Times of Bid y alterilve bffeottvri>t to of -the -Agreem<Tkwhiehever-late isearlier. Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shell be done at the site prior to the date on which the Contract Times commerce to run Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field 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 ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER 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 (unless otfinerwise specified in the General Requirements) CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) fir starting and completing the various stages of the Work, including any Milestones specified in the Contract Documens: 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting. reviewing and processing such submittal. 2.62.1in no case will a schedule be acceptable which allows less than 21 calendar days for each review by Emineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices 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 any Work at the site is started. CONTRACTOR and (ACKER shall esek deliver to the ether OW'NE with copies to identiCaetl��':'uudithxes F.NGE TFFR. certificates of insurance (and other evidence of insurance FARU re ested by OWNERI which CO ITRACTORand A;;Fespeetwely-ere is required to purchase and maintain in accordance with paragraphs 5.4, S6-and -7 Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run. but before any Work at the site is started, a conference attended by CONTRACTOR ENGINEER and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processirtp; Applications for Payment and maintaining required records. Inirlagv ACceprable Schedules: 2.9. Unless otherwise provided in the Contract Documents, Application, fer-PovM rt before any work at the site begins a oci nferernce attended by CONTRACTOR, ENGINEER and others as appropriate dosaatW OWNER will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additiorel ten days to make corrections and adjustments and to complete and resubmit the schedule No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified 3,Westones and the Contract Times, but such acceptance will neither impose on E�GINEER msp ormbility for the say ientcmg, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full respartgbiliry therefor. CONTRACTOR's schedule oC Shop fhawtm'n�g tuff Sam(Sle submissions will be acceptable w ENGIIdEER es prandrng a workable etrangemem for reviewing and processing the required submittals OONTRACTOR•s schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3--CONTRACT DOCUAERM: INTENT AMEI4MING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intern of the Contract Documents to EICDCOEMM& COtmITIOM 1910-8 (1990Ed'tim) w/ CITY OF FORT COLLIES MODIFICATIONS (REV 4200n) 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 korn the Contract Documents or from prevailing custom or track have as being required to produce the intended Tesult will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Wert` materials or equipment such words or phrases shell 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. 33. Reference to Standards and S}mcifcadons of Technical Societies; Reporting and Resolving Discrepancies: 33.1 Reference to standards, specifications. manuals or cocks of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2 If, 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 any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, mammal or code or of any instruction of any Supplier referred to in paragraph 6.5. CONTRACTOR shall report it to ENGINEER in writing at cnoe, and, CONTRACTOR 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 liable 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 paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and. 3.3.3.1. the provisions of any such standard, specification manual, code or instruction (whether or riot specifically incorporated by reference in the Contract Documents); or l- 3 3.3.2. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER ENGINEER or any of INGINEER's Comvltams, agents or employees any duty or authority to supervise or direct the fam shing or performance of the Wok or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents 3.4. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are 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 ENGUNIHER 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 indicated in the Contract Documents (unless there is a spemfic statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER arry duty or authority to supervise or direct the furnishing or performance of the Wok or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contmct Documents. Amendng and Suppkmen&W Contmcf Documents 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions 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 EXMC MaLAL CONDITIOM 19108 (1990 Edafm) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4r000) 3.5.3. a Work Change 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 be authorized, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.6.2. INGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEERS written interpretation or clarification (pursuant to paragraph 9.4). Reuse ofDeewnelrrs.: 3.7. CONTRACTOR and any Subcontractor or Supplier or other person or or zation performing or fiunmshing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Draavgs, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's 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 written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER ARTICLE 4-AVAILABELITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS .4vadabiGly ofLandss. 4.1. OWNER shall famish as indicated in the Contract Documents, the lands upon which the Wok is to be performed. rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR eaiiasT statement IRPAis,-upoR which the Alwk is 4e--be.--@-m,,d E3WKERa-interest-then ssmY itfg riwiae of-- ew-€itiig-a mecltanie s l arfageitit-sash laancls-in OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so lunushod with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in exist' facilities will be obtained and paid for by O WNIER2, unless otherwise provided in the Contract Documents. If CONTRACTOR 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 funt'shing these lands, rights -of - way or easements. CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4 2. Subsurface and Physical Conditions: 4.2.1. Reports and Draaings: Reference is made to the Supplementary Conditions for identification of. 42.1.1. Subsurface Conditions. Those reports of explotatieos and tests of subsurface conditions at or conbguous to the site that have been utilized by ENGINEER in preparing the Contract Documents: and 4.2.12. Phvsical Conditions. Those drawings of physical conditions in or relating to casting surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4.2.2. Limited Reliance by COAMICTOR 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 are not Contract Documents. Such "tedmical data" is identified in the Supplementary Conditots. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make anv claim against OWNER, ENGINEER or arty of ENGMER's Consultants with respect to: 422.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.1. other data, interpretation-% opinions and information contained in such reports or shown or indicated in such drawings, or 4123. any CONTRACTOR interpretation of cc conclusion drawn from any "technical data" or any such data, interpretations, opinions or information 4.2.3. Notice or Differing Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 421 and 4.22 is materially inaccurate, or 4.2.3.1 is of such a nature as to require a change in the Contract Documents, or 42 3.3- differs materially 6•om that shown or EJCDCOENFRAL CONMITIOM 1910 S (1990 Editim) VWCM OF FORT COL11M5 MODIFICATIONS (REV 420001 indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Docuancnts;then CONTRACTOR shall, pmmp;l - mediate • 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 paragraph 623). notify OWNER and INGINEER in writing about such condition. CONTRACTOR shall not fiather disturb such conditions or perform arty Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGLVEER's Renew: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Docwnenh• Change: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Worst Change Directive or a Change Ceder will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Times Ai#ustmentr: An equitable adjustment in the Contract Price or in the Contract Times, or bode. will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cost of or time required for performance at; 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 4.2.3.4, 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; 42.6.3, with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contact Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract. or 4.2.6.4.2. the wtist*= of such condition could reasonably have been discovered or revealed as a milt of any examination investigation exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment or 4.2 6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragruph 42.3. If OWNER and CONTRACTOR arc unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 1 I and 12. However, OWNER ENGINEER and ENGINEER's Consuharts shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project 4.3. Physical Conddons -Underground Facilities: 4.3.1 Shown orindcated. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER 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 ENGINEER shall not be responsible for the accuracy or completeness of any such information or data: and 4.3.1.2. The cast of all of the following will be included in the Contract price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data. (ii) locating all Underground Facilities shown or indicated in the Contract Documents,(iii) coordination of the Work with the owners of such Underground Facilities during construction and (iv) the safety and protection of all such Underground Facilities as provided in parsgraph6.^40 and repairing any damage thereto resulting from the Wok. 4.3.2. Nol Shown or Indicated.- 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 shall, promptly immediately after becoming aware thereof and beforc furtha disturbing conditions alrected thereby or performing any Work in connection therewith (except in an emergency as required by paragtaph6.23), identify the owner of such Underground Facility and E1CbC GENERAL CONDMON51910.8 (19" Edtiail w/ CtTY OF FORT COLLINS MODIRCATIONS (REV 4 2000) give written notice to that owner and to OWNER and ENGINEER ENGINEER will promptly review the Underground Facility and determine the extent, if any. to which a change is required is the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to rolled and document such consequence& Du rmi; such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in ragraph 6.20 CONTRACTOR "11 may be allowed an increase in the Contract 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 m the Contract Documents and that CONTRACTOR did not know of and could rot reasonably have been expected to be aware of or to have anticipated If OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 1 i and 12. However, OWNER, ENGINEER and ENGINnE6R's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project ReferencePoints: 4,4. OWNER shall prrnride engineering surveys to establish reference points for construction which in INGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work. shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall repon to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary 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, Petroleum, Ila ardour Waste or Radioadive Material• 4.5.1. OWTTER shall be responsible for any Asbestos. PCBs• Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawvngs or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to person or promoty exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any 916 materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. shad} immediately (j?�zi iegvu by vY�eee�iepFh l/ .J, ry aFrr n11v,•r�rmirB�it-'I,BAd_i�bti�C�flfiNF_liJfIIiFm suoM-notice-in-cocci Fat-ghnlF--premit�b ceenu4twith-BAl(�11� Rconcernirpri}trnttevsity-&a 3�4'13ER-tareutin-a-c{uelifiadrxparctu ev4{aeta-such 68�RAC-T8R-9haH-net-Fx-reyuira!-terestntte �tk suskr et%sted area tatFi�Af1ftF-P1AW9R has ebteiraed uinr•t ae�remrits reiated-dwrete isnd��delivered-te r�eiz�r that such oerditien-and any ntlected nFea ig 9F hagbeen rendefed safe far Of OF tiortsundcrwhielisueh C9 FTFiAFTOR-c�n =grao--as fo entitkinent-tear 11'er 'el-eenditiens-underjvhiah either -part} merniakea claim therefor as-prcwided in Aw'_t_.. 11 And 1:1 r-titan--rsetiee - k such work yeged ... _sadoes ,� _ feasellable belief it is Unsafe, ' cal cc,�iitier-91L�^3£�-ratty:-orderjucft-perrars of gentiitierrerirFsu iretTnt�N#area w-be-� from "he n•.a. if 01I.- o RAJ hnwrro a-rno eann agrnras-taastitleeaaLLte or4he�meunt-er e><tent-of-an eitheF-party mayCaelaiat-dtarafot�sprevtdaditt era=fR.x,T}--arscf 1, o -nl--..�:m eh -deleted port#oeF ot=tlte>-Wor{�-peR'etnted - IUPFER-'s-own fosxsorothersb�K awiUt:AFticla7- To the fuRest an I�akWHS;--91�'1�.` R 1-- :_Jw a l� -----c offwets:—Airestersc--eaFployees;--egar�;�tlter consultants, -end-suhectntraetorr:'dam Own-negugenee: no! intended to apply ie Asbested; PGB* Petroleum, Cfi-iN'eaiKiaEFfle3ite EJCDC GE'NEPIlL C O.'IIXTIO`iS 191 US (1990 Edaiow u' CITY OF FORT MUINN MODIFICATIONS(REV420M) ARTICLE 5--BONDS AND INSURANCE Performance, Payment and Other Bonds.' 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Rice as security for the faithful performance and payment of all CONTRACTOR's obligations tinder the Contract Documents These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise byy Laws or Regulations or by the Contract Documents. CONTRACTOR shall also frrimh such other Bonds as arc required by the Supplementary Conditions All Bonds shall be in the form prescnbcd by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as blished in Cucular570 (amended) by the Audit Stab, Burcau of Government Financial OperatioM U.S. Treasury Department All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act 5.2. If the surety on any Bond fumJshed by CONTRACTOR is declared a ban4arupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or a ccascs 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 OWNER. 5.3. Licensed Sureties and Insaror, Certrfemws of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authori2ed 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 companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Cauditieos. 53.2. CONTRACTOR shall deliver to OWNER. with copies to each additional insured identified in the Supplementary Conditions, certilieates of insurance (and other evidence of insurance requested by OWNER or airy other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. QW?4SR--shall C!t! F.?!n:!?! �l+l!!re ale w�+ft�e�.;�!:�s• t��'• 1^�.,"ei!'e'^J paragraphs-5-6and <.v_�4-hefent; COATR4CTOR's Liabibly Insurancc 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 CONTRACTOR'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 mduactl employed by any of them to performor furnish any of the Work, or by anyone for whose acts any of them may be liable 5.4.1. claims under workers' compensation, disability benefits and other similar employs benefit acts: 5.4.2. claims for damages because of bodilIyy injury, occupational sickness or disease. a lath of CONTRACTOR'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, 3-�4�-claims—for--datnag�—i;,�ra ;-�--costtcmrary tndrredly- ..�._ �stlah-pasex�lw other rease 5.4.5, claims for 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 am 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: 5.4.7. with respect to insurance required by paragraphs 5.43 through 5.4.6 inclusive and 5.4.9, include as additional insureds (subject tc any customary exclusion in respect of professional liability), OWNER, ENGINEER, ENGDMMs Consultants and any other persons or entities ideraifi d in the Supplementary Condition, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds, 5.4.8. include the specific coverages and be written for not less than the limns of liability provided in the Supplementary Conditions or required by Laws or Regulations. whichever is greater; 5 4.9. include completed operations inumnce; EJCDC GENF LJLL COND1TIOM51910-5 (1990 EStian wr CITY OF FORT COLUNS MODIFICATIONS (Rt:y 4,"000) C 5.4.10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 633: 5-4.11. contain a provision or endorsement that the coverage afforded will not be cancella materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR 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 by the CONTRACTOR pursuant to paragraph 5.3.2 will so provide): 5.4,12. remain in effect at least until Eral payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defechw 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 basis, remain tit effct foer at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter) OWAZR's Liability Insurance., 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4. OWNER. at OWNER's option, may purchase and maintain at OWNWs expense OWNER's own liability insurance as will protect OWNER aping claims which may arise from operations under the Contract Documents. Proprriy Insurance: ry GerR4itiott�-8li ufsR c v _a me aEais of of tht. -�-Eu 11--rep deducahlt—a SnpPlemeraery-1t�gOre er refired bY� ewg and Mmanne shall Sr.G.-1. inehida the nterr•.,.�— '..:—^WW1 as rnwP:PA QP, SebeemhmsEons 1±'d6AA;FP, FIS entities-icknkifEr+tl-4n--the-�Iapplementary-C-.oadiEions•, each-af-whomisde�timeei ta>`tave-arrinstffable-interest end shall• -be listedasan *r Affed-or-additional-insets$ mended mverage. the,;-;andAFis n icious-tWA)hief Z: ,1.._!,�.. .. L� -BFlELC{OAS: . ..6.3. i R:IVde empcl s iricui milt-the-Pcpalr fi�iiaCdlRent ef-any m6property-(imluding-bot-no; f"S .._.i ..L....._.. Of eflg,.N ert�ttteCfy} or-etenether-4ocauon thataves-egreed to vT wntittc,by �e#ts+eterialsand eq uptnem„a e bee =&>eAd .. . a� .. _ I�iiL�l�•� • 1 M�r..�1.j��wii m5 and -nnyothef-pl1FSOFY'f3F-LfHlno- h of whom A�rB�ii-N1f@FC9r 8f K� � if ik'-h5t2d9S !1 the eerwfieetes or -in "cordance.with paragmphs36 idergemerA that th oovw ge affeEded wig Fie Jtanged �[ ratiawe} fafusad until -at-- eea AhHvj-days-prior ii--tteiriivoc�L+as- been rZ*,tven to� -t}oumwe'he&-beffi-4ssueJ-w%1-wtii LLovisionsin acseidance—with T 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR. Subcontractors or others in -£ertdtE�ef is-stt$'et -aAy wah lem and if am sham-wislws-prctpeny Insurance . ig elf--steh-a m tntnty.-retch-mav puEc#aseandtnairlteia-it-at thr purtJtaset't;•owna++spansa. c t.�-rv: il-EOi`ii�t�-��I�ielllMStS-Jff•1Vrifiilg-th@l-Ei}hQ 1paTt}-LfiSFltaflea r-L,...,.._ FJFdeF�-.ls�fl&Bt- .lmettdit5em- FRIff�'] 'tt EXEIC GENERAL CONDITIONS 1910-8(1990ET&JRov') w CITY OF FORT COLLINS MODIFICATIONS OLEV4/t000) 6Umme,noenmit-Elf the-4:4" a; die site. OV44BR-Wha" wrianC-Af}4fStfC� fS.-F}-1:-9W�e'H2tr1e�C�?�ii..-,c instt�ld-tiffii8ll @c+licias purchased in accorriaricewith peFagcAgh&3.6 r-OrAdliantg and vLsltreds--additi��ne! ins reds-i=eh-peheiegand m damd � ages-causey-ihel peril,-ceveFed-t#lereky-1l1I streh-pekie..5s 911 in- dte- event -el' - peytaelossr-detaege�he ye ilte-insureds-es- uretls-ihareander. direet xs--envployees- and agents for all Wqqm pn� any of the-penk awered by such- policies-am1 any addition; waive fill such .:.VAS against Saheentmetm, ip;GPWcSR cnlGNSERS C'<xmkant"nd fill ethe 1n4Urid&�e 3rCdS tFnd�Faa6 810s fer l<S.SC�And-d:talR�aS-:H ,•••• �sJ wry.._ .. .1.� �L,...� meking-sueh-ivewes--atey-have to the-pfoeeeds-of. peyehk-UndtlFatly-p0}Iey Jn-iS`+NaQi wing CQNTTR ACTQR—Subct*motors; e-eem direr o -agerRs-ef�Ay-el g1a[it: for: le to PC um AF .,1, 17.9&�'?Ftelidilig o'TeAd--df-F^.y.51E0}--iP52�a vRv6e— 0 11 at, Ow Work eaused aF=6f6fi2Su er� whsthnot-irxstaedby-QWP.'EPi and 11." w-.0 ,.-dm�nt ktad rrtg-liam-&r vexed QUQNYSR tlurttlg--itsRial----ttttliattion—iwr&sm--ki Fu*agrepl9-44:16� -after-Sab�entiel--EemplrFion paFSkll�iHOpamERap11--Ii-R-ef-aliaF-Cfaalpaymant 1 . r *' ini m Mail_ Wnsequennai- loss -"dte-ueFs-wilF'-kteve'�'o�.^ Item # Item Description Estimated Quantity Unit Unit Price Total Price 623.10 1-inch Irrigation Tap, And Backflow 2.00 EACH $5,844.37 $11,688.74 Without Plant Investment Fee Total Price for above N. Landscaping And Irrigation Items: $54,559.24 O.Electrical 613.01 Pedestrian Light Pole 4.00 EACH $2,781.48 $11,125.92 Supply And Install 613.02 Conduit 1.00 LS $17,494.34 $17,494.34 613.02 Light Pole Foundation 4.00 EACH $573.14 $2,292.56 613.03 Electrical Control Panels, Pedestals 1-3, And Any Other 1.00 LS $24,248.22 $24,248.22 Equipment 613.04 Receptacle For Food Cart Area 2.00 EACH $385.47 $770.94 613.05 Wire 1.00 LS $29,838.58 $29,838.58 613.06 Trenching And FlowfllAtStreet Crossings 3.00 EACH $2,084.59 $6,253.77 613.07 Trenching And Backfill 1.00 LS $51,718.17 $51,718.17 Include Flowfll At Street Crossings Total Price for above O.Electrical Items: 143 742.50 Total Price for above Phase 1 (South Side Of Lincoln, Lemay And All Utility Work) Items: $3,144,4SS.91 Phase 2 (North Side Of Lincoln) 900 Overhead 8% 1.00 LS $203,998.43 $203,998.43 Profit 6% Total 14% Of Cost A. General Conditions 203.00 Potholing 50.00 EACH $178.27 $8,913.50 626.02 Management Project Manager 20.00 DY $867.67 $17,353.40 626.03 Management Site Manager 20.00 WK $2,572.88 $51,457.60 626.04 Management Project Engineer 48.00 DY $386.28 $18,541.44 626.05 Field Office Expenses, Including Electrical Hook Up, 20.00 WK $793.73 $15,874.60 Portable Toilets (3) Cell Phone For Public Information, And Construction Water Meter Daily Rental Cost 626.06 Winter Protection Allowance 1.00 LS $17,912.41 $17,912.41 626.07 Concrete Paving Allowance 0.40 LS $40,000.00 $16,000.00 626.07 Electrical Allowance 0.40 LS $40,000.00 $16,000.00 625.07 Traffic Control Allowance 0.40 LS $20,000.00 $8,000.00 630.00 Construction Surveying Lemay To 1st Street 0.40 LS $54,150.00 $21,660.00 901 Bond 0.40 LS $44,967.88 $17,987.15 Total Price for above A. General Conditions Items: $209,700.10 B. Removals 201.00 Clearing and Grubbing 0.50 LS $19,542.41 $9,771.20 202.01 Removal Of Trees And Stumps 30.00 EACH $200.00 $6,000.00 202.04 Removal Of Concrete Sidewalk / Driveways 1,308.00 SY $17.49 $22,876.92 202.05 Removal of Curb and Gutter 124.00 LF $8.76 $1,086.24 202.06 Removal Of Asphalt Mat 10,566.14 SY $6.63 $70,053.51 202.09 Removal Of Business Sign, Mailbox , Gates 2.00 EACH $541.83 $1,083.66 -excludes Removal Or Relocation Of LambSpun Sign 202.10 Remove Minor Structure 2.00 EACH $1,470.52 $2,941.04 202.11 Remove/Modify Minor Structure 2.00 EACH $4,551.48 $9,102.96 Total Price for above B. Removals Items: $122,915.53 C. Erosion Control 208.01 Erosion Control (SWMP, Inspections, ECS) 10.00 DY $386.28 $3,862.80 208.05 Erosion Control (Concrete Washout) 1.00 EACH $3,072.99 $3,072.99 Includes Removal 208.06 Erosion Control (Vehicle Tracking Pad) 1.00 EACH $1,527.53 $1,527.53 208.07 Erosion Control (Street Sweeping) 75.00 HR $150.00 $11,250.00 208.09 Erosion Control (Maintenance Allowance) 20.00 WK $581.97 $11,639.40 Total Price for above C. Erosion Control Items: $31,352.72 D. Earthwork Lincoln Corridor 1st To Lemay Page 4 of 8 Receipt and Application oflnsurance Proceeds 5.12. Any insured loss tinder the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the inusuro& as their interests may appear. subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate am -Aim any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by 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 parties in interest shall object in writut§, within fifteen days after the occurrence of Ices to OWNEWs 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 loss with the insurers to-wr Ling -by any party in interest-1311'�iF,l�as- uciary--sM14 • i e Acceptance ofBondc and insurance; Option to Replace: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the Bends or insurance required to be purchased and maintained by the11CONTRACTOR in accordance with Article 5 on the s of non-conformance with the Contract Documents. the OWNER will ttolifv CUNfRACTOjt in wnwithin tent fdi = days after raoeipt delivutr of the certt'ficates (ar-ether awidettee miliaested) to OWNER as required by paragraph 2.7. a -the iion-fn-respaet-<�instvaace providod as the other may regeest —If a titer partv-,tloes- -all-of the--Boritb and irwuran c-, - iequi;ed-- of-- sk 6 —rom-- ivy—th -,Q) tract peaument�- , p xt, rwitak; of -such fsilcur tv-pto r pr -to-dze sleri-of the OF val-ant BefnekteretyuraMrtt>-prWic4'xx`}f-eF}leP-pattj�-9intcYcsls at ttwexpansec�tha{>tinny-wh'*wesrequtrerLto-jNOvedOares}i ftxaraetrireierecl�rdrng{y- Partial Ufzhzahon Property lnsrrrance: 5,15, If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EKDCOEHMAL CONDITIOM 1410-8 (1990 Edtim) w! aTY OF FORT COLLINS MODMC.ATIONS MEV 4,^_OW) Completion of all the Work such use or occupancy may be accomplished in accordance with paragraph 14.1Q provided that no such use or occupancy shell commence before 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 isurartce shall consent In• 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 Supemmon andSuperintendence: 6.1. CONTRACTOR shall supervise, 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, sequences and procedures of construction, but CONTRACTOR shall not be 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 c-Tressly required by the Contract Documents CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents 6.2. CONTRACTOR shall keep on the Work at all times during its prcWen a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR labor, Alataiah and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to storey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline end 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 ENGINEI R. CONTRACTOR shall submit requests to the ENG24EER no I= than 48 hours in advance of Work to be pedomned on Saturday. Sunday, Holidays or outside the Reaular Working hours 11 64 limes; otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, trinsp nation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, tanpcvary facilities and all other facilities and incidentals necessary for the funushing, performance, testing, start-up and completion of the Work. 6,4.1, Ruchasug Res fictions, _ _CONTRACTOR must comply with the Ciry's ourchasina restriction A copy of the resolutions are available for review in the offices of the Purchasing and _Risk Marmg ment Division or the City Clerk's office. 6.4.2. Cement Restrictions: Citv of Fort Collins Resolution 91-121 reauues that suppliers and producers Qf cement or products coma irung cement to certify that the cement was not made TUX kilns that burr[ hazardous waste as a fuel. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the tract Documents All warranties and guarantees specifically called for by the Specifications shall ecpresshy run to the benefit of OWNER if required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment All materials and egwptnent shall 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 Sc*edale. 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extern indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contend Times (or Mlestones) Such adjustments will conform generally to the progress; schedule then in effect 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 m accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is speed or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is mtended to establish the type, furnction and quality, required Unless the specifmation or description EJCDCOENFRAL COMTI0M4 I9I0-8 U990 Edkim) 12 wtaTY OFFORT COUINS MODIFICATIONS MEV4f2000 contains or is followed by words reading that no like. equivalent or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following ctrcnnrstances: 6.7.1.1. 'tJrEqual'. if in ENGINEER& sole dscreticn an item of material or equipment proposed by CONTRACTOR is functiormlly equal to that named and sufficiently similar so that no charge in related Work will be required, it may be 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 substitute items. 6.7.1 Substitute Items: If in ENGLNIER's 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. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER 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 proposed substitute items of material or equipment will not be accepted by ENGlN`EER from anyone other than CONTRACTOR 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 specified and be suited to the same use as that specified The application will state the extent 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 on the Project) to adapt the design to the proposed substitute 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 maintenance, repair and replacement service will be indicated The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change. all of which will be CONTRACTOR shall perform not less than 20 considered by ENGINEER in evaluating the percent of the Work with its own faces that is proposed substitute. ENGINEER ma require t�rthouu subopntractinn). The 20 Tcent requirement ONTRACTOR to furnish additional data about to to Work the value of the proposed substitute. which totals not less than 20 Percent of the Contract Price 6.7.1.3. CONTRACTORSs Expense: All data to be provided by CONTRACTOR in support of any 6.8 2. Bidd n proposed "orequal" or substitute item will be at Documents require the identity of certain CONTRACTOR's expense. Subcontractors Suppliers or other persons or organizations (including those who arc to famish the 6.7.2. SubsCtrde Construction Vethods or principal items of materials or equipment) to be Procedures: If a ssppxxific means, method technique, submitted to OWNER irr�dvenoo-of-�peei€ted sequence or proced<re of construction is shown or date prior to the Effective Date of the Agreement for indicated on and expressly required by the Contract acceptance by OWNER and ENGINEER, --err if Documents, CONTRACTOR may furnish or utilize a substitute wears, method technique, sequence or procedure of construction acceptable to ENGINEER OWNERS or ENGINEER's acceptance (either in CONTRACTOR shall submit sufficient information to writing or by failing to make written objection thereto allow ENGINEER, in ENGINEER's sole discretion, to by the date indicated for acceptance or objection in determine that the substitute proposed is equivalent to the bidding documents or the Contract Documents) of that expressly called for by the Contract Documents. may sas"ibeemacton, Supplier or other person -or The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. basis Pf reasoaubleobjeotionatter due -investigation, in .. hieh _ CXA;TR-A.G 6.7.3. Engineer's Evutuation: ENGINEER w ll be 111 b] . Ice i fl 11 e� wilp bz allowed a reasonable time within which to evaluate a4jetsted by -the sixrl-Iw each proposal or submittal made pursuant to suolrsubstitution ge Order paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the _ ivy soli judge of acceptability. No errcqual' or corsstitue a condition of the Contract re urine the substitute will be ordered, installed or utilized without use of the named subconmactas. suppliers or ENGINEERs prior written acceptance which will be persrns or orminization on the Work unless prig evidenced by either a Change Order or an approved wrtten eooroval is obtained from OWNER and Shop Drawing. OWNER may require ENGINEER No acceptance by OWNER or CONTRACTOR to ftunish at CONTRACTOR's ENGINEER of any such Subcontractor, Supplier or expense a special performance guarantee or other other person or organization shall constitute a waiver surety with Tespect to any "or -equal" or substitute. of any right of OWNER or ENGLNEER to reject ENGINEER will record time required by defective Work - ENGINEER and ENGINEER's Consultants 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 6.9.1. CONTRACTOR shallbefully responsible to Documents (or in the provisions of any other direct OWNER and ENGINEER for all acts and omissions contract with OWNER for work on the Project) of the Subcontractors, Suppliers and other persons occasioned thereby. Whether or rot ENGINEER and organizations perform ing or famishing any of the accepts a substitute item so proposed or submitted by Work under a direct or indirect contract with CONTRACTOR CONTRACTOR shall reimburse CONTRACTOR just as CONTRACTOR is OWNER for the charges of ENGINEER and responsible for CONTRACTOR's own acts and ENGINEER's Consultants for evaluating each such onissiors. Nothing in the Contract Docments shall proposed substitute item. create for the benefit of any such Subcontractor. Supplier or other person or organization any 6.8. Concerning Subcontractors, Suppliers and contractual relationship between OWNER or Zgers. ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any 6.8.1. CONTRACTOR shall not employ any obligation an the pan of OWNER or ENGINEER to Subcontractor, Supplier or other person or organization pay or to see to the payment of any moneys due any (including those acceptable to OWNER and such Subcontractor, Supplier or other person or ENGINEER as indicated in paragraph 6.8.2), whether organization except as may otherwise be required by initially or as a substitute, against whom OWNER or Laws and Regulations. OWNER or ENGINEER may ENGINEER may have reasonable objection- fn>Qnish to y subconmectq _supplier or other CONTRACTOR shall not be required to employ arty or evidence of amounts paid to Subcontractor, Supplier or other person or organization CONTRACTOR in accordance with to famish or perform any of the Work against whom CONTRACTOR'S "Atwlicatiors for Payment'. CONTRACTOR has reasonable objection ERDC OEJERAL CONDITIOM 1910 S (1990 Man) 13 wi aTy OF FORT CDLU NS MODIFICATIONS (REV 4,2000) 0 6.9.2 CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors. Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or irxiirect contract with CONTRACTOR CONTRACTOR shall require all Subcontractors. Suppliers and such other persons and agam2ations performing 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 Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work pertbnned for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an a8pp��o�pr. to agreement between CONTRACTOR and the Subcontractcir 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 ENGINEER. Whenever any such agreement S AM* a 9-AbOGRIMAW OF SUM' OF WhO is listed AS OR additierheI insured en the propeny it nce -p prided in pawaphsS.6 OF 54, the Rwat---L�IEwCaR--[iM GONT ^^� GT4DP�Rdthe-,%UkontraeW-or--Sapplter-w+ll Fitw- 1 6is7640 S Ftvtsdtar#s and-all--ether lesses and dwages soused by, afi fft-15�ltirt3ftanteny ©f4hrt�ilseovefed by th-AVofk: —N ieies--require Separate watyer lermg ter of Patent Fees and Royalties 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident 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 ENGLVEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the csMence 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 OWNEE. ENGINZEERR, ENGINEER's Corsukarhts and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, procm product or device not specified in the Contract Documents. EXI)COEMUL MUMONS 19105 0990 E&oal 14 w/ CITY OF FORT 00LUM MODIFICATIONS QtEV 42000) Permits: 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 licatses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids. an the Elrective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for caaecticrs to the Work, and OWNER shall pay all charges of such utility owners for capital toss related thereto such as plant investment fees 6.14. Laws andRegv&dans: 6.14.1. CONTRACTOR shall give all natics and comply with all Laws and Regulation applivable to furnishing and performance of the Work Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6,14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefiam, however, it shall not be CONTRACTOR's primary respastbi ity to make attain that the Specifcatios and Drawings are 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 otha similar taxes required to be paid by CONTRACTOR in accedence 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 pe marently incorporated into the proiect. Said tares shall not be included in the Contract price Address. Colorado Department of Revenue State Capital Armco 1375 Sherman Street Deriver, Colorado_ 80261 Sales and Use Taxes for the State of Colorado Regional Transportation District (RTD) and certain Colorado mrmties are collected htv the State of Colorado and are included in the Certification of Exemptiort All applicable $alms lJaE141 4 includine St y mllectecl tapes), on anv items other than oo struchon and buildva materials Physically incorporated into the project are to be. paid by CONTRACTOR and are to be included at amroorate bid items. Use of Pr irises 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and stall riot 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 any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by arty, such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other depute resolution proceeding or at law. CONTRACTOR shall. to the fullest c-tent permitted by Laws and Regulations, indemnify and hold harmless OWNER. ENGINEER. ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs. losses and damages arising out of or resulting from any claim or action legal or equitable, brought by arty such owner or occupant against OWNER, ENGINEER or any other party indemnified 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 Gee from accumulations of waste materials, rubbish and Ww debris resulting from the Work. At the completion of the Wok CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Coatpletion of the Work CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any mariner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Decumeus.• E1CDC GDOM CONDITIOM 191M (19" Mai) w/ CITY OF FORT COLLM MOMICATIONS (REV CNN) 6.19. CONTRACTOR shall maintain in a safe place at the site one resod copy of all Drawings. Specifications, Addenda, Written Amendments. Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) 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 MYMMIL these record documents. Samples and Shop Drawings will be delivered to ENGINEER for OWNER Wety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Wok. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or wino may be affected by time Work; 6,20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or of the site; and 6 20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of concoction. CONTRACTOR 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 Facilities and utility owners when prosecution of the Work may affect then[, and shall cooperate with them in the protection, removal. relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused directly or indirectly. in whole or in pan, by CONTRACTOR, arry Subcontractor, Supplier or any other person or organization directly or indirectly employed by arty of them to perform or furnish any of the Work or anyone for whoa acts any of them 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 OWNER or ENGINEER or FNGINFER's Consultant or anyone employed by any of them or anyone fcr whose acts any of them may be liable, and riot attributable, directly 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). CONTRACTOR's ditties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed mid ENGINEER has issued a 15 ratite to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion) &21. Safety Relresenradve• CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and respatsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. HamrdCmanta nicarion Programs: 6.22. CONTRACTOR shall be responsible for madmating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employees at the site in accordance with Laws or Regulations. Energencier: 6.23. In ca ergen ies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER orENGINEER, is obligated to act to prevent threatened damage, injury or loss CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a chance in the Contract Documents is required because of the action taken by CONTRACTOR an response to such an emergency, a Work Change Directive cr Change Order will be issued to document the corvsequences of such action 6.24, Shop Drawings andSamphw 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER 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 quanttitics, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.242. CONTRACTOR shall also submit Samples to ] NGINEEP 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, p ertirx data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited It EXI)COENER.4L CONDITIONS 191"(1990Ed'aim) w' CITY OF FORT COLLIM MODIFICATIONS [REV 411000) purposes required by paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.2& &abmiftal Procedures. 6.25.1. Before submitting each Shop Drawing or Sample. CONTRACTOR shall leave determined and verified: 6.25.1.1. au field measurements, quantities, dimensions, specified performance criteria. installation retuirements, materiels, catalog numbers and similar information with respect thereto, 6.25.12. all materials with respect to intended use, fabrication shipppptingt handling storage, assembly and installation pertaining to the performance of the Work, and 625.1.3. 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 Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations tinder the Contract Documents with respect to CONL'RACTOR's review and approval of that submittal 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER 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 a written communication separate from the submittal; and, in addition, stall [muse a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variatiea 626. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2 9. ENGIN[MR's review and approval will be only to determine if the items covered by the submittals will, alter installation or incorporation in the Work, conform to the information given 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. EIGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of constriction (except where a particular means• method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a sepazate item as such will not indicate approval of the assembly in which the item Eunc1ions. CONTRACTOR shall make corrections required by ENG1`lEER and shall return the required rmaobe of nrrected copies of Sharp Drawings and submit as required new Samples for review and approval. CONTRACTOR shall cheer specific attention in writing to revisions other than the corrections called for by INGINEER on previous submittals. 6.27. ENGINEER'S review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for arty vanation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER 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 will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGINEER as required by paragraph 2-9. any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR Continuing the Work. 6.29. CONTRACTOR shall Carry 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 writrrg. 6.30. CONTRACTOR's General Warranty and Gkaraatee. 6.30.1. CONTRACTOR warrants and guarantees to OWNER ENGINEER and EI GINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR'S warranty and guarantee hereunder excludes defects or damage caused by. 6,30.1.1. abuse, modification or improper maiateriarrce or operation by persons other than CONTRACTOR Subcontractors or Suppliers; or 630.1.2. normal wear and tear under normal usage. 630.2. CONTRACTOR'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 roc in EJCDC GENERAL COImITIOM 1910$ (19% Man) w! CITY OF FORT COLT ?Z MODIFICATIONS(REV 411000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work m accordance with the Contract Documents. 6.30.2.1. observations by ENGINEER; 6.30.2.1 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, 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or arty failure to do so; 630.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 1413; 6,30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defecrive Work by OWNER indenwifhration: 6.31. To the fullest etent permitted by Laws and Regulations, CONTRACTOR shall utdemnify and hold harmless OWNER, ENGINEER ENGINEEXs Consultants and the officers, director& employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineer's, architects, amortxys and other professionals and all court or arbitration or other dispute resolution casts) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible operty (other than the Work itself), 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 any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or amission 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 ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or pedal representative of such employee) of CONTRACTOR any Subcontractor, any Supplier, any person or organization directly or mdirectly employed by i] any of them to perform or furnish any of to Work or anyone for whose acts any of them may be liable, the indemnification obligation tender paragraph 631 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 organization under worker' compensation acts, disability benefit acts or other employee benefit acts. 633. The indemnification obltgalions of CONTRACTOR under paragaph6.31 shall nor entend to the liability of ENGINEER and ENGINEER's Consultants. officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All represcreatioru, indemnifications, warranties and guarantees made in. required by or given in accordance with the Contract Documents, as well as all mmimimg obligations indicated in the Contract Docents. will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7-0THER WORK Related Work ar Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own fogies, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then; (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work and (ii) CONTRACTOR may make a claim therefor as provided in Articles 11 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 amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNERS employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordimttc 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 cone together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering 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 r���ru bilitics of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extern that there are comparable EKW OENFR,IL C ONr%T1ONS 1910-8 0990 Edition) IS w/ CITY OF FORT C OLLIM MODIFICATIONS MEY32000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other cwttractom 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends an work performed by others tender this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in sttch other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to repot will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Wort: except for latent or nortapparent defects and deficiencies in such other work. Coordnatfon: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions; 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; T4.2. the specific matters to be covered by such authority and responsibility will be itemized; and 743 the enem of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authonty and responsibility in respect of such coordination ARTICLE 8--OWNER'S RESPONSrttE TES 8.1. Except as otherwise provided in tense General Conditions, OWNER shall issue all conmtmicatiorns to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer aghninst -mek whose status under the Contract Documents shall be that of the former ENGINEER 83. OWNER shall furnish the data required of OWNER 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. 8A OWNER's duties in respect of providing lands and casanents and Providing ergmoeri ng surveys to establish reference points are set forth in paragraphs 4-1 and 4.4. Paragraph4.2 refers to OWNER's identifying and making 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 E,VGTNEER in preparing the Contract Documents feethirrpaFa�ephs-S-S�treugh `�^. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWINERs responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8 in connection with OWNER's right to stop Work or suspend Work, we hs 13.10 and 15.1. Paragraph 1 S 2 deals with OR's right to terminate services of CONTRACTOR under certain circumstances. 8.9 The OWNER shall not supervise, direct or have control or authority over, nor be responable 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 the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents i Raiioaetive-Matrrie3s--uextiwzrzaor-fevealed-at the site -is iiet f win p"Fagmph T. err satis€y—OWNfiR's resportsib .}I 1 -asset fenh in the Supplemivi a y-col ditions: ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 09AER'sRepre edad) 91 ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written cases of OWNER and ENGINEER Hsiu to Me: 9.2. ENGINEER will make visits to the site at intervals aapp��rtooppnnaatte to the various stages of construction as ENGL>vBEIt deems necessary in order to observe as an experienced and qualified design professional the progress EKM OEilBta CONDITIONS 191" (1990 Eiitim) w1 CITY OF FORT COLUNS MODIFICATIONS (REV 9l2000) that has been made and the quality of the vanous aspects of CONTRACTOR's executed Work Based on information obtained during such visits and observations. ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceedatg 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 ENGINEER's efforts will be directed toward providing for OWNER a Prater degree of confidence that the completed Work will conform generally to the Contract Docwments On the basis of such visits and on, site observations, ENGINEER 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 observations are subject to all the limitations on ENGINEEWs authority and responsibility set forth in ragraph 9.13, and particularrilyy bin. without limitation, during or as a result of BNGINEER's on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority aver or be responsible for CONTRACTOWs means, methods, techniques, sequences or procedures of comtruction, 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 the Work. Phleet Representative.• 9.3, If OWNER and ENGINEER agree, ENGMER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thercon of any such Resident Project Representative and assistants will be as provided in pamgmphs 9.3 and 9.13 Conditions of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGMEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in PgB=oh 9.3 of these General Conditions If the ENGINEER furnishes a Resident EM= I or of r assistants. or if the OWNER designates a Representative cc amm. all as provided in paragraph 9.3 of the General for cLlition4 these RepreseM+tives 1jinve the authoM and limitations as provided in nacaeraoh 9.13 of the General Conditions and shall be subject to the following 93.1. The Regresentative's peAninirg to the on -site wramatters ork wLginlbe with the ENGINEER and CONTRACTOR But. the Representative will keep the OWNER properly advised about such matters. The Representative's dealings with subcontractors will oily be Ormigh or with the full knowledae and approval of the C$�]+II11S�:LGh1IL* 4 9.3.2. Duties and Responsibilities. Representative will: 9.3.2.1. Schedules - Review the prozricss 19 schedule and other schedules orepared by the CONTRACTOR and consult with the ENTGINEER concerning acommbility. 9.3.2.2 Conferences and Mating. - Attend m with the CONTRACTOR such as G c crences, progress meek and other iob conferences and prelmre and circulate copies of minutes of meetings. 93.2.3. Liaison 93.2 3.1. Serve as ENW ER'S liaison with CONTRACTOR waking aximinallv thrmwh CONTRACTOR'S suMrdendent to assist the CONTRACTOR in understanch the Contract Documents. 9.32.33. Assist in obtaining from OWNER additional details or information when reouired. for txoper execution of the Work. 9.3.2.3.3, Advise the ENOMER and CONTRACTOR of the commencement of am• Work requiring a Shnp Dtawirtg or sample submission if the submission he-, not been�a xoved by the ENGINEER 9.3.2.4.Revie%v of Work. Rejection of Defective Work. Inspections and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER in determining that the Work is LxocecftE in accordance with the Contract Documents 9_3.2_4.3_AccomPrty vtsu_ir _. actors remesentmg public or other agencies having itinsdiction over the Proiect record the results of these inspections and report to the ENGINEER. 9.3.2.5. Interpretation of Contract Dom meats. Report to ENGINEER when clarifications and nu metatiom of the Contract Doctmtems are needed and awmmit to CONTRACTOR clarification and intervretation of the Contract Documents as imued by the ENGLNEEIL 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S suppesnons for EJCDCOEM AL CONUTIOM 1910-8 (199oEdaiw) 20 w/CITY OFFORT COLLIM MODIFICATIONS OtEV42a1MQ modification tit Drawmas or Specifications and report Ijtese recommendations to ENGINEFdt. Accurately trartsrut to CONTRACTOR decisions mued by the ENGR4EER 9.3.2; 7. Records. C •sits 9.32.8.1, Furnish ENGQI,M',Reriodic rspQrts as rett�retl. of the progress of the Wank and of the CONTRACTORS tpliatrx with the prowess schedule and schedule of shoo Drawing and samplSubmittals 9.3.2.82. Conmh with ENGINEER in advance of schedulm major tesMts inant inspections or start of importPhases of the Work. 93.2.8.3. Draft Proposed Chance Orders and Work Directive Changes obtaining backup material from the COIN'TRACTOR and recommend to ENGINEER Change Orders. Work Directive Chances and field orders. 93.2.8.4. Re immediate) to ENGNEER an OWNER the oecturertoe of any accident. 9.32.9. Paymem Requests. Review applications for pakmtcm with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendation to Item # Item Description Estimated Quantity Unit Unit Price Total Price 203.00 Unclassified Excavation (Cut To Fill) 2,510.00 CY $9.26 $23,242.60 203.02 Muck Excavation 400.00 CY $36.44 $14,576.00 Includes Replacement With Class 5 Base Course 203.03 Finish Grading For Landscaping 39,598.00 SF $0.32 $12,671.36 203.03 Import Non Amended Topsoil For Native Seed Areas (6") 300.00 CY $35.81 $10,743.00 306.00 Reconditioning (12 Inch) 12,000.00 SY $1.48 $17,760.00 Includes Under Medians, And Concrete Paving And Curbs Total Price for above D. Earthwork Items: $78,992.96 J. Concrete Flatwork 412.00 Concrete Pavement (6 Inch Driveways) X 225.00 SY $119.17 $26,813.25 412.01 Concrete Pavement(8.5 Inch) X 1,600.00 SY $73.94 $118,304.00 412.02 Bus Bay Concrete (8.5 Inch) X 236.00 SY $83.90 $19,800.40 608.00 Colored Concrete Crosswalk(8 Inch) X 180.00 SY $118.05 $21,249.00 608.01 Standard Gray Concrete Sidewalk (6 Inch) X 2,990.00 SY $52.76 $157,752.40 608.02 Colored Concrete Sidewalk Type 1 (6 Inch) X 85.00 SY $89.61 $7,616.85 608.03 Colored Concrete Sidewalk Type 2 (6 Inch) X 85.00 SY $89.61 $7,616.85 608.04 Metal Truncated Dome Plates X 620.00 SF $73.55 $45,601.00 Concrete For Ramps Are Included In Sidewalk 609.00 Outfall Median Curb And Gutter (V Gutter) X 1,000.00 LF $18.30 $18,300.00 609.01 6"curb Head On Paving Without Gutter X 1,500.00 LF $11.52 $17,280.00 609.02 Vertical Curb And Gutter (2' Gutter) X 2,050.00 LF $22.46 $46,043.00 609.03 2' Pan Only Across Concrete Paved Areas X 1,100.00 LF $20.73 $22,803.00 609.04 6" Porous Paving Curb X 100.00 LF $81.27 $8,127.00 Total Price for above 1. Concrete Flatwork Items: $517,306.75 K. Aggregate Base Course 210.00 Adjust Manhole 4.00 EACH $430.50 $1,722.00 304.00 Aggregate Base Course (Class 5 Or 6) 3,940.00 TON $30.63 $117,619.20 Includes Base Under Concrete Paving And Curbs 304.01 Aggregate Base Course Temporary For Paving Median 500.00 TON $24.68 $12,340.00 Areas (Class 5 Or 6) 403.00 Hot Mix Asphalt (Grading S) (75) (PG 64-22) 1,710.00 TON $72.90 $124,659.00 Mainline Lincoln 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64-28) 860.00 TON $74.16 $63,777.60 Lincoln Main Line Paving Top Lift (2") Total Price for above K. Aggregate Base Course Items: $320,117.80 L. Traffic Control 627.00 Pavement Striping Temporary Includes -12,000 LF Of Double Yellow -12,000 LF Of Single White -9,000 LF Of Black Out Original Paint -3 Mobilizations 630.00 Business And Specialty Signs 1st Street To Lemay 630.01 Construction Zane Traffic Control 0.50 LS $12,660.00 $6,330.00 90.00 SF $14.42 $1,297.80 0.40 LS $186,481.50 $74,592.60 Total Price for above L. Traffic Control Items: $82,220.40 N. Landscaping And Irrigation 605.03 L.I.D. Amenity: Porous Pavers 600.00 SF $39.27 622.00 Bench with Back 1.00 EACH $5,000.00 622.01 Stone Seatwall 44.00 LF $648.53 622.02 Bike Rack 6.00 EACH $1,500.00 622.03 Corner Bollard 10.00 EACH $510.51 623.03 Irrigation Repair Buckingham Park (IR1.1 Z) 1.00 LS $12,764.68 623.05 Irrigation Repair Odell Brewing (IR1.1 X) 1.00 LS $5,387.87 623.06 Irrigation Repair At Fort Collins Brewery (IR1.1 W) 1.00 LS $5,170.40 Phase 3 (Medians And Landscaping) Total Price for above N. Landscaping And Irrigation Items: Total Price for above Phase 2 (North Side Of Lincoln) Items: $23,562.00 $5,000.00 $28,535.32 $9,000.00 $5,105.10 $12,764.68 $5,387.87 $5,170.40 $94,525.37 $1,661,130.06 Lincoln Corridor 1st To Lemay Page 5 of 8 9.3.3. not: Clarij 9.4. such ENGINEER noting particularly the relationship of the payment requested to the schedule of values work coon detect and materials and ui eta vexed at the site but not nncorooreted m the Work 9.3.2.10. Completion. 9.3.110.1. Before ENGINEER issues a CQCltlftcatC szf AJb* WLSo�mpitdi�.t t to CONTRACTOR a list of obsav items refit airing correction or completion 9.32.10.2. Conduct final iraoection in the company of the ENGINEER OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed. 9.32.10.3. Obsave that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance. Limitation of Authority: The Representative shall 9.3.3.1, Authorize any deviations from the Contract Documents or accent any substitute materials or ecuinment, unless ag%Qr and by the ENGINEER. 93.3.2. Exceed limitations of ENGINEER'S authority as SPA em, 9.3.3.3. Undertake any thee of the CONTRACTOR Subcontractors. or CONTRACTOR'S superiruendent 9.3.34 Advise on or issue directions relative to, or assume control over any aspect of the meam methods, tochnlgues, sequences or aooedt= for construction unless such is scecificany called for in the Contract Documents 93.3.5. Advise on or issue directions rwrdim or assume control over safety precautions and_pro rg_ams in connections with the Work 93.3.6. Accept Sbop Drawvtgs or sample submittals from anyone other than the CONTRACTOR 9.3.3.7. Authorize OWNER to 9oM the Work in whole or in part. 9.3.3.8. Participate in specialized field or laboratory tests or impecdions conducted by others accept as specifically authorized by the ENGINEER icaieinsandlnterprdadonr: ENGINEER will issue with reasonable promptness written ciariScatlons or interpretations of the EVCDC OEtNERAL CONDITIONS 1910.8 (MO E3aa) w/ QTY OF FORT aXUNS MODIRCATION9 (REV 42aW) requirements of the Contract Documents (in the firm of Drawing or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER mid CONTRACTOR If OAXNE2 or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or a terd thereof, if any. OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or Article 12. Axtharized Variations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adousmtent in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a fimetioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who stall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties arc unable to agree as to the amount or extend thereof. OWNER or CONTRACTOR may make a written claim therefor as Provided in Article 1 I or 11 RejeeWeg Defective Work 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or plat ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether ar not the Work is fabricated installed or completed Shop Drawings, Change Orders and Payments 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 624 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Dderrrdniawns for Unit Prices 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR 04GDTEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENG11,JEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of insertion to appeal from ENGINEER's decision and (i) an appeal from LrYGI1i l=s decision is taken wither the tine limits and it accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement', entered into between OWNER and CONTRACTOR pursuant to Article 16, or (it) if no such Dispute Resolution Agreement has been entered into, a formal proceeding a instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on DApnres• 93 L ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and fun shing of the Work and claims under Articles l l and 12 in respect of dranges in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or went giving rise thereto. and written supporting data will be wbmitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any resporse to ENGINEER and the claimant within thirty days slier receipt of the claimant's last submittal (unless ENGINEER allows additional time) ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing parry's submittal, if any, in accordance with this paragraph ENGIN�s written decision on such claim, dispute or other matter will be foal and binding upon OWNER and CONTRACTOR unless: G) an appeal from E3GINEERR's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulation within sixty days of the date of such E)CDCOENERAL CONDI'nOM 1910.8 it MEttim) 22 w/ CITY OF FORT COMM MODIFICATIONS(REV 42000) decision. unless otherwise agreed in writing by OWNER and CON TRACTOR 9 12 When functioning as interpreter and judge under paragraphs9.10 and 9.11. ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be table in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision Iry• ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived y the making or acceptance of foal payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of am such claim, dispute or other matter�.1. 9.13. Limitations on EYGMEER's Authority and Regronsibthdt r: 9.13.1. Neither ENGINEER's authority or responsibility under this Artick 9 or under any other provision ofth Ccmmct Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to arty surety for or employee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means. methods, techniques. sequences or procedures of construction, or the safety precautions and programs incident thereto, or fa any failure of CONTRACTOR to comply with Laws and Regulations applicable to the famishing or performance of the Wort: ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, airy Supplier, or of any other person or organization anung or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and opentting instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.3. The limitations upon authonty and responsibility set forth in this paragraph 9 13 shall also apply to ENGINE 2!s Consultants Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any suety. 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 AmmdmcnL a Change Order, or a Work Charge Directive. Upon receipt of any 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). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article I 1 or Article 12. 103. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to am Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided to paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering 10.4.1. changes in the Work which are (i) ordered by 0142NER ptustrartt to paragraph 10.1. (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work ruder paragraph 13.14. or (iii) agreed to by the parries: 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 pimi4aph 9.11; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and RegtrlatiorA but curing any such appeal, 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 scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Rice or Contract Times) is required by the provisions of any Bond to be given to a wrettyy, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Baal will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1, The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order a by a Written Amendment Any claim for an adjustment in the Contract Price shall be based on waiuen notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of 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 ENGINEER allows additional time for claimant to submit 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 it the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR canna otherwise agree on the amount involved. No claim for an adjustment in the Contract Rice will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows. 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of E)CIX; QhNEItAL CON ITIOM 191" (1990 Edtum) 23 w/ MY OF FORT COLLINS MODIFICATIONS (REV 4,2000) paragraphs 11.9.1 through 11.9.3. inclusive), 11.3.2. where the Work involved is not 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 paragraph 11.6.2), 11.33. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sun is not reached under paragraph 11.3.2, on the basis of the Cost of the Wort: (determined as provided in paragaphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided vn paragraph 11.6). Cost of the Work• 11.4. The tent, Cost of the Work means the sum of all costs necessarily insured 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 ammmts no 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 11.5 I l A L Pa oll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation 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 casts shall itclude,-butnat be limited to salaries and wages plus the cast of fiinge benefits which shall include social security contributions, unemployment, excise and payroll taxes workers' compensation, health and -retirement benefits; bemuses; 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 11.4.1 Cost of all materials and equipment furnnished and incorporated in the Work, including costs of transportation and storage thereof and Suppliers' field services required in connection therewith. All cash disea= shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER All trade discounts, rebates and refiunds and rettmis from sale of surplus materials and equipmem shall accrue to OWNED and CONTRACTOR shall make provisions so that they may be obtained 11.4.3 Payments made by CONTRACTOR to the Subcontracturs for Work performed or furnished by Subcontractors if required by OWN13R, EKDCGENERAL COMMONS I910-9(1990Edttian) 24 w/CITY OFFORT COLLINS MODIFICATIONS atEv4120000 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 ENGINEER which bids if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Week plus a fee, the Subcontractoes 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 11.4, 11.5, 11.6 and i 1.7. All suboontrads shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (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, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials supplies equipment, machinery, appliances, office and temporary facilities at the site and hand tooLs rat owned by the workers, which are consumed in the performance of the Work, and cost 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 parts thereof whether rented from CONTRACTOR or others in accordance with rental agroemems approved by OWNER with the advice of ENGINEER. and the cents of transportation, loading, unloading, installation. dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipmem, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales casuner, use or similar taxes related to the Wok and for which CON TRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR any Subcontractor or anyone directly or indirectly employed by any of than or for whose acts arty of chart may be liable, and royalty payments and fox for permits and liceri=. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Wort:, not compensated by insurance or otherwise, sustained by CONTRACTOR in correction with the performance and fiunishing of the Work (except lasses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.91 provided they have resulted from causes other than the negligence of CONTRACTOR arty 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 Cast of the Work for the purpose of determining CONTRACTOR's fee. It however, any such loss or damage requires reconstruction and CONTRACTOR is laced in charge thereof, CONTRACTOR shallbepaid feu services a fee proportionate to that stated in paragraph 11.6.2. 114.5.7. The cast 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 Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5,1. Payroll casts and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, aceountantc purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CON7R4CTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of jab classifications referred to in paragraph 11.4.1 of specifically covered by paragraph 11-4 4—all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.52. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.53. 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 for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contact Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EJCDC OENERAL CONDITIONS 19104 (t990 Eddart) w/ QTY OF FORT COLUNS MODIFICATIONS (REV 42000) 11.5.5. 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 liable, including but not limited to, the correction of defective Work, di sal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense casts of any kind and the casts of any itan not specifically and expressly included in paragraph 11.4. 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 costs incurred under paragraphs 11.4.1 acid 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.22 for casts incurred under paragraph 11.4.3, the CONTRACTOR'S fee shall be five percent 11.623. when one or more tiers of subcontmas are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11AZ 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.41 and 11.4.2 and that am- higher tier Subcotrractor and CONTRACTOR will each be paid a fee of five per thettc.-it lawa tier : to be neeotiated in 9.0w faith with the OWN13R but not to exceed five percent of the amours paid to the next lower tier Subcamtmctor. 11.6.2.4. no fee shall be payable on the basis of casts itemized under paragraphs 11.4.4, 11 A.5 and 11.5; 11.6.2.5. the amount of audit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will he 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 dctrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR'S fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 111 Whenever the cast of any Work is to be 25 determined pursuant to paragraphs 11.4 and 11.5. CONTRACTOR will establish and maintain records thereof in accordance with gerrxally accepted accounting practices and submit in form acceptable to ENGINEER an item ized cast breakdown together with supporting data. Cash Allowances: U.S. 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 firnishcd and performed for such sums as may be acceptable to OWNER and ENGINEER CONTRACTOR agrees that: 11.8.1. the allowances include the test 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 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, 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. Price to final payment an appropriate Change Order will be iss<ated as recommended b IIJGIIQEER to reflect actual a Errs due CONTRACTOOR on e000tnnt of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 119. Unit Price Work 11.9.1. Where the Contract Docvmems provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will he 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 Wok times the estimated quantity of each item as 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 Bids and determining an initial Contact 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 CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a dam for an adjustment in the Contract Price in accordance with Article 11 if. 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs material,v and significantly from the estimated quantity of such item indicated in the Agreement, EJCDC OEIERIL CONUTIOM 191" (1990 Edition) 26 w/ C[TY OF FORT COLLINS MODIFICATIONS (REV 420m0) and 119.32. there is no corresponding adjustment with respect to any other item of Work, and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Cataract Price and the parties are unable to agree as to the amount of any such increase or decrease. 11.9.3.4. CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Bid or change�uatrt..es a_t_OWNERS sole discretion without affecting din¢ the Contract Price of any remairutgt item so long as the deletion or addition does not exceed twenty-five percent of the anginal total Contract Price ARTICLE 12—CHANGE OFCONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment An claim for an adjustment of the Contract Times (o Milestones) shall be baud on written notice delivered by the party making the claim to the other party and to ENGINEER 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 claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimanCs written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph9.11 if OWNER and CONTRACTOR cannot otherwise agree No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 123. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR the Contract Times (or Milestones) will be odended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 121. Delays beyond the control of ONTRACTOR 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, firm floods, epidemics, abnormal weather conditions or acts of God Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Coraract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR an extension of the Contract Times (or Milestones) in an amount equal to the time last due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR_ arty Subcontractor, any Supplier, arry ether person or organization, or to arty surety for or employee or aeggent of a of them, for damages arising out of or resod Z from (i) delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control of both parties including, but not limited to, foes, floods. epidemics, abnormal weather condition, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice ofDefeets: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER, ENGINEER ENGINEER's Cossultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at masserMe—,ernes for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe condition for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable Tests and Inspections 133. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspcctionq tests or appr »-als, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4 2. that costs incurred in connection with tests or inspection conducted purstiant to paragraph 13.9 ER9C t EIMLAL CONDITIONS 1910-9 (1990 Edtim) yr! aTY OF FORT WLLINS MODERCATIONS (REV 42000) below shall be paid as provided in said paragraph 13.9: and 13.4.1 as otherwise specifically provided in the Contract Documents. 133. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifiically to be inspected tested or approved by an employee or ether representative ot'such public body. CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for O WNER's and HNGLNEERs acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or eeqquwpment submitted for approval prior to CONTRACTOWs purchase thereof for incorporation in the Work. 136, If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless timely CONTRACTOR has given ENGINEER tely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promprrtess in response to such notice. Uncmvring Work: 13.9, If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER. be uncovered for ENGLNEER's observation and replaced at CONTRACTOR's expense. 13.9. if ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR at ENGINEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question. furnishing all necessary labor, material and equipment if it is found that such Wort: is defective, CONTRACTOR stallpay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering. exposure, observatim 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 twice, and if the puties are unable to agree as to the amount thereof, may make e. claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contact Times (or Milesmnes), or both, directly atrribuabie to such 27 uncovering, exposure, observation, inspection testing. replacement and reconstruction; and if the parties are unable to agree as to the amount or extent thereof CONTRACTOR may make a claim therefor as provided in Articles 1 I and 12 OWNER May Stop the Work 13.10. If the Work is defective, or CONTRACTOR" to supply sufficient skilled workers or suitable materials or equipment, or fails to famish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any potion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise Ih s right for the benefit of CONTRACTOR or any surety or other party Cor rondon or Remouai ofDefecdve Work, 13.1 L If required by ENGINEER, CONTRACTOR shall promptly, as directed either correct all defeefve Work, whether or not fabricated, installed or compfeted, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, cosh lasses arid damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period- 13.12. 1. If within ate-ymr two years atilt 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 arty specific provision of the Contract Documents. any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER'S written instructions: () correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (i) 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 belay would cause serious risk of less or damage, OWNER may have the atefective Work corrected or the rejected Work removed and replaced and all claims, costs, losses and damages caused or resulting from such removal arid replacemem (iincluding but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12.2.in special arcumstanoes 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 13.12.3. Where defective Wait (and damage to other EJCDC GENERAL CONIXTIONS 1910.8 (1990 Editim) 28 w/CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Work resulting therefrom) has been corrected removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of art year two Years after such correction or removal and replacement has been satisfactorily completed. Acceptance ofDefechve Work: 13.13, If. instead of roquam& correction or removal and replacement of defecive Work, OWNER (and, prior to ENGINEER's recommendation of final payment. also ENGINEER) prefers to accept it, OWNER may do so CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defec*ve Work (such costs to be approved by ENGINEER as to reasonableness). If any such aoceptance occurs prior to ENGINEER's recommendation of final payment, 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 are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article IL If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Comet. Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to cared defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11. or if CONTRACTOR fails to perform the Work in accordance with the Contract Documentts, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written ratite to CONTRACTOR, cared and remedy arry such deficiency. In exercising the rights and remedies 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 sk take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR'S tools, appliances, construction 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 gall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph All claims, cents, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Charge Order will be issued inaaporating the necessary revisions m the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Prim and if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all casts of repair or repiaarnent of wort: of others destroyed or damaagged byy correction, removal or replacement of CONTRACTOR's defective Work CONTRACTOR shall riot be allowed an wdension of the Contract Times (or Milestones) because of any delay in performance of the Wok attributable to the ecercise by OWNER of OLINER's rights and remedies hereunder. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION Schedale of Uklues.• 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and Will be 'incorporated into a form of Application for Payment acceptable to ENGINEER Progress payments on account of Lhrit Price Work will be based on the number of units completed App&arirm for Progress Payment• 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to MgG1NEER for review an Application for Payment filled out and signed by CONTRACTOR 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 not incorporated 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 area equipment are covered by appropriate property irwrance and other arrangements to protect OWNER's interest thereut all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement Any funds that are withheld by the OWNER shall not be subject to substitution by the CONTRACTOR with securities or aM arrangements involving an escrow or custodianship. By ex,irg the as glication for payment form the CONTRACTOR expressly waives his riaht to the benefits of Revised Statutes. Section 24-91 -101, et sca- CONTRACTOR's 1Warraidy of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work materials and equipment covered by arry Application for Payment whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Renew ojApplienaanr forProgress Payment 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a EXDC GENERAL CON'DITIOM 1910-8 (1990 Eddm) wt QTY OF FORT COLLI VS MODIFICATIONS (AEV 4)1000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing EN`GINEER's reasons for refusing to recommend payment. In the latter case. CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OW,YER with ENGINEPR'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. ENGINEERS; recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's en -site observations of the executed Wort: as an experienced and qualified design professional and on ENGINEER's review of the .aqpppplication for Payment and the accompanying data and schedules, that to the best of ENGINEEWs knowledge, information and Lr lief 14.5.1. the Work has progressed to the point rttdicated, 14.52 the duality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functicrung 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 qyuuaanntities and classifications for LIM Price Wcrk under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.53. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINtEER's responsibility to observe the Wait. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (r) 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 (u) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 14.6. ENGINEER's recommendation of any payment, including final payment shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, tec}miques, 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 CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. 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 29 OWNER refined 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 te" nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from 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 Change Order, 14.7.3. 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 by ENGINEER because: 14.7.5. claims have been made against OWNER on accouter of CONTRACTOR'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 Liens, 14.7.7. there are other items entitling OWNER to a set- ofTagainst the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inctusive; lit OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld or any adjustment thereto agreed to In OWNER and CONTRACTOR when CONTRACTOR corrects to OWNEWs satisfaction the reasons for such action Substantial Compfedort: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in wntmg that the entire Work is suIxurtially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER 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 substantially complete, ENGINEER will notify CONTRACTOR in writfrg givinng the reasons therefor. If ENGINEER EICDCOEMAL CONU110M 1910-8 (1990 Edam) 30 w/GrTY OFFORT COLLIM MODIFICATIONS (REV 4200W considers the Work substantially complete. ENGINEER will prepare and deliver to OW NE-R a tentative certificate of Substantial Completion which shall 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 ppayment OWNER shall have seven days 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. I& after consideration of OWNER's objections, ENGINEER considers the Work substantially complete ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR 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 OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER arid CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in tvritirn$ and so inform ENGINEER in writing prior to ENGINEE.R's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid 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 the date of Subsantial Completion but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list Pmdal Udamdos 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 DoctaoenLs, or (u)OWNER- ENGINEER 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 CONTRACTOR's performance of the remainder of the Work may be accomplished prior to Substantial Completion of all the Weak subject to the following: 14.10.1.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 su bstantiaily compplete. ITCONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will canny to OWNER and ENGINEER that such ppaarttt of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work Item # Item Description Estimated Quantity Unit Unit Price Total Price 900 Overhead 8% Profit 6% Total 14% Of Cost A. General Conditions 203.00 Potholing 626.02 Management Project Manager 626.03 Management Site Manager 626.04 Management Project Engineer 626.05 Field Office Expenses, Including Electrical Hook Up, Portable Toilets (3) Cell Phone For Public Information, And Construction Water Meter Daily Rental Cost 1.00 LS $123,331.94 $123,331.94 30.00 EACH $178.27 $5,348.10 12.00 DY $867.67 $10,412.04 12.00 WK $2,572.88 $30,874.56 34.00 DY $386.28 $13,133.52 12.00 WK $793.73 $9,524.76 626.06 Winter Protection Allowance 0.00 LS $15,773.91 $0.00 626.07 Concrete Paving Allowance 0.20 LS $40,000.00 $8,000.00 626.07 Electrical Allowance 0.20 LS $40,000.00 $8,000.00 626.07 Traffic Control Allowance 0.20 LS $20,000.00 $4,000.00 630.00 Construction Surveying Lemay To 1st Street 0.20 LS $54,150.00 $10,830.00 901 Bond 0.20 LS $44,967.88 $8,993.58 Total Price for above A. General Conditions Items: $109,116.56 B. Removals 202.07 Removal Of Temporary Asphalt Mat C. Erosion Control 208.01 Erosion Control (SWMP, Inspections, ECS) 208.05 Erosion Control (Concrete Washout) Includes Removal 208.07 Erosion Control (Street Sweeping) 208.09 Erosion Control (Maintenance Allowance) D. Earthwork 203.04 Excavate For Topsoil In Medians J. Concrete Flatwork 609.00 Outfall Median Curb And Gutter (1' Gutter) 609.06 Median Curb (2nd Curb) K. Aggregate Base Course 403.01 Hot Mix Asphalt Temporary Through Medians (4") (Grading S)(75) (PG 64-22) 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64-28) Lincoln Main Line Paving Top Lift (2") 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64-28) Top Lift Paver Patch Lemay Areas 2,700.00 SY $7.44 $20,088.00 Total Price for above B. Removals Items: $20,088.00 6.00 DY $386.28 $2,317.68 1.00 EACH $3,072.99 $3,072.99 50.00 HR $150.00 $7,500.00 12.00 WK $581.97 $6,983.64 Total Price for above C. Erosion Control Items: $19,874.31 16,270.00 SF $0.75 $12,202.50 Total Price for above D. Earthwork Items: $12,202.50 1,750.00 LF $18.30 $32,025.00 1,750.00 LF $25.34 $44,345.00 Total Price for above 3. Concrete Flatwork Items: $76,370.00 350.00 TON $80.14 $28,049.00 700.00 TON $74.16 $51,912.00 100.00 TON $115.96 $11,596.00 Total Price for above K. Aggregate Base Course Items: $91,557.00 L. Traffic Control 630.01 Construction Zone Traffic Control 0.20 LS $186,481.50 $37,296.30 Total Price for above L. Traffic Control Items: $37,296.30 N. Landscavinq And Irrigation 212.00 Sod 212.01 Steel Edging 212.03 Native Seeding 212.04 Planter Pots (colored concrete) 213.00 Sandstone Mulch 2" - 4" Dia, 6" Depth Over Weed Fabric (median) 2470 SF 213.01 3" D Shredded Redwood Mulch (Median) 3934 SF 70,910.00 SF $0.47 $33,327.70 200.00 LF $7.27 $1,454.00 33,250.00 SF $0.36 $11,970.00 4.00 EACH $1,772.47 $7,089.88 1,387.00 CF $8.71 $12,080.77 990.00 CF $5.70 $5,643.00 Lincoln Corridor 1st To Lemay Page 6 of 8 CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion If ENGINEER 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 part 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 resptmsibility in respect thereof and access thereto. 14.M2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Knal Inspection: 14.11 _ Upon written notice from CONT RACTOR that the entire Work or an agreed portion thereof is complete, ENGIIN]EER will make a final ' on with OWNER and CONTRACTOR and will noti CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Find Application for Pavmenr 14.12, After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all mairmernance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by psragraph5.4, certificates of inspection marked -up record documents (as provided in paragraph6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i)all documentation called for in the Contract Documents, irncludug 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 (iu) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Wodc. In lieu of such releases cc waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: n the releases and receipts include all labor, services, material and equipment for which a Lien could be fled. and (ii)all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied If argr Subcontractor or Supplier fails FXDC GENERAL CONDITIONS 1910-9 (1990 Edda) wi CITY OF FORT CDLLINS MODEFICATTONS (REV 4,"000) to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to uidemnify OWNER against any Lien. Releases or waivers of liens and the consent of the surety to finalize 9avment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound n the Project manual, Find PoWinenr and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Wok during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Doctanents, ENGINEER is satisfied that the Work has been completed and COIN'TRACTORN other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment indicate in writing ENGINEMVs 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 paragraph 14,15. Otherwise, ENGINEER will return the Application to CONTRACTOR indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to puagraph 17.6.2 of these general Cond1UQM 14.14. It 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 ENGIh'M, and without ternurating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement and if Bonds have been furnished as required in paragraph 5.1. the written consent of the surety to the payment of the balance due for that portion of the Work rutty completed and accepted shall be submitted by CONTRACTOR to M4GLNZ= with the Application for such payment Such payment shall be made under the terms and corndntions governing final payment except that it shall not institute a waiver of claims. R'dtw afCMdrrts: 14.15. The making anti acceptance of foal payment will constitute: 14.15.1.a waiver of all claims by OWNER against CONTRACTOR, GYGept Claims ansmg from unsettled Liens, from defecrtve Work appearing after 31 finial inspection pursuant to paragraph 14.11. from failure to comply with the Contract Documents or the terms Of 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 those previously made in writing and still unsettled ARTICLE 11SSUSPEKSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause. OWNER may suspend the Work or portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGI1s'EEP which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I and 12. OWNER May Terodnare: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently Ends to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established tinder paragraph24 as adjusted from time to time pursuant to paragraph 6.6); 15«. if CONTRACTOR disregards Laws or Regulations of any public body havingjurisdiction: 15.2.3. if CONTRACTOR disregards the authority of ENGIl EER_ or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, alter giving CONTRACTOR (and the surety, if arty) seven days written notice and to the extent permitted by Laws and Regulatiom, terminate the services of CONTRACTOR exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR'S tools, appliatnoes, construction equipment and macltinay at the site and use the same to the full extol they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment: stored at the site or for which OWNER has paid EICDCOEN R&CONU1T10N91910-8(1990E&iw) 32 pr CITY OF FORT COWNS MODIFICATIONS (REV 41l000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER 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 the Ca¢nact Price exceeds all claims, costs, lasses and damages sustained by OWNER wising aim 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 by ENGINEER incorporated in a Change Order, provided that 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 CONTRACTOR's services have been so terminated by OWNER, the termination will not affect an rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR brain liability. 15.4. Upon seven days' written notice to CONTRACTOR 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 Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for axpenses sustained prior to the effective date of termination in performing services and 6rnisiring labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3, for all claim; costs, lasses and damages ¢tarred in settlement of tommated contracts with Subcontractor, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of lass of anticipated profits or revenue or other economic loss wising out of or resallarrg from such termination CONTRACTOR May Stop Work or Terminate: 15.5. It: through no ad or fault of CONTRACTOR the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or [NGENE E R fails to ad on any Application for Pavment within thirty days after it is submitted or OWN'AR 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 ENGINTE L anvf provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment 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 OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due. CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stopp the Work until payment of all such amounts due CONTRACTOR, iruiudmg interest thereat 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 expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLF. t6—DISPUTE RESOLUTION If and to the extort that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if arty, shall be as set forth in ExhibitGC-X "Dispute Resolution Agreement", to be attached hereto and made a part hereof. 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 anal 9,12, OWNER and CONTRACTOR may exercise such rights w remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at cr sent by registered or certified mail, postage prepaid to the last business address known to the giver of the notice. 172. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted brom the computation. EICDC OMMAL CON NnON5191" (199a Eddm) w/ CITY OF FORT COLLtNS MODIFICATIONS (REV 4/2000) 17 2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day Notice 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 arty of the other parry's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the Ater party within a reasonable time of the firs observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of arn• applicable statute of limitations or repose.Cumulntive Remerbex 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 warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.l2, 6.16, 6.30, 6.31, 632, 13.1, 13.12,13.14, 14.3 and 15.2 and all of the tights and remedies available to OWNER and ENGINEER thereunder. are in addition to, and are not to be construed in any way as a limitation of, 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 by other provisions of the Contract Documents, and the provisions 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 Fras and Court Costs Included 17.5 Whenever reference is made to "claims, costs, losses and damages", it shall include in each caw, but not be limited to. all fees and charges of engineers, architects. attorneys and other professionals and all cant or arbitration or other dispute resolution costs. 17.6, The laws of the State of Colorado attoly to this Agreement Reference to two pp t npi Colorado statutes azc as follows e6 2 II a claim is filed OWNER ' required by w fCRS 3g_26107� to withhold from a payments to CONTRACTOR sufficient funds to insure the payment of all claims for labor, materials. team hire, sustenance. provisions. provender, or other am used Or consumed bV CONTRACTOR or his 33 E1CDCGEDO ALCOrUTIONS 1910s (19"Edkim) 34 wi CITY OF FORT COLLIES MODIFICATIONS(RGV 4/10Mq EXHMIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DMnJTE RESOLILMON AGREE 14fENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Cmract between OWNER and CONTRACTOR is amended to include the following agreement of the pertic 161 All claims, disputes and other matters in question between OWNED and CONTRACTOR «[icing cur of or relating to the Contract Documents or the breach Owed (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 accordance with the Castruction irhdustry 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 to arbitrate entered into in accordance herewith as provided in this Article 16 will be spxifically enforceable under the prevailing law of any court having jurisdiction 16.2, No demand for arbitration of any claim, dispute cc other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the patios have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER 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 which ENGiNEEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration wilhm said thirty days period will muh in ENGINES R's decision being final and binding upon OWNER 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 peoccedugR ex % where the decision is acceptable to the parties concerned. No demand for arbitration of am written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party malting 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 Mod in writing with the ether party to the Agreement and with the American Arbitration lssochawn. and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the diuty-day or tat'day period specified in paragraph 162 as applicable, and in all other cases within a reasmabe time after the claim, dispute nr nther mnnnr in rpieoinn has anwri. and in ran evmt shall any such demand be made after the date when institution of legal or equitable p ooadinngs based on such claim. dispute or other matter in question would be barred by the applicable statute of limitations. E)CDC OEMEM COMMONS 191" 11"0 Utica) r1 CM OF FORT COLUM MODIFICATIONS tttEV 9r991 16.4. Except as provided in paragraph 16.5 below. no arbitration arising out of or relating to the Contract Documents shall include by consolidation joinder or in any other manner any other person or entity (including ENGINEER, ENGINEHR's Consultant and the officers, directors, agents, employees or comitanu of any of them) who is not a party to this certract urd= 16.4.1, the inclusion of such other person or entity is necessary if complete relief is to be afforded antorm those who are already parties to the arbitration, and 16A 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 proc«dings, and 16.4.3, the %Tiucn consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inhume, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any disp tc not specifically described in such corset or to arbitration with any parry not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Wait of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a pony to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subxmtmetor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create anv claim, right or cause of action infavor of Srbearanactor i d against OWNER ENGINEER or ENGDTI 's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be en4eed upon it in any court having jurisdiction thereof and it will not be subject to modification or appeal. 167, 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 ('dtsp tcs'), to mediation by the American Arbitration Avocation under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16 6, unless delay in imitating arbdratim would irrevocably prejudice one of the ptrues The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 163 above shall be suspended with respect to a dispute submitted to mediation within these 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 order this Agreanem shall not serve as arbitrator of such dispute unless otherwise agroed- OC-Al 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: Geotechnical Enaineerina Report — CTL Thompson (FC07102-125 & R1) 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. 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-8.10 OWNER's Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project or Construction Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project or Construction Manager. 8.10.1 Authority: The Project or Construction Manager will be the OWNER's representative during the construction of the project. The Project or Construction Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project or Construction Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project or Construction Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project or Construction Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project or Construction Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project or Construction Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project or Construction Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project or Construction Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project or Construction Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI 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 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 the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on -site work will be to keep the Project or Construction Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project or Construction Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project or Construction Manager until the same are reduced to writing. SC-11.6 Add following language to replace 11.6.2.1-6 of the General Conditions: 11.6 In the event of changes to the scope, the Fee shall be 8% for overhead and 6% for profit for labor, material, subcontractors and lower tier subcontractors. 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: [Project Name] CONTRACTOR: [Contractor] PROJECT NUMBER: [Project #] DESCRIPTION: 1. Reason for change: 2. Description of Change: _ 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: 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: Item # Item Description Estimated Quantity Unit Unit Price Total Price 213.01 3" D Shredded Redwood Mulch (parkway) 1,755.00 CF $5.70 $10,003.50 = 7015 SF 213.02 6"-12" Cobble, Over Weed Barrier (parkway) 2,565.00 SF $5.76 $14,774.40 213.03 Landscape Boulders (median) 19.00 EACH $53.74 $1,021.06 Salvage Store And Reset 213.03 Landscape Boulders (Median) 31.00 EACH $413.73 $12,825.63 Type A 24"h 24"w 481 213.03 Landscape Boulders (Median) 25.00 EACH $206.87 $5,171.75 Type B 24"h 24"w 36"1 213.03 Landscape Boulders (Median) 31.00 EACH $136.53 $4,232.43 Type C 24"h 24"w 24"1 213.03 Landscape Boulders (parkway) 4.00 EACH $413.73 $1,654.92 Type A 24"h 24"w 481 213.04 1.5"-3" Tan River Rock 3" Depth, Over Weed Barrier 1,075.00 CF $4.70 $5,052.50 (median) 214.01 Deciduous Shrub, #5 Cont 451.00 EACH $62.76 $28,304.76 214.02 6"-12" Cobble, Over Weed Barrier Tan/Beige 5,791.00 SF $5.76 $33,356.16 Color(median) 214.02 Coniferous Shrub, #5 Cont 35.00 EACH $183.56 $6,424.60 214.03 Ornamental Grasses #1 Cont 407.00 EACH $23.41 $9,527.87 214.04 Perenials #1 Cont 277.00 EACH $22.37 $6,196.49 214.05 Deciduous Shade Tree (Northern Catalpa) 3" Cal B+B 3.00 EACH $681.83 $2,045.49 214.05 Deciduous Shade Tree (Northern Catalpa) 3" Cal B+B 9.00 EACH $681.83 $6,136.47 214.06 Deciduous Shade Tree (Northern Hackberry) 3" Cal. B&B 1.00 EACH $681.83 $681.83 214.06 Deciduous Shade Tree (Northern Hackberry) 3" Cal. B&B 12.00 EACH $681.83 $8,181.96 214.07 Deciduous Shade Tree (Shade Master Honey Locust) 2" 9.00 EACH $470.39 $4,233.51 Cal B&B 214.07 Deciduous Shade Tree (Shade Master Honey Locust) 2" 4.00 EACH $470.39 $1,881.56 Cal B&B 214.08 Deciduous Shade Tree (Espresso Kentucky Coffee Tree) 11.00 EACH $470.39 $5,174.29 2" Cal. B&B 214.08 Deciduous Shade Tree (Espresso Kentucky Coffee Tree) 3.00 EACH $470.39 $1,411.17 2" Cal. B&B 214.09 Deciduous Shade Tree (Chinkapin Oak) 2" Cal. B&B 17.00 EACH $470.39 $7,996.63 214.09 Deciduous Shade Tree (Chinkapin Oak) 2" Cal. B&B 3.00 EACH $470.39 $1,411.17 214.10 Ornamental Tree (Red Barron Crabapple) 2" Cal B&B 4.00 EACH $463.43 $1,853.72 214.10 Ornamental Tree (Red Barron Crabapple) 2" Cal B&B 9.00 EACH $463.43 $4,170.87 214.11 Ornamental Tree (Japanese Tree Lilac) 2" Cal B&B 10.00 EACH $463.43 $4,634.30 214.11 Ornamental Tree (Japanese Tree Lilac) 2" Cal B&B 8.00 EACH $463.43 $3,707.44 214.12 Ornamental Tree (Crimson Spire Oak) 2" Cal B&B 9.00 EACH $463.43 $4,170.87 214.13 Coniferous Tree (Cologreen Juniper) 5 Ft Height 10.00 EACH $399.51 $3,995.10 214.14 Amended Topsoil (Median) 1,617.00 CY $40.38 $65,294.46 Includes 4 CY Compost 36" Deep Throughout Median Planting Area 214.14 Amended Topsoil (parkway) 1,313.00 CY $40.38 $53,018.94 Assumes 4 CY / 1000 SF 70910 SF 622.04 Median Bollard 42.00 EACH $510.51 $21,441.42 623.01 Point Source Drip irrigation to median planting areas 16,195.00 SF $0.39 $6,316.05 623.01 Point Source Drip irrigation to street planting areas 9,200.00 SF $0.39 $3,588.00 623.02 Drip Irrigation To Trees Median 50.00 EACH $35.74 $1,787.00 623.02 Drip Irrigation To Trees Parkway 73.00 EACH $35.74 $2,609.02 623.08 Irrigation to Planter Pots 4.00 EACH $35.74 $142.96 623.08 Spray Irrigation to Sodded Areas 70,910.00 SF $1.25 $88,637.50 Total Price for above N. Landscaping And Irrigation Items: $514,633.15 Total Price for above Phase 3 (Medians And Landscaping) Items: $1,004,469.76 Total Bid Price: $5,810,055.73 Lincoln Corridor 1st To Lemay Page 7 of 8 SECTION 00960 APPLICATION FOR PAYMENT Application for Payment PROJECT: 8214 Lincoln Avenue Corridor • Phase 1 OWNER: City of Fort Collins - Englneering Department CONTRACTOR: Connell Resources APPLICATION NUMBER: 1 281 North College 7785 Highland Meadows Parkway, Suite 100 APPLICATION DATE: 9/l/2016 Fort Collins, CO 80521 Fort Collins, CO 80528 PERIOD BEGINNING: 8/1/2016 PERIOD ENDING: 8/30/2016 ENGINEER: Interwest Consulting Group CONSTRUCTION Ditesco 1218 Ash Street, Suite A MANAGER: 1315 Oakddge Drive, Suite 120 Windsor, CO 80550 Fort Collins, CO 80525 PO NUMBER: CHANGE ORDERS: PAY APPLICATION: RETAINAGE: NUMBER DATE AMOUNT Application is made for Payment as shown below in connection with the Contract. The present status of the account for this Contract is as follows. 0 none $0.00 Original Contract Amount: $ - Retainage to Date: $ - Net Change by Change Order: $0.00 Retainage Previous: $ Revised Current Contract Amount: $0.00 Change in Retainage: $ - Total Work Completed and Stored to Date: $ - Less Previous Payment: $ Amount due this Pay Application (before retainage): $ - Less Retamage$ Net Change by Change Order: $0.00 AMOUNT DUE THIS APPLICATION: $ Change Order %: #DIV/01 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the WORK have been satisfied as required in Section 14 of the General Conditions of the Contract. The above Amount Due this Application is requested by the CONTRACTOR. Date: B Payment of the above Amount Due This Application is recommended by the ENGINEER OR CONSTRUCTION MANAGER. Date: B Payment of the above Amount Due This Application has been reviewed by the OWNER. Date: By: Lily of Eon Collins Engineering Uopurlmonl 281 North College Fort Cdpns, CO B0521 Ilaarwe l Consulting Group 1218 Ash Sheet Sucre A Windsor. CO 80550 Appllrallon for Payment CONTRACTOR: Connell Resources 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 90628 CONSTRUCTION DNesco MANAGER: 1315 Oakrldge Omm, Sulta 120 Fort Cdllns, CO 80525 BID ITEMS, SCHEDULE OF VALUES Page 2 of 2 APPLICATION NUMBER: t APPLICATION DATE: s1;2016 PERIOD BEGINNING: Bi1,2Dle PERIOD ENDING: 6/30/1016 PO NUMBER: IN1n Job Description oN• UOM Contract Summer allied This Period Billed PreMoue Billed Total I. Oele stored Total 6111W 8 Coal Billed Percent N Coda N Materials Stomd to Date Remaining Complete Unll Price Total Amount 011y. Amount DI . Amount Oty Amount 1 Division 1 - General Condltions to General Conditions I LS $ $ NDIVIO' $ NDIV/01 NDIVroI $ $ - $ - $ NDIWO! Ib Surveying I LS $ - $ 0DIV101 $ - NDIWOI NDIV/DI $ $ $ - $ NDIV/01 :c Builders Risk Insurance I LS $ $ NDIVIOI $ - NDIV/DI NDIVJOI $ - $ $ $ - NDIV/01 Id Overhead and Prolli I LS $ $ - #DIV10l 5 NDIV7o1 NDIV/01 $ $ $ $ NDN/01 2 Division 2 - Site Work 2a Ew%work - well an end back!ill I LS $ $ Nowlt, $ N /Ot NDN/OI S $ 3 Division 2 • Concrete 3a Structural Concrete I IS y $ #DIV10I b NDIVrot NDNMI $ - $ E - s 410I10I01 4 Division 4- Mason 48 Building and Trash Enclosure 1 LS $ - $ NDIV/01 $ - I /01 NDN/0! E - $ $ - $ /01 5 Division 5 - Metals 5a Struclural Steel and Site Mines I LS $ - $ #DIV101 $ - sonvol NDNIOI $ - $ - $ - 5 NDIV/01 6 Division 6 - Woods/Plastics 6a Rough Carpentry I LS $ - $ - TD V101 $ - N V/01 NON1O! $ - $ $ - $ NDIV/OI 7 Division 7 - Thermal/Moisture 7a Dartprooiing,^Naterproofing I LS $ - $ - NDIV101 $ - NDV/DI NDN/DI $ $ $ $ NDIWOI 7b Insulation I LS $ - s NDIV/01 $ NDIV/01 NDIM01 S - $ $ - s pDIV/01 7c Siding cementlflous I IS s - $ NDIVIOI $ _ NDIV/01 p01v/01 $ - $ $ $ NDIV/Ol 7d Rwling I is $ $ - 0DIVI0I $ 4DIWOI NDIV/OI $ $ $ - $ - $DIWDI 8 1 Divlslon 8. Openings on Glass and Glazing LS $ $ 4DIV/0! $ pDIV1Of NDIV/01 $ $ E $ NDIVIO! 9 Division 9 - Finishes 9a Stucco I LS $ $ - NDIV/Ol $ NDIV/01 NDIVNI $ - E - b - E pDIV/01 9b Frarnng and Drywall 1 LS $ - It NDIV/01 $ pDIV/01 NOIVM! $ - $ - $ - $ - #DN/M 9c Painl 1 is $ - $ - 4ON101 $ 01DIV/01 ADIV/DI $ $ - $ $ - pDIV/01 10 Division 10- Specialties 10a $pocmllloo I LS Is S 9DIVIO! $ pDIV/DI NDIVNI $ f $ $ NDIV/0! 21 Division 21 - Fire Su ression 21a Fie Pmlec.nn I Is $ $ - NDIVIOt S - aDIV/DI NDIVMI $ $ x - $ - pDIV/n, 22 Division 22 - Plumbing Me Plumbing I LS $ $ NDIV/01 $ pDIV/01 ROIV/OI $ $ $ $ NDIV/0! 23 Divlslon 23 - Hill 23e HVAD I Is $ - $ - 9DIV/0I $ bnlvrol NDNroI $ $ x - $ - NDIVIol 26 Division 26 - Electrical 26e Electrical includes site lighting I LS S - S - NDIV/0! $ - aDIV/01 NOIVN! $ $ $ $ pDIV/01 Contract Sum Sub orals: $ NDIV10! 1 $ - 4DIV/01 1 $ - RDIV/01 1 $ - $ - $ - s pDIV/OI GRAND SUB -TOTALS: $ - $ $ - $ $ $ $ NDIV10' 1 LS NDIv10i bDIV1uI $ - RDIV/0! $ $ b - b pu1V1U• 1 L$ pOIV101 bOIV/01 § - ROIV/01 § - g g - $ - b01V.'OI Chsnge Order Su STolals: $ s - $ $ - $ $ - $ pDIV/01 PAY APPLICATION TOTALS: $ - S - $ - $ $ . $ - $ - NDIVIOI N c o e F o e w T■ o SUBGRADE INVESTIGATION AND PAVEMENT RECOMMENDATIONS LINCOLN CORRIDOR IMPROVEMENTS FORT COLLINS, COLORADO Prepared For: INTERWEST CONSULTING GROUP 1218 West Ash Street Suite C Windsor, Colorado 80550 Project No. FC07102-125 R1 November 5, 2015 Revised January 28, 2016 400 North Link Lane I Fort Collins, Colorado 80524 Telephone:970-206-9455 Fax:970-206-9441 TABLE OF CONTENTS SCOPE 1 SUMMARY OF CONCLUSIONS 1 SITE LOCATION AND PROJECT DESCRIPTION 2 FIELD AND LABORATORY INVESTIGATION 2 SUBSURFACE CONDITIONS 3 WATER-SOLUBLE SULFATES 4 PAVEMENT DESIGN 4 Traffic Projections 5 Pavement Thickness Calculations 5 Pavement Recommendations 5 Pavement Selection g SUBGRADE PREPARATION g MAINTENANCE 7 SURFACE DRAINAGE g LIMITATIONS 9 FIGURE 1 — LOCATIONS OF EXPLORATORY BORINGS FIGURE 2 — SUMMARY LOGS OF EXPLORATORY BORINGS APPENDIX A — RESULTS OF LABORATORY TESTING APPENDIX B — PAVEMENT DESIGN CALCULATIONS APPENDIX C — PAVEMENT CONSTRUCTION RECOMMENDATIONS APPENDIX D — MAINTENANCE PROGRAM INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL i T PROJECT NO. FC07102-125 SCOPE This report presents the results of our subgrade investigation and pave- ment recommendations for the planned roadway improvements along Lincoln Avenue in Fort Collins, Colorado. The purpose of our subgrade investigation was to determine the subsurface conditions and to evaluate pavement support characteristics. The report was conducted in general conformance with the Chapters 5 and 10 of the Larimer County Urban Areas Street Standards (LCUASS) dated January 2, 2001 (repealed and reenacted April 1, 2007) as adopted by the City of Fort Collins (City). This report was prepared from data developed during field exploration, la- boratory testing, engineering analysis, and experience with similar conditions. The report includes a description of the subsurface conditions found in explorato- ry borings and laboratory test results for the reconstruction of Lincoln Avenue be- tween Willow Street and Lemay Avenue. If plans change significantly, we should be contacted to review our investigation and determine if our recommendations still apply. A brief summary of our conclusions is presented below, with more de- tailed criteria and recommendations contained in the report. SUMMARY OF CONCLUSIONS Pavement sections encountered in two of our borings consisted of 5 and 6 inches of asphaltic concrete. Soils encountered in our bor- ings generally consisted of 4 to 10 feet of clayey sand overlying sand, gravel and cobbles. The upper 5 feet of soil encountered in one boring was considered fill. Groundwater was not encountered in our investigation. 2. The subgrade soils primarily classified as A-6 and A-2-6 materials according to AASHTO criteria, with expected subgrade support of fair to good. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. EC07102-125 3. Asphaltic concrete and Portland cement concrete are appropriate surface pavements for this site. Minimum pavement section thick- nesses are presented in this report. SITE LOCATION AND PROJECT DESCRIPTION Lincoln Avenue is planned for reconstruction between approximately Wil- low Street and Lemay Avenue in Fort Collins, Colorado. The existing roadway is paved with asphaltic concrete and has intermittent curb and gutter on the north and south sides. The roadway slopes gently downward east of the Cache la Poudre River. FIELD AND LABORATORY INVESTIGATION Our field investigation consisted of drilling eight borings to a depth of ap- proximately 10 feet, logging the subsurface conditions, recording penetration - resistance tests, and acquiring samples of the subgrade materials. The approx- imate boring locations are shown on Figure 1. The borings were drilled with 4- inch diameter solid -stem augers and a truck -mounted drill. Our field representa- tive directed the field investigation and collected samples. Bulk samples were obtained from the upper 4 feet of each boring. Drive samples were taken at se- lected intervals in each boring by driving a modified California sampler with blows from a 140-pound hammer falling 30 inches. Borings were backfilled following drilling. Summary logs of the borings, including results of field penetration re- sistance tests, are presented on Figure 2. Samples were returned to our laboratory and examined by the geotech- nical engineer for the project. Laboratory testing was performed in general ac- cordance with AASHTO and ASTM methods to determine index properties, clas- sification, and subgrade support values for those soil types influencing the pave- ment design. Laboratory tests and analysis included moisture content, gradation INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 2CTL I T PROJECT NO. FC07102-125 analyses, Atterberg limits, swell -consolidation, and water-soluble sulfate tests. Swell tests were wetted at a confining pressure of 150 psf as specified in LCUASS. A Hveem stabilometer test was conducted on a combined sample of the upper 4 feet of our borings. Results of our laboratory tests are presented in Appendix A and summarized in Table A -I. SUBSURFACE CONDITIONS Pavement sections encountered in two of our borings consisted of 5 and 6 inches of asphaltic concrete. Soils encountered in our borings generally consist- ed of 4 to 10 feet of clayey sand overlying sand, gravel and cobbles. The upper 5 feet of soil encountered in one boring was considered fill. Groundwater was not encountered in our investigation. A Hveem stabilometer test was conducted on a composite sample of mate- rial obtained from all three borings. The test indicated an R-value of 58, which we converted to a resilient modulus of 16,982 psi according to AASHTO criteria. The clayey sand encountered in our borings classified as loose to medium dense based on field penetration test results. Laboratory testing indicated fines contents (percent passing No. 200 sieve) of 24 to 39 percent. Based on grada- tion and Atterberg limits testing, the pavement subgrade generally classified as A-6 and A-2-6 materials with some samples classifying as A-4 and A-2-7. Three samples of the native soil were tested for swell; results indicated low expansive potential (up to 0.6 percent). A sample of the fill material identified in TH-6 exhib- ited a moderate swell of 3.2 percent. Further description of the subsurface condi- tions is presented on our boring logs (Figure 2) and in our laboratory test results (Appendix A). INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 3 WATER-SOLUBLE SULFATES Concrete that is exposed to sulfate -rich soils can be subject to sulfate at- tack. If concrete pavements or structures will not be in contact with sulfate -rich soils, by means of an aggregate base course layer or other materials, the risk of sulfate attack should be low. We measured water-soluble sulfate concentrations in four samples from this site; concentrations were 0.05 percent or less. Water- soluble sulfate concentrations less than 0.1 percent indicate Class 0 exposure to sulfate attack for concrete that is exposed to the soils, according to the American Concrete Institute (ACI). For this level of sulfate concentration, ACI indicates any type of cement can be used for concrete that is exposed to the soils. In our ex- perience, superficial damage may occur to the exposed surfaces of highly per- meable concrete, even though sulfate levels are relatively low. To control this risk and to resist freeze -thaw deterioration, the water-to-cementitious material ratio should not exceed 0.50 for concrete in contact with soils that are likely to stay moist due to surface drainage or high water tables. Concrete should be air entrained. PAVEMENT DESIGN We understand improvements to Lincoln Avenue are regulated by the City of Fort Collins, which requires the use of the AASHTO and CDOT pavement de- sign methods for their roadways. These design methods require input parame- ters for traffic projections for a specified design life, roadway classification, char- acteristics of the subgrade materials, type and strength characteristics of pave- ment materials, groundwater conditions, and drainage conditions. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 4 CTL I T PROJECT NO. FC07102-125 Traffic Projections Traffic projections are expressed as an 18-kip Equivalent Daily Load Ap- plication (EDLA) for a single day and as an 18-kip Equivalent Single Axle Load (ESAL) for the design period, which is typically 20 years. For the pavement de- sign portion of this project, the City has requested the use of an EDLA of 332, corresponding to an ESAL of 2,423,600 for a 20 year design period. Pavement Thickness Calculations Our pavement thickness recommendations were developed from the AASHTO method, with input values provided by the City, LCUASS, and our la- boratory tests and observations. For our design, we assumed the pavement will be constructed during a single stage. Computer generated printouts of the calcu- lations are presented in Appendix B. Pavement Recommendations We have provided pavement design alternatives including hot mix asphalt (HMA) on aggregate base course (ABC) and portland cement concrete (PCC) pavement. Our pavement thickness alternatives are presented in Table A. TABLE A MINIMUM PAVEMENT THICKNESS RECOMMENDATIONS Hot Mix Asphalt (HMA) + Portland Cement Con - Aggregate Base Course crete (PCC) )+ Roadway (ABC)+ Moisture Treated Sub - Moisture Treated Subgrade grade (MTS) MTS Lincoln Avenue ESAL = 2,423,600 6° HMA + 62ABC+ 81/2" PCC+ 12" MTS INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS] CTL I T PROJECT NO. FC07102-125 Notes: • Pricing based on 65% drawings Lincoln Corridor 1s[ To Lemay Page 8 of 8 Our pavement design calculations indicated acceptable performance for a flexible pavement having 51/2 inches HMA over 6 inches of ABC; according to LCUASS, Larimer County specifies a minimum 6-inch HMA section for arterial roadways. We have recommended a 6-inch HMA section to comply with this minimum. Pavement Selection Both HMA/ABC composite (flexible) and PCC (rigid) pavements are ex- pected to perform well for the roadway. However, PCC pavement has better per- formance in freeze -thaw conditions and should require less long-term mainte- nance than HMA pavement. PCC pavement is also recommended for sections that may experience frequent stopping and turning, heavy point loads, or chemi- cal spills. In accordance with Section 8.2.21 of LCUASS, arterial intersections are to be paved with rigid, Portland cement concrete (PCC) pavement. SUBGRADE PREPARATION The construction materials are assumed to possess sufficient quality as reflected by the strength factors used in our design calculations. Materials and construction requirements of LCUASS should be followed. We believe chemical stabilization is not necessary for the native soils en- countered. Existing fill in the proposed reconstruction area is likely suitable for roadway support provided that the upper 12 inches of subgrade is scarified, moisture treated and compacted. Subgrade soils that do not require stabilization can be prepared with con- ventional moisture treatment and compaction. To prepare the subgrade for pav- ing with conventional moisture treatment and compaction, subgrade soils should INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 6 CTL I T PROJECT NO. FC07102-125 be scarified a minimum of 12 inches deep, moisture conditioned to within 2 per- cent of optimum moisture content and compacted to at least 95 percent of stand- ard Proctor maximum dry density (ASTM D 698, AASHTO T99). Preparation of the subgrade should extend from back -of walk to back -of -walk where feasible. Further recommendations for conventional moisture treatment and compaction, as well as materials and construction recommendations, are presented in Ap- pendix C. These criteria were developed from analysis of the field and laboratory da- ta, our experience and LCUASS requirements. If the materials cannot meet these requirements, our pavement recommendations should be re-evaluated based upon available materials. The use of recycled materials, such as recycled asphalt pavement (RAP) and recycled concrete may be used in place of aggre- gate base course provided they meet minimum R-values and gradations estab- lished by LCUASS and CDOT. Materials planned for construction should be submitted and the applicable laboratory tests performed to verify compliance with the specifications. Scarification and recompaction of the upper 12 inches of subgrade soils should occur as close to the time of pavement construction as possible. The final subgrade surface must be protected from excessive drying or wetting until such time as the pavement section is constructed. Maintaining moisture contents near optimum will be critical to avoid excessive deflections, rutting and pumping of the subgrade during subgrade preparation of streets. MAINTENANCE Routine maintenance, such as sealing and repair of cracks, is necessary to achieve the long-term life of a pavement system. We recommend a preven- INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 7 tive maintenance program be developed and followed for all pavement systems to assure the design life can be realized. Choosing to defer maintenance usually results in accelerated deterioration leading to higher future maintenance costs, and/or repair. A recommended maintenance program is outlined in Appendix D. Excavation of completed pavement for utility construction or repair can destroy the integrity of the pavement and result in a severe decrease in service- ability. To restore the pavement top original serviceability, careful backfill com- paction before repaving is necessary. SURFACE DRAINAGE A primary cause of premature pavement deterioration is infiltration of wa- ter into the pavement system. This increase in moisture content usually results in the softening of base course and subgrade soil and eventual failure of the pavement. In addition, parts of Colorado experience many freeze -thaw cycles each season that can result in deterioration of the pavement. We recommend that subgrade, pavement, and surrounding ground surface be sloped to cause surface water to run off rapidly and away from pavements. Backs of curbs and gutters should be backfilled with compacted fill and sloped to prevent ponding adjacent to backs of curbs and to paving. The final grading of the subgrade should be carefully controlled so the pavement design cross-section can be maintained. Low spots in the subgrade that can trap water should be eliminated. Seals should be provided within the curb and pavement and in all joints to reduce the possibility of water infiltration. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL � T PROJECT NO. FC07102-125 LIMITATIONS Our borings were spaced to obtain a reasonably accurate indication of subgrade and/or pavement conditions for the proposed construction. The bor- ings are representative of conditions encountered only at the exact boring loca- tions. Variations in the subsurface conditions not indicated by our borings are always possible. A representative of our firm should observe subgrade prepara- tion, subgrade stabilization and pavement construction. This report was prepared from data developed during our field exploration, laboratory testing, engineering analysis, and experience with similar conditions. The recommendations contained in this report were based upon our understand- ing of the planned construction. If plans change or differ from the assumptions presented herein, we should be contacted to review our recommendations. We believe this investigation was conducted with that level of skill and care ordinarily used by geotechnical engineers practicing in this area at this time. No warranty, express or implied, is made. If we can be of further service in discussing the contents of this report or in the analysis of the influence of subsoil conditions on design of the pavements, please call the undersigned. CTL I THOMPSON, INC. by: L"f 1",-, Brendan P. Moran, El Staff Geotechnical Engineer BPM:SAS (2 Copies) Spencer Geotechi INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 9 CTL I T PROJECT NO. FC07102-125 APPROkMATE SCALE. 1'=250' 0 125' 250' i 1 J INTERWEST CONSULTING GROUP LINCOLN VE CORRIDOR IMPROMENTS CTL I T PROJECT NO. FC571�125 R1 XYI. Lincoln Avenue LEGEND: TH-1 INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING Locations of Exploratory Borings FIGURE 1 TH-1 TH-2 D 5112 M2 .._ POvn s ... awma 3/12 911 `LL'�=zee=,. 5 0 �m D °U d , 3012 3/12 10 ' M1eAwe�Tcwaunrgonow IiNPQMCOMiPPR MiROIE1EMe CR I TRpFCf Iq FCPIt%.1'q N1 TH-3 TH-4 TH-5 TH-6 TH-7 TH-6 ' 12/12 12112 11/12 00 5/12 vu +e LLt4?3l >A 00 3 nc=+e0 w-mm 7112 32H2 x 140 .L7 24112 4/12 .o 2 °so D: p D . ' 40112 35112 0 ir LEGEND: ASPHALTIC CONCRETE, APPROXIMATE THICKNESS 61NCHES 0 ® FILL; CLAY, SANDY, MOIST, STIFF TO VERY STIFF, DARK BROWN, ORGANICS PRESENT SAND, CLAYEY, SILTY WITH OCCASIONAL LAYERS OF GRAVEL AND CLAY, MOIST, VERY • LOOSE TO MEDIUM DENSE, LIGHT BROWN TO DARK BROWN (SC. CL) 5 ' SAND. GRAVELLY WITH COBBLES, RELATIVELY CLEAN TO SLIGHTLY CLAYEY, SLIGHTLY MOIST, LOOSE TO VERY DENSE, LIGHT BROWN (SP. SW -SC) {-1 DRIVE SAMPLE. THE SYMBOL 5112 INDICATES 5 BLOWS OF A 140-POUND HAMMER 10 IrI FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.54NCH O.D. SAMPLER 12 INCHES. {. DRIVE SAMPLE. THE SYMBOL INDICATES BLOWS OF I4G-POUND HAMMER FALLING 30 r■ INCHES WERE REQUIRED TO DRIVE A 2.04NCH O.D. SAMPLER INCHES. 1$ 20 NOTES: 25 1. THE BORINGS WERE DRILLED ON SEPTEMBER 15. 2015. USING 44NCH DIAMETER CONTINUOUS -FLIGHT AUGERS AND A TRUCK -MOUNTED DRILL RIG. 2. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. 30 3. WC - INDICATES MOISTURE CONTENT (%). DO - INDICATES DRY DENSITY (PCF). -200- INDICATES PASSING NO. 200 SIEVE I%), LL - INDICATES LIQUID LIMIT. PI - INDICATES PLASTICITY INDEX UC - INDICATES UNCONFINED COMPRESSIVE STRENGTH (Pef). SS - INDICATES SOLUBLE SULFATE CONTENT (%). 35 SW - INDICATES SWELL WHEN WETTED UNDER APPROXIMATE OVERBURDEN PRESSURE(%), 40 Summary Logs of Exploratory Borings FIGURE 2 APPENDIX A RESULTS OF LABORATORY TESTING 3 2 1 z o O z Q a _._.. x w e z _2 O to N W d -3 O U _y 'T 01 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) From TH - 1 AT 2 FEET 3 2 z O o 7) z Q a x -, w 0 z O -2 N U3 w W a -3 2 O U EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 1.0 10 DRY UNIT WEIGHT= MOISTURE CONTENT= 0.1 1.0 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 4 AT 4 FEET 99 PCF 22.5 % EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT— 125 PCF MOISTURE CONTENT= 12.9 % INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 Swell Consolidation FIGURE A-1 7 6 5 4 3 2 7 0 -2 -3 z O -4 FA z Q a )( -5 e z O -6 FA N w Ir IL -7 2 O U 0.1 1.0 APPLIED PRESSURE - KSF Sample Of FILL, CLAY, SANDY (CL) From TH - 6 AT 4 FEET INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 j EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 106 PCF MOISTURE CONTENT= 19.0 % Swell Consolidation Test Results FIGURE A-2 0 i EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING i i Z O A Z Q a X -5 LI e Z O -s N W (L -7 E O U -8 0.1 1.0 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 8 AT 2 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 10 100 DRY UNIT WEIGHT= 111 PCF MOISTURE CONTENT= 18.0 % Swell Consolidation Test Results FIGURE A-3 Connell Resources, Inc. 7785 Highland Meadows PkNvy #100 Fort Collins, CO 80528 Ph me: (970) 2233151 Fax: (970) 223-3191 Cost Detail With Pricing Project Name: Lincoln Corridor 1st To Lemay Customer: City Of Fort Collins - Engineering Job Number: Bid Number: 65% Plans Billing Address: 281 North College Avenue Bid As: Fort Collins, CO 80522 Estimator: Roland Tremble Phone: 970-221-66227 Project Address: Lincoln Ave From Lemay To 1st Street, Fort Contact: Brad Buckman Collins, CO Completion Date: Description Quantity UM Unit Direct Cost Total Direct Cost Unit Price Total Price Margin Percent D� 1000 - 203.00 - Potholing 160.00 EACH $170.34 $27,253.67 $178.27 $28,523.20 0.000/0 Man Hours: 2.31 MH/EACH 370.00 GC -Pothole Existing Utilities 160.00 EACH $170.34 $27,253.67 Man Hours: 2.31 MH/EACH 370.00 GC -Pothole With Vac Truck (8.00 EACH/DY, 160.00 EACH $170.34 $27,253.67 1 20.00 DY) �/ LA - Pipelayer 180.00 HR $25.65 $4,617.00 Truck - Pothole Rig 180.00 HR $85.20 $15,336.00 �j Foreman - Utility 190.00 HR $38.42 $7,300.67 D� 1002 - 208.00 - Tree Retention and 28.00 EACH $120.00 $3,360.00 $120.00 $3,360.00 0.00% Protection ;.D Temp Fence For Tree Protection (Black Eagle 1,120.00 LF $3.00 $3,360.00 Fence) la 1004 - 626.01- Mobilization -_0) GC-Indirects Local D} OH-1 Mobilizatiion ,p} GC -Mobilization For Agg Base GC -Mobilization (4.00 LOAD/DY, 6.00 DY) dh Truck - Low Boy Transport ! DR - Lowboy •} GC -Mobilization For Concrete Grading GC -Mobilization (4.00 LOAD/DY, 6.00 DY) Truck - Low Boy Transport DR - Lawboy Oj GC -Mobilization For Earthwork k'V GC -Mobilization (4.00 LOAD/DY, 3.75 DY) 4 Truck - Low Boy Transport 7/1/2016 10:55:41 AM 1.00 Ls $22,776.44 40.00 WK $569.41 3.00 LS $7,592.15 6.00 EACH $1,012.29 24.00 LOAD 54.00 HR 54.00 HR 6.00 EACH 24.00 LOAD 54.00 HR 54.00 HR 3.00 EACH $253.07 $80.20 $32.28 $1,012.29 $253.07 $80.20 $32.28 $1,265.36 15.00 LOAD $253.07 33.75 HR $80.20 Lincoln Corridor 1st To Lemay $22,776.44 $24,319.36 $24,319.36 2.20% Man Hours: 202.50 MH/LS 202.50 $22,776.44 Man Hours: 5.06 MH/WK 202.50 $22,776.44 Man Hours: 67.50 MH/LS 202.50 $6,073.72 Man Hours: 9.00 MH/EACH 54.00 $6,073.72 $4,330.80 $1,742.92 $6,073.72 Man Hours: 9.00 MH/EACH 54.00 $6,073.72 $4,330.80 $1,742.92 $3,796.07 Man Hours: 11.25 MH/EACH 33.75 $3,796.07 $2,706.75 1 No Text No Text N-�NI�NNNN NN��NI� N NNN�N�I�NI��� NN��NI NN NNN N���NI��� NN��NI�NNNN �I-NN�NI��� NN��NI�NNNN N NN�NI��� NN���NN NN��NI�NN NNNNN NN��NNN�NI��� �NI��� NN��NINNNNNN���NN� N��NI�N NNN��NNN�NI��� ���� , NN���N,I��•w�INNNN �NNNI��.�wlA� 11 1 11 ,1 ,1 .• 1 ,K •1 1 11 Sample of SAND, CLAYEY, GRAVELLY From TH - 7 AT 2 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 GRAVEL 30 % SILT & CLAY 24 % PLASTICITY INDEX SAND 46 % LIQUID LIMIT 30 % Gradation Test Results 14 % FIGURE A-6 900 800 700 600 500 400 300 N a w 200 rn w a z 0 a 100 0 x w 0 0 10 20 30 40 50 60 70 80 90 "R" VALUE INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 Hveem Stabilometer Test Results FIGURE A-7 TABLE A-1 SUMMARY OF LABORATORY TESTING BORING DEPTH FEET MOISTURE CONTENT %) DRY DENSITY (PCF) ATTERBERG LIMITS SWELL TEST RESULTS*j PASSING NO.200 SIEVE I% WATER - SOLUBLE SULFATES I% R- VALUE DESCRIPTION LIQUID LIMIT PLASTICITY INDEX SWELL' I APPLIED PRESSURE (PSF) S-1 8.7 31 16 38 58 SAND, CLAYEY SC TH-1 2 22.5 99 0.6 150 0.03 CLAY, SANDY CL TH-2 4 10.6 28 14 26 SAND, CLAYEY, GRAVELLY SC TH-3 2 11.1 115 23 6 39 SAND, CLAYEY SC TH-4 4 12.9 125 0.1 150 0.01 SAND, CLAYEY SC TH-5 2 21.6 50 20 32 SAND, CLAYEY SC TH-6 4 19.0 106 3.2 150 0.05 FILL, CLAY, SANDY CL TH-7 2 8.3 113 30 14 24 SAND, CLAYEY, GRAVELLY SC TH-8 2 18.0 111 1 0.1 150 1 <0.01 I ISAND,CLAYEY(SC) NEGATIVE VALUE INDICATES COMPRESSION. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTLIT PROJECT NO. FC07102-125 R7 Page 1 of 1 APPENDIX B PAVEMENT DESIGN CALCULATIONS 11/4/2015 PaveXpress: I Afied Pavement Design Tod PaveXpress Project Information Project Name Project Description Estimated Completion Year State Roadway Classification Pavement Type Design Parameters Design Period (Years) Reliability Level (R) Combined Standard Error (SO) Initial Serviceability Index (pi) Terminal Serviceability Index (pt) Change in Serviceability (APSI) Traffic Data Completion Year Traffic ESAL Growth Rate (%) Load Equivalency Factor Completion Year ESALs Design Period Total Design ESALs (W18) Pavement Structure Surface Lifts Base Layers Resilient Modulus (MR) Design Guidance Surface Lincoln Corridor Reconstruction 2016 Colorado Arterials/Highway New - Asphalt 20 years 90 ZR=-1.282 0.44 4.5 2.5 2.00 N/A N/A N/A N/A N/A 1,278,000 Layer Layer Coef Drainage Thickness Type Layer Coef Drainage Thickness 16982 psi Required minimum design SN: 2.65 Layer Thicknesses (in) Surface: 5.00 Aggregate Base: 6.00 Total SN: 2.89 http://app. pavexpressdesign.com/?usernam e=bm oran@cU thom pson.com &payload="/o7B°/a22reportl D %22%3A%223121 %22%2C%22action%22%3A%22getReportDetai I s%22%7D &authenti cation=5a53a44bc6b5l ... 1 /2 I APPENDIX C PAVEMENT CONSTRUCTION RECOMMENDATIONS SUBGRADE PREPARATION Moisture Treated Subgrade (MTS) The subgrade should be stripped of organic matter, scarified, mois- ture treated and compacted to the specifications stated below in Item 2. The compacted subgrade should extend at least 3 feet be- yond the edge of the pavement where no edge support, such as curb and gutter, are to be constructed. 2. Sandy and gravelly soils (A-1-a, A-1-b, A-3, A-2-4, A-2-5, A-2-6, A- 2-7) should be moisture conditioned near optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). Clayey soils (A-6, A-7-5, A-7-6) should be moisture conditioned between optimum and 3 per- cent above optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). 3. Utility trenches and all subsequently placed fill should be properly compacted and tested prior to paving. As a minimum, fill should be compacted to 95 percent of standard Proctor maximum dry density. 4. Final grading of the subgrade should be carefully controlled so the design cross -slope is maintained and low spots in the subgrade that could trap water are eliminated. 5. Once final subgrade elevation has been compacted and tested to compliance and shaped to the required cross-section, the area should be proof -rolled using a minimum axle load of 18 kips per ax- le. The proof -roll should be performed while moisture contents of the subgrade are still within the recommended limits. Drying of the subgrade prior to proof -roll or paving should be avoided. 6. Areas that are observed by the Engineer that have soft spots in the subgrade, or where deflection is not uniform of soft or wet subgrade shall be ripped, scarified, dried or wetted as necessary and recom- pacted to the requirements for the density and moisture. As an al- ternative, those areas may be sub -excavated and replaced with properly compacted structural backfill. Where extensively soft, yielding subgrade is encountered; we recommend a representative of our office observe the excavation. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-1 CTL I T PROJECT NO. FC07102-125 PAVEMENT MATERIALS AND CONSTRUCTION Aggregate Base Course (ABC) A Class 5 or 6 Colorado Department of Transportation (CDOT) specified ABC should be used. Reclaimed asphalt pavement (RAP) or reclaimed concrete pavement (RCP) alternative which meets the Class 5 or 6 designation and design R-value/strength coefficient is also acceptable. 2. Bases should have a minimum Hveem stabilometer value of 72, or greater. ABC, RAP, and RCP must be moisture stable. The change in R-value from 300-psi to 100-psi exudation pressure should be 12 points or less. 3. ABC, RAP or RCP bases should be placed in thin lifts not to exceed 6 inches and moisture treated to near optimum moisture content. Bases should be moisture treated to near optimum moisture con- tent, and compacted to at least 95 percent of standard Proctor max- imum dry density (ASTM D 698, AASHTO T 99). 4. Placement and compaction of ABC, RAP, or RCP should be ob- served and tested by a representative of our firm. Placement should not commence until the underlying subgrade is properly prepared and tested. Hot Mix Asphalt (HMA) HMA should be composed of a mixture of aggregate, filler, hydrated lime and asphalt cement. Some mixes may require polymer modi- fied asphalt cement, or make use of up to 20 percent reclaimed as- phalt pavement (RAP). A iob mix design is recommended and pe- riodic checks on the job site should be made to verify compliance with specifications. 2. HMA should be relatively impermeable to moisture and should be designed with crushed aggregates that have a minimum of 80 per- cent of the aggregate retained on the No. 4 sieve with two mechan- ically fractured faces. 3. Gradations that approach the maximum density line (within 5 per- cent between the No. 4 and 50 sieves) should be avoided. A gra- INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-1 CTL I T PROJECT NO. FC07102-125 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1004 - 626.01 - Mobilization continued) _0 DR - Lowboy 33.75 HR $32.28 $1,089.32 GC -Mobilization For Paving 4.00 EACH $759.21 $3,036.86 Man Hours: 6.75 MH/EACH 27.00 GC -Mobilization (4.00 LOAD/DY, 3.00 12.00 LOAD $253.07 $3,036.86 DY) tv Truck - Low Boy Transport 27.00 HR $80.20 $2,165.40 DR - Lowboy 27.00 HR $32.28 $871.46 GC -Mobilization For Utilities 3.00 EACH $1,265.36 $3,796.07 Man Hours: 11.25 MH/EACH 33.75 k, GC -Mobilization (4.00 LOAD/DY, 3.75 15.00 LOAD $253.07 $3,796.07 DY) Truck - Low Boy Transport 33.75 HR $80.20 $2,706.75 _G DR - Lowboy 33.75 HR $32.28 $1,089.32 1006 - 626.02 - Management Project 52.00 DY $826.75 $42,990.90 $867.67 $45,118.84 0.000/0 Manager Man Hours: 12.00 MH/DY 624.00 D) GC-Indirects Local 52.00 WK $826.75 $42,990.90 Man Hours: 12.00 MH/WK 624.00 OH-2 Salary Supervision 52.00 WK $776.75 $40,390.90 Man Hours: 12.00 MH/WK 624.00 - GC -Supervision Project Manager 78.00 DY $517.83 $40,390.90 Man Hours: 8.00 MH/DY 624.00 GC -Project Manager (1.00 UNIT/DY, 78.00 UNIT $517.83 $40,390.90 78.00 DY) 4 Pickup 624.00 HR $10.00 $6,240.00 e�� PM - Project Manager / Estimator 624.00 HR $54.73 $34,150.90 J OH-3 Office Expenses 13.00 MO $200.00 $2,600.00 i� 1008 - 626.03 -Management Site Manager 52.00 WK $2,444.44 $127,110.88 $2,572.88 $133,789.76 -0.00% Man Hours: 40.00 MH/WK 2,080.00 (J) GC-Indirects Local 52.00 WK $2,444.44 $127,110.88 Man Hours: 40.00 MH/WK 2,080.00 OH-2 Salary Supervision 52.00 WK $2,444.44 $127,110.88 Man Hours: 40.00 MH/WK 2,080.00 GC -Supervision Site Manager 52.00 WK $2,444.44 $127,110.88 Man Hours: 40.00 MH/WK 2,080.00 GC -Site Manager (1.00 UNIT/DY, 260.00 260.00 UNIT $488.89 $127,110.88 DY) Pickup 2,080.00 HR $10.00 $20,800.00 PM - Site Manager 2,080.00 HR $51.11 $106,310.88 =,8 1010 - 626.04 - Management Project 130.00 DY $367.28 $47,746.40 $386.28 $50,216.40 -0.00% Engineer Man Hours: 8.00 MH/DY 1,040.00 GC -supervision Field Engineer 130.00 DY $367.28 $47,746.40 Man Hours: 8.00 MH/DY 1,040.00 GC -Field Engineer (1.00 DY/DY, 130.00 DY) 130.00 DY $367.28 $47,746.40 Pickup 1,040.00 HR $10.00 $10,400.00 PM -Feld Engineer 1,040.00 HR $35.91 $37,346.40 1012 - 626.05 - Field Office Expenses, 52.00 WK $787.27 $40,937.96 $793.73 $41,273.96 -0.00% Including Electrical Hook Up, Portable Toilets (3) Cell Phone For Public Information, And Construction Water Meter Daily Rental Cost D) GC-Indirects Local 52.00 WK $787.27 $40,937.96 J OH-4 Temp Utilities 13.00 MO $600.00 $7,800.00 ,P) GC -Temp Utility -Sanitary Facility 13.00 MO $600.00 $7,800.00 40 Temp Sanitary Facility [3] 13.00 MO $200.00 $7,800.00 pj OH-5 Temp Job Construction 13.00 MO $264.62 $3,440.00 Water Meter Rental 13.00 MO $264.62 $3,440.00 `D} Water Meter Rental Fort Collins 13.00 DY $264.62 $3,440.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 2 dation with a nominal maximum size of 1 or 2 inches developed on the fine side of the maximum density line should be used. 4. Total void content, voids in the mineral aggregate (VMA) and voids filled should be considered in the selection of the optimum asphalt cement content. The optimum asphalt content should be selected at a total air void content of approximately 4 percent. The mixture should have a minimum VMA of 14 percent and between 65 per- cent and 80 percent of voids filled. 5. Asphalt cement should meet the requirements of the Superpave Performance Graded (PG) Binders. The minimum performing as- phalt cement should conform to the requirements of the governing agency. 6. Hydrated lime should be added at the rate of 1 percent by dry weight of the aggregate and should be included in the amount pass- ing the No. 200 sieve. Hydrated lime for aggregate pretreatment should conform to the requirements of ASTM C 207, Type N. 7. Paving should be performed on properly prepared, unfrozen sur- faces that are free of water, snow and ice. Paving should only be performed when both air and surface temperatures equal, or ex- ceed, the temperatures specified in Table 401-3 of the 2006 Colo- rado Department of Transportation Standard Specifications for Road and Bridge Construction. 8. HMA should not be placed at a temperature lower than 245OF for mixes containing PG 64-22 asphalt, and 290OF for mixes containing polymer -modified asphalt. The breakdown compaction should be completed before the HMA temperature drops 20°F. 9. Wearing surface course shall be Grading S or SX for residential roadway classifications and Grading S for collector, arterial, indus- trial, and commercial roadway classifications. 10. The minimum/maximum lift thicknesses for Grade SX shall be 11/2 inches/21/2 inches. The minimum/maximum lift thicknesses for Grade S shall be 2 inches/31/2 inches. The minimum/maximum lift thicknesses for Grade SG shall be 3 inches/5 inches. 11. Joints should be staggered. No joints should be placed within wheel paths. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-2 CTL I T PROJECT NO. FC07102-125 12. HMA should be compacted to between 92 and 96 percent of Maxi- mum Theoretical Density. The surface shall be sealed with a finish roller prior to the mix cooling to 185°F. 13. Placement and compaction of HMA should be observed and tested by a representative of our firm. Placement should not commence until approval of the proof rolling as discussed in the Subgrade Preparation section of this report. Sub base, base course or initial pavement course shall be placed within 48 hours of approval of the proof rolling. If the Contractor fails to place the sub base, base course or initial pavement course within 48 hours or the condition of the subgrade changes due to weather or other conditions, proof roll- ing and correction shall be performed again. Portland Cement Concrete (PCC) Portland cement concrete should consist of Class P of the 2005 CDOT - Standard Specifications for Road and Bridge Construction specifications for normal placement or Class E for fast -track pro- jects. PCC should have a minimum compressive strength of 4,200 psi at 28 days and a minimum modulus of rupture (flexural strength) of 600 psi. Job mix designs are recommended and periodic checks on the job site should be made to verify compliance with specifica- tions. 2. Portland cement concrete should not be placed when the subgrade or air temperature is below 40OF. 3. Concrete should not be placed during warm weather if the mixed concrete has a temperature of 90OF, or higher. 4. Mixed concrete temperature placed during cold weather should have a temperature between 50°F and 90OF. 5. Free water should not be finished into the concrete surface. Atom- izing nozzle pressure sprayers for applying finishing compounds are recommended whenever the concrete surface becomes difficult to finish. 6. Curing of the portland cement concrete should be accomplished by the use of a curing compound. The curing compound should be applied in accordance with manufacturer recommendations. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-3 CTL I T PROJECT NO. EC07102-125 7. Curing procedures should be implemented, as necessary, to pro- tect the pavement against moisture loss, rapid temperature change, freezing, and mechanical injury. 8. Construction joints, including longitudinal joints and transverse joints, should be formed during construction or sawed after the concrete has begun to set, but prior to uncontrolled cracking. 9. All joints should be properly sealed using a rod back-up and ap- proved epoxy sealant. 10. Traffic should not be allowed on the pavement until it has properly cured and achieved at least 80 percent of the design strength, with saw joints already cut. 11. Placement of portland cement concrete should be observed and tested by a representative of our firm. Placement should not com- mence until the subgrade is properly prepared and tested. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-4 CTL I T PROJECT NO. FC07102-125 APPENDIX D MAINTENANCE PROGRAM MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS A primary cause for deterioration of pavements is oxidative aging resulting in brittle pavements. Tire loads from traffic are necessary to "work" or knead the asphalt concrete to keep it flexible and rejuvenated. Preventive maintenance treatments will typically preserve the original or existing pavement by providing a protective seal or rejuvenating the asphalt binder to extend pavement life. Annual Preventive Maintenance a. Visual pavement evaluations should be performed each spring or fall. b. Reports documenting the progress of distress should be kept current to provide information on effective times to apply pre- ventive maintenance treatments. c. Crack sealing should be performed annually as new cracks ap- pear. 2. 3 to 5 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approxi- mate intervals of 3 to 5 years to reduce oxidative embrittlement problems. b. Typical preventive maintenance treatments include chip seals, fog seals, slurry seals and crack sealing. 3. 5 to 10 Year Corrective Maintenance a. Corrective maintenance may be necessary, as dictated by the pavement condition, to correct rutting, cracking and structurally failed areas. b. Corrective maintenance may include full depth patching, milling and overlays. c. In order for the pavement to provide a 20-year service life, at least one major corrective overlay should be expected. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-1 CTL I T PROJECT NO. FC07102-125 MAINTENANCE RECOMMENDATIONS FOR RIGID PAVEMENTS High traffic volumes create pavement rutting and smooth, polished surfac- es. Preventive maintenance treatments will typically preserve the original or ex- isting pavement by providing a protective seal and improving skid resistance through a new wearing course. Annual Preventive Maintenance a. Visual pavement evaluations should be performed each spring or fall. b. Reports documenting the progress of distress should be kept current to provide information of effective times to apply preven- tive maintenance. c. Crack sealing should be performed annually as new cracks ap- pear. 2. 4 to 8 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approxi- mate intervals of 4 to 8 years to reduce joint deterioration. b. Typical preventive maintenance for rigid pavements includes patching, crack sealing and joint cleaning and sealing. c. Where joint sealants are missing or distressed, resealing is mandatory. 3. 15 to 20 Year Corrective Maintenance a. Corrective maintenance for rigid pavements includes patching and slab replacement to correct subgrade failures, edge dam- age and material failure. b. Asphalt concrete overlays may be required at 15 to 20 year in- tervals to improve the structural capacity of the pavement. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-2 CTL I T PROJECT NO. EC07102-125 TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK PART1 GENERAL 1.1 SECTION INCLUDES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 11 00 -SUMMARY OF WORK A. Work covered by contract documents B. Contractor use of site and premises C. Work sequence D. Easements and right-of-way E. Protection of public and private property F. Maintenance of traffic G. Barricades and lights H. Field Engineering Lines and grades J. Regulatory requirements K. Coordination 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Furnish all materials, equipment, supplies, and appurtenances; provide all construction equipment and tools; and perform all necessary labor and supervision. B. Coordinate the progress of the Work including coordination between trades, subcontractors, suppliers, public utilities and Owner to ensure the progress of Work. C. It is the intent of this contract that Work proceed in the most expeditious manner possible. D. The Work included in the guaranteed maximum price comprises all work completed by the Contractor to construct the Lincoln Avenue Corridor Improvements Project. The project includes tasks described herein and as outlined on the project plans. 1.3 CONTRACTOR USE OF SITE AND PREMISES A. Contractor to keep a clean and tidy work site at all times. At no point should any construction debris move onto any adjacent neighboring property. Contractor to minimize any dust from • construction so as not to create a visual impairment for the adjacent properties. Contractor to comply with the City of Fort Collins Dust Manual - http://www.fcgov.com/purchasing/pdf/dust prevention control manual.pdf. B. Contractor to reference plan documents for limits of adjacent properties. ROW details, and additional restrictions. Issue For Construction July 15, 2016 01 11 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK C. Contractor shall determine staging locations as available on site. Easements shall be maintained to allow access to utilities, as needed. D. Coordinate use of premises under direction of Engineer and Project Manager. E. Assume full responsibility for the protection and safekeeping of products stored on site under this Contract. F. Obtain and pay for the use of additional storage or work areas needed for operations. G. Contractor may use those areas indicated on the drawings for staging and storage and such additional areas as Engineer or Project Manager may designate. 1.4 WORK SEQUENCE A. Construction sequencing shall be by the Contractor. Contractor to coordinate Work sequence to complete all facilities, site work, and off -site improvements in the Contract Time. Coordinate construction schedule and operations with the Engineer. Engineer will assist Contractor in coordinating with utility entities. The contractor shall minimize all outages to occupied spaces and shall coordinate the outages and duration with the Owner a minimum of 7 days prior to commencing work. B. All work sequences shall afford continuity of service which includes water, pedestrian, bicycle and vehicular access. If sidewalks, bikeways or vehicular lanes are to be closed for construction purposes, the Contractor shall provide an alternate route, all weather surface, as a temporary detour until the work area can be permanently restored. The temporary detours shall be provided as part of the Contractor's separate Work Plan submittals to the Engineer. Detour elements can also be shown in the Contractor's Method of Handling Traffic (MHT) or Traffic Control Plan (TCP). C. Construction services performed in accordance with the Agreement and specifications include the following: 1. Sequences other than those specified will be considered by Engineer, provided they afford equivalent continuity of operations and service. 2. Work shall include all items incidental to completion of the project whether or not specifically called for including, but not limited to project coordination, traffic control, existing utility protection, potholing, landscape & irrigation restoration, site repair, asphalt patching, curb, gutter and sidewalk replacement, cleaning and service connections. 3. Alternates: Additive or Deductive Alternates shall be defined as narrative specifications and/or supporting drawings. Any additive or deductive alternate shall include all pricing from contractor. Pricing shall include all overhead and profit. Complete in place construction shall include all labor, materials, equipment, taxes, and fees, and any other incidental expenses not specifically listed. Any such additive or deductive alternate changes will be formally documented through Change Order and Work Change Directive, as necessary. Changes will be processed per EJCDC Article 11. 4. This work will commence immediately upon issuance of Notice to Proceed. Funds for this project have been appropriated. 5. Work shall include all items incidental to completion of the project whether or not specifically called for including, but not limited to traffic control. landscape & tree Issue For Construction July 15, 2016 01 11 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK protection, restoration, site repair, asphalt patching, curb, gutter and sidewalk replacement, yard piping replacement, valve vault replacement, generator building demolition and replacement, electrical and mechanical upgrades, and site cleanup. D. Contract times and completion dates shall be per the Construction Agreement included in the Project Manual. E. Working Hours 1. Contractor shall limit work to the hours as listed in the table below: Day of Week Working Hours Monday — Friday 7:OOAM — 6:OOPM Saturday — Sunday No Work Unless Authorized 2. Contractor may request additional working time by submitting a written request a minimum of 48 hours, prior to commencement of work, to the Owner's Representative. 1.5 EASEMENTS AND RIGHT-OF-WAY A. In general, Owner will provide full use of premises for construction of improvements. Exceptions shall be identified within the contract documents. Owner reserves the right to limit site access as required for changes in operations. B. Confine construction operations to the immediate vicinity of the location indicated on drawings and use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. Excavated soil materials will be required to be hauled off site to an area designated by the Contractor. 1.6 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by construction operations- B. Restore to their original condition, pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences sod and other surface structures affected by construction operations. C. Use new materials for replacement. D. Contractor shall be responsible for all damage to streets, roads, shoulders, ditches, embankments, culverts, location or character, which may be caused by transporting equipment, materials, or personnel to or from the Work or any or site thereof, whether by him or his subcontractors. E. Make satisfactory and acceptable arrangements with the Owner of, or the agency or authority having jurisdiction over, any damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. F. Keep fire hydrants and water control valves free from obstruction and available for use at all times. G. The Contractor is responsible for protecting adjacent properties from damage. Any damage caused by the Contractor's operations, whether by him or his subcontractors, is the Contractor's Issue For Construction July 15, 2016 01 11 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR responsibility. Contractor shall take special care not to allow any construction debris to blow onto adjacent property, maintain a clean and clear work site. Contractor shall minimize dust debris throughout the site. 1.7 MAINTENANCE OF TRAFFIC A. Conduct Work to interfere as little as possible with public and school travel, whether vehicular or pedestrian. Prepare detailed traffic control plans for each part of the project as required in Section 01 32 16 — Construction Project Schedules. Traffic control plans shall be prepared by a Certified Traffic Control Supervisor and submitted to the Owner for approval. Whenever it is necessary to cross, close, or obstruct roads, driveways and walks, provide and maintain suitable and safe bridges, detours, or other temporary devices for accommodation of private travel. a. Provide Engineer and Owner a minimum of 48 working hours' notice b. Owner is not responsible for Contractors downtime associated with failure to identify closures and compliance with these requirements. B. Detour Provide, as required, bridges across trenches, barricades, guardrail approaches, lights, signals, signs, and other devices necessary for protection of the Work and public safety. 1.8 BARRICADES AND LIGHTS A. Protect streets, sidewalks, and other public thoroughfares, which are closed to traffic by effective barricades, with acceptable warning signs B. Locate barricades at the street intersecting public thoroughfare on each side of the blocked section. C. Provide suitable barriers, signs, and lights to the extent required to adequately protect the public- D. Provide similar warning signs and lights at obstructions such as material piles and equipment. E. Illuminate barricades and obstructions with warning lights from sunset to sunrise. F. Store materials and conduct work in designated areas only in order to cause the minimum obstruction to the adjacent property owners. G. Install and maintain barricades, signs, lights, and other protective devices in conformity with applicable statutory requirements and, as required by the City of Fort Collins 1.9 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Colorado and acceptable to the Engineer and Owner. B. Contractor to locate and protect survey control and reference points. C. Control datum for survey is that shown on Drawings. Issue For Construction July 15, 2016 01 11 00-4 Ditesco Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percen' (Item 1012 - 626.05 - Field Ohrce Expenses, Including E/ectrica/ Hook Up, Portable Toilets (3) CellPhone For Public Information, And Construction Water Meter Daily Rental Cost continued) Construction Water Fort Collins Meter 390.00 DY $8.60 $3,354.00 Rental Construction water Fort Collins Meter 1.00 EACH $86.00 $86.00 Set J GC-OH-9 Permits 1.00 LS $880.00 $880.00 A) Dewatering Sampling And Testing 4.00 WK $220.00 $880.00 GC -Office Trailer CRI 13.00 MO $2,216.77 $28,817.96 & Office Trailer 13.00 MO $792.31 $10,300.00 Office Trailer Setup / Tear Down 1.00 EACH $2,500.00 $2,500.00 Trailer -Field Office 12' X 60' OSR 13.00 MO $600.00 $7,800.00 i GC -Temp Utility -Power W/ Power Drop 13.00 MO $1,424.46 $18,517.96 Electrical Hook Up Connell Trailer 1.00 EACH $15,917.96 $15,917.96 Assume 500 LF (Weifield Group) Electrical Service 13.00 MO $200.00 $2,600.00 'il 1014 - 626.06 - Winter Protection 1.00 LS $17,731.81 $17,731.81 $17,912.41 $17,912.41 -0.00% Allowance Man Hours: 40.00 MH/LS 40.00 GG[ndirects Local 1.00 WK $17,731.81 $17,731.81 Man Hours: 40.00 MH/WK 40.00 i OH-11 Summer/Winter Protection 2.00 WK $8,865.91 $17,731.81 Man Hours: 20.00 MH/WK 40.00 Snow Removal 5.00 DY $822.00 $4,110.00 Man Hours: 8.00 MH/DY 40.00 k's Snow Removal (1.00 DY/DY, 5.00 DY) 5.00 DY $822.00 $4,110.00 Loader CAT 938 40.00 HR $75.75 $3,030.00 OP -Loader, Small 40.00 HR $27.00 $1,080.00 Winter Protection Curb And Gutter 3,000.00 LF $1.05 $3,143.49 (ViIlalobos Concrete Company UDBE) Winter Protection Sidewalk (Villalobos 30,000.00 SF $0.35 $10,478.32 Concrete Company LOBE) P� 1016 - 626.07 - Concrete Paving Allowance 1.00 LS $40,000.00 $40,000.00 $40,000.00 $40,000.00 0.000/0 P� 1018 - 626.07 - Electrical Allowance 1.00 LS $40,000.00 $40,000.00 $40,000.00 $40,000.00 0.000/0 P� 1022 - 626.07 - Traffic Control Allowance 1.00 LS $20,000.00 $20,000.00 $20,000.00 $20,000.00 0.00% S� 1024 - 630.00 - Construction Surveying 1.00 LS $54,150.00 $54,150.00 $54,150.00 $54,150.00 0.000/0 Lemay To 1st Street (Northern Engineering Services) PA 1026 - 901 - Bond 1.00 LS $0.00 $0.00 $44,967.88 $44,967.88 0.000/0 D� 1028 - 201.00 - Clearing and Grubbing 1.00 LS $18,785.11 $18,785.11 $19,542.41 $19,542.41 -0.00% Man Hours: 200.00 MH/LS 200.00 D) RMV-Clear And Grub 8.00 ACRE $2,348.14 $18,785.11 Man Hours: 25.00 MH/ACRE 200.00 -D) RMV-Removal Haul - Clearing 24.00 LOAD $300.63 $7,215.06 Man Hours: 2.25 MH/LOAD 54.00 Dump Fee - Clearing- LC Landfill 24.00 LOAD $92.48 $2,219.52 RMV-Removal Haul (8.00 LOAD/DY, 3.00 24.00 LOAD $208.15 $4,995.54 DY) ij Truck - Tractor W/ Trailer [2] 27.00 HR $64.01 $3,456.54 DR - Truck Driver [2] 27.00 HR $28.50 $1,539.00 Clear And Grub 8.00 ACRE $1,446.26 $11,570.05 Man Hours: 18.25 MH/ACRE 146.00 ka EX -Clear & Grub - Heavy (2.00 ACRE/DY, 8.00 ACRE $1,446.26 $11,570.05 4.00 DY) Loader CAT 966, 970, 972 36.00 HR $95.25 $3,429.00 Pickup 38.00 HR $10.00 $380.00 ( LA - Laborer 36.00 HR $23.37 $841.32 ;{g OP - Loader, Large 36.00 HR $34.56 $1,244.03 J Foreman - Grading 38.00 HR $37.86 $1,438.55 Excavator KOM 200 / 210 / 228 36.00 HR $83.00 $2,988.00 �., OP - Excavator, Small 36.00 HR $34.70 $1,249.16 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.10 LINES AND GRADES A. Construct all Work to the lines, grades, and elevations indicated on the drawings. 1. Remove and reconstruct improperly located Work. B. Provide all additional survey, layout, and measurement work required. 1. Work performed by a qualified professional engineer or registered land surveyor acceptable to Engineer and Owner. 2. Locate and protect control points prior to starting site work, and preserve all permanent reference points during construction. a. Make no changes or relocations without prior written notice to Engineer. b. Report to Engineer when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. C. Require surveyor to replace Project control points which may be lost or destroyed. 1) Establish replacements based on original survey control. 3. Establish lines and levels, locate and lay out, by instrumentation and similar appropriate means. a. Site improvements 1) Stakes for grading, fill and topsoil placement 2) Utility slopes and invert elevations 4. From time to time, verify layouts by the same methods. 5. Maintain a complete, accurate log of all control and survey work as it progresses. 6. On request of Engineer, submit documentation to verify accuracy or field engineering work. 1.11 REGULATORY REQUIREMENTS A. Comply with all federal, state, and local laws, regulations, codes, and ordinances applicable to the Work. B. Other standards and codes which apply to the Work are designated in the specifications. 1.12 COORDINATION A. Coordinate scheduling, submissions, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean-up of Work of separate Sections. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 11 00-5 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 13 00 ENVIRONMENTAL CONDITIONS SECTION 01 13 00 — ENVIRONMENTAL CONDITIONS PART1 GENERAL 1.1 SECTION INCLUDES A. Site conditions 1.2 SITE CONDITIONS A. CLIMATE Weather conditions are typically as follows: Fort Collins, Colorado, gets 15 inches of rain per year. The US average is 37. Snowfall is 47 inches. The average US city gets 25 inches of snow per year. The number of days with any measurable precipitation is 81.On average, there are 237 sunny days per year in Fort Collins, Colorado. Description Range of Conditions Location Fort Collins, Colorado Elevation, feet above mean sea level 5,000 Weather Winter Cold, mostly sunny, windy Summer Warm, mostly sunny, windy Average annual rainfall, inches/year 15.1 Average annual snowfall, inches/year 47.2 Air temperature, degrees F Outdoors -20 to 100 Indoors 40 to 90 Prevailing winds Easterly PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END SECTION Issue For Construction July 15, 2016 01 03 00-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 14 00 SITE ACCESS AND USE OF PREMISES CITY OF FORT COLLINS LINCOLN AVENUE CORRIODR SECTION 01 14 00 — SITE ACCESS AND USE OF PREMISES PART1 GENERAL 1.1 SECTION INCLUDES A. Access to site of work B. Easements and rights -of -way C. Temporary facilities and storage of materials D. Ownership of material E. Use of roads and traffic control F. Protection of property G. Site Maintenance 1.2 ACCESS TO SITE OF WORK Construction access to site of the Work shall be along Lincoln Avenue via Lemay Road, Fort Collins, CO 80524. The Contractor shall not enter private property for any purpose without permission. 1.3 EASEMENTS AND RIGHTS -OF -WAY Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. In the event easements or rights -of -way are not acquired prior to the beginning of construction, the Contractor shall begin Work on such easements and rights -of -way that have been acquired. Owner shall proceed as expeditiously as possible to acquire easements or rights -of -way. Delay in the acquisition of rights -of -way may be cause for unavoidable delay and an extension of Contract Time. 1.4 TEMPORARY FACILITIES AND STORAGE OF MATERIALS Contractor shall provide all temporary staging locations for Contractor's temporary construction facilities and storage of materials and equipment. Confine construction equipment, storage of materials and equipment, and operations of workmen to areas shown on the Contract Documents. If additional area is required for Contractor's temporary construction facilities or storage, Contractor shall provide for all additional lands and access that may be required. 1.5 OWNERSHIP OF MATERIALS All structures or obstructions shown on the Contract Drawings that are not designated to remain in place or are not to be used in the new construction shall be removed to the satisfaction of the Engineer. All material found on the site or removed there from shall remain the property of the Owner unless otherwise indicated. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION Issue For Construction July 15, 2016 01 14 00-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 14 00 SITE ACCESS AND USE OF PREMISES 3.1 USE OF ROADS AND TRAFFIC CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIODR Conduct the Work in such manner as will incur the least practical interference with traffic and existing utility systems. No section of any road shall be closed to the public, nor any utility system put out of service unless authorized by the Engineer and Owner or affected utility. Do not close any road to the public except by express permission of the appropriate authority. When roads are under construction, maintain the subgrade and surface in such condition that the road may be traveled over safely. Cooperate with appropriate officials in the regulation of traffic. 3.2 PROTECTION OF PROPERTY Do not permit any part of the Work, adjacent property, or structure to be subjected to structural loads, stresses, or pressures that may endanger the Work, adjacent property, or structure. 3.3 SITE MAINTENANCE Keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. Periodically sweep existing paved streets to remove dirt from construction. Maintain drainage courses free of obstructions and trash. Protect existing landscaping. END SECTION Issue For Construction July 15, 2016 01 14 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 25 00 — MEASUREMENT AND PAYMENT PART1 GENERAL 1.1 SECTION INCLUDES A. Format and Data Required B. Preparation of Application for each Progress Payment C. Substantiating Data for Progress Payments D. Preparation of Application for Final Payment E. Submittal Procedure F. Basis of Payment 1.2 FORMAT AND DATA REQUIRED A. Submit applications typed on Application for Payment and Certificate for Payment using form provided by Engineer, with itemized data typed on 8 1/2" by 11" white paper continuation sheets. B. Utilize Engineer or Owner provided cover sheet. C. Provide Itemized Data on Continuation Sheet: 1. Format, schedules, line items and values: The schedule of values established as part of the Agreement. 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Submit Applications for Payment to Engineer in accordance with the schedule of values established by Conditions of the Contract and Agreement between Owner and Contractor. B. Application Form: 1. Fill in required information, including that for Change Orders executed prior to the date of submittal application. 2. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. 3. Execute certification with the signature of authorized officer of the Contractor's firm. 4. Notarize signature where required on Certificate for Payment. C. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with time number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored. Issue For Construction July 15, 2016 01 25 00-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 3. List each Change Order executed prior to the date of submission at the end of the continuation sheets: a. List by Change Order number, dollar amount and description as for an original component item of work. 4. Use data from approved Schedule of Values: Provide dollar value in each column for each line item for portion of work performed and for stored products. 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When Owner or Engineer requires substantiating data, Contractor shall submit suitable information, with a cover letter identifying: 1. Project 2. Application number and date 3. Detailed list of enclosures 4. For stored products/materials: a. Item number and identification as shown on application b. Description of specific material c. Vendor or supplier invoices substantiating stored costs as required by Owner. B. Submit one copy of data and cover letter for each copy of application C. Submit an updated construction schedule with each application for payment D. Submit evidence of payment and release of liens within 60 days of payment to Contractor for Work performed by subcontractors or for equipment and materials delivered to the site during construction. 1.5 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments B. Use continuation sheets for presenting the final statement of accounting as specified in Section 01 77 00 - Close Out Procedures. 1.6 SUBMITTAL PROCEDURE A. Submit Applications for Payment to Engineer at the times stipulated in the Agreement and according to the General Conditions of the Construction Contract. B. All Pay Applications shall be submitted to Engineer electronically. C. When Engineer finds the Application properly completed and correct, he will transmit Certificates for Payment to Owner, with a copy to Contractor. Upon approval by Owner, Owner will transmit payment to Contractor with one copy of Certificate attached. 1.7 BASIS OF PAYMENT Issue For Construction July 15, 2016 01 25 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR A. No quantity measurement for payment will be made unless agreed upon by Contractor and Owner. This guaranteed maximum price contract is based upon cost of work plus fee markup according to the conditions outlined in the master service agreement. B. Payment will be made based on costs incurred for each work item plus overhead and profit within the schedule of values for each phase of work. The schedule of values shall be correlated to line items in the Contractor's schedule and other required administrative schedules and forms including: Contractors Construction Schedule 2. Application for Payment Form 3. List of subcontractors 4. Schedule of allowances 5. Schedule of alternates 6. List of products 7. List of principal suppliers and fabricators 8. Schedule of submittals C. Submit the Schedule of Values to the Engineer and Owner at the earliest feasible date, but in no case later than 7 days before the date scheduled for submittal of the initial Application for Payment. D. The Contract sum prices shall include all costs whatsoever required to accomplish the work as designated in these contract documents and as shown on the plans. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 25 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 29 00 SCHEDULE OF VALUES PART1 GENERAL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 29 00 - SCHEDULE OF VALUES 1.1 SECTION INCLUDES A. Requirements B. Form and content C. Sub -schedule of unit material values. 1.2 REQUIREMENTS A. Submit to Engineer schedule of values allocated to various portions of Work, within 10 days after Notice of Award. B. Upon request of Engineer, support values with data which substantiate their correctness. C. Schedule of values, unless objected to by Engineer, shall be used only as basis for Contractor's Applications for Payment. D. Submit initial schedule of values per section 01 33 00 — Submittal Procedures. After review by Engineer, revise and resubmit as required. Submit schedule of Values with each Application for Payment, reflecting any changes. E. Submit typed schedule on form provided by Engineer; 8-12" x11 F. Format: 1. As formatted on form provided by Engineer. 2. Include in each line item the actual cost of work or subcontracted cost. Contractor's fee shall be included separately according to the master services agreement. 1.3 FORM AND CONTENT A. Type schedule on 8-1/2"x11 white paper; Contractor's standard forms and automated printout will be considered for approval by Engineer upon Contractor's request. Identify schedule with: 1. Title of project and location. 2. Project number. 3. Name and Address of Contractor. 4. Agreement designation. 5. Date of submission. B. Schedule shall list installed value of component parts of Work in sufficient detail to serve as basis for computing values for progress payments during construction. C. Follow table of contents of this Construction Project Manual as format for listing component items. Identify each line item with number and title of respective major section of Specifications. D. For each major line item list sub -values of major products or operations under item. E. For various portions of Work: Issue For Construction July 15, 2016 01 29 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0129 00 SCHEDULE OF VALUES 1. Each item shall include the direct cost of work. 2. For items on which progress payment will be requested for stored materials, break down value into: a. Cost of materials, delivered and unloaded at site, with taxes paid. b. Total installed value. F. Sum of all values listed in schedule shall equal total Contract Price. 1.4 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Form of submittal shall parallel that of schedule of values, with each item identified same as line item in schedule of values. B. Unit quantity for bulk materials shall include allowance for normal waste. C. Unit values for materials shall be broken down into: 1. Cost of materials delivered and unloaded at Site, with taxes paid. 2. Installation costs. D. Installed unit value multiplied by quantity listed shall equal cost of that item in schedule of values. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 29 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 31 00 PROJECT COORDINATION PART1 GENERAL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 31 00 — PROJECT COORDINATION 1.1 SECTION INCLUDES A. Coordination requirements B. Coordination of schedules C. Coordination meetings D. Coordination of contract close-out E. Utility locates F. Utility outages 1.2 COORDINATION REQUIREMENTS A. Conform to reference standard by date of issue current on date of Contract Documents B. Obtain copies of standards when required by Contract Documents C. Where specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding D. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.3 COORDINATION OF SCHEDULES A. Submit under provisions of Section 01 33 00. B. Coordinate schedule of construction activities with Engineer and Owner. C. Coordinate schedule of construction activities with subcontractors or other contractors to facilitate efficient completion of the work. 1.4 COORDINATION MEETINGS A. Conduct and manage coordination meetings outside of weekly job meetings to facilitate work amongst subcontractors or other agencies utilizing the site. 1.5 COORDINATION OF CONTRACT CLOSE-OUT A. Coordinate site cleanup and demobilization activities as provided within separate Sections of this specification. B. Assemble and coordinate close out submittals as provided for in Section 01 77 00 and Section 01 7800. C. Allow access to site for occupancy and correction work. Minimize disruption to the adjacent uses and allow continued access to easements, as needed. • Issue For Construction July 15, 2016 01 31 00-1 Ditesco 00005 PROJECT MANUAL TABLE OF CONTENTS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR Section No. Subject Page(s) 00001 Cover 1 00005 Table of Contents................................................................................................................2 o o . 471X'liIIZ4��i4<(t�� CONTRACT FORMS 00525 Work Order..........................................................................................................................3 Connell Cost Proposal Bid Schedule (Summarized — Split by Phase) ............................... 8 Connell Detailed Cost Proposal........................................................................................54 GMPQualifications..............................................................................................................1 GMP Scope of Work Narrative............................................................................................6 00530 Notice to Proceed................................................................................................................1 00610 Performance Bond..............................................................................................................2 00615 Payment Bond.....................................................................................................................2 00630 Certificate of Insurance.......................................................................................................1 00635 Certificate of Substantial Completion..................................................................................1 00640 Certificate of Final Acceptance...........................................................................................1 00650 Lien Waiver Release (Contractor).......................................................................................2 00660 Consent of Surety................................................................................................................1 00670 Application for Exemption Certificate..................................................................................2 00700 EJCDC General Conditions................................................................................1-34, GC -A 00800 Supplementary Conditions..................................................................................................3 00900 Addenda, Modifications and Payment.................................................................................1 00950 Contract Change Order.......................................................................................................1 00960 Application for Payment......................................................................................................3 Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R1) .....................33 CONTRACT REQUIREMENTS DIVISION 1—GENERAL REQUIREMENTS 01 11 00 Summary of Work...............................................................................................01 11 00-05 01 1300 Environmental Conditions..................................................................................01 13 00-01 01 1400 Site Access and Use of Premises......................................................................01 14 00-02 01 2500 Measurement and Payment...............................................................................01 25 00-03 01 2900 Schedule of Values............................................................................................01 29 00-02 01 31 00 Project Coordination...........................................................................................01 31 00-02 01 31 19 Project Meetings.................................................................................................01 31 19-04 01 3216 Construction Project Schedules.........................................................................01 32 16-04 01 3300 Submittal Procedures.........................................................................................01 33 00-09 01 4500 Quality Control....................................................................................................01 45 00-04 01 5200 Temporary Construction Facilities......................................................................01 52 00-04 01 5526 Traffic Control.....................................................................................................01 55 26-03 1030 - 202.01 - Removal Of Trees And 40.00 EACH $200.00 $8,000.00 $200.00 $8,000.00 0.00% Stumps RMV-Remove Tree (Swingle Lawn And Tree 40.00 EACH $200.00 $8,000.00 Care) D 1032 - 202.03 - Removal of Pipe 1,300.00 LF $14.56 $18,927.20 $15.09 $19,617.00 -0.01% Man Hours: 6.48 LF/MH 2O0.50 RMV-Remove Pipe 1,300.00 LF $11.83 $15,378.05 Man Hours: 6.48 LF/MH 2O0.50 Remove Pipe 1,300.00 LF $10.24 $13,312.53 Man Hours: 7.12 LF/MH 182.50 i'iii, RMV-Removal Crew (260.00 LF/DY, 5.00 1,300.00 LF $10.24 $13,312.53 DY) 4 Loader CAT 938 45.00 HR $75.75 $3,408.75 Pickup 47.50 HR $10.00 $475.00 �--,p LA - Laborer 45.00 HR $23.37 $1,051.65 OP - Loader, Small 45.00 HR $28.50 $1,282.50 - Foreman - Grading 47.50 HR $37.86 $1,798.18 Excavator KOM 200 / 210 / 228 45.00 HR $83.00 $3,735.00 OP - Excavator, Small 45.00 HR $34.70 $1,561.44 J RMV-Removal Haul 4.33 LOAD $477.14 $2,065.53 Man Hours: 4.16 MH/LOAD 18.00 Dump Fee - Landfill 4.33 LOAD $92.48 $400.35 RMV-Removal Haul (4.33 LOAD/DY, 1.00 4.33 LOAD $384.66 $1,665.18 DY) Truck - Tractor W/ Trailer [2] 9.00 HR $64.01 $1,152.18 '. DR - Truck Driver [2] 9.00 HR $28.50 $513.00 y>j CO-M-Concrete Class 8Z 4000 PSI 22.00 CY $161.33 $3,549.15 1034 - 202.04 - Removal Of Concrete 1,408.00 SY $16.75 $23,581.08 $17.49 $24,625.92 -0.02% Sidewalk / Driveways Man Hours: 4.69 SY/MH 300.50 J RMV-Remove Concrete Flatwork (6" Thick) 12,672.00 SF $1.86 $23,581.08 Man Hours: 42.17 SF/MH 300.50 i�g) RMV Concrete Flatwork 6" 12,672.00 SF $1.47 $18,637.54 Man Hours: 49.60 SF/MH 255.50 fk"! RMV-Removal Crew (1,810.29 SF/DY, 7.00 12,672.00 SF $1.47 $18,637.54 DY) M Loader CAT 938 63.00 HR $75.75 $4,772.25 Pickup 66.50 HR $10.00 $665.00 LA - Laborer 63.00 HR $23.37 $1,472.31 c OP - Loader, Small 63.00 HR $28.50 $1,795.50 ,Z� Foreman - Grading 66.50 HR $37.86 $2,517.46 j Excavator KOM 200 / 210 / 228 63.00 HR $83.00 $5,229.00 IX OP - Excavator, Small 63.00 HR $34.70 $2,186.02 pJ RMV-Removal Haul - Concrete 19.51 LOAD $253.32 $4,943.55 Man Hours: 2.31 MH/LOAD 45.00 iv RMV-Removal Haul (3.90 LOAD/DY, 5.00 19.51 LOAD $213.32 $4,162.95 DY) Truck - Tractor W/ Trailer 45.00 HR $64.01 $2,880.45 DR -Truck Driver 45.00 HR $28.50 $1,282.50 Dump Fee - Concrete Nan Reinforced - 19.51 LOAD $40.00 $780.60 TConnell Pit 1U 1036 - 202.05 - Removal of Curb and Gutter 674.00 LF $8.40 $5,659.26 $8.76 $5,904.24 -0.04% Man Hours: 9.89 LF/MH 68.13 D) RMV-Remove Concrete Curb & Gutter 674.00 LF $8.40 $5,659.26 Man Hours: 9.89 LF/MH 68.13 0? Remove Concrete Curb And Gutter 674.00 LF $4.94 $3,328.13 Man Hours: 14.77 LF/MH 45.63 ks RMV-Removal Crew (539.20 LF/DY, 1.25 674.00 LF $4.94 $3,328.13 DY) Loader CAT 938 11.25 HR $75.75 $852.19 j Pickup 11.88 HR $10.00 $118.75 LA - Laborer 11.25 HR $23.37 $262.91 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 4 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 31 00 PROJECT COORDINATION 1.6 UTILITY LOCATES A. Utility locations can be requested using One Call by dialing 811. The Contractor shall also contact Utility Notification Center of Colorado (UNCC) at (800) 922-1987 or 811. B. Maintaining utility locate markings is the responsibility of the Contractor. C. Regulations regarding the accuracy of utility location marks are the applicable current laws of the State of Colorado 1.7 UTILITY OUTAGES A. Coordinate all utility outages with the Owner and affected property owners. B. Provide a minimum of 48 hours' notice for any outage. Provide a minimum of 1 week notice for any major outage that is expected to last more than 2 hours. C. Notice shall be provided in writing to Owner and adjacent property owners. Coordinate all outages with approval public relations plan for project. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 31 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 31 19 PROJECT MEETINGS PART1 GENERAL 1.1 SECTION INCLUDES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 31 19 — PROJECT MEETINGS A. General requirements B. Preconstruction conference C. Progress Meetings D. Schedule Punch List Walk through 1.2 GENERAL REQUIREMENTS A. Engineer will schedule and administer pre -construction meeting, schedule punchlist walk through, regularly scheduled progress meetings, and specially called meetings throughout the progress of the Work. 1. Prepare agenda for meetings including items requested by Owner and Contractor. 2. Distribute written notice of each meeting to Owner and Contractor 4 days in advance of regularly scheduled meeting dates. 3. Contractor shall be required to attend specially called meetings as work progresses based on field observations, obtaining additional video footage or for other currently unidentified conditions/concerns of Engineer or Owner. 4. Preside at meetings. 5. Record the minutes; include all significant proceedings and decisions. 6. Reproduce and distribute copies of minutes within 3 days after each meeting. a. To all participants in the meetings b. To Owner C. Furnish copies of minutes to Contractor B. Owner may attend meetings. C. Representatives of contractors, subcontractors, and suppliers attending the meetings shall be qualified and authorized to act on behalf of the entity each represents. 1.3 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference within 10 days after Effective Date of Agreement. B. Location: To be determined. C. Attendance Issue For Construction July 15, 2016 01 31 19-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION01 —GENERAL REQUIREMENTS 0131 19 PROJECT MEETINGS 1. Owner's Representative 2. Engineer and his professional consultants 3. Resident Project Representative 4. Contractor's Superintendent 5. Major Subcontractors 6. Major Suppliers 7. Others as appropriate D. Agenda: 1. Execution of Owner - Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of subcontractors and suppliers, list of products, and progress schedule. 5. Designation of personnel representing the parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, cost proposal requests, Change Orders and Contract closeout procedures. 7. Construction scheduling and updates. 8. Scheduling activities of other consultants. 9. Critical work sequencing. 10. Major material deliveries and priorities. 11. Procedures for maintaining Record Documents. 12. Use of premises a. Work and storage areas b. Owner's requirements 13. Construction facilities, controls and construction aids. 14. Temporary utilities. 15. All safety and first -aid procedures are responsibility of the Contractor. 16. Security and housekeeping procedures as required by the Owner. 17. Procedures for testing. Issue For Construction July 15, 2016 01 31 19-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 19 PROJECT MEETINGS 1.4 PROGRESS MEETINGS A. Engineer will schedule and administer meetings throughout progress of the Work at weekly intervals or other agreed upon timeframes. B. Location of the Meetings: On site job trailer C. Engineer will make arrangements for meetings. prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within three days to Contractor, Owner, participants, and those affected by decisions made. D. Attendance 1. Owner's Representative 2. Engineer, and his professional consultants as needed 3. Resident Project Representative 4. Contractor's Superintendent 5. Subcontractors as appropriate to the agenda 6. Suppliers as appropriate to the agenda 7. Others, as appropriate E. Agenda: 1. Review minutes of previous meetings 2. Review unresolved issues from last meeting 3. Review of Work progress; three week look -ahead schedule prepared by contractor 4. Field observations, problems, conflicts and decisions 5. Identification of problems which impede planned progress 6. Review of submittals schedule and status of submittals 7. Review of off -site fabrication and delivery schedules 8. Maintenance of progress schedule 9. Corrective measures to regain projected schedules 10. Planned progress during succeeding work period 11. Coordination of projected progress 12. Maintenance of quality and work standards 13. Effect of proposed changes on progress schedule and coordination Issue For Construction July 15, 2016 01 31 19-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 0131 19 PROJECT MEETINGS 14. Other business relating to Work 1.5 SCHEDULE PUNCH LIST WALK THROUGH CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR A. Engineer will schedule at least 10 days before submission of the last Application for Payment B. Location: Field C. Attendance 1. Owner's representative 2. Engineer 3. Contractor 4. Others, as appropriate D. Suggested Agenda 1. Review of items remaining to be repaired or replaced prior to final acceptance and payment. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 31 19-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0132 16 CONSTRUCTION PROJECT SCHEDULES SECTION 01 32 16 — CONSTRUCTION PROJECT SCHEDULES PART1 GENERAL 1.1 SECTION INCLUDES A. Requirements B. Format C. Content D. Progress Revisions E. Submittals F. Distribution 1.2 RELATED SECTION A. Section 01 10 00—Summary of Work B. Section 01 25 00—Measurement and Payment C. Section 01 31 19—Project Meetings D. Section 01 33 00—Submittal Procedures E. Section 01 77 00—Close Out Procedures 1.3 REQUIREMENTS A. Within 10 days after Effective Date of Agreement, Contractor shall prepare and submit to Engineer estimated construction progress schedules for the Work, with sub schedules of related activities which are essential to its progress. B. Submit to Owner not less than 10 days prior to beginning Work, a "Detailed Work Plan" for each phase of the project. Detailed Work Plans shall include a Traffic Control Plan, Work Phasing plan, Barricade Plan and miscellaneous other improvements. Schedule review meeting with Owner. C. Submit revised progress schedules with each pay application. D. Owner may require Contractor to add to his equipment, or construction forces, as well as increase the working hours, if operations fall behind schedule at any time during construction period. 1.4 FORMAT A. General schedule format: Conform to ©Primavera P6, critical path method (CPM) scheduling format or approved equal: 1. Base schedule on work days and regular working hours, Monday through Friday 7:00 A.M. to 6:00 P.M. Issue For Construction July 15, 2016 01 32 16-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 32 16 CONSTRUCTION PROJECT SCHEDULES 2. Minimum sheet size: 8 1/2" by 11" 3. Color format B. Row (Listings) —Show: 1. Project Title 2. Major areas of construction 3. Construction activities within major areas of construction 4. Provide a separate bar for each construction activity. Bars to be annotated with activity description 5. Critical path activities to be clearly identified by color and lines 6. List in chronological order by start date each major area of construction and then by each construction activity within its respective area of construction 7. Show project start date, finish date, data date, run date, and revision table 8. Contract milestone dates 9. Legend C. Column (Headings) —Show: 1. Activity ID: Define by number corresponding to major specification sections 2. Activity Description 3. Percent Complete 4. Original Duration 5. Remaining Duration 6. Total Float 7. Early Start 8. Early Finish 9. Time Scale: Identify first day of each week. Allow space for notations. 10. Data date line 1.5 CONTENT A. Construction progress schedule —Show: 1. Complete sequence of construction by activity for full length of Contract time. 2. Major areas of construction to include, at a minimum, each separate stage of Work Issue For Construction July 15, 2016 01 32 16-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 32 16 CONSTRUCTION PROJECT SCHEDULES B. Submittals schedule for shop drawings and product data —Show: 1. The dates for Contractor's submittals 2. The dates accepted submittals will be required from Engineer. Extensions of time for delays in submittal approval shall only be allowed as provided in Section 01 33 00. C. Products delivery schedule —Show delivery dates for: 1. All major material deliveries 1.6 PROGRESS REVISIONS A. Progress schedules are to be representative of actual construction progress and sequencing of activities. Schedules that do not accurately represent construction progress will be rejected. B. Indicate progress of each activity as of data date. C. Show changes occurring since previous submission of schedule: 1. Major changes in scope 2. Activities modified since previous submission 3. Revised projections of progress and completion 4. Other identifiable changes D. Provide narrative report as needed to define: 1. Problem areas, anticipated delays, and impact on schedule 2. Corrective action recommended, and its effect 3. Effect on changes on schedules of other prime contractors 1.7 SUBMITTALS A. Submit initial schedules within 10 days after award of Contract: 1. Engineer will review schedules and return review copy within 10 days after receipt 2. If required, resubmit within 7 days after return of review copy B. Submit revised progress schedules with each Application for Payment. C. Schedules shall be provided electronically to Engineer for review and approval. 1.8 DISTRIBUTION A. Engineer will distribute electronic copies of accepted schedules to: 1. Owner 2. Resident Project Representative/Engineer Issue For Construction July 15, 2016 01 32 16-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 32 16 CONSTRUCTION PROJECT SCHEDULES 3. One copy to Contractor to be kept on file at job site B. Schedule recipients will report promptly to Engineer and Contractor, in writing, any problems anticipated by projections shown in schedules PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 32 16-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES SECTION 01 33 00 — SUBMITTAL PROCEDURES PART1 GENERAL 1.1 SECTION INCLUDES A. Submission of all shop drawings and product data as required by the Contract Documents for all equipment and materials to be furnished under this contract unless specifically indicated otherwise. B. Submittals C. Contractor Responsibilities D. Submission Requirements E. Disposition of Shop Drawings and Product Data F. Disposition of Samples G. Resubmission Requirements H. Engineer's Duties I. Submittal Schedule 1.2 RELATED SECTIONS A. Section 01 32 16—Construction Project Schedules B. Section 01 45 00—Quality Control C. Section 01 77 00—Close Out Procedures D. Sections for Divisions 1 through 48 - Required Submittals 1.3 SUBMITTALS A. Shop Drawings —Drawings shall be presented in a clear and thorough manner: 1. Identify details by reference to sheet and detail, schedule or room numbers shown on Contract Drawings. 2. Identify equipment by reference to equipment name and tag number shown on Contract Drawings. 3. Scale and Measurements: Make drawings accurate to a scale with sufficient detail to show the kind, size, arrangement and function of component materials and devices. 4. Minimum sheet size: 81/2" by 11" 5. Fabrication drawing size: 11" by 17" or 22" by 34" B. Product Data —Preparation: Issue For Construction July 15, 2016 01 33 00-1 Ditesco Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percenl (Item 1036 - 202.05 - Removal of Curb and Gutter continued) OP -Loader, Small 11.25 HR $28.50 $320.63 Foreman - Grading 11.88 HR $37.86 $449.55 Excavator KOM 200 / 210 / 228 11.25 HR $83.00 $933.75 ..d OP - Excavator, Small 11.25 HR $34.70 $390.36 J RMV-Removal Haul - Concrete 6.24 LOAD $373.50 $2,331.12 Man Hours: 3.61 MH/LOAD 22.50 k4,p RMV-Removal Haul (4.99 LOAD/DY, 1.25 6.24 LOAD $333.50 $2,081.48 DY) Truck - Tractor W/ Trailer [2] 11.25 HR $64.01 $1,440.23 DR - Truck Driver [2] 11.25 HR $28.50 $641.25 Dump Fee - Concrete Non Reinforced - 6.24 LOAD $40.00 $249.65 TConnell Pit 1038 - 202.06 - Removal of Asphalt Mat 19,066.14 SY $6.37 $121,494.17 $6.63 $126,408.51 -0.03% Man Hours: 13.99 SY/MH 1,362.50 J RMV-Remove Asphalt With Hoe (6 Thick) 19,066.14 SY $6.37 $121,494.17 Man Hours: 13.99 SY/MH 1,362.50 Q) Remove Asphalt 19,066.14 SY $3.49 $66,562.63 Man Hours: 20.89 SY/MH 912.50 ktV RMV-Removal Crew (762.65 SY/DY, 25.00 19,066.14 SY $3.49 $66,562.63 DY) Loader CAT 938 225.00 HR $75.75 $17,043.75 I!S4 Pickup 237.5o HR $10.00 $2,375.00 ,--d LA - Laborer 225.00 HR $23.37 $5,258.25 OP - Loader, Small 225.00 HR $28.50 $6,412.50 - Foreman - Grading 237.50 HR $37.86 $8,990.92 Excavator KOM 200 / 210 / 228 225.00 HR $83.00 $18,675.00 OP - Excavator, Small 225.00 HR $34.70 $7,807.22 RMV-Sawcutting Asphalt (6") Sub. 2,100.00 LF $1.25 $2,625.00 RMV-Removal Haul - Asphalt 266.93 LOAD $195.96 $52,306.54 Man Hours: 1.69 MH/LOAD 450.00 k7 RMV-Removal Haul (10.68 LOAD/DY, 266.93 LOAD $155.96 $41,629.50 25.00 DY) Truck - Tractor W/ Trailer [2] 225.00 HR $64.01 $28,804.50 DR - Truck Driver [2] 225.00 HR $28.50 $12,825.00 Dump Fee -Asphalt 266.93 LOAD $40.00 $10,677.04 G� 1040 - 202.07 - Removal Of Temporary 2,700.00 SY $7.22 $19,495.06 $7.44 $20,088.00-0.000/a Asphalt Mat Man Hours: 16.51 SY/MH 163.50 of RMV-Remove Asphalt With Hoe (6" Thick) 2,700.00 SY $7.22 $19,495.06 Man Hours: 16.51 SY/MH 163.50 Remove Asphalt 2,700.00 SY $2.96 $7,987.52 Man Hours: 24.66 SY/MH 109.50 RMV-Removal Crew (900.00 SY/DY, 3.00 2,700.00 SY $2.96 $7,987.52 DY) 4`� Loader CAT 938 27.00 HR $75.75 $2,045.25 '1!9 Pickup 28.50 HR $10.00 $285.00 LA - Laborer 27.00 HR $23.37 $630.99 OP - Loader, Small 27.00 HR $28.50 $769.50 Foreman - Grading 28.50 HR $37.86 $1,078.91 j Excavator KOM 200 1210 / 228 27.00 HR $83.00 $2,241.00 OP - Excavator, Small 27.00 HR $34.70 $936.87 RMV-Sawcutting Asphalt (6") Sub. 4,000.00 LF $1.25 $5,000.00 Dj RMV-Removal Haul - Asphalt 37.80 LOAD $172.16 $6,507.54 Man Hours: 1.43 MH/LOAD 54.00 kz,w RMV-Removal Haul (12.60 LOAD/DY, 3.00 37.80 LOAD $132.16 $4,995.54 DY) Truck - Tractor W/ Trailer [2] 27.00 HR $64.01 $3,456.54 ' DR - Truck Driver [2] 27.00 HR $28.50 $1,539.00 } Dump Fee -Asphalt 37.80 LOAD $40.00 $1,512.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 5 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 1. Clearly mark each copy to identify pertinent products or models submitted for review. 2. Identify equipment by reference to equipment name and tag number. 3. Catalog cut sheets: Cross -out or delete irrelevant data. 4. Show performance characteristics and capacities. 5. Show dimensions and clearances required for installation and maintenance. 6. Show wiring or piping diagrams and controls. 7. Show external connections, anchorages, and supports required. C. "Certificate of Compliance": 1. Provided by manufacturer or supplier in lieu of submittal data required 2. Certifies that product data or item identified in certificate is in total compliance with Contract Document requirements. 3. Specifically identifies project name and that there is no deviation from Contract Documents. 4. Identify equipment by reference to equipment name and tag number. 5. Identify limits of equipment, materials or work provided. 6. Provide for specific product data or item only as indicated herein. D. Construction Schedule: Designate in the construction schedule, or in a separate coordinated shop drawing schedule, the dates for submission and the dates that reviewed Shop Drawings and Product Data will be needed. 1.4 CONTRACTOR RESPONSIBILITIES A. Review shop drawings and product data prior to submission for accuracy and completeness of each submission. B. Approve and stamp each submission before submitting. C. Determine and verify: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with specifications D. Prior to each submission, carefully review and coordinate all aspects of each item being submitted Issue For Construction July 15, 2016 01 33 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR E. Verify that each item and the submittal for it conform in all respects with specified requirements of the Work and of the Contract Documents with respect to means, methods, techniques, sequences, and operations of construction, and safety precautions and programs incidental thereto. F. Make submissions promptly in accordance with Construction Schedule, and in such sequence as to cause no delay in the Work or in the work of any other Contractor. G. Notify Engineer in writing, at time of submission, of any deviations in the submittals from Contract Document requirements: Identify and tabulate all deviations in transmittal letter. 2. Indicate essential details of all changes proposed, including modifications to other facilities that may be a result of the deviation. 1.5 SUBMISSION REQUIREMENTS A. Make submissions far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmissions, and for placing orders and securing delivery- B. In scheduling, allow a minimum of 14 calendar days for review by Engineer following receipt of submission in Engineer's office: Time required to mail submissions or resubmissions is not considered a part of review period. C. Consecutively number all submissions: Assign a unique number to include all shop drawings, product data and other information required for individual specification sections. Use numbering system established by Engineer. 2. Each specification section may still have more than one submittal number for later submissions (i.e., Preliminary O&M Manuals, Final O&M Manuals, etc.). D. Electronic Processing of all Submittals: Shop Drawings and Product Data: All shop drawings and submittals to be submitted and processed electronically through SharePoint site. Contractor to submit and track all submittals through SharePoint site. a. Login and password information will be provided to Contractor by Engineer. E. Accompany each submission with a letter of transmittal showing all information required for identification and checking. Submittals shall contain: Submittal number. 2. Date of submission and dates of any previous submissions. 3. Project title and number. 4. Owner Contract identification number if applicable. Issue For Construction July 15, 2016 01 33 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 5. The names of a. Contractor b. Supplier c. Manufacturer CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 6. Identification of the product, with the specification section number. 7. Field dimensions, clearly identified as such. 8. Relation to adjacent or critical features of the Work or materials. 9. Applicable standards, such as ASTM or Federal Specification numbers. 10. Identification of deviations from Contract Documents. 11. Identification of revisions on resubmissions. 12. An 8" by 4" blank space for Contractor's and Engineer's stamps. 13. Stamp cover sheet of each submittal as identified in letter of transmittal. 14. Contractor's stamp: Initialed or signed, certifying review and approval of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and of Contract Documents. Use stamp to include wording similar to the following: This submittal has been reviewed by [name of contractor] and approved with respect to the means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incidental thereto. [Name of contractor] also warrants that this submittal complies with contract documents and comprises no deviations thereto: Section No: Submittal No: Date: by: F. Submittal Log: 1. Maintain an accurate submittal log for duration of the Work showing current status of all submissions. 2. Show submittal number, section number, section title, submittal description dates and disposition of submittal. 3. Engineer to create and track submittals using submittal log. G. Unless specified otherwise, make submissions in groups to facilitate efficient review and J approval: Issue For Construction July 15, 2016 01 33 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 1. Include all associated items from individual specification sections to assure that all information is available for checking each item when it is received. 2. Submit a complete initial submittal including all components when an item consists of components from several sources. 3. Partial submittals may be rejected as not complying with provisions of the Contract. 4. Do not include items from more than one specification section for any one submittal number. H. Contractor may require subcontractors to provide drawings, setting diagrams and similar information to help coordinate the Work, but such data shall remain between Contractor and his subcontractors and will not be reviewed by Engineer unless specifically called for within the Contract Documents. 1.6 DISPOSITION OF SHOP DRAWINGS AND PRODUCT DATA A. All submissions shall be handled electronically through the SharePoint site. B. "Approved As Submitted": Approved with No Exceptions Noted 1. One copy sent to Owner 2. One copy sent to Resident Project Representative 3. One copy retained in Engineer's file 4. Remaining copies returned to Contractor for his use a. One copy to be kept on file at Contractor's office at job site b. Remaining copies for Contractor's office file, suppliers, or subcontractors 5 No corrections or comments noted on submittal or in transmittal letter 6. Issues or miscellaneous comments pertaining to other related items of the Work may be included in transmittal letter 7. Resubmission not required C. "Exceptions Noted": Approved with Corrections Noted 1. One copy sent to Owner 2. One copy sent to Resident Project Representative 3. One copy retained in Engineer's file 4. Remaining copies returned to Contractor for his use a. One copy to be kept on file at Contractor's office at job site b. Remaining copies for Contractor's office file, suppliers or subcontractors Issue For Construction July 15, 2016 01 33 00-5 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES C. Copies of submittal data in operation and maintenance manuals to be revised according to corrections 5. Comply with corrections or comments as noted on submittal and in transmittal letter 6. Resubmission not required D. "Revise And Resubmit": Incorrect or Specific Information Still Required. 1. One copy sent to Resident Project Representative. 2. One copy retained in Engineer's file. 3. All remaining copies returned to Contractor for revision and re -submittal. 4. Copy of transmittal letter sent to Owner. An "Approved As Submitted" or "Exceptions Noted" submittal will be forwarded to Owner upon resubmission and review per above disposition requirements. 5. Submittal is either: incorrectly annotated; specific comments need to be addressed and incorporated in re -submittal; and/or additional information may be required as noted in transmittal letter. 6. Submitted information may not include or address specific item required per the specification as identified in transmittal letter. 7. Specific information related to identified item may be required for final approval of submittal. S. Resubmission of entire submittal may be required or resubmission of specific item may be required as identified in transmittal letter. E. "Rejected": Returned for Correction 1. One copy sent to Resident Project Representative 2. One copy retained in Engineer's file 3. All remaining copies returned to Contractor 4. Copy of transmittal letter sent to Owner 5. Contractor required to resubmit complete submittal package in accordance with Contract Documents 6. Submittal does not comply with provisions of Contract Documents as noted in transmittal letter 7. Resubmission required F. "Receipt Acknowledged": For Reference Purposes Only or for Record Copy 1. One copy sent to Resident Project Representative 2. One copy retained in Engineer's file Issue For Construction July 15, 2016 01 33 00-6 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0133 00 SUBMITTAL PROCEDURES 3. One copy returned to Contractor 4. Copy of transmittal letter sent to Owner 5. Remaining submittal copies destroyed 6. Detailed review and comment by Engineer not required 7. Resubmission not required 1.7 DISPOSITION OF SAMPLES A. "Approved As Submitted": Approved with No Exceptions Noted 1. One sample sent to Owner 2. One sample sent to Resident Project Representative 3. One sample retained in Engineer's file 4. Acknowledgment: Copy of transmittal letter sent to Contractor 5. Resubmission not required B. "Exceptions Noted": Approved with Corrections Noted 1. One sample sent to Owner 2. One sample sent to Resident Project Representative 3. One sample retained in Engineer's file 4. Acknowledgment: Copy of transmittal letter sent to Contractor 5. Work performed or products furnished to comply with exceptions noted in acknowledgment 6. Resubmission not required C. "Rejected": Returned for Correction 1. One sample retained in Engineer's file 2. Remaining samples sent to Contractor for re -submittal and compliance with the Contract Documents as noted in transmittal letter 3. Copy of transmittal letter sent to Owner 4. Resubmission required 1.8 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in submittals required by Engineer and resubmit until approved Issue For Construction July 15, 2016 01 33 00-7 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 0133 00 SUBMITTAL PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR B. Transmit each resubmission under new letter of transmittal. Use number of original submittal followed directly by "rev" and a number corresponding to the number of times a submittal is resubmitted (i.e., rev1. rev2, rev3, etc.) C. Shop Drawings and Product Data: Revise initial drawings or data and resubmit as specified for the initial submittal 2. Indicate any changes which have been made other than those requested by Engineer 1.9 ENGINEER'S DUTIES A. Review submittals with reasonable promptness and in accord with approved submission schedule provided that each submittal has been called for by the Contract Documents and is stamped by Contractor as indicated above: In the event that Engineer will require more than 7 calendar days to perform a submittal review as requested by Contractor, Engineer shall so notify Contractor or indicate so on the submission schedule. 2. No extensions of time are allowed due to Engineer's delay in reviewing submittals unless all the following criteria are met: a. Engineer has failed to return submittal within 7 days of receipt of the submittal or receipt of said notice, whichever is later b. Contractor demonstrates that delay in progress of the Work was directly attributable to Engineer's failure to return submittal within 7 days. 3. No extensions of time are allowed due to delays in progress of the Work caused by rejection and subsequent resubmission of data, including multiple resubmissions. B. Review drawings and data submitted only for general conformity with Contract Documents: Engineer's review of drawings and data returned marked "Approved As Submitted" or "Exceptions Noted" does not indicate a thorough review of all dimensions, quantities, and details of material, equipment device or items shown. 2. Engineer's review does not relieve Contractor of responsibility for errors, omissions or deviations nor responsibility for compliance with the Contract Documents. 3. Engineer's review shall not extend to means, methods, techniques, sequences, operations of construction, and safety precautions and programs incidental thereto. No information regarding these items will be reviewed whether or not included in submittals. C. Assume that no shop drawing or related submittal comprises a deviation to the Contract Documents unless Contractor advises Engineer otherwise in writing which is acknowledged by Engineer in writing: Consider and review only those deviations from the Contract Documents clearly identified as such in submittal and tabulated in the Letter of Transmittal. D. Return submittals to Contractor for distribution or for resubmission. Issue For Construction July 15, 2016 01 33 00-8 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0133 00 SUBMITTAL PROCEDURES E. Transmit, unreviewed, to Contractor all copies of submittals received directly from suppliers, manufacturers and subcontractors. F. Transmit, unreviewed, to Contractor all copies of submittals not called for by the Contract Documents or which have not been approved by Contractor. G. Engineer will not review uncalled-for shop drawings or product data except by special arrangement H. Affix stamp and indicate approval for submittal or resubmission requirements with the following stamp: ❑ Approved As Submitted ❑ Exceptions Noted ❑ Revise And Resubmit ❑ Rejected This review was performed only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Modifications or comments made on the shop drawings and product data during this review do not relieve contractor from responsibility for compliance with the requirements of the plans and specifications. Approval of a specific item does not include approval of the assembly of which the item is a component. Contractor is responsible for: dimensions to be confirmed and correlated at the jobsite; information that pertains solely to the fabrication processes or to the means. methods, techniques, sequences, and procedures of construction; coordination of the work of all trades: and for performing all work in a safe and satisfactory manner. I Date: 1.10 SUBMITTAL SCHEDULE is Ditesco, LLC A. Unless indicated otherwise, provide all submittals required by individual sections of the Contract Documents to establish compliance with the specified requirements. B. Contractor may provide "Certificate of Compliance" in lieu of product data submittal as required above for the following sections: SECTION NUMBER SECTION TITLE PRODUCT DATA OR ITEM NONE NONE NONE PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 33 00-9 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 45 00 - QUALITY CONTROL PART1 GENERAL 1.1 SECTION INCLUDES A. Quality Assurance and Control of Installation B. Inspection and Testing Laboratory Services and Qualifications C. Qualification of Laboratory D. Laboratory Duties E. Limitations of Authority of Testing Laboratory F. Contractor's Responsibilities G. Contractor's Responsibilities H. Field Testing I. Testing and Services Schedule 1.2 RELATED SECTIONS A. Section 01 10 00—Summary of Work B. Section 01 33 00—Submittal Procedures C. Sections 2 through 48 as applicable 1.3 REFERENCES A. Conform to reference standard by date of issue current on date of Contract Documents. B. Obtain copies of standards when required by Contract Documents. C. Where specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. D. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Provide copies of written reports for materials as scheduled at the end of this section. Reference each report by respective section number. C. Laboratory test reports —Provide written reports of each test and inspection to Engineer. Each report shall include: Issue For Construction July 15, 2016 01 45 00-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL Date issued 2. Project title and number CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 1 Testing laboratory name, address and telephone number 4. Name and signature of laboratory inspector 5. Date and time of sampling or inspection 6. Record of temperature and weather conditions 7. Date of test 8. Identification of product and specification section 9. Location of sample or test in the Project 10. Type of inspection or test 11. Results of tests and compliance with Contract Documents 12. Interpretation of test results when requested by Engineer D. Field test reports: Provide reports detailing results of the tests. Indicate compliance or non- compliance with Contract Documents. Identify corrective action for materials which fail to pass field tests. 1.5 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship to produce Work of specified quality. B. Comply fully with manufacturer's instructions, including each step in sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Certification of products: Respective sections of specifications. F. Laboratory tests required and standards for testing: Respective sections of specifications. 1.6 INSPECTION AND TESTING LABORATORY SERVICES A. City of Fort Collins shall employ and pay for the services of an independent testing laboratory to perform all specified services and testing not specifically identified in the technical specifications to be provided by Owner related to the design of mixes, products and equipment, to Engineer's review of proposed materials and equipment before, during and after incorporation in the Work and to retest materials and equipment which fail original tests: Issue For Construction July 15, 2016 01 45 00-2 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1041 - 101.09 - Removal Of Business Sign, Mai/box, Gates -excludes Removal Or Relocation Of LambSpun Sign continued) D� 1042 - 202.09 - Removal Of Business Sign, 6.00 EACH Mailbox, Gates -excludes Removal Or Relocation Of LambSpun Sign J RMV-Remove Minor Structure (MH, Inlet, HW) 6.00 EACH Remove Minor Structure 6.00 EACH RMV-Removal Crew (6.00 EACH/DY, 1.00 6.00 EACH DY) 10 Loader CAT 938 9.00 HR 10 Pickup 9.50 HR LA - Laborer 9.00 HR OP - Loader, Small 9.00 HR Foreman - Grading 9.50 HR Excavator KOM 200 / 210 / 228 9.00 HR OP - Excavator, Small 9.00 HR J RMV-Removal Haul 1.50 LOAD Dump Fee - Landfill 1.50 LOAD !7 RMV-Removal Haul (8.00 LOAD/DY, 0.19 1.50 LOAD DY) Truck - Tractor W/ Trailer [2] 1.69 HR ,O DR - Truck Driver [2] 1.69 HR $518.91 $3,113.45 $541.83 $3,250.98 0.000/0 $518.91 $443.75 $443.75 $75.75 $10.00 $23.37 $28.50 $37.86 $83.00 $34.70 $300.63 $92.48 $208.15 $64.01 $28.50 Man Hours: $3,113.45 Man Hours: $2,662.51 Man Hours: $2,662.51 $681.75 $95.00 $210.33 $256.50 $359.64 $747.00 $312.29 $450.94 Man Hours: $138.72 $312.22 $216.03 $96.19 6.65 MH/EACH 39.88 6.65 MH/EACH 39.88 6.08 MH/EACH 36.50 2.25 MH/LOAD 3.38 D� 1044 - 202.10 - Remove Minor Structure 3.00 EACH $1,406.41 $4,219.23 $1,470.52 $4,411.56 -0.00% Man Hours: 18.81 MH/EACH 56.44 J Remove Minor Structure 3.00 EACH $1,331-25 $3,993.76 Man Hours: 18.25 MH/EACH 54.75 ks RMV-Removal Crew (2.00 EACH/DY, 1.50 3.00 EACH $1,331.25 $3,993.76 DY) 4 Loader CAT 938 13.50 HR $75.75 $1,022.63 Pickup 14.25 HR $10.00 $142.50 LA - Laborer 13.50 HR $23.37 $315.50 OP - Loader, Small 13.50 HR $28.50 $384.75 Foreman - Grading 14.25 HR $37.86 $539.45 Excavator KOM 200 / 210 / 228 13.50 HR $83.00 $1,120.50 OP - Excavator, Small 13.50 HR $34.70 $468.43 ,D� RMV-Removal Haul 0.75 LOAD $300.63 $225.47 Man Hours: 2.25 MH/LOAD 1.69 Dump Fee -Landfill 0.75 LOAD $92.48 $69.36 kV RMV-Removal Haul (8.00 LOAD/DY, 0.09 DY) 0.75 LOAD $208.15 $156.11 Truck - Tractor W/ Trailer [2] 0.84 HR $64.01 $108.02 �. DR - Truck Driver [2] 0.84 HR $28.50 $48.09 D� 1046 - 202.11 - Remove/Modify Minor Structure k Remove Minor Structure ktw RMV-Removal Crew (1.00 EACH/DY, 3.00 DY) C *O Loader CAT 938 44 Pickup LA - Laborer OP - Loader, Small Foreman - Grading Excavator KOM 200 / 210 / 228 OP - Excavator, Small 3.00 EACH $4,425.57 3.00 EACH 3.00 EACH 27.00 HR 28.50 HR 27.00 HR 27.00 HR 28.50 HR 27.00 HR 27.00 HR $2,662.51 $2,662.51 $75.75 $10.00 $23.37 $28.50 $37.86 $83.00 $34.70 $13,276.72 Man Hours: $7,987.52 Man Hours: $7,987.52 $2,045.25 $285.00 $630.99 $769-50 $1,078.91 $2,241.00 $936.87 $4,551.48 $13,654.44 0.000/0 37.06 MH/EACH 111.19 36.50 MH/EACH 109.50 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 6 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL 1 . Employment of the laboratory shall in no way relieve Contractor's obligations to perform the Work of the Contract. B. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum/Price. 1.7 QUALIFICATION OF LABORATORY A. Perform all tests to determine compliance with Contract Documents by an independent commercial testing firm acceptable to Owner and Engineer. B. Testing firm's laboratory: Staffed with experienced technicians, properly equipped and fully qualified to perform tests in accordance with specified standards. 1.8 LABORATORY DUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice. B. Perform specified inspections, sampling, and testing of materials and methods of construction: Comply with specified standards 2. Ascertain compliance of materials with requirements of Contract Documents C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. 1.9 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: Release, revoke, alter or enlarge on requirements of Contract Documents 2. Approve or accept any portion of the Work 3. Owner employed laboratory shall not perform any duties of the Contractor 1.10 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel and provide access to Work. B. Secure and deliver to the laboratory adequate quantities of representative samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, asphalt and other material mixes which require control by the testing laboratory. D. Furnish copies of product test reports as required. E. Furnish incidental labor and facilities: To provide access to Work to be tested Issue For Construction July 15, 2016 01 45 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL 2. To obtain and handle samples at the project site or at the source of the product to be tested 3. To facilitate inspections and tests 4. For storage and curing of test samples F. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested: Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services to allow for scheduling of tests and laboratory assignment of personnel. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. 1.11 FIELD TESTING A. Contractor shall pay all costs associated with field testing of materials and equipment as required in respective sections of the specifications. Provide all required materials, labor, equipment, water, and power required for testing 2. Perform all tests in presence of Engineer or Owner and provide one copy of field test results to Engineer same day of tests B. Repair with no additional compensation all materials and equipment which fail during testing 1.12 TESTING AND SERVICES SCHEDULE A. Laboratory testing services shall be provided by Contractor for, but shall not be limited to, the following: Specification Type of Material, Equipment Section or Svstem Div 2 Earthwork and Trenching: Gradations, Sieve Analysis, Proctors with Optimum Moisture Content for imported materials Div 2 Asphalt Paving: Coarse and fine aggregate from each material source and each required grading, asphalt cement for each penetration grade, job -mix design mixtures for each material or grade, uncompacted asphalt concrete mix, compacted asphalt concrete mix, density and void analysis. Div 3 Structural Concrete, Concrete Paving and Flatwork: Mix Design properties including Water/Cement Ratio, Slump, Volumetric Air Content, Compressive Strength, Admixtures. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION issue For construction July 15, 2016 01 45 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES SECTION 01 52 00 — TEMPORARY CONSTRUCTION FACILITIES PART1 GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Quality Assurance C. Temporary Utilities: Electricity, lighting, heating, ventilating, telephone service, water and sanitary facilities D. Water Control E. Erosion and Sediment Control F. Protection of Installed Work and Property G. Security H. Progress Cleaning 1.2 GENERAL REQUIREMENTS A. Furnish, install and maintain all temporary utilities to assure continuous service except as allowed herein, and remove on completion of Work. Modify and extend systems as work progress requires. B. Furnish, install and maintain all construction aids required for the Work, except as allowed herein, and remove on completion of the Work. C. Furnish, install and maintain fences and barriers as required for protection of the public, property and the Work. D. Contractor shall limit his use of existing roadways and parking lots to only that which are required for completion of Work within this Contract. E. Clean and repair damage caused by temporary installations or use of temporary facilities. Adjacent parking lots, sidewalks, alleys, and neighboring properties shall be protected to prevent damage with all practical means. F. Clean and repair damage caused by temporary installations or use of temporary facilities. 1.3 QUALITY ASSURANCE A. Requirements of Regulatory Agencies 1. Comply with applicable Federal and State rules and regulations, local codes and ordinances. 2. Comply with utility company requirements. Issue For Construction July 15, 2016 01 52 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES 3. Contractor shall notify Owner to obtain inspections of Work and to request service outages (if applicable). 1.4 TEMPORARY ELECTRICITY A. Contractor shall arrange for and pay all costs associated with power service as required for completion of Work and pay all costs for energy used. 1.5 TEMPORARY LIGHTING A. Provide and maintain incandescent lighting for construction operations. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. C. Maintain lighting and provide routine repairs. 1.6 TEMPORARY HEATING A. Provide and pay for all temporary heat as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions of the installation of materials and to protect materials and finishes from damage due to temperature or humidity. B. Portable heaters shall be standard approved units complete with controls. C. Pay all costs of installation, maintenance, operation and removal and for fuel consumed. D. Maintain minimum ambient temperature of 50 F in areas where construction is in progress, unless indicated otherwise in specifications (as applicable). E. Provide temporary heating for all subcontractors as required. 1.7 TEMPORARY VENTILATING A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Provide and pay for temporary ventilation equipment as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials and to protect materials and finishes from damage due to temp or humidity. C. Provide adequate forced ventilation of enclosed areas for curing of installed materials, to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors or gases. D. Portable ventilators shall be standard approved units complete with controls. E. Pay all costs of installation, maintenance, operation and removal and for power consumed. 1.8 TELEPHONE SERVICE A. Provide, maintain and pay for all telephone service as required for completion of Work. 1.9 TEMPORARY WATER SERVICE Issue For Construction July 15, 2016 01 52002 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES A. Provide all drinking water required by construction personnel. Pay all costs. B. Provide all water for construction operations, compaction and dust control. Pay all costs. 1.10 TEMPORARY SANITARY FACILITIES A. Contractor shall provide his own sanitary facilities. 1.11 WATER CONTROL A. Maintain excavations free of water. Provide. operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. Protect site and staging area from storm events. 1.12 EROSION AND SEDIMENT CONTROL A. Install sediment control/silt fencing at site perimeter where necessary to prevent erosion and sedimentation from occurring off site. B. During and after site grading, maintain a roughened surface on all disturbed areas to minimize erosion potential. C. Construct temporary drainage swells with staked straw bale barriers to control drainage patterns and minimize erosion. D. Provide gravel & wire or staked hay bale sediment traps at culvert inlets to prevent siltation. Maintain as necessary and as directed by the Engineer to filter storm waters. 1,13 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection as required to protect Owners facilities as required or where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. Provide safety fencing around all work areas. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished driving surfaces, floors, and other surfaces from traffic, dirt, wear, damage. or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic from landscaped or sodded areas. F. Protect adjacent buildings, properties and infrastructure from debris generated during the demolition process. 1.14 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.15 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. Issue For Construction July 15, 2016 01 52 00-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES B. Remove debris and rubbish from remote spaces prior to enclosing the space. C. Remove waste materials, debris, and rubbish from site not less than weekly and dispose off -site in accordance with local and state regulations. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 52 00-4 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 0155 00 TRAFFIC CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 55 00 — TRAFFIC CONTROL PART GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Regulatory Requirements C. Construction Parking Control D. Flagmen E. Flares and Lights F. Haul Routes G. Roadway Usage Between Operations H. Traffic Signs and Signals I. Barricades J. Barriers K. Removal 1.2 RELATED SECTIONS A. Section 01 11 00—Summary of Work B. Section 01 52 00—Temporary Construction Facilities 1.3 GENERAL REQUIREMENTS A. Unless otherwise authorized, keep at least one lane of traffic open at all times. B. When work is not in progress, keep all traffic lanes open. C. All traffic lanes shall be open during hours of darkness, weekends, and holidays. 1.4 REGULATORY REQUIREMENTS A. Conformance: "Manual on Uniform Traffic Control Devices," U.S. Department of Transportation, or applicable statutory requirements of authority having jurisdiction. 1.5 CONSTRUCTION WORKERS PARKING A. Contractor's worker vehicles are limited to staging zones. These vehicles shall be marked as belonging to the Contractor. B. Operations on or about traffic areas and provisions for regulating traffic will be subject to the regulations of the City of Fort Collins. The Contractor shall submit a Method of Handling Traffic Issue For Construction July 15, 2016 01 55 00-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 0155 00 TRAFFIC CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR (MHT) prepared by a certified Traffic Control Supervisor (TCS) to the City of Fort Collins for approval prior to proceeding with any phases of the work. 1.6 CONSTRUCTION PARKING CONTROL A. Contractor is responsible to control vehicular parking to prevent interference with public traffic and parking, access by emergency vehicles, and Owner's operations. Contractor shall be responsible for any and all parking tickets received due to his operations unless they are issued inside the Contractor's work zone or designated staging area. 1.7 FLAGMEN A. Provide trained and equipped flagmen to regulate traffic when construction operations or traffic encroach on parking or traffic lanes. 1.8 FLARES AND LIGHTS A. Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic. 1.9 HAUL ROUTES A. Coordinate with The City of Fort Collins to establish public thoroughfares to be used for haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to regulate traffic, to minimize interference with public traffic. 1.10 ROADWAY USAGE BETWEEN OPERATIONS A. At all times when work is not actually in progress, make open, passable, and maintain to traffic such portions of the Project and temporary roadways or portions thereof as may be agreed upon between Contractor and the City of Fort Collins. 1.11 TRAFFIC SIGNS AND SIGNALS A. At approaches to site and on site, install at crossroads, detours, parking areas, and elsewhere as needed to direct construction and affected public traffic. B. Install and operate traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control, and areas affected by Contractor's operations. C. Relocate as Work progresses, to maintain effective traffic control D. Protect all roadways by effective barricades on which are placed warning signs. 1.12 BARRICADES A. Contractor shall completely enclose operations with barricades at all times when site is encumbered by open trenches, other excavations or other obstructions. B. Barricades shall be construction fencing weighted or adequately secured at the base as to prevent easy removal or relocation. Barricades shall only allow one ingress/egress gate. Contractor shall be responsible for monitoring of the gate to prevent access into his operations. Issue For Construction July 15, 2016 01 55 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 55 00 TRAFFIC CONTROL Equip gates with locks. Barricade locations shall include open or displaced manhole covers/locations to protect pedestrian and bicycle traffic. C. Provide additional fencing as required to protect stored materials and products and to insure public safety. D. Provide Owner and Engineer two (2) keys to lock(s) if applicable. E. Contractor shall be responsible for depicting location of barricades as defined in Section 01 52 00 — Temporary Construction Facilities. This shall be further required under Section 01 33 00 when submitting "Detailed Work Plans". F. Illuminate by means of warning lights all barricades and obstructions form sunset to sunrise. 1.13 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide suitable barriers as required for public protection. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. D. Install facilities of a neat and reasonable uniform appearance, structurally adequate for the required purposes. E. Contractor shall be responsible for depicting location of barricades as defined in Section 01 52 00 — Temporary Construction Facilities. F. Illuminate by means of warning lights all barricades and obstructions form sunset to sunrise. G. Relocate barriers as required by progress of construction. H. Completely remove barriers, including foundations, when construction has progressed to the point that they are no longer needed. I. Clean and repair damage caused by installation, fill and grade the areas of the site to required elevations and slopes and clean the area. 1.14 REMOVAL A. Remove equipment and devices when no longer required B. Repair damage caused by installation C. Remove post settings to a depth of 2 feet PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 55 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 5713 EROSION AND SEDIMENT CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 57 13 — EROSION AND SEDIMENT CONTROL PART 1— GENERAL 1.1 SECTION INCLUDES A. Furnish, install, and maintain erosion and sedimentation control materials and procedures. Remove upon completion of work. B. Design an erosion and sediment control plan in accordance with specified standards. Monitor compliance as required by applicable standards 1.2 RELATED SECTIONS A. Section 01 11 00 — Summary of Work B. Section 01 33 00 — Submittal Procedures C. Section 01 45 00 — Quality Control D. Section 01 74 00 — Cleaning 1.3 EROSION AND SEDIMENT CONTROL A. Contractor to meet all requirements of the City of Fort Collins stormwater permit and erosion control plan. B. Install sediment control/silt fencing at site perimeter where necessary to prevent erosion and sedimentation from occurring off site. C. During and after site grading, maintain a roughened surface on all disturbed areas to minimize erosion potential- D. Construct temporary drainage swales with staked straw bale barriers to control drainage patterns and minimize erosion. E. Provide gravel & wire or staked hay bale sediment traps at culvert inlets to prevent siltation. 1.4 EROSION AND SEDIMENT CONTROL IMPLEMENTATION A. Distribution: Contractor shall distribute copies of the approved stormwater management plan to the Superintendent, each affected Subcontractor, Owner and Engineer. One copy shall be posted at the jobsite at all times. B. Instruction: Contractor shall provide onsite instruction of appropriate erosion and sediment control measures to be implemented and maintained at appropriate stages of the work. C. Erosion and Sediment Control Plan Compliance: Contractor shall implement, maintain and monitor compliance with the approved stormwater management plan. 1. Protect areas prone to erosion from construction activities and implement a soil stabilization plan in susceptible areas Issue For Construction July 15, 2016 0157 13-1 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1046 - 202.11 - Remove/Modify Minor Structurecontinued) p} RMV-Removal Haul 0.75 LOAD $300.63 $225.47 Man Hours: 2.25 MH/LOAD 1.69 _ Dump Fee -Landfill 0.75 LOAD $92.48 $69.36 ky RMV-Removal Haul (8.00 LOAD/DY, 0.09 DY) 0.75 LOAD $208.15 $156.11 Truck - Tractor W/ Trailer [2] 0.84 HR $64.01 $108.02 DR - Truck Driver [2] 0.84 HR $28.50 $48.09 CI -IN -Type C Inlet Grate 3.00 EACH $800.63 $2,401.88 CO-M-Concrete Class BZ 4000 PSI 16.50 CY $161.33 $2,661.86 i� 1048 - 202.12 - Remove And Replace Fence 1.00 LS $10,400.00 $10,400.00 $10,400.00 $10,400.00 0.00% • S} Remove Reset And Replace Fence For Odells 200.00 LF $22.00 $4,400.00 Frontage Metal Fence (Black Eagle Fence) ($} Remove And Replace Chain Link Fence For 400.00 LF $15.00 $6,000.00 Storm Outfall Back Of Hydro Property (Black Eagle Fence) D� 1050 - 208.01 - Erosion Control (SWMP, 26.00 DY $367.28 $9,549.28 $386.28 $10,043.28 -0.00% Inspections, ECS) Man Hours: 8.00 MH/DY 208.00 D} EC -Erosion Control Supervisor 26.00 DY $367.28 $9,549.28 Man Hours: 6.00 MH/DY 208.00 k4 EC -Erosion Control Supervisor (1.00 DY/DY, 26.00 DY $367.28 $9,549.28 26.00 DY) Pickup 208.00 HR $10.00 $2,080.00 PM -Field Engineer 206.00 HR $35.91 $7,469.28 D 1052 - 208.02 - Erosion Control (Gravel 500.00 LF $8.79 $4,395.65 $9.12 $4,560.00 0.02% Bag) Man Hours: 6.85 LF/MH 73.00 EC -Gravel Bag 500.00 LF $8.79 $4,395.65 Man Hours: 6.85 LF/MH 73.00 UM -Short Crew W/ 436 Hoe (250.00 LF/DY, 500.00 LF $6.66 $3,328.15 2.00 DY) / a Backhoe Loader CAT 430 18.00 HR $61.25 $1,102.50 r,y LA - Laborer [2] 18.00 HR $23.37 $841.32 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 Foreman - Utility 19.00 HR $38.42 $730.07 Pickup 19.00 HR $10.00 $190.00 EC -Gravel Bag 500.00 LF $2.14 $1,067.50 1054 - 208.03 - Erosion Control (Wattle) 3,500.00 LF $4.04 $14,151.22 $4.14 $14,490.00 0.080/0 Man Hours: 23.97 LF/MH 146.00 Uj EC -Straw Wattle (9 In) 3,500.00 LF $4.04 $14,151.22 Man Hours: 23.97 LF/MH 146.00 EC -Erosion Log Wood Stakes 1.5" X 1.5• X 2,800.00 EACH $0.34 $956.48 12" EC -Erosion Log (Wattle) 9" Diameter 3,500.00 LF $1.87 $6,538.44 !-w UM -Short Crew W/ 436 Hoe (875.00 LF/DY, 3,500.00 LF $1.90 $6,656.30 4.00 DY) IV Backhoe Loader CAT 430 36.00 HR $61.25 $2,205.00 LA - Laborer [2] 36.00 HR $23.37 $1,682.64 OP - Loader Backhoe / Skid Steer 36.00 HR $25.79 $928.53 Foreman - Utility 38.00 HR $38.42 $1,460.13 Pickup 38,00 HR $10.00 $380.00 qA 1056 - 208.04 - Erosion Control (Silt Fence) 2,600.00 LF $1.53 $3,972.00 $1.59 $4,134.00 -0.04% Man Hours: 35.62 LF/MH 73.00 D) EC -Silt Fence 2,600.00 LF $1.53 $3,972.00 Man Hours: 35.62 LF/MH 73.00 j EC -Silt Fence CDOT 2,860.00 LF $0.22 $641.14 kw EC -Silt Fence (1,300.00 LF/DY, 2.00 DY) 2,600.00 LF $1.28 $3,330.86 db _J Trencher Ditch Witch OSR 18.00 HR $62.00 $1,116.00 ( LA - Laborer [2] 18.00 HR $23.37 $841.32 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 7 TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 5713 EROSION AND SEDIMENT CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR D. Conditions in the field may warrant erosion control measures in addition to what is specified herein. The Contractor shall implement whatever measures are determined necessary, as directed by the Owner or Engineer. 1.5 DUST CONTROL A. Furnish and maintain such facilities or procedures as may be necessary to prevent air -borne dust generated by the construction activities of this project from affecting either the Owner's use of this site or neighboring properties. Damage to adjacent properties through Contractor's neglect of preventing air borne dust shall be paid for by the Contractor. B. Maintain damp jobsite at all times during demolition/deconstruction. C. Comply with all provisions of the City of Fort Collins Dust Prevention and Control Manual. 1.6 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from remote spaces prior to enclosing the space. C. Remove waste materials, debris, and rubbish from site not less than weekly and dispose off -site in accordance with local and state regulations PART 2— PRODUCTS 2.1 MATERIALS A. Erosion and Sediment Control Materials: Refer to specific silt fence and other required materials. B. Straw Bales: Not allowed. C. Wattles: 8" diameter machine -produced tube filled with compacted rice straw in seamless flexible netting material, creating a densely filled fiber log D. Bedding material used shall be equivalent to Colorado Division of Highways Class A filter material. PART 3— EXECUTION 3.1 PREPARATION A. No earth -disturbing activity outside the limits designated on the plans is permitted. B. All required perimeter silt and construction fencing shall be installed prior to any land disturbing activity (stockpiling, stripping, grading, etc.). All other required erosion control measures shall be installed at the appropriate time in the deconstruction sequence as indicated in the approved stormwater and erosion control plan, deconstruction drawings and erosion control report. C. At all times during construction, the Contractor shall be responsible for preventing and controlling onsite erosion including keeping the property sufficiently watered so as to minimize windblown sediment. The Contractor shall also be responsible for installing and maintaining all erosion control and mitigation facilities Issue For Construction July 15, 2016 01 57 13-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 57 13 EROSION AND SEDIMENT CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR D. Pre -disturbance vegetation shall be protected and retained wherever possible. Removal or disturbance of existing vegetation shall be limited to the areas required for immediate deconstruction/demolition operations, and for the shortest practical period of time 3.2 EXECUTION A. All soils exposed during land disturbing activity (stripping, grading, utility installations, 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 best management practices are installed. B. In order to minimize erosion potential, all temporary (structural) erosion control measures shall: 1. Be inspected at a minimum of once after each significant storm event and repaired or reconstructed as necessary in order to ensure the continued performance of their intended function. 2. Remain in place until such time as all the surrounding disturbed areas are sufficiently stabilized as determined by the Owner and Engineer. 3. Be removed after the site has been sufficiently stabilized as determined by the Owner and Engineer. C. No soil stockpile shall exceed 10' 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. D. Silt Fence: Set stakes, construct 4" wide x 4" deep trench upslope of stakes, install fabric to bottom of trench, backfill and compact excavated trench. E. Wattle Sediment Barrier: Wattle sediment barriers will be installed after the initial grading of the site (in swales) and after the installation of storm pipes and inlets. Install wattles with ends tightly abutted. Stake each wattle into the ground with two (2) wooden stakes. PART 1 PRODUCTS (NOT USED) PART 2 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 57 13-3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 60 00 SHIPMENT, PROTECTION, AND STORAGE SECTION 01 60 00 — SHIPMENT, PROTECTION, AND STORAGE PART GENERAL 1.1 SECTION INCLUDES A. Quality Assurance B. Product delivery, storage, and handling C. Equipment D. Shipping E. Factory -applied coatings F. Storage G. Protection of equipment after installation 1.2 QUALITY ASSURANCE A. To the greatest extent possible, the Contractor shall provide products, materials, or equipment of a singular generic kind from a single source. B. Where more than one choice is available as options for selection of a product, material, or equipment, the Contractor shall select an option which is comparable with other products, materials, or equipment already selected. Compatibility is a basic general requirement of product/material selections. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Products shall be delivered. handled, and stored in accordance with manufacturer's written recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. B. Delivery schedules shall be coordinated in accordance with the project construction schedule and controlled to minimize the long-term storage of products at the Site and the overcrowding of construction spaces. C. Contractor shall especially provide delivery/installation coordination to ensure minimum holding or storage time for products recognized as flammable, hazardous, fragile, having a short shelf life, or easily damaged due to deterioration, theft, and/or other source of loss. 1.4 EQUIPMENT A. All equipment shall be protected against damage from moisture, dust, handling, or other cause during transport from manufacturer's premises to Site. Each item or package shall be marked with the number unique to the Specification reference for the specific item. B. Stiffeners shall be used where necessary to maintain shapes and to give rigidity to packaging and/or covers. Parts of equipment shall be delivered in assembled or sub assembled units where possible. Issue For Construction July 15, 2016 01 60 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 60 00 SHIPMENT, PROTECTION, AND STORAGE 1.5 SHIPPING A. Bearing housings, pipes and other types of openings shall be wrapped or otherwise sealed to prevent contamination by grit and dirt. B. Damage shall be corrected to conform to the requirements of the Contract Documents before the assembly is incorporated into the Work. The Contractor shall bear the costs arising out of dismantling, inspection, repair and reassembly. 1.6 FACTORY -APPLIED COATINGS A. All coatings on all products and equipment shall be intact and free from blemishes and defects. Any blemished or defective coatings shall be repaired at the sole expense of the Contractor responsible for the damage to the Construction Manager's and/or Engineer's approval and in conformance with the manufacturer's recommendations and the Contract Documents. 1.7 STORAGE A. During the interval between the delivery of equipment to the Site and installation, all equipment, unless otherwise specified, shall be stored in an enclosed space affording protection from weather, dust and mechanical damage and providing favorable temperature, humidity and ventilation conditions to ensure against equipment deterioration. Manufacturer's recommendations shall be adhered to in addition to the requirements of the Contract Documents. B. Equipment and materials to be located outdoors may be stored outdoors if approved by the Construction Manager and/or Engineer and if adequately protected against moisture, condensation, sun, temperature, theft, and other outdoor conditions. Equipment shall be stored at least six (6) inches above ground. Temporary power shall be provided to energize space heaters or other heat and/or cooling sources for control of moisture condensation. Space heaters or other heat and/or cooling sources shall be energized without disturbing the sealed enclosure. 1.8 PROTECTION OF EQUIPMENT AFTER INSTALLATION A. After installation, all equipment shall be protected from damage from, including but not limited to, dust, abrasive particles, debris and dirt generated by the placement, chipping, sandblasting, cutting, finishing and grinding of new or existing concrete, terrazzo and metal; and from the fumes, particulate matter, and splatter from welding, brazing and painting of new or existing piping and equipment. 1. As a minimum. vacuum cleaning, blowers with filters, protective shielding, and other dust suppression methods will be required at all times to adequately protect all equipment. 2. During concreting, including finishing, all equipment that may be affected by cement dust must be completely covered. 3. During painting operations, all grease fittings and similar openings shall be covered to prevent the entry of paint. 4. Electrical switchgear, unit substation, and motor load centers shall not be installed until after all concrete work and sandblasting in those areas have been completed and accepted and the ventilation systems installed. B. PVC piping or materials which are to be submerged or buried, shall be installed in locations subject not to exposure to sunlight or more than ambient temperature no earlier than 30 days prior to being placed into service. PART 2 PRODUCTS (NOT USED) Issue For Construction July 15, 2016 01 60 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 60 00 SHIPMENT, PROTECTION, AND STORAGE PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 60 00-3 Ditesco TECHNICAL SPECIFICATIONS THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0173 29 CUTTING AND PATCHING SECTION 01 73 29 — CUTTING AND PATCHING PART 1 -GENERAL 1.1 SECTION INCLUDES A. Demolition and removal of concrete and asphaltic paving, sidewalk, fencing, vegetation, trees and other work as required herein for a complete and functional project as indicated on the drawings and as specified in this section. B. Submittals C. Project Record Documents D. Regulatory Requirements E. Sequencing F. Scheduling G. Cutting and Patching H. Inspection I. Preparation J. General Requirements K. Disposal L. Site Demolition 1.2 RELATED SECTIONS A. Section 01 52 00—Temporary Construction Facilities: Barricades, fences and landscape protection. Dust control. 1.3 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Shop Drawings: Indicate demolition, removal sequence, and location of salvageable items. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01 33 00 B. Accurately record actual locations of subsurface obstructions. 1.5 REGULATORY REQUIREMENTS A. Conform to applicable State and local codes for demolition of structures, safety of adjacent structures, dust control, and disposal. B. Obtain required permits from authorities. Issue for Construction: 01 73 29 - 1 Ditesco July 15, 2016 TECHNICAL SPECIFICATIONS THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 - GENERAL REQUIREMENTS 01 73 29 CUTTING AND PATCHING C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks, or hydrants without written permission from Owner. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.6 SEQUENCING A. Sequence work under the provisions of Section 01 32 16. 1.7 SCHEDULING A. Schedule work under the provisions of Sections 01 32 16. B. Provide detailed descriptions for demolition and removal procedures. 1.8 CUTTING AND PATCHING A. Contractor shall be responsible for all cutting, fitting, and patching, including attendant excavation and backfill, required to complete the Work or to: 1. Make its several parts fit together properly 2. Uncover portions of the Work to provide for installation of ill-timed work 3. Remove and replace defective work 4. Remove and replace work not conforming to requirements of Contract Documents 5. Remove samples of installed work as specified for testing B. Provide products as specified or as required to complete cutting and patching operations. C. Inspection: 1. Inspect existing conditions of the Project, including elements subject to damage or to movement during cutting and patching. 2. After uncovering work, inspect the conditions affecting the installation of products, or performance of the work. 3. Report unsatisfactory or questionable conditions to the Engineer in writing; do not proceed with the work until the Engineer has provided further instructions. D. Preparation: 1. Provide adequate temporary support as necessary to assure the structural value of integrity of the affected portion of the Work. 2. Provide devices and methods to protect other portions of the Project from damage. 3. Provide protection from the elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water. 4. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. 5. Restore work which has been cut or removed; install new products to provide completed Work in accord with requirements of Contract Documents. PART 2 - PRODUCTS NOT USED Issue for Construction: 01 73 29 - 2 Ditesco July 15, 2016 TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 73 29 CUTTING AND PATCHING PART 3 - EXECUTION 3.1 INSPECTION THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR A. Verify areas to be demolished are unoccupied and discontinued in use. B. Do not commence work until conditions are acceptable to Engineer. 3.2 PREPARATION A. Provide, erect, and maintain temporary barriers, enclosures, security fences and shoring at demolition/deconstruction locations in accordance with Section 01 52 00 to protect personnel. B. Protect existing structures and utility services designated not to be demolished. C. Provide temporary wiring and connections to maintain existing telephone, electrical, instrumentation and control systems in service during construction (as necessary). D. Protect trees and plants from damage. Erect temporary tree enclosures (fence) as necessary to limit equipment contact with branches or trunks. Reference Section 01 52 00. E. Mark location of existing utilities. Comply with Utility Notification Center of Colorado Requirements. 3.3 GENERAL REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Conduct operations with minimum interference to Owner access. Maintain protected egress and access at all times. C. Sprinkle Work with water to minimize dust at all times. Provide hoses and water connections for this purpose. D. Do not use water to extent causing flooding, contaminated runoff, or icing- E. Break concrete and masonry into sections less than 3 feet in any dimension to facilitate safe removal, deconstruction and reuse. F. Prevent damage to adjacent structures. In the event damage occurs, repair and incur all costs to provide equal or better conditions to that witnessed prior to damage. G. Protect walls or adjacent structures exposed to demolition work. 3.4 DISPOSAL A. Remove demolition and/or deconstruction materials at regular intervals but no longer than weekly. B. Do not burn materials on -site. C. Transport demolition debris to disposal area; reuse materials to salvage vendors or designated storage site. Issue for Construction: 01 73 29 - 3 Ditesco July 15, 2016 TECHNICAL SPECIFICATIONS THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0173 29 CUTTING AND PATCHING 3.5 SITE DEMOLITION A. Disconnect, remove, cap and identify designated utilities within demolition area. B. Remove foundation walls and footings to a minimum of three feet below finished grade. Demolish portions of basement floor slab to allow surface drainage from site as directed by the Engineer. C. Remove asphalt paving, curb, gutter, sidewalk and other concrete slabs to facilitate construction. D. Backfill areas excavated caused as a result of demolition, in accordance with CDOT Division 200 and the LCUASS. E. Rough grade and compact areas affected by demolition to maintain existing site grades and contours. F. Leave site in clean condition. END OF SECTION Issue for Construction: 01 73 29 - 4 Ditesco July 15, 2016 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 74 00 CLEANING SECTION 01 74 00 — CLEANING PART1 GENERAL 1.1 SECTION INCLUDES A. General work area conditions during construction B. Exterior (site) cleaning 1.2 RELATED SECTIONS A. Division 1—General Requirements B. Cleaning of certain parts of the work described in various sections of the specifications PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL WORK AREAS DURING CONSTRUCTION A. Maintain premises free from accumulations of waste and debris caused by work on this project. B. Prevent dust nuisance attributable to this work. C. Recycle construction materials to the greatest extent possible. Separate and reuse materials as applicable. D. Dispose of degradable and non -degradable debris at an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. E. Repair, patch, and touch-up marred surfaces to specified finish to match adjacent surfaces. F. On completion of work, leave area in a clean, natural looking condition. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 3.2 EXTERIOR (SITE) CLEANING A. Cleaning During Construction: 1. Construction debris: a. Confine in strategically located container(s) covered to prevent blowing by wind b. Remove from work area to container daily C. Haul from site once a week (minimum) 2. Remove soils, sand, and gravel deposited on paved areas and walks daily or more often as required to prevent muddy or dusty conditions. a. Do not flush into storm sewer system Issue For Construction July 15, 2016 01 74 00-1 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1056 - 208.04 - Erosion Control (Silt Pence) continued) ( Foreman - Grading 19.00 HR $37.86 $719.27 Pickup 19.00 HR $10.00 $190.00 ja 1058 - 208.05 - Erosion Control (Concrete 3.00 EACH $2,939.28 $8,817.84 $3,072.99 $9,218.97 -0.00% Washout) Includes Removal Man Hours: 36.75 MH/EACH 110.25 EC -Concrete Washout Structure 3.00 EACH $1,029.85 $3,089.55 Man Hours: 12.50 MH/EACH 37.50 tr UM -Short Crew W/ Kom 200 (2.00 EACH/DY, 3.00 EACH $1,029.85 $3,089.55 1.50 DY) Skid Steer Bobcat W/ Attachments 12.00 HR $45.00 $540.00 Truck - Crew 12.00 HR $30.10 $361.20 ( o OP - Roller 12.75 HR $25.92 $330.45 Q0 Foreman - Utility 12.75 HR $36.66 $467.42 Excavator KOM 200 / 210 / 228 12.00 HR $83.00 $996.00 Q0 OP - Excavator, Small 12.00 HR $32.87 $394.47 J RMV-Remove Minor Structure (MH, Inlet, HW) 3.00 EACH $1,909.43 $5,728.30 Man Hours: 24.25 MH/EACH 72.75 } Remove Minor Structure 3.00 EACH $1,331.25 $3,993.76 Man Hours: 18.25 MH/EACH 54.75 JV RMV-Removal Crew (2.00 EACH/DY, 1.50 3.00 EACH $1,331.25 $3,993.76 DY) Loader CAT938 13.50 HR $75.75 $1,022.63 Pickup 14.25 HR $10.00 $142.50 LA - Laborer 13.50 HR $23.37 $315.50 OP - Loader, Small 13.50 HR $28.50 $384.75 Foreman - Grading 14.25 HR $37.86 $539.45 44 Excavator KOM 200 / 210 / 228 13.50 HR $83.00 $1,120.50 `a OP - Excavator, Small 13.50 HR $34.70 $468.43 ,J RMV-Removal Haul 0.75 LOAD $2,312.72 $1,734.54 Man Hours: 24.00 MH/LOAD 18.00 Dump Fee -Landfill 0.75 LOAD $92.48 $69.36 RMV-Removal Haul (0.75 LOAD/DY, 1.00 0.75 LOAD $2,220.24 $1,665.18 DY) 44 Truck - Tractor W/ Trailer (2] 9.00 HR $64.01 $1,152.18 DR - Truk Driver [2] 9.00 HR $28.50 $513.00 1060 - 208.06 - Erosion Control (Vehicle 2.00 EACH $1,510.39 $3,020.79 $1,527.53 $3,055.06 0.00% Tracking Pad) Man Hours: 3.00 MH/EACH 6.00 i& EC -Stabilized Construction Entrance 222.00 SY $13.61 $3,020.79 Man Hours: 37.00 SY/MH 6.00 y% GE-F-Geoteutile Erosion Control Class 8 222.00 SY $0.69 $154.04 EC -Tracking Pad (333.00 SY/DY, 0.67 DY) 222.00 SY $3.51 $778.84 44 Loader CAT 966, 970, 972 6.00 HR $95.25 $571.50 a OP - Loader, Large 6.00 HR $34.56 $207.34 0 AG-OS-vrc Rock (Albert Frei & Sons, Inc.) 73.26 TON $28.50 $2,087.91 1062 - 208.07 - Erosion Control (Street 200.00 HR $150.00 $30,000.00 $150.00 $30,000.00 0.00% Sweeping) (Rush Management) EC -Street Sweeping 200.00 HR $97.43 $19,485.50 Man Hours: 1.00 MH/HR 200.00 EC -Street Sweeping (8.00 UNIT/DY, 25.00 200.00 UNIT $97.43 $19,485.50 DY) Broom Sweeper 200.00 HR $72.25 $14,450.00 OP - Roller 200.00 HR $25.18 $5,035.50 1064 - 208.08 - Erosion Control (Gravel 29.00 EACH $305.58 $8,861.91 $314.05 $9,107.45 0.00% Inlet Protection) Man Hours: 3.78 MH/EACH 109.50 `p} EC -Gravel Inlet Protection 29.00 EACH $305.58 $8,861.91 Man Hours: 3.78 MH/EACH 109.50 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 8 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 0174 00 CLEANING 3. Comply with stormwater management general permit requirements, and monitor and employ best management practices (BMPs). B. Final Cleaning: 1. Remove trash and debris containers from site: a. Re -sod areas disturbed by location of trash and debris containers 2. Broom clean paved surfaces 3. Rake clean other surfaces of grounds 4. Demobilize all temporary sanitary facilities 3.3 FIELD QUALITY CONTROL A. During substantial completion walk through or prior to start-up, conduct an inspection with Engineer to verify acceptable condition of all work areas. END OF SECTION Issue For Construction July 15, 2016 01 74 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0175 00 STARTUP AND TESTING OF EQUIPMENT SECTION 01 75 00 — STARTUP AND TESTING OF EQUIPMENT PART 1—GENERAL 1.1 SECTION INCLUDES A. General requirements for startup and testing of equipment. 1.2 RELATED SECTIONS A. Section 01 11 00 — Summary of Work B. Section 01 32 16 — Construction Project Schedules C. Section 01 33 00 — Submittal Procedures D. Section 01 45 00 — Quality Control E. Section 01 77 00 — Close Out Procedures F. Section 01 78 23 — Project Record Documents 1.3 DESCRIPTION A. Contractor shall initially start-up and place all equipment installed by Contractor into successful operation according to manufacturer's written instructions and as instructed by manufacturer's field representative. Contractor shall provide all material, labor, tools, equipment, chemicals, lubricants, and expendables required to complete start-up. B. Contractor shall facilitate integration of all equipment and work in conjunction with Owner in process integration. C. No system or subsystem shall be started up for continuous operation unless all components of that system or subsystem, including instrumentation have been testing and proven to be operable as intended by the Contract Documents. D. General activities include 1. Cleaning. 2. Removing temporary protective coatings. 3. Flushing and replacing greases and lubricants, where required by manufacturer. 4. Lubrication. 5. Check shaft and coupling alignments and reset where needed. 6. Check and set motor, pump and other equipment rotation, safety interlocks, and belt tensions. 7. Check and correct if necessary leveling plates, grout, bearing plates, anchor bolts, fasteners, and alignment of piping which may put stress on pumping equipment connected to it. 8. All adjustments required. E. Provide chemicals and lubricants and all other required operating fluids. Issue For Construction July 15, 2016 01 75 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 75 00 STARTUP AND TESTING OF EQUIPMENT F. Provide fuel, electricity, water, filters, and other expendables required for start-up of equipment, unless otherwise specified. 1.4 OWNER FURNISHED MATERIALS & RESOURCES A. Owner shall provide sufficient personnel to assist Contractor in the start-up, but the prime responsibility for proper mechanical operation shall belong to Contractor. It will be the Contractor's responsibility to provide all chemicals and laboratory services necessary for the proper operation of the system during testing and start up. Manufacturer's representatives shall be present during initial startup and operation, unless otherwise acceptable to Owner. B. No system, unit process or any piece of equipment shall be started up for continuous operation without the approved Operation and Maintenance Manuals being turned over to the Owner. C. Training shall be provided prior to turning the operation of a system over to the Owner. Training shall include both classroom and field training. The Contractor shall provide advance training materials and agenda a minimum of two days prior to the training session. The Contractor shall schedule training sessions when convenient for Owner. Training sessions shall be a minimum of 1h day for new equipment to Owner. D. Completion of start-up shall be when the Owner assumes responsibility for operation of the equipment. If the Owner does not assume operational responsibility and, in the opinion of the Engineer, start-up tasks are completed, the Engineer will notify Contractor, in writing, of the completion of the start-up period. 1.5 MINIMUM START-UP REQUIREMENTS A. Contractor shall be responsible for all startup, testing, and commissioning of systems integral to the City of Fort Collins. These systems/components include, but are not limited to testing of the following: 1. Lighting System 2. Irrigation system B. Contractor shall complete testing and shall include scheduling, coordinating, and documenting all startup procedures. Contractor shall coordinate with manufacturer/vendor to complete a final inspection of installed equipment. Manufacturer/Vendor's Representative shall provide signed "Certificate of Proper Installation" form for all relevant equipment, unless otherwise noted. C. After verification of operational components, Contractor shall coordinate with Engineer to witness final testing of each component. It is anticipated that constant coordination will take place between the Contractor and Engineer during startup activities. PART 2— PRODUCTS NOT USED PART 3- EXECUTION NOT USED END OF SECTION Issue For construction July 15, 2016 01 75 00-2 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES PART1 GENERAL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 77 00 — CLOSE OUT PROCEDURES 1.1 SECTION INCLUDES A. Closeout procedures B. Final cleaning C. Contractor's closeout submittals D. Project record documents E. Delivery to Owner F. Substantial completion G. Final inspection H. Final application for payment 1.2 CLOSEOUT PROCEDURES A. Comply with requirements stated in Conditions of the Contract and in specifications for administrative procedures in closing out the Work. B. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. C. Provide submittals to Engineer/Owner that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Project record documents B. Evidence of payment and waiver of claims/liens: As specified in the General and Supplementary Conditions. C. Final inspection reports by all regulatory agencies demonstrating the agencies' final approval. D. At Contract close-out, deliver Record Documents to Engineer for the Owner. Issue For Construction July 15, 2016 01 77 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES E. Accompany submittal with transmittal letter in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address 4. Title and number of each Record Document 5. Signature of Contractor or his authorized representative 1.5 PROJECT RECORD DOCUMENTS A. Provide project record documents under provisions of Section 01 78 23. B. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings 2. Specifications 3. Addenda 4. Change Orders and other Modifications to the Contract 5. Reviewed shop drawings, product data, and samples 6. Field test reports 7. Construction photographs C. Store Record Documents and samples separate from documents used for construction. D. Record information concurrent with construction progress 1. Do not conceal any work until required information is recorded 2. Legibly mark to record actual construction E. Specifications and Addenda —Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name, product model, number, trade name and supplies 2. Product substitutions or alternates utilized 3. Changes made by Addenda, field order or change order F. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Issue For Construction July 15, 2016 01 77 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail 4. Details not on original Contract Drawings 5. Changes made by Field Order or by Change Order G. Submit documents to Engineer with claim for final Application for Payment. H. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes I. Make documents and samples available at all times for inspection by Engineer. J. Label each document "Project Record" in neat, large printed letters. 1.6 DELIVERY TO OWNER A. At or prior to the time of the inspection for substantial completion, deliver all required items to Engineer. Contractor and representatives of Owner and Engineer shall inspect and inventory all items delivered. 1.7 SUBSTANTIAL COMPLETION A. Substantial Completion shall not be allowed until each and every component of the project, including roadway construction, bridge construction, signing, striping, landscaping and irrigation, and restoration of surfaces has been completed and approved by Engineer. When Contractor considers the Work to be substantially complete, he shall submit to Engineer: A written notice that the Work or designated portion thereof is substantially complete 2. A list of items to be completed or corrected B. Within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion. C. Should Engineer determine that the Work is not substantially complete: Engineer will promptly notify the Contractor in writing, giving the reasons therefore. 2. Contractor shall remedy the deficiencies in the Work and send a second written notice of substantial completion to Engineer. 3. Engineer will re -inspect the Work. D. When Engineer finds that the Work is substantially complete, he will: Prepare and deliver to Owner a tentative Certificate of Substantial Completion with a tentative list of items to be completed or corrected before final payment. Issue For Construction July 15, 2016 01 77 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 2. After consideration of any objections made by the Owner as provided in Conditions of the Contract and when Engineer considers the Work substantially complete, he will execute and deliver to the Owner and the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected. 1.8 FINAL INSPECTION A. When Contractor considers the Work is complete, he shall submit written certification that: Contract Documents have been reviewed 2. Work has been inspected for compliance with Contract Documents 3. Work has been completed in accordance with Contract Documents 4. Performance testing has been completed in the presence of Owner or Owner's representative 5. Work is completed and ready for final inspection a. Final completion shall be defined as all site work complete, punch list complete, clean up and demobilization complete; the site restored to finish grades and original condition. B. Engineer and Owner will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Engineer consider that the Work is incomplete or defective: Engineer will promptly notify the Contractor in writing listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies and send a second written certification to Engineer that the Work is complete 3. Engineer will re -inspect the Work D. When the Engineer finds that the Work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 1.9 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 77 00 4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS SECTION 01 78 00 — OPERATION AND MAINTENANCE MANUALS PART1 GENERAL 1.1 SECTION INCLUDES A. Operation and maintenance information and instructions shall be provided in accordance with this Specification section and as required in other individual Specification sections of the Project Manual. Operation and maintenance information shall be provided for each system as well as for each maintainable piece of equipment, equipment assembly or subassembly, and material provided under this Contract. B. Contractor must provide submittals within 60 days of startup and testing of equipment. Final O&M Manuals to be provided within 30 days of successful operation of equipment. 1.2 QUALITY ASSURANCE A. Reference Codes and Specifications 1. No current government or commercial specifications or documents apply. 1.3 SUBMITTALS A. Submittal of operation and maintenance information in the O&M Manuals shall conform to this Specification section, Specification Section 01 33 00, and the requirements of the other individual Specification sections included in the Project Manual. B. The Contractor shall submit to the Engineer a sample of the binders, indices, and makeup of the O&M Manuals for review and approval. In addition, the Contractor shall supply a tabular listing of all the operation and maintenance information/instruction materials required for the Work with an appropriate labeling and sequencing scheme for the Engineer's review and approval. C. Prior to the Work reaching 50 percent completion, submit to the Engineer for approval the requisite number of review copies of the O&M Manuals with all specified material. If a resubmittal(s) is required, submit the same number of copies required for the initial review. D. Furnish to the Engineer three (3) review copies of the Operation and Maintenance Manuals (O&M Manuals) containing operational and maintenance information for all equipment and associated control systems furnished and installed. E. Electronic Operation and Maintenance Manual submittal option: For the initial Operation and Maintenance Manual (O&M Manual) submittals except as otherwise noted herein, the Contractor may at his option provide two (2) compact discs (CDs) each containing electronic copies of the documentation in a single portable document format (.pdf) file. 1. The CDs will not be returned; only review comments will be returned. 2. After initial review. resubmittal (if required), and acceptance of the O&M Manuals, provide three (3) hard copies of all final operation and maintenance manual documentation organized in pre -approved binders per paragraph 1.3 B. 3. Furnish two (2) electronic/digital copies of the final O&M Manuals. The electronic copy shall be a replica of the accepted hard copy, organized in the same manner as the hard copy. The electronic copy shall be a single portable document format (.pdf) file on a compact disc (CD) which shall be installed in a sleeve contained within the hardcopy binder. Issue For Construction July 15, 2016 01 78 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0178 00 OPERATION AND MAINTENANCE MANUALS F. Submit all material for the final 0&M Manuals prior to requesting certification of Substantial Completion. PART PRODUCTS 2.1 FORMAT AND CONTENTS A. Organize each of the O&M Manuals into sections paralleling the equipment Specifications sections in numerical order by the equipment numbers assigned in the Project Manual. 1. Use 3-ring, hard -back binders. 2. A single binder may contain operation and maintenance information/instruction materials for several individual pieces of equipment, equipment assembly or subassembly, and material as appropriate to fill the binder. 3. Label multiple O&M Manual binders as "Volume 1", "Volume 2," and so on. 4. Furnish all operation and maintenance information material in the O&M Manuals on 8- 1 /2" x 11 " commercially printed or typed forms or an alternative format accepted by the Engineer. 5. Punch all loose data for binding. Arrange composition and printing so that punching does not obliterate any data. 6. Print on the cover and binding edge of each volume of the O&M Manuals the Project title, and such other pertinent information as furnished and approved by the Engineer. 7. Include the table of contents for the entire set in each binder, identified by the contents in each volume number. 8. Identify each section of the O&M Manuals using heavy section dividers with reinforced holes and numbered plastic index tabs to permit easy location of desired information. 9. Provide space in the manuals for additional material. 10. In addition to the hard copy O&M Manuals, an electronic version of the O&M must be contained within each binder or set of binders in accordance with Section paragraph 1.3 E.3. B. Prepare and arrange each copy of the O&M Manuals as follows: 1. One copy of the Equipment Maintenance Data Summary Sheet for each item of equipment (see sample form under Part 4 of this Specification section). 2. One copy of the Equipment Preventive Maintenance Data Summary Sheet for each item of equipment (see sample form under Part 4 of this Specification section). 3. One copy of the manufacturer's operating and maintenance instructions for each item of equipment. a. Operating instructions include equipment start-up, normal operation, shutdown, emergency operation and troubleshooting. b. Maintenance instructions include equipment installation, calibration and adjustment, preventive and repair maintenance, lubrication, troubleshooting, parts list and recommended spare parts. 4. List of electrical relay settings and control and alarm contact settings. 5. Electrical interconnection wiring diagram for equipment furnished including all control and lighting systems. 6. One valve schedule giving valve number, location, fluid, and fluid destination for each valve installed. Group all valves in same piping systems together in the schedule. Obtain a sample of the valve numbering system from the Engineer. C. Leave all operating and maintenance material that comes bound by the equipment manufacturer in its original bound state. Cross reference the appropriate sections of the O&M Manuals to the manufacturers' bound materials. 2.2 TYPES OF INFORMATION REQUIRED Issue For Construction July 15, 2016 01 78 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS A. General Operation and maintenance information/instruction materials shall be adequately indexed, and shall contain the following information: a. Contractor's names, addresses, and telephone numbers. b. Alphabetical list of all system components with the name and address and 24- hour phone number of the company responsible for servicing each item during the first year of operation. C. Guarantees and warranties of all equipment whenever applicable. d. All data applicable to the installed equipment including, but not limited to: Shop Drawings, record drawings, installation instructions, lubrication instructions, wiring diagrams, operating instructions, start-up procedures, shut -down procedures, trouble -shooting and repair guides, emergency guidelines, spare part and supply lists and vendors, and other relevant information. In addition, the O&M Manuals shall include all of the applicable items of information listed in this section for each system as well as for each maintainable piece of equipment, equipment assembly or subassembly, and material provided under this Contract. Operating Instructions Specific instructions, procedures, and illustrations shall be provided for the following phases of operations: a. Safety precautions — List personnel hazards for equipment and list safety precautions for all operating conditions. b. Operator prestart — Provide requirements to set up and prepare each system for use. C. Startup, shutdown, and post shutdown procedures — Provide a control sequence for each of these operations. d. Normal operations — Provide control diagrams with data to explain operation and control of systems and specific equipment. e. Emergency operations — Provide emergency procedures for equipment malfunctions to permit a short period of continued operation or to shut down the equipment to prevent further damage to systems and equipment. Include emergency shutdown instructions for fire, explosion, spills, or other foreseeable contingencies. Provide guidance on emergency operations of all utility systems including valve locations and portions of systems controlled. f. Operator service requirements — Provide instructions for services to be performed by the operator such as lubrication, adjustments, and inspection. g. Environmental conditions — Provide a list of environmental conditions (temperature, humidity, and other relevant data) which are best suited for each product or piece of equipment and describe conditions under which equipment should not be allowed to run. C. Preventive Maintenance The following information shall be provided for preventive and scheduled maintenance to minimize corrective maintenance and repair: a. Lubrication data — Provide lubrication data, other than instructions for lubrication in accordance with paragraph 2.1-I3.6. above. 1) A table showing recommended lubricants for specific temperature ranges and applications. 2) Charts with a schematic diagram of the equipment showing lubrication points, recommended types and grades of lubricants, and capacities. 3) A lubrication schedule showing service interval frequency. b. Preventive maintenance plan and schedule. Issue For Construction July 15, 2016 01 78 00-3 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1064 - 208.08 - Erosion Control (Grave/ Inlet Protection) continued) , EC -Inlet Filters 29.00 EACH $133.44 $3,869.69 ktw UM -Short Crew W/ 436 Hoe (9.67 EACH/DY, 29.00 EACH $172.15 $4,992.23 3.00 DY) Backhoe Loader CAT 430 27.00 HR $61.25 $1,653.75 '., LA - Laborer [2] 27.00 HR $23.37 $1,261.98 OP - Loader Backhoe / Skid Steer 27.00 HR $25.79 $696.40 Foreman - Utility 28.50 HR $38.42 $1,095.10 Pickup 28.50 HR $10.00 $285.00 1, 1066 - 208.09 - Erosion Control 52.00 WK $554.69 $28,843.98 $581.97 $30,262.44 0.000/0 (Maintenance Allowance) Man Hours: 12.17 MH/WK 632.67 J EC -Maintain Erosion Control 52.00 WK $554.69 $28,843.98 Man Hours: 12.17 MH/WK 632.67 kV UM -Short Crew W/ 436 Hoe (3.00 WK/DY, 52.00 WK $554.69 $28,843.98 17.33 DY) 0 Backhoe Loader CAT 430 156.00 HR $61.25 $9,555.00 �.A LA - Laborer [2] 156.00 HR $23.37 $7,291.44 OP - Loader Backhoe / Skid Steer 156.00 HR $25.79 $4,023.63 !Q!; Foreman - Utility 164.67 HR $38.42 $6,327.24 Pickup 164.67 HR $10.00 $1,646.67 1068 - 203.00 - Unclassified Excavation 5,563.00 CY $8.86 $49,291.21 $9.26 $51,513.38 0.03% (Cut To Fill) Man Hours: 9.28 CY/MH 599.50 ) EX -Scraper Exc W/ 613's Ld, Dmp, Cmpt (0- 5,563.00 CY $8.86 $49,291.21 1000 Ft) Man Hours: 9.28 CY/MH 599.50 O) GC -Construction Water 222.52 MGAL $5.02 $1,117.05 Construction Water Fort Collins 222.52 MGAL $5.02 $1,117.05 D1 Scraper Ex W/ 613 5,563.00 CY $8.66 $48,174.16 ` 1 Man Hours: 9.28 CY/MH 599.50 kW EX -Scraper Exc W/613 Ld, Dmp,Cmpt 5,563.00 CY $8.66 $48,174.16 (505.73 CY/DY, 11.00 DY) Water Truck 3500 Gal 99.00 HR $53.00 $5,247.00 kojrN Pickup 104.50 HR $10.00 $1,045.00 DR - Water Truck 99.00 HR $28.50 $2,821.50 !, LA - Skilled Laborer 99.00 HR $24.01 $2,377.11 Foreman - Grading 104.50 HR $37.86 $3,956.00 Scraper CAT 613 / 615 99.00 HR $85.00 $8,415.00 OF - Scraper, <15 Yards 99.00 HR $32.63 $3,230.62 Compactor IR 84" Sheeps Foot 99.00 HR $69.00 $6,831.00 !; OP - Roller 99.00 HR $26.58 $2,631.05 40 Motor Grader CAT 140 G 99.00 HR $80.75 $7,994.25 ! OP - Motor Grader, Finish 99.00 HR $36.62 $3,625.63 0� 1070 - 203.02 - Muck Excavation 850.00 CY $35.58 $30,238.91 $36.44 $30,974.00 -0.00% Includes Replacement With Class 5 Base Course Man Hours: 4.72 CY/MH 180.00 J EX -Muck Excavation 850.00 CY $35.58 $30,238.91 Man Hours: 4.72 CY/MH 180.00 .� GC -Construction Water 34.00 MGAL $5.02 $170.68 Construction Water Fort Collins 34.00 MGAL $5.02 $170.68 p} Legal Haul 850.00 CY $27.75 $23,591.08 Man Hours: 7.87 CY/MH 108.00 k V EX -Haul Semi / Belly Dump (425.00 CY/DY, 850.00 CY $11.75 $9,991.08 2.00 DY) I Truck - Tractor W/ Trailer [6] 18.00 HR $64.01 $6,913.08 ,j DR - Truck Driver [6] 18.00 HR $28.50 $3,078.00 AG-CRI-Carr-Aggregate Base Class 5/6 1,700.00 TON $8.00 $13,600.00 (Connell Resources, Inc) J Muck Exc 850.00 CY $7.62 $6,477.15 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 9 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 0178 00 OPERATION AND MAINTENANCE MANUALS i) Provide manufacturer's schedule for routine preventive maintenance, inspections, tests, and adjustments required to ensure proper and economical operation and to minimize corrective maintenance and repair. 2) Provide manufacturer's projection of preventive maintenance man hours on a daily, weekly, monthly, and annual basis including craft requirements by type of craft. D. Corrective Maintenance Manufacturer's recommendations shall be provided on procedures and instructions for correcting problems and making repairs. a. Troubleshooting guides and diagnostic techniques: 1) Provide step-by-step procedures to promptly isolate the cause of typical malfunctions. 2) Describe clearly why the checkout is performed and what conditions are to be sought. 3) Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or requires replacement. b. Wiring diagrams and control diagrams: Wiring diagrams and control diagrams shall be point-to-point drawings of wiring and control circuits including factory - field interfaces. 1) Provide a complete and accurate depiction of the actual job specific wiring and control Work. 2) On diagrams, number electrical and electronic wiring and pneumatic control tubing and the terminals for each type identified to actual installation numbering. C. Maintenance and repair procedures: Provide instructions and list tools required to restore product or equipment to proper condition or operating standards. d. Removal and replacement instructions: 1) Provide step-by-step procedures and list required tools and supplies for removal, replacement, disassembly, and assembly of components, assemblies, subassemblies, accessories, and attachments. 2) Provide tolerances, dimensions, settings, and adjustments required. 3) Instructions shall include a combination of tests and illustrations. e. Spare parts and supply lists: 1) Provide lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without unreasonable delays. 2) List spare parts and supplies that have a long lead time to obtain. f. Corrective maintenance man hours: 1) Provide manufacturer's projection of corrective maintenance man hours including craft requirements by type of craft. 2) Corrective maintenance that requires participation of the equipment manufacturer shall be identified and tabulated separately. Appendices 1. Include information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the product or equipment. The following information shall be provided: a. Parts identification — Provide identification and coverage for all parts of each component, assembly, subassembly, and accessory of the end items subject to replacement. 1) Include special hardware requirements, such as requirement to use high - strength bolts and nuts. 2) Identify parts by make, model, serial number, and source of supply to allow reordering without further identification. Issue For Construction July 15, 2016 01 78 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS 3) Provide clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations omit the part numbers and description, both the illustrations and separate listing shall show the index, reference, or key number which will cross-reference the illustrated part to the listed part. 4) Parts shown in the listings shall be grouped by components, assemblies, and subassemblies. b. Warranty information — List and explain the various warranties and include the servicing and technical precautions prescribed by the manufacturers or Contract Documents to keep warranties in force. C. Personnel training requirements — Provide information available from the manufacturers to use in training designated personnel to operate and maintain the equipment and systems properly. d. Testing equipment and special tool information — Provide information on test equipment required to perform specified tests and on special tools needed for the operation, maintenance, and repair of components. e. Calibration procedures — Where appropriate, provide instructions and procedures for calibration of all detection and measurement devices. 1) Information shall include required frequency of calibration, detailed method of calibration, equipment necessary to calibrate the end instruments, the secondary standard information on calibration of required test equipment, and a calibration log for each end instrument. PART 3 EXECUTION 3.1 TRANSMITTAL PROCEDURE A. Unless otherwise specified, the O&M Manuals and associated operation and maintenance information and data shall be transmitted in accordance with Specification Section 01 33 00 accompanied by an Operation and Maintenance Manual Transmittal. In addition, the O&M Manuals should include an Equipment Maintenance Data Summary Sheet and an Equipment Preventive Maintenance Data Summary Sheet for each piece of equipment referenced. The Operation and Maintenance Manual Transmittal shall be used as a checklist to ensure O&M Manuals are complete. Only complete sets of operation and maintenance information and instructions will be reviewed for acceptance. B. For ease of identification, each manufacturer's brochure, handbook, and/or operation and maintenance materials shall be appropriately labeled with the equipment name and equipment number as it appears in the Project Manual. The information shall be organized in binders, as described in this Specification section. C. If manufacturers' standard brochures and handbooks are used to describe operation and maintenance procedures, such brochures and handbooks shall be modified to reflect only the model or series of equipment used on this Project. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated. 3.2 EQUIPMENT STARTUP A. Under no circumstance will Contractor be allowed to start up equipment until the final O&M Manuals have been received. 3.3 OWNER'S OPERATOR TRAINING A. The O&M Manuals must be submitted and accepted before on -Site training may start as required of Specification Section 01 79 00. Issue For Construction July 15, 2016 01 78 00-5 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS 3.4 FIELD CHANGES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR A. Following the acceptable installation and operation of an equipment item, the item's instructions and procedures shall be modified and supplemented by the Contractor to reflect any field changes or information requiring field data. PART 4 FORMS 4.1 OPERATIONS AND MAINTENANCE FORMS A. The following forms are to be used for the purpose of preparing and submitting O&M Manuals. 1. The Operation and Maintenance Manual Transmittal form is to be used when tendering O&M Manuals. 2. The Equipment Maintenance Data Summary Sheet form is to be used to document all noted data applicable to each piece of installed equipment. 3. The Equipment Preventive Maintenance Data Summary Sheet form is to be used to list and describe all preventive and scheduled maintenance. B. A digital version of these forms can be obtained from the Engineer upon request. END OF SECTION Issue For Construction July 15, 2016 01 78 00-6 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS SECTION 01 78 39 — PROJECT RECORD DOCUMENTS PART1 GENERAL 1.1 SECTION INCLUDES A. Maintenance of record documents. Throughout progress of Work, maintain an accurate record of changes in the Contract Documents and detailed documentation of location of subsurface utilities and, upon completion of Work, transfer recorded changes to set of Record Documents. 1.2 SUBMITTALS A. Comply with pertinent provisions under Section 01 33 00. B. Engineer's acceptance of the current status of Project Record Documents will be a prerequisite to Engineer's recommendation for payment of progress payments and final payment under the Contract. C. Prior to submitting each request for progress payment. secure Engineer's acceptance of the current status of the Project Record Documents. D. Prior to submitting request for final payment, submit the final Project Record Documents to Engineer for acceptance. 1.3 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of Record Documents to one person on Contractor's staff acceptable to Engineer. B. Accuracy of records: Thoroughly coordinate changes within Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future searches for items shown in the Contract Documents may rely reasonably on information obtained from accepted Project Record Documents. C. Make entries within 24 hours after receipt of information that the change has occurred. 1.4 DELIVERY, STORAGE, AND HANDLING A. Maintain job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. B. In the event of loss of recorded data, use means necessary to again secure the data for Engineer's acceptance. Such means shall include, if necessary in the opinion of Engineer, removal and replacement of concealing materials. Issue For Construction July 15, 2016 01 78 39 -1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS 2. In such case, provide replacement to the standards originally required by the Contract Documents. PART PRODUCTS 2.1 RECORD DOCUMENTS A. Job set: Promptly following receipt of Owner's Notice to Proceed, secure from Engineer at no charge to Contractor one complete set of all Documents comprising the Contract. B. Final Record Documents: At a time nearing the completion of the Work, secure from Engineer at no charge to Contractor one complete set of prints of all Drawings in the Contract. PART 3 EXECUTION 3.1 MAINTENANCE OF JOB SET A. Immediately upon receipt of job set, identify each of the Documents with the title, "RECORD DOCUMENTS —JOB SET" B. Preservation: Devise a suitable method acceptable to Engineer for protecting job set, considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed. 2. Do not use job set for any purpose except entry of new data and for review by Engineer, until start of transfer of data to final Project Record Documents. 3. Maintain job set at the site of Work. C. Making entries on Drawings: Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Alternatively, make the change electronically, utilizing a PDF software, with red markings. 3. Date all entries. 4. Call attention to the entry by a "cloud" drawn around the area or areas affected. 5. In the event of overlapping changes, use different colors for the overlapping changes. D. Make entries in pertinent other Documents accepted by Engineer Show on the job set of Record Drawings, by dimension accurate to within one inch, the centerline of each run of items described above. a. Clearly identify the item by accurate note such as "cast iron drain," "galv. water," and the like. Issue For Construction July 15, 2016 01 78 39 -2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS b. Show, by symbol or note, the vertical location of the item ("under slab," "exposed," and the like)- C . Make all identifications so descriptive that it may be related reliably to the Specifications. 3.2 FINAL PROJECT RECORD DOCUMENTS A. The purpose of final Project Record Documents is to provide factual information regarding all aspects of Work, both concealed and visible, to enable future modification of Work to proceed without lengthy and expensive site measurement, investigation, and examination. B. Acceptance of recorded data prior to transfer: Following receipt of print copies for Final Record Documents, and prior to start of transfer of recorded data thereto, secure Engineer's acceptance of all recorded data. 2. Make required revisions. C. Transfer of data to Drawings: Carefully transfer change data shown on job set of Record Drawings to the corresponding prints, coordinating the changes as required. 2. Clearly indicate at each affected detail and other Drawing, a full description of changes made during construction, and the actual location of items to be located. 3. Call attention to each entry by drawing a "cloud" around the area or areas affected. 4. Make changes neatly, consistently, and with the proper media to assure longevity and legibility. D. Transfer of data to other Documents: If Documents other than Drawings have been kept clean during progress of Work, and if entries thereon have been orderly and acceptable to Engineer, the job set of those Documents other than Drawings will be accepted as final Record Documents. 2. If any such Document is not acceptable to Engineer, secure a new copy of that Document from the Engineer at Engineer's usual charge for reproduction and handling, and carefully transfer the changed data to the new copy for acceptance by Engineer. E. Review and submittal: Submit completed set of Project Record Documents to Engineer as described above and under provisions of Section 01 33 00. 2. Participate in review meetings as required. 3. Make required changes and promptly deliver final Project Record Documents to Engineer. 3.3 CHANGES SUBSEQUENT TO ACCEPTANCE Issue For Construction July 15, 2016 01 78 39 -3 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS A. Contractor has no responsibility for recording changes in Work subsequent to Final Completion, except for changes resulting from Warranty work. END OF SECTION Issue For Construction July 15, 2016 01 78 39 -4 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 79 00 TRAINING PART GENERAL 1.1 SECTION INCLUDES A. Quality assurance B. Submittals C. Lesson Plans D. General E. Schedule F. Classroom training G. Field training 1.2 QUALITY ASSURANCE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 79 00 — TRAINING A. Where specified, provide on-the-job training of Owner's personnel. Training sessions shall be conducted by qualified, experienced, factory -trained representatives of the various equipment manufacturers. Training shall include instruction in both operation and maintenance of the subject equipment. 1.3 SUBMITTALS A. The following information shall be submitted in accordance with the provisions of Specification Section 01 33 00. The material shall be reviewed and accepted by the Construction Manager and Engineer not less than three (3) weeks prior to the provision of training. 1. Lessons plans for each training session to be conducted by the manufacturer's representatives. In addition, training manuals, handouts, visual aids, and other reference materials shall be included. 2. Subject of each training session, identity and qualifications of individuals to be conducting the training, and tentative date, time, and duration of each training session. 3. Following completion of training, submit completed "Manufacturer's Certificate of Instructional Services" included in Part 4 of this Specification section. PART PRODUCTS 2.1 LESSON PLANS A. Formal written lesson plans shall be prepared for each training session. Lesson plans shall contain an outline of the material to be presented along with a description of visual aids to be utilized during the session. Each plan shall contain a time allocation for each subject. B. Furnish ten (10) copies of necessary training manuals, handouts, visual aids and reference materials to the Construction Manager at least one (1) week prior to each scheduled training session. C. One complete set of hard -copy originals of the lesson plans, training manuals, handouts, visual aids, and reference material suitably bound for proper organization and easy reproduction shall Issue For Construction July 15, 2016 01 79 00-1 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 79 00 TRAINING CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR be delivered to the Construction Manager to become the property of the Owner to be used for future training. A digital copy of all materials shall also be provided in portable document format (.pdf). D. Format and Content 1. Each training session shall be comprised of time spent both in the classroom and at the specific location of the subject equipment or system. 2. As a minimum, training sessions shall cover the following subjects for each item of equipment or system: a. Familiarization. 1) Review catalog. parts lists, drawings, etc., which have been previously provided for the plant files and in the "Operation and Maintenance Manuals." 2) Present the check-out procedures for the installation of the specific equipment items. 3) Demonstrate each item of equipment and each system. 4) Answer questions. b. Safety. 1) Using material previously provided, review safety references. 2) Discuss proper precautions around equipment. C. Operation. 1) Review reference literature. 2) Explain all modes of equipment and system operation —operator prestart, startup, shutdown, post shutdown, normal operation, and emergency operation. 3) Review all operating parameters for specific equipment/system and any and all interrelated equipment/systems. 4) Review all associated environmental conditions that could affect equipment/ system operation. 5) Check out Owner's personnel on proper use of the equipment. d. Preventive maintenance- 1) Review reference material and provide instruction on preventive maintenance (PM) procedures including daily, weekly, monthly, quarterly, semiannual, annual, and situational jobs. 2) Review craft requirements, tools and special tools, and time required to perform jobs. 3) Show how to perform PM jobs. 4) Show Owner's personnel what to look for as indicators of equipment problems. e. Corrective maintenance. 1) List possible problems. 2) Discuss repairs. 3) Point out special problems. 4) Review needs for various crafts/skills and special tools. 5) Review time requirements. 6) Open up equipment and demonstrate procedures, where practical. f. Parts and service. 1) Show how to use previously provided parts lists and procedures for ordering parts. 2) Check over spare parts on hand. 3) Make recommendations regarding additional parts that should be available. 4) Provide name, address, and telephone numbers of local representatives to order parts and to get service and/or emergency help. g. "Operation and Maintenance Manuals." 1) Review any other material included in the "O&M Manuals." Issue For Construction July 15, 2016 01 79 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 79 00 TRAINING 2) Update material, as required. PART 3 EXECUTION 3.1 GENERAL A. Where specified, the Contractor shall conduct training sessions for the Owner's personnel to instruct the staff on the proper operation, care, and maintenance of the equipment and systems installed under this Contract. 1. Training shall take place at the Site of the Work and under the conditions specified in the following paragraphs. 2. Provide all audio and/or visual equipment needed to present the required training. 3. The O&M Manuals must be submitted and accepted in accordance with Specification Section 01 78 00 before on -Site training may start. 3.2 SCHEDULE A. Training shall be conducted in conjunction with operational testing and commissioning periods as specified in Section 01 79 00. 1. Classes shall be scheduled such that classroom sessions are interspersed with field instruction in logical sequence. 2. Arrange to have the training conducted on consecutive days, with no more than six (6) hours of classes scheduled for any one day. 3. Concurrent classes shall not be allowed. 3.3 CLASSROOM TRAINING A. As a minimum, classroom equipment training for operations personnel will include the following services for each item of equipment and/or system as required in individual Specification sections: 1. Using slides and drawings, discuss the equipment's specific location in the plant and an operational overview. Discuss purpose and function of the equipment. Provide a working knowledge of the operating theory of the equipment. 2. Operator prestart, startup, shutdown, post shutdown, normal, and emergency operating procedures, including a discussion on system integration and electrical interlocks, if any. 3. Identify and discuss safety items and procedures. 4. Routine preventive maintenance, including specific details on lubrication and maintenance. Required equipment exercise procedures and intervals. Operator detection, without test instruments, of specific equipment trouble symptoms. Equipment inspection and troubleshooting procedures including the use of applicable test instruments and the "pass" and "no pass" test instrument readings. Routine and long- term calibration procedures. 5. Routine disassembly and assembly of equipment if applicable (as judged by the Owner on a case -by -case basis) for purposes such as operator inspection of equipment. 6. Routine records keeping. B. Additional training services shall be provided, where specifically required in individual Specification sections. 3.4 FIELD TRAINING A. As a minimum, hands-on equipment training for Owner's operations personnel will include identifying location of equipment and reviewing the purpose of piping, valves, and flow options; identifying instrumentation including location of primary element, location of instrument readout, basic operation, and information interpretation. Issue For Construction July 15, 2016 01 79 00-3 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1070 - 203,02 - Muck Excavation Includes Replacement With Class 5 Base Course continued) Man Hours: 11.81 CY/MH 72.00 E -Muck Excavation (425.00 CY/DY, 2.00 850.00 CY $7.62 $6,477.15 DY) 0 Excavator KOM 390 / 400 / 490 18.00 HR $115.25 $2,074.50 Pickup 19.00 HR $10.00 $190.00 LA - Skilled Laborer 18.00 HR $24.01 $432.20 OP - Excavator, Large 18.00 HR $34.70 $624.58 Compactor IR 84" Sheeps Foot 18.00 HR $69.00 $1,242.00 OP - Roller 18.00 HR $26.58 $478.37 b Loader JD 210 Skip 18.00 HR $51.25 $922.50 OP - Loader, Small 18.00 HR $28.50 $513.00 1072 - 203.03 - Finish Grading For 89,598.00 SF $0.30 $27,057.17 $0.32 $28,671.36 1.20% Landscaping Man Hours: 196.92 SF/MH 455.00 ;p) IX -Finish Grading 9,945.38 SY $2.72 $27,057.17 Man Hours: 21.86 SY/MH 455.00 Finish Grading 9,945.38 SY $2.68 $26,607.84 Man Hours: 21.86 SY/MH 455.00 Qk s EX -Finish Grading (110.50 SY/PH, 10.00 9,945.38 SY $2.68 $26,607.84 DY) Pickup 95.00 HR $10.00 $950.00 Foreman - Grading 95.00 HR $37.86 $3,596.37 GPS For Blade 90.00 HR $11.50 $1,035.00 Loader JD 210 Skip [0.5] 90.00 HR $51.25 $2,306.25 r OP - Loader, Small 90.00 HR $28.50 $2,565.00 r-,o LA - Skilled Laborer 90.00 HR $24.01 $2,161.01 Skid Steer Bobcat W/ Attachments 90.00 HR $45.00 $4,050.00 OP - Loader Backhoe / Skid Steer 90.00 HR $25.79 $2,321.33 Excavator Compact John Deer 35 / 60 90.00 HR $50.00 $4,500.00 r OP - Excavator, Small 90.00 HR $34.70 $3,122.39 D} GC -Construction Water 89.51 MGAL $5.02 $449.33 L Construction Water Fort Collins 89.51 MGAL $5.02 $449.33 C 1074 - 203.03 - Import Non Amended 615.00 CY $34.89 $21,455.05 $35.81 $22,023.15 -0.01% Topsoil For Native Seed Areas (6") Man Hours: 3.38 CY/MH 182.00 IX -Replace Stripped Topsoil In Islands 615.00 CY $34.89 $21,455.05 Man Hours: 3.38 CY/MH 182.00 k�w IX -Replace Strippings In Islands (153.75 615.00 CY $19.89 $12,230.05 CY/DY, 4.00 DY) ISO Loader CAT 938 36.00 HR $75.75 $2,727.00 :__j% OP - Loader, Small 36.00 HR $28.50 $1,026.00 Loader ID 210 Skip 36.00 HR $51.25 $1,845.00 OP - Loader, Small 36.00 HR $28.50 $1,026.00 Truck - Tandem Dump 36.00 HR $53.40 $1,922.40 DR - Truck Driver 36.00 HR $28.50 $1,026.00 Pickup 38.00 HR $10.00 $380.00 r LA - Laborer 36,00 HR $23.37 $841.32 Foreman - Base 38.00 HR $37.80 $1,436.33 AG-05-Topsoil Strippings (Connell 615.00 CY $15.00 $9,225.00 Resources, Inc) Cul 1076 - 203.04 -Excavate For Topsoil In 16,270.00 SF $0.72 $11,647.23 $0.75 $12,202.50 0.08% Medians Man Hours: 89.40 SF/MH 182.00 EY-Finish Grading 1,805.97 SY $6.45 $11,647.23 Man Hours: 9.92 SY/MH 182.00 Dj Finish Grading 1,805.97 SY $6.40 $11,565.64 Man Hours: 9.92 SY/MH 182.00 LQ-y IX -Finish Grading (50.17 SY/PH, 4.00 DY) 1,805.97 SY $6.40 $11,565.64 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 10 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 0179 00 TRAINING B. Discuss, demonstrate, and perform standard operating procedures and round checks. Discuss and perform the preventive maintenance activities and perform startup and shutdown procedures. Perform the required equipment exercise procedures. Perform routine disassembly and assembly of equipment if applicable. Identify and review safety items and perform safety procedures, if feasible. C. Demonstrate preventive maintenance such as lubrication; normal maintenance such as belt, seal, and bearing replacement; and up to major repairs such as replacement of major equipment part(s) with the use of special tools, bridge cranes, welding jigs, etc. D. Perform Owner approved practice maintenance and repair job(s), including mechanical and electrical adjustments and calibration and troubleshooting equipment problems. END OF SECTION Issue For Construction July 15, 2016 01 79 00-4 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1076 - 203.04 - Excavate For Topsoil In Medians continued) Pickup 38.00 HR $10.00 $380.00 Foreman - Grading 38.00 HR $37.86 $1,438.55 GPS For Blade 36.00 HR $11.50 $414.00 -J Loader JD 210 Skip 36.00 HR $51.25 $1,845.00 (;y OP - Loader, Small 36.00 HR $28.50 $1,026.00 r LA - Skilled Laborer 36.00 HR $24.01 $864.41 Skid Steer Bobcat W/ Attachments 36.00 HR $45.00 $1,620.00 OP - Loader Backhoe / Skid Steer 36.00 HR $25.79 $928.53 44 Excavator Compact John Deer 35 / 60 36.00 HR $50.00 $1,800.00 �.4 OP - Excavator, Small 36.00 HR $34.70 $1,249.16 GC -Construction Water 16.25 MGAL $5.02 $81.59 y% Construction Water Fort Collins 16.25 MGAL $5.02 $81.59 D� 1078 - 306.00 - Reconditioning (12Inch) 24,201.00 SY $1.42 $34,295.63 $1.48 $35,817.48 -0.050/a Includes Under Medians, And Concrete Paving And Curbs Man Hours: 53.19 SY/MH 455.00 J AB-Subgrade Prep Mainline 24,201.00 SY $1.42 $34,295.63 Man Hours: 53.19 SY/MH 4S5.00 GC -Construction Water 217.81 MGAL $5.02 $1,093.40 Construction Water Fort Collins 217.81 MGAL $5.02 $1,093.40 .J Subgrade Prep 24,201.00 SY $1.37 $33,202.23 Man Hours: 53.19 SY/MH 455.00 !JI AB-Subgrade Prep Mainline (2,420.10 24,201.00 SY $1.37 $33,202.23 SY/DY, 10.00 DY) 4j Pickup 95.00 HR $10.00 $950.00 Foreman - Base 95.00 HR $37.80 $3,590.83 Motor Grader CAT 140 G 90.00 HR $80.75 $7,267.50 t;� OP - Motor Grader, Finish 90.00 HR $36.62 $3,296.03 b Water Truck 3500 Gal 40 90.00 HR $53.00 $4,770.00 DR - Water Truck 90.00 HR $28.50 $2,565.00 (�o LA - Skilled Laborer 90.00 HR $24.01 $2,161.01 Compactor IR 84" Sheeps Foot 90.00 HR $69.00 $6,210.00 OP - Roller 90.00 HR $26.58 $2,391.86 [' 1080 - 206.00 - Backfill (Flow -fill) 200.00 CY $97.72 $19,54332 $99.53 $19,906.00 -0.00% Man Hours: 5.56 CY/MH 36.00 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 5 to 123. The description was changed from'Dewatering' to'Structural Backfill (Flow -fill)'. The bid quantity was changed from 1 LS to 1,000 CY. SD -Flow Fill Streets Storm Drain 200.00 CY $97.72 $19,543.32 Man Hours: 5.56 CY/MH 36.00 �j CO-M-Concrete FLO- FILL 200.00 CY $93.00 $18,600.00 it, GC-Flowfill (100.00 CY/DY, 2.00 DY) 200.00 CY $4.72 $943.32 4 OSR-Concrete Vibrator 2.00 DY $51.00 $102.00 d LA -Laborer [2] 18.00 HR $23.37 $841.32 C 1082 - 506.00 - Riprap (Type L) 15.00 CY $116.49 $1,747.29 $119.82 $1,797.30 0.000/0 Man Hours: 2.53 CY/MH 5.94 B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 26 to 137. The description was changed from'Riprap (18 Inch)' to'Riprap (Type L)'. The bid quantity was changed from 1,550 CY to 10 CY. Rip Rap DSO=9", Type L 15.00 CY $116.49 $1,747.29 Man Hours: 2.53 CY/MH 5.94 Haul 24.00 TON $41.89 $1,005.34 Trucking (1.00 DY, 0.39 Trucks, 3.00 24.00 TON $11.74 $281.74 TON/HR) AG -OS -Rip Rap - D50=9", Type L (Albert 24.00 TON $30.15 $723.60 Frei & Sons, Inc.) D} Place Rip Rap 15.00 CY $22.08 $331.18 Man Hours: 3.70 CY/MH 4.05 1LW Rip Rap (100.00 CY/DY, 0.15 DY) 15.00 CY $22.08 $331.18 4 Loader CAT 938 1.35 HR $75.75 $102.26 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 11 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1052 - 506.00 - Riprap (Type L) continued) LA - Laborer 1.35 HR OP - Excavator, Small 1.35 HR OP -Loader, Small 1.35 HR Excavator KOM 200 / 210 / 228 1.35 HR D) Rip Rap Bedding 5.00 CY J Rip Rap Bedding Haul Trucking (1.00 DY, 0.11 Trucks, 1.16 TON/HR) AGCRI-Carr-Bedding Rock 1" Grading 57 (Connell Resources, Inc) Place Rip Rap Bedding j�tw Rip Rap (100.00 CY/DY, 0.05 DY) Loader CAT 938 LA - Laborer OP - Excavator, Small OP - Loader, Small Excavator KOM 200 / 210 / 228 ,pj Rip Rap Fabric GE-F-Geotextile (Drainage) Class A mRip Rap (1,500.00 SY/DY, 0.02 DY) tYl Loader CAT 938 LA - Laborer OP - Excavator, Small OP - Loader, Small Cb Excavator KOM 200 / 210 / 228 D 1084 - 603.00 - 8 Inch PVC (Complete in Place) SD-12" HOPE N-12 Storm Sewer .) Excavate Storrs Drain HDPE-P-12" N-12 (Dana Kepner) SD -Storm Sewer Exc & Lay W/ Kom 200 (66.00 LF/DY, 1.00 DY) 14 Pickup Foreman - Utility Excavator KOM 200 / 210 / 228 '_4 OP - Excavator, Small Loader CAT 938 OP - Loader, Small Q- LA - Pipelayer [2] LA -Laborer y Trench Shoring - Bedding Box Trench Shoring - Manhole Box Trench Shoring - Trench Box D l SD -Storm Bedding Haul ,!1i/ Trucking (1.00 DY, 0.61 Trucks, 6.33 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 (Connell Resources, Inc) J SD -Storm Sewer Backfill <=36" J GC -Construction Water y/ Construction Water Fort Collins J Storm Backfill <=36 9.24 TON 9.24 TON 9.24 TON 5.00 CY 5.00 CY 0.45 HR 0.45 HR 0.45 HR 0.45 HR 0.45 HR 30.00 SY 30.00 SY 30.00 SY 0.18 HR 0.18 HR 0.18 HR 0.18 HR 0.18 HR 66.00 LF $23.37 $34.70 $28.50 $83.00 $62.18 $21.67 $8.67 $13.00 $22.08 $22.08 $75.75 $23.37 $34.70 $28.50 $83.00 $3.34 $1.87 $1.47 $75.75 $23.37 $34.70 $28.50 $83.00 $121.45 66.00 LF $121.45 66.00 LF $58.78 66.00 LF 66.00 LF 9.50 HR 9.50 HR 9.00 HR 9.00 HR 9.00 HR 9.00 HR 9.00 HR 9.00 HR 9.00 HR 9.00 HR 9.00 HR 50.65 TON 50.65 TON 50.65 TON 66.00 LF 7.92 MGAL 7.92 MGAL 66.00 LF $7.13 $51.65 $10.00 $38.42 $83.00 $34.70 $75.75 $28.50 $25.65 $23.37 $11.00 $10.00 $10.00 $21.67 $8.67 $13.00 $46.04 $5.02 $5.02 $45.44 $31.55 $46.84 $38.48 $112.05 $310.57 Man Hours: $200.28 $80.15 $120.13 $110.28 Man Hours: $110.28 $34.05 $10.51 $15.60 $12.81 $37.31 $100.20 Man Hours: $56.04 $44.16 $13.64 $4.21 $6.25 $5.13 $14.94 $8,015.75 Man Hours: $8,015.75 Man Hours: $3,879.18 Man Hours: $470.58 $3,408.60 $95.00 $365.03 $747.00 $312.29 $681.75 $256.50 $461.70 $210.33 $99.00 $90.00 $90.00 $1,097.80 $439.34 $658.46 $3,038.77 Man Hours: $39.76 $39.76 $2,999.01 3.70 CY/MH 1.35 3.70 CY/MH 1.35 55.56 SY/MH 0.54 $127.86 $8,438.76 0.00% 1.30 MH/LF 86.00 1.30 MH/LF 86.00 1.21 LF/MH 54.50 2.10 LF/MH 31.50 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 12 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1084 - 603.00 - 8Inch PVC (Complete in Place) continued) Man Hours: k� SD -Storm Sewer Backfill With Wheel 66.00 LF $45.44 $2,999.01 (66.00 LF/DY, 1.00 DY) 0 Excavator KOM 200 1210 / 228 9.00 HR $83.00 $747.00 OP - Excavator, Small 9.00 HR $34.70 $312.29 Water Truck 3500 Gal 9.00 HR $53.00 $477.00 DR - Water Truck 9.00 HR $28.50 $256.50 M Truck - Tandem Dump 9.00 HR $53.40 $480.60 !, DR - Truck Driver 9.00 HR $28.50 $256.50 Loader CAT 938 [0.5] 9.00 HR $75.75 $340.88 OP - Loader, Small [0.5] 9.00 HR $28.50 $128.25 2.10 LF/MH 31.50 1086 - 603.01 - 15 Inch Reinforced 172.00 LF $68.81 $11,834.67 $71.95 $12,375.40 -0.00% Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 102.72 D+' SD-15" RCP Storm Sewer 172.00 LF $68.81 $11,834.67 Man Hours: 1.67 LF/MH 102.72 Excavate Storm Drain 172.00 LF $39.84 $6,852.57 Man Hours: 2.64 LF/MH 65.10 !s SD -Storm Sewer Exc & Lay W/ Kom 200 172.00 LF $23.67 $4,071.39 (144.00 LF/DY, 1.19 DY) Pickup 11.35 HR $10.00 $113.47 Foreman - Utility 11.35 HR $38.42 $436.01 Excavator KOM 200 / 210 / 228 10.75 HR $83.00 $892.25 !�, OP - Excavator, Small 10.75 HR $34.70 $373.01 ., Loader CAT 938 10.75 HR $75.75 $814.31 ` OP - Loader, Small 10.75 HR $28.50 $306.38 (; LA - Pipelayer [2] 10.75 HR $25.65 $551.48 !ao LA - Laborer 10.75 HR $23.37 $251.23 ,.� Trench Shoring - Bedding Box 10.75 HR $11.00 $118.25 Trench Sharing - Manhole Box 10.75 HR $10.00 $107.50 Trench Shoring - Trench Box 10.75 HR $10.00 $107.50 RCP - 15" Class III W/ Rubber Gasket Joint 172.00 LF $16.17 $2,781.18 (Precast Concepts) SD -Storm Bedding Haul 59.81 TON $21.67 $1,296.34 Trucking (1.00 DY, 0.72 Trucks, 7.48 59.81 TON $8.67 $518.79 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 59.81 TON $13.00 $777.54 (Connell Resources, Inc) SD -Storm Sewer Backfill <=36" 172.00 LF $21.43 $3,685.77 Man Hours: 4.57 LF/MH 37.63 GC -Construction Water 20.64 MGAL $5.02 $103.61 Construction Water Fort Collins 20.64 MGAL $5.02 $103.61 J Storm Backfill <=36 172.00 LF $20.83 $3,582.16 Man Hours: 4.57 LF/MH 37.63 ktw SD -Storm Sewer Backfill With Wheel 172.00 LF $20.83 $3,582.16 (144.00 LF/DY, 1.19 DY) Excavator KOM 200 / 210 / 228 10.75 HR $83.00 $892.25 OP - Excavator, Small 10.75 HR $34.70 $373.01 Water Truck 3500 Gal 10.75 HR $53.00 $569.75 DR - Water Truck 10.75 HR $28.50 $306.38 iv Truck - Tandem Dump 10.75 HR $53.40 $574.05 DR - Truck Driver 10.75 HR $28.50 $306.38 Loader CAT 938 (0.5] 10.75 HR $75.75 $407.16 OP - Loader, Small [0.5] 10.75 HR $28.50 $153.19 D 1088 - 603.02 - 18 Inch Reinforced Concrete Pipe (Complete in Place) Q) SD-18" RCP Storm Sewer Excavate Storm Drain 7/1/2016 10:55:41 AM 574.00 LF $71.66 $41,132.68 $74.85 $42,963.90 -0.00% Man Hours: 1.67 LF/MH 342.81 574.00 LF $71.66 $41,132,68 Man Hours: 1.67 LF/MH 342.81 574.00 LF $42.69 $24,506.36 Lincoln Corridor 1st To Lemay 13 01 5713 Temporary Erosion and Sediment Control.........................................................01 57 13-03 01 6000 Shipment, Protection, and Storage....................................................................01 60 00-03 01 7329 Cutting and Patching..........................................................................................01 73 29-04 01 7400 Cleaning.............................................................................................................01 74 00-02 01 7500 Starting of Systems............................................................................................01 75 00-02 01 7700 Close Out Procedures........................................................................................01 77 00-04 01 7800 O&M Manuals.....................................................................................................01 78 00-06 01 7823 Project Record Documents................................................................................01 78 23-04 01 7900 Training..............................................................................................................01 79 00-04 TECHNICAL SPECIFICATIONS The 2011 Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, the Larimer County Urban Area Street Standards (latest version) and the City of Fort Collins Utilities Water, Wastewater and Stormwater Standards and Specifications for Construction form the basis of technical specifications for this project. Any modifications to these specifications will be provided as a special provision included herein or provided to the Contractor with each respective work order (as applicable). 2011 CDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (incorporated by reference) Division 100 General Provisions..............................................................................................................1 Section 101 Definitions and Terms.........................................................................................................1 Section 102 Bidding Requirements and Conditions.........................................................................14-17 Section 103 Award and Execution of Contract......................................................................................18 Section104 Scope of Work..............................................................................................................19-29 Section105 Control of Work............................................................................................................29-90 Section 106 Control of Material......................................................................................................91-112 Section 107 Legal Relations and Responsibility to Public ...........................................................113-131 Section 108 Prosecution and Progress........................................................................................132-145 Section 109 Measurement and Payment.....................................................................................146-160 Division 200 Earthwork.................................................................................................................161-272 Division300 Bases.......................................................................................................................273-282 Division400 Pavements...............................................................................................................283-338 Division500 Structures.................................................................................................................339-428 Division 600 Miscellaneous Construction.....................................................................................429-676 Division 700 Material Details.........................................................................................................677-756 Larimer County Urban Area Street Standards — latest version (incorporated by reference, as applicable) Chapter 1 General Provisions Chapter 2 Submittal & Review Procedures Chapter 3 Information Requirements for Construction Plans Chapter 4 Transportation Impact Studies Chapter 5 Soils Investigations and Report Chapter 6 Permits Design (Not Applicable) Chapter 20 Public Improvement Cost Estimate Chapter 22 Construction Specifications Chapter 23 Inspection and Testing Procedures Chapter 24 Acceptance/Warranty Procedures & Record Drawings Chapter 25 Reconstruction and Repair Appendices A through C City of Fort Collins Utilities Water, Wastewater and Stormwater Standards and Specifications for Construction Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1088 - 603.02 - 18 Inch Reinforced Concrete Pipe (Complete in Place) continued) Man Hours: 2.64 LF/MH 217.24 RCP - 18" Class III W/ Rubber Gasket Joint 574.00 LF $19.02 $10,919.29 (Precast Concepts) SD -Stone Sewer Exc & Lay W/ Kom 200 574.00 LF $23.67 $13,587.07 (144.00 LF/DY, 3.99 DY) j Pickup 37.87 HR $10.00 $378.68 Foreman - Utility 37.87 HR $38.42 $1,455.06 Excavator KOM 200 / 210 / 228 35.88 HR $83.00 $2,977.63 OP - Excavator, Small 35.88 HR $34.70 $1,244.82 NO Loader CAT 938 35.88 HR $75.75 $2,717.53 OP - Loader, Small 35.88 HR $28.50 $1,022.44 D. LA - Pipelayer [2] 35.88 HR $25.65 $1,840.39 r� LA - Laborer 35.88 HR $23.37 $838.40 Trench Shoring - Bedding Box 35.88 HR $11.00 $394.63 Trench Shoring - Manhole Box 35.88 HR $10.00 $358.75 � Trench Shoring - Trench Box 35.88 HR $10.00 $358.75 Dy SD -Storm Bedding Haul 199.60 TON $21.67 $4,326.14 Trucking (1.00 DY, 2.40 Trucks, 24.95 199.60 TON $8.67 $1,731.32 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 199.60 TON $13.00 $2,594.82 (Connell Resources, Inc) SD -Storm Sewer Backfill <=36" 574.00 LF $21.43 $12,300.18 Man Hours: 4.57 LF/MH 125.56 Dt GC -Construction Water 68.88 MGAL $5.02 $345.78 7/ Construction Water Fort Collins 68.88 MGAL $5.02 $345.78 .W Storm Backfill <=36 574.00 LF $20.83 $11,954.40 Man Hours: 4.57 LF/MH 125.56 SD -Storm Sewer Backfill With Wheel 574.00 LF $20.83 $11,954.40 (144.00 LF/DY, 3.99 DY) Excavator KOM 200 / 210 / 228 35.88 HR $83.00 $2,977.63 OP -Excavator, Small 35.88 HR $34.70 $1,244.82 Water Truck 3500 Gal 35.88 HR $53.00 $1,901.38 DR - Water Truck 35.88 HR $28.50 $1,022.44 Truck -Tandem Dump 35.98 HR $53.40 $1,915.73 d DR - Truck Driver 35.88 HR $28.50 $1,022.44 Loader CAT 938 [0.5] 35.88 HR $75.75 $1,358.77 OP - Loader, Small [0.5] 35.88 HR $28.50 $511.22 1090 - 603.03 - 24 Inch Reinforced 525.00 LF $87.86 $46,124.09 Concrete Pipe (Complete In Place) Man Hours: D SD-24" RCP Storm Sewer 525.00 LF $87.86 $46,124.09 Man Hours: of Excavate Storm Drain 525.00 LF $58.19 $30,551.50 Man Hours: RCP - 24" Class III W/ Rubber Gasket Joint 525.00 LF $33.29 $17,477.52 (Precast Concepts) ktw SD -Storm Sewer Exc & Lay W/ Kam 200 525.00 LF $23.67 $12,427.19 (144.00 LF/DY, 3.65 DY) 4 Pickup 34.64 HR $10.00 $346.35 ,,} Foreman - Utility 34.64 HR $38.42 $1,330.85 Excavator KOM 200 / 210 / 228 32.81 HR $83.00 $2,723.44 OP - Excavator, Small 32.81 HR $34.70 $1,138.55 Loader CAT 938 32.81 HR $75.75 $2,485.55 OP - Loader, Small 32.81 HR $28.50 $935.16 r�A LA - Pipelayer [2) 32.81 HR $25.65 $1,683.28 �_4 LA - Laborer 32.81 HR $23.37 $766.83 Trench Shoring - Bedding Box 32.81 HR $11.00 $360.91 leo Trench Shoring - Manhole Box 32.81 HR $10.00 $328.13 !ty Trench Shoring - Trench Box 32.81 HR $10.00 $328.13 3/ RCP - 24" FES (Precast Concepts) 1.00 EACH $646.79 $646.79 $91.31 $47,937.75 0.000/0 1.67 LF/MH 313.54 1.67 LF/MH 313.54 2.64 LF/MH 198.70 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 14 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1090 - 603.03 - 24Inch Reinforced Concrete Pipe (Complete In Place) continued) �1 SD -Storm Bedding Haul 199.43 TON $21.67 $4,322.43 Trucking (1.00 DY, 2.40 Trucks, 24.93 199.43 TON $8.67 $1,729.84 TON/HR) AG -CPI -Carr -Bedding Rock 1" Grading 57 199.43 TON $13.00 $2,592.59 (Connell Resources, Inc) :J SD -Storm Sewer Backfill <=36' 525.00 LF $21.43 $11,250.16 Man Hours: 4.57 LF/MH 114.84 GC -Construction Water 63.00 MGAL $5.02 $316.26 3i construction Water Fort Collins 63.00 MGAL $5.02 $316.26 Storm Backfill <=36 525.00 LF $20.83 $10,933.90 Man Hours: 4.57 LF/MH 114.84 kkw SD -Storm Sewer Backfill With Wheel 525.00 LF $20.83 $10,933.90 (144.00 LF/DY, 3.65 DY) i14D Excavator KOM 200 / 210 / 228 32.81 HR $83.00 $2,723.44 ..� OP - Excavator, Small 32.81 HR $34.70 $1,138.55 Water Truck 3500 Gal 32.81 HR $53.00 $1,739.06 DR - Water Truck 32.81 HR $28.50 $935.16 Truck - Tandem Dump 32.81 HR $53.40 $1,752.19 ,_p DR - Truck Driver 32.81 HR $28.50 $935.16 Loader CAT 938 [0.5] 32.81 HR $75.75 $1,242.77 .A OP - Loader, Small [0.5] 32.81 HR $28.50 $467.58 D 1092 - 603.04 - 30 Inch Reinforced 534.00 LF $100.76 $53,807.80 $104.42 $55,760.28 -0.00% Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 318.92 DJ SD-30" RCP Storm Sewer 534.00 LF $100.76 $53,807.80 Man Hours: 1.67 LF/MH 318.92 D) Excavate Storm Drain 534.00 LF $69.33 $37,020.30 Man Hours: 2.64 LF/MH 2O2.10 RCP - 30" Class III W/ Rubber Gasket Joint 534.00 LF $45.66 $24,380.07 (Precast Concepts) SD -Storm Sewer Exc & Lay W/ Kom 200 534.00 LF $23.67 $12,640.23 (144.00 LF/DY, 3.71 DY) 4 Pickup 35.23 HR $10.00 $352.29 ;,d Foreman - Utility 35.23 HR $38.42 $1,353.66 Excavator KOM 200 / 210 / 228 33.38 HR $83.00 $2,770.13 ; OP - Excavator, Small 33.38 HR $34.70 $1,158.07 Loader CAT 938 33.38 HR $75.75 $2,528.16 OP - Loader, Small 33.38 HR $28.50 $951.19 -d LA - Pipelayer [2] 33.38 HR $25.65 $1,712.14 LA - Laborer 33.38 HR $23.37 $779.97 Trench Shoring - Bedding Box 33.38 HR $11.00 $367.13 w Trench Shoring - Manhole Box 33.38 HR $10.00 $333.75 nm Trench Shoring - Trench Box 33.38 HR $10.00 $333.75 J SD -Storm Bedding Haul 246.59 TON $21.67 $5,344.48 Trucking (1.00 DY, 2.97 Trucks, 30.82 246.59 TON $8.67 $2,138.86 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 246.59 TON $13.00 $3,205.61 (Connell Resources, Inc) SD -Storm Sewer Backfill <=36' 534.00 LF $21.43 $11,443.02 Man Hours: 4.57 LF/MH 116.81 GC -Construction Water 64.08 MGAL $5.02 $321.68 Construction Water Fort Collins 64.08 MGAL $5.02 $321.68 Q} Storm Backfill <=36 534.00 LF $20.83 $11,121.34 Man Hours: 4.57 LF/MH 116.81 °k"W SD -Storm Sewer Backfill With Wheel 534.00 LF $20.83 $11,121.34 (144.00 LF/DY, 3.71 DY) Excavator KOM 200 / 210 / 228 33.38 HR $83.00 $2,770.13 OP - Excavator, Small 33.38 HR $34.70 $1,158.07 Water Truck 3500 Gal 33.38 HR $53.00 $1,768.88 DR -Water Truck 33.38 HR $28.50 $951.19 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 15 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percenl (Item 1092 - 603.04 - 301nch Reinforced Concrete pipe (Complete In place) continued) Truck - Tandem Dump 33.38 HR $53.40 $1,782.23 DR - Truck Driver 33.38 HR $28.50 $951.19 Loader CAT 938 [0.5] 33.38 HR $75.75 $1,264.08 OP - Loader, Small [0.5] 33.38 HR $28.50 $475.59 1094 - 603.05 - 36 Inch Reinforced 368.00 LF $123.24 $45,351.17 $127.25 $46,828.00 -0.000/a Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 219.78 10 SD-36" RCP Storm Sewer 368.00 LF $123.24 $45,351.17 Man Hours: 1.67 LF/MH 219.78 J Excavate Storm Dram 368.00 LF $88.35 $32,512.64 Man Hours: 2.64 LF/MH 139.28 RCP - 36" Class III W/ Rubber Gasket Joint 368,00 LF $64.68 $23,801.77 (Precast Concepts) ! W SD -Storm Sewer Exc & Lay W/ Kom 200 368.00 LF $23.67 $8,710.87 (144-00 LF/DY, 2.56 DY) ,b Pickup 24.28 HR $10.00 $242.78 Foreman - Utility 24.28 HR $38.42 $932.86 Excavator KOM 200 / 210 / 228 23.00 HR $83.00 $1,909.00 OP- Excavator, Small 23.00 HR $34.70 $798.07 Loader CAT 938 23.00 HR $75.75 $1,742.25 OP - Loader, Small 23.00 HR $28.50 $655.50 LA - Pipelayer [2] 23.00 HR $25.65 $1,179.90 LA - Laborer 23.00 HR $23.37 $537.51 .b Trench Shoring - Bedding Box 23.00 HR $11.00 $253.00 N Trench Shoring - Manhole Box 23.00 HR $10.00 $230.00 M Trench Sharing - Trench Box 23.00 HR $10.00 $230.00 J SD -Storm Bedding Haul 228.51 TON $21.67 $4,952.70 Trucking (1.00 DY, 2.75 Trucks, 28.56 228.51 TON $8.67 $1,982,07 TON/HR) AG-CRI-Cart-Bedding Rock 1" Grading 57 228.51 TON $13.00 $2,970.62 (Connell Resources, Inc) D� SD -Storm Sewer Backfill <=36" 368.00 LF $21.43 $7,885.83 Man Hours: 4.57 LF/MH 80.50 GC -Construction Water 44.16 MGAL $5.02 $221.68 1% Construction Water Fort Collins 44.16 MGAL $5.02 $221.68 01 Storm Backfill <=36 368.00 LF $20.83 $7,664.15 Man Hours: 4.57 LF/MH 80.50 SD -Storm Sewer Backfill With Wheel 368.00 LF $20.83 $7,664.15 (144.00 LF/DY, 2.56 DY) V0 Excavator KOM 200 / 210 / 228 23.00 HR $83.00 $1,909.00 OF - Excavator, Small 23.00 HR $34.70 $798.07 Water Truck 3500 Gal 23.00 HR $53.00 $1,219.00 �.G DR - Water Truck 23.00 HR $28.50 $655.50 fib Aho Truck - Tandem Dump 23.00 HR $53.40 $1,228.20 DR - Truck Driver 23.00 HR $28.50 $655.50 Loader CAT 938 [0.5] 23.00 HR $75.75 $871.13 OP - Loader, Small [0.5] 23.00 HR $28.50 $327.75 0 1096 - 603.06 - 42 Inch Reinforced 600.00 LF $144.63 $86,779.36 $149.07 $89,442.00-0.000/a Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 358.33 �} SD-42" RCP Storm Sewer 600.00 LF $144.63 $86,779.36 Man Hours: 1.67 LF/MH 358.33 J Excavate Storm Drain 600.00 LF $109.39 $65,633.00 Man Hours: 2.64 LF/MH 227.08 RCP - 42- Class III W/ Rubber Gasket Joint 600.00 LF $83.70 $50,221.12 (Precast Concepts) SD -Storm Sewer Exc & Lay W/ Kom 400 600.00 LF $25.69 $15,411.88 (144.00 LF/DY, 4.17 DY) Pickup 39.58 HR $10.00 $395.83 Foreman - Utility 39.58 HR $38.42 $1,520.97 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 16 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1096 - 603.06 - 42Inch Reinforced Concrete Pipe (Complete In Place) continued) Excavator KOM 390 / 400 / 490 37.50 HR $115.25 $4,321.88 f_� OP - Excavator, Large 37.50 HR $34.70 $1,301.20 Loader CAT 938 37.50 HR $75.75 $2,840.63 r OP - Loader, Small 37.50 HR $28.50 $1,068.75 r,�o LA - Pipelayer [2] 37.50 HR $25.65 $1,923.75 .D LA - Laborer 37.50 HR $23.37 $876.38 Trench Shoring - Bedding Box 37.50 HR $11.00 $412.50 r*y Trench Shoring - Manhole Box 37.50 HR $10.00 $375.00 Trench Shoring - Trench Box 37.50 HR $10.00 $375.00 SD -Storm Bedding Haul 382.44 TON $21.67 $8,289.03 r Trucking (1.00 DY, 4.61 Trucks, 47.81 382.44 TON $8.67 $3,317.27 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 382.44 TON $13.00 $4,971.75 (Connell Resources, Inc) DJ SD -Storm Sewer Backfill >36' 600.00 LF $21.43 $12,857.33 Man Hours: 4.57 LF/MH 131.25 J GC -Construction Water 72.00 MGAL $5.02 $361.44 Construction Water Fort Collins 72.00 MGAL $5.02 $361.44 Storm Backfill >36 600.00 LF $20.83 $12,495.89 Man Hours: 4.57 LF/MH 131.25 kw SD -Storm Sewer Backfill With Wheel 600.00 LF $20.83 $12,495.89 (144.00 LF/DY, 4.17 DY) Excavator KOM 200 / 210 / 228 37.50 HR $83.00 $3,112.50 . OF - Excavator, Small 37.50 HR $34.70 $1,301.20 Water Truck 3500 Gal 37.50 HR $53.00 $1,987.50 DR - Water Truck 37.50 HR $28.50 $1,068.75 h Truck - Tandem Dump 37.50 HR $53.40 $2,002.50 -�* DR - Truck Driver 37.50 HR $28.50 $1,068.75 is Loader CAT 938 [0.5] 37.50 HR $75.75 $1,420.31 OF - Loader, Small [0.5] 37.50 HR $28.50 $534.38 D� 1098 - 603.07 - 48Inch Reinforced 703.00 LF $174.69 $122,810.40 $179.85 $126,434.55 0.000/0 Concrete Pipe (Complete In Place) Man Hours: 1.52 LF/MH 463.78 D) SD-48" RCP Storm Sewer 703.00 LF $174.69 $122,810.40 Man Hours: 1.52 LF/MH 463.78 J Excavate Storm Drain 703.00 LF $135.43 $95,209.08 Man Hours: 2.27 LF/MH 310.00 L RCP - 48- Class III W/ Rubber Gasket Joint 703.00 LF $104.63 $73,553.01 (Precast Concepts) kw SD-Storrn Sewer Exc & Lay W/ Kom 400 703.00 LF $30.81 $21,656.07 (144.00 LF/DY,4.88 DY) Pickup 46.38 HR $10.00 $463.78 ,� Foreman - Utility 46.38 HR $38.42 $1,782.07 Excavator KOM 390 / 400 / 490 43.94 HR $115.25 $5,063.80 OP - Excavator, Large 43.94 HR $34.70 $1,524.58 Loader CAT 938 43.94 HR $75.75 $3,328.27 OP - Loader, Small 43.94 HR $28.50 $1,252.22 -.d LA - Pipelayer [2] 43.94 HR $25.65 $2,253.99 LA - Laborer 43.94 HR $23.37 $1,026.82 W Trench Shoring - Bedding Box 43.94 HR $11.00 $483.31 Trench Shoring - Manhole Box 43.94 HR $10.00 $439.38 Trench Shoring - Trench Box 43.94 HR $10.00 $439.38 Truck - Tandem Dump 43.94 HR $53.40 $2,346.26 DR - Truck Driver 43.94 HR $28.50 $1,252.22 D1 SD -Storm Bedding Haul 578.43 TON $21.67 $12,536.81 Trucking (1.00 DY, 6.97 Trucks, 72.30 578.43 TON $8.67 $5,017.24 TON/HR) L/ AG-CRI-Carr-Bedding Rock 1" Grading 57 578.43 TON $13.00 $7,519.57 (Connell Resources, Inc) OJ SD -Storm Sewer Backfill >36" 703.00 LF $21.43 $15,064.51 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 17 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percenl (Item 1098 - 603.07 - 48Inch Reinforced Concrete Pipe (Complete In Place) continued) Man Hours: GC -Construction Water 84.36 MGAL $5.02 $423.49 Construction Water Fort Collins 84.36 MGAL $5.02 $423.49 Dj Storm Backtll >36 703.00 LF $20.83 $14,641.02 Man Hours: kW SD -Storm Sewer Backfill With Wheel 703.00 LF $20.83 $14,641.02 (144.00 LF/DY, 4.88 DY) Excavator KOM 200 / 210 / 228 43.94 HR $83.00 $3,646.81 OP - Excavator, Small 43.94 HR $34.70 $1,524.58 Water Truck 3500 Gal 43.94 HR $53.00 $2,328.69 'p DR - Water Truck 43.94 HR $28.50 $1,252.22 Truck - Tandem Dump 43.94 HR $53.40 $2,346.26 DR - Truck Driver 43.94 HR $28.50 $1,252.22 Loader CAT 938 [0.5] 43.94 HR $75.75 $1,664.13 OP - Loader, Small [0.5] 43.94 HR $28.50 $626.11 4.57 LF/MH 153.78 4.57 LF/MH 153.78 1100 - 603.07 - Site Restoration Allowance 703.00 LF $34.96 $24,576.53 $35.99 $25,300.97 0.000/0 For Storm Outfall Bid As Road Base 60 Ft Wide Man Hours: 7.73 LF/MH 91.00 J SY Conversion 4,710.10 SY $5.22 $24,576.53 Man Hours: 51.76 SY/MH 91.00 AB -Aggregate Base Course Class 5 1,036.22 TON $23.72 $24,576.53 Man Hours: 11.39 TON/MH 91.00 Aggregate Base 1,036.22 TON $6.93 $7,184.22 Man Hours: 11.39 TON/MH 91.00 jtw AB -Place Base (1,036.22 TON/DY, 1.00 1,036.22 TON $3.38 $3,506.87 DY) IN 0 Pickup 9.50 HR $10.00 $95.00 �..d Foreman - Base 9.50 HR $37.80 $359.08 N Motor Grader CAT 140 G 9.00 HR $80.75 $726.75 rid OF - Motor Grader, Finish 9.00 HR $36.62 $329.60 Water Truck 1500 Gal 9.00 HR $48.00 $432.00 �.d DR - Water Truck 9.00 HR $28.50 $256.50 Compactor Hyster C530 Rubber Tire 9.00 HR $39.00 $351.00 OP - Roller 9.00 HR $26.58 $239.19 �dm Om Loader )D 210 Skip 9.00 HR $51.25 $461.25 Qj. OF - Loader, Small 9.00 HR $28.50 $256.50 ktw AB -Finish Base (4,700.00 SY/DY, 1.00 4,700.00 SY $0.78 $3,677.34 DY) o Pickup 9.50 HR $10.00 $95.00 r Foreman - Base 9.50 HR $37.80 $359.08 Motor Grader CAT 140 G 9.00 HR $80.75 $726.75 OP - Motor Grader, Finish 9.00 HR $36.62 $329.60 fA Scraper CAT 613 / 615 [0.5] 9.00 HR $85.00 $382.50 <. OP - Scraper, <15 Yards [0.5] 9.00 HR $32.63 $146.85 Compactor Hyster C530 Rubber Tire 9.00 HR $39.00 $351.00 OP - Roller 9.00 HR $26.58 $239.19 Loader ]D 210 Skip [D.5] 9.00 HR $51.25 $230.63 OP - Loader, Small [0.5] 9.00 HR $28.50 $128.25 Water Truck 1500 Gal 9.00 HR $48.00 $432.00 rat DR - Water Truck 9.00 HR $28.50 $256.50 J Base Haul 1,036.22 TON $16.67 $17,277.88 80 Trucking (1.00 DY, 12.48 Trucks, 129.53 1,036.22 TON $8.67 $8,988.10 TON/HR) 7/AG-CRI-Carr-Aggregate Base Class 5/6 1,036.22 TON $8.00 $8,289.78 (Connell Resources, Inc) GC -Construction Water 22.80 MGAL $5.02 $114.44 Construction Water Fort Cclhns 22.80 MGAL $5.02 $114.44 1102 - 603.08 - 48 Inch Reinforced 1.00 EACH $11,226.75 $11,226.75 $11,591.39 $11,591.39 -0.00% Concrete Headwall 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 18 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Rein 1102 - 603.08 - 48 inch Reinforced Concrete Headwall continued) Man Hours: 54.60 MH/EACH 54.60 r SD -Headwall 1.00 EACH $7,205.00 $7,205.00 <> Headwall On 48" RCP (Concrete Structures 1.00 EACH $7,205.00 $7,205.00 Inc) Uj EX -Structure Backfill Beams / Footings Class 2 60.00 LF $40.40 $2,424.25 Man Hours: 1.83 LF/MH 32, 70 JGC-Construction Water 2.40 MGAL $5.02 $12.05 I/Construction Water Fort Collins 2.40 MGAL $5.02 $12.05 W Structure Backfill 60.00 LF $40.20 $2,412.20 Man Hours: 1.83 LF/MH 32.70 !V EX -Structure Backfill(1D0.00 LF/DY, 0.60 60.00 LF $40.20 $2,412.20 DY) �D Pickup 5.70 HR $10.00 $57.00 Foreman - Grading 5.70 HR $37.86 $215.78 Ali Loader CAT 938 5.40 HR $75.75 $409.05 �•� OP - Loader, Small 5.40 HR $28.50 $153.90 Water Truck 1500 Gal 5.40 HR $48.00 $259.20 DR - Water Truck 5.40 HR $28.50 $153.90 Compactor Walk Behind 33" OSR 5.40 HR $32.50 $175.50 •, LA - Laborer [2] 5.40 HR $23.37 $252.40 j Excavator KOM 200 RC With Head 5.40 HR $101.50 $548.10 Shaker/breaker OP - Excavator, Small 5.40 HR $34.70 $187.37 `J EX -Structure Excavation Beams And Footings 60.00 LF $26.63 $1,597.50 Man Hours: 2.74 LF/MH 21.90 Qity EX -Structure Excavation (100.00 LF/DY, 0.60 60.00 LF $26.63 $1,597.50 DY) ISd Pickup 5.70 HR $10.00 $57.00 Foreman - Grading 5.70 HR $37.86 $215.78 Loader CAT 938 5.40 HR $75.75 $409.05 OP - Loader, Small 5.40 HR $28.50 $153.90 LA - Laborer 5.40 HR $23.37 $126.20 Excavator KOM 200 / 210 / 228 5.40 HR $83.00 $448.20 OF - Excavator, Small 5.40 HR $34.70 $187.37 -PA 1104 - 603.08 - 60 Inch Contech 1.00 LS Corrogated Metal Pipe (Complete In Place) (2034 LF Shown on Plans) CMP-P-60" Underground Detention System 1.00 EACH (Contech Const) SD-60" CMP Storm Sewer 1,500.00 LF Excavate Storm Drain 1,500.00 LF htw SO -Storm Sewer Exc & Lay W/ Kom 400 1,500.00 LF (150.00 LF/DY, 10.00 OY) Pickup 95.00 HR • Foreman - Utility 95,00 HR Excavator KOM 390 / 400 / 490 90.00 HR • OP - Excavator, Large 90.00 HR db Loader CAT 938 90.00 HR OP - Loader, Small 90.00 HR LA - Pipelayer [2] 90.00 HR LA - Laborer 90.00 HR m Trench Shoring - Bedding Box 90.00 HR Trench Shoring - Manhole Box 90.00 HR Trench Shoring - Trench Box 90.00 HR Truck - Tandem Dump 90.00 HR DR - Truck Driver 90.00 HR SD -Storm Bedding Haul 2,500.00 TON $235,718.90 $235,718.90 $241,749.43 $241,749.43 -0.00% $123,579.75 $74.76 $29.57 $29.57 $10.00 $38.42 $115.25 $34.70 $75.75 $28.50 $25.65 $23.37 $11.00 $10.00 $10.00 $53.40 $28.50 $21.67 Man Hours: $123,579.75 $112,139.15 Man Hours: $44,359.52 Man Hours: $44,359.52 $950.00 $3,650.33 $10,372.50 $3,122.89 $6,817.50 $2,565.00 $4,617.00 $2,103.30 $990.00 $900.00 $900.00 $4,806.00 $2,565.00 $54,184.78 680.00 MH/LS 680.00 2.21 LF/MH 680.00 2.36 LF/MH 635.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 19 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1104 - 603.08 - 60 Inch Conte.+ch Corrogated Meta/ Pipe (Complete In Place) (2034 LFShown on Plans) continued) Trucking (1.00 DY, 30.12 Trucks, 312.50 2,500.00 TON $8.67 $21,684.78 TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 2,500.00 TON $13.00 $32,500.00 (Connell Resources, Inc) 0) SD -Stone Sewer Backfill >36' 1,500.00 LF $9.06 $13,594.85 Man Hours: 33.33 LF/MH 45.00 JGC-Construction Water 180.00 MGAL $5.02 $903.60 3J Construction Water Fort Collins 180.00 MGAL $5.02 $903.60 g) Place Gravel Bedding 2,500.00 TON $5.08 $12,691.25 Man Hours: 55.56 TON/MH 45.00 Q!'s SD -Storm Sewer Backfill (500.00 LF/DY, 2,500.00 LF $1.88 $4,691.25 5.00 DY) Loader CAT 938 45.00 HR $75.75 $3,408.75 OP -Loader, Small 45.00 HR $28.50 $1,282.50 J Slinger For Gravel Bedding 40.00 HR $200.00 $8,000.00 _PA 1106 - 603.09 - 48 Inch Flap Gate (tideflex) 1.00 EACH $18,419.85 $18,419.85 $18,875.33 $18,875.33 0.000/0 Man Hours: 54.50 MH/EACH 54.50 CI-G-48" Flap Gate / Tideflex (Dana Kepner) 1.00 EACH $15,000.00 $15,000.00 SD -Manhole 6 FT Storm 1.00 EACH $3,419.85 $3,419.85 Man Hours: 54.50 MH/EACH Cw SD -Set Precast Inlet / Manhole W/ Kom 400 1.00 EACH $3,419.85 $3,419.85 (1.00 EACH/DY, 1.00 DY) IN 0 Loader CAT 938 9.00 HR $75.75 $681.75 b Excavator KOM 390 / 400 / 490 9.00 HR $115.25 $1,037.25 ISO Pickup 9.50 HR $10.00 $95.00 t;� LA - Laborer 9.00 HR $23.37 $210.33 1, LA - Pipelayer [2] 9.00 HR $25.65 $461.70 i OP - Excavator, Large 9.00 HR $34.70 $312.29 OP - Loader, Small 9.00 HR $28.50 $256.50 Foreman - Utility 9.50 HR $38.42 $365-03 1108 - 604.00 - Box Base Manhole For Detention Basin ,P) Detension Box Base PC-MH-60" Section (Aguilars Corporation) PC -ACC -Mist (Inv, Ramneck) ) Bedding Haul AG-CRI-Can-Bedding Rock 1" Grading 57 (Connell Resources, Inc) Trucking (1.00 DY, 0.72 Trucks, 7.50 TON/HR) �j CI-F-Ring And Cover 8" X 24" (Aguilars Corporation) PC-ACC-24" Grade Ring PC-MH-60" Flat Lid, Traffic (Aguilars Corporation) �-� Excavate Detention Basin (3.00 EACH/DY, 0.67 DY) J Loader CAT 938 1p ,� Excavator KOM 390 / 400 / 490 Pickup LA - Laborer LA - Pipelayer [2] OP - Excavator, Large OF - Loader, Small Foreman - Utility Backfill Detention Basin (1.00 EACH/DY, 2.00 DY) t 0 Loader CAT 938 b Excavator KOM 390 / 400 / 490 2.00 EACH $24,557.25 2.00 EACH $6,311.25 8.00 LF $82.50 2.00 EACH $213.50 60.00 TON $21.67 60.00 TON $13.00 60,00 TON $8.67 2.00 EACH $258.50 2.00 EACH $35.23 2.00 EACH $264.00 2.00 EACH $1,139.95 6.00 HR 6.00 HR 6.33 HR 6.00 HR 6.00 HR 6.00 HR 6.00 HR 6.33 HR 2.00 EACH 18.00 HR 18.00 HR $75.75 $115.25 $10.00 $23.37 $25.65 $34.70 $28.50 $38.42 $3,419.85 $75.75 $115.25 $49,114.50 Man Hours: $12,622.50 Man Hours: $660.00 $427.00 $1,300.43 $780.00 $520.43 $517.00 $70.46 $528.00 $2,279.90 $454.50 $691.50 $63.33 $140.22 $307.80 $208.19 $171.00 $243.36 $6,839.70 $1,363.50 $2,074.50 54.50 $25,164.51 $50,329.02 0.000/0 72.67 MH/EACH 145.33 72.67 MH/EACH 145.33 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 20 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1108 - 604.00 - Box Base Manhole For Detention Basin continued) Pickup 19.00 HR LA - Laborer 18.00 HR LA - Pipelayer [2] 18.00 HR OP - Excavator, Large 18.00 HR ! OP -Loader, Small 18.00 HR Foreman - Utility 19.00 HR Box Base Manhole (Concrete Structures Inc) 2.00 EACH $10.00 $23.37 $25.65 $34.70 $28.50 $38.42 $18,246.00 $190.00 $420.66 $923.40 $624.58 $513.00 $730.07 $36,492.00 0� 1110 - 604.01 -Inlet Type 13 1.00 EACH $6,093.91 $6,093.91 $6,326.28 $6,326.28 0.00% Man Hours: 45.50 MH/EACH 45.50 <> Type 13 Inlet (Concrete Structures Inc) 1.00 EACH $3,179.00 $3,179.00 SD-Backfill Drainage Structure 1.00 EACH $2,914.91 $2,914.91 Man Hours: 45.50 MH/EACH 45.50 Backfill Drainage Structure 1.00 EACH $2,894.83 $2,894.83 Man Hours: 45.50 MH/EACH 45.50 k-� SD -Inlet Backfill (1.00 EACH/DY, 1.00 DY) 1.00 EACH $2,894.83 $2,894.83 Compactor Walk Behind 33" OSR 9.00 HR $32.50 $292.50 . '•' Loader CAT 938 9.00 HR $75.75 $681.75 Pickup 9.50 HR $10.00 $95.00 r0 LA - Laborer [2] 9.00 HR $23.37 $420.66 r� OF - Loader, Small 9.00 HR $28.50 $256.50 Foreman - Utility 9.50 HR $38.42 $365.03 Backhoe Loader CAT 430 9.00 HR $61.25 $551.25 OF - Loader Backhoe / Skid Steer 9.00 HR $25.79 $232.13 D) GC -Construction Water 4.00 MGAL $5.02 $20.08 Construction Water Fort Collins 4.00 MGAL $5.02 $20.08 DA 1112 - 604.02 - Inlet Type R (5 Foot) 6.00 EACH $4,321.79 $25,930.72 $4,424.63 $26,547.78-0.000/a Man Hours: 11.38 MH/EACH 68.25 (Q} SD -Inlet Type R 5 Ft 6.00 EACH $4,321.79 $25,930.72 Man Hours: 11.38 MH/EACH 68.25 +t> 5 Ft Type R Inlet (Concrete Structures Inc) 6.00 EACH $3,578.00 $21,468.00 Height Of Inlet 31.80 VF $547.43 $17,408.29 Man Hours: 4.57 MHNF 145.37 CI -IN -Access Steps 31.80 EACH $16.64 $529.23 SD -Structural Concrete Crew (7.00 31.80 VF $183.24 $5,826.95 VF/DY, 4.54 DY) .. Truck - Crew 43.16 HR $30.10 $1,299.03 .. Pickup 20.44 HR $10.00 $204.43 LA - Concrete Laborer [2] 40.89 HR $23.16 $1,893.52 Concrete Supervisor 20.44 HR $48.91 $999.87 Foreman - Concrete 43.16 HR $33.14 $1,430.11 CO -RE -Reinforcing Steel By LB 1,908.00 LB $0.64 $1,222.07 CO-FR-Concrete Wall Forms 2,067.00 SF $2.94 $6,067.94 CO-M-Concrete Class B 3500 PSI 34.98 CY $107.55 $3,762.10 Lid And Base 6.00 EACH $1,851.75 $11,110.52 Man Hours: 21.33 MH/EACH 128.00 CI-F-Ring And Cover 24" (260# Each) 6.00 EACH $236.99 $1,421.91 CI-IN-Curbface Assembly 5' Long 6.00 EACH $562.57 $3,375.44 SD -Structural Concrete Crew (1.50 6.00 EACH $855.11 $5,130.65 EACH/DY, 4.00 DY) Truck - Crew 38.00 HR $30.10 $1,143.80 Pickup 18.00 HR $10.00 $180.00 LA - Concrete Laborer [2] 36.00 HR $23.16 $1,667.25 Concrete Supervisor 18.00 HR $48.91 $880.39 Foreman - Concrete 38.00 HR $33.14 $1,259.21 % CO -RE -Reinforcing Steel By LB 738.00 LB $0.64 $472.69 CO-M-Concrete Class B 3500 PSI 6.60 CY $107.55 $709.83 SD-Backfill Drainage Structure 6.00 EACH $743.79 $4,462.72 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 21 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percen' (Item 1112 - 604.02 - Inlet Type R (5 Foot) continued) Ball Drainage Structure k7 SD -Inlet Backfill (4.00 EACH/DY, 1.50 DY) ^0 Compactor Walk Behind 33" OSR Loader CAT 938 Pickup (� LA - Laborer [2] (� OP - Loader, Small r Foreman - Utility Backhoe Loader CAT 430 rZ�� OP - Loader Backhoe / Skid Steer GC -Construction Water 1% Construction Water Fort Collins 6.00 6.00 13.50 13.50 14.25 13.50 13.50 14.25 13.50 13.50 24.00 24.00 EACH EACH HR HR HR HR HR HR HR HR MGAL MGAL $723.71 $723.71 $32.50 $75.75 $10.00 $23.37 $28.50 $38.42 $61.25 $25.79 $5.02 $5.02 Man Hours: $4,342.24 Man Hours: $4,342.24 $438.75 $1,022.63 $142.50 $630.99 $384.75 $547.55 $826.88 $348.20 $120.48 $120.48 11.38 MH/EACH 68.25 11.38 MH/EACH 68.25 CA 1114 - 604.03 - ]unction Box 1.00 EACH $16,914.73 $16,914.73 $17,507.01 $17,507.01 -0.00% Assumed 6'x6' Man Hours: 109.00 MH/EACH 109.00 J Detenson Box Base 1.00 EACH $9,968.73 $9,968.73 Man Hours: 109.00 MH/EACH 109.00 CO-M-Concrete class BZ 4000 PSI 5.50 CY $112.93 $621.10 PC-MH-60" Section (Aguilars Corporation) 20.00 LF $82.50 $1,650.00 PC -ACC -Mist (Inv, Ramneck) 1.00 EACH $213.50 $213.50 D) Bedding Haul 4.00 TON $21.67 $86.70 AG-CRI-Carr-Bedding Rock 1" Grading 57 4.00 TON $13.00 $52.00 (Connell Resources, Inc) Trucking (1.00 DY, 0.05 Trucks, 0.50 4.00 TON $8.67 $34.70 TON/HR) CI-F-Ring And Cover 8" X 24" (Aguilars 1.00 EACH $258.50 $258.50 Corporation) PC-ACC-24" Grade Ring 1.00 EACH $35.23 $35.23 PC-MH-60" Flat Lid, Traffic (Aguilars 1.00 EACH $264.00 $264.00 Corporation) k%w Excavate Detention Basin (1.00 EACH/DY, 1.00 EACH $3,419.85 $3,419.85 1.00 DY) Loader CAT 938 9.00 HR $75.75 $681.75 ib Excavator KOM 390 / 400 / 490 9.00 HR $115.25 $1,037.25 Pickup 9.50 HR $10.00 $95.00 LA - Laborer 9.00 HR $23.37 $210.33 . LA - Pipelayer [2] 9.00 HR $25.65 $461.70 OP - Excavator, Large 9.00 HR $34.70 $312.29 OP - Loader, Small 9.00 HR $28.50 $256.50 Foreman - Utility 9.50 HR $38.42 $365.03 Backfill Detention Basin (1.00 EACH/DY, 1.00 1.00 EACH $3,419.85 $3,419.85 DY) 4 Loader CAT 938 9.00 HR $75.75 $681.75 EM Excavator KOM 390 / 400 / 490 9.00 HR $115.25 $1,037.25 n j Pickup 9.50 HR $10.00 $95.00 `--D LA - Laborer 9.00 HR $23.37 $210.33 ; LA - Pipelayer [2] 9.00 HR $25.65 $461.70 OP - Excavator, Large 9.00 HR $34.70 $312.29 ry OP - Loader, Small 9.00 HR $28.50 $256.50 Foreman - Utility 9.50 HR $38.42 $365.03 S) Box Base Manhole (Concrete Structures Inc) 1.00 EACH $6,946.00 $6,946.00 D9A 1116 - 604.04 - 24" Area Inlet, Includes 3.00 EACH $3,232.79 $9,698.36 $3,318.22 $9,954.66 0.000/0 Two Un Named Structures Between 1st And 2nd Ave Man Hours: 11.38 MH/EACH 34.13 SD -Inlet Type C 3.00 EACH $3,232.79 $9,698.36 Man Hours: 11.38 MH/EACH 34.13 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 22 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1116 - 604.04 - 24"Area Inlet Includes Two l/n Named Structures Between Ist And 2nd Ave continued) i> Type C Inlet Height = (Concrete Structures 3.00 EACH $2,489.00 $7,467.00 Inc) CRI Type C Inlet 3.00 EACH $2,192.58 $6,577.74 J Man Hours: 20.25 MH/EACH 60.75 Base Material And Grate 3.00 EACH $835.27 $2,505.81 CO-M-Concrete Class BZ 4000 PSI 0.50 CY $112.93 $55.90 CO -RE -Reinforcing Steel By LB 75.00 LB $0.64 $48.04 0-IN-Type C Inlet Grate 3.00 EACH $800.63 $2,401.88 Wall Height Average 15.00 VF $271.46 $4,071.92 Man Hours: 4.05 MH/VF 60.75 CO-M-Concrete Class BZ 4000 PSI 4.79 CY $112.93 $540.36 CO -RE -Reinforcing Steel By LB 315.00 LB $0.64 $201.76 CO-FR-Concrete Wall Forms 420.00 SF $2.94 $1,232.96 STR-Structural Concrete - CRI (10.00 15.00 VF $127.09 $1,906.30 VF/DY, 1.50 DY) Truck- Crew 12.75 HR $30.10 $383.78 LA - Concrete Finisher [2] 12.00 HR $24.71 $592.92 LA - Concrete Laborer [2] 12.00 HR $21.94 $526.50 Foreman - Concrete 12.75 HR $31.62 $403.10 CI -IN -Ladder Rungs 15.00 EACH $10.68 $160.13 CO-FR-Concrete Form Release 2.85 GAL $10.68 $30.42 SD-Backfill Drainage Structure 3.00 EACH $743.79 $2,231.36 Man Hours: 11.38 MH/EACH 34.13 Backfill Drainage Structure 3.00 EACH $723.71 $2,171.12 Man Hours: 11.38 MH/EACH 34.13 S' SD -Inlet Backfill (4.00 EACH/DY, 0.75 3.00 EACH $723.71 $2,171.12 DY) fA Compactor Walk Behind 33" OSR 6.75 HR $32.50 $219.38 Loader CAT 938 6.75 HR $75.75 $511.31 Pickup 7.13 HR $10.00 $71.25 LA - Laborer [2] 6.75 HR $23.37 $315.50 r,Zo OP - Loader, Small 6.75 HR $28.50 $192.38 Foreman - Utility 7.13 HR $38.42 $273.77 Backhoe Loader CAT 430 6.75 HR $61.25 $413.44 p OP - Loader Backhoe / Skid Steer 6.75 HR $25.79 $174.10 1)j GC -Construction Water 12.00 MGAL $5.02 $60.24 L Construction Water Fort Collins 12.00 MGAL $5.02 $60.24 1118 - 604.05 - 60 Inch Storm Sewer 4.00 EACH $2,909.39 $11,637.56 $2,996.14 Manhole Man Hours: 13.63 MH/EACH D) SD -Manhole 5 Fr Storm 4.00 EACH $2,909.39 $11,637.56 Man Hours: 13.63 MH/EACH CO-M-Concrete Class BZ 4000 PSI 22.00 CY $112.93 $2,484.41 PC-MH-60" Section (Aguilars Corporation) 30.00 LF $82.50 $2,475,00 PC -ACC -Mist (Inv, Ramneck) 4.00 EACH $213.50 $854.00 D} Bedding Haul 8.00 TON $21.67 $173.39 L AG-CRI-Carr-Bedding Rock 1" Grading 57 8.00 TON $13.00 $104.00 (Connell Resources, Inc) Trucking (1.00 DY, 0.10 Trucks, 1.00 8.00 TON $8.67 $69.39 TON/HR) CI-F-Ring And Cover 8" X 24" (Aguilars 4.00 EACH $258.50 $1,034.00 Corporation) 1/ PC-ACC-24" Grade Ring 4.00 EACH $35.23 $140.91 PC-MH-60" Flat Lid, Traffic (Aguilars 4.00 EACH $264.00 $1,056.00 Corporation) ks SD -Set Precast Inlet / Manhole W/ Kom 400 4.00 EACH $854.96 $3,419.85 (4.00 EACH/DY, 1.00 DY) Loader CAT 938 9.00 HR $75.75 $681.75 .., Excavator KOM 390 / 400 / 490 9.00 HR $115.25 $1,037.25 Pickup 9.50 HR $10.00 $95.00 $11,984.56 -0.00% 54.50 54.50 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 23 Reference http://www.fcgov.com/utilities/business/builders-and-developers/development-forms- guidelines-regulations END TABLE OF CONTENTS Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1118 - 604.05 - 6O Inch Storm Sewer Manhole continued) LA - Laborer 9.00 HR LA - Pipelayer [2] 9.00 HR OP - Excavator, Large 9.00 HR OP -Loader, Small 9.00 HR Foreman - Utility 9.50 HR $23.37 $25.65 $34.70 $28.50 $38.42 $210.33 $461.70 $312.29 $256.50 $365.03 DU 1120 - 604.06 - 72 Inch Storm Sewer 5.00 EACH $5,003.41 $25,017.03 $5,137.06 $25,685.30 0.00% Manhole Man Hours: 18.17 MH/EACH 90.83 pJ SD -Manhole 6 FT Storm 5.00 EACH $5,003.41 $25,017.03 Man Hours: 18.17 MH/EACH 90.83 Bedding Haul 10.00 TON $21.67 $216.74 AG-CRI-Carr-Bedding Rock I" Grading 57 10.00 TON $13.00 $130.00 (Connell Resources, Inc) Trucking (1.00 DY, 0.12 Trucks, 1,25 10.00 TON $8.67 $86.74 TON/HR) y/ Cl-F-Ring And Cover 8" X 24" (Aguilars 5.00 EACH $258.50 $1,292.50 Corporation) PC-ACC-24" Grade Ring 5.00 EACH $35.23 $176.14 CO-M-Concrete Class BZ 4000 PSI 22.00 CY $112.93 $2,484.41 PC -ACC -Misr (Inv, Ramneck) 5.00 EACH $213.50 $1,067.50 Manhole 5.00 EACH $2,816.00 $14,080.00 PC-MH-72" Section (Aguilars Corporation) 50.00 LF $154.00 $7,700.00 PC-MH-72" Flat Lid, Traffic (Aguilars 5.00 EACH $286.00 $1,430.00 Corporation) PC-MH-72" Precast Base With Pipe Block 5.00 EACH $990.00 $4,950.00 Outs (Aguilars Corporation) °XW SD -Set Precast Inlet /Manhole W/ Kom 400 5.00 EACH $1,139.95 $5,699.75 (3.00 EACH/DY, 1.67 DY) Loader CAT 938 15.00 HR $75.75 $1,136.25 Excavator KOM 390 / 400 / 490 15.00 HR $115.25 $1,728.75 db Pickup 15.83 HR $10.00 $158.33 LA - Laborer 15.00 HR $23.37 $350.55 LA - Pipelayer [2] 15.00 HR $25.65 $769.50 OP - Excavator, Large 15.00 HR $34.70 $520.48 c, OP - Loader, Small 15.00 HR $28.50 $427.50 „d Foreman - Utility 15.83 HR $38.42 $608.39 D� 1122 - 604.07 - 72 Inch Storm Sewer 1.00 EACH $8,269.07 $8,269.07 $8,562.20 $8,562.20 -0.00% Manhole (Drywell) Man Hours: 54.50 MH/EACH 54.50 J SD -Manhole 6 FT Storm 1.00 EACH $8,269.07 $8,269.07 Man Hours: 54.50 MH/EACH 54.50 Bedding Haul 15.00 TON $21.67 $325.11 AG-CRI-Can-Bedding Rock 1" Grading 57 15.00 TON $13.00 $195.00 (Connell Resources, Inc) Trucking (1.00 DY, 0.18 Trucks, 1.88 15.00 TON $8.67 $130.11 TON/HR) CI-F-Ring And Cover 8" X 24" (Aguilars 1.00 EACH $258.50 $258.50 Corporation) yl" PC-ACC-24" Grade Ring 1.00 EACH $35.23 $35.23 CO-M-Concrete Class BZ 4000 PSI 4.40 CY $112.93 $496.88 PC-ACC-Misc (Inv, Ramneck) 1.00 EACH $213.50 $213.50 Manhole 1.00 EACH $3,520.00 $3,520.00 3 PC-MH-72" Section (Aguilars Corporation) 10.00 LF $154.00 $1,540.00 1/ PC-MH-72" Flat Lid, Traffic (Aguilars 1.00 EACH $286.00 $286.00 Corporation) v/ PC-MH-72" Precast Base With Pipe Block 1.00 EACH $990.00 $990.00 Outs (Aguilars Corporation) PC-MH-72" Perforated Manhole Section 4.00 VF $176.00 $704.00 (Aguilars Corporation) ktV SD -Set Precast Inlet / Manhole W/ Kom 400 1.00 EACH $3,419.85 $3,419.85 (1.00 EACH/DY, 1.00 DY) M Loader CAT 938 9.00 HR $75.75 $681.75 ,b Excavator KOM 390 / 400 / 490 9.00 HR $115.25 $1,037.25 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 24 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 2122 - 604.07 - 72 Inch Sion Sewer Manhole (Drywell) continued) Pickup 9.50 HR $10.00 $95.00 LA - Laborer 9,00 HR $23.37 $210-33 LA - Pipelayer [2] 9.00 HR $25.65 $461.70 '_.,% OP - Excavator, Large 9.00 HR $34.70 $312.29 OF - Loader, Small 9.00 HR $28.50 $256.50 Foreman - Utility 9.50 HR $38.42 $365.03 r� =<s 1124 - 604.08 - 96 Inch Storm Sewer Manhole .2) SD -Manhole 8 FT Storm pj Manhole CI-F-Ring And Cover 8" X 24" (Aguilars Corporation) PC-ACC-24" Grade Ring PC-MH-96" Flat Lid, Traffic (Aguilars Corporation) PC-MH-96" Section (Aguilars Corporation) PC-MH-96" Precast Manhole Base (Aguilars Corporation) �l PC-ACC-Misc (Inv, Ramneck) CO-M-Concrete Class BZ 4000 PSI D� Bedding Haul AG-CRI-Carr-Bedding Rock 1" Grading 57 (Connell Resources, Inc) Trucking (1.00 DY, 0.16 Trucks, 1.25 TON/HR) °k-W SD -Set Precast Inlet / Manhole W/ Kom 400 (1.00 EACH/DY, 2.00 DY) Loader CAT 938 Excavator KOM 390 / 400 / 490 Pickup LA - Laborer LA - Pipelayer [2] OP - Excavator, Large x. OP- Loader, Small Foreman - Utility 2.00 EACH $10,294.42 $20,588.83 Man Hours: 2.00 EACH $10,294.42 $20,588.83 Man Hours: 2.00 EACH $6,762.61 $13,525.22 2.00 EACH $258.50 $517.00 2.00 EACH 2.00 EACH 20.00 LF 2.00 EACH 2.00 EACH 8.80 CY 10.00 TON 10.00 TON 10.00 TON 2.00 EACH 18.00 HR 18.00 HR 19.00 HR 18.00 HR 18.00 HR 18.00 HR 18.00 HR 19.00 HR $35.23 $863.50 $302.50 $1,870.00 $213.50 $112.93 $22.39 $13.00 $9.39 $3,419.85 $75.75 $115.25 $10.00 $23.37 $25.65 $34.70 $28.50 $38.42 $70.46 $1,727.00 $6,050.00 $3,740.00 $427.00 $993.76 $223.91 $130.00 $93.91 $6,839.70 $1,363.50 $2,074.50 $190.00 $420.66 $923.40 $624.58 $513.00 $730.07 $10,619.94 $21,239.88 -0.00% 54.50 MH/EACH 109.00 54.50 MH/EACH 109.00 1� 1126 - 604.09 - Adjust Storm Manhole 15.00 EACH $430.92 $6,463.83 $455.26 $6,828.90 0.000/0 Man Hours: 6.07 MH/EACH 91.00 J AC -Adjust Manholes In Asphalt Pavement 15.00 EACH $430.92 $6,463.83 Man Hours: 6.07 MH/EACH 91.00 t7 AC -Adjust Manholes/Valve Boxes (7.50 15.00 EACH $372.66 $5,589.94 EACH/DY, 2.00 DY) Cb0 Compressor W/ Tools 18.00 HR $17.00 $306.00 Skid Steer Bobcat W/ Attachments 18.00 HR $45.00 $810.00 Truck - Crew 19.00 HR $30.10 $571.90 'b Compactor Plate 18.00 HR $22.50 $405.00 0 Truck - Tandem Dump 18.00 HR $53.40 $961.20 x,� DR - Truck Driver 18.00 HR $28.50 $513.00 LA - Laborer 18.00 HR $23.37 $420.66 x-;o LA - Skilled Laborer 18.00 HR $24.01 $432.20 Foreman - Asphalt Patch 19.00 HR $37.14 $705.71 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 AC -Hot Mix Asphalt #137 Grade S (75) (PG 7.50 TON $46.06 $345.47 58-28) RAP Mix (Connell Resources, Inc) PC-ACC-24" Adjustment Rings 15.00 EACH $35.23 $528.41 1128 - 605.00 - 4 Inch Perforated Pipe 2,000.00 LF $22.93 $45,863.29 $23.82 $47,640.00 -0.02% Underdrain (Median) Man Hours: 5.25 LF/MH 381.00 J SD-Underdrain 4" Perforated 2,000.00 LF $22.93 $45,863.29 Man Hours: 5.25 LF/MH 381.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 25 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1128 - 605.00 - 4Inch Perforated Pipe Underdrain (Median) continued) �} Ex Lay Backfill Underdrain 2,000.00 LF $13.18 $26,356.77 Man Hours: 5.25 LF/MH 381.00 SD-Underdrain (333.33 LF/DY, 6.00 DY) 2,000.00 LF $11.07 $22,137.22 LA - Pipelayer [2] 54.00 HR $25.65 $2,770.20 OF - Loader Backhoe / Skid Steer 54.00 HR $25.79 $1,392.80 Foreman - Utility 57.00 HR $38.42 $2,190.20 Pickup 57.00 HR $10.00 $570.00 Excavator KOM 138 / 160 54.00 HR $72.00 $3,888.00 OP - Excavator, Small 54.00 HR $34.70 $1,873.73 Skid Steer Bobcat W/ Attachments 54.00 HR $45.00 $2,430.00 OP - Loader Backhoe / Skid Steer 54.00 HR $25.79 $1,392.80 Loader CAT 938 54.00 HR $75.75 $4,090.50 OP - Loader, Small 54.00 HR $28.50 $1,539.00 PVC-U-4"X10' PERF UNDERDRAIN PIPE, 2,000.00 LF $0.69 $1,380.00 ASTM2729, BELLED (Dana Kepner) GE-F-Geotextile Erosion Control Class A 2,660.00 SY $1.07 $2,839.55 SD -Storm Bedding Haul 900.00 TON $21.67 $19,506.52 gr Trucking (1.00 DY, 10.84 Trucks, 112.50 900.00 TON $8.67 $7,806.52 TON/HR) y/ AG-CRI-Car-Bedding Rock 1" Grading 57 900.00 TON $13.00 $11,700.00 (Connell Resources, Inc) D 1130 - 619.01 - Fire Hydrant Assembly 2.00 EACH $4,669.07 $9,338.13 $4,812.57 $9,625.14 -0.00% Man Hours: 27.25 MH/EACH 54.50 J W-Fire Hydrant (PVC) 2.00 EACH $4,669.07 $9,338.13 Man Hours: 27.25 MH/EACH 54.50 Hydrant 2.00 LF $3,249.39 $6,498.78 W-HY-S' 6" Fire Hydrant (Dana Kepner) 2.00 EACH $2,611.91 $5,223.82 W-ACC-POLY TUBE, 8" PIPE, 8-MIL 30.00 LF $10.00 $300.00 (Dana Kepner) yJ CO-M-Concrete Class BZ 4000 PSI 0.55 CY $112.93 $62.11 y� W-A-Tracer Wire Termination Box W/ Lid 2.00 EACH $46.14 $92.28 (Dana Kepner) W-HY-6" Hydrant EXTENSION ASSEMBLY 1.00 EACH $490.50 $490.50 (Dana Kepner) CO-M-Concrete FLO- FILL 3.30 CY $100.02 $330.07 Waterline Fittings (2.00 EACH/DY, 1.00 DY) 2.00 EACH $1,419.68 $2,839.35 Ila Excavator KOM 390 / 400 / 490 [0.5] 9.00 HR $115.25 $518.63 LA - Laborer 9.00 HR $23.37 $210.33 LA -Pipelayer [2] 9.00 HR $25.65 $461.70 OP - Excavator, Large 9.00 HR $34.70 $312.29 Loader CAT 938 [0.5] 9.00 HR $75.75 $340.88 OP - Loader, Small 9.00 HR $28.50 $256.50 94 Pickup 9.50 HR $10.00 $95.00 '.-e Foreman - Utility 9.50 HR $38.42 $365.03 ,b Trench Shonng - Bedding Box 9.00 HR $11.00 $99.00 . Trench Shonng - Manhole Box 9.00 HR $10.00 $90.00 , A Trench Shonng - Trench Box 9.D0 HR $10.00 $90.00 00 1132 - 619.02 - 16" Lowering, Includes 4.00 EACH $16,807.69 $67,230.76 $17,501.29 $70,005.16 -0.00% Connection To Existing And Up To 40 Ft Of New Pipe, And Cathodic Protection Man Hours: 149.22 MH/EACH 596.87 J W-16" Lowering 4.00 EACH $5,775.99 $23,103.96 Man Hours: 39.45 MH/EACH 157.80 CO-M-Concrete Class BZ 4000 PSI 6.60 CY $112.93 $745.32 L W-ACC-POLY TUBE, 16" PIPE, 8-MIL (Dana 160.00 LF $1.50 $240.00 Kepner) y/ W-MJ-16" 45 Bend (Dana Kepner) 16.00 EACH $766.82 $12,269.12 W-A-2" X 100' POLY TAPE (PRICE PER 100' 12.00 EACH $8.60 $103.20 ROLL) (Dana Kepner) Waterline Fittings (2.00 EACH/DY, 2.00 DY) 4.00 EACH $1,419.68 $5,678.70 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 26 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1132 - 619.02 - 16"Lowering, Includes Connection To Existing And Up To 40 Ft Of New Pipe, And Cathodic Protection continued) 0 Excavator KOM 390 / 400 / 490 [0.5] 18.00 HR $115.25 $1,037.25 --� r� LA - Laborer 18.00 HR $23.37 $420.66 LA - Pipelayer [2] 18.00 HR $25.65 $923.40 OP - Excavator, Large 18.00 HR $34.70 $624.58 Loader CAT 938 [0.5] 18.00 HR $75.75 $681.75 OP - Loader, Small 18.00 HR $28.50 $513.00 Pickup 19.00 HR $10.00 $190.00 _�, Foreman - Utility 19.00 HR $38.42 $730.07 1713 Trench Shoring - Bedding Box 18.00 HR $11.00 $198.00 1743 Trench Shoring - Manhole Box 18.00 HR $10.00 $180.00 Trench Shoring - Trench Box 18.00 HR $10.00 $180.00 B1 CP Per Fitting 16.00 EACH $254.23 $4,067.62 Man Hours: 3.05 MH/EACH 48.80 L W-GAT-32 Lb Pre Packaged Mag Annode 4.00 EACH $193.44 $773.76 W/ Lead Wire (Dana Kepner) 3 j W-CAT-Cad Weld Caps Box Of 20 DIP 8.00 EACH $3.53 $28.24 (Dana Kepner) 3' W-CAT-Gad Weld Gun (Dana Kepner) 1.60 EACH $10.15 $16.24 W-CAT-#4 Joint Bonds 24" (Dana Kepner) 64.00 EACH $8.31 $531.84 UM -Interior Piping Crew (10.00 EACH/DY, 16.00 EACH $169.85 $2,717.54 1.60 DY) 114 Pickup 15.20 HR $10.00 $152.00 Truck -Welder 14.40 HR $57.50 $828.00 ME -Field 16.00 HR $40.02 $640.33 Foreman - Utility 16.80 HR $39.85 $669.52 LA - Pipelayer 16.00 HR $26.73 $427.68 ( Tie To Existing 8.00 EACH $2,474.90 $19,799.18 Man Hours: 30.30 MH/EACH 242.40 W-16" Tie To Existing 8.00 EACH $2,205.20 $17,641.57 Man Hours: 27.25 MH/EACH 218.00 W-MJ-16" Sleeve (Dana Kepner) 8.00 EACH $725.52 $5,804.16 J W-Tie In To Existing Waterline 8.00 EACH $1,419.68 $11,357.41 Man Hours: 27.25 MH/EACH 218.00 ktw Waterline Fittings (2.00 EACH/DY, 4.00 8.00 EACH $1,419.68 $11,357.41 DY) Excavator KOM 390 / 400 / 490 (0.5] 36.00 HR $115.25 $2,074.50 LA - Laborer 36.00 HR $23.37 $841.32 r�_p LA - Pipelayer [2] 36.00 HR $25.65 $1,846.80 �-d OP - Excavator, Large 36.00 HR $34.70 $1,249.16 db Loader CAT 938 [0.5] 36.00 HR $75.75 $1,363.50 C� OP - Loader, Small 36.00 HR $28.50 $1,026.00 1111 Pickup 38.00 HR $10.00 $380.00 r Foreman - Utility 38.00 HR $38.42 $1,460.13 Im Trench Shoring - Bedding Box 36.00 HR $11.00 $396.00 4 Trench Shoring - Manhole Box 36.00 HR $10.00 $360.00 db Trench Shoring - Trench Box 36.00 HR $10.00 $360.00 W-ACC-POLY TUBE, 16" PIPE, 8-MIL 320.00 LF $1.50 $480.00 (Dana Kepner) D) CP Per Fitting 8.00 EACH $269.70 $2,157.61 Man Hours: 3.05 MH/EACH 24.40 3% W-CAT-32 Lb Pre Packaged Mag Annode 2.64 EACH $193.44 $510.68 W/ Lead Wire (Dana Kepner) 3 W-CAT-Cad Weld Caps Box Of 20 DIP 4.00 EACH $3.53 $14.12 (Dana Kepner) 3/ W-GAT-Cad Weld Gun (Dana Kepner) 0.80 EACH $10.15 $8.12 W-CAT44 Joint Bonds 24" (Dana Kepner) 32.00 EACH $8.31 $265.92 kV UM -Interior Piping Crew (10.00 EACH/OY, 8.00 EACH $169.85 $1,358.77 0.80 DY) -� Pickup 7.60 HR $10.00 $76.00 `'& Truck - Welder 7.20 HR $57.50 $414.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 27 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percenl (Jfwn 1132 - 619.02 -16" Lowering, lndudes Connection To Existing And Up To 40 Ft Of New pipe, And Cadtaft protection continued) ME -Feld 8.00 HR $40.02 $320.17 Foreman - Utility 8.40 HR $39.85 $334.76 r�, LA - Pipelayer 8.00 HR $26.73 $213.84 `1) W-16" Waterline DIP Cl 52 160.00 LF $152.05 $24,327.62 Man Hours: 1.23 MH/LF 196.67 GC -Construction Water 19.20 MGAL $5.02 $96.38 10 Construction Water Fort Collins 19.20 MGAL $5.02 $96.38 Oj Waterline Excavation 160.00 LF $90.93 $14,548.50 Man Hours: 1.47 LF/MH 109.00 J Waterline Materials 160.00 LF $48.18 $7,708.80 W-DI-16" DIP W/ Polywrap (Dana 160.00 LF $48.18 $7,708.80 Kepner) J) W-Lay Watermain >= 12" 160.00 LF $42.75 $6,839.70 Man Hours: 1.47 LF/MH 109.00 kV Waterline Trench Exc & Lay W/400 160.00 LF $42.75 $6,839.70 (80.00 LF/DY, 2.00 DY) .a Pickup 19.00 HR $10.00 $190.00 Foreman - Utility 19.00 HR $38.42 $730.07 Excavator KOM 390 / 400 / 490 18.00 HR $115.25 $2,074.50 OP - Excavator, Large 18.00 HR $34.70 $624.58 Loader CAT 938 18.00 HR $75.75 $1,363.50 OP - Loader, Small 18.00 HR $28.50 $513.00 0. LA - Pipelayer [2] 18.00 HR $25.65 $923.40 LA - Laborer 18.00 HR $23.37 $420.66 j W-Backflll Waterline 160.00 LF $37.49 $5,998.03 Man Hours: 2.54 LF/MH 63.00 Waterline Baddill W/ Rex Compactor 160.00 LF $37.49 $5,998.03 (80.00 LF/DY, 2.00 DY) Excavator KOM 200 / 210 / 228 18.00 HR $83.00 $1,494.00 OP - Excavator, Small 18.00 HR $34.70 $624.58 Water Truck 3500 Gal 18.00 HR $53.00 $954.00 DR- Water Truck 18.00 HR $28.50 $513.00 Truck - Tandem Dump 18.00 HR $53.40 $961.20 r,�, DR - Truck Driver 18.00 HR $28.50 $513.00 Loader CAT 938 [0.5] 18.00 HR $75.75 $681.75 OP - Loader, Small [0.5] 18.00 HR $28.50 $256.50 (pj W-Bedding Haul Waterline 133.13 TON $14.67 $1,953.56 Trucking (1.00 DY, 1.60 Trucks, 16.64 133.13 TON $8.67 $1,154.77 TON/HR) y/ AG-CRI-Carr-Bedding Rock 3/8" Pea Gravel 133.13 TON $6.00 $798.79 (squeegee) (Connell Resources, Inc) Q1 W-Testing Waterline 160.00 LF $10.82 $1,731.15 Man Hours: 6.49 LF/MH 24.67 TJV Waterline Pressure Testing (120.00 LF/DY, 160.00 LF $10.82 $1,731.15 1.33 DY) Compressor W/ Tools 12.00 HR $17.00 $204.00 Truck - Testing Van 12.67 HR $60.00 $760.00 Q LA -Laborer 12.00 HR $23.37 $280.44 Q�, Foreman - Utility 12.67 HR $38.42 $486.71 1134 - 619.02 - Install Bell Restraints On 16.00 EACH $1,620.34 $25,925.37 $1,701.66 $27,226.56 -0.00% Existing pipe Man Hours: 18.17 MH/EACH 290.67 -:(Q) Tie To Existing 16.00 EACH $1,620.34 $25,925.37 Man Hours: 18.17 MH/EACH 290.67 �& W-16" Tie To Existing 16.00 EACH $1,620.34 $25,925.37 Man Hours: 18.17 MH/EACH 290.67 D) W-Tie In To Existing Waterline 16.00 EACH $1,184.58 $18,953.21 Man Hours: 18.17 MH/EACH 290.67 ►JV Waterline Fittings (3.00 EACH/DY, 5.33 16.00 EACH $1,184.58 $18,953.21 DY) 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 28 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1134 - 619.02 - Install Bell Restraints On Existing Pipe continued) Excavator KOM 390 / 400 / 490 [0.5] 48.00 HR $115.25 $2,766.00 LA - Laborer 48.00 HR $23.37 $1,121.76 LA - Pipelayer [2] 48.00 HR $25.65 $2,462.40 e_,p OP - Excavator, Large 48.00 HR $34.70 $1,665.54 Loader CAT 938 48.00 HR $75.75 $3,636.00 d OP - Loader, Small 48.00 HR $28.50 $1,368.00 dh Pickup 50.67 HR $10.00 $506.67 r-".* Foreman - Utility 50.67 HR $38.42 $1,946.84 Trench Shoring - Bedding Box 48.00 HR $11.00 $528.00 0 Trench Shoring - Manhole Box 48.00 HR $10.00 $480.00 0 Trench Shoring - Trench Box 48.00 HR $10.00 $480.00 Excavator KOM 200 / 210 / 228 [0.5] 48.00 HR $83.00 $1,992.00 W-ACC-POLY TUBE, 16" PIPE, 8-MIL 640.00 LF $1.50 $960.00 (Dana Kepner) Y/ W-ML-16" Bell Restraint 16.00 EACH $375.76 $6,012.16 1236 - 619.03 - 16" Butterfly Valve With 2.00 EACH $7,652.14 $15,304.27 $7,937.45 $15,874.90 0.000/0 Box Cut In For Isolation, Including Cathodic Protection Assumes Some Pipe Can Be Used From The Lowerings To Accomplish This Installation W-16" MJ Butterfly Valve 2.00 EACH W-Minor Fittings> = 12" (Bends, Tees) 2.00 EACH kW Waterline Fittings (4.00 EACH/DY, 0.50 2.00 EACH DY) dh Excavator KOM 390 / 400 / 490 [0.5] 4.50 HR LA - Laborer 4.50 HR LA - Pipelayer [2] 4.50 HR OP - Excavator, Large 4.50 HR Loader CAT 938 [0.5] 4.50 HR '. OP - Loader, Small 4.50 HR Pickup 4.75 HR "�i. Foreman - Utility 4.75 HR Trench Shoring - Bedding Box 4.50 HR Trench Shoring - Manhole Box 4.50 HR Trench Shoring - Trench Box 4.50 HR W-V-Butterfly Valve 16' W/Box (Dana 2.00 EACH Kepner) 4J CP Per Fitting 2.00 EACH $3,412.18 $709.84 $709.84 $115.25 $23.37 $25.65 $34.70 $75.75 $28.50 $10.00 $38.42 $11.00 $10.00 $10.00 $2,372.64 $269.70 W-CAT-32 Lb Pre Packaged Mag Annode 0.66 EACH $193.44 W/ Lead Wire (Dana Kepner) 1JW-CAT-Cad Weld Caps Box Of 20 DIP 1.00 EACH $3.53 (Dana Kepner) W-CAT-Cad Weld Gun (Dana Kepner) 0.20 EACH $10.15 W-CAT-#4 Joint Bonds 24" (Dana Kepner) 8.00 EACH $8.31 L V UM -Interior Piping Crew (10.00 EACH/DY, 2.00 EACH $169.85 0.20 DY) Pickup 1.90 HR $10.00 Truck - Welder 1.80 HR $57.50 ME -Field 2.00 HR $40.02 -, Foreman - Utility 2.10 HR $39.85 LA - Pipelayer 2.00 HR $26.73 y/ W-ACC-POLY TUBE, 16" PIPE, 8-MIL (Dana 80.00 LF $1.50 Kepner) Tie To Existing 4.00 EACH $2,119.98 ,& W-16" Tie To Existing 4.00 EACH $1,850.28 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay Man Hours: $6,824.36 Man Hours: $1,419.68 Man Hours: $1,419.68 $259.31 $105.17 $230.85 $156.14 $170.44 $128.25 $47.50 $182.52 $49.50 $45.00 $45.00 $4,745.28 $539.40 Man Hours: $127.67 $3.53 $2.03 $66.48 $339.69 $19.00 $103.50 $80.04 $83.69 $53.46 $120.00 $8,479.91 Man Hours: $7,401.11 Man Hours: 63.65 MH/EACH 127.30 16.68 MH/EACH 33.35 13.63 MH/EACH 27.25 3.05 MH/EACH 6.10 23.49 MH/EACH 93.95 20.44 MH/EACH 81.75 29 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1136 - 619.03 - 16" Butterfly Valve With Box Cut In For Isolation, Including Cathodic Protection Assumes Some Pipe Can Be Used From The Lowerings To Accomplish This Installation continued) y/ W-MJ-16" Sleeve (Dana Kepner) 4,00 EACH $725,52 $2,902.08 J W-Tie In To Existing Waterline 4.00 EACH $1,064.76 $4,259.03 Man Hours: 20.44 MH/EACH 81.75 kW Waterline Fittings (2.67 EACH/DY, 1.50 4.00 EACH $1,064.76 $4,259.03 DY) b Excavator KOM 390 / 400 / 490 [0.5] 13.50 HR $115.25 $777.94 �a LA - Laborer 13.50 HR $23.37 $315.50 "? LA - Pipelayer [2] 13.50 HR $25.65 $692.55 .� OP - Excavator, Large 13.50 HR $34.70 $468.43 b Loader CAT 938 [0.5] 13.50 HR $75.75 $511.31 OP - Loader, Small 13.50 HR $28.50 $384.75 j Pickup 14.25 HR $10.00 $142.50 - Foreman - Utility 14.25 HR $38.42 $547.55 Trench Shoring - Bedding Box 13.50 HR $11.00 $148.50 fill Trench Shoring - Manhole Box 13.50 HR $10.00 $135.00 Trench Shoring - Trench Box 13.50 HR $10.00 $135.00 W-ACC-POLY TUBE, 16" PIPE, 8-MIL 160.00 LF $1.50 $240.00 (Dana Kepner) ID CP Per Fitting 4.00 EACH $269.70 $1,078.80 Man Hours: 3.05 MH/EACH 12.20 W-CAT-32 Lb Pre Packaged Mag Annode 1.32 EACH $193.44 $255.34 W/ Lead Wire (Dana Kepner) W-CAT-Cad Weld Caps Box Of 20 DIP 2.00 EACH $3.53 $7.06 (Dana Kepner) W-CAT-Cad Weld Gun (Dana Kepner) 0.40 EACH $10.15 $4.06 W-CAT-#4 Joint Bonds 24" (Dana Kepner) 16.00 EACH $8.31 $132.96 UM -Interior Piping Crew (10.00 EACH/DY, 4.00 EACH $169.85 $679.38 DY) �e �0.40 P9 Pickup 3.80 HR $10.00 $38.00 Truck - Welder 3.60 HR $57.50 $207.00 L.1D ME - Field 4.00 HR $40.02 $160.08 y Foreman - Utility 4.20 HR $39.85 $167.38 rZ� LA - Pipelayer 4.00 HR $26.73 $106.92 U� 1138 - 619.04 - 6" Tie To Existing (2- 2.00 EACH $1,592.11 $3,184.22 $1,686.40 $3,372.80 -0.00% hydrants) Man Hours: 27.25 MH/EACH 54.50 W-6" MJ Tie To Existing 2.D0 EACH $1,592.11 $3,184.22 Man Hours: 27.25 MH/EACH 54.50 �j W-MI-6" Solid Sleeve (Dana Kepner) 2.00 EACH $172.43 $344.87 W-Tie In To Existing Waterline 2.00 EACH $1,419.68 $2,839.35 Man Hours: 27.25 MH/EACH 54.50 Waterline Fittings (2.00 EACH/DY, 1.00 2.00 EACH $1,419.68 $2,839.35 DY) Excavator KOM 390 / 400 / 490 [0.5] 9.00 HR $115.25 $518.63 .,d LA - Laborer 9.DO HR $23.37 $210.33 .Jj LA - Pipelayer [2] 9.00 HR $25.65 $461.70 „p OP - Excavator, Large 9.DO HR $34.70 $312.29 10 Loader CAT 938 [0.5] 9.DO HR $75.75 $340.88 -d OP - Loader, Small 9.DO HR $28.50 $256.50 Pickup 9.50 HR $10.00 $95.00 Foreman - Ublity 9.50 HR $38.42 $365.03 Trench Shoring - Bedding Box 9.00 HR $11.00 $99.00 r� Trench Shoring - Manhole Box 9.00 HR $10.00 $90.00 Trench Shoring - Trench Box 9.00 HR $10.00 $90.00 1140 - 619.05 - 6" PVC Waterline For Fire 60.00 LF $77.65 $4,659.08 $81.83 $4,909.80 0.00010 Hydrant Relocations Man Hours: 1.01 LF/MH 59.13 J W-Testing Waterline 60.00 LF $5.41 $324.59 Man Hours: 12.97 LF/MH 4.63 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 30 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1140 - 619.05 - 6" PVC Waterline For Fire Hydrant Relocations continued) Waterline Pressure Testing (240.00 LF/DY, 60.00 LF $5.41 $324.59 0.25 DY) \ Compressor W/ Tools 2.25 HR $17.00 $38.25 Truck -Testing Van 2.38 HR $60.00 $142.50 LA - Laborer 2.25 HR $23.37 $52.58 Foreman - Utility 2.38 HR $38.42 $91.26 -D, GC -Construction Water 7.20 MGAL $5.02 $36.14 L Construction Water Fort Collins 7.20 MGAL $5.02 $36.14 Waterline Excavation 60.00 LF $62.17 $3,729.93 Man Hours: 1.10 LF/MH 54.50 J Waterline Materials 60.00 LF $5.17 $310.08 W-PVC-6"X20' CLASS 150 PIPE DR 18, 60.00 LF $3.90 $234.00 C900 PVC (Dana Kepner) W-A-12 GAUGE TRACER WIRE (Dana 60.00 LF $1.00 $60.00 Kepner) W-A-3M DBY TRACER WIRE 0.12 EACH $134.00 $16.08 CONNECTORS (Dana Kepner) Dj W-Lay Watermain < 12" 60.00 LF $57.00 $3,419.85 Man Hours: 1.10 LF/MH 54.50 kkr Waterline Trench Exc & Lay W/400 (60.00 60.00 LF $57.00 $3,419.85 LF/DY, 1.00 DY) Pickup 9.50 HR $10.00 $95.00 Foreman - Utility 9.50 HR $38.42 $365.03 b Excavator KOM 390 / 400 / 490 9.00 HR $115.25 $1,037.25 OP - Excavator, Large 9.00 HR $34.70 $312.29 Loader CAT 938 9.00 HR $75.75 $681.75 -d OP - Loader, Small 9.00 HR $28.50 $256.50 LA - Pipelayer (2] 9.00 HR $25.65 $461.70 r LA - Laborer 9.00 HR $23.37 $210.33 J W-Bedding Haul Waterline 38.74 TON $14.67 $568.42 Trucking (1.00 DY, 0.47 Trucks, 4.84 38.74 TON $8.67 $336.00 TON/HR) AG-CRI-Carr-Bedding Rock 3/8" Pea Gravel 38.74 TON $6.00 $232.42 (squeegee) (Connell Resources, Inc) D 1142 - 619.05 - Temporary Waterline For 1,700.00 LF $11.79 $20,041.11 $12.39 $21,063.00 0.01% All Services 1st To Third North And South Side (for Lowerings) Man Hours: 5.94 LF/MH 291.00 _DJ W-Testing Waterline 1,700.00 LF $1.53 $2,596.73 Man Hours: 45.95 LF/MH 37.00 !"s Waterline Pressure Testing (850.00 LF/DY, 1,700.00 LF $1.53 $2,596.73 2.00 DY) 4 Compressor W/ Tools 18.00 HR $17.00 $306.00 Truck -Testing Van 19.00 HR $60.00 $1,140.00 LA - Laborer 18.00 HR $23.37 $420.66 -, Foreman - Utility 19.00 HR $38.42 $730.07 J Waterline Excavation 1,700.00 LF $6.78 $11,517.53 Man Hours: 13.39 LF/MH 127.00 Waterline Materials 1,700.00 LF $2.47 $4,200.62 HDFU-2" Fusion By MIP Connector 4.00 EACH $0.00 $0.00 HDFU-2" Gate Valve 2.00 EACH $0.00 $0.00 HDFU-2" HOPE 1,700.00 LF $2.14 $3,629.50 v/ HDFU-2" Tee 1.00 EACH $16.01 $16.01 L HDFU-2" X 3/4" Service Saddle 12.00 EACH $32.25 $387.00 7% W-HY-Hydrant Adaptor 2-1/2" FNST X 2" 4.00 EACH $42.03 $168.11 MIPT HDFU-2" HDPE Cap 4.00 EACH $0.00 $0.00 HDFU-2" HOPE 90 2.00 EACH $0.00 $0.00 0+ Install System 1,700.00 LF $3.49 $5,926.86 Man Hours: 13.39 LF/MH 127.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 31 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1141 - 619.05 - Temporary Waterline For Ail Services Ist To Third North And South Side (for Lowerings) continued) Waterline Trench Exc & Lay W/400 1,700.00 LF $3.49 $5,926.86 (850.00 LF/DY, 2.00 DY) Pickup 19.00 HR $10.00 $190.00 .d Foreman - Utility 19.00 HR $38.42 $730.07 LA - Pipelayer [2] 18.00 HR $25.65 $923.40 LA - Laborer 18.00 HR $23.37 $420.66 110 HOPE Fusion Machine 18.00 HR $20.00 $360.00 '.G LA - Pipelayer 18.00 HR $25.65 $461.70 Backhoe Loader CAT 430 18.00 HR $61.25 $1,102.50 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 Skid Steer Bobcat W/ Attachments 1&00 HR $45.00 $810.00 ' OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 pj Services 12.00 EACH $115.94 $1,390.05 F-C-3/4" Coupling Comp X MIP 12.00 EACH $26.69 $320.25 F-P-3/4" Poly - CTS-SDR 9 360.00 LF $0.43 $153.72 F-P-3/4" S.S. Inserts For CTS Poly 48.00 EACH $2.14 $102.48 �j F-V-3/4" Curb Stop (Dana Kepner) 12.00 EACH $67.80 $813.60 05 Remove System 1,700.00 LF $3.49 $5,926.86 Man Hours: 13.39 LF/MH 127.00 Waterline Trench Exc & Lay W/400 (850.00 1,700.00 LF $3.49 $5,926.86 LF/DY, 2.00 DY) Pickup 19.00 HR $10.00 $190.00 Foreman - Utility 19.00 HR $38.42 $730.07 �-�o LA - Pipelayer (2] 18.00 HR $25.65 $923.40 LA - Laborer 18.00 HR $23.37 $420.66 HOPE Fusion Machine 18.00 HR $20.00 $360.00 LA - Pipelayer 18.00 HR $25.65 $461.70 14 Backhoe Loader CAT 430 18.00 HR $61.25 $1,102.50 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 i5? Skid Steer Bobcat W/ Attachments 18.00 HR $45.00 $810.00 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 1144 - 619.09 - Removal of Fire Hydrant 2.00 EACH $740.78 $1,481.57 $785.85 $1,571.70 0.000/0 Man Hours: 9.69 MH/EACH 19.38 RMV-Remove Minor Structure (MH, Inlet, HW) 2.00 EACH $740.78 $1,481.57 Man Hours: 9.69 MH/EACH 19.38 (1) Remove Minor Structure 2.00 EACH $665.63 $1,331.25 Man Hours: 9.13 MH/EACH 18.25 ks RMV-Removal Crew (4.00 EACH/DY, 0.50 2.00 EACH $665.63 $1,331.25 DY) M Loader CAT 938 4.50 HR $75.75 $340.88 M Pickup 4.75 HR $10.00 $47.50 LA - Laborer 4.50 HR $23.37 $105.17 OP - Loader, Small 4.50 HR $28.50 $128.25 Foreman - Grading 4.75 HR $37.86 $179.82 ig� Excavator KOM 200 / 210 / 228 4.50 HR $83.00 $373.50 �-.e, OP - Excavator, Small 4.50 HR $34.70 $156.14 J RMV-Removal Haul 0.50 LOAD $300.63 $150.31 Man Hours: 2.25 MH/LOAD 1.13 Dump Fee - Landfill 0.50 LOAD $92.48 $46.24 kW RMV-Removal Haul (8.00 LOAD/DY, 0.06 0.50 LOAD $208.15 $104.07 DY) r� Truck - Tractor W/ Trailer [2] 0.56 HR $64.01 $72.01 --i DR - Truck Driver [2] 0.56 HR $28.50 $32.06 I CA 1146 - 619.10 - Adjust Hydrant To Grade & RMV-Remove Minor Structure (MH, Inlet, HW) & Remove Minor Structure 2.00 EACH $2,089.50 $4,179.01 Man Hours: 2.00 EACH $2,089.50 $4,179.01 Man Hours: 2.00 EACH $1,331.25 $2,662.51 $2,184.71 $4,369.42 -0.000/a 18.25 MH/EACH 36.50 18.25 MH/EACH 36.50 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 32 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Perceni (Item 1146 - 619.10 -Adjust Hydrant To Grade continued) Man Hours: 18.25 MH/EACH 36.50 RMV-Removal Crew (2.00 EACH/DY, 1.00 2.00 EACH $1,331.25 $2,662.51 DY) Loader CAT 938 9.00 HR $75.75 $681.75 Pickup 9.50 HR $10.00 $95.00 LA - Laborer 9.00 HR $23.37 $210.33 OP - Loader, Small 9.00 HR $28.50 $256.50 Foreman - Grading 9.50 HR $37.86 $359.64 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 -. OP - Excavator, Small 9.00 HR $34.70 $312.29 W-HY-24" Hydrant Extension (Dana Kepner) 2.00 EACH $758.25 $1,516.50 _PA 1148 - 412.00 - Concrete Pavement (6 Inch 225.00 SY $116.36 $26,180.72 $119.17 $26,813.25 -0.000/a Driveways) Man Hours: 1.10 SY/MH 2O5.00 0} EX -Fine Grade Concrete Flatwcrk 2,025.00 SF $6.67 $13,502.92 Man Hours: 9.88 SF/MH 2O5.00 k3 EX -Fine Grade Concrete Flatwork (405.00 2,025.00 SF $6.67 $13,502.92 SF/DY, 5.00 DY) Pickup 47.50 HR $10.00 $475.00 Foreman - Base 47.50 HR $37.80 $1,795.42 Water Truck 1500 Gal [0.5] 45.00 HR $48.00 $1,080.00 .� DR - Water Truck [0.5] 45.00 HR $28.50 $641.25 LA - Laborer 45.00 HR $23.37 $1,051.65 Compactor Walk Behind 33" OSR 45.00 HR $32.50 $1,462.50 Skid Steer Bobcat W/ Attachments 45.00 HR $45.00 $2,025.00 r OP - Loader Backhoe / Skid Steer 45.00 HR $25.79 $1,160.66 Excavator Compact John Deer 35 / 60 45.00 HR $50.00 $2,250.00 OP - Excavator, Small 45.00 HR $34.70 $1,561.44 Concrete Pavement (6 Inch Driveways) Fast 225.00 SY $56.35 $12,677.80 Track 24 Hrs (Villalobos Concrete Company UDBE) 1150 - 412.01 - Concrete Pavement (8.5 3,520.00 SY $73.33 $258,120.09 $73.94 $260,268.80 0.01% Inch) Man Hours: 5.72 SY/MH 615.00 ej Concrete Pavement (8.5 Inch) (Villalobos 3,520.00 SY $60.22 $211,991.11 Concrete Company LOBE) EX -Fine Grade Concrete Sidewalk 31,680.00 SF $1.46 $46,128.98 Man Hours: 51.51 SF/MH 615.00 EX -Fine Grade Concrete Flatwork (2,112.00 31,680.00 SF $1.46 $46,128.98 15.00 DY) _ mSF/DY, fo Pickup 142.50 HR $10.00 $1,425.00 Foreman - Base 142.50 HR $37.80 $5,386.25 Loader JD 210 Skip 135.00 HR $51.25 $6,918.75 (`�o OP - Loader, Small 135.00 HR $28.50 $3,847.50 Water Truck 1500 Gal [0.5] 135.00 HR $48.00 $3,240.00 ' DR - Water Truck [0.5] 135.00 HR $28.50 $1,923.75 LA - Laborer 135.00 HR $23.37 $3,154.95 Compactor Walk Behind 33" OSR 135.00 HR $32.50 $4,387.50 aj Motor Grader CAT 140 G 135.00 HR $80.75 $10,901.25 '. OP - Motor Grader, Finish 135.00 HR $36.62 $4,944.04 SU 1152 - 412.02 - Bus Bay Concrete (8.5 570.00 SY $82.83 $47,211.08 $83.90 $47,823.00 -0.00% Inch) Man Hours: 2.60 SY/MH 219.00 •,J EX -Fine Grade Concrete Flatwork 5,130.00 SF $2.51 $12,882.98 Man Hours: 23.42 SF/MH 219.00 EX -Fine Grade Concrete Flatwork (855.00 5,130.00 SF $2.51 $12,882.98 SF/DY, 6.00 DY) Pickup 57.00 HR $10.00 $570.00 --..li Foreman - Base 57.00 HR $37.80 $2,154.50 Va Loader JD 210 Skip 54.00 HR $51.25 $2,767.50 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 33 SECTION 00525 WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE TO: Connell Resources, Inc. WORK ORDER NUMBER: 2 PURCHASE ORDER: TITLE: Lincoln Avenue Corridor — Phase 1 ORIGINAL BID/RFP NUMBER & NAME: 8214 CM/GC for Lincoln Corridor Proiect EXECUTION DATE OF THE MASTER AGREEMENT: March 22, 2016 DESIGN ENGINEER FIRM: Interwest Consulting, Inc. ENGINEER: Ditesco, LLC OWNER'S REPRESENTATIVE: Ditesco, LLC NOTICE OF AWARD DATE: JulV 18, 2016 OWNER: City of Fort Collins (hereinafter referred to as OWNER) 1. WORK. Pursuant to your AGREEMENT with OWNER dated March 22, 2016, and your t Work Order Proposal dated July 11, 2016, you have been awarded a Work Order for the Lincoln Avenue Corridor Improvements — Phase 1. A. Summary of Work: To construct Phase 1 of the Lincoln Avenue Corridor Project including all demolition, utility installations, Lemay Avenue intersection work, the south side (eastbound) parts of Lincoln Avenue, electrical, lighting and irrigation. Utility installation for the north and south sides of the roadway corridor. Reference the Phase 1 construction plans and contract documents for further information. 2. CONTRACT PRICE, BONDS AND CERTIFICATES. The Contract Price of your Work Order is Three million one hundred forty four thousand four hundred fifty five dollars and ninety one cents (S3,144,455.91). Pursuant to the AGREEMENT and the Contract Documents, Performance and Payment Bonds and insurance are required. In the event of changes to the scope, the Fee shall be 8% for overhead and 6% for profit for labor, material, subcontractors and lower tier subcontractors. 3. CONTRACT TIMES. 3.1 The Work shall be Substantially Completed by the Contractor, as evidenced by the issuance of certificate of Substantial Completion, within two hundred thirty (230) calendar days after the date of the Notice to Proceed. rw-1 L--J Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1152 - 412.02 - Bus Bay Concrete (S.5 Inch) continued) ' OP - Loader, Small 54.00 HR $28.50 $1,539.00 Water Truck 1500 Gal [0.5] 54.00 HR $48.00 $1,296.00 DR - Water Truck 54.00 HR $28.50 $1,539.00 LA - Laborer 54.00 HR $23.37 $1,261.98 h0 Compactor Walk Behind 33" OSR 54.00 HR $32.50 $1,755.00 -4) Bus Bay Concrete (8.5 Inch) (Villalobos 570.00 SY $60.22 $34,328.11 Concrete Company LOBE) 1- 1154 - 608.00 -Colored Concrete Crosswalk (8 Inch) ,$) Colored Concrete Crosswalk (8 Inch) Includes Pedestrian Refuge Area (Villalobos Concrete Company JDBE) :& EX -Fine Grade Concrete Flatwork lw EX -Fine Grade Concrete Flatwork (657.00 SF/DY, 5.00 DY) 0 Pickup . Foreman - Base 4b Water Truck 1500 Gal [0.5] DR - Water Truck [0.5] LA - Laborer j Compactor Walk Behind 33" OSR C4 Excavator Compact Jahn Deer 35 / 60 OP - Excavator, Small ZV Skid Steer Bobcat W/ Attachments '_p- OP - Loader Backhoe / Skid Steer D1 RMV-Remove Asphalt With Hoe (6 Thick) J Remove Asphalt RMV-Removal Crew (182.50 SY/DY, 2.00 DY) > Loader CAT 938 Pickup LA - Laborer , OP - Loader, Small Foreman - Grading fib Excavator KOM 200 / 210 / 228 OP - Excavator, Small RMV-Sawcutting Asphalt (6") Sub. & RMV-Removal Had - Asphalt k7 RMV-Removal Haul (2.56 LOAD/DY, 2.00 DY) Truck - Tractor W/ Trailer '„� DR - Truck Driver *4 Dump Fee - Asphalt qj 1156 - 608.01 - Standard Gray Concrete Sidewalk (6 Inch) J EX -Fine Grade Concrete Sidewalk Includes Pedestrian Refuge Areas 365.00 SY $115.44 $42,134.96 Man Hours: 365.00 SY $56.68 $20,687.44 3,285.00 SF 3,285.00 SF 47.50 HR 47.50 HR 45.00 HR 45.00 HR 45.00 HR 45.00 HR 45.00 HR 45.00 HR 45.00 HR 45.00 HR 365.00 SY 365.00 SY 365.00 SY 18.00 HR 19.00 HR 18.00 HR 18.00 HR 19.00 HR 18.00 HR 18.00 HR 600.00 LF 5.11 LOAD $4.11 $4.11 $10.00 $37.80 $48.00 $28.50 $23.37 $32.50 $50.00 $34.70 $45.00 $25.79 $21.77 $14.59 $14.59 $75.75 $10.00 $23.37 $28.50 $37.86 $83.00 $34.70 $1.25 $365.87 5.11 LOAD $325.87 18.00 HR $64.01 18.00 HR $28.50 5.11 LOAD $40.00 5,510.00 SY $52.30 49,590.00 SF $1.09 ktw EX -Fine Grade concrete Flatwork (2,479.50 49,590.00 SF $1.09 SF/DY, 20.00 DY) r * Pickup 190.00 HR $10.00 ,-0 Foreman -Base 190.00 HR $37.80 4b Water Truck 1500 Gal [0.5] 180.00 HR $48.00 DR - Water Truck [0.5] 180.00 HR $28.50 $13,502.92 Man Hours: $13,502.92 $475.00 $1,795.42 $1,080.00 $641.25 $1,051.65 $1,462.50 $2,250.00 $1,561.44 $2,025.00 $1,160.66 $7,944.59 Man Hours: $5,325.01 Man Hours: $5,325.01 $1,363.50 $190.00 $420.66 $513.00 $719.27 $1,494.00 $624.58 $750.00 $1,869.58 Man Hours: $1,665.18 $1,152.18 $513.00 $204.40 $288,200.54 Man Hours: $54,011.69 Man Hours: $54,011.69 $1,900.00 $7,181.66 $4,320.00 $2,565.00 $118.05 $43,088.25 -0.00% 1.23 SY/MH 296.00 16.02 SF/MH 2O5.00 4.01 SY/MH 91.00 5.00 SY/MH 73.00 3.52 MH/LOAD 18.00 $52.76 $290,707.60 -0.01% 6.72 SY/MH 820.00 60.48 SF/MH 820.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 34 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1156 - 608.01 - Standard Gray Concrete Sidewalk (6 Inch) continued) LA - Laborer 180.00 HR $23.37 $4,206.60 Compactor Walk Behind 33" OSR 180.00 HR $32.50 $5,850.00 Excavator Compact John Deer 35 / 60 180.00 HR $50.00 $9,000.00 OF - Excavator, Small 180.00 HR $34.70 $6,245.78 Skid Steer Bobcat W/ Attachments 180.00 HR $45.00 $8,100.00 , OP - Loader Backhoe / Skid Steer 180.00 HR $25.79 $4,642.65 S - Standard Gray Concrete Sidewalk (6 Inch) 5,510.00 SY $42.50 $234,188.86 (Villalobcs Concrete Company UDBE) D� 1158 - 608.02 - Colored Concrete Sidewalk 85.00 SY $88.12 $7,489.98 $89.61 $7,616.85 0.00% Type 1(6 Inch) Man Hours: 2.07 SY/MH 41.00 } EX -Fine Grade Concrete Sidewalk 765.00 SF $3.53 $2,700.58 Man Hours: 18.66 SF/MH 41.00 *kV EX -Fine Grade Concrete Flatwork (765.00 765.00 SF $3.53 $2,700.58 SF/DY, 1.00 DY) NS Pickup 9.50 HR $10.00 $95.00 Foreman - Base 9.50 HR $37.80 $359.08 Water Truck 1500 Gal [0.5] 9.00 HR $48.00 $216.00 DR - Water Truck [0.5] 9.00 HR $28.50 $128.25 LA - Laborer 9.00 HR $23.37 $210.33 Compactor Walk Behind 33" OSR 9.00 HR $32.50 $292.50 Skid Steer Bobcat W/ Attachments 9.00 HR $45.00 $405.00 OF - Loader Backhoe / Skid Steer 9.00 HR $25.79 $232.13 Excavator Compact John Deer 35 / 60 9.00 HR $50.00 $450.00 OP - Excavator, Small 9.00 HR $34.70 $312.29 S) Colored Concrete Sidewalk (6 Inch) (Villalobos 85.00 SY $56.35 $4,789.39 Concrete Company UDBE) 1160 - 608.03 -Colored Convete Sidewalk 85.00 SY $88.12 $7,489.98 $89.61 $7,616.85 0.000/0 Type 2 (6 Inch) Man Hours: 2.07 SY/MH 41.00 " EX -Fine Grade Concrete Sidewalk 765.00 SF $3.53 $2,700.58 Man Hours: 18.66 SF/MH 41.00 kt"e► EX -Fine Grade Concrete Flatwork (765.00 765.00 SF $3.53 $2,700.58 SF/DY, 1.00 DY) Pickup 9.50 HR $10.00 $95.00 Foreman - Base 9.50 HR $37.80 $359.08 Water Truck 1500 Gal [0.5] 9.00 HR $48.00 $216.00 r DR - Water Truck 10.5] 9.00 HR $28.50 $128.25 LA - Laborer 9.00 HR $23.37 $210.33 Compactor Walk Behind 33" OSR 9.00 HR $32.50 $292.50 Excavator Compact John Deer 35 / 60 9.00 HR $50.00 $450.00 OP - Excavator, Small 9.00 HR $34.70 $312.29 Skid Steer Bobcat W/ Attachments 9.00 HR $45.00 $405.00 .,jo OF - Loader Backhoe / Skid Steer 9.00 HR $25.79 $232.13 J Colored Concrete Sidewalk (6 Inch) (Villalobos 85.00 SY $56.35 $4,789.39 Concrete Company UDBE) Sa 1162 - 608.04 - Metal Truncated Dome 950.00 SF $73.55 $69,868.77 $73.55 $69,872.50 0.01% Plates Concrete For Ramps Are Included In Sidewalk Metal Truncated Dome Plates Concrete For 950.00 SF $73.55 $69,868.77 Ramps Are Included In Sidewalk (Villalobos Concrete Company UDBE) AL 1166 - 608.05 - Concrete Sidewalk Chase (2 16.00 LF $263.34 $4,213.48 $263.34 $4,213.44 -0.00% Ft Wide) (Villalobos Concrete Company UDBE) D 1168 - 609.00 - Outfall Median Curb And Gutter (1' Gutter) 0 EX -Fine Grade Concrete Curb And Gutter 4,100.00 LF $17.99 $73,755.44 Man Hours: 4,100.00 LF $6.86 $28,135.53 Man Hours: $18.30 $75,030.00 -0.03% 11.26 LF/MH 364.00 11.26 LF/MH 364.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 35 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1168 - 609.00 - Outfaii Median Curb And Gutter (I'Gutter) continued) IX -Fine Grade Concrete Curb (512.50 LF/DY, 4,100.00 LF $6.86 $28,135.53 8.00 DY) Water Truck 3500 Gal 36.00 HR $53.00 $1,908.00 ,0 Pickup 76.00 HR $10.00 $760.00 Foreman - Base 76.00 HR $37.80 $2,872.67 �V Compactor Dynapack 60" Steel Drum 72.00 HR $52.00 $3,744.00 Roller y OP - Roller 72.00 HR $26.58 $1,913.49 Excavator Compact John Deer 35 / 60 Iko 72.00 HR $50.00 $3,600.00 OP - Excavator, Small 72.00 HR $34.70 $2,498.31 Skid Steer Bobcat W/ Attachments 72.00 HR $45,00 $3,240.00 OP - Loader Backhoe / Skid Steer 72.00 HR $25.79 $1,857.06 0 Loader JD 210 Skip 1O 72.00 HR $51.25 $3,690.00 ' OP - Loader, Small 72.00 HR $28.50 $2,052.00 Outfall Median Curb And Gutter (1' Gutter) 4,100.00 LF $11.13 $45,619.92 (Villalobos Concrete Company UDBE) L 1170 - 609.01 - 6"curb Head On Paving 2,800.00 LF $11.41 $31,944.65 $11.52 $32,256.00-0.040/0 Without Gutter Man Hours: 30.77 LF/MH 91.00 6" Curb Head Without Gutter (Villalobos 2,800.00 LF $8.90 $24,910.77 Concrete Company UDBE) EX -Fine Grade Concrete Curb And Gutter 2,800.00 LF $2.51 $7,033.88 Man Hours: 30.77 LF/MH 91.00 jt:W EX -Fine Grade Concrete Curb (1,400.00 2,800.00 LF $2.51 $7,033.88 LF/DY, 2.00 DY) 10 Water Truck 3500 Gal 9.00 HR $53.00 $477.00 Pickup 19.00 HR $10.00 $190.00 .- Foreman - Base 19.00 HR $37.80 $718.17 db Compactor Dynapack 60" Steel Drum 18.00 HR $52.00 $936.00 Roller OP - Roller 18.00 HR $26.58 $478.37 Skid Steer Bobcat W/ Attachments 18.00 HR $45.00 $810.00 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 Excavator Compact John Deer 35 / 60 18.00 HR $50.00 $900.00 OP - Excavator, Small 18.00 HR $34.70 $624.58 Loader JD 210 Skip 18.00 HR $51.25 $922.50 d OP - Loader, Small 18.00 HR $28.50 $513.00 2172 - 609.02 - Vertical Curb And Gutter (2' 4,350.00 LF $22.12 $96,239.81 $22.46 $97,701.00 0.010/0 Gutter) Man Hours: 11.92 LF/MH 365.00 •& IX -Fine Grade Concrete Curb And Gutter 4,350.00 LF $7.30 $31,738.72 Man Hours: 11.92 LF/MH 365.00 LJ'V, EY-Fine Grade Concrete Curb (435.00 LF/DY, 4,350.00 LF $7.30 $31,738.72 10.00 DY) Motor Grader CAT 140 G 90.00 HR $80.75 $7,267.50 OP - Motor Grader, Finish 90.00 HR $36.62 $3,296.03 Loader )D 210 Skip 90.00 HR $51.25 $4,612.50 OP - Loader, Small 90.00 HR $28.50 $2,565.00 Water Truck 3500 Gal 45.00 HR $53.00 $2,385.00 Pickup 95.00 HR $10.00 $950.00 Foreman - Base 95.00 HR $37.80 $3,590.83 eo Compactor Dynapack 60" Steel Drum 90.00 HR $52.00 $4,680.00 Roller OP - Roller 90.00 HR $26.58 $2,391.86 S' Vertical Curb And Gutter (2' Gutter) (Villalobos 4,350.00 LF $14.83 $64,501.09 Concrete Company UDBE) 1174 - 609.03 - 2' Pan Only Across Concrete Paved Areas -PJ EX -Fine Grade Concrete Curb And Gutter 2,250.00 LF $20.47 $46,058.12 Man Hours: 2,250.00 LF $5.64 $12,695.49 Man Hours: $20.73 $46,642.50 0.010/0 15.41 LF/MH 146.00 15A1 LF/MH 146.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 36 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Perceni (Item 1174 - 609.03 -1' Pan Only Across Concrete Paved Areas continued) kk's EX -Fine Grade Concrete Curb (562.50 LF/DY, 2,250.00 LF $5.64 $12,695.49 4.00 DY) ,4 Motor Grader CAT 140 G 36.00 HR $80.75 $2,907.00 OP - Motor Grader, Finish 36.00 HR $36.62 $1,318.41 Loader JD 210 Skip 36.00 HR $51.25 $1,845.00 OP - Loader, Small 36.00 HR $28.50 $1,026.00 Water Truck 3500 Gal 18.00 HR $53.00 $954.00 .b Pickup 38.00 HR $10.00 $380.00 Foreman - Base 38.00 HR $37.80 $1,436.33 Compactor Dynapack 60" Steel Drum 36.00 HR $52.00 $1,872.00 Roller OP - Roller 36.00 HR $26.58 $956.75 S} 2 Ft Pan At Concrete Paved Areas (vllalobos 2,250.00 LF $14.83 $33,362.64 Concrete Company UDBE) 1176 - 609.04 - 6" Porous Paving Curb 100.00 LF $79.65 $7,965.29 $81.27 $8,127.00 0.000/0 Man Hours: 2.20 LF/MH 45.50 `J Porous Paving Curb 6" (ViIlalobos Concrete 100.00 LF $44.48 $4,448.35 Company UDBE) SDI EX -Fine Grade Concrete Curb And Gutter 100.00 LF $35.17 $3,516.94 Man Hours: 2.20 LF/MH 45.50 EX -Fine Grade Concrete Curb (100.00 LF/DY, 100.00 LF $35.17 $3,516.94 1.00 DY) Water Truck 3500 Gal 4.50 HR $53.00 $238.50 Pickup 9.50 HR $10.00 $95.00 Foreman - Base 9.50 HR $37.80 $359.08 Compactor Dynapack 60" Steel Drum 9.00 HR $52.00 $468.00 Roller OP - Roller 9.00 HR $26.58 $239.19 Excavator Compact John Deer 35 / 60 9.00 HR $50.00 $450.00 ,� OP - Excavator, Small 9.00 HR $34.70 $312.29 -4 Skid Steer Bobcat W/ Attachments 9.00 HR $45.00 $405.00 ,� OP - Loader Backhoe / Skid Steer 9.00 HR $25.79 $232.13 Loader JD 210 Skip 9.00 HR $51.25 $461.25 „� OP - Loader, Small 9.00 HR $28.50 $256.50 0A 1178 - 609.06 - Median Curb (2nd Curb) 1,750.00 LF $24.98 $43,533.42 $25.34 $44,345.00 0.01% Man Hours: 7.69 LF/MH 227.50 + Median Curb (2nd Curb) (Yllalobos Concrete 1,750.00 LF $14.83 $25,948.72 Company UDBE) EX -Fine Grade Concrete Curb And Gutter 1,750.00 LF $10.05 $17,584.70 Man Hours: 7.69 LF/MH 227.50 k"► EX -Fine Grade Concrete Curb (350.00 LF/DY, 1,750.00 LF $10.05 $17,584.70 5.00 DY) Water Truck 3500 Gal 22.50 HR $53.00 $1,192.50 Pickup 47.50 HR $10.00 $475.00 Foreman - Base 47.50 HR $37.80 $1,795.42 Compactor Dynapack 60" Steel Drum 45.00 HR $52.00 $2,340.00 Roller ,j, OP - Roller 45.00 HR $26.58 $1,195.93 Excavator Compact John Deer 35 / 60 4S.00 HR $50.00 $2,250.00 OP - Excavator, Small 45.00 HR $34.70 $1,561.44 Skid Steer Bobcat W/ Attachments 45.00 HR $45.00 $2,025.00 OP - Loader Backhoe / Skid Steer 45.00 HR $25.79 $1,160.66 Loader JD 210 Skip 45.00 HR $51.25 $2,306.25 OP - Loader, Small 45.00 HR $28.50 $1,282.50 DA 1180 - 609.07 - Median Cover At Nose 520.00 SF $10.14 $5,272.80 $10.38 $5,397.60 -0.03% Transition Monolithic With Curb Man Hours: 12.68 SF/MH 41.00 Mololithic Median Nose With Curb And Concrete 520.00 SF $4.95 $2,572.21 Cover (ViIlalobos Concrete Company UDBE) EX -Fine Grade Concrete Flatwork 520.00 SF $5.19 $2,700.58 Man Hours: 12.68 SF/MH 41.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 37 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1180 - 609.07 - Median Cover At Nose Transition Monolithic With Curb continued) Cw EX -Fine Grade Concrete Flatwork (520.00 520.00 SF $5.19 $2,700.58 SF/DY, 1.00 DY) ."* Pickup 9.50 HR $10.00 $95.00 Foreman - Base 9.50 HR $37.80 $359.08 S1? Water Truck 1500 Gal [0.5] 9.00 HR $48.00 $216.00 DR - Water Truck [0.5] 9.00 HR $28.50 $128.25 LA - Laborer 9.00 HR $23.37 $210.33 Compactor Walk Behind 33" OSR 9.00 HR $32.50 $292.50 Skid Steer Bobcat W/ Attachments 9.00 HR $45.00 $405-00 OP - Loader Backhoe / Skid Steer 9.00 HR $25.79 $232.13 Excavator Compact John Deer 35 / 60 9.00 HR $50.00 $450.00 OF - Excavator, Small 9.00 HR $34.70 $312.29 S 1282 - 609.08 - Concrete Curbed Channel 4 15.00 LF $90.15 $1,352.30 $90.15 $1,352.25 -0.00% Ft Wide (Villalobos Concrete Company UDBE) 0� 1184 - 610.00 - Exposed Aggregate Median 355.00 SF $24.08 $8,549.81 $24.44 $8,676.20 -0,00% Splash Guard (4 Inch) Man Hours: 8.66 SF/MH 41.00 D: EX -Fine Grade Concrete Flatwork 355.00 SF $7.61 $2,700.58 Man Hours: 8.66 SF/MH 41.00 EX -Fine Grade Concrete Flatwork (355.00 355.00 SF $7.61 $2,700.58 SF/DY, 1.00 DY) Pickup 9.50 HR $10.00 $95.00 Foreman - Base 9.50 HR $37.80 $359.08 Water Truck 1500 Gal[0.5] 9.00 HR $48.00 $216.00 DR - Water Truck [0.5] 9.00 HR $28.50 $128.25 LA - Laborer 9-00 HR $23.37 $210.33 Compactor Walk Behind 33" OSR 9.00 HR $32.50 $292.50 Excavator Compact John Deer 35 / 60 9.00 HR $50.00 $450.00 OP -Excavator, Small 9.00 HR $34.70 $312.29 Skid Steer Bobcat W/ Attachments 9-00 HR $45.00 $405.00 r OP -Loader Backhoe /Skid Steer 9.00 HR $25.79 $232.13 $} Exposed Aggregate Median Splash Guard (4 355.00 SF $16.48 $5,849.23 Inch) (Villalobos Concrete Company UDBE) D� 1186 - 210.00 - Adjust Manhole 12.00 EACH $407.63 $4,891.56 $430.50 $5,166.00 -0.00% Man Hours: 5.69 MH/EACH 68.25 AC -Adjust Manholes In Asphalt Pavement 12.00 EACH $407.63 $4,891.56 Man Hours: 5.69 MH/EACH 68.25 AC -Adjust Manholes/Valve Boxes (8.00 12.00 EACH $349.37 $4,192.46 EACH/DY, 1.50 DY) Compressor W/ Tools 13.50 HR $17.00 $229.50 !b Skid Steer Bobcat W/ Attachments 13.50 HR $45.00 $607.50 'b Truck - Crew 14.25 HR $30.10 $428.93 .Yj Compactor Plate 13.50 HR $22.50 $303.75 Truck - Tandem Dump 13.50 HR $53.40 $720.90 DR - Truck Driver 13.50 HR $28.50 $384.75 r LA - Laborer 13.50 HR $23.37 $315.50 r LA - Skilled Laborer 13.50 HR $24.01 $324.15 ' Foreman - Asphalt Patch 14.25 HR $37.14 $529.28 .� OP - Loader Backhoe / Skid Steer 13.50 HR $25.79 $348.20 AC -Hot Mix Asphalt #137 Grade S (75) (PG 6.00 TON $46.06 $276.38 58-28) RAP Mix (Connell Resources, Inc) PC-ACC-24" Adjustment Rings 12.00 EACH $35-23 $422.73 D� 1188 - 210.01 - Adjust Valve Box 1.00 EACH $1,264.57 $1,264.57 $1,339.30 $1,339.30 -0.00% Man Hours: 18.96 MH/EACH 18.96 ,Dj AC -Adjust Valve Box In Asphalt Pavement 5.00 EACH $252.91 $1,264.57 Man Hours: 3.79 MH/EACH 18.96 pr AC -Adjust Manholes/Valve Boxes (12.00 S.DO EACH $232.91 $1,164.57 EACH/DY, 0.42 DY) Compressor W/ Tools 3.75 HR $17.00 $63.75 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 38 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1188 - 210. of - Adjust Valve Box continued) Skid Steer Bobcat W/ Attachments 3.75 HR $45.00 $168.75 Truck - Crew 3.96 HR $30.10 $119.15 Compactor Plate 3.75 HR $22.50 $84.38 .� Truck - Tandem Dump 3.75 HR $53.40 $200.25 DR - Truck Driver 3.75 HR $28.50 $106.88 f� LA - Laborer 3.75 HR $23.37 $87.64 LA - Skilled Laborer 3.75 HR $24.01 $90.04 r� Foreman - Asphalt Patch 3.96 HR $37.14 $147.02 r0 OP - Loader Backhoe / Skid Steer 3.75 HR $25.79 $96.72 A) Valve Adjustment 5.00 EACH $20.00 $100.00 fi 1190 - 304.00 - Aggregate Base Course 6,990.00 TON $29.57 $206,699.14 $30.63 $214,103.70 -0.01% (Class 5 Or 6) Includes Base Under Concrete Paving And Curbs Man Hours: 6.15 TON/MH 1,137.50 �v B2W - 3/2/2016 12:40 PM: The following information for this item was changed by addendum. The line number was changed from 23 to 130. The description was changed from 'Aggregate Base Course (Class 5)' to 'Aggregate Base Course (Class 5 or 6)'. The bid quantity was changed from 340 TON to 5,044.02088 TON. AB -Aggregate Base Course Class 5 6,990.00 TON $29.57 $206,699.14 Man Hours: 6.15 TON/MH 1,137.50 J Aggregate Base 6,990.00 TON $12.79 $89,376.51 Man Hours: 6.15 TON/MH 1,137.50 k-W AB -Place Base (466.00 TON/DY, 15.00 DY) 6,990.00 TON $7.53 $52,603.08 Pickup 142.50 HR $10.00 $1,425.00 Foreman - Base 142.50 HR $37.80 $5,386.25 Motor Grader CAT 140 G 135.00 HR $80.75 $10,901.25 OP - Motor Grader, Finish 135.00 HR $36.62 $4,944.04 Water Truck 1500 Gal 135.00 HR $48.00 $6,480.00 ,.d DR - Water Truck 135.00 HR $28.50 $3,847.50 Compactor Hyster C530 Rubber Tire 135.00 HR $39.00 $5,265.00 (-o OP - Roller 135.00 HR $26.58 $3,587.79 Loader JD 210 Skip 135.00 HR $51.25 $6,918.75 OP - Loader, Small 135.00 HR $28.50 $3,847.50 ktW AB -Finish Base (1,440.00 SY/DY, 10.00 14,400.00 SY $2.55 $36,773.43 DY) Pickup 95.00 HR $10.00 $950.00 r Foreman - Base 95.00 HR $37.80 $3,590.83 Motor Grader CAT 140 G 90.00 HR $80.75 $7,267.50 OP - Motor Grader, Finish 90.00 HR $36.62 $3,296.03 Scraper CAT 613 / 615 [0.5] 90.00 HR $85.00 $3,825.00 OP - Scraper, <15 Yards [0.5] 90.00 HR $32.63 $1,468.46 Compactor Hyster C530 Rubber Tire 90.00 HR $39.00 $3,510.00 OP - Roller 90.00 HR $26.58 $2,391.86 44 Loader JD 210 Skip [0.5] 90.00 HR $51.25 $2,306.25 !� OP - Loader, Small [0.5] 90.00 HR $28.50 $1,282.50 44 Water Truck 1500 Gal 90.00 HR $48.00 $4,320.00 (:�j DR - Water Truck 90.00 HR $28.50 $2,565.00 Base Haul 6,990.00 TON $16.67 $116,550.65 { Trucking (1.00 DY, 84.21 Trucks, 873.75 6,990.00 TON $8.67 $60,630.65 TON/HR) AG-CRI-Carr-Aggregate Base Class 5/6 6,990.00 TON $8.00 $55,920.00 (Connell Resources, Inc) GC -Construction Water 153.78 MGAL $5.02 $771.98 L Construction Water Fort Collins 153.78 MGAL $5.02 $771.98 U� 1192 - 304,01 - Aggregate Base Course 1,000.00 TON $23.97 $23,968.57 $24.68 $24,680.00 -0.01% Temporary For Paving Median Areas (Class 5 Or 6) ` Man Hours: 10.99 TON/MH 91.00 J AB -Aggregate Base Course Class 5 1,000.00 TON $23.97 $23,968.57 Man Hours: 10.99 TON/MH 91.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 39 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1191 - 304.01 - Aggregate Base Course Temporary For Paving Median Areas (Class 5 Or 6) continued) J Aggregate Base 1,000.00 TON $7.18 $7,184.22 Man Hours: 10.99 TON/MH !W AB -Place Base (1,000.00 TON/DY, 1.00 1,000.00 TON $3.51 $3,506.87 �� mDY) C1p Pickup 9.50 HR $10.00 $95.00 r Foreman - Base 9.50 HR $37.80 $359.08 Motor Grader CAT 140 G 9.00 HR $80.75 $726.75 r OP - Motor Grader, Finish 9.00 HR $36.62 $329.60 Water Truck 1500 Gal 9.00 HR $48.00 $432.00 �-d DR - Water Truck 9.00 HR $28.50 $256.50 Compactor Hyster C530 Rubber Tre 9.00 HR $39.00 $351.00 OF -Roller 9.00 HR $26.58 $239.19 db Loader JD 210 Skip 9.00 HR $51.25 $461.25 OF - Loader, Small 9.00 HR $28.50 $256.50 kV, AB -Finish Base (2,700.00 SY/DY, 1.00 DY) 2,700.00 SY $1.36 $3,677.34 Pickup 9.50 HR $10.00 $95.00 .d Foreman - Base 9.50 HR $37.80 $359.08 Motor Grader CAT 140 G 9.00 HR $80.75 $726.75 ,-0 OP - Motor Grader, Finish 9.00 HR $36.62 $329.60 Scraper CAT 613 / 615 [0.5] 9.00 HR $85.00 $382.50 OF - Scraper, <15 Yards [0.5] 9.00 HR $32.63 $146.85 N Compactor Hyster C530 Rubber Tire 9.00 HR $39.00 $351.00 OP - Roller 9.00 HR $26.58 $239.19 j Loader JD 210 Skip [0.5] 9.00 HR $51.25 $230.63 OP - Loader, Small [0.5] 9.00 HR $28.50 $128.25 Water Truck 1500 Gal 9.00 HR $48.00 $432.00 DR - Water Truck 9.00 HR $28.50 $256.50 Base Haul 1,000.00 TON $16.67 $16,673.91 / Trucking (1.00 DY, 12.05 Trucks, 125.00 1,000.00 TON $8.67 $8,673.91 TON/HR) AG-CRI-Carr-Aggregate Base Class 5/6 1,000.00 TON $8.00 $8,000.00 (Connell Resources, Inc) Dj GC -Construction Water 22.00 MGAL $5.02 $110.44 Construction Water Fort Collins 22.00 MGAL $5.02 $110.44 1194 - 403.00 - Hot Mix Asphalt (Grading 5) 260.00 TON $135.75 $35,295.52 (75)(PG 64-22) Hand Patch Lemay Full Depth 9", Assumes Hand Patching Will Not Require Modified Oil Man Hours: J Tonnage Summation Double Check 260.00 TON $135.75 $35,295.52 Man Hours: J AC -Asphalt Paving (Hand Patching) 260.00 TON $135.75 $35,295.52 Man Hours: p? Patching Lay 260.00 TON $61.43 $15,971.96 Man Hours: j'jp AC -Asphalt Lay (Hand Patching) (52.00 260.00 TON $61.43 $15,971.96 TON/DY, 5.00 DY) fF Pickup 52.50 HR $10.00 $525.00 �y Foreman - Asphalt Patch 52.50 HR $38.52 $2,022.47 Backhoe Loader CAT 420 50.00 HR $56.25 $2,812.50 OP - Loader Backhoe / Skid Steer [2] 50.00 HR $26.88 $2,687.85 IF Truck - Crew 50.00 HR $30.10 $1,505.00 OP - Roller, Asphalt Finish 50.00 HR $32.45 $1,622.36 -,.e. LA - Asphalt Laborer [2] 50.00 HR $25.47 $2,546.78 gad Skid Steer Bobcat W/ Attachments 50.00 HR $45.00 $2,250.00 Patching Haul 260.00 TON $74.32 $19,323.56 Man Hours: kW AC -Haul Patching (52.00 TON/DY, 5.00 260.00 TON $28.35 $7,371.00 DY) 4 Truck - Tandem Dump [2] 45.00 HR $53.40 $4,806.00 $142.17 91 00 $36,964.20 -0.00% 1.51 MH/TON 392.50 1.51 MH/TON 392.50 1.51 MH/TON 392.50 1.16 MH/TON 302.50 2.89 TON/MH 90.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 40 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1194 - 403.00 - Hot Mix Asphalt (Grading 5) (75) (PG 64-22) Hand Patch Lemay Full Depth 9 , Assumes Hand Patching Will Not Require Modified Oil continued) �. DR - Truck Driver [2] 45.00 HR $28.50 $2,565.00 AC -Hot Mix Asphalt #149 Grade S (75) 260.00 TON $45.97 $11,952.56 (PG 64-22) RAP Lime Mix (Connell Resources, Inc) 1196 - 403.00 - Hot Mix Asphalt (Grading 5) 3,110,00 TON $71.19 $221,389.99 $72.90 $226,719.00 -0.010/a (75)(PG 64-22) Mainline Lincoln Man Hours: 5.43 TON/MH 573.00 p; Tonnage Summation Double Check 3,110.00 TON $71.19 $221,389.99 Man Hours: 5.43 TON/MH 573.00 J AC -Asphalt Paving (Streets) 3,110.00 TON $71.19 $221,389.99 Man Hours: 5.43 TON/MH 573.00 J AC -Asphalt Haul 3,110.00 TON $58.36 $181,514.32 Trucking (1.00 DY, 61.77 Trucks, 388.75 3,110.00 TON $12.39 $38,543.27 TON/HR) AC -Hot Mix Asphalt #149 Grade S (75) 3,110.00 TON $45.97 $142,971.05 (PG 64-22) RAP Lime Mix (Connell Resources, Inc) ,5} AC -Soil Stenlant 13,600.00 SY $0.15 $2,040.00 Asphalt Lay 3,110.00 TON $12.17 $37,835.67 Man Hours: 5.43 TON/MH 573.00 kp AC -Asphalt Lay (Streets) (518.33 3,110.00 TON $12.17 $37,835.67 TON/DY, 6.00 DY) 0 Pickup [1.5] 51.00 HR $10.00 $765.00 �> Foreman - Asphalt Paving 63.00 HR $42.75 $2,693.45 Truck - Crew 48.00 HR $30.10 $1,444.80 Truck - Distributor/Tack [0.5] 48.00 HR $45.00 $1,080.00 rid DR - Distributor 60.00 HR $29.77 $1,786.46 Asphalt Paver CAT 1055 48.00 HR $127.00 $6,096.00 OP - Asphalt Paver 60.00 HR $36.75 $2,205.23 Roller CAT CB-434 Double Drum 48.00 HR $54.00 $2,592.00 QD Roller Hyster C530 Pneumatic 48.00 HR $39.00 $1,872.00 L OP - Roller, Asphalt Finish [3] 60.00 HR $32.45 $5,840.51 Skid Steer Bobcat W/ Attachments 48.00 HR $45.00 $2,160.00 rd LA - Asphalt Laborer 60.00 HR $25.47 $1,528.07 C,e OF - Asphalt Screed [2] 60.00 HR $35.64 $4,276.80 Roller Hamm / Hypac Double Drum 48.00 HR $38.00 $1,824,00 Water Truck 1500 Gal [0.33] 48.00 HR $48.00 $760.32 .d OP - Quality Control Technician [0.5] 60.00 HR $30.37 $911.05 D, 1198 - 403.00 -Hat Mix Asphalt (Grading 5) 310.00 TON $127.67 $39,578.46 ;133.54 $41,397.40 -0.00% (75)(PG 64-22) Paver Patch Lemay Bottom Lift 7- Assumed Man Hours: 1.21 MH/TON 374.00 g) Tonnage Summation Double Check 310.00 TON $127.67 $39,578.46 Man Hours: 1.21 MH/TON 374.00 AC -Asphalt Paving (Paver Patch) 310.00 TON $127.67 $39,578.46 Man Hours: 1.21 MH/TON 374.00 J Paver Patching 310.00 TON $53.17 $16,482.13 Man Hours: 1.17 TON/MH 266.00 k'i1 AC -Asphalt Lay (Paver Patching) (77.50 310.00 TON $53.17 $16,482.13 TON/DY, 4.00 DY) Pickup 38.00 HR $10.00 $380.00 D Foreman - Asphalt Patch 46,00 HR $39.66 $1,824.53 44 Skid Steer Bobcat W/ Attachments 36.00 HR $45.00 $1,620.00 �j Backhoe Loader CAT 420 [0.5] 36.00 HR $56.25 $1,012.50 yj OP - Loader Backhoe / Skid Steer 44.00 HR $27.77 $1,221.75 j Truck - Crew 36.00 HR $30.10 $1,083.60 4j Asphalt Paver Carlson 36.00 HR $72.25 $2,601.00 'j OP - Asphalt Paver 44.00 HR $37.97 $1,670.63 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 41 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1198 - 403.00 -Hot Mix Asphalt (Grading S) (75) (PG 64-12) Paver Patch Lemay Bottum Lift 7"Assumed continued) Roller CAT CB225 E Combo Roller 36.00 HR $36.00 $648.00 [0.5] Roller IR DD-32 Double Drum [0.5] 36.00 HR $35.00 $630.00 OP - Roller, Asphalt Finish 44.00 HR $33.52 $1,474.88 LA - Asphalt Laborer [2] 44.00 HR $26.31 $2,315.25 D) Patching Haul 310.00 TON $74.50 $23,096.33 Man Hours: 2.87 TON/MH 108.00 AC -Haul Paver Patching (77.50 TON/DY, 310.00 TON $28.53 $8,845.20 4.00 DY) dh kkJZ Truck - Tandem Dump [3] 36.00 HR $53.40 $5,767.20 DR - Truck Driver [3] 36.00 HR $28.50 $3,078.00 AC -Hot Mix Asphalt #149 Grade S (75) 310.00 TON $45.97 $14,251.13 (PG 64-22) RAP Lime Mix (Connell Resources, Inc) D� 1200 - 403.01 - Hot Mix Asphalt Temporary Through Medians (4") (Grading 5) (75) (PG 64-22) J AC -Asphalt Paving (Streets) AC -Asphalt Haul r Trucking (1.00 DY, 15.89 Trucks, 100.00 TON/HR) AC -Hot Mix Asphalt #149 Grade S (75) (PG 64-22) RAP Lime Mix (Connell Resources, Inc) S} AC -Soil Sterilant Asphalt Lay °k-W AC -Asphalt Lay (Streets) (400,00 TON/DY, 2.00 DY) 14 Pickup [1.5] Foreman - Asphalt Paving Truck - Crew Truck - Distributor/Tack [0.5] r DR - Distributor �9 Asphalt Paver CAT 1055 OP - Asphalt Paver Roller CAT CB-434 Double Drum Roller Hyster C530 Pneumatic r; OP - Roller, Asphalt Finish [3] Skid Steer Bobcat W/ Attachments LA - Asphalt Laborer r OP - Asphalt Screed [2] Roller Hamm / Hypac Double Drum M Water Truck 1500 Gal [0.33] _j, OP - Quality Control Technician [0.5] 6� 1202 - 403.02 - Hot Mix Asphalt (Grading 5) (100)(PG 64-28) Lincoln Main Line Paving Top Lift (2") g Tonnage Summation J AC -Asphalt Paving (Streets) 800.00 TON 800.00 TON 800.00 TON 800.00 TON 800.00 TON 21,394.00 SY 800.00 TON 800.00 TON 17.00 HR 21.00 HR 16.00 HR 16.00 HR 20.00 HR 16.00 HR 20.00 HR 16.00 HR 16.00 HR 20.00 HR 16.00 HR 20.00 HR 20.00 HR 16.00 HR 16.00 HR 20.00 HR 1,560.00 TON 1,560.00 TON 1,560.00 TON $78.14 $62,512.78 $78.14 $58.36 $12.39 $45.97 $0.15 $15.76 $15.76 $10.00 $42.75 $30.10 $45.00 $29.77 $127.00 $36.75 $54.00 $39.00 $32.45 $45.00 $25.47 $35.64 $38.00 $48.00 $30.37 Man Hours: $62,512.78 Man Hours: $46,691.79 $9,914.67 $36,777.12 $3,209.10 $12,611.89 Man Hours: $12,611.89 $255.00 $897.82 $481-60 $360.00 $595.49 $2,032.00 $735.08 $864.00 $624.00 $1,946.84 $720.00 $509.36 $1,425.60 $608.00 $253.44 $303.68 $80.14 $64,112.00 -0.00% 4.19 TON/MH 191.00 4.19 TON/MH 191.00 4.19 TON/MH 191.00 $72.42 $112,974.19 $74.16 $115,689.60 0.010/0 $72.42 $72.42 ,Q) AC -Asphalt Haul 1,560.00 TON $60.29 Trucking (1.00 DY, 30.98 Trucks, 195.00 1,560.00 TON $12.39 TON/HR) AC -Hat Mix Asphalt # 14S Grade 5 (100) 1,560.00 TON $47.90 (PG 64-28) RAP Lime Mix (Connell Resources, Inc) 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay Man Hours: 5.45 TON/MH 286.50 $112,974.19 Man Hours: 5.45 TON/MH 286.50 $112,974.19 Man Hours: 5.45 TON/MH 286.50 $94,056.35 $19,333.60 $74,722.75 42 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1202 - 403.02 - Hat Mix Asphalt (Grading 5) (100) (PG 64-28) Lincoln Main Line Paving Top Lift (Z) continued) J Asphalt Lay 1,560.00 TON $12.13 $18,917.84 Man Hours: 5.45 TON/MH 286.50 k V AC -Asphalt Lay (Streets) (520,00 1,560.00 TON $12.13 $18,917.84 TON/DY, 3.00 DY) Pickup [1.5] 25.50 HR $10.00 $382.50 - Foreman - Asphalt Paving 31.50 HR $42.75 $1,346.73 Truck - Crew 24.00 HR $30.10 $722.40 11970 INV Truck - Distributor/Tack [0.5] 24.00 HR $45.00 $540.00 DR - Distributor 30.00 HR $29.77 $893.23 r� Asphalt Paver CAT 1055 24.00 HR $127.00 $3,048.00 OP - Asphalt Paver 30.00 HR $36.75 $1,102.61 rVl Roller CAT CB-434 Double Drum 24.00 HR $54.00 $1,296.00 14 Roller Hyster C530 Pneumatic 24.00 HR $39.00 $936.00 OP - Roller, Asphalt Finish [3] 30.00 HR $32.45 $2,920.25 Skid Steer Bobcat W/ Attachments 24.00 HR $45.00 $1,080.00 LA - Asphalt Laborer 30.00 HR $25.47 $764.03 OP - Asphalt Screed [2] 30.00 HR $35.64 $2,138.40 Roller Hamm / Hypac Double Drum 24.00 HR $38.00 $912.00 Water Truck 1500 Gal [0.33] 24.00 HR $48.00 $380.16 .-J� OP - Quality Control Technician [0.5] 30.00 HR $30.37 $455.52 1204 - 403.02 - Hot Mix Asphalt (Grading S) 100.00 TON $111.22 $11,121.75 $115.96 $11,596.00 -0.00% (100)(PG 64-28) Top Lift Paver Patch Lemay Areas Man Hours: 1.07 TON/MH 93.50 �) Tonnage Summation 100.00 TON $111.22 $11,121.75 Man Hours: 1.07 TON/MH 93.50 AC -Asphalt Paving (Paver Patch) 100.00 TON $111.22 $11,121.75 Man Hours: 1.07 TON/MH 93.50 ,Q) Paver Patching 100.00 TON $41.21 $4,120.53 _ Man Hours: 1.50 TON/MH 66.50 LS.y� AC -Asphalt Lay (Paver Patching) (100.00 100.00 TON $41.21 $4,120.53 TON/DY, 1.00 DY) Pickup 9.50 HR $10.00 $95.00 Foreman - Asphalt Patch 11.50 HR $39.66 $456.13 Skid Steer Bobcat W/ Attachments 9.00 HR $45.00 $405.00 Backhoe Loader CAT 420 [0.5] 9.00 HR $56.25 $253.13 r_ai OP - Loader Backhoe / Skid Steer 11.00 HR $27.77 $305.44 Truck - Crew 9.00 HR $30.10 $270.90 Asphalt Paver Carlson 9.00 HR $72.25 $650.25 OP - Asphalt Paver 11.00 HR $37,97 $417.66 Roller CAT CB225 E Combo Roller 9.00 HR $36.00 $162.00 [0.5] Roller IR DD-32 Double Drum [0.5] 9.00 HR $35.00 $157.50 r-0 OP - Roller, Asphalt Finish 11.00 HR $33.52 $368.72 r LA - Asphalt Laborer [2] 11.00 HR $26.31 $578.81 J Patching Haul 100.00 TON $70.01 $7,001.22 Man Hours: 3.70 TON/MH 27.00 AC -Haul Paver Patching (100.00 100.00 TON $22.11 $2,211.30 TON/DY, 1.00 DY) Truck - Tandem Dump [3] 9.00 HR $53.40 $1,441.80 DR - Truck Driver [3] 9.00 HR $28.50 $769.50 y/ AC -Hat Mix Asphalt #145 Grade S (100) 100.00 TON $47.90 $4,789.92 (PG 64-28) RAP Lime Mix (Connell Resources, Inc) S� 1206 - 627.00 - Pavement Striping 1.00 LS $12,660.00 $12,660.00 $12,660.00 $12,660.00 0.000/0 Temporary Includes -12,000 LF Of Double Yellow i-12,000 LF Of Single White -9,000 LF Of Black Out Original Paint -3 Mobilizations (Praline West) 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 43 3.2 The Work must be completed by the Contractor and ready for final payment in accordance with Article 14 of the General Conditions within thirty (30) calendar days after Substantial Completion. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence under this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 and 3.2 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: Seventeen Hundred Dollars ($1 700.00 for each calendar day or fraction thereof after the date of Substantial Completion as provided in Section 3.1 above. 2) Final Payment: Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that after the date of final payment as provided in Section 3.2 above. 4. EXECUTION. Four (4) copies of this proposed Work Order & Notice of Award are provided for execution. Applicable Drawings may be provided electronically upon request. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is, by Auqust 2, 2016. A. You must deliver to OWNER four (4) fully -executed counterparts of this Work Order, including all amendments or supplements to the Contract Documents incorporated herein. B. You must deliver with the executed Work Order the Contract Security (Bonds) and insurance, as specified in the Agreement, this Work Order, the General Conditions (Article 5.1) and the Supplementary Conditions. 1208 - 630.00 - Business And Specialty Signs 1st Street To Lemay (Traffic Masters, Inc. DBE) D 1210 - 630.01 - Construction Zone Traffic Control 0, Traffic Control s Traffic Control Equipment Phase 1 Work On South Side Of Lincoln, Traffic Shifted To The North Half Of Existing Road (Traffic Masters, Inc. DBE) Traffic Control Equipment Phase 2 Work On North Side Side Of Lincoln, Traffic Shifted To The South Half Of Road Built In Phase 1, Temp Striping By Others (Traffic Masters, Inc. DBE) Traffic Control Equipment Phase 3 Work On Medians, Traffic Shifted To The Outside Of The New Road Against The New Curbs, Temp Striping By Others (Traffic Masters, Inc. DBE) J Traffic Control Equipment Lemay Work (To Be Done With Phase 1) Includes Work West Side Of Lemay As Well As Median Work, Temp Striping By Others (Traffic Masters, Inc. DBE) Traffic Control Equipment Full Closures For Utility Crossings Etc. (Traffic Masters, Inc. DBE) ' Traffic Control Inspection Days (Traffic Masters, Inc. DBE) . Traffic Control Management Days (Traffic Masters, Inc. DBE) S} Traffic Control Mobilization / Demobilization (Traffic Masters, Inc. DBE) J Traffic Control Flagging Hours (Traffic Masters, Inc. DBE) 3j Traffic Control Variable Message Boards Per Each Per Day (Traffic Masters, Inc. 1212 - 630.02 - Set Concrete Barrier 9) TC-Concrete Barrier From CRI Yard (Max 1400 LF) ye' TC-Concrete Barrier (10' CRI) !r'a► TC-Set/Load Out Barrier CRI (750.00 LF/DY, 2.00 DY) 4 Loader CAT 966, 970, 972 n„� Excavator KOM 390 / 400 Truck -Low Boy Transport Pickup t„Q DR - Lowboy LA - Laborer [4] t p OP - Excavator, Large Qp OP - Loader, Large Foreman - Base is Loader CAT 938 r::�p OP - Loader, Small ES TC-Set/Load Out Barrier CRI (750.00 LF/DY, 2.00 DY) 4 Loader CAT 966, 970, 972 44 Excavator KOM 390 / 400 / 490 4 Truck - Low Boy Transport fa Pickup r DR - Lowboy LA - Laborer [4] Q l. OP - Excavator, Large OP - Loader, Large f,:5i, Foreman - Base 44 Loader CAT 938 200.00 SF $14.42 $2,884.00 $14.42 $2,884.00 0.000/0 1.00 LS $186,481.50 $186,481.50 $186,481.50 $186,481.50 0.000/0 1.00 LS $186,481.50 $186,481.50 120.00 DY $72A0 $8,652.00 120.00 DY $72.10 120.00 DY $92.70 45.00 DY $32.96 35.00 DY $51.50 100.00 DY 260.00 DY 8.00 EACH 1,000.00 HR 84.00 DY 1,500.00 LF 1,500.00 LF 1,500.00 LF 1,500.00 LF 18.00 HR 18.00 HR 18.00 HR 19.00 HR 18.00 HR 18.00 HR 18.00 HR 18.00 HR 19.00 HR 18.00 HR 18.00 HR 1,500.00 LF 18.00 HR 18.00 HR 18.00 HR 19.00 HR 18.00 HR 18.00 HR 18.00 HR 18.00 HR 19.00 HR 18.00 HR $154.50 $412.00 $1,004.25 $18.54 $66.95 $20.71 $20.71 $5.34 $7.68 $95.25 $115.25 $80.20 $10.00 $32.28 $23.37 $34.70 $34.56 $37.80 $75.75 $28.50 $7.68 $95.25 $115.25 $80.20 $10.00 $32.28 $23.37 $34.70 $34.56 $37.80 $75.75 $8,652.00 $11,124.00 $1,483.20 $1,802.50 $15,450.00 $107,120.00 $8,034.00 $18,540.00 $5,623.80 $31,061.19 Man Hours: $31,061.19 Man Hours: $8,006.25 $11,527.47 $1,714.50 $2,074.50 $1,443.60 $190.00 $580.97 $1,682.64 $624.58 $622.01 $718.17 $1,363.50 $513.00 $11,527.47 $1,714.50 $2,074.50 $1,443.60 $190.00 $580.97 $1,682.64 $624.58 $622.01 $718.17 $1,363.50 $21.42 $32,130.00 0.010/0 4.60 LF/MH 326.00 4.60 LF/MH 326.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 44 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent „L. OP - Loader, Small 18.00 HR $28.50 $513,00 S� 1214 - 212.00 - Sod (Mills Brothers 70,910.00 SF $0.47 $33,673.18 $0.47 $33,327.70 -1.040/a - Landscape) S� 1216 - 212.01 - Steel Edging (Mills 200.00 LF $7.27 $1,453.92 $7.27 $1,454.00 0.010/0 Brothers Landscape) 14 1218 - 212.03 - Native Seeding (Mills 33,250.00 SF $0.36 $12,119.65 $0.36 $11,970.00 -1.25% Brothers Landscape) 1220 - 212.04 - Planter Pots (colored 4.00 EACH $1,772.47 $7,089.90 $1,772.47 $7,089.88 -0.000/a concrete) (Mills Brothers Landscape) $4 1224 - 213.00 - Sandstone Mulch 2" - 4" 1,387.00 CF $8.71 $12,081.39 $8.71 $12,080.77 -0.010fo Dia, 6" Depth Over Weed Fabric (median) 2470 SF (Mills Brothers Landscape) S 1226 - 213.01 - 3" D Shredded Redwood 990.00 CF $5.70 $5,639.46 $5.70 $5,643.00 0.06% Mulch (Median) 3934 SF (Mills Brothers Landscape) 1228 - 213.01 - 3" D shredded Redwood 1,755.00 CF $5.70 $9,997.22 $5.70 $10,003.50 0.06% Mulch (parkway) 7015 SF (Mills Brothers Landscape) SA 1230 - 213.02 - 6"-12" Cobble, Over Weed 2,565.00 SF $5.76 $14,778.41 $5.76 $14,774.40 -0.030/a Barrier (parkway) (Mills Brothers Landscape) 1232 - 213.03 - Landscape Boulders 19.00 EACH $53.74 $1,020.98 $53.74 $1,021.06 0.010/0 (median) Salvage Store And Reset (Mills Brothers Landscape) 1234 - 213.03 - Landscape Boulders 31.00 EACH $413.73 $12,825.75 $413.73 $12,825.63 -0.000/0 (Median) Type A 24"h 24"w 481 (Mills Brothers Landscape) SA 1236 - 213.03 - Landscape Boulders 25.00 EACH $206.87 $5,171.68 $206.87 $5,171.75 0.000/0 (Median) Type B 24"h 24"w 36"1 (Mills Brothers Landscape) SL 1238 - 213.03 - Landscape Boulders 31.00 EACH $136.53 $4,232.42 $136.53 $4,232.43 0.000/0 (Median) Type C 24"h 24"w 24"1 (Mills Brothers Landscape) SS 1240 - 213.03 - Landscape Boulders 4.00 EACH $413.73 $1,654.94 $413.73 $1,654.92 -0.00% (parkway) Type A 24"h 24"w 481 (Mills Brothers Landscape) 1242 - 213.04 - 1.5"-3" Tan River Rock 3" 1,075.00 CF $4.70 $5,053.29 $4.70 $S,OS2.50 -0.02% Depth, Over Weed Barrier (median) (Mills Brothers Landscape) 1244 - 214.01 - Deciduous Shrub, #5 Cont 451.00 EACH $62.76 $28,306.83 $62.76 $28,304.76 -0.01% (Mills Brothers Landscape) 1246 - 214.02 - 6"-12" Cobble, Over Weed 5,791.00 SF $5.76 $33,355.17 $5.76 $33,356.16 0.000/0 Barrier Tan/ Beige Color(median) (Mills Brothers Landscape) 1248 - 214.02 - Coniferous Shrub, #5 Cont 35.00 EACH $183.56 $6,424.51 $183.56 $6,424.60 0.00% (Mills Brothers Landscape) 1250 - 214.03 - Ornamental Grasses #1 407.00 EACH $23.41 $9,528.59 $23.41 $9,527.87 -0.010/0 Cont (Mills Brothers Landscape) $� 1252 - 214.04 - Perenials #1 Cont (Mills 277.00 EACH $22.37 $6,196.59 $22.37 $6,196.49 -0.00% Brothers Landscape) $� 1254 - 214.05 - Deciduous Shade Tree 3.00 EACH $681.83 $2,045.49 $681.83 $2,045.49 -0.000/0 (Northern Catalpa) 3" Cal B+B (Mills Brothers Landscape) 2256 - 214.05 - Deciduous Shade Tree 9.00 EACH $681.83 $6,136.48 $681.83 $6,136.47 -0.00% (Northern Catalpa) 3" Cal B+B (Mills Brothers Landscape) $ 1258 - 214.06 - Deciduous Shade Tree 1.00 EACH $681.83 $681.83 $681.83 $681.83 -0.000/a (Northern Hackberry) 3" Cal. B&B (Mills Brothers Landscape) Sd 1260 - 214.06 - Deciduous Shade Tree 12.00 EACH $681.83 $8,181.97 $681.83 $8,181.96 -0.00% (Northern Hackberry) 3" Cal. B&B (Mills ' Brothers Landscape) 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 45 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent 1262 - 214.07 - Deciduous Shade Tree 9.00 EACH $470.39 $4,233.51 $470.39 $4,233.51 0.000/0 (Shade Master Honey Locust) 2" Cal B&B (Mills Brothers Landscape) SA 1264 - 214.07 - Deciduous Shade Tree 4.00 EACH $470.39 $1,881.56 $470.39 $1,881.56 0.00% (Shade Master Honey Locust) 2" Cal B&B (Mills Brothers Landscape) 1266 - 214.08 - Deciduous Shade Tree 11.00 EACH $470.39 $5,174.29 $470.39 $5,174.29 0.00% (Espresso Kentucky Coffee Tree) 2" Cal. B&B (Mills Brothers Landscape) °A 1268 - 214.08 - Deciduous Shade Tree 3.00 EACH $470.39 $1,411.17 $470.39 $1,411.17 0.00% (Espresso Kentucky Coffee Tree) 2" Cal. B&B (Mills Brothers Landscape) 1270 - 214.09 - Deciduous Shade Tree 17.00 EACH $470.39 $7,996.63 $470.39 $7,996.63 0.00% (Chinkapin Oak) 2" Cal. B&B (Mills Brothers Landscape) S 1272 - 214.09 - Deciduous Shade Tree 3.00 EACH $470.39 $1,411.17 $470.39 $1,411.17 0.000/0 (Chinkapin Oak) 2" Cal. B&B (Mills Brothers Landscape) 1274 - 214.10 - Ornamental Tree (Red 4.00 EACH $463.43 $1,853.71 $463.43 $1,853.72 0.000/0 Barron Crabapple) 2" Cal B&B (Mills Brothers Landscape) 1276 - 214.10 - Ornamental Tree (Red 9.00 EACH $463.43 $4,170.84 $463.43 $4,170.87 0.00% Barron Crabapple) 2" Cal B&B (Mills Brothers Landscape) 1278 - 214.11 - Ornamental Tree (Japanese 10.00 EACH $463.43 $4,634.27 $463.43 $4,634.30 0.00% Tree Lilac) 2" Cal B&B (Mills Brothers Landscape) 1280 - 214.11 - Ornamental Tree (Japanese 8.00 EACH $463.43 $3,707.41 $463.43 $3,707.44 0.00% Tree Lilac) 2" Cal B&B (Mills Brothers Landscape) 1282 - 214.12 - Ornamental Tree (Crimson 9.00 EACH $463.43 $4,170.84 $463.43 $4,170.87 0.000/0 Spire Oak) 2" Cal B&B (Mills Brothers Landscape) S� 1284 - 214.13 - Coniferous Tree (Cologreen 10.00 EACH $399.51 $3,995.11 $399.51 $3,995.10 -0.00% Juniper) 5 Ft Height (Mills Brothers Landscape) SA 1286 - 214.14 - Amended Topsoil (Median) 1,617.00 CY $40.38 $65,296.04 $40.38 $65,294.46 -0.00% Includes 4 CY Compost 36" Deep Throughout Median Planting Area (Mills Brothers Landscape) 1288 - 214.14 - Amended Topsoil (parkway) 1,313.00 CY $40.38 $53,020.23 $40.38 $53,018.94 -0.00% Assumes 4 CY / 1000 SF 70910 SF (Mills Brothers Landscape) <>, 1290 - 605.03 - L.I.D. Amenity: Porous 600.00 SF $38.72 $23,234.30 Pavers :0 Total: $2,400;, - Man Hours: & Porous Paving Sub Base 600.00 SF $11.09 $6,652.04 Man Hours: Excavate And Grade For Porous(24" Deep) 45.00 CY $42.06 $1,892.69 Man Hours: D) Structure Ex 45.00 CY $25.68 $1,155.59 Man Hours: et"e► AB -Grade For Porous Areas (90.00 45.00 CY $25.68 $1,155.59 CY/DY, 0.50 DY) mko Pickup 4.50 HR $10.00 $45.00 Foreman - Base 4.50 HR $36.98 $166.40 IV Loader JD 210 Skip 4.50 HR $51.25 $230.63 OP - Loader, Small 4.50 HR $28.50 $128.25 LA - Laborer 4.50 HR $23.37 $105.17 01 Excavator KOM 138 / 160 4.50 HR $72.00 $324.00 ,_�, OP - Excavator, Small 4.50 HR $34.70 $156.14 -Dj Haul Off Material 45.00 CY $16.38 $737.10 Man Hours: k7 EX -Haul Tandems (90.00 CY/DY, 0.50 45.00 CY $16.38 $737.10 DY) 4 Truck - Tandem Dump [21 4.50 HR $53.40 $480.60 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay $39.27 $23,562.00 -0.010/0 5.52 SF/MH 108.63 9.50 SF/MH 63.13 1.67 CY/MH 27.00 2.50 CY/MH 18.00 5.00 CY/MH 9.00 46 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percem I (Item 1290 - 605.03 - L.I.D. Amenity., Porous Pavers continued) DR - Truck Driver [21 4.50 HR $28.50 EC -Erosion Fabric 66.00 SY $7.10 AB-Geoteztile Stabilizaton Fabric (264.00 SY/DY, 0.25 DY) Loader ]D 210 Skip LA - Laborer [2] OP - Loader, Small Pickup `-d Foreman - Base GE-F-Filter Fabric Mirafi 140N J Class 3 (1.5"-25') 12" Thick D+ Aggregate Base k w AB -Place Material For Porous Areas (120.00 TON/DY, 0.50 DY) 4 Pickup Foreman - Base OP - Motor Grader, Finish Loader 3D 210 Skip OP - Loader, Small Skid Steer Bobcat W/ Attachments OP - Loader Backhoe / Skid Steer Compactor Walk Behind 33" OSR Base Haul AG -OS -Porous Sub Base (1.5"-2.5" Washed) AASHTO #3 (Albert Frei & Sons, Inc.) J GC -Construction Water ,'" Construction Water Fort Collins J Class 57 4" Thick Place Sub Base AB -Place Material For Porous Areas (60.00 TON/DY, 0.25 DY) Pickup Foreman - Base OP -Motor Grader, Finish Loader ]D 210 Skip OP -Loader, Small Jim Skid Steer Bobcat W/ Attachments r OP - Loader Backhoe / Skid Steer 44 Compactor Walk Behind 33" OSR .Q% Base Haul AG -OS -Crushed Rock Gradation No. 67 (Albert Frei & Sans, Inc.) Porous Pavers With #8 (Mills Brothers Landscape) 1) SD-Underdrain 4" Perforated J Ex Lay Backfill Underdrain kV SD-Underdrain (150.00 LF/DY, 1.00 DY) Loader CAT 938 LA - Pipelayer 12] OP - Loader Backhoe / Skid Steer Foreman - Utility Excavator KOM 200 / 210 / 228 7/1/2016 10:55:41 AM 66.00 SY 2.25 HR 2.25 HR 2.25 HR 2.38 HR 2.38 HR 66.00 SY 60.00 TON 60.00 TON 3raririii7� 4.50 HR 4.50 HR 4.50 HR 4.50 HR 4.50 HR 4.50 HR 4.50 HR 4.50 HR 60.00 TON 60.00 TON $6.03 $51.25 $23.37 $28.50 $10.00 $37.80 $1.07 $53.39 $20.00 $20.00 $10.00 $36.98 $36.62 $51.25 $28.50 $45.00 $25.79 $32.50 $33.28 $33.28 1.32 MGAL $5.02 1.32 MGAL $5.02 15.00 TON $72.50 15.00 TON $40.00 15.00 TON 2.25 HR 2.25 HR 2.25 HR 2.25 HR 2,25 HR 2.25 HR 2.25 HR 2.25 HR 15.00 TON 15.00 TON 600.00 SF 150.00 LF 150.00 LF $40.00 $10.00 $36.98 $36.62 $51.25 $28.50 $45.00 $25.79 $32.50 $32.50 $32.50 $19.94 $30.81 $21.05 150.00 LF $19.30 9.00 HR $75.75 9.00 HR $25.65 9.00 HR $25.79 9.50 HR $38.42 9.00 HR $83.00 Lincoln Corridor 1st To Lemay $256.50 $468.58 Man Hours: $398.12 $115.31 $105.17 $64.13 $23.75 $89.77 $70.46 $3,203.32 Man Hours: $1,199.90 Man Hours: $1,199.90 $45.00 $166.40 $164.80 $230.63 $128.25 $202.50 $116.07 $146.25 $1,996.80 $1,996.80 $6.63 $6.63 $1,087.45 Man Hours: $599.95 Man Hours: $599.95 $22.50 $83.20 $82.40 $115.31 $64.13 $101.25 $58.03 $73.13 $487.50 $487.50 $11,961.14 $4,621.12 Man Hours: $3,158.13 Man Hours: $2,894.90 $681.75 $461.70 $232.13 $365.03 $747.00 7.23 SY/MH 9.13 3.33 TON/MH 18.00 3.33 TON/MH 1&00 1.67 TON/MH 9.00 1.67 TON/MH 9.00 3.30 LF/MH 45.50 3.30 LF/MH 45.50 47 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1290 - 605.03 - L.I.D. Amenity: Porous Pavers continued) OP - Excavator, Small 9.00 HR tA Pickup 9.50 HR PVC-U-4"X10' PERF UNDERDRAIN PIPE, 150.00 LF ASTM2729,BELLED (Dana Kepner) 3l GE-F-Geotextile Erosion Control Class A 199.50 SY q) SD -Storm Bedding Haul 67.50 TON Trucking (1.00 DY, 0.81 Trucks, 8.44 67.50 TON TON/HR) AG-CRI-Carr-Bedding Rock 1" Grading 57 67.50 TON (Connell Resources, Inc) $34.70 $10.00 $0.69 $0.80 $21.67 $8.67 $13.00 $312.29 $95.00 $103.50 $159.72 $1,462.99 $585.49 $877.50 U� 1292 - 605.04 - L.I.D. Feature: Rain Garden 1.00 LS $7,953.34 $7,953.34 $8,235.23 $8,235.23 0.000/0 (Excavate, Install Visqueen, Inlet And Connect To Storm Drain) Man Hours: 90.50 MH/LS 90.50 D) EX-Bio Retention / Lid Basin 200.00 SF $13.15 $2,629.79 Man Hours: 5.56 SF/MH 36.00 D7 Excavate For Basin 2.5' 20.00 CY $131.49 $2,629.79 Man Hours: 1.80 MH/CY 36.00 O) Excavate 20.00 CY $57.78 $1,155.59 Man Hours: 1.11 CY/MH 18.00 k W AB -Grade For Porous Areas (40.00 20.00 CY $57.78 $1,155.59 CY/DY, 0.50 DY) Pickup 4.50 HR $10.00 $45.00 r; Foreman - Base 4.50 HR $36.98 $166.40 fib Loader ]D 210 Skip 4.50 HR $51.25 $230.63 OF - Loader, Small 4.50 HR $28.50 $128.25 LA - Laborer 4.50 HR $23.37 $105.17 Excavator KOM 138 / 16C 4.50 HR $72.00 $324.00 r OP - Excavator, Small 4.50 HR $34.70 $156.14 J Haul 20.00 CY $73.71 $1,474.20 Man Hours: 1.11 CY/MH 18.00 ky EX -Haul Tandems (40.00 CY/DY, 0.50 20.00 CY $73.71 $1,474.20 DY) M Truck - Tandem Dump [4] 4.50 HR $53.40 $961.20 ,* DR - Truck Driver [4] 4.50 HR $28.50 $513.00 DW SD -Inlet -Drain Basin 18" 1.00 EACH $2,598.09 $2,598.09 Man Hours: 27.25 MH/EACH 27.25 Drain Basin 18" 1.00 EACH $888.16 $888.16 SD -Set Precast Inlet / Manhole W/ Kom 400 1.00 EACH $1,709.93 $1,709.93 (2.00 EACH/DY,0.50 DY) Loader CAT 938 4.50 HR $75.75 $340.88 Excavator KOM 390 / 400 / 490 4.50 HR $115.25 $518.63 fib Pickup 4.75 HR $10.00 $47.50 r� LA - Laborer 4.50 HR $23.37 $105.17 Q� LA- Pipelayer [2] 4.50 HR $25.65 $230.85 OP - Excavator, Large 4.50 HR $34.70 $156.14 r- OP-Lader, Small 4.50 HR $28.50 $128.25 �d Foreman - Utility 4.75 HR $38.42 $182.52 J SD-12" HOPE N-12 Storm Sewer 20.00 LF $23.76 $475.27 J Excavate Storm Drain 20.00 LF $7.13 $142.60 X/ HDPE-P-12" N-12 (Dana Kepner) 20.00 LF $7.13 $142.60 Oj SD -Storm Bedding Haul 15.35 TON $21.67 $332.67 Trucking (1.00 DY, 0.18 Trucks, 1.92 15.35 TON $8.67 $133.13 TON/HR) AG-CRI-Carr-Bedding Rack 1" Grading 57 15.35 TON $13.00 $199.53 (Connell Resources, Inc) SD -Connect To Existing Storm Structure 1.00 EACH $2,250.20 $2,250.20 Man Hours: 27.25 MH/EACH 27.25 CO-M-Non-Shenk Grout 1.00 BAG $45.90 $45.90 J Core Drilling 1.00 EACH $500.00 $500.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 48 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1292 - 605.O4 - LLD. Feature: Rain Garden (Excavate, Instal/ Visqueen, Inlet And Connect To Stone Drain) continued) ,t,.W SD -Storm Sewer Exc & Lay W/ Kom 200 1.00 EACH $1,704.30 $1,704.30 (2.00 EACH/DY, 0.50 DY) Pickup 4.75 HR $10.00 $47.50 -� Foreman - Utility 4.75 HR $38.42 $182.52 Excavator KOM 200 / 210 / 228 4.50 HR $83.00 $373.50 ' OP - Excavator, Small 4.50 HR $34.70 $156.14 Loader CAT 938 4.50 HR $75.75 $340.88 OF - Loader, Small 4.50 HR $28.50 $128.25 LA - Pipelayer [2] 4.50 HR $25.65 $230.85 ,,�l, LA - Laborer 4.50 HR $23.37 $105.17 Trench Shoring - Bedding Box 4.50 HR $11.00 $49.50 Trench Shoring - Manhole Box 4.50 HR $10.00 $45.00 , rY Trench Shoring - Trench Box 4.50 HR $10.00 $45.00 < t� 1294 - 605.04 - L.I.D. Feature: Bain Garden z (including Gravel Layers And Topsoil Assumes Curb And Sidewalks Will Act As Weirs) (Mills Brothers Landscape) EX -Bo Retention / Lid Basin Excavate For Basin 2.5' Excavate AS -Grade For Porous Areas (132.00 CY/DY, 0.15 DY) Pickup Foreman - Base Loader JD 210 Skip OP - Loader, Small LA - Laborer Excavator KOM 138 / 160 OF - Excavator, Small Haul EX -Haul Tandems (132.00 CY/DY, 0.15 DY) Truck - Tandem Dump [4] DR - Truck Driver [4] Place 3/4 Rock (12") Import And Place Fill AB -Place Material For Porous Areas (105.60 CY/DY, 0.08 DY) Pickup Foreman - Base OP - Motor Grader, Finish Loader 3D 210 Skip OF - Loader, Small Skid Steer Bobcat W/ Attachments OP - Loader Backhoe / Skid Steer Compactor Walk Behind 33" OSR Haul AG-CRI-Carr-Bedding Rock 1" Grading 57 (Connell Resources, Inc) Trucking (1.00 DY, 0.19 Trucks, 2.00 TON/HR) Place Pea Gravel6" Import And Place Fill 7/1/2016 10:55A1 AM 200.00 SF $6.92 $1,384.49 200.00 SF $12.39 $2,478.38 Man Hours: 20.00 CY $39.85 $796.91 Man Hours: 20.00 CY $17.51 $350.18 Man Hours: 20.00 CY $17.51 $350.18 1.36 HR $10.00 $13.64 1.36 HR $36.98 $50.43 1.36 HR $51.25 $69.89 1.36 HR $28.50 $38.86 1.36 HR $23.37 $31.87 1.36 HR $72.00 $98.18 1.36 HR $34.70 $47.32 20.00 CY $22.34 $446.73 Man Hours: 20.00 CY $22.34 $446.73 1.36 HR $53.40 $291.27 1.36 HR $28.50 $155.45 8.00 CY $66.07 $528.59 Man Hours: 8.00 CY $22.73 $181.80 Man Hours: 8.00 CY $22.73 $181.80 0.68 HR $10.00 $6.82 0.68 HR $36.98 $25.21 0.68 HR $36.62 $24.97 0.68 HR $51.25 $34.94 0.68 HR $28.50 $19.43 0.68 HR $45.00 $30.68 0.68 HR $25.79 $17.59 0.68 HR $32.50 $22.16 16.00 TON $21.67 $346.78 16.00 TON $13.00 $208.00 16.00 TON $8.67 $138.78 4.00 CY $74.80 $299.19 Man Hours: 4.00 CY $45A5 $181.80 Lincoln Corridor 1st To Lemay $6.92 $1,384.00 -0.04% 8.15 SF/MH 1.83 CY/MH 3.67 CY/MH 24.55 10.91 5.45 3.67 CY/MH 5.45 2.93 CY/MH 2.73 2.93 CY/MH 2.73 1.47 CY/MH 2.73 49 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1294 - 605.04 - L.I.D. Feature: Rain Garden (including Gravel LayersAnd Topsoil Assumes Curb And Sidewalks Will Act As Weirs) continued) Man Hours: 1.47 CY/MH 2.73 AB -Place Material For Porous Areas 4.00 CY $45.45 $181.80 (52.80 CY/DY, 0.08 DY) Pickup 0.68 HR $10.00 $6.82 Foreman - Base 0.68 HR $36.98 $25.21 OP - Motor Grader, Finish 0.68 HR $36.62 $24.97 Loader JD 210 Skip 0.68 HR $51.25 $34.94 OP - Loader, Small 0.68 HR $28.50 $19.43 Skid Steer Bobcat W/ Attachments 0.68 HR $45.00 $30.68 OP - Loader Backhoe / Skid Steer 0.68 HR $25.79 $17.59 Compactor Walk Behind 33" OSR 0.68 HR $32.50 $22.16 Haul 8.00 TON $14.67 $117.39 AG-CRI-Carr-Bedding Rock 3/8" Pea 8.00 TON $6.00 $48.00 Gravel (squeegee) (Connell Resources, Inc) - Trucking (1.00 DY, 0.10 Trucks, 1.00 8.00 TON $8.67 $69.39 TON/HR) Place Bio Retention Media 8.00 CY $106.71 $853.69 Haul EX -Haul Tandems (52.80 CY/DY, 0.15 DY) Truck - Tandem Dump [2] DR - Truck Driver [2] AG -OS -Topsoil Bio Retention Media (Hageman Earth Cycle) Import And Place Fill AB -Place Material For Porous Areas (52.80 CY/DY, 0.15 DY) Pickup Foreman - Base OP - Motor Grader, Finish Loader JD 210 Skip OP - Loader, Small Skid Steer Bobcat W/ Attachments OP - Loader Backhoe / Skid Steer Compactor Walk Behind 33" OSR SD-Underdrain 4" Cleanout CI-F-Lamphole Cover For 6" Cleanouts SD-Underdrain (9.00 EACH/DY, 44.44 DY) Loader CAT 938 LA - Pipelayer [2] OP - Loader Backhoe / Skid Steer Foreman - Utility Excavator KOM 200 / 210 / 228 OP - Excavator, Small Pickup HDPE-F4" Bend 45 Deg HDPE-F-4" Cleanout Adaptor W/ Plug HDPE-F4" Wye HDPE-P4" N-12 SD-Underdrain 4" Perforated Ex Lay Backfill Underdrain SD-Underdrain (400.00 LF/DY, 0.50 DY) Loader CAT 938 7/1/2016 10:55:41 AM 8.00 CY $61.26 8.00 CY $27.92 1.36 HR $53.40 1.36 HR $28.50 8.00 CY $33.34 8.00 CY $45.45 :11M1KWI 1.36 HR 1.36 HR 1.36 HR 1.36 HR 1.36 HR 1.36 HR 1.36 HR 1.36 HR 400.00 EACH 400.00 EACH 400.00 EACH 400.00 HR 400.00 HR 400.00 HR 422.22 HR 400.00 HR 400.00 HR 422.22 HR 400.00 EACH 400.00 EACH 400.00 EACH 4,000.00 LF 200.00 LF 200.00 LF $45.45 $10.00 $36.98 $36.62 $51.25 $28.50 $45.00 $25.79 $32.50 $438.44 $69.39 $321.66 $75.75 $25.65 $25.79 $38.42 $83.00 $34.70 $10.00 $10.68 $20.28 $11.74 $0.47 $18.75 $8.99 200.00 LF $7.24 4.50 HR $75.75 Lincoln Corridor 1st To Lemay Man Hours: $490.09 Man Hours: $223.36 $145.64 $77.73 $266.72 $363.61 Man Hours: $363.61 $13.64 $50.43 $49.94 $69.89 $38.86 $61.36 $35.17 $44.32 $175,376.22 Man Hours: $27,755.00 $128,662.42 $30,300.00 $20,520.00 $10,317.00 $16,223.70 $33,200.00 $13,879.50 $4,222.22 $4,270.00 $8,113.00 $4,697.00 $1,878.80 $3,749.07 Man Hours: $1,798.42 Man Hours: $1,447.45 $340.88 1.02 MH/CY 8.18 2.93 CY/MH 2.73 1.47 CY/MH 5.45 5.06 MH/EACH 2,022.22 8.79 LF/MH 22.75 8.79 LF/MH 22.75 50 Unit Total Margir Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1294 - 605.04 - L.I.D. Feature. Rain Garden (including Gravel Layers And Topsoil Assumes Curb And Sidewalks Wlll Act As Weirs) continued) LA - Pipelayer [2] 4.50 HR $25.65 $230.85 OP - Loader Backhoe / Skid Steer 4.50 HR $25.79 $116.07 Foreman - Utility 4.75 HR $38.42 $182.52 Excavator KOM 200 / 210 / 228 4.50 HR $83.00 $373.50 OP - Excavator, Small 4.50 HR $34.70 $156.14 Pickup 4.75 HR $10.00 $47,50 PVC-U-4"X10' PERF UNDERDRAIN PIPE, 200.00 LF $0.69 $138.00 ASTM2729,BELLED (Dana Kepner) GE-F-Geotexble Erosion Control Class A 266.00 SY $0.80 $212.97 SD -Storm Bedding Haul 90.00 TON $21.67 $1,950.65 Trucking (1.00 DY, 1.08 Trucks, 11.25 90.00 TON $8.67 $780.65 TON/HR) AG-CRI-Car-Bedding Rock I" Grading 57 90.00 TON $13.00 $1,170.00 (Connell Resources, Inc) �A 1296 - 622.00 - Bench with Back 1.00 EACH $5,000.00 $5,000.00 $5,000.00 $5,000.00 0.00% 1298 - 622.01 - Stone Seatwall 44.00 LF $641.52 $28,226.77 $648.53 $28,535.32 0.000/0 Man Hours: 2.07 MH/LF 91.00 tfX Stone Veneer And Cap For Stone Seatwall 44.00 LF $300.00 $13,200.00 (Concrete Structures Inc) '} Cast In Place Concrete For Stone Seat Walls 44.00 LF $189.43 $8,335.10 (Concrete Structures Inc) Ex -Structure Excavation Beams And Footings 44.00 LF $60.51 $2,662.51 Man Hours: 1.21 LF/MH 36.50 EX -Structure Excavation (44.00 LF/DY, 1.00 44.00 LF $60.51 $2,662.51 DY) dh Pickup 9.50 HR $10.00 $95.00 '_d Foreman - Grading 9.50 HR $37.86 $359.64 Loader CAT 938 9.00 HR $75.75 $681.75 ,� OP - Loader, Small 9.00 HR $28.50 $256.50 LA - Laborer 9.00 HR $23.37 $210.33 Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 -" r� OP - Excavator, Small 9.00 HR $34.70 $312.29 �} EX -Structure Backfill Beams / Footings Class 2 44.00 LF $91.57 $4,029.17 Man Hours: 1.24 MH/LF 54.50 GC -Construction Water 1.76 MGAL $5.02 $8.84 Construction Water Fort Collins 1.76 MGAL $5.02 $8.84 r Structure Backfill 44.00 LF $91.37 $4,020.34 Man Hours: 1.24 MH/LF 54.50 k7 EX -Structure Backrill (44.00 LF/DY, 1.00 44.00 LF $91.37 $4,020.34 DY) Pickup 9.50 HR $10.00 $95.00 Foreman - Grading 9.50 HR $37.86 $359.64 .� Loader CAT 938 9.00 HR $75.75 $681.75 OP - Loader, Small 9.00 HR $28.50 $256.50 Water Truck 1500 Gal 9.00 HR $48.00 $432.00 DR - Water Truck 9,00 HR $28.50 $256.50 Compactor Walk Behind 33" OSR 9.00 HR $32.50 $292.50 LA - Laborer [2] 9.00 HR $23.37 $420.66 M Excavator KOM 200 RC With Head 9.00 HR $101.50 $913.50 Shaker/breaker �j OP - Excavator, Small 9.00 HR $34.70 $312.29 1300 - 622.02 - Bike Rack 6.00 EACH $1,500.00 $9,000.00 $1,500.00 $9,000.00 0.000/0 SSA 1302 - 622.03 - Comer Bollard (Mills 10.00 EACH $510.51 $5,105.05 $510.51 $5,105.10 0.000/0 Brothers Landscape) S 1304 - 622.04 - Median Bollard (Mills 42.00 EACH $510.51 $21,441.23 $510.51 $21,441.42 0.000/0 Brothers Landscape) S� 1306 - 623.01 - Point Source Drip irrigation 16,195.00 SF $0.39 $6,281.75 $0.39 $6,316.05 0.54% to median planting areas (Mills Brothers Landscape) 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 51 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent S 1308 - 623.01 - Point Source Drip irrigation 9,200.00 SF $0.39 $3,568.51 $0.39 $3,588.00 0.54% to street planting areas (Mills Brothers Landscape) 1310 - 623.02 - Drip Irrigation To Trees 50.00 EACH $35.74 $1,786.77 $35.74 $1,787.00 0.010/0 Median (Mills Brothers Landscape) ,. S� 1312 - 623.02 - Drip Irrigation To Trees 73.00 EACH $35.74 $2,608.68 $35.74 $2,609.02 0.010/0 Parkway (Mills Brothers Landscape) 1314 - 623.03 - Irrigation Repair 1.00 LS $12,764.68 $12,764.68 $12,764.68 $12,764.68 0.000/0 Buckingham Park (IR1.1 Z) (Mills Brothers Landscape) 1316 - 623.04 - Irrigation Repair At IN- 1.00 LS $3,023.21 $3,023.21 $3,023.21 $3,023.21 -0.00% SITU (IR1.1 Y) (Mills Brothers Landscape) i 1318 - 623.05 - Irrigation Repair Odell 1.00 LS $5,387.87 $5,387.87 $5,387.87 $5,387.87 -0.00% Brewing (IR1.1 X) (Mills Brothers Landscape) JSJ 1320 - 623.06 - Irrigation Repair At Fort 1.00 LS $5,170.40 $5,170.40 $5,170.40 $5,170.40 0.000/0 Collins Brewery (IRIA W) (Mills Brothers Landscape) LU 1322 - 623.07 - Irrigation Repairs Back 1.00 LS $4,278.04 $4,278.04 $4,278.04 $4,278.04 0.000/0 Porch (IR1.1 V) (Mills Brothers Landscape) I Sa 1324 - 623.08 - Irrigation to Planter Pots 4.00 EACH $35.74 $142.94 $35.74 $142.96 0.010/0 (Mills Brothers Landscape) 1326 - 623.08 - Spray Irrigation to Sodded 70,910.00 SF $1.25 $88,964.97 $1.25 $88,637.50 -0.37% Areas (Mills Brothers Landscape) 1328 - 623.09 - Irrigation Controller and 2.00 EACH $12,975.01 $25,950.01 $12,975.01 $25,950.02 0.000/0 hydrometer (96 station 2-wire with Central Control) (Mills Brothers Landscape) 1330 - 623.10 - 1-inch Irrigation Tap, And 2.00 EACH $5,720.81 $11,441.62 $5,844.37 $11,688.74 0.000/0 Backflow Without Plant Investment Fee Man Hours: 45.50 MH/EACH 91.00 -0} W-12" X 1" Water Service W/ Meter 2.00 EACH $4,470.81 $8,941.62 Man Hours: 45.50 MH/EACH 91.00 Install Service 2.00 EACH $3,467.72 $6,935.44 Man Hours: 45.50 MH/EACH 91.00 J Materials Per Each 2.00 EACH $451.43 $902.86 F-Vb-CURB BOX, W/LID (Dana Kepner) 2.00 EACH $64.16 $128.32 F-V-1" Corp Stop (Dana Kepner) 2.00 EACH $92.76 $185.52 y/ F-V-1" Curb Stop (Dana Kepner) 2.00 EACH $99.06 $198.12 F-S-16X1" Saddle (Dana Kepner) 2.00 EACH $195.45 $390.90 k°-ip Waterline Services (2.00 EACH/DY, 1.00 2.00 EACH $1,178.86 $2,357.73 DY) Backhoe Loader CAT 430 9.00 HR $61.25 $551.25 Trencher Vermeer 9.00 HR $49.00 $441.00 Pickup 9.50 HR $10.00 $95.00 LA - Laborer 9.00 HR $23.37 $210.33 LA - Pipelayer 9.00 HR $25.65 $230.85 OP - Loader Backhoe / Skid Steer [2] 9.00 HR $25.79 $464.27 Foreman - Utility 9.50 HR $38.42 $365.03 ,Q} Meter Pit 2.00 EACH $1,837.43 $3,674.85 Man Hours: 22.75 MH/EACH 45.50 F-M-20" CASTINGS CAST IRON METER 2.00 EACH $147.19 $294.38 PIT COVER (Dana Kepner) F-M-20X48- MS METER PIT (Dana 2.00 EACH $133.90 $267.80 Kepner) v% F-M-1" Copper Setter (Dana Kepner) 2.00 EACH $146.20 $292.40 UM -Short Crew W/ Kom 150 (2.00 2.00 EACH $1,410.14 $2,820.27 EACH/DY, 1.00 DY) 4 Loader CAT 938 9.00 HR $75.75 $681.75 .D Excavator KOM 138 / 160 9.00 HR $72.00 $648.00 b Pickup 9.50 HR $10.00 $95.00 -,0 LA - Pipelayer [2] 9.00 HR $25.65 $461.70 OP - Excavator, Small 9.00 HR $34.70 $312.29 •;,1110 OP - Loader, Small 9.00 HR $28.50 $256.50 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 52 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1330 - 623.10 -1-inch Irrigation Tap, And Backflow Without Plant Investment Fee continued) Foreman - Utility 9.50 HR $38.42 $365.03 0) Linear Foot 110.00 LF $17.97 $1,976.84 ,Q) W-Bedding Haul Waterline 14.30 TON $14.67 $209.84 go Trucking (1.00 DY, 0.17 Trucks, 1.79 14.30 TON $8.67 $124.04 TON/HR) AG{RI-Carr-Bedding Rock 3/8" Pea 14.30 TON $6.00 $85.80 Gravel (squeegee) (Connell Resources, Inc) Q) Linear Feet Of Service Line 110.00 LF $16.06 $1,767.00 L F-C-1" Copper Type K 100' Roll (Dana 110.00 LF $3.84 $422.40 Kepner) CO-M-Concrete FLO- FILL 13.44 CY $100.02 $1,344.60 J W-Bedding Haul Waterline 2.00 TON $14.67 $29.35 Trucking (1.00 DY, 0.02 Trucks, 0.25 2.00 TON $8.67 $17.35 TON/HR) AG-CRI-Carr-Bedding Rock 3/8" Pea Gravel 2.00 TON $6.00 $12.00 (squeegee) (Connell Resources, Inc) J Backilow 1.00 LS $2,500.00 $2,500.00 SA 1332 - 613.01 - Pedestrian Light Pole 4.00 EACH $2,781.48 $11,125.94 $2,781.48 $11,125.92 -0.00% Supply And Install (Weifield Group) SA 1334 - 613.02 - Conduit (Weifield Group) 1.00 LS $17,494.34 $17,494.34 $17,494.34 $17,494.34 -0.00% S� 1336 - 613.02 - Light Pole Foundation 4.00 EACH $573.14 $2,292.54 $573.14 $2,292.56 0.00% (Weifield Group) 1338 - 613.03 - Electrical Control Panels, 1.00 LS $24,248.22 $24,248.22 $24,248.22 $24,248.22 0.00% Pedestals 1-3, And Any Other Equipment (Weifield Group) SSA 1340 - 613.04 - Receptacle For Food Cart 2.00 EACH $385.47 $770.94 $385.47 $770.94 -0.00% Area (Weifield Group) SA 1342 - 613.05 - Wire (Weifield Group) 1.00 LS $29,838.58 $29,838.58 $29,838.58 $29,838.58 0.00% SA 1344 - 613.06 - Trenching And Flowfill At 3.00 EACH $2,084.59 $6,253.78 $2,084.59 $6,253.77 -0.00% Street Crossings (Weifield Group) S� 1346 - 613.07 - Trenching And Backfiil 1.00 LS $51,728.27 $51,718.17 $51,718.17 $51,718.17 0.00% Include Flowfill At Street Crossings (Weifield Group) _fj 1350 - 900 - Overhead 8% 1.00 LS $0.00 $0.00 $713,491.62 $713,491.62 100.00% Profit 6% Total 14% Of Cost Unit Total Description Quantity UM Direct Cost Direct Cost J 15 - Labor Escalation (5.5%) 1.00 LS $43,033.53 $43,033.53 jo 17 - Equipment Escalation (40/6) 1.00 LS $33,312.30 $33,312.30 J 18 - All Material Escalation (3%) 1.00 LS $29,167.21 $29,167.21 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 53 CONTRACTOR'S NOTICE OF AWARD REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein, the AGREEMENT, and the NOTICE OF AWARD between the parties. In the event of a conflict between or ambiguity in the terms of the AGREEMENT or specific Work Orders, the AGREEMENT shall control. CONTRACT nell Resources, Inc. Name" John M Warren OWNER'S ACCEPTANCE & EXECUTION: Date: Title: Vice President This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference and the attached Notice to Proceed is hereby given. REVIEWED: Date: Elliot Dale, Bu r REVIEWED: 19'r-a—d Buck an, Project Engineer ACCEPTANCE: P-21� Gerry Paul, Purchating Director A-7A,(, (if greater than $c ,000) ACCEPTANCE: Dari tte ty Manager (if greater than $ ,000,000) ATTEST: FORT CO` OF ,. Ka City Clerk / i,e16 SEAL AS O M: 6 , 0 Senior Assistant City Attorney Date: / 9 Zo/6 Date: Date: 9'7- Zc'v/E Percent of Percent of Amount Direct Cost Amount Indirect Cost Labor: $782,427.88 15.82% Labor: $0.00 0.00% Equipment Owned: $823,789.56 16.66% Equipment Owned: $33,312.30 31.57% Equipment Rented: $9,018.00 0.18% Equipment Rented: $0.00 0.00% Materials Owned: $454,329.31 9.19% Materials Owned: $29,167.21 27.64% Materials Purchased: $527,359.92 10.66% Materials Purchased: $0.00 0.00% Subcontracted: $2,020,659.74 40.85% Subcontracted: $0.00 0.00% Trucking Owned: $0.00 0.00% Trucking Owned: $0.00 0.00% Trucking Hired: $196,098.19 3.96% Trucking Hired: $0.00 0.00% Miscellaneous: $29,336.59 0.59% Miscellaneous: $0.00 0.00% Plug: $103,040.00 2.08% Plug: $43,033.53 40.79% Direct Cost: $4,946,059.19 Indirect Cost: $105,513.05 Man-hours: 23,603.17 Man-hours: 0.00 • ay Item Summary Percent of Amount Bid Price Total Direct Cost: $4,946,059.19 85.13% Total DC Adds/Cuts: $0.00 0.00% Total Indirect Cost: $105,513.05 1.82% Total Bond: $44,967.88 0.77% Total Overall Cost: $5,096,540.12 87.72% Total Overhead: $407,723.21 7.02% Total Profit: $305,792.41 5.26% Total Margin: $713,515.62 12.28% Total Bid Price: $5,810,055.74 Total Man-hours: 23,603.17 7/l/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 54 ��S GMP QUALIFICATIONS 01—General Requirements ditesco The scope of work is per plans and specifications dated 5/6/16; questions and answers dated 6/15/16 and 6/17/16; Geotech Report performed by CTL Thompson Project Number: FC07102-125R1 dated November 5, 2015 revised January 28, 2016 and the following exceptions, clarifications, and assumptions: General The following narrative provides a more descriptive characterization of the terms and conditions of the GMP. All work will be billed on a cost plus a fee basis based on actual costs of the work and 8% overhead and 6% profit. Budget will be evaluated each month to determine any cost savings or cost overruns that have occurred. In addition to the underlying Agreement between City of Fort Collins ("owner") and Connell Resources Inc. ("contractor) for the E. Lincoln Avenue and S. Lemay Avenue Improvements, First to Lemay ("the project"), the following modifications are hereby incorporated into the Agreement by way of this GMP Proposal as stipulated in the Agreement. 1.Connell has included in the GMP the rates included in Exhibit A of the Design Phase Agreement. Contractor will be reimbursed for the hours per week that are assigned to this project. For Salaried personnel assigned full time to the project, Contractor will be reimbursed at the applicable rate times the hours worked on behalf of the project. 2. General Liability Insurance premium is included in the costs of the work and is not specifically reimbursable. 3. Payment and Performance Bond Premium is Included and reimbursed as noted on the attached scope narrative. Fort Collins dlteSCO Lincoln Corridor 65% Scope Narrative Item rf Description Bid City. UM Notes No Assigned Work Type Overhead B% 900 Profit 6% 1 LS Total 14% Of Cost A. General Conditions 203 Potholing 160 EACH Potholing is assumed one hole per hour for deep potholes this may require 2 or more each per pothole 208 Tree Retention and Protection 28 EACH tree protection includes temporary fence around trees that are to remain 626.01 Mobilization 1 LS 626.02 Management Project Manager 52 DY 626.03 Management Site Manager 52 WK 626.04 Management Project Engineer 130 DY Field Office Expenses, Including Electrical 626.05 Hook Up, Portable Toilets (3) Cell Phone For Public Information, And Construction 52 WK field office excludes land rent, water service or sewer service Water Meter Daily Rental Cost 626.06 Winter Protection Allowance 1 LS winter protection is based on blanketing for 3000 LF of curb and 30,000 SF of sidewalks and includes 5 days of snow removal from the project 626.07 Concrete Paving Allowance 1 LS this allowance is $40,000 and is intended to cover changes to concrete flatwork scope of work between the 65% plans to the final scope of work Electrical scope does not seem to be complete on the 65% plans as such the team is 626.07 Electrical Allowance 1 LS carrying an allowance of $40,000 to cover design growth between the 65% plans and the final scope of work this allowance is a $20,000 dollar allowance for un anticipated traffic control work to 626.07 Traffic Control Allowance 1 LS accommodate unknown situations, such as community events or additional flagging for road crossing work 630 Construction Surveying Lemay To 1st Estimate includes an allowance for un estimated scope of work by Northern engineering, Street 1 LS original bid was $26,650, final cost included was 54,150 Connells bond rate is $8.30/$1000 for the first 2.5 Million, then $7.50/$1000 for the next 901 Bond 1 LS 2.5 million, and then $6.75/$1000 for the next 2.SM, then $6.40/$1000 over 7.5 M. B. Removals 201 Clearing and Grubbing 1 LS Clear and grub includes 24 loads of material hauled to the landfill for the 8 Acre site 202.01 Removal Of Trees And Stumps 40 EACH Removal of stumps is not included in this item as it is assumed to be part of the 24 loads hauled to the dump. This item is for a licensed arborist to remove trees 202.03 Removal of Pipe 1300 LF Removal of pipe does not include backfill as it is assumed any pipe removed is in the same trench as the new pipe to replace it. Removal Of Concrete Sidewalk / 202.04 Driveways 1408 SY 202.05 Removal of Curb and Gutter 674 LF 202.06 Removal of Asphalt Mat 19066.14 SY Excludes removal of concrete road, this is assumed to be rubblized and will not need to be removed. 202.07 Removal Of Temporary Asphalt Mat 2700 SY Includes sawcutting Removal Of Business Sign, Mailbox, Gates 202.09 -excludes Removal Or Relocation Of 6 EACH Excludes removal of LambSpun Sign at Lincoln and Lemay LambSpun Sign 202.1 Remove Minor Structure 3 EACH 202.11 Remove/Modify Minor Structure 3 EACH includes adding grate to manhole on FC Brewery comer 202.12 Remove And Replace Fence 1 LS Remove and reset fence in Odell Frontage for Storm Installation. Remove and replace chain link fence for storm outfall C. Erosion Control 208.01 Erosion Control (SWMP, Inspections, ECS) 26 DY 208.02 Erosion Control (Gravel Bag) 500 LF 208.03 Erosion Control (Wattle) 350O LF 208.04 Erosion Control (Sift Fence) 2600 LF 208.05 Erosion Control (Concrete Washout) Includes Removal 3 EACH 208.06 Erosion Control (Vehicle Tracking Pad) 2 EACH 208.07 Erosion Control (Street Sweeping) 200 HR Sweeping with Vac truck per City Fort Collins Spec. Lincoln Corridor 65% Plans GMP Scope narrative Page 1 of 6 Form Collins rM dlteSCO Item # Description Bid Qty. UM Notes J 208.08 Erosion Control (Gravel Inlet Protection) 29 EACH 208.09 Erosion Control (Maintenance Allowance) 52 WK Allowance based on 1/3 of a day per week with a backhoe and crew to maintain erosion control D. Earthwork 203 Unclassified Excavation (Cut To Fill) 5563 CY Muck Excavation 203.02 Includes Replacement With Class 5 Base 850 CY For soft spot repair after subgrade is at optimum moisture and density Course 203.03 Finish Grading For Landscaping 89598 SF includes backfilling concrete curbs and sidewalks 203.03 Import Non Amended Topsoil For Native Seed Areas (6") 615 CY does not include screened or amended topsoil 203.04 Excavate For Topsoil In Medians 16270 SF Reconditioning (12 Inch) 306 Includes Under Medians, And Concrete Paving And Curbs 24201 SY reconditioning includes rip and recompactand adjustmentfor moisture and density only. Does not inlude any additional work to stabilize subgrades that are unstable when within optimum moisture and density range. F. Storm Drain 206 Backfill (Flow -fill) 200 CY Flow fill is only included for areas that are too small to conventionally backf III 506 Riprap (Type L) IS CY 603 B Inch PVC (Complete in Place) 66 LF 603.01 15 Inch Reinforced Concrete Pipe (Complete In Place) 172 LF 603.02 18 Inch Reinforced Concrete Pipe 574 LF 603.03 241nch Reinforced Concrete Pipe 525 LF (Complete In Place) 603.134 30 Inch Reinforced Concrete Pipe 534 LF Included extra pipe for moving storm away from private property between 2nd and 3rd (Complete In Place) 603.05 361nch Reinforced Concrete Pipe 368 LF -\ 603.06 42 Inch Reinforced Concrete Pipe 600 LF took credit for shorter length on Storm line 1 to move storm away from properties (Complete n Place) between 2nd and 3rd streets. Storm Line 8 was bid as 42" RCP per the 65% plans. 603.07 Inch Reinforced Concrete Pipe 703 LF (Complete In Place) Site Restoration Allowance For Storm 603.07 Outfall 703 LF Included 6 inches of base 60' wide the length of the 48" outfall pipe. Road Base 60 Ft Wide Headwall 1 EACH 60 Inch Contech Corrogated Metal Pipe storage basin is bid per the 65% plans no changes have been incorporated due to the new 603.08 (Complete In Place) (2034 LF Shown on 1 LS alignments discussed Plans) Assumed a more cost effective gate would be used (not the eccentric bill style) $15,DD0 603.09 48 Inch Flap Gate (tideflex) 1 EACH Dollars is included for the tideflex material Assumed a box base manhole would be acceptable for the end transition of the detention 604 Box Base Manhole For Detention Basin 2 EACH pipe to storm pipe as nothing was specified in the plans. Price is based on the assumption that the detention basin is going to become 1 stretch all on one side of the road 604.01 Inlet Type 13 1 EACH 604.02 Inlet Type R (5 Foot) 6 EACH 604.03 Junction Box 1 EACH There was no detail on this box, we assumed it was 6'x6' 604.134 24" Area Inlet, Includes Two Un Named Structures Between 1st And 2nd Ave 3 EACH This includes the two un-named inlets between 1st and 3rd (no detail on inlet) 604.05 60 Inch Storm Sewer Manhole 4 EACH includes two additional manholes associated with moving the storm drain between 2nd 604.06 72 Inch Storm Sewer Manhole 5 EACH and 3rd into the street 604.07 72 Inch Storm Sewer Manhole (Drywell) 1 EACH 604.08 961nch Storm Sewer Manhole 2 EACH 604.09 Adjust Storm Manhole 15 EACH 605 41nch Perforated Pipe Underdrain 2000 LF Not in plans, assumed one run in each island per standard specification for islands. 16" Lowering, Includes Connection To 619.02 Existing And Up To 40 Ft Of New Pipe, And 4 EACH 4lowerings are included for storm crossing at 1st, 2nd 3rd, and the equalizer pipe Cathodic Protection 619.02 Install Bell Restraints On Existing Pipe 16 EACH assumed that 2 joints on each side of each lowering are needing restraint Lincoln Corridor 65% Plans GMP Scope narrative Page 2 of 6 ,fit Collins dlteSCO Item # Description Bid Qty. UM Notes 16" Butterfly Valve With Box Cut In For Isolation, Including Cathodic Protection 619.03 Assumes Some Pipe Can Be Used From The Lowerings To Accomplish This Installation 2 EACH The location of these valves is unknown it is assumed that they will be needed to perform the lowerings without interupting service 619.04 6" Tie To Existing (2-hydrants) 2 EACH 619.05 6" PVC Waterline For Fire Hydrant Relocations 60 LF Temporary Waterline For All Services 1st 619.05 To Third North And South Side (for Lowerings) 1700 LF this is assumed that during the waterline lowering work these services will need to remain live, which will be accomplished with a temorary water service from the hydrant on 1st and lincoln. 619.09 Removal of Fire Hydrant 2 EACH 619.1 Adjust Hydrant To Grade 2 EACH J. Concrete Flatwork _ 412 Concrete Pavement (6 Inch Driveways) 225 SY 6" paving include residential driveways only 412.01 Concrete Pavement (8.5 Inch) 3520 SY pavement includes lemay intersection and commercial drives 412.02 Bus Bay Concrete(8.5 Inch) 570 SY 608 Colored Concrete Crosswalk (8 Inch) 365 SY 608.01 Standard Gray Concrete Sidewalk (6 Inch) 5510 SY 608.02 Colored Concrete Sidewalk Type 1(6 Inch) 85 SY 608.03 Colored Concrete Sidewalk Type 2 (6 Inch) 85 SY Metal Truncated Dome Plates 608.04 Concrete For Ramps Are Included In 950 SF pay for truncated domes is to be per SF of actual dome material, sidewalk pay quantity will extend under the truncated domes. 608.05 Concrete Sidewalk Chase (2 Ft Wide) 16 LF 609 O Irl Median Curb And Gutter (1' Gutter) 4100 LF 609.01 6"curb Head On Paving Without Gutter 2800 LF assumed method of payment for the curbs at bus bays and driveways that can be monolithically poured on the concrete pavement, if contractor elects to pour this separately no additional payment for dimensional curb will be made the concrete pavement pay item will extend under the curb. 609.02 Vertical Curb And Gutter (2' Gutter) 4350 LF 609.03 2' Pan Only Across Concrete Paved Areas 2250 LF Valley pan at bus bay and drives may be poured monolithic with paving but will be measured separately either way. 609.D4 6" Porous Paving Curb 100 LF 609.06 Median Curb (2nd Curb) 1750 LF 609.07 Median Cover At Nose Transition Monolithic With Curb 520 SF 609.08 Concrete Curbed Channel 4 Ft Wide 15 LF 610 posed Aggregate Median Splash Guard 355 SF 210 Adjust Manhole 12 EACH 210.01 Adjust Valve Box 1 EACH Aggregate Base Course (Class 5 Or 6) 304 Includes Base Under Concrete Paving And 6990 TON Curbs 304.01 Aggregate Base Course Temporary For 1000 TON Paving Median Areas (Gass 5 Or 6) Hot Mix Asphalt (Grading S) (75) (PG 64- 22) 403 Hand Patch Lemay Full Depth 9", Assumes 260 TON Assumes no modified AC oil will be required on hand pathing Hand Patching Will Not Require Modified Oil Hot Mix Asphalt (Grading S) (7S) (PG 64- 403 22) 3110 TON Hot Mix Asphalt (Grading 5) (75) (PG 64- 403 22);Paver Patch Lemay Bottom Lift 7" 310 TON Assumed Modified oil would not be required for work in Lemay Hot Mix Asphalt Temporary Through temporary asphalt to include widening on the north side to facilitate phase 1 work, 403.01 Medians (4"); (Grading 5) (75) (PG 64-22) 800 TON asphalt patches for utilities that need to cross live traffic lanes, and additional paving in phase 1 to pave wide enough to allow two way traffic to pass during phase 2 Lincoln Corridor 65% Plans GMP Scope narrative Page 3 of 6 City of ',-t Collins ditesco Item # Description Bid Qty. LIM Notes 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64- 1560 TON All asphalt pricing is based on oil quotes for 64-22 at $420/ton, and 64-28 at $475/Ton, AC 28); Lincoln Main Line Paving Top Lift (2") pricing is lacked through 2017 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64- 100 TON Assumed Modified oil would not be required for work in Lemay 28); To Lift Paver Patch Lemay Areas L Traffic Control Pavement Striping Temporary Includes Scope is per the bid item description based on 3,000 LF of road and includes black out of 3 -12,000 LF Of Double Yellow lines (north half double yellow and white) for the entire project length in phase 1, Includes 627-12,000 LF Of Single White 1 LS painting of new Double yellow and two white lines for phase 1. Includes double yellow -9,000 LF Of Black Out Original Paint and two white lines at the completion of phase 1. includes double yellow and one white -3 Mobilizations Tine at completion of phase 2. 630 Business And Specialty Signs 1st Street To 200 SF For specialty signs requested by businesses Lemay traffic control includes equipment by the day for one year. 35 days of full closure for 630.01 Construction Zone Traffic Control 1 LS utility crossings. Full time TC5 (260 Days) site checks on weekends. 1,000 Hours of flagging. 84 days of Variable message boards 4 ea for one week perphase) 630.02 Set Concrete Barrier 1500 LF Quantities need to be established at the 90% plan level to use actual counts on irrigation N. Landscaping And Irrigation work and specific plantings, it is assumed that the landscape costs will not vary much but need to be re calculated at 90% plan level 212 Sod 70910 SF 212.01 Steel Edging 200 LF 212.03 Native Seeding 33250 SF 212.04 Planter Pots (colored concrete) 4 EACH Sandstone Mulch 2" - 4" Dia, 6" Depth 213 Over Weed Fabric (median) 1387 CF 2470 SF 213.01 3" D Shredded Redwood Mulch (Median) 990 OF 3934 SF 213.01 3" D Shredded Redwood Mulch (parkway) 1755 CF 7015 SF 213.02 6"-12" Cobble, Over Weed Barrier 2565 SF (parkway) 213.03 Landscape Boulders (median) 19 EACH Salvage Store And Reset 213.03 Landscape Boulders (Median) 31 EACH Tvoe A 24"h 24"w 481 213.03 Landscape Boulders (Median) 25 EACH Type B 24"h 24"w 36"1 213.03 Landscape Boulders (Median) 31 EACH Type C 24"h 24"w 24"I 213.03 Landscape Boulders (parkway) 4 EACH Type A 24"h 24"w 481 1.5"-3" Tan River Rock 3" Depth, Over 213.04 1075 CF Weed Barrier (median) 214.01 Deciduous Shrub, #5 Cont 452 EACH 214.02 6"-12" Cobble, Over Weed Barrier 5791 SF 214.02 Coniferous Shrub, #S Cont 35 EACH 214.03 Ornamental Grasses #1 Cont 407 EACH 214.04 Perenials #1 Cont 277 EACH 214.05 Deciduous Shade Tree (Northern Catalpa) 3 EACH 3" Cal B+B 214.05 Deciduous Shade Tree (Northern Catalpa) 9 EACH 3" Cal B+B 214.06 Deciduous Shade Tree (Northern 1 EACH Hackberry) 3" Cal. B&B 214.06 Deciduous Shade Tree (Northern 12 EACH Hackberrv) 3" Cal. B&B 214.07 Deciduous Shade Tree (Shade Master 9 EACH .one, .Co., 2" Cal B&B 214.07 Deciduous Shade Tree (Shade Master 4 EACH Honev Locust) 2" Cal B&B Lincoln Corridor 65% Plans GMP Scope narrative Page 4 of 6 City of Fort Collins Item JJ Description Bid Qty. UM Notes 214.08 Deciduous Shade Tree (Espresso Kentucky 11 EACH Coffee Tree) 2" Cal. B&B 214.08 Deciduous Shade Tree (Espresso Kentucky 3 EACH Coffee Tree12" Cal. B&B 214.09 Deciduous Shade Tree (Chinkapin Oak) 2" 17 EACH Cal. B&B 214.09 Deciduous Shade Tree (Chinkapin Oak) 2" 3 EACH Cal. B&B 214.1 Ornamental Tree (Red Barron Crabapple) 4 EACH 2" Cal B&B 214.1 Ornamental Tree (Red Barron Crabapple) 9 EACH 214.11 Ornamental Tree (Japanese Tree Lilac) 2" 10 EACH Cal B&B 214.11 Ornamental Tree (Japanese Tree Lilac) 2" 8 EACH Cal B&B 214.12 Ornamental Tree (Crimson Spire Oak) 2" 9 EACH 214.13 Coniferous Tree (Cologreen Juniper) 5 Ft 10 EACH Height Amended Topsoil (Median) Includes 4 CY Compost 214.14 1617 CY 36" Deep Throughout Median Planting Area Amended Topsoil (parkway) 214.14 Assumes 4 CY / 1000 SF 1313 CY ditesco 70910 SF 605.03 LI.D. Amenity: Porous Pavers 600 SF LI.D. Feature: Rain Garden (Excavate, 605.04 Install Visqueen, Inlet And Connect To Storm Drain) 1 LS L.I.D. Feature: Rain Garden (including 605.04 Gravel Layers And Topsoil Assumes Curb And Sidewalks Will Act As Weirs) 200 SF 622 Bench with Back 1 EACH 622.01 Stone Seatwall 44 LF 622.02 Bike Rack 6 EACH 622.03 Comer Bollard 10 EACH 622.04 Median Bollard 42 EACH Point Source Drip irrigation to median 623.01 planting areas 16195 SF 623.01 point Source Drip irrigation to street 9200 SF planting areas 623.02 Drip Irrigation To Trees Median 50 EACH 623.02 Drip Irrigation To Trees Parkway 73 EACH Irrigation Repair Buckingham Park (I131.1 623.03 1 LS 623.04 Irrigation Repair At IN -SITU (IR1.1 Y) 1 LS 623.05 Irrieation Repair Odell Brewine (IR1.1 XI 1 LS 623.06 Irrigation Repair At Fort Collins Brewery 1 LS (IR1.1 W) 623.07 Irrigation Repairs Back Porch (IR1.1 V) 1 LS 623.08 Irrigation to Planter Pots 4 EACH 623.08 Spray Irrigation to Sodded Areas 70910 SF 623.09 Irrigation Controller and hydrometer (96 2 EACH station 2-wire with Central Control) 1-inch Irrigation Tap, And Backtlow 623.1 Without Plant Investment Fee 2 EACH Electrical scope does not seem to be complete on the 65% plans as such the team is O.Electrinl carrying an allowance of $40,D00 to cover design growth between the 65% plans and the final scope of work. Bid is base off of the plans dated 6/14/16. 613.01 Pedestrian Light Pole 4 EACH SUDON And Install 613.02 Conduit 1 LS 613.02 Light Pole Foundation 4 EACH Lincoln Corridor 65% Plans GMP Scope narrative Page 5 of 6 City of Fort Collins Item p Description Bid City. LIM Notes 613.03 Electrical Control Panels, Pedestals 1-3, 1 LS And Any Other Equipment 613.04 Receptacle For Food Cart Area 2 EACH 613.05 Wire 1 LS 613.06 Trenching And Flowfill At Street Crossings 3 EACH 613.07 Trenching And Backfill 1 LS Include Flowfill At Street Crossin¢s ditesco Lincoln Corridor 65% Plans GMP Scope narrative Page 6 of 6 SECTION 00530 NOTICE TO PROCEED Original Bid/RFP Project Number & Name: 8214 CM/GC for Lincoln Corridor Project Description of Work: To construct Phase 1 of the Lincoln Avenue Corridor Project including all demolition, utility installations, Lemay Avenue intersection work, the south side (eastbound) parts of Lincoln Avenue, electrical, lighting and irrigation. Utility installation for the north and south sides of the roadway corridor. Reference the Phase 1 construction plans and contract documents for further information. To: Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins, Colorado 80528 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. Therefore, as the CONTRACTOR for the above described Work and in accordance with paragraph 2.3 of the General Conditions, you are hereby authorized and directed to proceed with the Work to begin on (date). The dates for Substantial Completion and Final Acceptance shall be 20_and , 20, respectively. Dated this day of 20_ City of Fort Collins OWNER in Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_ CONTRACTOR: Connell Resources, Inc. go 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 BID SCHEDULE SECTION 00610 PERFORMANCE BOND Bond No. 106512851 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Pkwy, Windsor; CO 80528 (an Individual), (a Partnership), a Corporation , hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square, Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300 Laaorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Three Million One Hundred FortV Four Thousand Dollars Four Hundred Fifty Five and Ninety One Cents ($3,144,455.91) 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 22nd day of March, 2016, a copy of which is hereto attached and made a part hereof for the performance of the Work Order titled Lincoln Avenue Corridor — Phase 1, Work Order Number 2, dated the 18`h day of July, 2016, a copy of which is hereto attached and made a part hereof. 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 27th day of 2016 INI PRESENC - F: xj-t A ;�E P'� Jennifer Lindblad, Assistant Secretary (Title) (Corporate,S,edl) I I r i NO AESOV IN FTaEV CE OF: �' —_ _ O n /i/LORA 0 �rI111�o� IN PRESENCE OF: Witness (Surety Seal) Principal Cor)kll Resources, Inc. hn M Warren, Vice President (Title) 7785 Highland Meadows Pkwy. Suite 100 Fort Collins CO 80528 (Address) Other partners By: Surety avelers Casualty and urety Company of America By: �k Darlene Krings, . ttomey-in act One Tower Square, Hartford, CT 06183 (Address) NOTE: hate of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00615 PAYMENT BOND Bond No. 106512851 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. 7785 Highland Meadows Pkwy, Windsor, CO 80528 (an Individual), (a Partnership), a Corporation hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square, Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto the 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 Three Million One Hundred Forty Four Thousand Dollars Four Hundred Fifty Five and Ninety One Cents ($3,144.455.91) 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 22nd day of March, 2016, a copy of which is hereto attached and made a part hereof for the performance of the Work Order titled Lincoln Avenue Corridor — Phase 1, Work Order Number 2, dated the 181h day of July, 2016, a copy of which is hereto attached and made a part hereof. 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 2 day of July 2016. IN PRESENC - OF: P • Jennifer Lindblad, Assistant Secretary (Title) (Corpor (§ oaf)► ii/ HELL p� GoRAo 0 Im P4SnENCE O. n n ' v� •` R1 C/n — �i O IN PRESENCE OF: biv, lit Witness (Surety Seal) Resources. Inc. hn M Warren, Vice President (Title) 7785 Highland Meadows Pkwy. Suite 100 Fnrt Collins (n 8n528 (Address) Other Partners IN Surety ravelers Casualty and Surety Company of America r By. - L 60 OA�_L Darlene Krings. A torney-inj act One Tower SQUare. Hartford. CT 06183 (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. ,Ak POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 229441 Certificate No. 006426570 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Darlene Krings, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stimac. Royal R. Lovell, Russell D. Lear, Katherine E. Dill, K'Anne E. Vogel. Steve J. Blohm, Wesley J. Butorac, Dulce R. Huggins, and Sandra L. Schil'ferns of the City of Greeley , State of Colorado , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. t WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this "ay of July 2015 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 28th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company G/,SU�r F\0.E 6 0.N DNS clx�#J_L Y�,�' PLn�i obi ��F+ .� f•� N1H^' State of Connecticut City of Hartford ss. By: , lmoo, Robert L. Raney, Venior Vice President On this the 28[h day of July 2015 More me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C,jrr ',i Witness Whereof, I hereunto set my hand and official seal. y Commission expires the 30th day of June. 2016. AUB00 >r o Marie C. Tencault. Notary Public 58440-8-12 Printed in U.S.A. RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vit President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary: and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED. that the signature of each of the following officers: President. any Executive Vice President. any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presiaents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this �1 day of 1 20 l Kevin E. Hughes, Assistant Sec Lary t q Y`s ., 1977� 195t ;.seatj'a F�\S81f.Lr° txxt g t caxrt r ;� rase ay . ��� �! � ift'tn cc G� ems` • �►� i:'+ ..: � �"� E � of �./ AINS`- To verify the authenticity of this Power of Attorney. call 1-800-421-3880 or contact us at www.ravelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. IS INVALID WITHOUT THE RED BORDER AC" ® DATE IMMIDD/YYYY) V CERTIFICATE OF LIABILITY INSURANCE 7/28/203.6 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 4ESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. I,.,.-ORTANT: 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 Flood and Peterson PO Box 578 CO 80632 Nikki Nosbrucker CIC,CISR di, (970)266-7123 IIFM. Nok (970) 506 -6823 NNosbruckerefloodpeterson.com INSURERISI AFFORDING COVERAGE I NAIL 9 INSURED INSURERB:Travelers Indemnity Company 25658 Connell Resources, Inc. INSURER C:Travelera Property Casualty Company 25674 7785 Highland Meadows Parkway INSURERDF].nnacol Assurance 41190 Spite 100 INSURER E: Fort Collins CO 80528 INSURER F: COVERAGES CERTIFICATE NUMBER-CL1652611094 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 ADDL POLICY NUMBER MMIDD� POLICY EXP MMIDDY/YY LIMITS X I COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 A CLAIMS -MADE X OCCUR 'MAGE TO RENTED PREMISES Ea occurrence $ 300,000 MED EXP(Any one person) $ 10,000 X DTC04794N532COF16 6/1/2016 6/1/2017 PERSONAL B ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ® JET LOC PRODUCTS -COMPIOP AGG $ 2,000,000 $ OTHER: ITOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 11000,000 BODILY INJURY (Per person) $ 8 X ANY AUTO ALL OSCHEDULED AUTOS AUTOS NON -OWNED X HIRED AUTOS X AUTOS XDT8104794N532IND16 6/1/2016 6/1/2017 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ Uninsured motorist combined $ 1,000,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 10,000 000 AGGREGATE $ 10,000 000 `, EXCESS LIAB CLAIMS -MADE DED RETENTIONS $ X I DTBIrCUP4794N532TIL16 6/1/2016 6/1/2017 WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMD (Mandatory in H) EXCLUDED? ❑N (Mandatory in NH) NIA 4029651 6/1/2016 6/1/2017 X I PER OTH- STAR TIE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE -EA EMPLOYE $ 500, 000 E.L. DISEASE - POLICY LIMIT I $ 500,000 M yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: CRI# 2161048 - Lincoln Avenue Corridor Phase 1 The City of Fort Collins, its officers, agent and employees are included as Additional Insured as required by written contract with respects to liability arising out of work performed by the named insured. L";4;4I I a L9111 $ 3i1eJ 01111�1 City of Fort Collins PO Box 580 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 Mosbrucker CIC, CISR cp*�W-t�� ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025=14n11 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8214 CM/GC Lincoln Corridor Project — Phase 1 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Connell Resources Inc. CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS. COLORADO OWNER REMARKS: 0 AUTHORIZED REPRESENTATIVE DATE SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins, CO 80528 Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Connell Resources for the City of Fort Collins project, 8214 CM/GC Lincoln Corridor Project — Phase 1. 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 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: Connell Resources Inc. (CONTRACTOR) PROJECT: 8214 CM/GC Lincoln Corridor Project — Phase 1 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work. labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design. improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 Phone: (970) 223-3151 • Fax: (970)223-3191 Estimator: Roland Tremble BUDGET FOR COST Submitted To: City Of Fort Collins - Engineering Address: 281 North College Avenue Fort Collins, CO 80522 Contact: Brad Buckman Phone: 970-221-66227 Fax: 970-221-6378 Date: 7/11/2016 Budget Title: Lincoln Corridor 1st To Lemay Budget Number: 65% Plans Project Location: Lincoln Ave From Lemay To 1st Street Project City, State: Fort Collins, CO Engineer/Architect: Interest Consulting Group We have prepared for your information the following items for budget evaluation purposes for the referenced project. This budget includes conceptual quantities, resource costs, scope -of -work and schedules and therefore may not completely represent all items of work or cost ultimately necessary for completion of the project. This budget was prepared using reasonable skill and judgment, but is not an offer to perform the Work described. Item # Item Description Estimated Quantity Unit Unit Price Total Price Phase 1 (South Side Of Lincoln, Leman And All Utility Work) 900 Overhead 8% Profit 6% Total 14% Of Cost A. General Conditions 203.00 Potholing 208.00 Tree Retention and Protection 626.01 Mobilization 626.02 Management Project Manager 626.03 Management Site Manager 0 26.04 Management Project Engineer 626.05 Field Office Expenses, Including Electrical Hook Up, Portable Toilets (3) Cell Phone For Public Information, And Construction Water Meter Daily Rental Cost 1.00 LS $386,161.25 $386,161.25 80.00 EACH $178.27 $14,261.60 28.00 EACH $120.00 $3,360.00 1.00 LS $24,319.36 $24,319.36 20.00 DY $867.67 $17,353.40 20.00 WK $2,572.88 $51,457.60 48.00 DY $386.28 $18,541.44 20.00 WK $793.73 $15,874.60 626.07 Concrete Paving Allowance 0.40 LS $40,000.00 $16,000.00 626.07 Electrical Allowance 0.40 LS $40,000.00 $16,000.00 626.07 Traffic Control Allowance 0.40 LS $20,000.00 $8,000.00 630.00 Construction Surveying Lemay To 1st Street 0.40 LS $54,150.00 $21,660.00 901 Bond 0.40 LS $44,967.88 $17,987.15 Total Price for above A. General Conditions Items: $224,815.15 B. Removals 201.00 Clearing and Grubbing 0.50 LS $19,542.41 $9,771.20 202.01 Removal Of Trees And Stumps 10.00 EACH $200.00 $2,000.00 202.03 Removal of Pipe 1,300.00 LF $15.09 $19,617.00 202.04 Removal Of Concrete Sidewalk / Driveways 100.00 SY $17.49 $1,749.00 202.05 Removal of Curb and Gutter 550.00 LF $8.76 $4,818.00 202.06 Removal Of Asphalt Mat 8,500.00 SY $6.63 $56,355.00 202.09 Removal Of Business Sign, Mailbox , Gates 4.00 EACH $541.83 $2,167.32 -excludes Removal Or Relocation Of LambSpun Sign 202.10 Remove Minor Structure 1.00 EACH $1,470.52 $1,470.52 202.11 Remove/Modify Minor Structure 1.00 EACH $4,551.48 $4,551.48 202.12 Remove And Replace Fence 1.00 LS $10,400.00 $10,400.00 Total Price for above B. Removals Items: $112,899.52 C. Erosion Control 208.01 Erosion Control (SWMP, Inspections, ECS) 10.00 DY $386.28 $3,862.80 208.02 Erosion Control (Gravel Bag) 500.00 LF $9.12 $4,560.00 108.03 Erosion Control (Wattle) 3,500.00 LF $4.14 $14,490.00 208.04 Erosion Control (Silt Fence) 2,600.00 LF $1.59 $4,134.00 208.05 Erosion Control (Concrete Washout) 1.00 EACH $3,072.99 $3,072.99 Includes Removal Lincoln Corridor 1st To Lemay Page 1 of 8 Signed this day of 20_. CONTRACTOR: CONNELL RESOURCES, INC. 0 Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20_, SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins. Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources Inc. PROJECT: 8214 CM/GC Lincoln Corridor Proiect CONTRACT DATE: 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) IN ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 M&'3W31 COLORADO DEPARTMENT OF REVENUE Denver CO 80261 - 0009 1303) 238-SERV :7378, Contractor Application for Exemption Certificate Pursuant to Statute § 39-26.708(1),(2),&(3) 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 a part of the structure, highway road, street. or other public works owned and used by the exempt organization. Departmental Use Only Il 1 II II!III �I I II Illillll Illl 130172 19999 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.) Send completed forms to: Colorado Department of Revenue. Denver. CO 80261 - 0009 Failure to accurately complete all boxes will cause the application to be denied. ContractoriAccount No. (Leave blank if filing for the first time) Period rp., =.rr. vv. 89- Contractor Information Trade name;D6A Owner, partner or corporate last name I First Name Middle Initial Mailing Address City ;State Zip I E-Mail Address - FEIN Bid amount !or your contract $ Fax number Business Phone number Colorado withholding tax account number Exemption Information Copies of contract or agreement page, identifying the contracting parties, bid amount. type of work, and signatures of contracting parties must be attached Name of exempt organization (as show on contract) ri organizawn's numoer 98 Address of exempt organization City l State Zip Principal contact at exempt organization -Last Name First Name Middle Inillai Physical location of project site (give actual address when applicable and Cities and/or County Iles) where project is located) City State Zip Principal contact's telephone number Scheduled corsruction start date aAV VV.rl; Estimated completion date ;kmi:oc 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 the business mNner, partner or corporate officer Title of corporate officer Date an+oo,vr. (Do not write below this fine) 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. GENERAL CONDITIONS CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been develcped by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Comm ittee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Number & Title TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Number & Title DEFINITIONS......................................................1 1.1 Addenda ................... .........................1 1.2 Agreement, ........................... . .......... ] 1.3 Application for Payment......................1 1.4 Asbestos.................................._.......1 1.5 Bid ..............................._....................# 1.6 Bidding Documents ................ ............. L7 Bidding Requirements .........................a 1.8 Bonds............................._..................1 1.9 Change Order ..................................... I 1.10 Contract Documents,,,,., -,...•--_.,•.,,,,,,_-_I 1.11 Contract Price.....................................1 1.12 Contract Times....................................1 1.13 CONTRACTOR..................................1 1.14 defective.............................................3 1.15 Drawings...........................................1 1.16 Effective Date of the Agreemern,......... 1.17 ENGINEER ........................................I 1.18 ENGINEERS Consultant ......................1 1.19 Field Order.........................................1 1.20 General Requirements .........................2 1.21 Hazardous Waste..............................._2 1.22.a Laws and Regulations; Laws or Regulations ...................................... 2 1.22.b Legal Holidays....................................2 1214 Liens ..................................................2 1.24 Milestone............................................2 1.25 Notice of Award........_..-_---• .............. 2 1.26 Notice to Proceed ............................... 2 1.27 OWNER.............................................2 1.28 Partial Utlliastion ................................ 1.29 PCBs.............................._.................2 1.30 Petroleum ............................_..... _.....2 1.31 Project...._................................._.......2 1.32.a Radioactive Material ............................2 1.32.b Regular Working Hours 133 ..................•,,,,. Resident Project Representative........_•.. 1.34 Samples ..................... _....................... 2 1.35 Shop Drawings ................................... 2 1.36 Specificaticns.....................................2 1.37 Subcontractor ..................................... 2 1.38 Substantial Completion .......................2 1.39 Supplementary Conditicrug..................2 1.40 Supplier..............................................2 1.41 Underground Facilities ............ .......... 2-3 1.42 Unit Price Work ................................. 3 1.43 Work..................................................3 1.44 Work Change Directive .......... ........ 1.45 Written Amendmen(...........................} Page Number PRELIMINARY MATTERS ...... .............. .... ... 3 2.1 Delivery of Bonds .............................3 2.2 COpiesofDocuments -.._- --- _-------- ..-3 2.3 Commencement of Contract Times; Notice to Proceed ............... 3 2.4 Starting the Work ............................3 2.5-2.7 Before Starting Construction; CONTRACTOR'S Responsibility to Report; Preliminary Schechles; Delivery of Certificates of Insurance .................................. 34 2.8 Preconstruction Conference .............. 4 19 Initially Acceptable Schedules .......... 4 CONTRACT DOCUMENTS: INTENT, AMENDING. REUSE..........................................4 11-3.2 Intent ............................................ 4 .1.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies ................................. 4-5 3.4 Intent of Certain Terms or Adjectives ..................................... 5 3.5 Amending Contract Doctmcuts ......... 5 3.6 Supplementing Contract Documents ................................... 5 3.7 Reuse of Documenu .....................„„5 AVAILABILITY OF LANDS, SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS.........................................5 4.1 Availability of Lands .....................$ 4.2 Subsurface and Physical Conditions 6 421 Reports and Drawings.............•„•.....6 4.2.2 Limited Reliance by CONTRAC- TOR Authorized; Technical Dam............................................ 6 4.2.3 Notice of Differing Subsurface or Physical Condition;..................6 4.2.4 ENGINEERS Review.......................6 4.2.5 Possible Contract Documents Change.........................................6 4.2.6 Possible Price and Times Adjustments .............................. 6.7 4.3 Physical Conditions --Underground Facilities... 7 4.3.1 Shown or Indicated ............. ._...... 4.3.2 Not Shown or Indicated_.................7 4.4 Reference Points, ........... ....... .. ...... 7 E_rCDC GENERAL CONDITIONS I9I0.8 (1990 EDITION) wi CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Page Article or Paragraph page Number & Title Number Number & Title Number 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material :7-8 5. BONDS AND INSURANCE ................................ 9 5.1-5.2 Pcrfbrniancc., Payment and Other Bonds............................... . ......... 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance. ................... �8 5.4 CONTRACTOR's Liability Insurance.........................................9 9 5.5 OWNERs Liability Insurance ............... 9 5.6 Property Insurance .......................... 9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance .............. 5.8 Notice of Cancellation Pro%Won, .... _10 5.9 CONTRACTOR'S Responsibility for Deductible Amounts,,,,,,,,,,,,,,,,,,, 10 5.10 Other Special Insurancc. ..................... 10 5.11 Waiver of Rights ................................11 5,12-5.13 Receipt and Application of Insurance Proceeds JO-11 5.14 Acceptance of Bonds and In=- snoe; Option to Replace,,,,,,,,,,,,,,,,„, I I 5.15 Partial Utilization --Property Insurance 11 6. CONTRACTORS RESPONSIBILITIES 11 6.1-6.2 Supcivision and Sulivi inwridmw ....... 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-. Substiude Construction Methods or Procedures, ENGINEERs Evaluation .. ........... 12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights ........................ J3.14 6.12 Patent Fees and Royaltick ...................14 6.13 Permits ........... .................. ........... .. 14 6.14 Laws and Regulations........................14 6.15 Taxes ...........................................14.15 6.16 Use of PremiscA 15 6.17 Site Cleanliness ................................ 15 6.18 Safe Structural Loading .....................15 6.19 Record Documents 15 6.20 Safety and Protection ..................... 13-16 6.21 Safety Representative .........................36 622 Hazard Communication Program$ ..... 16 6.23 Emergencies .....................................16 6.24 Shop Drawings and Sam pIq ..............16 6.25 Submittal Proceedures; CON- MACTOR's Review Prior to Shop Drawing or Sample Submittal 16 6.26 Shop Drawing & Sample Submit- tals Review by ENGINEMR ..... 1&17 6.27 Responsibility for Variations From Contract Documents ........... 17 6-28 Related Work Performed Prior to ENGINEER!s Review and Approval of Required Submittals ................................ .. 17 629 Continuing the Wcr$.....................17 6.30 CONTRACTOTts General Warranty and Guarantee .............. 17 6.31-6.33 Indemnification J7-18 6.34 Survival of Obligations ...................18 7. OTHER WORK .................................................18 7.1-7.3 Related Work at Sitc, 18 7.4 Coordination .... ...................... 18 OWNER'S RESPONSIBILITIES 18 IlA Communications to CON- TRACTOR IS 8.2 Replacement of ENGINEER..,........ 18 8.3 Fumish Data andPay Promptly When Due 18 8.4 LmwJ* and Euscincritu. Rcpvr1z and Tests 18-19 3.5 Insurance, .......... ...... I .... .... 19 9.6 Change Ord:rs ...............................19 8.7 Inspections, Tests and Approvals ...................................19 8.8 Stop or Suspend Work, Terminate CONTRACTOR's Services ......................................19 8.9 Limitations on OWNER'S Responsibilities ...........................1.9 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 19 8.11 Evidence of Financid Arrang=cnts .......... ............ 19 ENGINEERS STATUS DURING CONSTRUCTION ..................... . ...... 19 9.1 OWNERs Represcntativc, ............... 19 9.2 Visits to Site 19 93 Project Representative ... ............ 19-21 94 Clarifications and Interpre- tations. 21 9.5 Authorized Variations in Wrk .... ... 21 EJCW GENERAL CONDITIONS 1910.8 (1990 EJ)rnm W/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Page Article or Paragraph page Number & Title Number Number & Title Number 96 Rejecting Defective Work ................... 71 9,7-9.9 Shop Drawings, Change Orders and Payments .................................... 21 910 Determinations for Unit Prim ....... 21-22 9.11-9.12 Decisions on Disputes; ENGI- NEER 03 Initial lntcrprctct..............22 9.13 Limitations on ENGINEERS Authority and Responsibilities ..... 22-23 CHANGES IN THE WORK, ........................ .......... 23 10.1 0AWER!s Ordered Change ... ............ 23 14. 10.2 Claim for Adjustjnen.........................2.i 10.3 Work Not Required by Contract Documents 23 10.4 Change Order4 ................................ 23 10.5 Notification of Surety ......................... �3 CHANGE OF CONTRACT PRICE .............................2.3 11.1-11.3 Contract Price; Claim for Adjustment; Value of the Work 23-24 IIA Cost of the Work ..........................24.25 11.5 Exclusions to Cost of the Work .......... ;25 11-6 CONTRACTORs Fee.........................25 11.7 Cost Records ........................ 25-26 11.9 Cash Allowances ............................... '26 , 11.9 Unit Price Work._. ..................26 CHANGE OF CONTRACT TINIE3 .... . .................... 26 12.1 Claim for Adjustment .......... _.__;6 12-2 Time of the Essence. .... ." I ....... I .... ;�6 123 Delays Beyond CONTRACTORs Control 26-27 12.4 Delays Beyond OWNERs and CONTRACTORS Control ................27 TESTS AND INSPECTIONS. CORRECTION. REMOVAL OR ACCEPTANCE OF DEFECTTPE WORK ..................................................27 13.1 Notice of Defects V 13.2 Access to the Work_ . ....... . .... .. .. _27 13.3 Tests and Inspections; CONTRACTORS Cooperation,,,,,,,,, 27 13.4 OWNER!s Pesponsibilium Independent Testing Laboratory.,,,,,, .27 13.5 CONTRACTORS Responsibilities ...............................27 13.6.13.7 Covering Work Prior to Inspec- tion, Testing or Approval.................27 13.8-13.9 Uncovering Work at ENGI- NEER's Request ........... _ ......... 27-28 13.10 OWNER May Stop the Work.......... 28 13.11 Correction or Removal of Defective Work ...........................28 13.12 Correction Period...........................Q8 13.13 Acceptance ofDefecdw Work ........28 13.14 OWNER May Correa Defective Work .. .................................. 28-2.9 PAYMENTS TO CONTRACTOR AND COMPLETION .................................................29 14.1 Schedule of Values .........................29 14.2 Application for Progress Payment....... ........................ .... 29 14.3 CONTRACTORs Warranty of Tide 29 14.4-14.7 Review of Applications for Progress Payments ................. :29-30 14.8-14.9 Substantial Completion ..................30 14,10 Partial Utilization, . .................... 30-31 14.11 Final Inspectiorl .............................31 14.12 Final Application for Payment ........ 31 14-13-14.14 Final Payment and Acceptance,,,,,,, 31 14.15 Waiver of Claims ...................... 31-32 15. SUSPENSION OF WORK AND TERMINATION ................................................ 32 15.1 OWNER May 3uspaW Wok,,,,,-.._ 32 15.2-15.4 OWNER May Term inate ................. 32 15.5 CONTRACTOR May Stop Work or Tcrniinatc. ................ 32-33 16. DISPUTE RESOLUTION .................................. 33 17, MISCELLANEOUS 33 17.1 Giving Notice . 33 17.2 Computation of Times, ...... . ...... __33 17.3 Notice of Claim ..............................33 17.4 Cumulative Remedies.....................33 17.5 Professional Fees and Court Costs Included .. . ...... .................. 33 17.6 Applicable State Laws,,,,,,,,,,,,,,, 33-34 Intentionally left blank, ... .... .. ... ... ..... 35 EXHIBIT GC -A: (Optimal) Dispute Resolution Agreement .... ................ GC Al 16.1-16.6 Arbitration _..GC Al , 16.7 Mediation GC -Al EJCDC GENNUL CONDMONS 1910-8 (1990 EDITION) W/ CITY OF FORT COLLINS MODIRCATIONS (REV 9199) INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph N=ber Acceptance of — Bonds and Insurance. ........ .. ..... . ... ._......-.5.14 defective Work ............................10.4.1. 115, 13.13 final payment ......................................... 9.12, 14.15 insurance ......................................................... 5.14 other Work. by CONTRACTOR ............ ...... j ...... 7 3 Substitutes and "Or -Equal" ltem$ ...................... 0.71 Work by OWNER .............................. 2.5. 6.30, 5.34 Access to the -- Lands, OWNER andCONTRACTOR responsibilities ..............................................4.1 site. related Work ..............................................7.2 Work...........................................13.2, 13.14.14.9 Acts or Omissions—. Aj:M and Omissions — CONTRACTOR . ................................ 6,9.1.9.13.3 ENGINEER.... ................................... 6.20,9.13.3 OWNER Addenda --definition of (also see definition of Specifications) .......(1.6,1.10.6.19),I.l Additional Property Insurancel ................................. 5.7 Adjustments — Contract Rice 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. ............................................... 12, 14 R. 151 progress sch e d uie 6.6 Agreement -- definition o( ......................................................1.2 "All -Risk" Insurance, policy forin. ...........................5.6.2 Allowances. Cash ................... . ...................... ....... JL8 Amending Contract Document* ................................ 3.5 Amendment. Written — in general... ............. J. 10, 1.45, 3.5, 5.10, 5.12, 6.6.2 ..........................0.3.2, 6.19, IO.L 10.4,11.2 ......., ................12 1,13.12.2,14Appeal, Appeal,OWNER CONTRACTOR intent to ......................... 9. 10, 9.11, 10.4. 16.2, I&S Application for Payment — definition of ......................................................1.3 ENGINEERs Responsibility ...............................9.9 final payment .................. 9.13.4, 9.13.5, 14.12-14.15 in general .......................... 2.8.19.5.6.4.9.10, 15.5 progress payment ...................................... 14.1-14.7 review of ............. . ................ .... ............. 14.4-14.7 Arbitration ........................................... . ....... 16.1-16.6 Asbestos— claims pursuant theretq...... .................... 4.5.2,4.5.3 CONTRACTOR nudurimd to stop Work,,,,_,._ a.5.2 definition of .............. ............................. .......... 1.4 Article or Paragraph Number OWNER responsibility for ............................. 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 ....... ------- . . . ...................... 4.1,11.4 Award. Notice of --defined ............................ . ..... _.1.25 Before Starting Construction .............................. 2-5-2.8 Bid—d6mition of 1.5 (1.1,110.2.3,13, ........................ 4.2.6.4, 6.13, 11.4.3, 11.9.1) Bidding Documents —definition Of Bidding Requirements —definition Of .........................................1.7 (1.1, 4.2.6.2) Bonds -- acceptance of ....................................................5.14 additional bonds 10.5,11.4.5.9 Cost of the Work ............................................11.5.4 definition of ........................................................1.8 delivery of ................................................... 7.1,5.1 final Application for Payment. ..... .......... 14. 12-14.14 general ... ................................... 1.10,5.1-5.3,5,13, . I ...... ............................... 9.13,10.5,14.7.6 Performance. Payment and Other ... ........ _ ... .5.I-5.2 Bonds and Tnsurancein general .............. .................. 5 Buildees risk "all-risk' policy lb .........................5.6.2 Cancellation Provisions, Insurance ... ..... 5.4,11, 5.8, 5.15 Cash Allowances ....................................................J1.8 Certificate of Substantial Completica; ........ 1.38, 630.2.3, ....... ...................... ................... 14.8.14.10 Certificates of Inspection ................... 9.13.4,13.5.14.12 Certificates of Imntranoe.............2.7, 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. 6.8.2. 9.4 .1 1 11 1 _ "9.5. 9. 11, 10. 2. 10.5. 1 LZ 13.9. ....... ............... J3,13.13.14.14.7,15.1, 15.5 CONT RACTORs fee .........................................11.6 Cost of the Work general .. .. ... ... .................................. 11.4-11.7 Exclusions to, 11.5 Cost Records... , _. ....................................... __11.7 in general......_... _, L 19, 1.44, 9.11, 10A.2,10.4,3, 11 Lump Sum Pricing .........................................11.3.2 Notification of Surety ............ _ .... ..................... 10.5 Scope of ........................... . ................. ... JO.3-10.4 Testing and Inspection, Uncovering the Work ..................................13.9 EJCDC GENERAL CONDITIONS 1910-9 (1990EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Unit Price Work.., . ....... 119 Article or Paragraph Number Value of Work ..................................................11.3 Change in Contract Times — Claim for times adjustma4.. ... A. 1, 4.16, 4,5. 5.15, ............ 6.8.4, 9.4. 9-5, 9.11, 10.2, 10.5, 12,1, ............... 13-9,13.13, 13.14.14-7,15.1, 15.5 Contractual time limits....................................12.2 Delays beyond CONTRACTORS control .... ... ... ... ...... . ..... ... 12.3 Delays beyond OWNERs and CONTRACTORs control.............................12.4 Notification of surety .......................................10.5 Scope of change ......... ........... .................. 10-3-10.4 Change Orders — Acceptance of Defechve Work ..........................13.13 Amending Contract Document; ........................... 1.5 Cash Allowances, .............................................11.8 Change of Contract Prioc .............................. ...... I I Change of Contract Times ............................. _....12 Changes in the Work .......................................... JO CONTRACTOKsloc 11.6 Cost of the Work ............................. ......... 11.4-11.7 Cost Records _11.7 definition of 1.9 emergencies.....................................................6.23 ENGINEERS responsibility ........ 9.8.10.4.11.2,121 execution o(.....................................................10.4 IndcmnifivtiLq ......................... 0.12,6.16,6.31-6.33 Insurance, Bonds and._._._ .... . ....... 5.10,5.13,10.5 OWNER may terminate ..................... ....... 15.2-15.4 OWNERs Responsibility............................$.6,10.4 Physical Conditions — Subsurface and, ...... ...................... ............... 4.2 Underground Facilities-,._........- ................4.3.2 Ptrcard Docum ents oi 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 .................. ....... ........... 10 Notification of surety.........................................10.5 OWNERs and CONTRACTORS responsibilities ...........................................10.4 Right to an adjustment ..................................... 10-2 Scope of change........................................10.3.10.4 Claims — against CONTRACTOR—— .............. .............. 616 against ENGINEER ..........................................6.32 against OWNER ...............................................0.32 Change of Contract Prio; ............................9.4, 112 Change of Contract Times ..........................9.4. 12.1 CONTRACTORS ------- ...... 4.7.1. 9.4. 9.5. 9.11. 10.2. ... ... I .... I ...............11.2, 11.9,12.1,13.9.14.8, .......... I ....... I ......... I-— ......... 15.1,15.5,17.3 CONTRACTOWs Fee 11.6 Article or Paragraph Number CONTRACTORs liability,,,,,,.,,. 5A, 6.12,6.16.6.31 Cost of the Work ................... ................. 11.4,11.5 Decisions on Dispute; ............................... 9.11.9.12 Dispute Resolution ............................................ 16.1 Dispute Resolution Agreement ......... ....... 16.1-16.6 ENGINEER as initial interpretin .......................9.11 Lump Sum Pricing .........................................11.3.2 Noticeof ...... .......................... .......... ..... 17.3 OWNEIVs 9.4.9.5,9.11,10.2.11.2.11.9 ........................121. 13.9. 13.13. 13.14,17.3 OWNEks liability ..............................................5.5 OWNER may refuse to make payment .................14.7 Professional Fees and Court Costs Included...................................................... 17.5 request for formal decision or)............................9.11 Substitute Items 6.7.1.2 Time Extension 12.1 Time requirements .................................... 9.11,12.1 Unit Price Work ............................... ............. 11.9.3 Valueof ...........................................................113 Waiver of —an Final Payment ................. J4,14.14.15 Work Change Directive .....................................10.2 written notice required ......................9.11, 11.2. 12.1 Clarifications and Interpretations,,,,..,,,,, 3.6.3, 9.4, 9.11 CleanSite .......................................... ................. 0,17 Codes of Technical Society, Organization w Ausmiatiun ..................................................33.3 Commencement of Contract Times.-.----_.--____.,--,-. Communications — general ..............................................6.2, 6.92, 8.1 Hazard Communication Program4 ......................6.22 Completion — Final Application for Paymen; ..........................14.12 Fina I Inspection ......................... ----- ......... 34.11 Final Payment and Aeceptanoq ............... 14.13-14.14 Partial Utilization, ............................ - .......... J4.10 Substantial Completion ......................1.39. 14.9-14.9 Waiver of Claims ............................. .............. J4.15 Computation of Time$ ............................... 17.2.1-17,2.2 Concerning Subcontractors, Suppliers andOthers .............................. . ................. Conferences -- initially acceptable schedules ............................ 2-9 proconstruction, ... ............................................... 2.8 Conflict, Error. Ambiguity. Discrepancy — CONTRACTOR to Report ..........................2.5, 3.3.2 Construction, before starting by CONTRACTOR . .... . ........... 15-2.7 Construction Machinery, EquipmenL etc .................. 6.4 Continuing the Work ................. ................... 6-29,10.4 Contract Documents — Amending..........................................................3.5 Bonds 5.1 EKDC OEMMAL CONDITIONS 1910-9 (1990 EDMOM v/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)