Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
109445 CONNELL RESOURCES INC - CONTRACT - RFP - 8214 CM/GC FOR LINCOLN CORRIDOR PROJECT
F6rt Collins �Pu 9 CONSTRUCTION WORK ORDER FOR 8214 CM/GC FOR LINCOLN CORRIDOR PROJECT WORK ORDER NO. 4 TITLED: LINCOLN AVENUE CORRIDOR - NORTH SIDE OF LINCOLN DATE: February 15, 2017 CONTRACTOR: Connell Resources Inc. Coluiell Resources, Inc. 7 735 Highland Nfeadmvs Pkvvy #100 Fort. Collins, CO 80528 Phone: (970) 223-3151 Fax: (970) 223-3191 Cast Detail With Pricing Project Name: LincdnCorridor1st ToLemay CLIStomer: City Of Fort Collins - Ergineering Job NLmber: Bid Number: 65'/o Plarr Billing Address: 281 NorUn College Avenue Bid As: Fort Collins, CO 805� Estimator: Rd and TremNe Phone: 970-M-66227 Project Address: Lincoln Ave From Lemay To 1st Street, Fort Contact: Brad Buckman Collins, CO Completion Date: Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent I 1000 - 203.00 - Poth olin g 160.00 EACH $170.34 $27,253.67 $178.27 %28, 523.20 0.00% Man Hours: Z31 MH/EPCH 370.00 1) GC -Pothole Existing Utilities 160.00 EACH $170.34 $27,253.67 rAan Hours: 2.31 MH)ENDA 370.1'i0 GC-Pothde With Vac Truck (8.00 EACHA)Y, 160.00 EACH $170.34 $27,253.67 2 0.0 0 DY) LA- Pipelayer 180.00 HE $25.65 $4,617.00 . Truck- Pothde Rig 180.00 H? $85.20 $15,336.00 n Foreman - Utility 190.00 HR $38.42 $7,300.67 D; 1002- 208.00- Tree Retention and 28.00 EACH $120.00 $A36MOO $120.00 $A 360.00 0.00% Protection Tem p Fe rce For Tree Protection (BlackEagle 1,120.00 LF $3.00 $3,360.00 Fe roe) % 1004 - 626.01 - Mobili2atio n , 0) GC-Incirects Local OH-1 Mobilizatiim �) GC-Mcbilization For Agg Base ,y GC -Mobil ization(4,00 LOAD/DY, 6.00 DY) { Truck- Loy Boy Tram port : . DR - Loo�boy } G= lobili eat ion For Concrete Grading J,Or GCfi9cbilization(4.00 LOAD/DY, 6.00 DY) Truck - Low Boy Tram port +, DR - Lovboy Di GC-McbilizationForEarthuork �'U► GC -Mobil iza tion (4.00 LOAD/DY, 3.75 DY) Truck - Low Boy Tram port 711/2016 10:55:41 AM 1.00 LS $22,776.44 40.00 1NK $569.41 3.00 LS $7,592.15 6.00 EACH $1,012.29 24.00 LOAD $253.07 54.00 H? $80.20 54.00 Hi $32.28 6.00 E6.CH $1,012.29 24.00 LOAD 54.00 Ht 54.00 H2 3.00 EACH $253.07 $80.20 $32.28 $1,265.36 1S.00 LOAD $2S3.07 33.75 Ht $80.20 Lincoln Corridor 1st To Lemay $22,776.44 $24,319.36 $24, 319.36 2.20% Man Hours: 20250 MH/LS 202.50 $22,776.44 Man Hours: 5.06 MHtuVK 202.50 $22,776,44 Man Hours: 67.50 MH/L5 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 MHtACH 54.00 $6,073.72 $4,330.80 $1,742.92 $3,796.07 Man Hours: 11.25 MHfEACH 33.75 $3,796.07 $2,706.75 0 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 separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGMER on previous submittals. 6.27. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEERS 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. 6.25. 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 OXVNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6..30. CONTRACTOR's General Warranty and Guarantee_ 630.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTORS warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1. L abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. 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 not in EJCDC GENERAL CONDITIONS 1910-8 (1990 Edtim) w/CITY of FORT COLLINS MODIFICATIONS ptEV 4rz000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER. 6.30.2.2. recommendation of any progress or final payment by I NGINEER: 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents, 6.3UA. use or occupancy of the Work or any part thereof by OWNER-, 6.30,2.5. any acceptance by OWNER or any failure to do so, 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13, 6.30.2.7. any inspection, test or approval by others; or 6.30.2.S. any correction of defective Work by OWNER. Indenurifcation: 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER ENGiNEERs Consultants and the officers, directors, 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 engineers, architects, attomeys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, 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 property (other than the Work itself), including the loss of use resulting therefrom, and (u) 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 anyy 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 omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 any of them to perform or furnish any of the Rork or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 stall not extend 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 then. Saniral of Obligations.• 6.34. All representations, indemmfications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Rork and termination or completion of the Agreement. ARTICLE 7—OTHER WORK Related Work at .Site: 7.1. OWNER may perfomi other work related to the Project at the site by OWNERS own forces, 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 parry to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's 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 coordinate the Rork with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fining and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or 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 responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable EXI)CC#ENEM CONDITION'S 1910.8 (1990 E(fition) 18 w/aTYOFFORT COLLINS MODIFICATIONS {REV4/1000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Rork. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7A 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; 7.4.2, the specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary. Conditions, OWNER shall have sole authority and responsibility in respect of such coordination ARTICLE 8--OWNER'S RESPONSIBLLITIFS 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employinent of ENGINEER, OWNER shall appoint an engineer against rwvhem--C••(�TRy4�'F912-rnak2sno-ressorisbie-objection; 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 matte payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. paragraph 4.2 refers to OWNERS 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 ENGINEER in preparing the Contract Documents. re-svt forth -in paragraphs 54 through-f" 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.4. 8.& In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1, Paragraph 15.2 deals with OWNERS right to terminate services of CONTRACTOR under certain circumstances. 8.9. The MNER 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. OWNER will not be responsible. for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 8.10, OWNERS respansibility-in respect-0f sclesed A.sbestes; PtuFl,Iretreleum, Il8.20rdeus Waste ar Radioaetive Mater u teovered-car revealed at the site is ett'angetr����--l�eve-----tnade� - t�--satisf} •-9�s f�spcansilail3ty'-in-sespear-theree�wfll-leas mot-fob-irt-ilia Supplem-foertclitior►s: ARTICLE 9—ENGINEER'S -STATUS DURING CONSTRUCTION 0917VER's Representative: 9.1. ENGINEER_ will be OWNERs representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWINER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGhNEER Twits to Site: 9.2. ENGINEER will make visits to the site at intervals appragnate to the various stages of construction as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress EJCDC GENU,AL COND17IOh519108 (1990 Edticm) wt CITY OF FORT COLLINS MODIFICATIONS ((EV 412000) that has been made and the quality of the various aspects of CONfRACTOR's executed+ Work. Based on information obtained during such visits and observations, M- MINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER grill not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the l ork. ENGINEER's efforts will be directed toward providing; for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against &fective Work, ENGINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINTEERs on -site visits or observations of CONTRACTOR's Work 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 for any failure of CONTRACTOR to comply, with Laws and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 and in the c.,....l.,....,..,,,n, Conditions of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEERS Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in I tgt ph 93 of these General Conditiorm If the ENGINEER furnishes a egplgjgct_epr�serttative (RPRI or other assistantL% or if the OWNER designates a Representative or agent, all as provided in para¢raph 9.3 of the General Conditions these Representatives shall have the author?: and limitations as provided in paragraph 9.13 of the General Conditions and shall be subject to the fallawir & 9.3.1. The Representatives dealings in matters pertaining to the on -site work will, ingenerai, be with the ENGINEER and CONTRACTOR But, the Representative will keep the OWNER properly advised about such matters. The Rep<res�rtative's dealings with subcontractors will only be throuph or with the full knowledee and aouroval of the Next 117_Till E43 9.3.2. Duties and Responsibilities. Representative will: 9.3.2.1. schedules - Review the progress 19 schedule and ocher schedules prepared by the CONTRACTOR and consult pith the ENGINEER concerning acceptability. 9.3.2.2. Conferences and Mating - Attend meeting with the CONTRACTOR such as Eeconstruction eronferenc progress meetings d other iob conferences and preoare and circulate copies of minutes of meetinms. 93.23. Liaison 9.3.2.3.1. Serve as ENG1NHERS liaison with CONTRACTOR working pdwipally through CONTRACTOR'S supeinteident to assist the CONTRACTOR in understandins the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details or information, when required, for proper execution of the Work. 9.3.2,3.3. Advise the ENGINEER and CONTRACTOR of the commencement of any Work roqu! 4aa_Shop Drawing or sample submission if the submission has not been approved by the ENGINEER 9.3.2.4.Review of Work. Reiectign o efece WorkIaaNxtions and Tests - 9.3.2A1. Conduct on -site observations of the Work in >lro�Tess to assist the ENGINEER in determining that the Work isgrocceding in agpgrdanee with the Cmitract Documents. 9.3 2.4.3. Accompany, visions inspectors representing public or other agencies having iurrisdiction over the Proiect. record the results of these inspections and report to the ENGINEER. 9.3.2.5. interpretation of Contract Documents. Repot to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretatioi of the Contract Documents as issued by the �M 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S susgestions for EJCDC GENERAL CONDMONS 1910-8 (1990 Edtion) 20 w/CITY OF FORT COLLINS MODIFICATIONS (RE-V4/200Y) modification m Drawings or Specifications and revort these recommendations to ENGINEER. Accurate4 transmit to CONTRACTOR decisions rssued by the ENGINEER_ 9.3.2.7. Records. 9.3.21I. Furnish ENGINEER periodic reports as required. of the progress of the Work and of the CONTRACTOR'S y pliance with the ,p_rovzess sc}tedule and schedule of shop Drawing and sample suymittals. 9.3.2.8.2 Cansuh with ENGINEER j� advance of schedulirig_maior testis inspections or start of important phases of the Work. 9.3.18.3. Draft proposed Change Orders and Work Directive Changes, obtainins backup material from the CONTRACT and recommend to ENGINEER G9iatit e Orders. Work Directive Chanaes and field orders 9.3.2.8.4, Report immediately to ENGINEER and OWNER the occurrence of any accident. 9.3.2.9. Payment Requests. Review applications for payment with CONTRACTOR for complianoe with the tAablis}ud procedure for their submission and forward with recommendation to ENGINEER notir>g particularly the relationship of the Nment reauested to the schedule of values work completed and materials and equipment delivered at the site but not incarnorated m the Work. 9.3.2.10. Completion 9.3.2.10.1. Before ENGINEER issues a Certificate of Substantial Completion submit to CONTRACTOR a list of observed items Ieouirim correction Or COMDletiOn. 9.3.2,10.2. Conduct final inspection in the company of the ENGINEER OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed 9.3 2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance 9.3.3. Limitation of Authority: The Representative shall noC 9.3.3,1. Authorize any deviations from the Contract Documents or accent any substitute materials 41 eggipmmt oe�auftrizo-k tt ENGINEER. 9.3.3.2. Exceed limitations of ENGINEER'S authority as set forth in the Contract Documents. 9.3.3.1 undertake anp of the responsibilities of the CONTRACTOR. Subcontractors. or �Q,�13��j'Q$'S superintendent 9.3, .4. Advise on or issue directions relative to or assume control over any aspect of the means, methods techniques sequences or 12t4�4 s for construction gales_s_such specifically called for in the Contract Documents. 9.3.3.5. Advise on or issue directions ogn4m8 Q ms cot l over sa[ tv precautions and programs in connections with the Work. 9.3.3.6. Accept Shop Drawings or sample submittals from anyone other than the CONTRACTOR 9.3.3.7. Authorize OWNER to occupy the Work in whole or in part. 9.3.3.8. Participate in specialized field or laboratory tests or inspections conducted by others excent as swifically _ authorized by the ENGINEER. Cdarifeations and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910-8 (1994 Eoitim) WICITY OF FORT COLLINS MODIFICATIONS (REV 412000) requirements of the Contract Documents (in the form of Drawings 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 and CONTRACTOR. If OWNER 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 extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 1 I or Article 12. Authorized Kiriations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall 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 are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article I 1 or 12. Rejecting Defec&,e Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGL'gEER 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 or not the Work is fabricated, installed or completed. Sh op Drawings, Change Orders and Pa tments: 93. 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. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. LIGINEER will review with CONTRACTOR the ENGINEER's preliminmy, determinations on such matters before rendering a written decision thereon (by recommendation of an Application 21 for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten clays after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER'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 (it) if no such Dispute Resolution Agreement has been entered into, 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 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 Disputes• 9.11. 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 furnishing of the Work and claims under Articles 11 and 12 in respect of changes 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 event giving rise thereto, and written suppwing data will be submitted 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 response to ENGINEER and the claimant within thirty days after 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 party's submittal, if any, in accordance with this paragraph ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appal from ENGINEER'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 ENGE MER within thirty days after the date of such decision and a formal procecding is instituted by the appealing party in a farm 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 Regulations within sixty days of the date of such EJCDC GENERA. CONDITIONS 1910-5 (1990 E(fition) 22 w/ C11Y OF FORT COLLINS MODIFICATIONS (REV 412000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by 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 by the making or acceptance of final 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 any such claim, dispute or other matter pursuant to Article 16. 9.13. Limitations on F.NGINF_ER's Artthority, and Responsibilities: 9.13.1. Neither ENGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or resporri bility 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 any 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 mans, 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. 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, any Supplier, or of any other person or organization performing 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 operating 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. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE \4'ORIC 10.1. Without invalids the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work C:kinge 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 I or Article 12. 10.3, CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Tunes with respect to any [[fork 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 in paragraph 13.9, 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering 10A.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defeam Work under paragraph 13.13 or correcting ckfec&,e Work under paragraph 13,14. or (iii) agreed to by the parties: 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER Pursuant to paragraph 9.11, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the [Nock 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 EJCDC GENERAL CONDITIONS 19 t 0-8 (1990 Edtim) w;aTYOFFORT COMN9MODIFICATIONSOt V4n000) (including, but not limited to, Contrast Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond 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. 111. The Contract Rice may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general mature 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 in the Contract Price shall be determined by ENGINEER in accordance with paragaph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price 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 23 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); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6), Cost ofthe Work: 11 A. The term Cast of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts 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: 11 A.1. Pa oil costs for employees in the direct employ ot�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 -tithe on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall inoiude-butnot be limited to salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health aril -retirement benefits, -bonuses; applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained 11.4.3, Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. If required by OWNER, 24 EJCDC GENEM CONDITIONS 1910-8 (1990 E(ition) wt CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs l l.4, 11.5, 11.6 and 11.7. All subcontracts 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, testis 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 CONTRACTORS employees incurred in discharge of duties connected with the Work. 11 A.5.2. Cast, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not 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 agreements approved by OWNER with the advice of ENGINEER and the costs of transportation, loading, unloading, installation, dismantling and removal thereof --all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of there or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by inscaarnce or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.% provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER- No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. M however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thercoC CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 1 I.4.5.7. The cost of utilities, fact and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The terns 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, accountants, purchasing and contracting agents, eepediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR'S principal and branch offices other than CONTRACTOWs office at the site. 11.53. Any part of CONTRACTOR's capital exTenses, 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 Contract Doctutten t to purchase and maintain the same (except fcr the cost of premiums covered by subparagraph 11.4.59 above). F"C (JENSRAL CONDITIONS 191M (1990 Edtim) Wf CITY OF FORT ODLLINS MODIFICATIONS (REV 4J2000) 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 defeetwe Work, di. 1 of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any, item not specifically and expressly included in paragraph 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 11.6.1 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 A.) and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11 A-2 '2. for casts incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent, 11.6.2.3, where one or more tiers of subcontracts 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, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a t-paid to the traetee; to be negotiated !t1 good faith with the OWNER but not to exceed five percent of the amount paid to the next lower tjer Su cnttractor. 11.6.2.4, no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5. 11.6.23, the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR'S fee by an amount equal to five percent of such net decrease; and 11.6.2.6, when both additions and credits are involved in any one 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. 11.7. Whenever the cost 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 generally accepted accounting practices and submit in form acceptable to F.NCTINEFR an itemized cost breakdown together with supporting data. Cash Allamvanees: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTORs 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. Prior to final payment, an appropriate Change Order w711 be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work- 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work tines the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Wok are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead andd profit for each separately identified item. 11.9.3.010,1NER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if. 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and signitic:antly from time estimated quantity of such item indicated in the Agreement; EJCDC GENERAL CONDM ONS 1910-8 (1990 Edition) 26 w! MY OF FORT OOLLI NS MODIFICATIONS (REV 4/2000) and 11.9.3.2. 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 Contract 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 quantities at OWNER'S sole discretion without affectirm¢ the Contract Price of any remaining item so low as the deletion or addthon does not exceed twenty-five percent of the original total Contract Price. ARTICLE 12—CHANGE OF CONTRACT UMFS 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than 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 claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph M l 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. 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Nfrlestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR 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, fires, floods, epidemics. abnormal weather conditions or acts of God_ Delays attributable to and Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1004 - 626.01 - Mobilization continued) �., DR - Lowboy 33.75 HR $32.28 $1,089.32 DJ GC -Mobilization For Paving 4.00 EACH $759.21 $3,036.86 Man Hours: 6.75 MH/EACH 27.00 k- GC -Mobilization (4.00 LOAD/DY, 3.00 12.00 LOAD $253.07 $3,036.96 DY) Truck - Low Boy Transport 27,00 HR $80.20 $2,165.40 .'„_ p DR - Lowboy 27.00 HR $32.28 $871.46 Gj GC -Mobilization For Utilities 3.00 EACH $1,265.36 $3,796.07 Man Hours: 11.25 MH/EACH 33.75 GC -Mobilization (4.00 LOAD/DY, 3.75 15.00 LOAD $253.07 $3,796.07 DY) IV 0 Truck - Low Boy Transport 33.75 HR $80.20 $2,706.75 �; 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 0.00% Manager Man Hours: 12.00 MH/DY 624.00 C!i GC-Indirects Local 52.00 WK $826.75 $42,990.90 Man Hours: 12.00 MH/WK 624.00 [!} OH-2Salary Supervision 52.00 WK $776.75 $40,390.90 Man Hours: 12.00 MH/WK 624.00 0} 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) Pickup 624.00 HR $10.00 $6,240.00 t_y PM - Project Manager / Estimator 624.00 HR $54.73 $34,150.90 ,F j OH-3 Office Expenses 13.00 MO $200.00 $2,600.00 1008 - 626.03 - Management Site Manager 52.00 WK $2,444.44 $127,110.88 $2,572.88 $133,789.76 -0.00% Man Fours: 40.00 MH/WK 2,080.00 L}! GC-Indirects Local 52.00 WK 12,444.44 $127,110.88 Man Hours: 40.00 MH/WK 2,080.00 O} OH-2 Salary Supervision 52.00 WK $2,444.44 $127,110.88 Man Hours: 40.00 MH/WK 2,080.00 0) GC -Supervision Site Manager 52.00 WK $2,444.44 $127,110.88 Man Hours: 40.00 MH/WK 2,080.00 k4r GC -Site Manager (1.00 UNMDY, 260.00 260.00 UNIT $438.89 $127,110.88 DY) '4 Pickup 2,080.00 HP, $10.00 $20,800.00 .� PM -Site Manager 2,080.00 HR $51.11 $106,310.88 O 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 Ct.t GC -supervision Field Engineer 130.00 DY $367.28 $47,746.40 Man Hours: 8.00 MH/DY 1,040.00 kk* GC -Field Engineer (1.00 DY/DY, 130.00 DY) 130.00 DY $367.28 $47,746.40 j Pickup 1,040.00 HR $10.00 $10,400.00 t PM - Field 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 .Di GC-Indirects Local 52.00 WK $787.27 $40,937.96 .Dj OH-4 Temp Utilities 13.00 MO $600.00 $7,800.00 D} GC -Temp Utility -Sanitary Facility 13.00 MO $600.00 $7,800.00 W* Temp Sanitary Facility [3) 13.00 MO $200.00 $7,800.00 D} OH-5 Temp Job Construction 13.00 MO $264.62 $3,440.00 D) Water Meter Rental 13.00 MO $264.62 $3,440.00 [}j 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 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 Contract 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 lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall Ot"NrER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting 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 conditions, 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 DEFEMVE WORK 13.1. Notice of Defects. 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, ENGLNIEER s Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at reasenable—times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions 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. 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 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 inspections conducted pursuant to paragraph 139 EKDC GEN UM C010ITIONS 19108 0 M Mon) w!CITY OF FORT ODUMS MODIFICATIONS (REV 42000) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of 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 OWNERS and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. 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 CONTRACTOR has given ENGINEER timely notice of CONTRACTOR'S intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work. 13.5. If anv Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTORS 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 Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, cgcsure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Tunes (or Milestones), or both, directly attributable 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 11 and 12. OWMRMay Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion therco& until the cause for such order has been eliminated; however, this right of OWNER to stopp the Work shall not give rise to any duty on the part of 0 VZR to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, 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, casts, losses and 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 ere-yeff two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cast to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Word:, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12 2. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work the correction period for that item may start to run from an earlier date if so provided in the Specifications or l)y, Written Amendment. 13.12.3, Where defective Work (and damage to other EJCDC GENERAL COMMONS 1910E (1990 E6tim) 28 wl CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 on6-yea> two year after such correction or removal and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Wort:, 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 defective Work (such casts to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINTEER'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 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER_ OWNER Ungp Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective lVork 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 Documents, or if CONTRACTOR fads to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any 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 site, 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 shall allow OWNER, OWNERs representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEERs Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, casts, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14--PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of i'alues- 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 Unit Price Work will be based on the number of units completed. Applications for Progremc 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 ENGINEER 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 We. invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, 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 subiect to substitution by the CONTRACTOR with securities or and ements involving an escrow or custodianship. By executing the application for payment farm the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Statutes, Section 24-91-101. et M. CO4TR4CTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any 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. Review of Applications for Progress Payment. 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a EJCDC GENERAL CONDITIONS 1910•8 (1990 Edtiaa) w(CITYOEFORT COLLINSMODIFICATIONS OI E'V412000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER'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 OWNER with ENGINEER'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. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGiNEER's review of the A lication for Payment and the accompanying data and schedules, that to the best of ENGfNEER's knowledge, information and belief 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.1 the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) 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. ENGIIJEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14]. 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 referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defeetive, 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 aefechve 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 account of CONTRACTOR's performance or fiamishing of the Work, 143.6. 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- off against 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 inclusive, but 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 by OWNNTER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially 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 writing giving the reasons therefor- If ENGINEER EJCDC GENERAL CONDITIO v 1910-8 (1990 Eddi(n) 30 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4200 ) considers the Work substantially complete, ENGINEER will prepare and deliver to OWNTER 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 payment 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 wiIl within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OW'NER'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 and 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 writing and so inform ENGINEER in writing prior to ENGINF.ER'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 Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list Partial Utilization: 14.10, Use by OWNER at OWNER's option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (ii) 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 pi to Substantial Completion of all the Work subject to thor e to 14.10A.0WNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially conspbete. If CONTRACTOR agrees that such part of the Wort: is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. 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 al -ply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of pan of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a finial inspection with OWNER and CONTRACTOR and will notify 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 rem edy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance: with the Contract Documents all maintenance and operating instructions. schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for payment ment shall be accompanied (except as previously delivered) by. (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4,13, (ii) consent of the surety, if any, to final payment. and (in) completc and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and 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 any Subcontractor or Supplier fails EJCDC GENERAL CONDITION'S 19104 (1990 Edtim) All CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to furnish such a release or receipt in full. CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Releases or waivers of liens and the consent of the surety to finalize payment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the project manual.. Final Payment andAcceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required I y the Contract Documents, ENGINTER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after recei(at of the final Application for Payment, indicate in writing ENGfNEER's recommendation of payment and present the Application to OWNER for payment- At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 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 suhiect to pragraph 17.6.2 of these _QgiljeaLCmdj� 14.14. If through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due 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 fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment- Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. ff'aiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15. La waiver of all claims by OWNER against CONTRACTOR except claims arising from unsettled Liens, from effective Work appearing after 31 final inspection pursuant to paragraph 14.11. from failure to comply with the Contract Documents or the terms of any special guarantees specified therein,, or from CO ACTOR'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 155 - 'USPLNSION OF WORK AND TERMINATION 0WNER May Suspend IVork: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fa 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 1 and 12. DIVA R May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails 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 under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6). 15.22. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction: 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents: OWNER may, after giving CONTRACTOR (and the surety, if any) seven clays' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid EJCDC GENERAL CONDMOM 1910-9 (1990 Edition) 32 w/ CITY OF FORT COIddNS MODIFICATIONS (REV 412000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such rase CONTRACTOR shall not be entitled to receive anv further payment until the Work is finished. Tf the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR If such claims, casts, lasses 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 &at 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 any 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 from liability. 15A 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 expenses sustained prior to the effective date of termination in performing services and furnishing 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 claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15AA, for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination CONTRACTOR May Stop H ork or Ternunate.• 15.5. 1& through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OVcINER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to piy CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OA'NER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER gpaymenet on the same terms as provided in paragraph 15A. 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 stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15-5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTORs stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "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 and 9.12. OWNER and CONTRACTOR may exercise such rights or 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 or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. 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 shay will be omitted from the commputation EJCDC GENERAL CONDITIONS 1910.8 (1990 Edtim) tv1 CITY OF FORT COLLINS N10DIRCATIONS nN V2000) 17.2.2. A calendar day of twenty-four hours measured from midnight to the nett midnight will constitute a day - Notice ofC&ine 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cumulative Remedies. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations unposed upon CONTRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12,13.14, 14.3 and 15,2 and all of the rights 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 Feet and Court Cost, Included.- 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado aepoh. to Agreement Reference to two pertinent Colorado statutes are as follows-, 17.61 If a claim is filed OWNER is required by law (CRS 38 26-107) to withheld from all paymnents to CONTRACTOR sufficient funds to insure the payment of all claims for labor, materials team hire, sustenance, orovisiom provender, or other supplies used or consumed by CONTRACTOR or his 33 EJCDCGENI ,r CONDITIONS 1910-8 (1990 E(fition) 34 wl C I TY OF FORT OOLLINS MODIFICATIONS (REV 42000) (This page left blank intentionally.) EICI)C GENERAL CONDITIONS 1910S (1990 Ed im) 35 WICITY OF FORT OOLLINS MODIFICATIONS (REIN 4/2000) EICDCOENMa CONDITIONS 1910.8 (1990 Edlim) 36 w/0TYOFFORTCOLLINSMOMFICATIONS (REV 4/2000) Description Quantity UM Unit Direct Cost Total Margin Direct Cost Unit Price Total Price Percent (Item 1012 - 626.D5 - field Office Expenses, Including Electrical fbok Up, Portable Toliets (3) Ceti Phone For Public Information, And ConstrucHon Water Akfer Daily Rental Costcontinued) if Construction Water Fort Collins Meter 390.00 DY $8.60 $3,354.00 Rental if Construction Water Fort Collins Meter 1.00 EACH $R6.00 $96.00 Set GC-OH-9 Permits 1.00 LS $880.00 $880.00 & Dewatering Sampling And Testing 4.00 WK $220.00 $880.00 GC -Office Trailer CRI 13.00 MO $2,216.77 $28,817.96 Di Office Trailer 13.00 MO $792.31 $1D,3D0.00 Office Trailer Setup / Tear Down 1.00 EACH $2,500.00 $2,500.00 Trailer -Field Office IX X 60' OSR 13.00 MO $600.00 $7,800,00 {" GC -Temp Utility-Posver W/ Power Drop 13.00 MO $1,424.46 $18,517,96 i Electrical Hook Up Connell Trailer 1.00 EACH $15,917,96 $15,917.96 Assume 500 LF (Weifieid Group) Electrical Service 13.00 MO $200.00 $2,6W,00 1014- 626.06 - Winter Protection 1.00 LS $17,731.81 $17,731.81 $17,912.41 $17,912.41 -0.00% Allowa nce Man Flours: 40.00 MN/LS 40.00 Li} GC-Indirects Local 1.00 WK $17,731.81 $17,731.81 Man Hours: 40.00 MH/WK 40.00 Dt OH-11 Summer/Winter Protection 2.00 WK $8,865.91 $17,731.81 Man Hours: 20.00 MHJWK 40.00 :�O) Snow Renewal 5.00 DY $822.00 $4,110.00 Man Hours: 8.00 MHJDY 40.00 Snow Removal (1.00 DY/DY, 5.00 DY) 5.00 DY $822.00 $4,110.00 ,> Loader CAT 93B 40.00 MR $75.75 $3,030.00 OP - Loader, Small 40.00 MR $27,00 $1,000.00 '.._j Winter Protection Curb And Gutter 3,000110 LF $1.05 $3,143.49 (Villalobos Concrete Company UDBE) Vfinter Protection Sidewalk (Villalobos 30,000.00 SF $0.35 $10,478.32 Concrete Company UDBE) 101E - 626.07 - Concrete Paving Allowance 1.00 LS $40,000.00 $40,000.00 $40,000.00 $40,000.00 0.000/n (� 1018 - 626.07 - Electrical Allowance 1.00 LS $40,000.00 $40,000.00 $40,000.00 $40,000.00 0.004/0 1022. 626.07 - Traffic Control Allowance 1.00 LS $20,000.00 $20,000.00 _ $20,000.00 $20,000.00 0.00% 1024 - 630.00 - Construction Surveying 1.00 LS $54,150.00 $54,150.00 $54,250.00 $54,150.00 0.00% LemayTo 1st Street (Northern Engineering Services) w � [, 1026 - 901 - Nmd 1.00 ES $0.00 $0.00 $44,967.88 $44,967.88 0.000/0 1028 - 201.00 - Clearing and Grubbing 1.00 LS $18,785.11 $ 18,785.11 $19,54Z41 $19,54Z41 0 -0.00 /o Man Hours: 200.00 MH/LS 200.00 D} RMV-Clear And Grub i RMV-Removal Haul -Clearing Dump Fee - Clearing- LC Landfill k RMV-Removal Haul (8.00 LOAD/DY, 3.00 r�DY) Truck - Tractor W/ Trailer [2) OR - Truck Driver [21 Clear And Grub J-*� EX -Clear & Grub - Heavy (2.00 ACRE/DY, 4.00 DY) Loader CAT 956, 970, 972 1V Pickup LA - Laborer OP - Loader, Large eh Foreman - Grading , A Excavator KOM 200 / 210 / 228 t OP - Ezcavabor, Small 8.00 ACRE $2,348.14 $18,785.11 Man Hours: 24.00 LOAD $300.63 $7,215.06 Man Hours: 24.00 LOAD $92.48 $2,219.52 24.00 LOAD $208.15 $4,995.54 27.00 MR $64.01 $3,456,54 27.00 MR $28.50 $1,539.00 8.00 ACRE $1,446.26 $11,570.05 Man Hours: 8.00 ACRE $1,446.26 $11,570.05 36.00 MR $95.25 $3,429.00 38.00 MR $10.00 1380.00 36.00 MR $23.37 $841.32 36.00 MR $34.56 $1,244.03 38.00 MR $37.86 $1,438.55 36.00 MR $83.00 $2,988.00 36.00 MR $34.70 $1,249.16 7/1/201610:55:41 AM Lincoln Corridor 1st To Lemay 25.00 MHJACRE 200,00 2.25 MHJLOAD 54.00 18.25 MHJACRE 146.00 EXHIBIT GC -A to General Conditions of the Construction Contract Behveen OWNER and CONTRACTOR DISPUTE RESOLUTIO`' AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction 16.2. No demand for arbitration of any claim, dispute or other matter that is rewired 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 parties 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 ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEERS 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 proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of arry written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the thirty -day or ten�day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJCDC GENERAL CONDMONS 1910-3 (1990 Edition) wI CITY OF FORT COLLINS MODIFICATIONS (REV 9199) 16A. 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, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among these who are already parties to the arbitration, and 16.4,1 such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party 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 Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party 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 Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators cc7ll be final, judgment may be entered upon it in any court having jurisdiction thereof and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall fast submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction 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 m initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time Innits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -AI EJCDC GENERAL CONDITIONS 1910-S (1990 E(bbon) GC -A 1 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9Nd) 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, Rev. 9/94) and other provisions of the Contract Documents as indicated below. SCA DEFINITIONS SC-1.38. Add the following language to the conclusion of paragraph 1.38 of the General Conditions: 1.38. Substantial Completion. .... Substantial Completion is further defined as that degree of completion of the operating facilities or systems of the Project defined in the Work Order sufficient to provide the OWNER the full time, uninterrupted, continuous, beneficial operation of the modifications, and all inspections required have been completed and identified conditions corrected. SC-1.43.A. Add the following new paragraph immediately after paragraph 1.43 of the General Conditions: 1.43.A. Work Order --A written document executed by OWNER and CONTRACTOR that provides for the construction of a portion of the Work, pursuant to the Agreement and all as required by the Contract Documents, and that becomes a Contract Document when executed. SC-2 PRELIMINARY MATTERS SC-2.8. Delete paragraph 2.8 of the General Conditions entirely and replace it with the following paragraph: 2.8. Preconstruction Conference. Within ten days after the Contract Times for a Work Order 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 relationship 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, processing Applications for Payment, and maintaining required records. SC-2.10. Add the following new paragraph immediately after paragraph 2.9 of the General Conditions: 2.10. Work Order Required for All Work. References to the Agreement in this Article 2 and in the General and Supplementary Conditions and Contract Documents notwithstanding, no Work shall be initiated or performed until CONTRACTOR has received a signed and executed Work Order, incorporating the Notice to Proceed, from OWNER; and no provision of this Article 2 or of the General and Supplementary Conditions and Contract Documents shall permit or require any action of CONTRACTOR in the absence of a signed and executed Work Order. All provisions of this Article 2 and of the General and Supplementary Conditions and Contract Documents referencing the Agreement or other parts of the Contract Documents, or permitting or requiring any action of CONTRACTOR, shall be read as referencing and, as appropriate, requiring a signed and executed Work Order. SC-4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS SC-4.2.1.2. Add the following new paragraph immediately following paragraph 4.2.1.2 of the General Conditions: 4.2.1.2.1. No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents, except the following: Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R1) Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R2) SC-5 BONDS AND INSURANCE SC-5.4.7. Include the following parties or entities as additional insureds, as provided in paragraph 5.4.7 of the General Conditions: 5.4.7.1. City of Fort Collins, Colorado, 4316 LaPorte Avenue, Fort Collins, Colorado 80522 5.4.7.2. N/A. SC-5.4.8.1. Add the following new paragraph immediately following paragraph 5.4.8 of the General Conditions: 5.4.8.1. Limits of Liability. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: For Paragraphs 5.02.A.1 and 5.02.A.2: Coverage A - Statutory Limits; Coverage B - $100,000 / $100,000 / $500,000. For Paragraphs 5.02.A.3 and 5.02.A.5: The 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. For Paragraph 5.02.A.6: The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). For Paragraph 5.02.13.3: This policy will include completed operations coverage / product liability coverage with limits of $1,000,000 combined single limits (CSL). This policy shall also include an Umbrella Excess Liability as follows: General liability and automobile liability insurance in an amount not less than $1,000,000 per occurrence in excess of the above stated primary limits. SC-6 CONTRACTOR'S RESPONSIBILITIES SC-6.14.3. Add the following new paragraph immediately after paragraph 6.14.2 of the General Conditions: 6.14.3. The following Laws or Regulations are included in the Contract Documents as mandated by statute or for the convenience of the CONTRACTOR. Other Laws and Regulations apply which are not included herein, and are within the CONTRACTOR's duty and responsibility for compliance thereto: 6.14.3.1. Notice to owners of Underground Facilities is required prior to excavations in the vicinity of such facilities. 6.14.3.2. Unless otherwise decided by reason of the amount of the Contract Price involved, or other good reason, before or at the time that the contract is awarded to a corporation outside the State of Colorado, such corporation must carry out the proper procedure to become authorized to do business in the State of Colorado, designate a place of business therein, and appoint an agent for service of process. Such corporation must furnish the OWNER with a certificate from the Secretary of State of Colorado has been issued by its office and there shall also be procured from the Colorado Secretary of State of photostatic or certified copy of the designated of place of business and appointment of agent for service of process, or a letter from the Colorado Secretary of State that such designation of place of business and agent for service of process have been made. 6.14.3.3. The CONTRACTOR must conform to the rules and regulations of the Industrial Commission of Colorado. Particular reference is made to rules and regulations governing excavation Work adopted by the Industrial Commission of Colorado. SC-11 CHANGE OF CONTRACT PRICE SC-11.6.2.7. Add the following new paragraph to paragraph 11.6.2 of the General Conditions: 11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed by Article 4 of the Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead, profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2, and 11.6.2.3. SC-12 CHANGE OF CONTRACT TIMES SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions: 12.3. .... Lost days due to abnormal weather conditions will be allocated as required. SC-14 PAYMENTS TO CONTRACTOR AND COMPLETION SC-14.1. Add the following language to the end of paragraph 14.1 of the General Conditions: 14.1. Schedule of Values..... Progress payments on the fixed fee shall be in proportion to the cumulative actual Cost of the Work as a percentage of the Allowable Cost of the Work. An amount not to exceed fifteen (15%) percent of the fixed fee shall be advanced to the Contractor for mobilization in the first progress payment. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER FORM CHANGE ORDER NO. CONTRACTOR: Connell Resources Inc. WORK ORDER TITLE & NO.: WO #4 - Lincoln Avenue Corridor - North Side of Lincoln ORIGINAL BID/RFP # & TITLE: 8214 CM/GC for the Lincoln Corridor Proiect DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COSTS $ TOTAL APPROVED CHANGE ORDER(S) $ TOTAL PENDING CHANGE ORDER(S) $ TOTAL THIS CHANGE ORDER $ TOTAL % OF ORIGINAL CONTRACT, THIS CO: % TOTAL % OF ORIGINAL CONTRACT, ALL CO'S: % ADJUSTED CONTRACT COST $ (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title. - APPROVED BY: DATE: Title: APPROVED BY: DATE: (Purchasing Agent if > $60,000) cc: City Clerk Architect/Engineer Finance Purchasing Project Manager Contractor SECTION 00960 PAYMENT APPLICATION Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: $0.00 Net Change by Change Order $0.00 Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: Less Retainage: AMOUNT DUE THIS APPLICATION CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: $0.00 $0.00 1030 - 202.01 - Removal Of Trees And 40.00 EACH $200.00 $8,000.00 $200.00 $8,000.00 0.006/e Stumps 5 RMV-Remove Tree (Swingle Lawn And Tree 40.00 EACH $200.00 $8.000.00 Ca re) 1032 - 202.03 - Removal of Pipe 1,300.00 LF $14.56 $18,927.20 $15.09 $19,617.00-0.019/0 Man Hours: 6.48 LF/MH 2O0.50 -0; RMV-Remove Pipe 1,300A0 LF $11.83 $15,370.05 Man Hours: 6.48 LF/MH 2O0.50 �) Remove Pipe 1,300A0 LF $10.24 $13,312.53 Man Hours: 7.12 LF/MH 182,50 RMV-Removal Crew (260.00 LFjDY, 5.00 1,300.00 LF $10.24 $13,312.53 DY) Loader CAT 938 45.00 MR $75.75 $3,408.75 Pickup 47.50 MR $SD.00 $475.OD LA - Laborer 45.00 MR $23.37 $1,051.65 .� OP - Loader, Small 45.00 MR $ZB.50 $1,28Z.50 _?. Foreman - Grading 47.50 MR $37.86 $1,79818 Excavator KOM 200 / 210 / 228 45.00 MR $8100 $3,735.00 „j. OP - Excavator, Small 45.00 MR $34.70 $1,561.44 G7 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 J,S* RMV-Removal Haul (4.33 LOAD/DY, 1.00 4.33 LOAD $384.66 $1,665.18 DY) : Truck - Tractor vr/ Trailer [2) 9.00 MR $64.01 $1,152.18 DR, -Truck Driver [2] 9.00 MR $2&5D $513.00 CO-M-Concrete Class BZ 4000 PST 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 .0) RMV-Remove Concrete Ratwork (6' Thick) 12,672A0 SF $1,86 $23,581,08 Man Hours: 42.17 SF/MH 300.50 Oi RMV Concrete Flatvvork 6° 12,672.00 SF $1.47 $18,637.54 Plan Hours: 49.60 SF/MH 255.50 RMV-Removal Crew (1,810.29 SF/DY, 7.00 12,672.00 5F $1,47 $18,637.54 DY) 10 Loader CAT 938 63.00 MR $75.75 $4,772.25 t Pickup 66.50 MR $10.00 $665.00 LA - Laborer 63.00 MR $23.37 $1,472.31 ti OP - Loader, Small 63.00 MR $28.50 $1,795.50 Foreman - Grading 66.50 MR $37.86 $2,517.46 Excavator KOM 2D0 j 210 ( 228 63.00 MR $8100 $5,229.00 � OP - Excavator, Small 63.00 MR $34.70 $2,186.02 RMV-Rerrxival Haul -Concrete 19.51 LOAD $253.32 $4,943.55 Man Hours: 2.31 MH/LOAD 45.00 L" RMV-Removal Haul (3.90 LOAD/DY, 5.00 19.51 LOAD $Z13.32 $4,162.95 DY) r Truck 45.00 MR $64.01 $2,880.45 < DR -Truck Driver 45.00 MR $28.50 $1,282.50 . Dump Fee - Concrete Non Reinforced - 19.51 LOAD $40.00 $780,60 TConneil PR 1036 - 202-05 - Removal of Curb and Gutter 674.00 LF $8.40 $5,659.26 $8.76 $5,904.24 -0.04% Man Fours: 9.89 LF/MH 68.13 i11? RMV-Remove Concrete Curb & Gutter 674.00 LF $8.40 $5,659.26 Man Hours: 5.89 LFJMH 68.13 W Remove Concrete Curb And Gutter 674.00 LF $4.94 $3,328,13 Plan Hours: 14.77 LF/MH 45.63 RMV-Removal Crew (539.20 LF/DY, 1.25 674.00 LF $4.94 $3,328.13 DY) Loader CAT 93B 11.25 MR $75.75 $852.19 Pickup 11.88 MR $10.00 $118.75 LA -Laborer 11.25 MR $23.37 $262.91 7/1/2D1610:55:41 AM Lincoln Corridor 1st To Lemay 4 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 STORED MATERIALS SUMMARY On Hand Item Invoice Previous Number Number Description Application Received This Period Installed This Period PAGE 4 OF 4 On Hand This Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 PROJECT MANUAL FOR of Fco'rt\Collins LINCOLN AVENUE CORRIDOR - North Side of Lincoln CIVIL DESIGN ENGINEER INTERWEST CONSULTING GROUP LANDSCAPE ARCHITECT 4w- HA DESIGN' iNCORPORAT=i? GENERAL CONTRACTOR CONSTRUCTION MANAGER dmilesco Project & Construction Services FEBRUARY 15, 2017 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 BIDDING REQUIREMENTS CONTRACT FORMS 00525 Work Order..........................................................................................................................4 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....................................................................................................... 2 00960 Application for Payment...................................................................................................... 3 Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R1) ..................... 33 Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R2) ..................... 22 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 32 16 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 5500 Traffic Control.....................................................................................................01 55 00-03 01 57 13 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 Issue For Construction January 20, 2017 Ditesco Section No. Subject Page(s) 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 7839 Project Record Documents................................................................................01 78 39-04 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 Section 104 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 Division 400 Pavements...............................................................................................................283-338 Division500 Structures.................................................................................................................339-428 Division 600 Miscellaneous Construction.....................................................................................429-676 Division 700 Material Details........................................................................................................677-756 2011 CDOT SPECIAL PROVISIONS FOR ROAD AND BRIDGE CONSTRUCTION (incorporated by reference) 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 Issue For Construction January 20, 2017 Ditesco Section No. Subject Page(s) Chapter 25 Reconstruction and Repair Appendices A through C City of Fort Collins Utilities Water, Wastewater and Stormwater Standards and Specifications for Construction Reference http://www,fcclov.com/utilities/business/builders-and-developers/development-forms- guidelines-regulations Reference the following permits located on the project sharepoint site: 1. Nationwide Permit dated August 30, 2016 — NW)-2016-00782-DEN, Lincoln Bridge Rebuild Project. 2. Floodplain Use Permit dated August 12, 2016 3. Conditional Letter of Map Revision (CLOMR) for the Lincoln Avenue Bridge Project dated August 19, 2016 END TABLE OF CONTENTS Issue For Construction January 20, 2017 Ditesco CTL I THOMPSON r . f �m 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 6 SUBGRADE PREPARATION 6 MAINTENANCE 7 SURFACE DRAINAGE 8 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 1. 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. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Peroent (Item 1035 - 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 1210 / 228 11.2.5 HR $83.00 $933.75 OP - Excavator, Small 11.25 HR $34.70 $390.36 _ RMV-Removal Haul - Concrete 6.24 LOAD $373.50 $2,331.12 Man Hours: 3.61 MH/LOAD 22.50 ktV, RMV-Removal Haul (4.99 LOAD/DY, 1.25 6.24 LOAD $333.50 $2,081.48 DY) Truck - Tractor W/Trailer [21 11.25 HR $64.01 $1,440.23 =:gin DR - Truck Driver [2) 11.25 HR $28.50 $641.25 Dump Free - Concrete Non Reinforced - 6,24 LOAD $40.00 $249.65 TConnell Pit O 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 CO 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 0 Remove Asphalt 19,066.14 SY $3.49 $66,562.63 Man Hours: 20.89 SY/MH 912.50 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 lep t� Pickup 237.50 HR $10.00 $2,375.00 LA - Laborer 225.00 HR $23.37 $5,258.25 •._�. OP - Loader, Small 225.00 HR $28.50 $6,412.50 '_n 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 kk.* RMV-Removal Haul (10.68 LOAD/DY, 266.93 LOAD $155.96 $41,629.50 25.00 DY) �V 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 iI D� 1040 - 20Z07 - Removal Of Temporary 2,700.00 SY $7.22 $19,495.06 $7.44 $20,088.00 -0.00% Asphalt Mat Man Hours: 16.51 SY/MH 163.50 Dj RMV-Remove Asphalt With Hoe (6" Thick) 2,700.00 SY $7.22 $19,495.06 Man Hours: 16.51 SY/MH 163.50 Di Remove Asphalt 2,700.00 SY $2.96 $7,987.52 Man Hours: 24.66 SY/MH 109.50 k-10. RMV-Removal Crew (900,00 SY/DY, 3.00 2,700.00 SY $2.96 $7,987.52 DY) Loader CAT 938 27.00 HR $75.75 $2,045.25 raj 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 Excavator KOM 200 / 210 / 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 D r RMV-Removal Haul - Asphalt 37.80 LOAD $172.16 $6,507.54 Man Hours: 1.43 MH/LOAD 54.00 RMV-Removal Haul (12.60 LOAD/DY, 3.00 37.80 LOAD $132.16 $4,995.54 DY) 'Ile 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 list To Lemay 5 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 2 CTL � 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-l. 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). INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 3 CTL I T PROJECT NO. FC07102-125 N 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. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 4 CTL I T PROJECT NO. FC07102-125 mnq= 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 + 6" ABC+ 12" MTS 81/2" PCC+ 12" MTS INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 5 CTL I T PROJECT NO. FC07102-125 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 INTERWEST 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 7 CTL I T PROJECT NO. FC07102-125 ■ 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 8 CTL I 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: Brendan P. Moran, El Staff Geotechnical Engineer BPM:SAS (2 Copies) INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 Spencer Geotechn 16576 2 8 20iVI& 0 APPROXIMATE SCALE: 1 "=250' 0 125' 250' LEGEND: TH-1 INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 Locations of Exploratory Borings FIGURE 1 LEGEND: IFTH-1 TH-2 TH-3 TH-4 TH-5 TH-6 TH-7 TH-8 ASPHALTIC CONCRETE, APPROXIMATE THICKNESS 6 INCHES 0 0 ® FILL; CLAY, SANDY, MOIST, STIFF TO VERY STIFF, DARK BROWN, ORGANICS PRESENT 5/12 5/12 7112 8112 - 12/12Iss..- 12/12 11/12 5/12 NC=111 216 u-w PI --' NC=B.3 OD=113 VC•180 U 111 - - 55�.030 LL=23 PI=6 LL-23s 3W=32 -- LL=30 PI=14 -3Mk24 - s_1 SS=m.Ot SAND, CLAYEY, SILTY WITH OCCASIONAL LAYERS OF GRAVEL AND CLAY, MOIST, VERY ' {f 9/12 3112 3/12 4/12 7/12 32/12 ' 0 24112 - 4/12 LOOSE TO MEDIUM DENSE, LIGHT BROWN TO DARK BROWN SC, CL ( ) 5 vc-1os LL-25 PK14 —12s D 12 m=tso -1. 5 (I - -20U•26 - sN i ssmol6 _ - - -2- oSAND, GRAVELLY WITH COBBLES, RELATIVELY CLEAN TO SLIGHTLY CLAYEY, SLIGHTLY -- �a. k. MOIST, LOOSE TO VERY DENSE, LIGHT BROWN (SP, SW -SC) � o O p o d 30/12 3/12 �0 40/12 a S0/10 00 40/12 35/12 DRIVE SAMPLE. THE SYMBOL 5/12 INDICATES 5 BLOWS OF A 140-POUND HAMMER 10 D 10 FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER 12 INCHES. L DRIVE SAMPLE. THE SYMBOL INDICATES BLOWS OF A 140-POUND HAMMER FALLING 30 r■ INCHES WERE REQUIRED TO DRIVE A 2.0-INCH O.D. SAMPLER INCHES. 15 15 20 20 a 0 NOTES: 25 25 1. THE BORINGS WERE DRILLED ON SEPTEMBER 18, 2015, USING 4-INCH 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 30 3. WC - INDICATES MOISTURE CONTENT (%). DO - INDICATES DRY DENSITY (PCF). -200- INDICATES PASSING NO.200 SIEVE (%). LL -INDICATES LIQUID LIMIT. PI - INDICATES PLASTICITY INDEX. UC - INDICATES UNCONFINED COMPRESSIVE STRENGTH (psf). SS - INDICATES SOLUBLE SULFATE CONTENT (%). 35 35 SW - INDICATES SWELL WHEN WETTED UNDER APPROXIMATE OVERBURDEN PRESSURE (%). 40 40 Summary Logs of INTERNESTCONSULTINGGRWP Exploratory Borings LINCOLN CORRIDOR IMPROVEMENTS MITP WECTNO.F 710b R1 FIGURE 2 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1042 - 202.09 - Removal Of Business Sign, Mailbox, Gates -excludes Removal Or Relocation OfLambSpun Sign continued) 1042 - 202.09 - Removal Of Business Sign, 6.00 EACH ;518.91 ;3,113.45 ;541.83 ;3,250.98 0.00% Mailbox, Gates -excludes Removal Or Relocation Of LambSpun Sign Man Hours: 6.65 MH/EACH 39.88 RMV-Remove Minor Structure (MH, Inlet, HW) 6.00 EACH $518,91 $3,113.45 Man Hours: 6.65 MH/EACH 39.88 Remove Minor Structure 6.00 EACH $443.75 $2,662.51 Man Hours: 6.08 MH/EACH 36.50 �gy RMV-Removal Crew (6.00 EACH/DY, 1.00 6.00 EACH $443.75 $2,662.51 DY) r *, Loader CAT 938 9.00 HR $75.75 $681.75 `"t� 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 l� Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 y OP - Excavator, Small 9.00 HR $34.70 $312.29 Gi RMV-Removal Haul 1.50 LOAD $300.63 $450.94 Man Hours: 2.25 MH/LOAD 3.38 Dump Fee - Landfill 1,50 LOAD $92.48 $138.72 k ®. RMV-Removal Haul (8.00 LOAD/DY, 0.19 1.50 LOAD $203.15 $312.22 DY) Truck - Tractor W/ Trailer [2] 1.69 HR $64.01 $216.03 DR - Truck Driver [2] 1.69 HR $28.50 $%.19 [t 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 c.OS Remove Minor Structure 3.00 EACH $1,331.25 $3,993.76 Man Hours: 18.25 MH/EACH 54,75 k-yir RMV-Removal Crew (2.00 EACH/DY, 1.50 3.00 EACH $1,331.25 $3,993.76 DY) r 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 +_e Foreman -Grading 1425 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 US 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 s` 4r 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 A 1046 - 202.11 - Remove/Modify Minor 3.00 EACH $4,425.57 $13,276.72 $4,551.48 $13,654.44 0.000/0 Structure Man Hours: 37.06 MH/EACH 111.19 %_E0 Remove Minor Structure 3,00 EACH $2,662.51 $7,987.52 Man Hours: 36.50 MH/EACH 109.50 4k* RMV-Removal Crew (1.00 EACH/DY, 3,00 3,00 EACH $2,662,51 $7,987.52 DY) Loader CAT 938 27.00 HR $75.75 $2,045.25 Pickup 28.50 HR $10.00 $285.00 LA - Laborer 27.00 HR $23.37 $630.99 OP -Loader, Small 27.G0 HR $28.50 $769.50 Foreman - Grading 28.50 HR $37.86 $1,078.91 Excavator KOM 200 / 210 / 228 27.00 HR $83.00 $2,241.00 _j> OP - Excavator, Small 27.00 HR $34.70 $936.87 7/1/2016 10:55:41 AM Lincoln Corridor Ist To Lemay 6 • •c I►IO&V T RESULTS OF LABORATORY TESTING 3 2 1 z 0 O Fn z Q d -1 x W 8 0 Z -2 O W W -3 a O U -4 0.1 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) From TH - 1 AT 2 FEET 3 2 1 z O 0 zi z Q EL X -1 W 0 z O -2 Fn U) W W d -3 E O U -a 0.1 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 4 AT 4 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 Li EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 1.0 10 DRY UNIT WEIGHT= MOISTURE CONTENT= 1.0 100 99 PCF 22.5 % EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 125 PCF MOISTURE CONTENT= 12.9 % Swell Consolidation FIGURE A-1 7 6 5 4 3 2 1 0 -1 -2 -3 Z O -4 Z a a X -5 W 0 Z O -6 Fn W a -7 O U 0.1 TO APPLIED PRESSURE - KSF Sample of FILL, CLAY, SANDY (CL) From TH - 6 AT 4 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO, FC07102-125 R1 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 7 6 5 4 3 2 1 0 _1 -2 -3 z O -4 7) z a a x -5 LU 0 z _O -6 U5 U) W Q' a -7 O U 0.1 to 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 EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 111 PCF MOISTURE CONTENT= 18.0 % Swell Consolidation Test Results FIGURE A-3 ' CE 10 MEE WEIS WEE Sample of SAND, CLAYEY From S - 1 AT FEET GRAVEL Q % SAND 62 % SILT & CLAY 38 % LIQUID LIMIT 31 % PLASTICITY INDEX 16 % WA ME ME Sample of SAND, CLAYEY, GRAVELLY From TH - 2 AT 4 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 GRAVEL 31 % SAND 43 % SILT & CLAY 26 % LIQUID LIMIT 28 % PLASTICITY INDEX 14 % Gradation Test Results FIGURE A-4 HYDROMETER Zw El ME wimcgimiliEEElizz: ME Sample of SAND, CLAYEY (; From TH - 3 AT 2 FEET GRAVEL 0 % SAND 61 % SILT & CLAY 39 % LIQUID LIMIT 23 % PLASTICITY INDEX 6 % �MEE!__����CC�C� �MIC�ii_C�� ME Ow WE on Is III , Sample of SAND, CLAYEY (SC) From TH - 5 AT 2 FEET INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 GRAVEL 9 % SAND 59 % SILT & CLAY 32 % LIQUID LIMIT 50 % PLASTICITY INDEX 20 % Gradation Test Results FIGURE A-5 Ell �C�C IBM ��CCC�C�CC��►���C�wom CU , 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 % SAND 46 % SILT & CLAY 24 % LIQUID LIMIT 30 % PLASTICITY INDEX 14 % Gradation Test Results FIGURE A-6 n r Z -� Z -i rC-)m �0;o r vzm one ')O� C-)xO i p Z OTC z g;oc) �00 O<x Nm0 cn Z �� U) C X m D 0 N O w O A O cyl O O O v O 00 O EXUDATION PRESSURE (PSI) fV W A CT O v co co O O ClO O O O O O TABLE A-1 SUMMARY OF LABORATORY TESTING BORING DEPTH FEET MOISTURE CONTENT % DRY DENSITY PCF) ATTERBERG LIMITS SWELL TEST RESULTS' PASSING NO.200 SIEVE (% WATER SOLUBLE SULFATES % R- VALUE DESCRIPTION LIQUID LIMIT PLASTICITY INDEX SWELL` 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- 1 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 1 30 14 11 SAND, CLAYEY, GRAVELLY SC TH-8 2 18.0 111 I 1 0.1 150 1 <0.01 ISAND. CLAYEY (SC) NEGATIVE VALUE INDICATES COMPRESSION. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTLIT PROJECT NO. FC07102-125 R1 Page 1 of 1 u APPENDIX B PAVEMENT DESIGN CALCULATIONS Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Pnce Total Price Percent (Item 1046 - 202.11 - Remove/Modify Minor Structure con Hnued) :.K1!I RMV-Rerrroval Haul 0.75 LOAD $300.63 $225.47 Man Hours: 2.25 MHJLOAD 1A9 Dump Fee - Landfill 0.75 LOAD $92.48 $69,36 ��► RMV-Rermval 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% 5 } Remove Reset And Replace Fence For Odells 200.00 LF $22.00 $4,400.00 Frontage Metal Fence (Black Eagle Fence) I? Remove And Replace Chain Link Fence For 400.00 LF $15.00 $6,000,00 Storm Outfall Back Of Hydro Property (Black Eagle Fence) 1050 - 200.01- Erosion Control (SW MP, 26.00 DY $367.28 $9,549.28 $386.28 $10,043.28 -0.00% Inspections, ECS) Man Hours: 8.00 MH/DY 200.00 EC -Erosion Control Supervisor 26.00 DY $367.28 $9,549.28 Man Hours: 8.00 MHJDY 208.00 kT-gn EC -Erosion Control Supervisor (1.00 DY/DY, 26.00 DY $367.23 $9,549.28 26.00 DY) { Pickup 208.00 HR $10.00 $2,080.00 PM - Field Engineer 208.00 HR $35.91 $7,469.28 J1A 1052-208.02- Erosion Control (Gravel 500.00 LF $8.79 $4,395,65 $9.12 $4,560.00 0.020/a Bag) Man Hours: 6.85 LF/MH 73.00 ,Cii EC -Gravel Bag 500.00 LF $8.79 $4,395,65 Man Hours: 6.85 LFJMH 73.00 vk-y UM -Short Crew W/ 436 Hoe (250.00 LF/DY, 500.00 LF $6.66 $3,328,15 2.00 DY) Backhoe Loader CAT 430 18.00 HR $61.25 $1,102.50 LA - Laborer 121 18.00 HR $23.37 $841.32 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464,27 in 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 o.o8%a Man Flours: 23.97 LF/MH 146.00 OJ EC -Straw Wattle (9In) 3,500A0 LF $4.04 $14,151,22 Man Hours: 23.97 LFJMH 146.00 EC -Erosion Log Wood Stakes 1.5" X 1.5' X 2,800.00 EACH $0.34 $956.48 12" K-Erosion Log (Wattle) 9" Diameter 3,500.00 LF $1.87 $6,539.44 fit► UM -Short Crew WJ 436 Hoe (875.00 LF/DY, 3,500.00 LF $1.90 $6,656M 4.00 DY) Backhoe Loader CAT 430 35.00 HR $61.25 $2,205.00 :rs LA - Laborer [2] 36.00 HR $23.37 $1,682.64 Cs{ 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 Dt� 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 .�i EC -Silt Fence 2,600.00 LF $1.53 $3,977.00 Man Hours: 35.62 LF/MH 73.00 EC-51t Fenn COOT 2,860.00 LF $0.22 $641.14 kt EC -Sift Fence (1,300A0 LFIDY, 2,00 DY) 2,600.00 LF $1.28 $3,330,86 Trencher Ditch Witch OSR 18.00 HR $62.00 $1,116.00 `.n LA - Laborer [2j 18.00 HR $23.37 $841.32 OP - Loader Backhoe / Skid Steer 18.00 HR $25.79 $464.27 711/Z016 10:55:41 AM Lincoln Corridor 1st To Lemay 7 11/4/2015 PaveXpress: A Simplified Pavement Design Tool 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.pa ;sdesign.com/?username=bmoran@ctithompson.com&payload=%7B°/a22reportlD°/a22' 23121%22%2C%22action%22%3A%22getReportDetails%22%7D&authentication=5a5: ;b51... 1/2 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 job mix design is recommended and pe- riodic checks on the iob 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 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 2450F 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 200F. 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 0 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 1850F. 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 90°F. 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. FC07102-125 ■ 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 U 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. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-1 CTL I T PROJECT NO. FC07102-125 L 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. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-2 CTL I T PROJECT NO. FC07102-125 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1056 - 208.04 - Erasion Control (Silt Fence) continued) ,n Foreman - Grading 19.00 HR $37.86 $719.27 . Pickup 30 19.00 HR $10.00 $190.00 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 3T50 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 -�h OP - Roller 12.75 HR $25.92 $330.45 Foreman - Utility 12.75 HR $36.66 $467.42 Excavator KOM 200 / 210 / 228 12.00 HR $83.00 $996.00 OP - Excavator, Small 12.00 HR $32.87 $394.47 - D) RMV-Repave 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 MHJEACH 54.75 k #, RMV-Removal Crew (2.00 EACH/DY, 1.50 3.00 EACH $1,331.25 $3,993.76 DY) Loader CAT 938 13,50 HR $75.75 $1,022.63 Pickup 14.25 HR $10.00 $142.50 LA -Laborer 13.SD 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 CQ) 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 k� RMV-Removal Haul (0.75 LOAD/DY, 1.00 0.75 LOAD $2,220.24 $1,665.18 DY) Truck -Tractor W/Trailer [2] 9.00 HR $64.01 $1,1S2.18 DR - Truck Driver 12] 9.00 HR $26.50 $513.00 1060 - 208.06 -Erosion Control (Vehicle Tracking Pad) -.,Q) EC -Stabilized Construction Entrance GE-F-Geotextile Erosion Control Class 8 kkk"iiiii, EC -Tracking Pad (333.00 SYJDY, 0.67 DY) Loader CAT 966, 970, 972 OP - Loader, Large P AG-OS-VTC Rock (Albert Frei & Sons, Inc.) :< 1062 - 208.07 - Erosion Control (Street Sweeping) (Rush Management) EC -Street Sweeping EC -Street Sweeping (8.00 UNIT/DY, 25.00 DY) Broom Sweeper OP - Roller 2-00 EACH $1,510.39 222.00 SY $13.61 222.00 SY $0.69 222.00 SY $3.51 6.00 HR $95.25 6.00 HR $34.56 73.26 TON $28.50 200.00 HR $1.50.00 200,00 HR $97,43 200.00 UNIT $97.43 200.00 HR $72.25 200.00 HR $25.18 $3,020.79 $1,527.53 $3,055.06 0.000/0 Man Hours: 3.00 MHJEACH 6.00 $3,020.79 Man Hours: 37.00 SY/MH 6.00 $154.04 $778.84 $571.50 $207.34 $2,087.91 $30,000.00 $150.00 $19,485,50 $30,000.00 0.00% Man Hours: 1.00 MH/HR 200.00 $19,485.50 $14,450.00 $5,035.50 1064 - 208.08 - Erosion Control (Gravel 29.00 EACH $305.58 $8,861.91 $314.05 $9,107.45 0.000/0 Inlet Protection) Man Hours: 3.78 MHJEACH 109.50 %fD!) 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 01 11 00 SUMMARY OF WORK SECTION 01 11 00 - SUMMARY OF WORK PART1 GENERAL 1.1 SECTION INCLUDES 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 I. 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 DIVISION 01 —GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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: 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. 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 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIODR DIVISION 01 — GENERAL REQUIREMENTS 01 14 00 SITE ACCESS AND USE OF PREMISES SECTION 01 14 00 — SITE ACCESS AND USE OF PREMISES PART 1 GENERAL 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 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. 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIODR DIVISION 01 — GENERAL REQUIREMENTS 01 14 00 SITE ACCESS AND USE OF PREMISES 3.1 USE OF ROADS AND TRAFFIC CONTROL 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT 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 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 ht;V UM -Short Crew W1436 Hoe (9.67 EACH/DY, 29.00 EACH $172.15 $4,992.23 3.00 DY) r * Backhoe Loader CAT 430 27.00 HR $61.25 $1,653.75 LA - Laborer [2] 27.00 HR $23.37 $1,261.98 p OP - Loader Backhoe / Skid Steer 27.00 HR $25.79 $696,40 Foreman - Utility 28.50 HR $38.42 $1,095.10 14 Pickup 28.50 HR $10.00 $285.00 1066 - 208.09 - Erosion Control SZ00 WK $554.69 $28,843.98 $581.97 $30,262.44 0.000/0 (Maintenance Allowance) Man Flours: 12.17 MH/WK 63Z67 D) EC -Maintain Erosion Control 52.00 WK $554.69 $28,843.98 Man Hours: 12.17 MH/WK 632.67 UM -Short Crew W/ 436 Hoe (3.00 WK/DY, 52,00 WK $554.69 $28,843.98 17.33 DY) Backhoe Loader CAT 430 156.00 HR $61.25 $9,555.00 � w LA - Laborer (2] 156.00 HR $23.37 $7,291.44 -t OP - Loader Backhoe / Skid Steer 156.00 HR $25.79 $4,023.63 A Foreman - Utility 164.67 HR $38.42 $6,327.24 { Pickup 164.67 HR $10.00 $1,646.67 `-s8 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 Flours: 9.28 CY/MH 599.50 iD) 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 GC -Construction Water 222.52 MGAL $5,02 $1,117.05 Construction Water Fort Collins 222.52 MGAL $5.02 $1,117.05 D) Scraper ExW/613 5,563,00 CY $8.66 $48,174.16 Man Hours: 9.28 CY/MH 599.50 kk-* EX -Scraper Exc W/613 Ld, Dmp,Cmpt 5,563.00 CY $8.66 $48,174.16 (505.73 CY/DY, 11.00 DY) 1* WaterTnuk 3500 Gal 99.00 HR $53.00 $5,247.00 . 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 �..`h OP - Scraper, <15 Yards 99.00 HR $32.63 $3,230.62 14 Compactor IR 84' Sheeps Foot 99,00 HR $69.00 $6,831.00 Q^ OF - Roller 99.00 HR $26.58 $2,631.05 14 Motor Grader CAT 140 G 99.00 HR $80.75 $7,994.25 f OP - Motor Grader, Finish 99.00 HR $36.62 $3,625.63 �B 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 D} 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 ;D} Legal Haul 850.00 CY $27.75 $23,591.08 Man Hours: 7.87 CY/MH 108.00 EX -Haul Semi / Belly Dump (425.D0 CY/DY, 850.00 CY $11.75 $9,991.08 2.00 DY) . 4 Truck - Tractor W/ Trailer [6] 18.00 HR $64.01 $6,913.08 b DR - Truck Driver [61 18.0D HR $28.50 $3,078.00 If AG{RI{am-Aggregate Base Class 516 1,700.00 TON $8.00 $13,600.00 (Connell Resources, Inc) D,i Muck Exc 850.00 CY $7.62 $6,477.15 711/201610:55:41 AM Lincoln Corridor 1st To Lemay 9 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT 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: 1. 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 29 00 SCHEDULE OF VALUES SECTION 01 29 00 - SCHEDULE OF VALUES PART1 GENERAL 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 DIVISION 01 —GENERAL REQUIREMENTS 01 29 00 SCHEDULE OF VALUES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 00 PROJECT COORDINATION SECTION 01 31 00 — PROJECT COORDINATION PART1 GENERAL 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 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 81 1. 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR SECTION 01 31 19 — PROJECT MEETINGS PART1 GENERAL 1.1 SECTION INCLUDES 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 DIVISION 01 — GENERAL REQUIREMENTS 01 31 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 19 PROJECT MEETINGS 14. Other business relating to Work 1.5 SCHEDULE PUNCH LIST WALK THROUGH 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 01 32 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 0132 16-1 Ditesco Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1070 - 203.02 - Muck Exca va tton Includes Replacement IMth Class SBase Course continued) Man Hours: 11.81 CY/MH 72.00 kt"# EX -Muck Excavation (425.00 CY/DY, 2.00 850.00 CY $7.62 $6,477.15 DY) Excavator KOM 390 1400 / 490 18.00 HR $115.25 $2,074.50 \d Pickup 19.00 HR $10.00 $190.00 LA - Skilled Laborer 18,00 HR $24.01 $432.20 OP - Excavator, Large 18.00 HR 134.70 $624.58 r.j Compactor IR 84' Sheeps root 18.00 HR $69.00 $1,242.00 OP - Roller 18.00 HR $26.58 $478.37 . Loader JD 210 Skip 18.00 HR $51.25 $922.50 '9 OP - Loader, Small 18.00 HR $23.50 $513.00 =rLi 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 b) EX -Finish Grading 9,945.38 SY $2.72 $27,057.17 Man Hours: 21.86 SY/MH 455.00 _Ili Finish Grading 9,945.38 SY $2.68 $26,607.84 Man Hours: 21.86 SY/MH 455.00 J- EX -Finish Grading (110.50 SY/PH, 10.00 9,945.38 SY $2.68 $26,607.84 DY) r 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 OP - Loader, Small 90.00 HR $28.50 $2,565.00 ._� LA - Skilled Laborer 90.D0 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 ,_e, OP - Excavator, Small 90.00 HR $34.70 $3,122.89 2) GC -Construction Water 89.51 MGAL $5.02 $449.33 14 Construction Water Fort Collins 89.51 MGAL $5.02 $449.33 D 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 CD) EX -Replace Stripped Topsoil In Islands 615.00 CY $34.89 $21,455.05 Man Hours: 3.38 CY/MH 182.00 EX -Replace Strippings In Islands (153.75 615.00 CY $19.89 $12,230.05 CY/DY, 4.00 DY) Loader CAT938 36.00 HR $75.75 $2,727.00 - OP - Loader, Small 36.00 HR $28.50 $1,026.00 14 Loader JD 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 -p DR - Truck Driver 36.00 HR $28,50 $1,026.00 Pickup 38,00 HR $10.00 $380.00 LA - Laborer 36.00 HR $23.37 $841.32 Foreman - Base 38.00 HR $37.80 $1,436.33 j AG -OS -Topsoil Strippings (Connell 615.00 CY $15.00 $9,225.00 Resources, Inc) D 1076 - 203.04 -Excavate For Topsoil In 16,270.00 SF $0.72 $11,647.23 $0.75 $12,20150 0.080/0 Medians Man Hours: 89.40 SF/MH 18100 Cl) EX -Finish Grading 1,805.97 SY $6.45 $11,647.23 Man Hours: 9.92 SY/MH 182.00 CC Finish Grading 1,805.97 SY $6.40 $11,565.64 Man Hours: 9.92 SY/MH 182.00 vk-* EX -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 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—Ouality 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 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 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. 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: 1. 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 5. The names of a. Contractor b. Supplier C. Manufacturer 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 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. 8. 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 01 33 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 /*Fort Collins Purcha_ si g CONSTRUCTION WORK ORDER FOR 8214 CM/GC FOR LINCOLN CORRIDOR PROJECT WORK ORDER NO. 4 TITLED: LINCOLN AVENUE CORRIDOR — NORTH SIDE OF LINCOLN DATE: February 15, 2017 CONTRACTOR: Connell Resources Inc. Description Quantity UM Unit Direct Cost Total Margin Direct Cost Unit Price Total Price Percent (Item 1076 - 203X4 - Exca va to For Topsoil In Medians con tin ued) ,4y 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 r4 Loader 3D 210 Skip 36.00 HR $51.25 $1,845.00 OP - Loader, Small 36.00 HR $28.50 $1,026.00 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 Excavator Compact John Deer 35 / 60 36.00 HR $50.00 $1,800.00 OP - Excavator, Small 36.00 HR $34.70 $1,249.16 G1 GC -Construction Water 16.25 MGAL $5.02 $81.59 Construction Water Fort Collins 16.25 MGAL $5.02 $81.59 1078 - 306.00 - Reconditioning (12 Inch) 24,201.00 SY $1.42 $34,295.63 $1.48 $35,817.48-0.050/0 Includes Under Medians, And Concrete Paving And Curbs Man Hours: 53.19 SY/MH 455.00 D AB-Subgrade Prep Mainline 24,201.00 SY 51.42 $34,295.63 Man Hours: 53.19 SY/MH 455.00 Di GC -Construction Water 217.81 MGAL $5.02 $1,093.40 if Construction Water Fort Collins 217.81 MGAL $5.02 $1,093.40 Subgmde Prep 24,201.00 SY 51.37 $33,202.23 Man Hours: 53.19 SY/MH 455.00 'ik,.* AB-Subgrade Prep Mainline (2,420.10 24,201.00 SY $1.37 $33,202.23 SY/DY, 10.00 DY) .1%* Pickup 95.00 HR $10.00 $950.00 -;. Foreman - Base 95.00 HR $37.80 $3,590.83 14 Motor Grader CAT 140 G 90.00 HR $80.75 $7,267.50 OP - Motor Grader, Finish 90.00 HR $36.62 53,296.03 r10 Water Truck 3500 Gal 90.00 HR $53.00 $4,770.00 L`, Dft - Water Truck 90.00 HR $28.50 52,565.00 --a9 LA - Skill Laborer 90.00 HR $24.01 $2,161.01 -4 Compactor IR 84' Sheeps Foot 90.00 HR $69.00 $6,210.00 tZ* OP - Roller 90,00 HR $26.58 $2,391.86 C� 1080 - 206.00 - Backfill (flow -fill) 200.00 CY $97.72 $19,543.32 $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 -Flour Fill Streets Storm Drain 200.00 CY $97.72 $19,543.32 Man Hours: 5.56 CY/MH 36.00 CO-M-Concrete FLO- FILL 200.00 CY $93.00 $18,600,00 kyr GC-Flowfill (100.00 CY/DY, 2.00 DY) 200.00 CY $4.72 $943.32 OSR-Concrete Vibrator 2.00 DY $51.00 $102.00 LA - Laborer [21 18,00 HR $2337 $841.32 i 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 82W - 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, Oi Rip Rap D50=9',Type L 15.00 CY $116A9 $1,747.29 Man Hours: 2.53 CY/MH 5,94 %D) Haul 24.00 TON $41.89 $1,005.34 190 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.) C3) Place Rip Rap 15.00 CY $22.08 $331.18 Man Hours: 3.70 CY/MH 4.05 k-yr Rip Rap (100.00 CY/DY, 0,15 DY) 15.00 CY $22.08 $331.18 �D Loader CAT 938 1.35 HR $75.75 $102.26 711/201610:55:41 AM Lincoln Corridor 1st To Lemay 11 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES 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 Indicate any changes which have been made other than those requested by Engineer 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. No extensions of time are allowed due to Engineer's delay in reviewing submittals unless all the following criteria are met: Engineer has failed to return submittal within 7 days of receipt of the submittal or receipt of said notice, whichever is later 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. 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. Engineer's review does not relieve Contractor of responsibility for errors, omissions or deviations nor responsibility for compliance with the Contract Documents. 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 DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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. Date 1.10 SUBMITTAL SCHEDULE 0 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL 1. Date issued 2. Project title and number 3. 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 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: 1. 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: 1. 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: 1. To provide access to Work to be tested Issue For Construction July 15, 2016 01 45 00-3 Ditesco TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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 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 PART 2 PART 3 Laboratory testing services shall be provided by Contractor for, but shall not be limited to, the following: Specification Type of Material, Equipment Section or System 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. PRODUCTS (NOT USED) 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 52 00-2 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 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1082 - 506,00 - Rlprap (type L) continued) LA - Laborer 1.35 MR $23.37 $31.55 OP - Excavator, Small 1.35 MR $34.70 $46.84 a OP -Loader, Small 1.35 MR $28.50 $38.48 1It Excavator KOM 200 / 210/228 1.35 MR $33.00 $112.05 Q) Rip Rap Bedding 5.00 CY $62.18 $310.57 Man Hours: 3.70 CY/MH 1.35 D) Rip Rap Bedding Haul 9.24 TON $21.67 $200.28 Trucking (1.00 DY, 0.11 Trucks, 1.16 9.24 TON $8.67 $80.15 TON/MR) AG-CR.I-Carr-Bedding Rock 1' Grading 9.24 TON $13.00 $120.13 57 (Connell Resources, Inc) D? Place Rip Rap Bedding 5.00 CY $22.08 $110.28 Man Hours: 3.70 CY/MH 1.35 fk-* Rip Rap (100.00 CY/DY, 0.05 DY) 5.00 CY $22.08 $110.28 1* Loader CAT933 0.45 MR $75.75 $34.05 -. as LA - Laborer 0.45 MR $23.37 $10.51 OP -Excavator, Small 0.45 MR $34.70 $15.60 OP - Loader, Small 0.45 MR $28.50 $12.81 Excavator KOM 200 / 210 ( 228 0.45 MR $83.00 $37.31 _D) Rip Rap Fabric 30,00 SY $3.34 $100.20 Man Hours: 55.56 SY/MH 0.54 GE-F-Geotextile (Drainage) Class A 30.00 SY $1.87 $56.04 * Rip Rap (1,500.00 SYJDY, 0.02 DY) 30.00 SY $1.47 $44.16 Loader CAT938 0.18 MR $75.75 $13.64 y LA - Laborer 0.18 MR $23.37 $4.21 OP - Excavator, Small 0.18 HR $34.70 $6.25 Kg OP - Loader, Small 0.18 MR $28.50 $5.13 Excavator KOM 200 / 210 / 228 0.18 HR $83.00 $14.94 1084 - 603.00 - 8 Inch PVC (Complete in 66.00 LF $121.45 $8,015.75 $127.86 $8,438.76 0.000/0 Place) Man Hours: 1.30 MH/LF 86.00 C0 SD-12" HOPE N-12 Storm Seiner 66.00 LF $121.45 $8,015.75 Man Hours: 1.30 MH/LF 86.00 G? Excavate Storm Drain 66.00 LF $58.78 $3,879.18 Man Hours: 1.21 LFJMH 54.50 HDPE-P-12' N-12 (Dana Kepner) 66.00 LF $7.13 $470.58 SD-Shmrm Sewer Exc & Lay W/ Kom 200 66.00 LF $51.65 $3,408.60 (66.00 LF/DY, 1.00 DY) Pickup 9.50 MR $10.00 $95.00 y Foreman -Utility 9.50 MR $38.42 $365.03 Excavator KOM 200 / 210 J 228 9.00 MR $83.00 $747.00 OP - Excavator, Small 9.00 MR $34.70 $312.29 . Loader CAT 938 9.00 MR $75.75 $681.75 OP - Loader, Small 9.00 MR $28.50 $256.50 LA - Pipelayer [21 9.00 MR $25.65 $461.70 LA - Laborer 9.00 MR $23.37 $210.33 r Trench Shoring - Bedding Box 9.00 MR $11.00 $99.00 . Trench Shoring - Manhole Box 9.00 MR $10.00 $90.00 Trench Shoring -Trench Box 9.00 MR $10.00 $90.00 ',Et) SD -Storm Bedding Haul 50.65 TON $21.67 $1,097.80 31 Trucking (1.00 DY, 0.61 Trucks, 6.33 50.65 TON $8.67 $439.34 TON JHR) If AG{RI-Carr-Bedding Rock 1" Grading 57 50.65 TON $13.00 $658.46 (Connell Resources, Inc) C!i SD -Storm Sewer Badcf II <=36' 66.00 LF $46.04 $3,038.77 Man Hours: 2.10 LF/MH 31.50 0'r GC -Construction Water 7.92 MGAL $5.02 $39.76 10 Construction Water Fort Collins 7.92 MGAL $5.02 $39.76 _D) Storm Backfill <=36 66.00 LF $45.44 $2,999.01 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 12 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 55 00 TRAFFIC CONTROL SECTION 01 55 00 — TRAFFIC CONTROL PART1 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 01 55 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 57 13 EROSION AND SEDIMENT CONTROL 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 01 57 13-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 57 13 EROSION AND SEDIMENT CONTROL 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: 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. Remain in place until such time as all the surrounding disturbed areas are sufficiently stabilized as determined by the Owner and Engineer. 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 PART1 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 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. 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. 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. 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 01 73 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 Unit Total Margin Description Quantity UM Direct Cost Direct Cost UniIPrice Total Price Percent (Item 1084 - 603.00 - 8Inch PVC (Complete to Place) con tinued) Man Hours: 2.10 LF/MH 31.50 �yrSD-Storm Sewer Backfill With Wheel 66.00 LF $45.44 $2,999.01 (66.00 LF/DY, 1.00 DY) Excavator KOM 200 / 210 / 228 9.00 HR $83.00 $747.00 _g OP - Excavator, Small 9.00 HR $34.70 $312,29 r+r Water Truck 3500 Gal 9.00 HR $53.00 $477.00 y DR - Water Truck 9.00 HR $28,50 $256.50 r Truck - Tandem Dump 9.00 HR $53.40 $480.60 z,wp 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 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't SD-15' RCP Storm Sewer 172.00 LF $68.81 $11,834.67 Man Hours: 1.67 LF/MH 102.72 �E') Excavate Storm Drain 172.00 LF $39.84 $6,852,57 Man Hours: 2.64 LF[MH 65.10 SD -Storm Sewer Exc & Lay W/ Kom 200 172.00 LF $23.67 $4,071.39 (144.00 LF/DY, 1.19 DY) \.ti Pickup 11.35 HR $10.00 $113.47 Foreman - Utility 11.35 HR $38.42 $436.01 Excavator KOM 200 / 210 J 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 rl? LA - Pipelayer [2] 10.75 HR $25.65 $551.48 g LA - Laborer 10.75 HR $23.37 $251.23 r Trench Shoring - Bedding Box 10.75 HR $11.00 $118.25 * Trench Shoring - Manhole Box 10,75 HR $10.00 $107.50 1W* Trench Shoring - Trench Box 10.75 HR $10.00 $107.50 j 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 60 Trucking (1.00 DY, 0.72 Trucks, 7.48 59.81 TON $8.67 $518.79 TONJHR) If AG-CRI-Carr-Bedding Rock 1" Grading 57 59.81 TON $13.00 $777.54 (Connell Resources, Inc) -,D) SD -Storm Sewer Backfill <=36" 172.00 LF $21.43 $3,685.77 Man Hours: 4.57 LF/MH 37.63 D) GC -Construction Water 20.64 MGAL $5.02 $103.61 jr Construction Water Fort Collins 20.64 MGAL $5.02 $103.61 D) Storm Backfill <=36 172.00 LF $20.83 $3,582.16 Man Hours: 4.57 LFJMH 37.63 k*SD-Storm Sewer Backfill With Wheel 172.00 LF $20.83 $3,582.16 (144.00 LF/DY, 1.19 DY) Excavator KOM 200 1210 ( 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 Truck - Tandem Dump 10.75 HR $53.40 $574.05 h 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 Q 1088 - 603.02 - 18 Inch Reinforced 574.00 LF $71.66 $41,132.68 $74.85 $42,963.90 -0.00% Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 342.81 ADD SD-18" RCP Storm Sewer 574.00 LF $71.66 $41,132.68 Man Hours: 1.67 LF/MH 342.81 C9 Excavate Storm Drain 574.00 LF $42,69 $24,506.36 7/112016 10:55:41 AM Lincoln Corridor lstTo Lemay 13 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 01 73 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 LCLIASS. 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 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 74 00 CLEANING 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: 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 01 75 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. 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 1/2 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 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES SECTION 01 77 00 — CLOSE OUT PROCEDURES PART1 GENERAL 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. 1. 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: 1. 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: 1. 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: 1. 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 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1088 - 603.02 - 18Inch Reinforced Concrete P/pe (Complete In Place) continued) Man Hours: 2.64 LF/MH 217.24 If RCP - 18" Class III W/ Rubber Gasket Joint 574.00 LF $19.02 $10,919.29 (Precast Concepts) k*-W SD -Storm Sewer Exc & Lay W/ Kom 200 574.00 LF $23.67 $13,587.07 (144.00 LF/DY, 3.99 DY) r� Pickup 37.87 HR $10.00 $378.68 c_+. Foreman - Utility 37.87 HR $38.42 $1,455.06 A Excavator KOM 200 / 210 / 228 35.88 HR $83.00 $2,977.63 ..�.9 OP - Excavator, Small 35.88 HR $34.70 $1,244.82 Loader CAT 938 35.88 HR $75.75 $2,717.53 OP - Loader, Small 35.88 HR $28.50 $1,022.44 LA - Pipelayer [2] 35.88 HR $25.65 $1,840.39 LA - Laborer 35.88 HR $23.37 $838.40 ,y Trench Shoring - Bedding Box 35.88 HR $11.00 $394.63 4 Trench Shoring - Manhole Box 35.88 HR $10.00 $358.75 14. Trench Shoring - Trench Box 35.88 HR $10.00 $358.75 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 '& GC -Construction Water 68.88 MGAL $5,02 $345.78 10 Construction Water Fort Collins 68.88 MGAL $5.02 $345.78 D) Storm Backfill <=36 574.00 LF $20.83 $11,954.40 Man Hours: 4.57 LF/MH 125.56 kkt* 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 .v OP - Excavator, Small 35.88 HR $34.70 $1,244.82 r Water Truck 3500 Gal 35.88 HR $53.00 $1,901.38 DR - Water Truck 35.88 HR $28.50 $1,022.44 14 Truck -Tandem Dump 35.88 HR $53.40 $1,915.73 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 i DA 1090 - 603.03 - 24 Inch Reinforced 525.00 LF $87.86 $46,124.09 $91.31 $47,937.75 0.00% Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 313.54 Q) SD-24" RCP Storm Sewer 525.00 LF $87.86 $46,124.09 Man Hours: 1.67 LF/MH 313.54 G} Excavate Storm Drain 525.00 LF $53.19 $30,551.50 Man Hours: 2.64 LF/MH 198.70 RCP - 24" Class III W/ Rubber Gasket Joint 525.00 LF $33.29 $17,477.52 (Precast Concepts) `kir SD -Storm Sewer Exc & Lay W1 Kom 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 1228 32.81 HR $83.00 $2,723.44 w 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 ' LA - Pipelayer [2] 32.81 HR $25,65 $1,633.28 4� LA - Laborer 32.81 HR $23.37 $766.83 Trench Shoring - Bedding Box 32.81 HR $11.00 $360.94 Trench Shoring - Manhole Box 32.81 HR $10.00 $328.13 r Trench Shoring -Trench Box 32.81 HR $10.00 $328.13 RCP - 24" FES (Precast Concepts) 1.00 EACH $646.79 $646.79 7/1/2016 10:55:41 AM Lincoln Condor 1st To Lemay 14 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 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. 2 QUALITY ASSURANCE A. Reference Codes and Specifications 1. No current government or commercial specifications or documents apply. 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 01 78 00 OPERATION AND MAINTENANCE MANUALS F. Submit all material for the final O&M Manuals prior to requesting certification of Substantial Completion. PART2 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 1. 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. 2. 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. B. 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 2.1-13.6. 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 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS 1) 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 1. 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. E. 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS 3.4 FIELD CHANGES 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. 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 DIVISION 01 —GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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. PART2 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: 1. 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: 1. 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 1. 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 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. Make required revisions. C. Transfer of data to Drawings: 1. 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. 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 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Un it Price Total Price Percent (Item 1090 - 4503.03 - 241nch Reinforced Concrete Pipe (Complete In Place) continued) Di 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-M-Cam-Bedding Rock 1' Grading 57 199.43 TON $13.00 $2,592.59 (Connell Resources, Inc) 19 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 ` Construction Water Fort Collins 63.00 MGAL $5.02 $316.26 .' Storm Backfill K=36 525.00 LF $20,83 $10,933.90 Man Hours: 4.57 LF/MH 114.84 r SO -Stone Sewer Backfill With Wheel 525.00 LF $20.83 $10,933.90 (144.00 LF/DY, 3.65 DY) s Excavator KOM 200 / 210 J 228 32.81 MR $83.00 $2,723.44 =�,A OP - Excavator, Srnall 32.81 MR $34.70 $1,138.55 Water Truck 3500 Gal 32.81 MR $53.00 $1,739.06 DR - Water Truck 32.81 MR $28.50 $935.16 Truck - Tandem Dump 32.81 MR $53.40 $1,752.19 DR - Truck Driver 32.81 MR $28.50 $935.16 -4 Loader CAT 938 [0.5] 32BI MR $75.75 $1,242.77 OP - Loader, Small [0.5] 32.81 MR $28.50 $467.58 1 C% 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/MFI 318.92 riiY SD-30' RCP Storm Sewer 534.00 LF $100.76 $53,607.80 Man Hours: 1.67 LF/MH 318.92 Excavate Storm Drain 534.00 LF $69.33 $37,020.30 Man Hours: 2.64 LF/MH 2O2.10 RCP - 30' Class RI WI Rubber Gasket 3nint 534-00 LF $45.66 $24,380.07 (Precast Concepts) �r SD -Storm Sewer Exc & Lay W/ Kom 200 534.00 LF $23.67 $12,640.23 (144.00 LF/DY, 3.71 DY) . Pickup 35.23 MR $10.00 $352.29 ( Foreman - Utility 35.23 MR $38.42 $1,353,66 Excavator KOM 200 / 210 / 228 33.38 MR $83.00 $2,770.13 -,_ OP - Excavator, Small 33.38 MR $34,70 $1,158.07 Loader CAT 93B 33.38 MR $75.75 $2,528.16 OP - Loader, Small 33.38 MR $28.50 $951.19 ,� LA - Pipelayer [2] 33.38 MR $25.65 $1,712.14 LA - Laborer 33.38 MR $23.37 $779.97 Trench Shoring -Bedding Box 3338 MR $11.00 $367.13 Trench Shoring - Manhole Box 33.38 MR $10.00 $333.75 Trench Shoring - Trench Box 33.38 MR $10,00 $333.75 SD -Storm Bedding Haul 246.59 TON $21.67 $5,344.48 ro Trucking (1.00 DY, 2.97 Trucks, 30.82 246.59 TON $8.67 $2,138.86 TONJMR) If AG-CRI-Cam-Bedding Rock 1' Grading 57 246.59 TON $13.00 $3,205.61 (Connell Resources, Inc) SO -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 0 Construction Water Fort Collins 64.C8 MGAL $5.02 $321.68 �,[l) Storm Backfill <=36 534.00 LF $20.03 $11,121.34 Man Hours: 4.57 LF/MH 116,81 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 MR $83.00 $2,770.13 �._ OP - Excavator, Small 33.38 MR $34.70 $1,158.07 Water Truck 3500 Gal 33.35 MR $53.00 $1,768.80 OR -Water Truck 33.36 MR $28.50 $951.19 7/1/2D1610:55:41 AM Lincoln Corridor 1st To Lemay 15 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 PART1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance B. Submittals C. Lesson Plans D. General E. Schedule F. Classroom training G. Field training 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. 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. PART2 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 79 00 TRAINING 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 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 79 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 1092 - 603.04 - 3O Inch Reinforced Concrete Pipe (Complete In Place) continued) Truck - Tandem Dump 33.38 MR $53.40 $1,782.23 DR -Truk Driver 33.38 MR $28.SD $951.19 Loader CAT 93810.51 3338 MR $75.75 $1,264.08 OP - Loader, Small 10.51 33.38 MR $28.50 $475.59 1094- 603.05 - 36 Inch Reinforced 368,00 LF $123.24 $45,351.17 $127.25 $46,828.00-0.009/4 Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 219.78 SD36' RCP Stamm Sewer 368.00 LF $123.24 $45,351.17 Man Hours: 1.67 LF/MH 219.78 �? Excavate Storm Drain 368.00 LF $88.35 $32,512.64 Man Hours: 2.64 LFAIH 139.28 RCP - 36' Class III W/ Rubber Gasket Joint 368.00 LF $64.68 $23,801.77 (Precast Concepts) SD -Storm Sewer Exc & Lay Yl/ Kom 200 368.00 LF $23.67 $8,710.87 (144.00 LF/DY, 2.56 DY) 10 Pickup 24.28 MR $L0.00 $242.78 -,'s Foreman - Utility 24.23 MR $38.42 $932.86 Excavator KOM 200 / 210 / 228 23.00 MR $83.00 $11909.00 •�.:;. OP- Excavator, Small 23.00 MR $34.70 $798.07 '19 Loader CAT938 23.00 MR $75.75 $1,742.25 OP - Loader, Small 23.00 MR $28.50 $655,50 x LA - Pipetayer [2] 23.00 MR $25.65 $1,179,90 LA - Laborer 23.00 MR $23.37 $537.51 Trench Shoring - Bedding Box 23.00 MR $11.00 $253.00 p '4!� Trench Shoring - Manhole Box 23.00 MR $10.00 $230.00 4 Trench Shoring - Trench Box 23,00 MR $10.00 $230.00 G} SD -Storm Bedding Haul 22851 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-Carr-Bedding Rock I'Grading 57 228.51 TON $13.00 $2,970.62 (Connell Resources, Inc) SD -Storm Sewer Backfill <_36- 368.00 LF $21.43 $7,885.83 Man Hours: 4.57 LF/MH 80.50 ;Pj GC -Construction Water 44.16 MGAL $5.02 $221.63 Construction Water Fort Collins 44.16 MGAL 15,02 $221.68 . Storm Backfill <=36 368.00 LF $20.83 $7,664.15 Man Hours: 4.57 LF/MH 60.50 } SO -Storm Sewer Backfill With Wheel 368.00 IF $20,83 $7,664.15 (144.00 LF/DY, 2.56 DY) rs Excavator KOM 200 1210 / 228 23.00 MR $83.00 $1,909.00 OP - Excavator, Small 23.00 MR $34.70 $798,07 Water Truck 3500 Gal 23.00 MR $53.00 $1,219.00 DR - Water Truck 23.00 MR $28.50 $655.50 Truck - Tandem Dump 23.00 MR $53.40 $1,228.20 DR -Truck Driver 23.D0 MR $23.50 $655.50 Loader CAT 938(0.5] 23.00 MR $75.75 $871.13 OP - Loader, Small [0.5] 23.00 MR $28.50 $327.75 fl 1096 - 603.06 - 42Inch Reinforced 600.00 LF $144.63 $86,779.36 $149.07 $89,442.00 -0.00% Concrete Pipe (Complete In Place) Man Hours: 1.67 LF/MH 358.33 .Q1 SD-42" RCP Storm Sewer 600.00 LF $144.63 $86,779.36 Man Hours: 1.67 LF/MH 358.33 Di Excavate Storm Drain 600.00 IF $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 $50,221A2 (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 MR $10.00 $395.83 Foreman - Utility 39.58 MR $38.42 $1,520.97 7/1/2016 10:55:41 AM L'h=M Corrklo►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) con Unued) .��. Excavator KOM 390 1400 / 490 37.50 HR $115.25 $4,321.88 OP - Excavator, Large 37.50 HR $34.70 $1,301.20 U ,*. Loader CAT 938 37.50 HR $75.75 $2,840.63 "o OP - Loader, Small 37.50 HR $28.50 $1,068.75 ��. LA •Pipelayer [2] 37.50 HR $25.65 $1,923.75 _ Labor HR $23.37 $876.38 rYj Trench Shoring - Bedding Box 37.50 HR $11.00 $412.50 Trench Shoring - Manhole Box 37.50 HR $10.00 $375.00 Trench Shoring -Trench Box 37.50 HR $10.00 $375.00 QI SD-Smrn Bedding Haul 38244 TON $21,67 $8,289.03 y0 Trucking (1.00 DY, 4.61 Trucks, 47.81 382,44 TON $8,67 $3,317.27 TON/HR) Zfj AG-CRI-Car-Bedding Rock 1" Grading 57 382.44 TON $13.00 $4,971.75 (Connell Resources, Inc) ([1) SD -Storm Sewer Backfill >36' 600.00 LF $21.43 $12,857.33 Man Hours: 4.57 LF/MH 131.25 D) GC -Construction Water 72.00 MGAL $5.02 $361.44 Construction Water Fort Collins 72.00 MGAL $5.02 $361.44 P.) Storm Backfill >36 600.00 LF $20.83 $12,495.89 Man Hours: 4.57 LF/MH 131.25 spyr SD -Storm Sewer Backfill With Wheel 600.00 LF $20.83 $12,495.89 (144.00 LF/DY, 4.17 DY) ry Excavator KOM 200 / 210 / 228 37.50 HR $83.00 $3,112.50 OP - 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 $26,50 $1,068.75 Truck -Tandem Dump 37.50 HR $53.40 $2,002.50 y DR - Truck Driver 37.50 HR $28.50 $1,068.75 Loader CAT 938 [0.5] 37.50 HR $75.75 $1,420.31 r OP - Loader, Small [0.5] 37.50 HR $28.50 $534.38 [ 1098 - 603.07 - 48 Inch Reinforced 703.00 LF $174.69 $122,810.40 $179.85 $126,434.55 0.00"/0 Concrete Pipe (Complete In Place) Man Hours: 1.52 LF/MH 463.78 Qi SD48" RCP Storm Sewer 703.00 LF $174.69 $122,810.40 Man Hours: 1.52 LF/MH 463.78 !_b) Excavate Storm Drain 703,00 LF $135.43 $95,209.08 Man Hours: 2.27 LF/MH 310.00 If RCP - 48" Class III W / Rubber Gasket )oint 703.00 LF $104.63 $73,553.01 (Precast Concepts) k`dp SD -Storm 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 1400 / 490 43.94 HR $115.25 $5,063.80 OP - Excavator, Large 43.94 HR $34.70 $1,524.58 A Loader CAT938 43,94 HR $75.75 $3,328.27 -ems. OP - Loader, Small 43.94 HR $28.50 $1,252.22 ,.- h LA - Pipelayer [2] 43.94 HR $25.65 $2,253.99 .� LA - Laborer 43.94 HR $23.37 $1,026.82 rb Trench Shoring - Bedding Box 43.94 HR $11.00 $483.31 Trench Shoring - Manhole Box Trench Shoring -Trench Box 43.94 HR 43.94 HR $10.00 $10.00 $439.38 $439.38 Truck - Tandem Dump 43.94 HR $53.40 $2,346.26 ,. DR - Truck Driver 43,94 HR $28.50 $1,252.22 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) AG-M-Car-Bedding Rock 1" Grading 57 578,43 TON $13.00 $7,519.57 (Connell Resources, Inc) D) 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 Percent (Item 1098- 603.07- 48Inch Reinforced Concrete Pipe (Complete In Place) continued) Man Hours: 4.57 LF/MH 153.78 pj GC -Construction Water 84.36 MGAL $5.02 $423.49 If Construction Water Fort Collins 84.36 MGAL $5.02 $423.49 Storm Backfiil >36 703.00 LF $20.83 $14,641.02 Man Hours: 4.57 LF/MH 153.78 k,yV SD -Storm SewerBackflll With Wheel 703.00 LF $20.83 $14,641.02 (144.00 LF/DY, 4.88 DY) Excavator KOM 200 / 210 / 228 43.94 MR $83.00 $3,646.81 rt OP - Excavator, Small 43.94 MR $34.70 $1,524.58 Water Truck 3500 Gal 43.94 MR $53.00 $2,328.69 i DR - Water Truck 43.94 MR $28,50 $1,252.22 �, Truck -Tandem Dump 43,94 MR $53.40 $2,346.26 DR - Truck Driver 43.94 MR $28.50 $1,252,22 Ab Loader CAT 938 [0.5] 43.94 MR $75.75 $1,664.13 OP - Loader, Small [0.5] 43.94 MR $28.50 $626,11 IDA 1100 - 603.07 - Site Restoration Allowance For Storm Outfall Bid As Road Base 60 Ft Wide '&i SY Conversion 703.00 LF $34.96 $24,576.53 $35.99 $25,300.97 0.000/0 4,710.10 SY $5.22 Di AS -Aggregate Base Course Class 5 1,036.22 TON $23.72 .Ui Aggregate Base 1,036.22 TON $6.93 k-yr AB -Place Base (1,036.22 TON/DY, 1.00 1,036.22 TON $3.38 DY) . Pickup 9.50 MR $10.00 Foreman - Base 9.50 MR $37.80 Motor Grader CAT 140 G 9.00 MR $80.75 h OP - Motor Grader, Finish 9.00 MR $36.62 Water Truck 1500 Gal 9.00 MR $48.00 �vj, DR - Water Truck 9.00 MR $28.50 r, Compactor Hyster C530 Rubber Tire 9.00 MR $39.00 r_e, OP - Roller 9.00 MR $26.58 Loader JD 210 Skip 9.00 MR $51.25 OP - Loader, Small 9.00 MR $28.50 k-a}• AB -Finish Base (4,700.00 SY/DY, 1.00 4,700.00 SY $0.78 DY) r Pickup 9.50 MR $10.00 Foreman - Base 9.50 MR $37.80 Motor Grader CAT 140G 9A0 MR $80.75 OP - Motor Grader, Finish 9.00 MR $36,62 . Scraper CAT 613 / 615 [0.5] 9.00 MR $85.00 .;, OP -Scraper, c15 Yards [0.5] 9.00 MR $32.63 Compactor Hyster C530 Rubber Tire 9.00 MR $39.00 ,_p OP - Roller 9.00 MR $26.58 Loader JD 210 Skip [0.5] 9.00 MR $51.25 - OP - Loader, Small [0.5] 9.00 MR $28.50 Water Truck 1500 Gal 9.00 MR $48.00 DR - Water Truck 9.00 MR $28.50 .Oi Base Haul 1,036.22 TON $16.67 Trucking (1,00 DY, 12.48 Trucks, 129.53 1,036.22 TON $8.67 TON/HR) AG-CRI-Carr-Aggregate Base Class 5/6 1,036.22 TON $8.00 (Connell Resources, Inc) [!S GC -Construction Water 22,80 MGAL $5.02 Construction Water Fort Collins 22.80 MGAL $5.02 Man hours: $24,576.53 Man Hours: $24,576.53 Man Hours: $7,184.22 Man Hours: $3,506.87 $95.00 $359.08 $726,75 $329.60 $432.00 $256.50 $351.00 $239.19 $461.25 $256.50 $3,677.34 $95.00 $359.08 $726.75 $329.60 $382.50 $146.85 $351.00 $239.19 $230.63 $128.25 $432,00 $256.50 $17,277,88 $8,988.10 $8,289.78 $114.44 $114.44 7.73 LF/MH 91.00 51.76 SY/MH 91.00 11.39 TON/MH 91.00 11.39 TON/MH 91.00 04 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 Description Quantity UM Unit Direct Cost Total Direct Cost Margin Unit Price Total Price Percent (Item 1102 - 603.08 - 48Inch Reinforced Concrete l*adwa!/cont/nued) Man Hours: 54.60 MH/EACH 54.60 Di SD -Headwall 1.00 EACH $7,205.00 $7,205.00 Headvall On 48" RCP (Concrete Structures 1.00 EACH $7,205.00 $7,205.00 Inc) EX -Structure Backfill Beams / Footings Class 2 60.00 LF $40.40 $2,424.25 Man Hours: 1.83 LF/11H 32.70 (:D) GC -Construction Water 2.40 MGAL $5.02 $12.05 A Construction Water Fort Collins 2.40 MGAL $5.02 $12,05 1) Structure Backfill 60.00 LF $40.20 $2,412.20 Man Hours: 1.83 LF/MH 32.70 EX -Structure Backfill (100.00 LF/DY, 0.60 60.00 LF $40.20 $2,412.20 DY) 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 Water Truck 1500 Gal 5.40 HR $48.00 $259.20 r, DR - Water Truck 5.40 HR $28.50 $153.90 Compactor Walk Behind 33" OSR 5.40 HR $32.50 $175.50 LA - Laborer [21 5.40 HR $23.37 $252.40 14 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 Q) EX -Structure Excavation Beams And Footings 60.00 LF $26.63 $1,597.50 Man Hours: 2.74 LF/MH 21.90 4k"* EX -Structure Excavation (100.00 LF/DY, 0,60 60.00 LF $26.63 $1,597.50 DY) Pickup 5.70 HR $10.00 $57,00 Foreman - Grading 5.70 HR $37.86 $215.78 10 Loader CAT 930 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 y�0 Excavator KOM 2.00 ( 210 / 228 5.40 HR $83.00 $448.20 OP - Excavator, Small 5,40 HR $34.70 $187.37 IJ�L 1104- 603.08 - 60Inch Con tech 1.00 LS $235,718.90 $235,718.90 $241,749,43 $241,749.43 -0.00% Corrogated Metal Pipe (Complete In Place) (2034 LF Shown on Plans) Man Hours: 680.00 MH/LS 680.00 CMP-P-60" Underground Detention System 1.00 EACH $123,579.75 $123,579.75 (Contech Const) �. SD-60" CMPStorm Sewer 1,500.00 LF $74.76 $112,139.15 Man Hours: 2.21 LF/MH 680.00 11) Excavate Storm Drain 1,500.00 LF $29.57 $44,359.52 Man Hours: 2.36 LF/MH 635,00 kyr SD -Storm Sewer Exc & Lay W/ Kom 400 1,500.00 LF $29.57 $44,359.52 (150.00 LF/DY, 10.00 DY) .14Pickup 95,00 HR $10.00 $950.00 =:gig Foreman - Utility 95.00 HR $38.42 $3,650.33 Excavator KOM 390 / 400 / 490 90.00 HR $115.25 $10,372.50 ,_:p OP - Excavator, Large 90.00 HR $34.70 $3,122.89 Loader CAT 938 90.00 HR $75.75 $6,817.50 to OP - Loader, Small 90.00 HR $28.50 $2,565.00 LA - Pipelayer [21 90.00 HR $25.65 $4,617.00 LA - Laborer 90.00 HR $23.37 $2,103.30 ,4 Trench Shoring - Bedding Box 90,00 HR $11A0 $990.00 ?WO Trench Shoring - Manhole Box 90,00 HR $10.00 $900.00 Trench Shoring - Trench Box 90.00 HR $10.00 $900.00 Truck - Tandem Dump 90.00 HR $53.40 $4,806.00 DR - Truck Driver 90.00 HR $28.50 $2,565.00 L1i SD -Storm Bedding Haul 2,500.00 TON $21.67 $54,184.78 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 Contech Corrogated Meta! Plpe (Complete In Place) (2034 LFShown on Plans) con Nntred) Trucking (1.00 DY, 30.12Trucks, 312.50 2,500.00 TON $8.67 $21,684.78 TON/HR) AG-CRI-Carr-Bedding Rock 1' Grading 57 2,500A0 TON $13.00 $32,500.00 (Connell Resources, Inc) C } SD -Storm Sewer Backfill >36' 1,5O0A0 LF $9.06 $13,594.85 Man Hours: 33,33 LF/MH 45.00 D GC -Construction Water 180A0 MGAL $5.02 $903.60 Construction Water Fort Collins 180.00 MGAL $5,02 $903.60 Place Gravel Sodding 2,500.00 TON $5.08 $12,691.25 Man Hours: 55.56 TON/MH 45.00 k 9r SD -Storm Sewer Backfill (500.00 LF/DY, 2,500DO LF $1.88 $4,691.25 5.00 DY) Loader CAT 938 45.00 MR $75.75 $3,408.75 OP -Loader, Small 45.00 MR $28.50 $1,282.50 ' Slinger For Gravel Bedding 40.00 MR $200.00 $8,000.00 i 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 i CI-G-48' Flap Gate / Tideflex (Dana Kepner) 1.00 EACH $15,000.00 $15,000.00 E0 SD -Manhole 6 FT Storm 1.00 EACH $3,419.85 $3,419.85 Man Hours: 54.50 MH/EACH 54.50 1r SO -Set Precast Inlet / Manhole W/ Kom 4C0 1.00 EACH $3,419.85 $3,419.85 (1.00 EACH/DY, 1.00 DY) Loader CAT 938 9.00 MR $75.75 $681.75 Excavator KOM 390 / 400 / 490 9.00 MR $115.25 $1,037.25 Pickup 9.50 MR $10.00 $95.00 LA - Laborer 9.00 MR $23.37 $210.33 LA - Pipelayer [2] 9.00 MR $25.65 $461.70 OP - Excavator, Large 9.00 MR $34.70 $312.29 OP - Loader, Small 9.00 MR $28.50 $256.50 Foreman - Utility 9.50 MR $38.42 $365.03 1108 - 604.00 - Box Base Manhole For 2.00 EACH $24,557.25 $49,114.50 $25,164,51 $50,329.02 0.00% Detention Basin Man Hours: 72.67 MH/EACH 145.33 i; Detention Box Base 2.00 EACH $6,311.25 $12,622.50 Man Hours: 72.67 MH/EACH 145.33 / PC-MH-60' Section (AguilarsCorporation) 8.00 LF $82.50 $660.00 PC-ACC-Misc (Inv, Ramneck) 2.00 EACH 5213.50 $427.00 .} Bedding Haul 60.00 TON $21.67 $1,300.43 AG-CRI-Carr-Bedding Rock 1' Grading 57 60.00 TON $13.00 $780.00 (Connell Resources, Inc) Trucking (1.00 DY, 0.72 Trucks, 7.50 60.00 TON $8.67 $520.43 TON/MR) fl. CI-F-Ring And Cover 8' X 24' (Aguilars 2.00 EACH $258.50 $517.00 Corporation) j/ PC-ACC-24' Grade Ring 2.00 EACH $35.23 $70.46 �. PC-MH-60' Flat Lid, Traffic (Aguilars 2.00 EACH $264.00 $528.00 Corporation) ktV Excavate Detention Basin (3.00 EACHJDY, 2.00 EACH $1,139.95 $2,279.90 0.67 DY) Loader CAT 938 6.00 MR $75.75 $454.50 Excavator KOM 390 / 400 1490 6.00 MR $115125 $691.50 Pickup 6.33 MR $10.00 $63.33 LA - Laborer 6.00 MR $23.37 $140.22 t1�, LA - Pipelayer [2] 6.00 MR $25.65 $307.60 OP - Excavator, Large 6.00 MR $34.70 $208.19 OP -Loader, Small 6.00 MR $28.50 1171.00 ,{. Foreman - Utility 6.33 MR $38.42 $243.36 Backfill Detention Basin (1.00 EACH/DY, 2-00 2.00 EACH $3,419.85 $6,839.70 DY) LoaderCAT 938 18.00 MR $75.75 $1,363.50 I Excavator KOM 390 / 400 / 490 18.00 MR SIL5.25 $2,074.50 7/1/2D16 10:55:41 AM Lincoln Corridor 1st To Lemay 20 TABLE OF CONTENTS AGREEMENT FORMS 00525 Work Order & Notice of Award 00530 Work Order Notice to Proceed 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) 00651 Lien Waiver Release (SUBCONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00900 Addenda, Modifications and Payment 00950 Work Order Change Order Form 00960 Application for Payment SPECIFICATIONS Description Quantity UM Unit Direct Cast Total Margin Direct Cost Unit Price Total Price Percent (IMm 1108 - 604.00 - Box Base Manhole For Detention Basin continued) 4 Pickup 19.00 MR $10.00 $190.00 LA - Laborer 18.00 MR $23.37 $420.66 LA - Pipelayer (2] 18.00 MR $25.65 $923.40 s OP - Excavator, Large 18.00 MR $34.70 $624.58 OP - Loader, Small 18.00 MR $28.50 $513.00 L Foreman - Utility 19.00 MR $38.42 $730.07 Box Base Manhole (Concrete Structures Inc) 2.00 EACH $18,246.00 $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: d-; Type 13 Inlet (Concrete Structures Inc) 1.00 EACH $3,179.00 $3,179.00 1) SD-Backfill Drainage Structure 1.00 EACH $2,914.91 $2,914.91 Man Hours: Backfill Drainage Structure 1.00 EACH $2,894.83 $2,894.83 Man Hours: 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 MR $32.50 $292.50 ' Loader CAT 938 9.00 MR $75.75 $681.75 Pickup 9.50 HR $10.00 S95.00 '. LA - Laborer [2) 9.00 MR $23.37 $420.66 _ OP - Loader, S-11 9.00 MR $28.50 $256.50 Foreman - Utility 9.50 MR $38,42 $365.03 Backhoe Loader CAT 430 9.00 MR $51.25 $551.25 _t OP -Loader 8ackhoe J Skid Steer 9.00 MR $25,79 $232.13 C) GC -Construction Water 4.00 MGAL $5.02 $20.08 if Construction Water Fort Collins 4.00 MCAL $5.02 $20.08 1112 - 604.02 - Inlet Type R (5 Foot) 6.00 EACH $4,321.79 $25,930.72 Man Hours: C i SDdnletType R 5 Ft 6,00 EACH $4,321.79 $25,930.72 Man Hours: _> 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: 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 VFJDY, 4.54 DY) Truck -Crew 43.16 MR $30.10 $1,299.03 .0 Pickup 20.44 MR $10.03 $204.43 LA - Concrete Laborer (2] 40.89 MR $23.16 $1,893.52 Concrete Supervisor 20.44 MR $48.91 $999.87 Foreman - Concrete 43.16 MR $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 2,067A0 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: f, 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 'tJ► SD -Structural Concrete Crew (1.50 6.00 FACH $855.11 $5,130.65 EACH/DY, 4.00 DY) Truck - Crew 38.00 MR $30.10 $1,143.80 Pickup 18.00 MR $10.00 $180.00 LA - Concrete Laborer [2[ 36.00 MR $23.16 $1,667.25 Concrete Supervisor 18.00 MR $48.91 $880.39 Foreman - Concrete 38.00 MR $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 45.50 MH/EACH 45.50 45.50 MHJEACH 45.50 45.50 MH/EACH 45,50 $4,424.63 $26,547.78 -0.000/0 11.39 MH/EACH 68.25 11.33 MMJEACH 68.25 4.57 MH/VF 145.37 21.33 MH/EACH 12n,00 7/1/201610; 55:41 AM Lincoln Corridor 1st To Lemay 21 Unit Total Margin Description Quantity UM Direct Cost Direct Cost UnitPrice Total Price Percent (Item 1112 - 604.02 -Inlet Type R (5 Foot) continued) Man Hours: 11.38 MH/EACH 68.25 C i Backfill Drainage Structure 6.00 EACH $723.71 $4,342.24 Man Hours: 11.38 MH/EACH 68.25 -�} SD -Inlet Backfill (4.00 EACH/DY, 1.50 6.00 EACH $723.71 $4,342.24 DY) ' y Compactor Walk Behind 33" OSR 13.50 HR $32.50 $438.75 \ Loader CAT 938 13,50 HR $75.75 $1,022.63 rlyy Pickup 14.25 HR $10.00 $142.50 LA - Laborer 121 13.50 HR $23.37 $630.99 OP - Loader, Small 13.50 HR $28.50 $384.75 •.�.r, Foreman - Utility 14.25 HR $38.42 $547.55 No Backhoe Loader CAT 430 13,50 HR $61.25 $826.88 • OP - Loader Backhoe / Skid Steer 13.50 HR $25.79 $348.20 D) GC -Construction Water 24.00 MGAL $5.02 $120.48 ,j Construction Water Fort Collins 24,00 MGAL $5.02 $120.48 I D� 1114 - 604.03 - Junction 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 DI Detension Box Base 1.00 EACH $9,968.73 $9,968.73 Man Hours: 109.00 MH/EACH 109.00 jf 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-Misc (Inv, Ramneck) 1.00 EACH $213.50 $213.50 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) 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 0 Excavator KOM 390 / 400 / 490 9.00 HR $115.25 $1,037.25 le x Pickup 9.50 HR $10.00 $95.00 +;gig LA - Laborer 9.00 HR $23.37 $210.33 .�s LA - Pipelayer [21 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 k-� Backfill Detention Basin (1.00 EACH/DY, 1.00 1.00 EACH $3,419.85 $3,419.85 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 '. LA - Laborer 9.00 HR $23.37 $210.33 LA - Pipelayer [2] 9.00 HR $25.65 $461.70 ,w 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 J Box Base Manhole (Concrete Structures Inc) 1.00 EACH $6,946.00 $6,946.00 i 1116 - 604.04 - 24" Area Inlet, Includes Two Un Named Structures Between 1st And 2nd Ave D} SD -Inlet Type C 3.00 EACH $3,232.79 $9,698.36 $3,318.22 $9,954.66 0.00% Man Hours: 11.38 MH/EACH 34.13 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 Un Named Structures Between 1st And 2nd Ave con timed) „>} 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 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 CI -IN -Type C Inlet Grate 3.00 EACH $800.63 $2,401.83 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.D0 15.00 VF $127,09 $1,906.30 VF/DY, 1.50 DY) t.. 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 Farm Release 2.85 GAL $10.68 $30.42 D? SD-Backfill Drainage Structure 3.00 EACH $743.79 $2,231.36 Man Hours: 11.38 MH/EACH 34.13 Cl) Backfill Drainage Structure 3.00 EACH $723,71 $2,171.12 Man Hours: 11,38 MH/EACH 34.13 kedr SD -Inlet Backfill (4.00 EACH/DY, 0.75 3.00 EACH $723.71 $2,171.12 DY) Compactor Walk Behind 33" OSR 6.75 HR $32.50 $219.38 Loader CAT 938 6.75 HR $75,75 $511.31 14 Pickup 7.13 HR $10.00 $71.25 n LA - Laborer [2] 6.75 HR $23.37 $315.50 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 n OP -Loader Backhoe / Sk d Steer 6.75 HR $25.79 $174.10 O) GC -Construction Water 12.00 MGAL $5.02 $60.24 Construction Water Fort Collins 12.00 MGAL $5.02 $60.24 i Ai 1118 - 604.05 - 60 inch Storm Sewer 4.00 EACH $2,909.39 $11,637.56 $2,996.14 $11,984.56 -0.00% Manhole Man Hours: 13.63 MH/EACH 54.50 SD -Manhole 5 FT Storm 4.00 EACH $2,909.39 $11,637.56 Man Hours: 13.63 MH/EACH 54.50 Zr CO-M-Concrete Class BZ 4000 PSI 22.00 CY $112.93 $2,484.41 if PC-MH-60' Section (Aquilars Corporation) 30.00 LF $82.50 $2,475.00 If PC -ACC -Mist (Inv, Ramneck) 4.00 EACH $213.50 $854.00 i-D) Bedding Haul 8.00 TON $21.67 $173.39 AG-CRI-Carr-Bedding Rock 1" Grading 57 8.00 TON $13.00 $104.00 (Connell Resources, Inc) ,14 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 11,034.00 Corporation) 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) 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 51,037.25 Pickup 9.50 HR $10.00 $95.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 23 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1118- 604.05- 601nch Storm Sewer Manhole conUnued) LA - Laborer 9.00 HR $23.37 $210.33 LA - Pipelayer f2] 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 1120 - 604.06 - 72Inch Storm Sewer 5.00 EACH $5,003.41 $25,017.03 $5,137.06 $25,685.30 0.000/0 Manhole Il) SD-Manhole6 FTSborm Bedding Haul �j AG-CR1-Carr-Bedding Rock 1" Grading 57 (Connell Resources, Inc) Trucking (1.00 DY, 0.12 Trucks, 1.25 TON/HR) CI-F-Ring And Corer 8" X 24" (Aguilars Corporation) L PC-ACC-24" Grade Ring CO-M-Concrete Class BZ 4000 PSI PC-ACC-Misc (Inv, Ramneck) D) Manhole PC-MH-72" Section (AguilarsCorporation) % PC-MH-72" Flat Lid, Traffic (Aguilars Corporation) PC-MH-72' Precast Base With Pipe Block Outs (Aguilars Corporation) 3'sP SD -Set Precast Inlet / Manhole W/ Kom 400 (3.00 EACH/DY, 1.67 DY) Loader CAT 938 .'113> Excavator KOM 390 / 400 ( 490 '1V Pickup .-..9 LA - Laborer LA - Pipelayer (2) OP - Excavator, Large k,� OP - Loader, Small Foreman - Utility 5.00 EACH 10.00 TON 10.00 TON 10.00 TON 5.00 EACH 5.00 EACH 22.00 CY 5.00 EACH 5.00 EACH 50.00 LF 5.00 EACH 5.00 EACH 5.00 EACH 15.00 HR 15.00 HR 15.83 HR 15.00 HR 15.00 HR 15.00 HR 15.00 HR 15.83 HR $5,003.41 $21.67 $13.00 $8.67 $258.50 $35.23 $112.93 $213.50 $2,816.00 $154.00 $286.00 $990.00 $1,139.95 $75.75 $115.25 $10.00 $23.37 $25.65 $34.70 $28.50 $38.42 Man Hours: $25,017.03 Man Hours: $216.74 $130.00 $86.74 $1,292.50 $176.14 $2,484.41 $1,067.50 $14,080.00 $7,700.00 $1,430.00 $4,950.00 $5,699.75 $1,136.25 $1,723.75 $158.33 $350.55 $769.50 $520.48 $427.50 $608.39 18.17 MH/EACH 90.83 18.17 MH/EACH 90.83 [a 1122 - 604.07 - 72Inch 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 DJ SD -Manhole 6 FT Storm 1.00 EACH $8,269.07 $8,269.07 Man Hours: 54.50 MH/EACH 54.50 0) Bedding Haul 15.00 TON $21.67 $325.11 �j AG-CRI-Cart-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) 7 CI-F-Ring And Cover B" X 24" (Aguilars 1.00 EACH $258.50 $258.50 Corporation) PC-ACC-24" Grade Ring 1.00 EACH $35.23 $35.23 CO-M-Concrebe Class BZ 4000 PSI 4.40 CY $112.93 $496.88 Y PC-ACC-Misc(Inv, Ramneck) 1.00 EACH $213.50 $213.50 •,p) Manhole 1.00 EACH $3,520,00 53,520.00 PC-MH-72" Section (Aquilars Corporation) 10,00 LF $154.00 $1,540.00 PC-MH-72" Flat Lid, Traffic (Aguilars 1.00 EACH $286.00 $286.00 Corporation) 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) kt* SD -Set Precast Inlet / Manhole W/ Kom 400 1.00 EACH $3,419.85 $3,419.85 (1.00 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 7/1/2016 10:55:41 AM Lincoln Corridor list To Lemay 24 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1122- 604,07 - 72 In ch Storm Sewer Manhole (Drywell)con tinued) Pickup 9.50 MR $10.00 $95.00 '� LA - Laborer 9.00 MR $23.37 $210.33 LA - Pipelayer [2] 9.00 MR $25.65 $461.70 OP - Excavator, Large 9.00 MR $34.70 $312,29 :» OP - Loader, Small 9.00 MR $28.50 $256.50 --, Foreman - Utility 9.S0 HR $38.42 $365,03 'Al 1124 - 604,08 - 96 Inch Storm Sewer 2.00 EACH $10,294.42 $20,588.83 $10,619.94 $21,239.88 -0.00% Manhole Man Hours: 54.50 MH/EACH 109.00 -J SD -Manhole 8 FT Storm 2.00 EACH $10,294.42 $20,588.83 Man Hours: 54.50 MH/EACH 109.00 D} Manhole 2.00 EACH $6,762.61 $13,525.22 CI-F-Ring And Cover 8" X 24" (Aguilars 2,00 EACH $258.50 $517.00 Corporation) PC-ACC-24' Grade Ring 2.00 EACH $35.23 $70.46 PC-MH-96' Fiat Lid, Traffic (Aguilars 2.00 EACH $863.50 $1,727.00 Corporation) PC-MH-96" Section (Aguilars Corporation) 20.00 LF $302.50 $6,050.00 PC-MH-96' Precast Manhole Base 2.00 EACH $1,870.00 $3,740.00 (Aguilars Corporation) PC -ACC -Mist (Inv, Ramneck) 2.00 EACH $213.50 $427.00 CO-M-Concrete Class BZ 4000 PSI 8.80 CY $112.93 $993.76 �? Bedding Haul 10.00 TON $22.39 $223.91 AG-M-Carr-Bedding Rock 1" Grading 57 10.00 TON $13,00 $130.00 (Connell Resources, Inc) Trucking (1DO DY, 0.16 Trucks, 1.25 10.00 TON $9.39 $93.91 TON/HR) SD -Set Precast Inlet J Manhole W/ Kom 400 2.00 EACH $3,419.85 $6,839.70 (1.00 EACH/DY, 2.00 DY) -4 Loader CAT 938 18.00 MR $75.75 $1,363.50 r Excavator KOM 390 / 400 /490 18.00 MR $115.25 $2,074.50 14 Pickup 19.00 MR $10,00 $190.00 •_ LA - Laborer 18.00 MR $23.37 $420.66 _�A LA - Pipelayer [2] 18.00 MR $25.65 $923.40 OP -Excavator, Large 18.00 MR $34.70 $624.58 OP - Loader, Small 180 MR $23.50 $513.00 Foreman - Utility 19.00 MR $38,42 $730.07 Ja 1126 - 604.09 - Adjust Storm Manhole 15.00 EACH $430.92 $6,463.83 $455.26 $6,828.90 0.00% Man Hours: 6.07 MH/EACH 91.00 D) AC -Adjust Manholes In Asphalt Pavement 15.00 EACH $430.92 $6,463.83 Man Hours: 6.07 MH/EACH 91.00 AC -Adjust Manholes/Valve Boxes (7.50 15.00 EACH $372.66 $5,589.94 EACH/DY, 2.00 DY) Compressor W/ Tools 18.00 MR $17.00 $306.00 Skid Steer Bobcat W/ Attachments 18.00 MR $45,00 $810.00 Truck - Crew 19.00 MR $30.10 $571.90 Compactor Plate 18.00 MR $22.50 $405.00 Truck -Tandem Dump 18.00 MR $53.40 $961.20 . DR -Truck Driver 18.00 MR $28,50 $513.00 LA - Laborer 18.00 MR $23.37 $420.66 LA - Skilled Laborer 18,00 MR $24.01 $432.20 Foreman - Asphalt Patch 19.00 MR $37.14 $705.71 OP - Loader Backhoe / Skid Steer 18.00 MR $25.79 $464.27 AC -Not Mix Asphalt #137 Grade S (75) (PG 7.50 TON $46.06 $345.47 SB-28) RAP Mix (Connell Resources, Inc) PC-ACC-24" Adjustment Rings 15.00 EACH $35.23 $528.41 0� 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 D) SD-Underdrain 4" Perforated 2,000.00 LF $22.93 $45,863.29 Man Hours: 5.25 LF/MH 381.00 7/1/201610:55:41 AM Lincoln Corridor 1st To Lemay 25 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1118 - 605.00 - 4Indt Perfor.3 ted Pipe Underdraln (Median) con Nnued) G} Ex Lay Backfll Underdrain 2,D00.00 LF $13.18 $26,356.77 Man Hours: 5.25 LF/MH 381.00 SO-underdrain (333.33 LF/DY, 6.00 DY) 2,000.00 LF $11.07 $22,137.22 a LA - Pipelayer [21 54.00 HR $25.65 $2,770.20 ~, OP - Loader Backhoe / Skid Steer 54.00 HR $25.79 $1,392.80 j Foreman - Utility 57.00 HR $38.42 $2,190.20 ryy Pickup 57.00 HR $10.00 $570.00 ?4� Excavator KOM 138 / 160 54.00 HR $72.00 $3,888.00 OP - Excavator, Small 54.00 HR $34.70 $1,873.73 pA Skid Steer Bobcat W j Attachments 54.00 HR $45.00 $2,430.00 { OP - Loader Backhoe / Skid Steer 54.00 HR $25.79 $1,392.80 s$ 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'X30'PERFUNDERDRAIN 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 Trucking (1.00 DY, 10.84 Trucks, 112.50 9D0.00 TON $8.67 $7,806.52 TON/HR) AGCRI-Carr-Bedding Rock I'Grading 57 900.00 TON $13.00 $11,700.00 (Connell Resources, Inc) ;jA 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 g} 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 $5,223.52 W-ACC-POLY TUBE, 8' PIPE, 8-MIL 30.00 LF $10.00 $300.00 (Dana Kepner) CO-M-Concrete Class BZ 4000 PSI 0.55 CY $112.93 $62.11 W-A Tracer Wire Termination Box W j Lid 2.00 EACH $46.14 $92.28 (Dana Kepner) W-HY-6'HydrantEXTENSION ASSEMBLY I.00 EACH $490.50 $490.50 (Dana Kepner) CO-M-Concrete FLO- FILL 3.30 CY $100.02 $330.07 k-• Waterline Fittings (2A0 EACH/DY, 1.00 DY) 2.00 EACH $1,419.68 $2,839.35 Excavator KOM 390 / 400 1490 [0.5 J 9.00 HR $115.25 $518.63 LA - Laborer 9.00 HR $23.37 $210.33 LA - Pipelayer [21 9.00 HR $25.65 $461.7D OP- Excavator, Large 9.00 HR $34.70 $312,29 A Loader CAT 938 [0,5[ 9.00 HR $75.75 $340.8B OP - Loader, Small 9.00 HR $28.50 4256.50 Pickup 9.50 HR $10.00 $95.00 Foreman - Utility 9.50 HR $38.42 $365.03 Trench Shoring - Bedding Box 9.00 HR $11.00 $99.00 Trench Shoring - Manhole Box 9.00 HR $10,00 $90.00 13 Trench Shoring - Trench Box 9.00 HR $10.00 $90.0D ija 1132 - 619.02 - 16' Lowering, Includes Connection To Existing And Up To 40 Ft Of New Pipe, And Cathodic Protection &, W-16- Lowering CO-M-Concrete Class BZ 400G PSI W-ACC-POLY TUBE, 16' PIPE, 8-MIL (Dana Kepner) W-MJ-16- 45 Bend (Dana Kepner) W-A-2' X 100' POLY TAPE (PRICE PER 100' ROLL) (Dana Kepner) kt* Waterline Fittings (2.00 EACH/DY, 2.00 DY) 4.00 EACH $16,807.69 $67,230.76 $17,501.29 $70,005.16 -0.00% Man Flours: 149.22 MH/EACH 596.87 4.00 EACH $5,775.99 $23,103.96 Man Hours: 39.45 MH/EACH 157.80 6.60 CY $112 93 $745.32 160.00 LF $1.50 $240.00 16.00 EACH $766.82 $12,269.12 12.00 EACH $8.60 $103.20 4.00 EACH $1,419.68 $5,678.70 7/112016 10:55:41 AM Lincoln Corridor 1st To Lemay 26 Description Quantity UM Unit Direct Cost Total Margin Direct Cost Unit Price Total Price Percent (Item 1132 - 619.02 - 16" Lowering, Includes Connection To Existing And Up To 40 Ft Of AtewP/pe, And Cathodic Protection continued) . Excavator KOM 390 / 400 / 490 [0.5] 15.00 HR $115.25 $1,037.25 LA -Laborer 18.00 HR $23.37 $420.66 •LAPiplayer [2] 18.00 HR $25.65 $923.40 „2 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 $38A2 $730.07 Trench Shoring - Bedding Box 18.00 HR $11.00 $198.00 Trench Shoring - Manhole Box 18,00 HR $10.00 $180.00 Trench Shoring - Trench Box 18,00 HR $10.00 $180.00 CP Per Fitting 16.00 EACH $254.23 $4,067.62 Man Hours: 3.05 MH/EACH 48.80 W-CAT-32 Lb Pre Packaged Mag Annode 4.00 EACH $193.44 $773.76 W/ Lead Wire (Dana Kepner) W{AT-Cad Weld Caps Box Of 20 DIP 8.00 EACH $3.53 $28.24 (Dana Kepner) W{AT-Cad Weld Gun (Dana Kepner) 1.60 EACH $10.15 $16.24 j WCAT-�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) Pickup 15.20 HR $10.00 $152.00 .I�Welder Truck - Weer 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 L Tie To Existing 8.00 EACH $2,474.90 $19,799.18 Man Hours: 30.30 MH/EACH 242.40 Dj W-16" Tie To Existing 8.00 EACH $2,205.20 $17,641.57 Man Hours: 27.25 MH/EACH 218.00 jo W-MI-16" Sleeve (Dana Kepner) 8.00 EACH $725.52 $5,804.16 -D; W-Tie In To Existing Waterline 8.00 EACH $1,419.68 $11,357.41 Man Hours: 27.25 MH/EACH 218.00 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 s. LA - Pipelayer [2] 36.00 HR $25,65 $1,846.80 OP - Excavator, Large 36.00 HR $34,70 $1,249.16 Loader CAT938 [0.5] 36.00 HR $75.75 $1,363.50 i OP - Loader, Small 36.00 HR $28.50 $1,026.00 Pickup 38.00 HR $10.00 $380.00 Foreman - Utility 38.00 HR $38.42 $1,460.13 Trench Shoring - Bedding Box 36.00 HR $11.00 $396.00 Trench Shoring - Manhole Box 36.00 HR $10.00 $360.00 '1D Trench Shoring - Trench Box 36.00 HR $10.00 $360.00 W-ACC-POLY TUBE,16" PIPE,B-MIL 320.00 LF $1.50 $480.00 (Dana Kepner) CP Per Fitting 8.00 EACH $269.70 $2,157.61 Man Hours: 3.05 MH/EACH 24.40 10 W-CAT-32 Lb Pre Packaged Mag Annode 2.64 EACH $193.44 $510.68 W/ Lead Wire (Dana Kepner) 14 W{AT-Cad Weld Caps Box Of 20 DIP 4.00 EACH $3.53 $14.12 (Dana Kepner) If W{AT{ad Weld Gun (Dana Kepner) 0.80 EACH $10.15 $8.12 W{AT-`t4Joint Bonds24' (Dana Kepner) 32.00 EACH $8.31 $265.92 UM -Interior Piping Crew (10.00 EACH/DY, 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 7/1/201610:55:41 AM Lincoln Corridor 1st To Lemay N1 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Peroent (Item 1132 - 619,02 - 16" Lowering, Includes Connection ro Existing And Up ro 40 Ft O/New Pipe, And Cathodic Pro tecWn con tin ued) _:.. ME -Field 8.00 HR $40.02 $320.17 _,.. Foreman - Utility 8.40 HR $39.85 $334.76 LA - Pipelayer 8.00 HR $26.73 $213.84 D; W-16" Waterline DIP CI 52 160.00 LF $152.05 $24,327,62 Man Hours: 1.23 MH/LF 196.67 -Di GC -Construction Water 19.20 MGAL $5.02 $96.38 if Construction Water Fort Collins 19.20 MGAL $5.02 $96.38 i"Dj Waterline Excavation 160.00 LF $90.93 $14,548.50 Man Hours: 1.47 LF/MH 109.00 Oj 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) W-Lay Wabermain >= 12' 160.00 LF $42.75 $6,839.70 Man Hours: 1.47 LF/MH 109.00 k gr Waterline Trench Exc & Lay W/400 160.00 LF $42.75 $6,839.70 (80,00 LF/DY, 2.00 DY) 1w* Pickup 19.00 MR $10.00 $190.00 ..!, Foreman - Utility 19.00 MR $38.42 $730.07 Excavator KOM 390 / 400 J 490 18.00 MR $115,25 $2,074.50 ,a OP - Excavator, Large 18.00 MR $3470 $624.58 Loader CAT 938 18.00 MR $75.75 $1,363.50 r OP - Loader, Small 18.00 MR $28.50 $513.00 LA -Pipelayer [2] 18.00 MR $25.65 $923.40 ors LA - Laborer 18.00 MR $23.37 $420.66 Dj W-Backfill Waterline 160.00 LF $37.49 $5,998.03 Man Hours: 2.54 LF/MH 63.00 k,' Waterline Backfill W/ Rex Compactor 160.00 LF $37.49 $5,998.03 (80.00 LF/DY, 2.00 DY) . Excavator KOM 200 1210 J 228 18.00 MR $83.00 $1,494.00 OP - Excavator, Small 18.00 MR $34.70 $624.58 Water Truck 3500 Gal 18.00 MR $53.00 $954.00 DR - Water Truck 18.00 MR $28.50 $513.00 Truck - Tandem Dump 18.00 MR $53.40 $961.20 DR -Truck Driver 18.00 MR $28.50 $513.00 Loader CAT938 [0.5] 18.00 MR $75.75 $681.75 OP - Loader, Small [0.5] 18.00 MR $28.50 $256.50 [: 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/MR) �i AG-CRI-Carr-Bedding Rock 3/8' Pea Gravel 133.13 TON $6.00 $798.79 (squeegee) (Connell Resources, Inc) [O W-Testing Waterline 160.00 LF $10.82 $1,731.15 Man Hours: 6.49 LF/MH 24.67 �y> Waterline Pressure Testing (120.00 LF/DY, 160.00 LF $10.82 $1,731.15 1.33 DY) try Compressor WJ Tools 12.00 MR $17.00 $204.00 Truck - Testing Van 12.67 MR $60.00 $760.00 LA - Laborer 12.00 MR $23.37 $280.44 Foreman - Utility 12.67 MR $38.42 $486.71 D 1134 - 619.02 - Install Bell Restraints On Existing Pipe Tie To Existing SO) W-16'Tie ToExisting & W-Tie In To Existing Waterline ek'V Waterline Fittings (3.00 EACH/DY, 5.33 DY) 7/1/201610:55:41 AM 16.00 EACH $1,620.34 $25,925.37 $1,701.66 $27,226.56 -0.00% Man Hours: 18.17 MH/EACH 290.67 16.00 EACH $1,620.34 $25,925.37 Man Hours: 18.17 MH/EACH 290.67 16.00 EACH $1,620.34 $25,925.37 Man Hours: 18.17 MH/EACH 290.67 16.00 EACH $1,184.58 $18,953.21 Man Hours: 18.17 MH/EACH 290.67 16.00 EACH $1,184.58 $18,953.21 Lincoln Corridor 1st To Lemay 28 Description Quantity UM Unit Direct Cost Total Margin Direct Cost Unit Price Total Price Percent (Item 1134 - 619.02 - Install Bell Restraints On Existing Pipe continued) Excavator KOM 390 / 400 f 490 [0.5] 48.00 HR $115.25 $2,766.00 LA - Laborer 48,00 HR $23.37 $1,121.76 4 LA - Pipelayer (2] 48.00 HR $25.65 $2,462.40 OP • Excavaror, Large 48.00 HR $34.70 $1,665.54 Loader CAT 938 48.00 HR $75.75 $3,636.00 t OP - Loader, Small 48.00 HR $28.50 $1,368.00 Pickup 50,67 HR $10.00 $506.67 Foreman - Utility 50.67 HR $38.42 $1,946.84 14 Trench Shoring - Bedding Box 48.00 HR $11.00 $523.00 Trench Shoring - Manhole Box 48.00 HR $10.00 $480.00 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) If W-ML-16' Bell Restraint 16.00 EACH $375.76 $6,012.16 1136 - 619.03 - 16" Butterfly Valve With 2.00 EACH $7,652.14 $15,304.27 $7,937.45 $15,874.90 0.00% Box Cut In For Isolation, Including Cathodic Protection Assumes Some Pipe Can Be Used From The Lowerings To Accomplish This Installation <_W W-16" MJ Butterfly Valve -Dr W-Minor Fittings>=12'(Bends,Tees) !^gp Waterline Fittings (4.00 EACH/DY, 0.50 DY) Excavator KOM 390 / 400 ( 490 [0.5] LA - Laborer g LA - Pipelayer [2] OP - Excavator, Large r Loader CAT 938 [0.5] + OP - Loader, Small Pickup Yo 9a Foreman - Utility . Trench Shoring - Bedding Box . Trench Shoring - Manhole Box n Trench Shoring -Trench Box j W-V-Butterfly Valve 16" W/Box (Dana Kepner) Q'. CP Per Fitting W-CAT-32 Lb Pre Packaged Mag Annode WJ Lead Wire (Dana Kepner) W{AT-Cad Weld Caps Sox Of 20 DIP (Dana Kepner) W{AT-Cad Weld Gun (Dana Kepner) WCAT-54 Joint Bonds 24" (Dana Kepner) k* UM -Interior Piping Crew (10.00 EACH/DY, 0.20 DY) Pickup .Ab v Truck - Welder ME - Field . Foreman - Utility :._j LA • Pipelayer # W-ACC-POLY TUBE, 16" PIPE, 8-MIL (Dana Kepner) ;D) Tie To Existing fi) W-16' Tie To Existing Man Hours: 2.00 EACH $3,412.18 $6,824.36 Man Hours: 2.00 EACH $709.84 $1,419.68 Man Hours: 2.00 EACH $709.84 $1,419.68 4.50 HR $115.25 $259,31 4.50 HR $23.37 $105.17 4.50 HR $25.65 $230.85 4.50 HR $34.70 $156.14 4.50 HR $75.75 $170.44 4.50 HR $28.50 $128.25 4.75 HR $10.00 $47.50 4.75 HR $38.42 $182.52 4.50 HR $11.00 $49.50 4.50 HR $10.00 $45.00 4.50 HR $10.00 $45.00 2,00 EACH $2,372.64 $4,745.28 2.00 EACH $269.70 $539.40 Man Hours: 0.66 EACH $193.44 $127.67 1.00 EACH $3.53 $3.53 0.20 EACH $10.15 $2.03 8.00 EACH $8.31 $66.48 2.00 EACH $169.85 $339.69 1.90 HR $10.00 $19.00 1.80 HR $57.50 $103.50 2.D0 HR $40.02 $80.04 2.10 HR $39.85 $83.69 2.00 HR $26.73 $53.46 80.00 LF $1.50 $120.00 40D EACH $2,119.98 $8,479.91 Man Hours: 4.00 EACH $1,850.28 $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 MHJEACH 6.10 23.49 MH/EACH 93.95 20.44 MH/EACH 81.75 7/1/201610:55:41 AM Lincoln Corridor 1st To Lemay 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 Cutln Forlsolation, Including Cathodic Protection Assumes Some Pipe Can Be Used From The Lowerings To Accomplish This Installation continued) jf W-MJd6" Sleeve (Dana Kepner) 4.00 EACH $725.52 $2,902.08 &0 W-Tie In To Existing Waterline 4.00 EACH $1,064.76 $4,259.03 Man Hours: 20.44 MH/EACH 81.75 ►* Waterline Fittings (2.67 EACH/DY, 1.50 4.00 EACH $1,064.76 $4,259.03 DY) NO Excavator KOM 390 / 400 / 490 [0.5] 13.50 HR $115,25 $777.94 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 z"y Loader CAT938 [0.5] 13.50 HR $75.75 $511.31 t- OP - Loader, Small 13.50 HR $28.50 $384.75 r� Pickup 14.25 HR $10.00 $142,50 :4s Foreman - Utility 14.25 HR $38.42 $547.55 Trench Shoring - Bedding Box 13.50 HR $11.00 $148.50 .' Trench Shoring - Manhole Box 13.50 HR $10.00 $135.00 NO 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) ,Qi 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{AT{ad Weld Caps Box Of 20 DIP 2.00 EACH $3.53 $7.06 (Dana Kepner) W{AT{ad Weld Gun (Dana Kepner) 0.40 EACH $10.15 $4.06 WCAT-94 Joint Bonds 24' (Dana Kepner) 16.00 EACH $831 $132.96 !'BI► UM -Interior Piping Crew (10.00 EACH/DY, 4.00 EACH $169.85 $679.38 0.40 DY) Pickup 3.80 HR $10.00 $38.00 Truck - Welder 3.60 HR $57.50 $207.00 ME - Feld 4.00 HR $40.02 $160.08 Foreman - Utility 4.20 HR $39.85 $167.38 r LA - Pipelayer 4.00 HR $26.73 $106.92 1138 - 619.04 - 6" Tie To Existing (2- 2.00 EACH $1,592.11 $3,184.22 $1,686.40 $3,372.80-0.000/a hydrants) Man Fours: 27.25 MH/EACH 54.50 .D) W-6' MJTie To Existing 2,00 EACH $1,592.11 $3,184.2.2 Man Hours: 27.25 MH/EACH 54.50 If W-MI-6' Solid Sleeve (Dana Kepner) 2.00 EACH $172.43 $344.87 .0) W-Tie In To Existing Waterline 2.00 EACH $1,419.68 $2,839.35 Man Hours: 27.25 MH/EACH 54.50 :.V. Waterline Fittings (2.00 EACH/DY, 1.00 2.00 EACH $1,419.68 $2,839.35 DY) 14 Excavator KOM 390 / 400 1490 [0.5] 9.00 HR $115.25 $518,63 < LA - Laborer 9.00 HR $23.37 $210.33 r LA - Pipelayer [2] 9.00 HR $25.65 $461.70 OP - Excavator, Large 9.00 HR $34.70 $312.29 Loader CAT 93B [0.5] 9.00 HR $75.75 $340.88 e, OP - Loader, Small 9.00 HR $28.50 $256.50 14 Pickup 9.50 HR $10.00 $95.00 ram. Foreman - Utility 9.50 HR $38.42 $365.03 Trench Shoring - Bedding Box 9.00 HR $11.00 $99.00 IV Trench Shoring - Manhole Box 9.00 HR $10.00 $90.00 14 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 0.00% Hydra n t Reloca lions Man Hours: 1.01 LF/MH 59.13 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 SECTION 00500 CONSTRUCTION WORK ORDER AGREEMENT FORMS 00525 Work Order, Notice of Award & Bid Schedule 00530 Work Order Notice to Proceed Uni[ Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1140 - 619.05 - 6"PVC Waferfine For Fire Hydran t Refoca Lions confln ued) 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 �yq LA -Laborer 2.25 HR $23.37 $52.58 - Foreman - Utility 2.38 HR $38.42 $91.26 b GC -Construction Water 7,20 MGAL $5,02 $36,14 jf 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 LFJMH 54.50 -.Elly Waterline Materials 60.00 LF $5.17 $310.08 W-PVC-&"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) +t W-Lay Watermain < 12' 60.00 LF $57.00 $3,419.85 Man Hours: 1.10 LF/MH 54.50 kk'* 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 (_;5 Foreman - Ublity 9.50 HR $38.42 $365.03 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 OP - Loader, Small 9.00 HR $28.50 $256.50 `_,D, LA - Pipelayer [21 9.00 HR $25.65 $461.70 LA - Laborer 9.00 HR $23.37 $210.33 W-Bedding Haul Waterline 38.74 TON $14.67 $568.42 o Trucking (1.00 DY, 0.47 Trucks, 4.84 38.74 TON $8.67 $336.00 TON/HR) 10 AG-CRI-Carr-Bedding Rock 3/8" Pea Gravel 38.74 TON $6.00 $232.42 (squeegee) (Connell Resources, Inc) 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 Fours: 5.84 LF/MH 291.00 Dj W-Testng Waterline 1,700.00 LF $1.53 $2,596.73 Man Hours: 45.95 LF/MH 37.00 k" Waterline Pressure Testing (850.00 LF/DY, 1,700.00 LF $1.53 $2,596.73 2.00 DY) 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 P) Waterline Excavation 1,700.00 LF $6,78 $11,517.53 Man Hours: 13.39 LF/MH 127.00 .J 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 HDFU-2' Tee 1.00 EACH $16.01 $16.01 HDFU-2' X 3/4' Service Saddle 12.00 EACH $32.25 $387.00 W-HY-Hydrant Adaptor 2-1/2" FNST X 2" 4.00 EACH $42.03 $168.11 MIPT HDFU-2" HOPE Cap 4.00 EACH $0.00 $0.00 HDFU-2' HOPE 90 2.00 EACH $0.00 $0.00 G'r 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 Ma I. Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (IR:m 1142 - 619.05 - Temporary Wa terUne For A77 Services 1st To Third North And South Side (for Lowerings) continued) ktgr Waterline Trench Exc & Lay VI/400 1,700.00 LF $3.49 $5,926.86 (850.00 LF/DY, 2.00 DY) 4 Pickup 19.00 MR $10.00 $190.00 _ Foreman - Utility 19.00 MR $38.42 $730.07 LA - Pipelayer [21 18.00 MR $25.65 $923.40 > LA - Laborer 18.00 MR $23.37 $420.66 HOPE Fusion Machine 18.00 MR $20.00 $360.00 LA -Pip-layer 10.00 MR $25.65 $461.70 Backhoe Wader CAT 430 18.00 MR $61.25 $1,102.50 ,.. OP -Loader Backhoe /Skid Steer 18.00 MR $25.79 $464.27 Skid Steer Bobcat W/ Attachments 18.00 MR $4SA0 $910.00 OP - Loader Backhoe / Skid Steer 18.00 MR $25.79 $464.27 G) Service 12.00 EACH $115.84 $1,390.05 1Lf F-C-3/4" Coupling Comp X MIP 12.00 EACH $26.69 $320.25 If F-P-3/4" Poly - CTS-SDR 9 360.00 LF $0.43 $153.72 10 F-P-3/4' S.S. Inserts For CTS Poly 48.00 EACH $2.14 $102.48 if F-Y-3/4° Curb Stop (Dana Kepner) 12.00 EACH $67.80 $813.60 Q) Remove System 1,700,00 LF $3.49 $5,926.66 Man Hours: 13.39 LF/MH 127.00 It'll. Waterline Trench Ezc & Lay W/400 (850.00 1,700.00 LF $3.49 $5,926.86 LF/DY, 2.00 DY) Pickup 19.00 MR $10.00 $190.00 e3 Foreman - Utility 19.00 MR $38.42 $730.07 t•_„g LA - Pipelayer [2] 18.00 MR $25.65 $923.40 t, LA - Laborer 18.00 MR $23,37 $420.66 { HOPE Fusion Machine 18.00 MR $20.00 $360,00 LA - Pipelayer 18.00 MR $25.65 $%1.70 A Backhoe Loader CAT 430 18.00 MR $61.25 $1,102.50 OP - Loader Backhoe / Skid Steer 18.00 MR $25.79 $464.27 Skid Steer Bobcat W/ Attachments 18.00 MR $45.00 $810.00 OP - Loader Backhoe / Skid Steer 18.00 MR $25.79 $454.27 1144. 619.09 - Removal of Fire Hydrant 100 EACH $740.78 $1,481.57 $785.95 $1,571.70 0.00% Man Fours: 9.69 MH/EACH 19.38 D? RMV-Remove Minor Structure (MH, Inlet, HW) 2.00 EACH $740.78 $1,481.57 Man Hours: 9.69 MH/EACH 19.38 Remove Minor Structure 2.00 EACH $665.63 $1,331.25 Man Hours: 9.13 MH/EACH 18.25 kt* RMV-Removal Crew (4.00 EACH/DY, 0.50 2.00 EACH $665.63 $1,331.25 DY) 14 Loader CAT 938 4.50 MR $75.75 $340.88 Pickup 4.75 MR $10.00 $47.50 -, LA - Laborer 4.50 MR $23.37 $105.17 =� OP - Loader, Small 4.50 MR $28.50 $128.25 '..Kn Foreman - Grading 4.75 MR $37.86 $179.82 rs j Excavator KOM 200 1210 / 228 4.50 MR $83.00 $373.50 OP - Excavator, Small 4,50 MR $34.70 $1%.14 0> RMV-Removal Haul 0.50 LOAD $300.63 $150.31 Man Hours: 2.25 MH/LOAD 1.13 10 Dump Fee - Landfill 0.50 LOAD $92.48 $46.24 !LA' RMV-Ren-oval Haul (8,00 LOAD/DY, 0.06 0.50 LOAD $208.15 $104.07 DY) 1.4 Truck -Tractor W/ Trailer [2] 0.56 MR $64.01 $72.01 DR -Truck Driver [2] 0.56 MR $28.50 $32.05 D 1146 - 619.10 - Adjust Hydrant To Grade 200 EACH $2,089.50 $4,179.01 $2,184.71 $4,369.42 .0.00% Man hours: 18.25 MH/EACH 36.50 [!> RMV-Remove Minor Structure (MH, Inlet, HW) 2.00 EACH $2,039.50 $4,179.01 Man Flours: 18.25 MH/EACH 36.50 Dj Remove minor structure 2.00 EACH $1,331.25 $2,662.51 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 32 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (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 ..viJ OP - Loader, Small 9.00 HR $2850 $256.50 Foreman - Grading 9.50 HR $37.86 $359.64 Excavator KOM 200 / 210 J 228 9.00 HR $83.00 $747.00 OP - Excavator, Small 9.00 HR $34.70 $312.29 jf W-HY-24" Hydrant Extension (Dana Kepner) 2,00 EACH $758.25 $1,516.50 1148 - 412.00 - Concrete Pavement (6 Inch 225.00 SY $116.36 $26,180.72 $119.17 $26,813.25 -0.00% Driveways) Man Hours: 1.10 SY/MH 2O5.00 [J5 EX -Fine Grade Concrete Flatwork 2,025,00 SF $6.67 $13,502.92 Man Hours: 9.86 SF/MH 2O5.00 tk'* EX -Fine Grade Concrete Flatwork (405.00 2,025.00 SF $6.67 $13,502.92 SF/DY, 5.00 DY) �' 4 Pickup 47.50 HR $10.00 $475.00 (_p 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 ._F LA - Laborer 45.00 HR $23.37 51,051.65 Compactor Walk Behind 33" OSR 45.00 HR $32.50 51,462.50 r Skid Steer Bobcat W/ Attachments 45.00 HR $45.00 52,025.00 OP - Loader Backhoe / Skid Steer 45.00 HR $25.79 $1,160.66 Excavator Compact John Deer 35 / 60 45,00 HR $50.00 52,250.00 OP - Excavator, Small 45.00 HR $34.70 $1,561.44 FS,:S 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 $260,268.80 0.01% Inch) Man Hours: 5.72 SY/MH 615.00 ($) Concrete Pavement (8.5 Inch) (Villalobos 3,520.00 SY $60.22 $211,991.11 Concrete Company UDBE) fl} EX -Fine Grade Concrete Sidewalk 31,680.00 SF $1.46 $46,128.98 Man Hours: 51.51 SF/MH 615.00 i,* EX -Fine Grade Concrete Flatwork (2,112.00 31,680,00 SF $1.46 $46,128.98 SF/DY,15.00 DY) 14 Pickup 142.50 HR $10.00 $1,425.00 Foreman -Base 142.50 HR $37.80 $5,386.25 ravj Loader3D 210 Skip 135.00 HR $51.25 $6,918.75 OP - Loader, Small 135.00 HR $28.50 $3,847.50 Water Truck 1500 Gal 10.51 135.00 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 Motor Grader CAT 140 G 135.00 HR $80.75 $10,901.25 OP - Motor Grader, Rnish 135.00 HR $36,62 $4,944.04 1152 - 41102 - 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 (Dj EX -Fine Grade Concrete Flatwork 5,130.00 SF $2.51 $12,882.98 Man Hours: 23.42 SF/MH 219.00 k-W EX -Fine Grade Concrete Flatwork (855.00 5,130.00 SF $2.51 $12,882.98 SF/DY, 6.00 DY) 14 Pickup 57.00 HR $10.00 $570.00 r� Foreman -Base 57.00 HR $37.80 $2,154,50 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 Unit Total Margin Description Quantity UM Direct Cost Direct Cost UnitPrice Total Price Percent (Item 1152 - 412.02 - Bus Bay Concrete (8.5Inch) 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 .0 Compactor Walk Behind 33" OSR 54.00 HR $32.50 $1,755.00 S ti Bus Bay Concrete (8.5 Inch) (Villalobos 570.00 SY $60.22 $34,328.11 Concrete Company UDBE) 1154 - 608.00 - Colored Concrete Crosswalk 365.00 SY $115.44 (8 Inch) ,S) Colored Concrete Crosswalk (8 Inch) Includes 365.00 SY $56.68 Pedestrian Refuge Area (Villalobos Concrete Company LOSE) D) EX -Fine Grade Concrete Flatwork 3,285.00 SF $4.11 k� EX -Fine Grade Concrete Flahvork (657.00 3,285.00 SF $4.11 SF/DY, 5.00 DY) Pickup 47.50 HR $10.00 Foreman - Base 47.50 HR $37.80 A Water Truck 1500 Gal [0.5] 45.00 HR $48.00 d DR - Water Truck [0.5] 45.00 HR $28.50 LA - Laborer 45.00 HR $23.37 Compactor Walk Behind 33" OSR 45.00 HR $32.50 Excavator Compact John Deer 35 ( 60 45.00 HR $50.00 OP - Excavator, Small 45.00 HR $34.70 Skid Steer Bobcat WJ Attachments 45.00 HR $45.00 OP - Loader Backhoe / Skid Steer 45.00 HR $25.79 Di RMV-Remove Asphalt With Hoe (6' Thick) 365.00 SY $21,77 Di Remove Asphalt tk* RMV-Removal Crew (182.50 SY/DY, 2.00 DY) Loader CAT 938 Pickup t--:^ LA - Laborer OP - Loader, Small r Foreman - Grading 14 Excavator KOM 200 / 210 J 228 OP - Excavator, Small S i RMV-Saw cutting Asphalt (6") Sub. D) RMV-Removal Haul - Asphalt k�* RMV-Removal Haul (2.56 LOAD/DY, 2.00 DY) Truck - Tractor W/ Trailer DR -Truck Driver Dump Fee - Asphalt 1156 - 608.01 - Standard Gray Concrete Sidewalk (6Inch) EX -Fine Grade Concrete Sidewalk Includes Pedestrian Refuge Areas k' EX -Fine Grade Concrete Ratwork (2,479.50 SFJDY, 20.00 DY) 14 Pickup y Foreman - Base Water Truck 1500 Gal [0.5] - Jg DR - Water Truck [0.5] 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 $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 49,590.00 SF 190.00 HR 190.00 HR 180.00 HR 180.00 HR $1.09 $10.00 $37.80 $48.00 $28.50 $42,134.96 Man Hours: $20,687.44 $13,502.92 Man Hours: $13,502.92 $475.00 $1,795.42 $1,080.00 $641.25 91,051.65 $1,462.50 52,250.00 $1,561.44 $2,025.00 $1,160.66 $7,944.59 Man Hours: $5,325.01 Man Hours: $5,325.01 51,363.50 $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 44,320.00 $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 SYJMH 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 r4,y 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 _t, OP - 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 Standard Gray Concrete Sidewalk (6 Inch) 5,510.00 SY $42.50 $234,188.86 (Villalobos Concrete Company UDBE) 1158 - 608.02 - Colored Concrete Sidewalk 85.00 SY $88.12 $7,489.98 $89.61 $7,616.85 0.000/0 Type 1 (6 Inch) Man Hours: 2.07 SY/MH 41.00 D) EX -Fine Grade Concrete Sidewalk 765.00 SF $3.53 $2,700.58 Man Hours: 18.66 SF/MH 41.00 it,* EX -Fine Grade Concrete Ratwork (765.00 765.00 SF $3.53 $2,700.58 SF/DY,1.00 DY) Pickup 9.50 HR $10.00 $95.00 +Kg Foreman - Base 9.50 HR $37.80 $359.08 r 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 r 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 35 160 9.00 HR $50.00 $450.00 OP - Excavator, Small 9.00 HR $34.70 $312.29 S> Colored Concrete Sidewalk (6 Inch) (Villabbos 85.00 SY $56.35 $4,789.39 Concrete Company UDBE) 0 1160 - 608.03 - Colored Concrete Sidewalk 85.00 SY $88.12 $7,489.98 $89.61 $7,615.85 0.00% Type 2 (6 Inch) Man Hours: 2.07 SY/MH 41.00 'b) EX -Fine Grade Concrete Sidewalk 765.00 SF $3.53 $2,700.58 Man Hours; 18.66 SF/MH 41.00 kt* EX -Fine Grade Concrete Ratwork (765.00 765.00 SF $3.53 $2,700.58 SF/DY, 1.00 DY) 'V 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 r14 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 „;. OP -Loader Backhoe /Skid Steer 9.00 HR $25.79 $232.13 <;v? Colored Concrete Sidewalk (6 Inch) (Villaiobos 85.00 SY $56.35 $4,769.39 Concrete Company UDBE) 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 ? S'- Metal Truncated Dome Plates Concrete For 950.00 SF $73.55 $69,868.77 Ramps Are Included In Sidewalk (Villalobos Concrete Company UDBE) ca 1166 - 608.05 - Concrete Sidewalk Chase (2 16.00 LF $263.34 $4,213.48 $263.34 $4,213.44 -0.00% Ft Wide) (Villa lobos Concrete Company UDBE) 1% 1168 - 609.00 - Outfall Median Curb And Gutter (1' Gutter) ,D_i EX -Fine Grade Concrete Curb And Gutter 4,100.00 LF $17.99 $73,755.44 Man Fours: 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 364.00 711/201610:55:41 AM Lincoln Corridor 1st To Lemay 35 Unit Total Margin Description Quantity UM Direct Cost Direct Cost Unit Price Total Price Percent (Item 1168 - 609.00 - Outfa/i Median Curb And Gutter(I ' Gutter) can tfnued) ky EX -Fine Grade Concrete Curb (512.50 LF/DY, 4,100.00 LF $6.86 $28,135.53 8,00 DY) Water Truk 3500 Gal 36.00 HR $53.00 $1,908.00 ,!)o Pickup 76.00 HR $10.00 $760.00 Foreman - Base 76.00 HR $37.80 $2,872.67 Compactor Dynapack 60- Steel Drum 72.00 HR $52.00 $3,744.00 Roller OP - Roller 72.00 HR $26.58 $1,913.49 Excavator Compact John Deer 35 / 60 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 Loader JD 210 Skip 72.00 HR $51.25 $3,690.00 OP - Loader, Small 72.00 HR $28.50 $2,052.00 -S) Outfall Median Curb And Gutter (I'Gutter) 4,100.00 LF $11.13 $45,619.92 (Villalobos Concrete Company UDBE) iDa 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 21800.00 LF $8.90 $24,910.77 Concrete Company UDBE) D? EX -Fine Grade Concrete Curb And Gutter 2,800.00 LF $2.51 $7,033.88 Man Hours: 30.77 LF/MH 91.00 jtt* EX -Fine Grade Concrete Curb (1,400.00 2,800.00 LF $2.51 $7,033.88 LF/DY, 2.00 DY) Water Truck 3500 Gal 9.00 HR $53.00 $477.00 Pickup 19.00 HR $10.00 $190.00 jJ Foreman - Base 19.00 HR $37.80 $718.17 Compactor Dynapack 60' Steel Drum 18.00 HR $52,00 $936.00 Roller ( .t, OP - Roller 18.00 HR $26.58 $478.37 IA 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 (34 OP - Loader, Small 18.00 HR $28.50 $513.00 1172 - 609.02 - Vertical Curb And Gutter (2' 4,350.00 LF $22.12 $96,239.81 $22.46 $97,701.00 0.010/0 Gu tter) Man Hours: 11.92 LFJMH 365.00 C4 EX -Fine Grade Concrete Curb And Gutter 4,350,00 LF $7.30 $31,738.72 Man Hours: 11.92 LF/MH 365.00 EX -Fine Grade Concrete Curb (435.00 LF/DY, 4,350,00 LF $7.30 $31,738.72 10.00 DY) ,t Motor Grader CAT 140 G 90.00 HR $80.75 $7,267.50 OP - Motor Grader, Rnish 90.00 HR $36.62 $3,296.03 Loader ID 210 Skip 90.00 FIR $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 Compactor Dynapack 60' Steel Drum 90.00 HR $52.00 $4,680.00 Roller n OP - Roller 90.00 HR $26.58 $2,391.86 g, 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 2,250.00 LF $20.47 $46,058.12 $20.73 $46,642.50 0.010/0 Paved Areas Man Hours: 15.41 LF/MH 146.00 10 EX -Fine Grade Concrete Curb And Gutter 2,250.00 LF S5.64 $12,695.49 Man Hours: 15.41 LF/MH 146.00 7/1/2016 10:55:41 AM Lincoln Corridor 1st To Lemay 36 Description Quantity UM Unit Direct Cost Total Margin Direct Cost Unit Price Total Price Percent (Item 1174 - 609,03 - 2' Pan Only Across Concrete Pa ved Areas can Untied) ►Y W 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 MR $80.75 $2,907.00 _A OP- Motor Grader, Finish 36.00 MR $36.62 $1,318.41 Loader 3D 210 Skip 36.00 MR $51.25 $1,845.00 n OP - Loader, Small 36.00 MR $28.50 $1,026.00 Water Truck 3500Gal 18.00 MR $53.00 $954.00 'b Pickup 36.G0 MR $10.00 $380.00 Foreman - Base 38.00 MR $37.80 $1,436.33 Compactor Dynapack 60' Steel Drum 36.00 MR $52.00 $1,872.00 Roller t OP - Roller 36.00 MR $26.58 $956.75 2 Ft Pan At Concrete Paved Areas (Vilialobos 2,250.00 LF $14.83 $33,362.64 . Concrete Company LIDBE) 1176 - 609.04 - 6' Porous Paving Curb 100.00 LF $79.65 $7,965.29 $81.27 $8,127.00 0.00% Man Hours: 2.20 LF/MH 45.50 Porous Paving Curb 6' (Villalobos Concrete 100.00 LF $44AS $4,448.35 Company LIDBE) 0) 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 MR $53.00 $238.50 Pickup 9.50 MR $10.00 $95.00 n Foreman - Base 9.50 MR $37.80 $359.08 14 Compactor Dynapack 60" Steel Drum 9.00 MR $52.00 $468,00 Roller ,._3. OP - Roller 9.00 MR $26,58 $239.19 Excavator Compact John Deer 35 / 60 9.00 MR $50.00 $450.00 ;t. OP - Excavator, Small 9.00 MR $34.70 $312.29 Skid Steer Bobcat W1 Attachments 9.00 MR $45.00 $405.00 OP - Loader Backhoe / Skid Steer 9.00 MR $25.79 $232.13 Loader 3D 210 Skip 9.00 MR $51.25 $461.25 ��. OP - Loader, Small 9.00 MR $28.50 $256.50 l it 1178 - 609.06 - Median Curb (2nd Curb) 1,750.00 LF $24.88 $43,533.42 $25.34 $44,345.00 0.019/0 Man Hours: 7.69 LF/MH 227.50 ;? Median Curb (2nd Curb) (Vilblobas Concrete 1,750.00 LF $14.83 $25,948.72 Company L1DBE) EX -Fine Grade Concrete Curb And Gutter 1,750.00 LF $10.05 $17,584.70 Man Hours: 7.69 LF/MH 227.50 ktk* EX -Fine Grade Concrete Curb (350.00 LF/DY, 1,750.00 LF $10.05 $17,584.70 5.00 DY) Is Water Truck 3500Gal 22.50 MR $53.00 $1,192.50 Pickup 47.50 MR $10.00 $475.00 . Foreman - Base 47.50 HR $37.80 $1,795.42 Compactor Dynapack 60' Steel Drum 45.00 MR $52.00 $2,340,00 Roller OP - Roller 45.00 MR $26.58 S1,i95.93 .- Excavator Compact John Deer 35 / 60 45.00 MR $50.00 $2,250.00 •._�.e OP - Excavator, Small 45.00 MR $34.70 $1,561.44 Skid Steer Bobcat 1Y/ Attachments 45.00 MR $45.00 $2,025,00 OP - Loader Backhoe / Skid Steer 45.00 MR $25.79 $1,160.66 .- Loader JD 210 Skip 45.00 MR $51.25 $2,306.25 Q^ OP - Loader, Small 45.00 MR $28.50 $1,282.50 1180 - 609.07 - Median Cover At Nose 520.00 SF $10.14 $5,272.80 $10.38 $5,397.60-0.031Y. Transition Monolithic With Curb Man Hours: 12.68 SF/MH 41.00 Mololithic Medan Nose With Curb And Concrete 520.00 SF $4.95 $2,572.21 Cover (Yllalobos Concrete Company LIDBE) EX -Fitts Grade Concrete Flab ork 520.00 SF $5.19 $2,700.58 Man Hours: 12.68 SF/MH 41.00 7/1/2i11610:55,41 AM Lincoln Corridor 1st To Lemay 27 Description Quantity UM Unit Direct Cost Total Direct Cost Lin it Price Margin Total Price Percent (1fiem 1180 - 609.07 - Median COVerAtNose rransitlon Monolithic W/th Curb continued) kR y EX-Rne Grade Concrete Fiatwork (520.00 520.00 SF $5.19 $2,700.58 SF/DY,1.00 DY) -4 Pickup 9.50 HR $10.00 $95.00 ,5 Foreman - Base 9.50 HR $37.80 $359.08 Water Truck 1500Gal JO.S) 9.00 HR $48.00 $216.00 DR - Water Truck [0.5 1 9.00 HR $28.50 $128.25 �f, LA - Laborer 9.00 HR $23.37 $210.33 'Yj Compactor Walk Behind 33" OSR 9DO HR $32.50 $292.50 . Skid Steer Bobcat WJ Attachments 9.00 HR $45.00 $405.00 ,4 OP - Loader Backhoe / Skid Steer 9.00 HR $25.79 $232.13 Excavator Compact John Deer 35 160 9.O0 HR $50.00 $450.00 OP - Excavator, Snell 9.00 HR $34.70 $112,29 i 1182-609.08-Concrete Curbed Channel 15.00 LF $90.15 $1,352.30 $90.15 $1,,352.25 -0.00% Ft VAde (Vllialobos Concrete Company UDBE) I 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/1h111 41.00 v) EX -Fine Grade Concrete Flatwork 355.00 SF $7,61 $2,700,58 Man Hours: 8.66 SF/MH 41.00 t* EX -Fire Grade Concrete Fla twork (355.00 355.00 SF $7.61 $2,700.53 SF/DY,1.00 DY) . Pickup No 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 DO ..A OR -Water Truck [0.5] 9.00 HR $28.50 $i26.25 r LA - Laborer 9.00 HR $23,37 $210.33 Compactor Walk Behind 33. OSR 9.00 HR $32.50 $292.50 .�j Excavator Compact John Deer 35 160 9.00 HR $50.OD $450.00 ., OP - Excavator, Small 9.00 HR $34.70 $312.29 Skid Steer Bobcat WJ Attachments 9.00 HR $45.00 $405.00 OP - Loader Backhoe J Skid Steer 9.00 HR $25.79 $232.13 S? Exposed Aggregate Median Splash Guard (4 355.00 SF 516AB $5,849.23 Inch) (Villabbos Concrete Company UDBE) I 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 -Di AC -Adjust Manholes In Asphalt Pavement 12.00 EACH $407.63 $4,891.56 Man Hours: 5.69 MHJEACH 68.25 kb[► AC -Adjust Manholes/Valve Boxes (8.00 12.00 EACH $349.37 $4,192.46 EACH/DY, 1.50 DY) -; Compressor WJTools Skid Steer Bobcat W/ Attachments {' Truck - Crew Compactor Plate 11 Truck -Tandem Dump '._ DR - Truck Driver t^ LA - Laborer 'yr L - Skilled Laborer f Foreman - Asphalt Patch ._4 OP - Loader Backhoe J Skid Steer AC -Hot Mix Asphalt 4137 Grade S (75) (PG 58-23) RAP Mix (Connell Resources, Inc) PC-ACC-24' Adjustment Rings C� 1188 - 210.01 - Adjust Valve Box Dj AC -Adjust Valve Box In Asphalt Pavement k rr AC -Adjust Manholes/Valve Boxes (12.00 EACH/DY, 0.42 DY) 4 Compressor W/ Tools 711/ZO16 10;55:41 AM 13.50 HR $17.00 $229.50 13.50 HR $45.60 $607.50 14.25 HR $30.10 $42B.93 13.50 HR $22.50 $303.75 13.SO HR $53.40 $720.90 13.50 HR $ZB.50 $384.75 13.50 MR $23.37 $315.50 13.50 HR $24.01 $324.15 14.75 HR $37.14 $529.23 13.50 HR $25,79 $348.20 6.00 TON $46.06 $276.38 12.00 EACH 535.23 1.00 EACH $1,264.57 5.00 EACH $252.91 5.00 EACH $232.91 3.75 HR $17.00 Lincoln Corridor 1st To Lemay $422.73 $1,264.57 $1,339.30 $1,339.30 -0.00% Man Hours: 18.96 MH/EACH 18.96 $1,264.57 Man Hours: 3.79 MHJEACH 18.96 $1,164.57 563.75 38 SECTION 00530 WORK ORDER NOTICE TO PROCEED NOTICE TO PROCEED DATE: WORK ORDER TITLE: Lincoln Avenue Corridor - North Side of Lincoln WORK ORDER NUMBER: 4 TO: Connell Resources Inc Attn: 7785 Highland Meadows Parkway, Suite 100 Fort Collins. CO 80528 This notice is to advise you: That the Work Order and all amendments and supplements to the Contract Documents covering the above described Work have been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance and Payment Bonds and insurance have been received by the OWNER. That the OWNER has approved the said Work Order and Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Work Order and the AGREEMENT. The dates for Substantial Completion and Final Acceptance shall be 20 and , 20_, respectively. Dated this day of CITY OF FORT COLLINS (OWNER) Name & Title ACKNOWLEDGMENT OF NOTICE Receipt of the above Work Order Notice to Proceed is hereby acknowledged this day of CONNELL RESOURCES INC. (CONTRACTOR) in Name & 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) 00651 Lien Waiver Release (SUBCONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00525 WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE Wei 1 VOINAI GIc797�:�,11iTtlMAN PURCHASE ORDER: Connell Resources Inc. 4 WORK ORDER TITLE: Lincoln Avenue Corridor - North Side of Lincoln ORIGINAL BID/RFP # & TITLE: 8214 CM/GC for Lincoln Corridor Proiect DESIGN ENGINEER FIRM: ENGINEER: Interwest Consulting Inc. Ditesco LLC OWNER'S REPRESENTATIVE: Ditesco LLC NOTICE OF AWARD DATE: February 15, 2017 OWNER: City of Fort Collins (hereinafter referred to as OWNER) 1. WORK. You are hereby notified that your proposal dated July 11, 2016, for the above Work Order has been considered. Pursuant to your AGREEMENT with OWNER dated March 22, 2016, you have been awarded a Work Order for this Work Order Description: A. Summary of Work: To construct the Lincoln Avenue Corridor Project north side including all demolition, utility installations, the north side (westbound) parts of Lincoln Avenue, electrical, lighting and irrigation. 2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is One Million Six Hundred Sity-One Thousand One Hundred Thirty Dollars and Six Cents ($1,661,130.06). Pursuant to the AGREEMENT and the Contract Documents, Performance and Payment Bonds and insurance are required. 3. CONTRACT TIMES. Pursuant to the AGREEMENT and the Contract Documents, the date for Substantial Completion of this Work Order is one hundred eighty (180) calendar days after the date of the Notice to Proceed, and after Substantial Completion, the date for Final Completion is thirty (30) days after Substantial Completion. 4. LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3 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 proceeding 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) CONTACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: One Thousand Dollars ($1,000.00) for each calendar day or fraction thereof that expires after one hundred eighty (180) calendar days after the date of the Notice to Proceed until the work is Substantially Complete. w SECTION 00610 PERFORMANCE BOND Bond No 106648231 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources Inc 7785 Highland Meadows Parkwav, Suite 100. Fort Collins. CO 80528 (an individual), (a Partnership), Corporation hereinafter referred to as the "Principal" and JEjL021 Travelers Casualty and Surety Company of America Address One Tower Square, Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300 LaPorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of One Million Six Hundred Sixty -One Thousand One Hundred Thirty Dollars and Six Cents ($1,661,130.06) 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, under RFP 8214 CM/GC for the Lincoln Corridor Pro'ect for the performance of The City of Fort Collins Work Order, titled Lincoln Avenue Corridor - North Side of Lincoln, Work Order Number 4, dated the 15th day of February, 2017, 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 Work Order and 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 Work Order and 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 Work Order and 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 Work Order and 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 l;t day of February , 2017 . IW PRESE 0�: '��j - � �� 4 0\�' � � YIA Jennifer Lin b . Assistant Secretary (Title) (Corporate Sbbb I I i RES IN P_RESENCkQF: _ A _ . M: i t..••� •.`J \ i� ID\� IN -PRESENCE OF: Witness (Surety Seal) Pri eipal nnell Resources, Inc. John M. Warren, Vice President (Title) 7785 Highland Meadows Parkway #100 Fort Collins. CO 80528 (Address) Other Partners By: Surety Travelers Casualty and Surety Company of America By: _� L Diane F. Clernentson One "Cower 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. SECTION 00615 PAYMENT BOND Bond No 106648231 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources Inc 7785 Highland Meadows Parkway, Suite 100, Fort Collins, CO 80528 (an Individual), (a Partnership), Corporation , hereinafter referred to as the "Principal" and fEjLi11J Travelers Casualty and Surety Company of America Address One Tower Square, Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300 LaPorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of One Million Six Hundred Sixty -One Thousand One Hundred Thirty Dollars and Six Cents ($1,661,130.06) 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, under RFP 8214 CM/GC for the Lincoln Corridor Project for the performance of The City of Fort Collins Work Order, titled Lincoln Avenue Corridor - North Side of Lincoln, Work Order Number 4, dated the 15th day of February, 2017, 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 Work Order and 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 Work Order and 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 Work Order and 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 21st day of February , 1017 . I PRESENC O .Jennifer Lind • d, Assistant Secretary (Title) (Corporate Seal) `\ F,�•`- RESO � ` G IN PRE' ,�!�PO'• .): y•'; m - cp . SPA O <ORADO \\: IN PRESENG�Y QFJ: ► ► ► N ` Witness (Surety Seal) Princ4pal Co/nell Resources, Inc. M. Warren. Vice President 778.5 Highland Meadows Parkway #100 Fart Collins, CO 80528 (Address) Other Partners By: Surety Travelers Casualty and Surety Company of America By:..�. Diane F. Clementson 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. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER � POWER OF ATTORNEY TRAVELERSJ 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. 006775227 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. Schifferns 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. 'WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this _dy of May 2016 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 5th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company C I.SU•,� _ �V--ri� �tiFE 4 �,1: IN . 1NS q �(v Ap W F� GGsp5.O•5`UBp���C Y Ys �(- C� vices rF �:�^a Jlt44tF0 TS^ a IIm q +a +' a�2s ,. od 7•. ALlol o.S8ALj3 �, o t State of Connecticut City of Hartford ss. By. Robert L. Raney, Senior Vice President On this the 5th day of May 2016 before 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. G.Tr .n Witness Whereof, I hereunto set my hand and official seal. Commission expires the 30th day of June, 2021. A A�L)rl Marie C. Tetreault, Notary Public 58440-5-16 Printed in U.S.A. TH 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 V 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 beharm 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 Attorneys -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 Presidents, 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 21St day of February 2017 ri✓' Kevin E. Hughes, Assistant Sec tary G,. S(t,� iY� yFIPE 6 �k �Mf •+ INSUq P TY AHQ Y o� ooyoMr � �°°°`°° � �+ � •c�vo��if+s Qom_,. ppq-.,4�., � c� �,. r� �4 �, • p ; J : n � � � o � m CCNN. o CONN. £ `m t896 To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.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. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ® CERTIFICATE OF LIABILITY INSURANCE 72T 21/2017Y) 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 ' PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. JRTANT: 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 CONTACT Nikki Mosbrucker CIC ,CISR NAME: Flood and Peterson PHONE Ext (970) 266-7123 ac No: (970)506-6823 PO Box 578 nnoRESS.NMosbrucker@floodpeterson.com Greeley CO 80632 INSURER ACharter Oak Fire Insurance Comr)anv 25615 INSURED Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins CO 80528 INSURER B :Travelers Indemnity Company 25658 INSURERC:Travelers Property Casualty Company 25674 INSURERD:Pinnacol Assurance 41190 INSURERE: INSURERF: 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 A DL UB POLICY NUMBER POLICY EFF MWDDNYYY POLICY EXP MMJDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE 1XI OCCUR DAMAGE TO RENTE PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 X DTC04794N532COF16 6/1/2016 6/1/2017 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY _ PE� 7 LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: UTOMOBILE LIABILITY COEaMBINED accident SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ B -• ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X DT8104794N532IND16 6/1/2016 6/1/2017 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per a.dent $ X NON-OWNED HIRED AUTOS LAUTOS Uninsured motorist combined $ 1, 000 , 000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 C EXCESS LIAB CLAIMS -MADE DIED I I RETENTION$ $ X DTSMCUP4794N532TIL16 6/1/2016 6/1/2017 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? F 7N (Mandatory in NH) N/A 4029651 6/1/2016 6/1/2017 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYE $ 500 000 If as, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: CRI# 2161048 - Lincoln Avenue Corridor- North Side of Lincoln 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. 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 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 nnIenn SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance with the following: 1. The Contractor will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Contractor shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Contractor shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION PROJECT OR SPECIFIED PART SHALL INCLUDE: WORK ORDER TITLE:Lincoln Avenue Corridor - North Side of Lincoln ORIGINAL PROJECT TITLE: 8214 CM/GC for the Lincoln Corridor Project LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins CONTRACTOR: Connell Resources Inc. CONTRACT DATE: February 15, 2017 The Work performed under this Work Order, pursuant to the Contract Documents, 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. By: PROJECT MANAGER 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 By: 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 OWNER By: AUTHORIZED REPRESENTATIVE DATE SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE DATE: TO: Connell Resources Inc. Gentlemen: You are hereby notified that on the day of the City of Fort Collins, Colorado, has accepted the Work completed by Connell Resources Inc., for the City of Fort Collins Work Order, titled Lincoln Avenue Corridor - North Side of Lincoln, Work Order Number 4. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents, including the Work Order, which is dated February 15, 2017, and the AGREEMENT, which is dated March 22, 2016. In conformance with the Work Order and Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: Sincerely, City of Fort Collins OWNER la Name & Title ATTEST: Name & Title 2) Final Acceptance: After Substantial Completion Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the thirty calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. 5. EXECUTION. Three (3) copies of this proposed Work Order & Notice of Award, and accompanying amendments or supplements to the Contract Documents (except any applicable Drawings) incorporated herein, are provided. Three (3) sets of any applicable Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is, by March 2, 2017. A. You must deliver to OWNER three (3) fully -executed counterparts of this Work Order, including all amendments or supplements to the Contract Documents incorporated herein. Each Work Order must bear your signature as provided. 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. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned and to annul this Work Order & Notice of Award. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of this Work Order with any amendments or supplements to the Contract Documents attached. CONTRACTOR'S NOTICE OF AWARD REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein and in the AGREEMENT dated March 22, 2016, and the NOTICE OF AWARD dated February 15, 2017, 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. CONTRACTOf -. Co6nell Resources Inc. By: '" /—Z/—/;2 Date: Z 0. M Warren Vice President Nam Title: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources Inc. (CONTRACTOR) WORK ORDER TITLE: Lincoln Avenue Corridor - North Side of Lincoln WORK ORDER NUMBER: 4 ORIGINAL BID/RFP # & TITLE: 8214 CM/GC for the Lincoln Corridor Project 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. 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 an adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of CONTRACTOR: Connell Resources Inc. Name & Title ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of by Witness my hand and official seal. My Commission Expires: Notary Public SECTION 00650 LIEN WAIVER RELEASE (SUBCONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources Inc. (CONTRACTOR) WORK ORDER TITLE: Lincoln Avenue Corridor - North Side of Lincoln WORK ORDER NUMBER: 4 ORIGINAL BID/RFP # & TITLE: 8214 CM/GC for the Lincoln Corridor Project The Subcontractor acknowledges having received payment from the CONTRACTOR for all work, labor, skill and material furnished, delivered and performed by the Subcontractor for the CONTRACTOR or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the Subcontractor 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 Subcontractor 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 CONTRACTOR or its officers, agents, employees or assigns, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The Subcontractor 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 Subcontractor or its agents, employees, and servants, or by and through the Subcontractor by various sub - 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 against the CONTRACTOR or its officers, agents, employees or assigns arising out of the project. 4. The Subcontractor agrees to defend and hold harmless the CONTRACTOR, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the Subcontractor's sub -subcontractors, materialmen, employees, servants, agents or assigns against the project or against the CONTRACTOR or OWNER, lender or Surety or their 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 an 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 CONTRACTOR, OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of SUBCONTRACTOR: 0 Name & Title ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of , by Witness my hand and official seal. My Commission Expires: Notary Public SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources Inc. TITLE: Lincoln Avenue Corridor - North Side of Lincoln WORK ORDER NUMBER: 4 ORIGINAL BID/RFP # & TITLE: 8214 CM/GC for the Lincoln Corridor Project CONTRACT DATE: March 22, 2016 WORK ORDER DATE: February 15, 2017 In accordance with the provisions of the Work Order and Contract between the OWNER and the CONTRACTOR as indicated above, for the Work Order titled Lincoln Avenue Corridor - North Side of Lincolnon bond of , (Surety) 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 (Surety Company) By: (Name) Attorney -in -Fact ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (08/30/13) COLORADO DEPARTMENT OF REVENUE Denver CO 80261 - 0009 (303) 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 apart of the structure; highway, road, street, or other public works owned and used by the exempt organization. Departmental Use Only 'II'II IJII I:II IIIII III IIII IIII I'e' �Il lllll'lII IIIII INII ll ilk 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. Contractor/Account No. (Leave blank if filing for the first time) 89- Period (MM/YY-MM/YYQ Contractor Information Trade name/DBA Owner, partner or corporate last name First Name Middle Initial Mailing Address City State Zip E-Mail Address FEIN Bid amount for your contract Fax number I 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) Exempt organization's number l98 Address of exempt organization City State Zip Principal contact at exempt organization -Last Name First Name Middle Initial Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) City State Zip Principal contact's telephone number Scheduled construction start date (MwDD/YY)q Estimated completion date (MM,DDrt+)() 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 owner, partner or corporate officer Title of corporate officer Date (Mr tiDD/YY)o (Do not write below this line) Special Notice Contractors who have completed this application in the past, please note the following changes in procedure. The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application The succeeding numbers will be issued by the Department of Revenue. Do not enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining teat 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 9/99) Article or Paragraph Number & Title TABLE OF CONTENTS OF GENE-RAI. CONDITIONS Page Article or Paragraph Number Number & Title DEFINITIONS • .............................................. . _....1 1.1 Addenda.............................................1 1.2 Agreement..... ................... J 1.3 Application for Payment ,,,,,,,,„„•„J L4Asbestos .................:.::...:........:......,.... i 1.5 Bid_ ........................ ...... .................. 1.6 Bidding Documents ..............................1 1.7 Bidding Requirements ..........................1 1.8 Bondi... ... ........... .............. ......... 1.9 Change Order...... I ..... ............. ............. 1 1.10 Contract Documents... .......... ....... 1.11 Contract Price1 1.12 Contract Times....................................1 1.13 CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,:,,,,,,;,,,,1 1,14 defective.............................................1 1.15 Drawings............................................1 1.16 Effective Date of the Agreement_ ,,. ...,..1 1.17 ENGINEER .............................:........... 1.18 ENGINEER's Consultant,,,,,,,,,,,,,,,,,,,,, 1 1.19 Field Order 1 1,20 General Requirements .........................z 1.21 Hazardous Waste., 2 1.22,a Laws and Regulations; Laws or Regulations_, .................................. 2 1.22.b Legal Holidays,,,,,,,,,, ................... .... 2 1.23 Liens..................................................2 1.24 Milestone............................................2 1.25 Notice of Award....................:.......... ... 2 1.26 Notice to Proceed.................................2 1.27 OWNER 1.28 .............................................2 Partial Utilization... ... ........... __ ........2 1.29 PCBs..................................................2 1.30 Petroleum ...................._..... ............. 2 1.31 Project.._....................._....................2 1.32.a Radioactive Material., .......................... 2 1.32.b Regular Working Hours......................2 1.33 Resident Project Representative,._,,, ...... 2 1.34 Samples..............................................2 1.35 Shop Drawings .......................... .. 2 L36 Specifications.....................................2 1.37 Subcontractor.....................................2 1.38 Substantial Completion.......................2 1.39 Supplementary Conditions ......... _,.,_•, 2 1.40 Supplier. ............................................. 2 1.41 Underground Facilities, ............ ........2-3 L42 Unit Price Work .......................... ... 3 1.43 Work..................................................3 1.44 Work Change Directive ....................... 3 IAA Written Amendment ....... „.....3 Page Number 2, PRELIMINARY MATTERS... •.,.,,_.,,,_,,,,,,,,,,,,,,,,,3 2.1 Delivery of Bonds .............................3 2.2 Copies of Documents .......................3 2.3 Commencement of Contract Times; Notice to Proceed.,...,, 3 2.4 Starting the Work.. 2.5-2.7 Before Starting Construction, CONTRACTOR's Responsibility to Report; Prelim inary Schedules; Delivery of Certificates of Insurance, ....... . ------ ............. 34 2.8 Preconstruction Conference 4 2.9 Initially Acceptable Schedules_._ _4 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ................. ............... .........?1 3.1-3.2 Intent ............................ .................. 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies ................................. 4-5 3-4 Intent of Certain Terris or Adjectives, ........ _ ....................... . .5 3.5 Amending Contract Docunents,,,_..-.5 3.6 Supplementing Contract Documents ....... ............................ 5 3.7 Reuse of Documents .........................5 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS, ............................. ___ ... 5 4.1 Availability of Lands ..................... 5-6 4.2 Subsurface and Physical Conditions,. 6 4.2.1 Reports and Drawings., .................... 4.2-2 Limited Reliance by CONTRAC- TOR Authorized; Technical Data............................................ 6 4.2.3 Notice of Differing Subsurface or Physical Conditions..................6 4.2.4 ENGINEER's Review.......................6 4.2.5 Possible Contract Documents Change........................................ 6 4.2.6 Possible Price and Times Adjustments.... ..... ...•............0-7 4.3 Physical Conditions --Underground Facilities ..... ............... .........._.......7 4.3.1 Shown orIndicated.,........ ...... __._,_..7 4.3.2 Not Shown or Indicated ................... 7 4.4 Reference Points .7 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLT INS MODIFICATIONS (REV 9199) OWNER'S ACCEPTANCE & EXECUTION: 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. ACCEPTANCE: Brad Buckman, Projects Manager OWNER: CITY OF FORT LLINS ACCEPTANCE: Darin Ateberry, City Manager (if greyoetihan $1,000A00) ACCEPTANCE: Gerry Sul, Purchasing Director (if greater than $60,000) Date: 2 l S ?,a! `% Date.4/72- -�- V Date: ZS2 19fle/ APPROVED AS TO FORM: ' Date: Assist City Attdrney ATTEST. v v vv i'L�Y) Date: City Clerk O� pQRT Cp!! U SE XL 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 ................................. S 5.1-5.2 Performance, Payment and Other Bonds.............................................. 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance....................8 5.4 CONTRACTOR's Liability Insurance..........................................9 5.5 OWNER's Liability Insurance ............... 5.6 Property Insurance ........ .................. 9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance,_.............10 5.8 Notice of Cancellation Provision 10 5.9 CONTRACTOR's Responsibility for Deductible Amounts10 5.10 Other Special Insurance ,,,,,,,,,,,,,,,,,,,,,10 5.11 Waiver of Rights ..... ........................ ,, 11 5.12-5.13 Receipt and Application of Insurance Proceeds ...................... 10-I1 5.14 Acceptance of Bonds and Insa- ance; Option to Replace, ................... 11 5.15 Partial Utilization --Property Insurance..................................:.....11 6, CONTRACTOR'S RESPONSIBILITIES ...............11 6.1-6.2 Supervision and Superintendencg....... 11 6.3-6.5 Labor, Materials and Equipment_.. 11-12 6.6 Progress Schedule..............................12 6.7 Substitutes and "Or -Equal" Items; CONTKACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation ............. 12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights ........................13-14 6.12 Patent Fees and Royalties ..................14 6.13 Permits.............................................14 6.14 Laws and Regulations ......................„ 14 6.15 Taxes ........................ I .................. 14-15 6.16 Use of Premises ................................. 15 6.17 Site Cleanliness ............................... 15 6.18 Safe Structural Loading... .... ............. 15 6.19 Record Documents .... ........... .......... _35 6.20 Safety and Protection_..................15-16 6.21 Safety Representative .........................16 6.22 Hazard Communication Programs ...... 16 6.23 Emergencies.....................................16 6.24 Shop Drawings and Sample*..............16 im 625 Submittal Proceedures; CON- TRACTORs Review Prior to Shop Drawing or Sample Submittal 16 6,26 Shop Drawing & Sample Submit- tals Review by ENGINEER ...... 16-17 6,27 Responsibility for Variations From Contract Documents ........... ,17 6.28 Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals . . .................................17 6.29 Continuing the Work__.................17 6.30 CONTRACTOR's General Warranty and GuaranW.............17 6,3I-6.33 Indemnification,,,,,,,,,,,,,,,, _..., .17-18 6.34 Survival of Obligations... ................ 18 7. OTHER WORK.................................................18 7.1-7.3 Related Work at Site,,,,,,,,,,,,,,, 18 7.4 Coordination ... .............. _.............. IS S. OWNER'S RESPONSIBILITIES .........................) 8 8.1 Communications to CON- TRACTOR.................................18 8.2 Replacement of ENGINEER, ....... IS 8.3 Furnish Data andPay Promptly When Due..................................18 8.4 Lands and Easements, Reports and Tests.._........................_.18-19 8.5 Insurance_ ..... I .................... I.........19 8.6 Change Orders..............................19 8.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work; Terminate CONTRACTOWs Services .................. . ...................19 8.9 Limitations on OWNER'S Responsibilities _.........................19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material., ...... _19 8.11 Evidence of Financal Arrangements .............................J9 9, ENGINEERS STATUS DURING CONSTRUCTION.............................................19 9.1 OWNERs Representative ............... 19 9.2 Visits to Site19 9.3 Project Representative .... ........... 19-21 9A Clarifications and Interpre- tations ........................................ 21 9.5 Authorized Variations in Wick 21 EJCDC C ENEFUL CONDITIONS 1910.8 (1990 EDITION) w( CITY OF FORT COLLMS MODIFICATIONS (REV 9199) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 9.6 Rejecting Defective Work...................21 9.7-9.9 Shop Drawings, Change Orders and Payments....................................21 9,10 Determinaticrts for Unit Prices 21-22 9.11-9.12 Decisions on Disputes; ENGI- NEER as Initial Interpreter._ ........... 22 9.13 Limitations on ENGINEER's Authority and Responsibilities ..... 22-23 CHANGES IN THE WORK ........................................ 23 10.1 OWNER's Ordered Change................23 14, 10.2 Claim for Adjustment ........................23 10.3 Work Not Required by Contract Documents ..................................... 23 10A Change Orders_.... ........................... 2.3 10.5 Notification of Surety ...... ,,,_ ......... ,.... 23 CHANGE OF CONTRACT PRICE............................23 11.1-11.3 Contract Price; Claim for Adjustment, Value of the Work... ................. ........ 23-24 11.4 Cost of the Work...........................24-25 11.5 Exclusions to Cost of the Work .......... 25 11.6 CONTRACTOR'S Fee .........:.............. 25 11.7 Cost Records.,....................,,.,.......25-26 11.8 Cash Allowances26 11.9 Unit Price Work__ ......... ........... 26 CHANGE OF CONTRACT TIMES............................26 12.1 Claim for Adjustment ........ _.,.............. 26 12.2 Time of the Essence ..........................26 12.3 Delays Beyond CONTRACTOR s Control 26-27 12A Delays Beyond OWNER's and CONTRACTOR's Control27 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECRVE WORK..................................................27 13,1 Notice of Defects ....... ..................... _27 13.2 Access to the Work ...................... _.... 27 13.3 Tests and Inspections; CONTRACTOR's Cooperation......... 27 13A OWNER's Responsibilities; Independent Testing Laboratory.,,.,, 27 13.5 CONTRACTOR's 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 ..................... 27-25 13.10 OWNER May Stop the Work .......... 28 13.11 Correction or Removal of Defective Work ...........................28 13.12 Correction Period ..........................28 13.13 Acceptance ofDefective Work ....... ,,28 13.14 OWNER May Correct Defective Work . .................................. .. 28-29 PAYMENTS TO CONTRACTOR AND COMPLETION ................................................. 29 14.1 Schedule of Values .........................29 14.2 Application for Progress Payment........................... . _.......29 14.3 CONTRACTOR's Warranty of Title.......................................... 29 14A-14.7 Review of Applications for Progress Payments,,,,,,,,,,, 29-30 14.8-149 Substantial Completion..................3O 14.10 Partial Utilization -------- _... _------- 30-31 14.11 Final Inspection .............................31 14.12 Final Application for Payment ....... .31 14.13-14,14 Final Payment and Acceptance ... 1 ,31 14.15 Waiver of Claims ............. .......... �1-32 15. SUSPENSION OF WORK ANTI) TERMINATION ............................................... 32 15.1 OWNER May Suspend Work .......... 32 15.2-15.4 OWNER May Terminate...,..,, 32 15.5 CONTRACTOR May Stop Work or Terminate,,,,,,,,,,,,,,,,, 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: (Optional) Dispute Resolution Agreement .....................GC -Al 16.1-16.6 Arbitration ................ ........ .....GC -Al 16.7 Mediation............................... GC-A1 EJCDC GENT I AL CONDITIONS 1910-S (1990 EDITION) wt CITY OF FORT COLUNS MODIFICATIONS CREV 91991 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 Number Acceptance of -- Bonds and Insurance ........................................ 5.14 defective Work,,,,,,,,,,,,, 10.4.1, 13.5, 13.13 final payment,,,,,,,,,,,,,, 9,12, 14.15 utsurance......................................................... 5 r..14 other Work by CONTRACTOR,,......_ ................7.3 Substitutes and "Or -Equal" Item� ....................(.7.1 Work by OWNER..............................2.5.6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities ............................................. 4.1 site, related Work ..... _........................................7.2 Work...........................................13.2, 13,14, 14.9 Acts or Omissions--, Acts and Omissions— CONTRACTOR .„ 6.9.1, 9.13.3 ENGINEER ......................... .......... ....6,20, 9.13.3 OWNER . ... ............................................... 6.20, 8.9 Addenda --definition of (also see definition of Specifications) ....... (1.6, 1,10, 6.19). 1.1 Additional Property Insurance ................................. 5.7 Adjustm ents-- Contraet Price or Contract Times ...........................1.5, 3.5, 4.I, 4.3.2. 4.5.2. ..............................4.5.3, 9.4, 9.5. 102-10.4, ........................................11, 12, 14.8, 15.1 progress schedule .............................................. 6.6 Agreement -- definition of......................................................3.2 "All -Risk" Insurance, policy form...........................5.6.2 Allowances, Cash .......................... ..........................11.8 Amending Contract Documentq........... .............. __ 3.5 Amendment, Written -- in general................1.10, 1.45, 3.5, SM, 5.12, 6.6.2 ..........................6.8.2, 6,19, 10.1, 10.4, 11.2 ....................................12.1, 1312.2, 14.7.2 ER Appeal, OWNor CONTRACTOR intent to,.. .............. ........ 10, 9.11, 10.4. 16.2. 16.5 Application for Payment -- definition of......................................................1.3 ENGINEER's Responsibility ............................... 9.9 final payment,,,,,,,,,,,,,,,,, 9.13A, 9.115, 14.12-14.15 in general ...... ................2.8. 2.9, 5.6.4, 9.10. 15.5 progress paymcnk.................. .................... 14.1-14.7 review of .............................. .... ........... .._14.4-14.7 Arbitration....................................................16.1-16.6 Asbestos -- claims pursuant thereto..........................4.5.2, 4.5.3 CONTRACTOR authorized to stop Work,,,,,,,.,, 4.5.2 defuiitionof.......................................................IA Article or Paragraph Number OWNER responsibility for ........................... 4.5.1, 8.10 possible price and times change,,,,,,,,,,,,;, ,,,,,,,,,4.5.2 Authorized Variations in Work; ......... 1.6, 6.25, 6.27, 9.5 Availability of Lands ............................. .............4.1, 8.4 Award, Notice of--defined...........................I...........125 Before Starting Constructiort....................... ....... 2.5-2.8 Bid --definition of........................1.5 (1.1, 1,10, 2.3, 3.3, ...................4.2.6.4, 6,13, 11.4.3, 11.9.1) Bidding Documents —definition of...................................................1.6 (6.8.2) Bidding Requirements --definition of.........................................1.7 (1.1, 4.2.6.2) Bonds -- acceptance of....................................................5.14 additional bonds10.5. 11.4.5.9 Cost of the Work.. ,,.....» ..............................a L5A definition of.....................................................1.8 delivery of...................................................2.1, 5.1 final Application for Payment ..... ..... ...... 14.12-1414 general......................................1.10, 5.1-5.3, 5.13, .......................................9.13, 10.5, 14.7.6 Performance, Payment and Othef...................5.1-5.2 Bonds and Insurance --in general ....... ,,.1.... ...:...... I ....... 5 Builder's risk "all-risk" policy form ........................5.6.2 Cancellation Provisions, Insurance..,,,.,, 5,4.11, 5.8, 5,15 Cash Allowances, ............................................ ...... JI.8 Certificate of Substantial Completion,.,,.., 1.38, 6.30.2.3, 14.8. 14.10 Certificates of Inspection ...................9.13.4, 13.5, 14.12 Certificates of Insurance ....... ,,.... 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 ...................9.5, 9,11. 10.2, 10,5. 11.2. 119, .......................1313, 13.14, 14.7, 15.1. 15.5 CONTRACTOR's fee11.6 Cost of the Work general .......................... ............. ........11.4-11.7 Exclusions to ..........................,........,........., 11.5 CostRecords .................. ...._............................11.7 in general.............J.19, 1.44, 9,11, 10.4.2, 10.4.3, 11 Lump Sum Priciig..........................................11.3.2 Notification of Surety... ........................... ......... .10.5 Scope of,..,. ........................ ........... .......... )0.3-10.4 Testing and Inspection, Uncovering the Work..................................13.9 F.JCDC CIENFRAL CONDITIONS 1910.8 (1990 EDITION) wi CITY OF FORT COLLINS MODIFICATIONS (REV 9,199) Unit Price Work-, ... .. ............... ....11.9 CONITRACTORsFee. .... ..._---.- --- ............... ..... 11.6 Article or Paragraph Number Value of Work..................................................11.3 Change in Contract Times -- Claim for times adjustment.... .... 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, 113.9,13.13,13.14,14.7,15.1,15.5 Contractual time limits.....................................12.2 Delays beyond CONTRACTOR's control.................................... ...................123 Delays beyond OWNERS and CONTRACTORs control ..................... ........ 12.4 Notification of surety.........................................10.5 Scope of change__ .. . .............................. 10.3-10.4 Change Orders -- Acceptance ofDefecdve Work'.........................13.13 Amending Contract Document ............................5,5 Cash Allowances 1L8 Change of Contract Price..... ...................... ...11 Change of Contract Times...................................12 Changes in the Work...........:...............................10 CONTRACTOR's fee ........................................ 11.6 Cost of the Work.......................................11.4-1 L7 Cost Records.......................:............................11-7 definitionof.......................................................1.9 emergencies................................................... 6, 23 ENGINEER's responsibility....... 9.8, 10.4. 11.2, 12.1 executionof.....................................................10.4 IndemniftctioA .........................0,12, 6.16, 6.31.6.33 Insurance, Bonds and ...................... 5.10, 5.13, 103 OWNER may terminate ......... ..........J5.2-15.4 OWNER's Responsibility ..... ......... ......... ..... $.6, 10.4 Physical Conditions — Subsurface and, ... ....... ......... ........ ........ 4,2 Underground Facilities--............................4.3.2 Record Documents 6.19 Scope of Change., ..... ..... _10.3-10.4 Substitutes.............................................6.7.3, 6.8.2 Unit Price Work 11.9 value of Work, covered by ... .............................. 11,3 Changes in the Work.................................................10 Notification ofsurety.........:.....................„.„..,,,10:5 OWNERS and CONTRACTORS responsibilities ........................ „ ...10.4 . .............. Right to an adjustment._..................................10 2 Scope of change........................................10.3-10.4 Claims -- against CONTRACTOR ........ .......................... ,.6.16 against ENGINEER ......................................... 6.32 against OWNER..............................................0.32 Change of Contract Price ........................... 9.4, 11.2 Change of Contract Times ........................9.4, 12.1 CONTRACTOR'S.............4, 73, 9A. 9.5, 9,11, 10.2. ...........................11.2, 11.9, 12.1, 13.9, 14.8, 15.5, 17.3 vi Article or Paragraph Number CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 631 Cost of the Work.._. ......... ...... __11.4, I LS Decisions on Disputes...............................9.11, 9.12 Dispute Resolution............................................16.1 Dispute Resolution Agreement, ................... 16.1-16.6 ENGINEER as initial interpreto; .......... ........ ..9.11 Lump Sum Pricing..........................................11.3.2 Notice of ................................ ...................... ...1.7,3 OWNER's....................9A, 9.5, 9.11, 10.2, 11.2, 11.9 .....,,... I ... I ....... 12.1,13.9,13.13,13.14,17.3 OWNER's liability,, ............ ............ ....,,5.5 OWNER may refuse to make payment ,,,,,,,,,,,,,,„14.7 Professional Fees and Court Costs Included.......................... ............ ..... ..........17.5 request for formal decision ap............................2,11 Substitute Items..............................,,,,,,,,,,,,,,,6.7.1.2 Time Extension,..... ....................... . 12.1 Time requirements ................................... 9.11, 12.1 Unit Price Work..._....................................11.9.3 Valueof...........................................................1.1.3 Waiver of --on Final Payment.. ............... J 4.14, 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 Clean Site .......................... ........................... _...6..17 Codes of Technical Society, Organization or Association..................................................3.3.3 Commencement of Contract Times,_.....,,,,,,,,,,,,,,,,,, 2.3 Communications— general ..............................................0.2, 6.9.2, 8.1 Hazard Communication Programs .................. _ fi.22 Completion — Final Application for Payment ..........................14.12 Final Inspection...........................................I...14.11 Final Payment and Acceptance ...... ......... 14.13-14.14 Partial Utilization14.10 Substantial. Completion ......................1.38, 14.8-14.9 Waiver of Claims............................................14.15 Computation of Timer...............................17.2.1.17.2.2 Concerning Subcontractors, Suppliers and Others Conferences -- initially acceptable schedules, ............................. 2.9 preconstruction, ................................ .................. 2, 8 Conflict, Error, Ambiguity, Discrepancy -- CONTRACTOR to Report ..........................:2.5, 3:3.2 Construction, before starting by CONTRACTOR ...... . . .................... . .... .......... 2. 5 -2- 7 Construction Machinery, Equipment, etc..................6A Continuing the Work.....................................6.29, 10A Contract Documents — Amending..........................................................3, 5 Bonds..............................................................5.1 EJCDC GENERAL COMTIONS 1910.8 (1990 EDMON) wl CITY OF FORT COLUNS MODIFICATIONS (REV 9199) Cash Allowances,,.,,,,,,__ _ „_...._ _A1.8 Article or Paragraph Number Change of Contract Price .................................... 11 Change of Contract Times,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 12 Changes in the Work................................I0.4-10.5 check and verify, ................................................ 2.5 Clarifications and Interpretations ,,,,,,,,,,,,,,,,,,,,,,,,,3.2,16, 9.4, 911 definition of....................................................1.10 ENGINEER as initial interpreter of...................911 ENGINEER as OWNER's representative..............9.1 general3 Insurance........................................................... 5.3 Intent.......................................................3.1-3.4 minor variations in the Wor%........ ........ .... _... ,. 3.6 OWNT-Rs responsibility to furnish data,,,,,,,,,,,,,, 8.3 OINTNER's responsibility to make prompt payment ......................... 8.3, 14.4, 14.13 precedence................................................3.1, 3.33 Record Documents............................................6.19 Reference to Standards and Specifications of Technical Societies ............................... — 3.3 RelatedWork.................................................._7.2 Reporting and Resolving Discrepancies_......, 2.5, 3,3 Reuseof ........................................................... 3.7 Supplementing...,,,, ........ .......... __........ ,........... 3.6 Termination of ENGINEER's Employment_ ....... 8.2 Unit Price Work ................. ................... ........... 11,9 variations.........................................3.6, 6.23, 6.27 Visits to Site, ENGINEER's,.,_„__.,_,_,..._.,,„,_„ 9.2 Contract Price - adjustment of ..............3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof........................................................_3I Decision on 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 ........................................ 6.29, 10.4 coordination and scheduling,,,,,,,,,,,,,,,,,,,,,, , 6.9.2 definition of.....................................................1.13 Limited Reliance on Technical Data Authorized .......................................... 4.2.2 May Stop Work or Terminate............................).5.5 provide site access to others,,,,,,,,,,,,,,,,,,,,,,, 7.2, 13.2 Safety and Protection,,,,,,,,,,,,,,,,,, 4.3.1.2, 6.16, 6,18, ..6.21-6.23, 7.2, 13,2 Shop Drawing and Sample Review Prior to Submittal0.25 Stop Work requirements_,.._,_„_____.,_,_,_ CONTRACTOR's- Article or Paragraph Number Compensation ............ _..............__...........11.1-11.2 Continuing Obligation...., . ........... ................... 14A5 Defective Work,,,,,,,,,,,,,, 9.6, 13.10-13.14 ................. Duty to correct defective Work ..........................13.11 Duty to Report -- Changes in the Work caused by Emergency.. ................. _ ....... __.......... .23 Defects in Work of Others.............................7.3 Differing conditions ........................ _..,,,,,,4.2.3 Discrepancy in Documents,,,,,,,, 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated 4.3.2 Emergencies ...................... ....... ___ ........... ....... 0.23 Equipment and Machinery Rental, Cast of the Work., ............ .................... 11.4.5.3 Fee --Cost Plus 11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee... .................... 6.30 Hazard Communication Programs,,,,,,,,,,,,,,, 6.22 Indemnification ..........._........._0,12, 6.16, 6.31-6.33 Inspection of the Work...............................7.3, 134 Labor, Materials and Equipment ,,,,,,,,,,,,,,,,,,,,6.3-6.5 Laws and Regulations, Compliance by,,,,,,,,,,,, 6,14.1 Liability Insurance_ ................................ _ ......... 5.4 Notice of Intent to Appeal ........ ............. __9.10, 10.4 obligation to perform and complete theWork ...................... .............................. 6,30 Patent Fees and Royalties, paid for by.................6.12 Performance and Other Bondc 5.1 Permits, obtained and paid for by,,,,,,,,,,,,,,,,,,,,,,,6.13 Progress Schedule ,,,,,,,,,,,,,,,,,,,,,,,,,_2.6, 2.8, 2.9, 6,6, .............. ...... _,.......... .,.,6.29, 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,,.._,,,,,, .........,,,,„6.29, . 10.4 CONTRACTOR's expense...........................§.7.1 CONTRACTOWs General Warranty and Guarantee__,,,,,,,,,_. ................... . ...6,30 CONTRACTOR's review prior to Shop Drawing or Sample submittal,,,,,,,,,,,,,,,, 6.25 Coordination of Work,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 6.9.2 Emergencies ......... _.................................. 6.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items, ........... _ ....... §33 For Acts and Omissions of Others6.9,1-6.9.2, 9.13 for deductible amounts,insurance,,,,,,,,,,,,,,,,,,,5,9 general........................................0, 7.2, 7.3, 8.9 Hazardous Communication Programs.,,,....._ 6.22 Indemnification,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,. 6.31-6.33 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION() w1 CITY OF FORT COLLINS MODIRCA77ONS (REV 9199) 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 Documents..........................................6.27 Patent Fees and Royalties ............................ 6.12 Permits .......................................................0.13 Progress Schedule . ... ...................................... .6 Record Documents, ...................................... 6.19 related Work performed prior to ENGINEER's approval of required subm ittals......... .................................... 6.28 safe structural loading................................6.18 Safety and Protection, _ ................. 6.20, 7.2, 13,2 Safety Representative,..__ ................ .. 6.21 Scheduling the Work..................................6.9.2 Shop Drawings and Samples ....................... 6.24 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- Superintendence ...... . ............. ..................... _ 6.2 Supervision ....... .................. .......... ............... 6.1 Survival of Obligations................................6.34 Takes......................................................... 6. 15 Tests and Inspections....... ... ... .....................13.5 ToReport....................................................2.5 Use of Premises 6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................................ 6.25 Right to adjustment for changes in the Work, .... 10.2 right to claim,,,,,.,... 4, 7.1, 9A, 9.5, 9.11, 10.2,11.2, I.,..... J 1.9. 12.1, 13.9, 14.8, 15.1, 15.5, 17.3 Safety and Protectiot...................6.20-6.22, 7.2, 13.2 Safety Representative ........................... _..........,6.21 Shop Drawings and Samples Submittals. .... 6.24.6.28 Special Consultants, ................... ........ .......... 11.4.4 Substitute Construction Methods and Procedures,6.7 Substitutes and "Or -Equal" Items, Expense.... .............. ................. _ _63.1, 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 Premises ........................................ 6.16-6,18 Warranties and guarantees ..........................0.5, 6.30 Warranty of Title..............................................14.3 Written Notice Required -- CONTRACTOR stop Work or term inatc.......15.5 Reports of Differing Subsurface and Physical Conditions ....................... 4.2.3 Substantial Completion........- 14.8 viil CONTRACTORS --other... .............._...............,............ 7 Contractual Liability Insurance .......... ............ ....... 5.4.10 Contractual Time Limits .......,.,. ............................. J2.2 Article or Paragraph Number Coordination— CONTRACI'OR's responsibility.. ...... . ......... . C.9.2 Copies of Documents...............................................2-2 Correction Period..................................................13.12 Correction, Removal or Acceptance of Defective Work-- in general, ............. .................... 10.4.1, 13.10-13,14 Acceptance of Defective Work .... ................ ....... 1,3.13 Correction or Removal of Defective Work................................6.30, 13.11 Correction Period............................................13,12 OWNER May Correct Defective Work ..... ..... ....13,14 OWNER May Stop Work ... :............................. 13,10 Cost -- of Tests and Inspections.....................................13.4 Records 11.7 Cost of the Work -- Bonds and insurance, additional .................„11.4.5.9 Cash Discounts ....................... ....................] 1.4.2 CONTRACTOR's Fee......................„..,.,,,--.,,,--11.6 Employee Expenses.. ... ........ ........... 1.4.5. 1 Exclusions to ......... .......... .................................i 1.5 General 11.4-11,5 Home office and overhead expenses ....................11.5 Losses and damages.....................................11.4.5.6 Materials and equipment ....... ................ .... .....1IA.2 Minor expenses, ....... ............................. _J 1.4.5.8 Payroll costs on changes.................................11.4.1 performed by Subcontractors ............................ J L4.3 Records]1.7 Rentals of construction equipment and machinery,,,,,,,,,,,,,,,,,,,,,,,,,, 1IA5.3 Royalty payments, permits and license fees............................................11.4.5.5 Site office and temporary facilities ...............11.4.5.2 Special Consultants, CONTRACTOR's............ JIAA Supplemental.................................................31 A.5 Taxes related to the Work11.4.5.4 Tests and Inspection ......... ......... .............13.4 Trade Discounts,__. ..... .................... _ _ J 1. 4.2 Utilities, fuel and sanitary facilities ............. 11.4.53 Work after regular hours.................................11.4.1 Covering Work .............. ................................. 13.6.13.7 Cumulative Remedies ..................................... ]7.4-17,5 Cutting, fitting and patching .................................... 7.2 Data, to be furnished by OWNER ............................. 8.3 Day --definition of................................................17.2.2 Decisions on Disputes, ..................................9.11, 9,12 defective --definition of.. ...... ............. ...... .134 defective Work -- Acceptance of.......................................10.4.1, 13.13 EJCDC GENER}11. CONDITIONS 1910.8 (1990 EDITION) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Correction or Removal of._-,.,.•-,-,-,,,--,-.-10.4.1, 13.11 Correction Period 13.12 in general........................................13, 14.7, 14.11 Article or Paragraph Number Observation by ENGINEER ................................ 9.2 OWNER May Stop Work ........................ ......... 13.10 Prompt Notice of Defects ..... ...........1... ,,... ... I ... ...13.1 Rejecting............. . .. ...........................................9.6 Uncovering the Work.......................................33.8 Definitions ................................................................ I Delays......................................4.1.6.29, 12.3-12.4 Delivery of Bonds.....................................................2.1 Delivery of certificates of insurance ..................... .....2.7 Determinations for Unit Prices.. . I .................. 9.10 Differing Subsurface or Physical Conditions — Noticeof.........................................................4.2.3 ENGINEER's Review ..................................... 4.2.4 Possible Contract Documents Change,,,,,,,,,,,,,, 4.2.5 Possible Price and Times Adjustments,,,,,,,,,,,,, 4.2.6 Discrepancies -Reporting and Resolving ................................ 2.5. 3.3.2, 6.14.2 Dispute Resolution — Agreement... Arbitration 16.1-16.5 genera116 Mediation.., .....................................................16.6 Dispute Resolution Agreement., ............. ......... 16,1-16.6 Disputes, Decisions by ENGINEER .................. 9.11-9,12 Documents -- Copiesof........ .......... .......... ............... .... .......... . 2.2 Record 6.19 Reuseof.........................................,..,.............,. 3.7 Drawings --definition of ..... ......, 1.15 Easements.............................................................4.1 Effective date of Agreement -- definition Qf..............1.16 Emergencies.-..... _ ........... ............. ........:. ............... 613 ENGINEER -- as initial interpreter on disputes .................9.11-9.12 definition of..................................................1'17 Limitations on authority and responsibilities,,,, 9.13 Replacement of..................................................8.2 Resident Project Representative ...........................9.3 ENGTNEER's Consultant -- definition of,,,,,,,,,•,,,•,,,,1.18 ENGINEERS— authority and responsibility, limitations on ....... ,9.13 Work Authorized Variations in the ...... ................. 9.5 Change Orders, responsibility for. ..... . 9.7, 10, 11, 12 Clarifications and Interpretations... ...... _,,3.6.3, 9.4 Decisions cn Disputes..............................9.11-9.12 defective Work, notice of Evaluation of Substitute Items, 6.7.3 Liability ................................ ........ ..........4.32, . 9.12 Notice Work is Acceptable...............................14.13 Observations ........................ .......,6.30.2, 9.2 OWN IER's Representative ..................... ............_9-1 Payments to the CONTRACTOR, Responsibility for....................................9.9, 14 Recommendation of Payment.... ,,,,,,......J4.4, 14.13 Article or Paragraph Num her Responsibilities --Limitations on.,.., .......... _9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions............................4.2.4 Shop Drawings and Samples, review responsibility, ..... ............................... 4.26 Status During Cmstruction-- authorized variations in the Work..................9.5 Clarifications and Interpretations ............._..9.4 Decisions on Disputes.......................... 9.11-9.12 Determinations on Unit Price ... ..............9.10 ENGINEER as Initial lnterpreter.......... .11-9.12 ENGINEERs Responsibilities ........ ........ 9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities,,,,,,,,,,,,,,,,,,,,,,,,,,,,„9.13 OWNER's Representative..............................9.1 Project Representative.,...._ ......................... .9.3 Rejecting Defective Work..............................9.6 Shop Drawings, Change Orders and Payments„.........., I ......................9.7-9.9 Visits to Site._ ............................... _ ............. 9.2 Unit Price dctcrminations.................................9.10 Visits to Site ............................ -_. ....9.2 Written consent required .............................. 7.2. 9.1 Equipment, Labor, Materials and ................ ........ 6.3-6.5 Equipment rental, Cost of the Work..................11.4.5.3 Equivalent Materials and Equipment ........................ 6.7 error or omissions ... ......... .................. I .... .,,........ ,,,,6.33 Evidence of Financial Arrangements .......................8.11 Explorations of physical conditions .......................4.2.1 Fee, CONTRACTOR's--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 allovences .............................. 21.8 General Provisions.-,_.....................................17.3-17.4 General Requirements — definition of ............. ........................................1.20 principal references to .............. 2,6, 6.4. 6.6-6.7, 6.24 Giving Notice................................................17.1 Guarantee of Work —by CONTRACTOR,,,,,,, 430, 14.12 Hazard Communication Programs ..................... ...... §,22 Hazardous Waste -- definition of.....................................................1.21 general_.................... 4.5 OWNER's responsibility for ............................... $.10 EX MC GENERAL CONDITIONS 1910.8 (1990 EDITION] wl CITY of FORT COLLINS MODlnCAT10NS (REV 91") Indemnification.,.....__ ..... ...... ........ 0,IZ 6.16, 6.31-6.33 Initially Acceptable Schedules,.....---,.... Inspection -- Certificates of,,,,,.........................P.13.4, 13.5, 14.12 Final........................,.,..............................,14.11 Article or Paragraph Num ber Special, required byENGINEER ......................._ 9.6 Tests and Approval„ ....... _ ................. 13.3-13.4 Insurance — Acceptance of, by OWNER........,....... ............ ...5.14 Additional, required by changes in the Work..........................:...............11.4.5.9 Before starting the Work ................................... 2.7 Bonds and --in general..........................................5 Cancellation Provisions.._ ................................. 5.8 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 CONTRACTOR's Liability_ ............................... SA CONTRACTOR's objection to coverage,,,,,,,,,,,,, 5.14 Contractual Liability ............... ...................... .5.4.10 deductible amounts, CONTRACTOR's responsibility ................................................5.9 Final Application for Payment,,,,,,,,,,,, , .14.12 Licensed Insurers5.3 Notice requirements, material change;5.8, 10.5 Option to Replace.............................................5.14 other special insurances....................................5.10 OWNER as fiduciary for insureds ........... _5.12-5.13 OWNER's Liability ...................................... ...... 5-5 OWNER's Responsibility.....................................8.5 Partial Utilization, Property Insurance...............5.15 Property.... ................................................. 5.6-5.10 Receipt and Application of Insurance Proceeds .............................................. 5.12-5.13 Special Insurance__ ................. .......... _.......... 5.10 Waiver of Rights..............................................5.11 Intent of Contract Documents..............................3.1-3.4 Interpretations and Clarifications .............. ......3.6.3, 9.4 Investigations of physical condition .........................4.2 Labor, Materials and Equipment, ..........................6.3-6.5 Lands -- and Easements...................................................8.4 Availability of ................ .......... ......... .......... A.h 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 CONTRACTOR's Responsibilities,...................6.14 Correction Period, defective Work....................13,12 Cost of the Work, taxes... ... ........................ J1.4,5A definition of.....................................................1.22 generat6.14 Indemnification ................ _.................,...6.31-6.33 Insurance....................................._.....................5.3 Precedence. 3.3.3 Reference to....................................................3,3.1 Safety and Protection 6.20, 13.2 Subcontractors, Suppliers and Other4,,,,,......6.8-6.11 Article or Paragraph Number Tests and Inspections...- . ...... .............. .... 13,5 Use of Premises, ............................................... 6.16 Visitsto Site ......................... ........ __.................. 9,2 Liability Insurance— CONTRACTORs ............ .............. •................... 5.4 OWNER's ............................... ......................... 5.5 Licensed Sureties and Insurer§,,,,,,,,,,,,,,,,,,,,,....... 5.3 Liens -- Application for Progress Payment .......................14.2 CONTRACTOR's Warranty of Title... ..... ...... .... 143 Final Application for Payment ....... .................. .14,12 definition of ........................... 1.23 Waiver of Claims.. ............ ........................ .... J415 Limitations on ENGINEER's authority and r esponsibi I it i es ................................................ 9.13 Limited Reliance by CONTRACTOR Authcri ze d...................................................... 9.2.2 Maintenance and Operating Manuals— Final Application for Payment........................J4.12 Manuals (of others) -- Precedence......................._...._................ ..3.3.3,1 Reference to in Contract Documen4.................. 3,3.1 Materials and equipment -- furnished by CONTRACTOR ......... .............. .......6,3 not incorporated in Work...................................14.2 Materials or equipment --equivalent ........................... 0.7 Mediation (Optional)_ ........................ . ................)6.7 Milestones --definition of1.24 Miscellaneous -- Computation of Times.....--........ ...... Cumulative Remedies_ ..... ................ ....... ....... J7.4 Giving Notice....................................................17.1 Notice of Claim.................................................17.3 Professional Fees and Court Costs Included......... T5 Multi -prime contracts ... ...................... ........ ....,......------ 7 Not Shown or Indicated 4.3.2 Notice of- - Acceptability of Project...................................14.13 Award, definition of . ....................... ........ ..... _ j,25 Claim............................................................�7.3 Defects,13.1 Differing Subsurface or Physical Conditions,.,.._ 4.2.3 Giving............................. ............... ................ 1•.7.1 Tests and Inspections.........................................13.3 Variation, Shop Drawing and SamplC_...... ......... 6•27 Notice to Proceed — definition of ............ .......... ............. .......... ........ .1?6 givingof ............................................ .... . 23 EJCDC GENERAL CONDMONS 1910.8 (1990 EDI11ON) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Notification to Surety ........ •„........ _• 10.5 Observations, by ENGINEER...........................6.30, 9.2 Occupancy of the Work ................. 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR ............... ¢.9, 9.13 Open Peril policy form, Insurance,,,,,,,,,,,,,,,,,,,,,,,,,,5.6.2 Option to Replace .... ......... ................................. ......$.14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --prohibition of ................................. 63 OWNER -- Acceptance ofrizfechve Work ........................ ..13.13 appoint an ENGINEER,, ..... .............. 1 ...... ..... 8.2 as fiduciary ............... ........................ ........ .12-5.13 Availability of Lands, responsibility ................... 4.1 definition of ..... ...... ....... ........ ...... ........... ......... 1•�7 data, furnish......................................................8.3 May Correct Defective Work ... ......................... 13,14 May refuse to make payment,,,,,,,,,,,,,,,,,,, .14.7 May Stop the Work.........................................13.10 May Suspend Work, Terminate.........................-..$.8, 13.10. 15.1-15.4 Payment, make prompt..... ................ F.3. 14.4, 14.13 performance of other work ................ I................. 7.1 permits and licenses, requirements.. ... ............. purchased insurance requirements ............ _,5.65.10 OWNER's-- Acceptance of the Work..............................6.30.2.5 Change Orders, obligation to execut;,......... 8.6, 10-4 Communications ................................................. 8.1 Coordination of the Work 7.4 Disputes, request for decision............................9.11 Inspections, tests and approval;.................F.7, 13.4 Liability Insurance..............................................5.5 Notice of Defects .............................................. j3.1 Representative --During Construction, ENGINEER's Status...... ................................ 9.1 Responsibilities— Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material, ,„-,,.......# AO ChangeOrders .................. .................. .......... 8.6 Changes in the Work-.......... ......................-10.1 communications 8.1 CONTRACTOR's responsibilitiq ............... .. 8.9 evidence of financial arrangementg..............F.11 inspections, tests and approval$,,,,,,,,,,,,,,,,,,,,, 8.7 insurance...................................................... 8.5 lands and easements.....................................8.4 prompt payment by ...................... ................. 8.3 replacement of ENGINEER,,,,,,,,,,,,,,,,,,,,,, $.2 reports and tests, 1. - . I..... I .... ..... ........8.4 stop or suspend Work..................8.8, 13.10. 15.1 terminate CONTRACTORS services.. ........ _ ............................. 8. 8. 15.2 separate representative at sitg..............................9.3 testing, independent,-•......................................13.4 use or occupancy of the Work .........................5.15, 6.30.2.4. 14.10 written consent or approval required, ....... __ ..... _ 9.1, 6.3, 11A EJC'DC GENERAL CONDITIONS 1910.8 (1990 EDITION) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Number written notice required ........................7.1, 9.4, 9.11, I'll., ...... ........ 112, IL9. 14.7. 15.4 PCBs -- definition of 1.29 general......... ........ .......................... ........... 4,5 OWNER!s responsibility for ...............................8.10 8.10 Partial Utilization - definition of ..... ........................................1.28 ...... .......... 1.28 general 6.30.2.4. 14.10 Property Insurance.. -I ..... ........ ........... ...... 5.15 Patent Fees and Royalties ....................................... . 6.12 Payment Bonds, ..... ... _ .... _ ......... ..... ___5.1-5.2 Payments. Recommendation of ......... __14.4-14-1, 14.13 Payments to CONTRACTOR and Completion - Application for ProgressNyments ......................14.2 CONTRACTOR's Warranty of Title .................. J4.3 Final Application for Payment .........................14.12 Final Inspection,,,,,,,,,,, ............ ............... ...... 14.11 Final Payment and Acceptance ................ 14.13-14.14 general................ ......... .............................. 8.3,14 Partial Utilization........._ ............................... 14.10 Retainage..........................................................14.2 Review of Applications for Progress Payments ....... ...... ........... _J4.4-14_7 prompt paymenk ........ ................... . ...... F.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 ........ 1.11 .......................... 14.7 Performance Bonds.... ...... ................ ......... 5.1-5.2 Permits 6.13 Petroleum -- definition of ..................................................... 1,30 general.............................................................. 4,5 OWNER!s responsibility for...............................8.10 Physical Conditions -- Drawings of, in or relating tq ........................ 41.1.2 ENGINEER!s review ......................................... 4.14 existing structures, ........ ........ __ ......................4.2.2 general4.2.1.2 ................................................. ... _ Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,,, 23 Possible Contract Documents Change ................4.2.5 Possible Price and Times Adjustments .............. 426 Reports and Drawings ..................... ................ 4.23 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 cc Indicded ..............................4.3.2 Protection of. ........................................ 4.3,6,20 Article or Paragraph Number Shown or Indicated............................................... 4.3.1 Technical Data 412 Preconstruction Conferenc4.......................................2.8 Preliminary Matters.....................................................2 Preliminary Schedules,,,,_„.,..,,.,.„ ...........................2,6 Premises., Use o(,,,, ........................ . ......... ...... 6.16-6.18 Price. Change of Contract..........................................11 Price, Contract --definition of.,, ............................ 1.11 Progress Payment. Applications for ..........................14.2 Progress Paymcnt--rctainag; ..... ............ ............ 14.2 Progress schedule, CONTRACTORs. ........... z.6, 2,8, 2,9, ...... ... ................... � 6.6, 6.29, 10.4, 15.2.1 Project --definition of ...............................................1.31 Project Representative— ENGINTEERs Status During Construction,..._,,.,., 9.3 Project Representative, Resident --definition of ...... 1,33 prompt payment by OWNER .....................................8.3 Property Insurance-- Additional......................................................... 5.7 genera15.6-5.10 Partial Utilization._...........................5.15. 14,10.2 receipt and application of proceodq ..... ...... 5.12-5.13 Protection, Safety and, ............... ............. 6.20-6.21, 13,2 Punch list Radioactive Material— defintion of, 1.32 general4.5 OWNER's, responsibility for� ............ ................. $. 10 Recommendation of Payrnent................14.4, 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 Defective Work ......................... .......... 9-6 Related Work -- atSite . ..... ......... ........ ......................... 7.1-7.3 Performed prior to Shop Drawings and Samples submittals review .... ....... ....... j6 28 Remedies, cumulative..... I......,,._,,,,,,,,,,,,,,, Removal or Correction ofDefective Work ....... 13,11 rental agreem ents. OWNER approval required_ .1 1.4,5.3 replacement of ENGINEER- by OWNE.................... . 8.2 Reporting and Resolving Discrepancies.................................2.5, 3.3.2, 6.14,2 Reports -- and Drawings.................................................4.2.1 and Tests, OWNERs responsibility ..................... 8A Resident and Project Representative— definition of .................................................... L33 provisionfor ..... ............................................ ......... 93 xii EJCDC GENO(AL CONDITIONS 1910.8 (1990 EDITION w/ aTY OF FORT COLUNS MODMCATION'S (REV 9199) BID SCHEDULE Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins. CO 80528 13mz= Phone: (970) 223-3151 Fax: (970) 223-3191 Estmatrr: R11andTrKiible BUDGET FOR COST Date: 7111(2716 Submitted Toc City Of Feat Collins - Engineering Budget Title Lincoln Corridor 1st To Lemay Address 281 North College Avenue Budget Number: 65% Plans Fort Collins, CO 8L622 Project Location: Lincoln Ave From Lam ay To 1st Street Contact: Brad Buckman Project City, State: Fort Collins, CO Phone: 970-221-66227 Fax 970-221-6378 Engineer/Architect: InterwestContilbngGroup 4Ve have prepared For yourinformation the FollovAng items For budget. eraluation purposes for the referenced project. This budget includes conceptual quantities, resource costs, scope -of -work and schedules and thereF.,re may not corrpletelyrepresent all items ofvorkor cost ultirriatelyneeessary For completion of the project. This budget was prepared using reasonable skill and judgment, but is not an offer to perform the work desc ribed. Item # Item Description Estimated Quantity Unit Unit Price Total Price Phase 2 (North Side Of Lincoln) 900 Overhead 8% 1.00 LS $203,998A3 $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 S15,874.60 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 $16,000.00 626.07 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: $209,700.10 S. 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 $17.49 522,876.92 202.05 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 S. Removals Items: _ $122,915.53 C. Erasion Control 208.01 Erosion Control (SWMP, Inspections, ECS) 10.00 DY $336.28 $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 r rlu'I^L'i� 7 Article or Paragraph Number Resident Superintendent, CONTRACTOK..............62 Responsibilities-- CONTRACTORs-in general..................................6 ENGINEER's-in general ....................... .....,..9 Limitations on ............................... .............9.13 OWNER's-in general.,- 8 Retainage.................................... ..................... ...14.2 Reuse of Documents..................................................33 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal, .................. .....6.25 Review of Applications for ProgressPayments .................................... 14.4-14.7 Right to an adjustment...........................................10.2 Rights of Way .................... 4.1 Royalties, Patent Fees and......................................6.12 Safe Structural Loading ....................... 6.18 Safety -- and Protection---- ........... 4.3.2, 6.16, 6.18, .............................. ........6.20-6.21, 7.2. 13.2 general ..................................................... .20-6, 23 Representative, CONTRACTORS .......................6.21 Samples -- definition of ..................................................... 1.34 general .................................................... 6.24-6.28 Review by CONTRACTOR ............................... 6,25 Review by ENGINEER...............................6.26, 6,27 related Work.....................................................618 submittal of 6.24.2 submittal procedures .................... .................6.25 Schedule of progress ........................... .2.6, 2.8-2.9. 6.6, Schedule of Shop Drawing and Semple Submittals..............................2.6, 2.8-2.9, 6.24-6.28 Schedule of Values .... ......... ....... ........ ._2.6, 2.8-2.9, 14.1 Schedules -- Adherence to...........................:....................15.2.1 Adjusting...........................................................0.6 Change of Contract Times,,,,.......,_ ....................10A Initially Acceptable.,,.,,..._... ......................... 2.8.2.9 Prelim inary.......................... ..2.6 Scope of Changes. ........... ......................... 10.3-10.4 Subsurface Conditions ...................... .................4.2.1.1 Shop Drawings — and Samples, general ................................ .............. Change Orders & Applications for Payments, and..,.,.,,,,,, I .............. definition of...........................,,,........................135 ENGINEE>R's approval of ........... .....................3.6.2 ENGINEER's 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 submittal required...............................................6.24.1 Submittal Procedures.........................................6.25 use to approve substitutions ... ................. I— ...... 6.7.3 Shown or Indicated, .... ......................................... :4.3.1 Site Access........,...............................,............,7,2, 13.2 Site Cleanliness......................................................4.17 Site, Visits to -- by ENGINEER .......................................... 9.2, 13.2 by others ............. ......_....... .............................. .13.2 "special causes of loss" policy form, insurance ............. ............... .......................... ..$.6.2 definitionof. ...................... ............................. J.36 Specifications— defnation of....................................................136 of Technical Societies, reference to-. ................. 3.3,1 precedence ......................................................3. 3.3 Standards and Specifications of Technical Societies......,. .............................,.. 3.3 Starting Construction, Before..............................2.5-2.8 Starting the Worh....... ................................... ....._._ 2.4 Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER .......... ...................... .....8.8> 13.10, 15.I Storage of materials and equipment ..................... 4.1, 7.2 Structural Loading, Safety.......................................6.18 Subcontractor-- Concerning_ .............................................6.8-6.11 definition of.....................................................J.37 delays......._...................................................12-3 waiver of rights...............................................6.11 Subcontractors --in general,,,,,,..........................6.8-6.11 Subcontracts --required provisions,,,,,-,,, a.11, 6.11. 11.4.3 Subm ittals-- Applications for Payment.................................14.2 Maintenance and Operation Manuals, ..............14.12 Procedures ......... . ..................... 6.25 Progress Schedules......................................2.6, 2.9 Samples---.. .......... ................. 1...........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 ...... ............. ..........,........ .. Substantial Completion— certification of............................0.30.2.3, 14.8-14.9 definition of.....................................................1.38 Substitute Construction Methods or Procedures ........ 6.7.2 Substitutes and "Or Equal" Items...............................6.7 CON7RACTOR's Expense_ .........................0.7.1.3 ENGINEER's Evaluation ,,,,6.7.3 "Or-Equal"...................................................6.7. L l Substitute Construction Methods xin ErW GENERAL CONDITIONS 1910.8 (1990 EDITION) wl CITY OF FORT COLLINS MODMCATFONS (REV 9199) Article or Paragraph Number orProcedures.............................................6.7,2 Substitute Items 6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relathg to ........................A.2.1.2 ENGI NEER's Review ...................................... A2.4 general... ............. ...................... ........... ............. 4•- Limited Reliance by CONTRACTOR Authorized.........................I......................4.2.2 Notice of Differing Subsurface or Physical Conditions.........................................4.23 Physical Conditions.. ...... ................. __.........42.1.2 Possible Contract Documents Change...............4.2.5 Possible Price andTimes Adjustments ..... .......... 4.2,6 Reports and Drawings ......................... ...... 421 Subsurface and...................................................4,2 Subsurface Conditions at the Sitc4.2.1.1 Technical Data.................................................4.2.2 Supervision— CONTRACTOR's responsibility ...........................6.1 OWNER shall not supervise................................8.9 ENGINEER shall not supervise ................ 9,2, 9,13.2 Superintendence ...................... . ............................... 6.2 Superintendent, CONTRACTOR's resident..............0.2 Supplemental costs„ , 11..................... 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, 5A, 5.6-5.9, 1........1.,... .11,6.8,6.13,7.4,8.11,9.3,9.10 Supplementing Contract Documents .........................3.6 Supplier -- definition of.....................................................1.40 principal references tQ..... ,..... �3, 6.5, 6.8-6.11, 6.20, .............. ____ ........ ....... 6.24, 9.13, 14,12 Waiver of Rights,..._.........................................0.11 Surety — consent to final payment .........................14.12, 14.14 ENGINEER has no duty tq................................9.13 Notification of..................................10.1, 10.5, 15.2 qualification of... ......... , ........ Survival of Obligations............................................6.34 Suspend Work OWNER May ...................... .13.10, 15.1 Suspension of Work and Termination- .................... J 5 CONTRACTOR May Stop Work or Terminate ................... ____ ......... ..,.... 15.5 OWNER May Suspend Work .... ........... ............... 5,1 OWNER May Terminate............................15.2-15.4 Taxes --Payment by CONTRACTOR. ....................... 0-15 Technical Data -- Limited Reliance by CONTRACTOR................4.2.2 Possible Price and Times Adjustments..............4.2.6 Reports of Differing Subsurface and Physical Conditions,,,,,,,,,,,,,,,,,,,_.,,_. ........... 4.2.3 xiv Temporary construction facilities ............. ................ 4.1 Article or Paragraph Number Term ination-- by CONTRACTOR ........................................... by OWNER ........................................ ,S, 15.1-15.4 of ENGINEERS employment........, .....................8.2 Suspension of Work-in general ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,15 Terms and Adjective............................................... 3.4 Tests and Inspection --- Access to the Work, by others,...._,,,,,,,,,,,,,,,,,,, 13.2 CONTRACTOR's responsibilities ......... .:........... 13.5 cost of 13.4 covering Work prior to-....-.-- ................ 13.6-13.7 Laws and Regulations (or),,,,,,,,,,,,,,,,,,,, ,,,, 13.5 Notice of Defects ............. ......... ..............13,1 OWNER May Stop Work .... .................. ........... 13.10 OWNER's independent testing... ................ ........13.4 special, required by ENGINEER ....................... ..9.6 timely notice required,.,., ............... 11 ... 11 .. 11113-4 Uncovering the Work, atENGINEER's request_._.......................................13.8 13.9 Times -- Adjusting., ...... _ ......................... ........ .............. .4,6 Change of Contract ............ ........ ....................... .:.12 Computation of................................................17.2 Contract Times --definition of ..........................1.12 day... .......... ......................... .............. ....LZ2.2 Milestones 2 Requirements -- appeals.... ................... ......... ,... .............. .10, 16 clarifications, claims and disputes.................9.11, 11,2, 12 Commencement of Contract Time$................2.3 Reconstruction Conference... ........................ 7.8 schedules ................. _..................... 2.6, 2.9, 66 Starting the Work.........................................2.4 Title, Warranty of... . ........ ................ ..................... J4.3 Uncovering Work ................................ .........13.8-13.9 Underground Facilities, Physical Conditions - definition of...................................................JAI Not Shown or Indicated ................................... 4.3.2 protection of.............................................4.3, 620 Shown or Indicated..... ..................................... 4.3.1 Unit Price Work -- claims .. ...... .....................:........ ................... 1.1,9.3 definition of ............... general Il 9. 14.1, 14.5 Unit Prices— generall1.3.1 Determination for9.10 Use of Premises ..............................., 6,16, 6,18, 6.30.14 Utility owners.............................6.13, 6.20, 7.1-7.3, 13.2 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 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Variations in Work --Minor Authorized. ............... .....6.25, 6,27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER ................................... U Waiver of Claims --on Final Payment ...... ......... ........ 14.15 Waiver of Rights by insured parties ,................. 5.l 1, 6.l 1 Warranty and Guarantee, General --by CONTRACTOR................................................G.30 Warranty of Title, CONTRACTORs ........................14.3 Work -- Access to.. ..... ......... ........ _ 13.2 byothers.............................................................. 7 Changes in the ............................. _............... ...... .10 Continuing the,..................................................¢.29 CONTRACTOR May Stop Work - or Terminate...............................................15.5 Coordination of .................................................... 7.4 Cost of the ........................................... ......I I A-11.5 definition of.....................................................1.43 neglected by CONTRACTOR ........................... J3.14 otherWork.... ... .......... ......................................... 7 OWNER May Stop Work.................................15.10 OWNER May Suspend Work...................13.10, 15.1 Related, Work at Site... . ... I ....... ..................... 7.1-7.3 Starting the, . ........................ . ............................ .................. 2.4 Stopping by CONTRACTOR.............................15.5 Stopping by OWNER .................................15.1-15.4 Variation and deviation authorized, minor ........... 3.6 Work Change Directive— claims pursuant to.............................................10.2 definition of 1.44 principal references to,,,,,,,,,,,,,,,,,,,,, 3.5.3. 10.1-10.2 Written Amendment -- definition of.......................................,.............1.45 principal references to..............1.10, 3.5, 5.10,15.12, ........................ G.6.2, 6.8.2, 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, 9.10-9,11, ....................................... 10.4. 11.2. 12.1 by OWNER ........ ...........9.10-9.11, 10.4, 11.2, 13.14 xv EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLUNIS MODMCAMNS (REV 9199) (This page left blank intentionally) xvi EJCW GENERAL CONDITIONS 1910.8 (1990 EDITION) wl MY OF FORT COL NS MODMCA77ONS (RE' 9199) GENERAL CONDITIONS ARTICLF 1—DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terns 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. Agreement —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 Pa nient--The form accepted by ENGINF.> R 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. Bich -The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Docwnents—The advertisement or invitation to Bid, irtstruetions 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, instntctions to bidders, and the Bid form. 1.8, Bonds —Performance and Payment bonds and other instruments of security. 19, Change Order —A document recommended by EN01111 R, which is signed by CONTRACTOR and OWNER and authorizes an addition deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement 1.10. Contract Doctarrerds—'The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Boards, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GEN£RAL CONDITIONS 1910-5 (1990 Edition) w/CITY OF FORT COLLIAS MODIFICATIONS ftN 4/2000) 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 paragraphs 3.5, 3.6.1 and 3.6.3 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 42.1 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 (i)to complete the Work so that it is ready for final payment as evidenced by ENGINEER'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. defective —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 fiunished 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 Agreemwnt—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. L I T ENGINEER —The person, firm or corporation named as such in the Agreem ent. 1.18, ENGIXEER's Consultant --A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a chance in the Contract Price or the Contract Times. 1.20. General Requirements -Sections of Division I of the Specifications. 1.21. Hazardous Waste -The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from 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 govemmenW bodies, agencies, authorities and courts having -jurisdiction. 1.22.b. Legal Hohdays--shall be those holidays observed by the City of Fort Col has 1.23. Liens --Lies, charges, security interests or encumbrances upon real property or personal property. 1.24. Milestone --A priicipal 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 ofAwarr7 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. 1.26. Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Conaact Documents. 1.27. 09WER-The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided 1.28, Partial Utilization -Use by OWNER of a substantially completed part 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 biphenyls. 1.30. Petrokur n-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 miffed with other non -Hazardous Wastes and crude oils. 1.31. Project -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32.a. Radioactity Material -Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of EXI)CMULAL CONDITION.51910.3 t1990 E(titim) wJ CITY OF FORT COLLINS MODIFICATIONS (REV 4t2000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 112 b. Reeular 66orking Hours-R gular wort irk hours are defined as T00am to 6:00= 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 workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop Urauings-All drawings, diagrams, illustrations, schedules and oil= 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. Specifications -Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.3T Subcontractor --An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion --The Work (or a specified part thereof has progressed to the point where, in the opinion of ENGINEER as 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 intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13, The terms "substantially comtplete' and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof 1.39, Supplementary Conditions -The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier -A manufacturer, fabricator, supplier, distributor, materiahnan or vendor having a direct contract with CONTRACTOR or with any Subcontractor to famish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Underground Facilities -All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Urrft 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 ppaartRss thereof required to be furnished under the Contract Documents. Stork 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 furnishing documents, all as required by the Contract Documents. 1.44. Work Change Directive —A written directive to CONTRACTOR issued on or after the Effective Date of the Agreement 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 paragraph 4.2 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 patties 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. Wrlt4 n 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 nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PRELIMINARY MATTERS Deliiwy of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER sucb Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents• 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 furnished upon request, at the cost of reproduction Commencement of Contract Times; Notice toProceed- 2.3. The Contract Tunes will commence to run on the thirtieth day after the Effective Date of the Agreement, or, EJCDC GENERAL CONDITIONS 1910-� (1990 Edaim) WICITY OF FORT COLLINS MODIFICATIONS O�EV 4/2000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. r will the r T:_d �Bidtapett3ng e>~the-thirEietl't�ter-tlte-Efl'eaEiva-Hate of-the-f4gretnrc�mtt-,��hiehevr��latr is•c�rlier: Starting the Wvrk: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run Before Starting Construdion: 2A Before undertaking each part of the Work, CONTRACTOR shall carefully study- and compare the Contract Documents and check, and verify inert 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 otherwise speed 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) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 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 2.6.1 1. In no case will a schedule be acceptable which allows less than 21 calendar days for each review by Fx4neer. 2.6.3. A prehminary 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 end shall eaeh deliver to the edw OWNER with copies to enditicrns ENGfNFER certificates of insurance (and other evidence of insurance c�c—any—tacidit3erral-•ir�sttr—rtray ieasea a rectuested by OWNERy which CONTRALTO -and Tl Asti}aly ar is required to purchase and maintain in accordance with paragraphs 5.4. S;o-end§.-7. 1Wconstruction 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 ENGINTER 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 26, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Documents Application for Payment before any work at the site begins a conference attended by CONTRACTOR, ENGINEER and others as designated by OWNER. will be held to review or acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. a d 'v' 1 - General Reouirame tr1.5. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. 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 Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTORs full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3—CONTRACT DOCUMENTS: 0TENT, AMF24)ING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concernirsg the Work. The Contract Documents are cm ompleentary; 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 intent of the Contract Documents to EJCDCOEMLAL CONDITIONS 1910.9 (1990 Edition) wF CITY OF FORT COLLINS MODIFICATIONS (ith`V 4/2000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resohing Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes 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. It during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) urttil 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 pamgaph 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 not specifically incorporated by reference in the Contract Documents); or 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 ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the fumisbing or performance of the Work 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 ENGINEER 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 specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract 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, 3.52. a Change Order (pursuant to paragraph 10.4), or EJCDC GEi TERM. CONDITIONS 19105 (1990 &duct) w/ CITY OF FORT COLLINS MOD*ICATIONS ¢tEV 4/2000) 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), 3.62. ENGINEWs approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6,27). or 3.6.3. ENGDMER!s written interpretation or clarification (pursuant to paragraph 9A). Reuse ojDocumentr. 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER 6) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thercof) prepared by or bcaring 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--AVAILABILITY OF LANDS; SUBSURFACE ANNM P111SICAL CONDITIONS; REFERENCE POINTS Availability! ofL,ands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be perforated, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR �Tpori rascabk witten rt: k-and-���n-d�f�tlte lands—ttpoa—w#nieln--tfra—W�r� as—to-#�-pe�fermad-innd GWiamhmlale Laws and Regulatiops, �I1 Rs vnterest thercirn$s-aeeesssry f giving-•matiee of of s Iien-ageit�st sitel3—lands-rx OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so firnished with which CONTRACTOR will have to comply in performing the Work. 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. 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 furnishing these lands, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles I 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 Drawings: Reference is made to the Supplementary Conditions for identification of: 42.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.12. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4.2.2. Limited Reliance by COArMCTOR Authorized,• T'edrizical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings arc not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1, 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 2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings or 4.22.3, any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interprelations, opinions or information 42.3. Notice of Dijj'eriurg Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to tlic 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 4.2.I and 4.22 is materially inaccurate, or 4.232. is of such a nature as to require a change in the Contract Document& or 423.3, differs materially from that shown or EX -Ma NE1tAL CONDITIONS 1910.8 (1999 E(ition) cot CITY OF FORT OOLLINS MODISCAT1ONS (REV -02000) indicated in the Contract Documents, or 42.3.4. 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 Documents; then CONTRACTOR shack, pro aaptly immediately 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 yoragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER's Review: 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 ENGfN7EER's findings and conclusions. 4.2.5. Possible Contract Documents 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 Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 42.6. Possible Price and Times A#ustmentr: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cost of, or time required for performance ol; the Work; subject, however, to the following: 42.6.1. such condition must meet any one or more of the categories described in Varagraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.1 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; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 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 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 $36.44 514,576.00 Includes Replacement With Class 5 Base Course 203.03 Finish Grading For Landscaping 39,598.00 SF $0.32 512,671.36 203.03 Import Non Amended Topsoil For Native Seed Areas (6") 300.00 CY $35.81 $10,743.00 306.00 Reconditioning (12Inch) 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 1. Concrete Flatwork -112.00 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 $21,249.00 603.01 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 $7,616.65 609.03 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 (1' 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 S22.46 546,043.00 609.03 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 K. Aaareaate Base Total Price for above 1. Concrete Flatwork Items: Course $517,306.75 210.00 Adjust Manhole 4.00 EACH $430.50 $1,722.00 304.00 Aggregate Base Course (Class 5 Or 6) 3,840.00 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 $24.68 512,340.00 Areas (Class 5 Or 6) 403.00 Hot Ma 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 0.50 LS $12,660.00 $6,330.00 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 90.00 SF $14.42 $1,297.80 530.01 Construction Zone Traffic Control 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 539.27 $23,562.00 622.00 Bench with Back 1.00 EACH $5,000.00 $5,000.00 622.01 Stone Seatwall 44.00 LF $648.53 $28,535.32 622.02 Bike Rack 6.00 EACH $1,500.00 $9,000.00 622.03 Corner Bollard 10.00 EACH $510.51 55,105.10 623.03 Irrigation Repair Buckingham Park (IRIA Z) 1.00 LS $12,764.68 $12,764.68 623.05 Irrigation Repair Odell Brewing (IR1.1 X) 1.00 LS $5,387.87 $5,387.87 623.06 Irrigation Repair At Fort Collins Brewery (IR1.1 W) 1.00 LS $5,170.40 $5,170.40 Total Price for above N. Landscaping And Irrigation Sterns: $94,525.37 -Total Price for above Phase 2 (North Side 4f Lincoln) Items: $1,661,130.06 submission of a bid or becoming bound under a negotiated contract, or 4.2.6.4.1 the existence of such condition could reasonably have been discovered or revealed as a result 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 paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree oar 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 i i and 12. However, OWNER, ENGINEER and ENGINEER's Consultants 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 Conrffdons—Underground Facilities: 4.3.1. Shown ot-Indcated: 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 cost 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 paragraph 6.20 and repairintg any, damage thereto resulting from the Work. 4.3.2. Not 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 before farther disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.23). identify the owner of such Underground Facility and EXDCOENERAL CONDITIONS 1910.8 (1990 Mon) WICITY OF FORT COLLI M MODIFICATIONS (REV 42000) give written notice to that owner and to OWNER and ENGP3EER ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the 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 r4ect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shallmay 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 in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated If OWN7ER 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 l I and 12. However, OWNER, ENGINEER and ENGINEER'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. Reference Points: 4.4. OWNER shali provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall pprrotect and preserve the established reference points and droll make no changes or relocations without the prior written approval of OWNER COMRACTOR shall report 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, hazardous Waste or Radioactive Material: 4.5.1. OWNER 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 Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or proppeerty exposed thereto in connection with the Work at tine site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. suetote� in wr�ttr Hlt eansult.. 9�?�s�t$-reteit�-tt�tiali€ad-eK}�t-tereveluttte-suvh CONTRACTOR -hall --not )e-re ttired-te-rresume-Work lead-pee�tt-its-vela#ed-tl�ett� •nnd•-delivered-t© thatsuoh ,ndK,,, and-aay a#fee-tec -,,,,- ,,,4 as-h., mrAffed safe the n Eli) speoify�eny-special-c-onditiorts-undef which -such safelu _ rearss-to--eratitlet3tertt--to-er �ttuertt-i€ an3 -itt ttr �tsuch specie iah C,)2SITRAGTOR to be resum-d either ""claim-therefor-as-pr�rvided-in 4-54 if after- receipt of such speeial-w6ttair-� F,QNTTRAG QR--does not-agfee4a resume such -work- Ze bens then- OWN ordermus}v PC on -of tkte-i�-Eien-tvit#t-sttedt-hersrdaus l -fr<am egreaes-tortwttitlemettt-to-er the-stttount-�erttant-of an either pttrty easy -nth a a -la ant tharafor es provided-itrt v-�W?dER's-overt €ernes errethers-in-eocercitirtea-wElt :Atticia-�- RnWWiern; OW.'ER--s}tall-indevttnify-$n-I-#teld Itar�xtless-•-•=---C-813�FRAEiT4R. -egantsr--et#ter oc»�r#ants-ttrtcl- subeoxitFastors- �each -arid• -say reef theta•-frc3rn-end-erainst-all-e}sims,-casts,--aosves-and datttegcs_arising-eu't-oi or-r"esiiltir3g ffoFYi-Sucl3 east,-less-car-�lamaea-is-stteibutel�le-te boc#ily-injury; egfi4ist the umisequences of that PeFseds or entity's- �ludirtg--the--loss •-eC-•-rae�tltar>$-therrai�em;--erg f ii}nethir� `:>3-'this--subparagrsplt- 4-5: 4-yhsll-obligate (�W?�R-#o-iadertinify-ciny-pat�ort- E>x-entity-ffartt-and owrtrtegligenee: errreveal �a n4 .«tea _ �-ae ..;ts EXI)CQENEM CONDIT OM 1910-8 (1990 E(itim) cur i1TY OF FORT OOLUNS MODIFICATIONS (RhV 4l2000) 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 Price as security for the faithful performance and payment of all CONTRACTOR's obligations under 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 by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also Punish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and 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 published in Circular 570 (amended) by the Audit Staff Bureau of Government Financial Operations, U.S. Treace 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 firushed by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 5.3. Licensed Sureties and Insurers; Certificates 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 authorized 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 Conditions, 5.3.2. CONTRACTOR shall deliver to OWNER with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. 0- WINER-s)aall adeliticjrtel-ir>9urecl identified -in mentsty r-'anditieft of evidence 01, by GQN!RAGT-QR CONMCTOR's Liability Insurance: 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 punishing 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 indirectly employed by any, of them to perform or 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 employee benefit acts; 5.4.2. claims for damages because of bodily, injury, occupational sickness vor disease, or death 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; -5444-olairrrs -for-damages--insured--by-customary indirecf stun son fir arw eE#�r-reason; 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 bemuse of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle, The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9 include as additional insureds (subject to any customary exclusion in respect of professional liability), OWNIaZ, ENGINEER ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, 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 speck coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater, 5.4.9. include completed operations insurance, E.ICDC GENERAL CONDITIONS 1910.8 (1990 EC1600 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 5-4-10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5,4-11, contain a provision or endorsement that the coverage afforded will not be cancelled, 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 insunirnce famished by the CONTRACTOR pursuant to paragraph 5.3.2 will so provide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective 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 in effect for at least two ),cars 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 O« and any such additional insured of continuation of such insurance at final payment and one year thereafter). OWNER'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 OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents, Properly Insurance: TInles rrgp3e+rrarEEary` OWNE R- s.n^'.11--rs#tse ertd ttnaein at the site in the ame ,�,: -;b� azxli -r eof'{stEa�jest'�a"St�kt dedustibltZ-erneunts-its-rnQ b ,..,d a the Stray--Corx�tiems--or--r�ecntir+ed-boy--�.�va-end Regulations):-?tis,imurance sltall-. S:�k.-ino'n�—tlne• per ertEibias-ider}Eifiecl-ut , ash of-whrxrr is 3zertteckio-have-arrinsznrsbleinteresE andslneH-be-listed es-arn�lor--additional-censured; Rc*.-c—ac-irTritisz-c�r-e�nnacrr v�—$l �-bF hey ff*M .1- sloe& at-least-incl rk- tliC-f01iC! a, eliti snr-slid-zntsloustia__e'-l-�.'i'aYYE 2t�--1F2-4--rep'8tF-ttr {;;;eluding butaiet �; eF of s vas seed-te iri wing by Wiled- rat-stied;'-mn '34`rB�FEE12 ar�d � •4 IY! •� � ! M� 1. i• Jim- 0,17--mmw. a Al :a sa- a is _ f ss^ Z. •, 1 c � •• M - 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in iri;lie Supplements eC 4 will be befne suck -lass and if-4q)� eeven -•within-the--limi t-�pur�asei's �rexpeiise EICDCOENEEL L CONDITIONS 1910-9 (1990 E(fitim) 10 WICITYOFFORTCOLLINSMODIFICATIONS (REVd/1000) �..s'�r��is,�l��T!r�.-�s.� �.�;re�•�!',e,°4.0+.•�.n+!r�r.!rl� ' t}re!d�-�ereutxite: W-imd-iwnts for all !osses and any--ETA-t17C-�IBJi1S--�0Qt<ErCd- Sua{l-�K111618S-arld-HFSy C-0tYsiltant$ a iad i and damages so wain sueh (9ayab}B uiide;r-ally jiB116y-SP-I54tleE% eg"Ist GONTRAG.---• �kibE6Fitf8E� Ss �lays�s"9iad-Agent9"���t"gl' yof use tlr—'6tfiefxterida�g arisengttt c�€ or resultiri 'frelrt €se-l-OF perk wk�at;:>ar-�r-rtc�t �r3suradd�V�FFR;-art�i age to tba-eemplowd resttltiiefft €ara of pail thefoof by Qvlwu �,r-i�--pa�iat—+,tit;�tia. past+ant to p� pu€sttmit-te-pera airy-less,,dait} a Ram 1-i4ae--n9-Plgkit5-9� receFy-aga�st-any--olrCF}?Iq'-I�t1GTOR; �,ubeortiraetors; T SSG Receipt andApplieation oflnsuranceProceeds: 5.12. Any insured loss under 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 insureds, 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 account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach If no other speciral 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 writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers « .a a nWs � Qusia.^j Mtn. l 3 & R .,ate. tie Acceptance of Bonds and Insurance; Option to Replace: 5.14, If OWNER has any objection to the coverage afforded by or other provisions of the Bonds-er insurance required to be purchased and maintained by then CONTRACTOR in accordance with Article i'zthe basins of non-conformance with the Contract Documents. the e a,other-p" OWNER will 11tL1tY CONTRACTOR in writing within tentfiftee days after reee* delivery of the certificates (aF etheF idattee regtaestedj to OWNER as required by paragraph 2.7, etl ter -such-•additions}-iR€'et�tation-itt-fesp�-o€-insurartse pre�idc�-•estha--c�thef- ither f�srty^-�kxs-not-p�c�nsse-ar-•nta' arnd u:surflrtca--sac;uirad—of—such -- pAtiy—by—tha— F•ar�trnct writing er-Ea-the start-�l'tlre thercl eaveta�e—Wit#isut-pFelacfise-te-ert7-ot)�t d��amedy; -the-ethaF-};arty-s}ay-elect-ae-tvbtairr-edgtivalett tc�preEeeE-•such'enter-p�t}�s-ir:ttrest9-st the tcparcu•af the eaty wwlre was rediuved iv-provAa-such Partial L7tiliiution—Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EKDC OENERAL CONDITIONS 1910-8 (1990 Edtim) w/ CITY OF FORT C OLLI M MODIFICATIONS n-V 42000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14,10, provided that no such use or occupancy shall 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 insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES Supennsion and Superintendence: 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 Contact 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 expressly 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 progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances The superintendent will be CONTRACTOR' 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, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the 'v's'ork as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNERS written consent given7 after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGI1,TEER no less than 48 hours in advance of arty Wort; to be performed on Saturday, Sunday. Holidays or outside the Regular Working Holm. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall fonish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6.4.1. PurchasinL Restrictions: CONTRACTOR must comply with the Citv's purchasinL restrictions. A cogy of the resalu gM are available for review in the offices of the Purchasing and RiskManagement Division or the Citv Clerk's office. 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certifv that the cement was not made in cement kilns that bum hazardous waste as a fuel. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the tract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by �IGMFR, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in tlx: Contract Documents. Progress.Sche&de: 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 extent indicated in paragraph2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones), Such adjustments will conforni 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 in 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. &bstitutesand "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is specified 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 intended to establish the type. function and quality required. Unless the specification or description EJCDC GEMM CONDIT ION51910.9 (1990 E(itim) 12 w1C ITY OF FORT COLLIN'S MODIFICATIONS (REV 4no0U) 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 followirng circumstances: 6.7.1.1. "Or -Equal". If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or al" item, in which case review and approval of the proposed item may, in ENGINIER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGLNTER'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 ENGENTE-R will include the following as supplemented in the General Requirements and as hNGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER 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 1-'NGINEER 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 considered by ENGINEER in evaluating the proposed substitute. ENGINEER ma}' require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Subs,htute Consbuction Method, or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINTEER will bethe sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by 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 Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. U. Concerning Subcontractors, Suppliers and Uthers. 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to famish or perform am of the Work against whom CONTRACTOR has reasonable objection. EJCDC OE1IEM CONDITIONS 19104 (1990 Edtim) wtCITY OFFORT COLLINS MODIFICATIONS (REV 40000) 6.9, CONTRACTOR shall verfonn not less than 20 percent of the Work with its own forces (that isl without subcontracting). The 20 percent requirement shall be urde stpod to refer to the Work the value of which totals not less than 20 percent of the Contract Price_ 6.8.2. I tlte-uppkmantery-Gonditicans Biddins Documents require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER in- advanft--the-specified date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER,- and--i€ G0!-FFRM_40R has submitted a list thereef in aec�f3anse-with-the-SupplementaFy �-ertditionsti. OWNER's or ENGINEER's acceptance (either in writitng cc by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any sucl#-dk36fi6n�� F basis -of reasonable- object ion�atierdue-inv_stigatien; _4 submit aer- r�ee-mill-be adjusted Fly tlnc dt suolu-substitution- and-a"pp ropriate-F�nanlae-Order AW constitute a condition of the Contract recpuiring the use of the named subcontractors, suppliers or other persons or orzan ization on the Work unless prior wntten aopgoval is obtained from OWNER and ENGINEER. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any tight of OWNER or ENGINEER to reject defective Work. 69.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organizations nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGINEER may furnish to any subcontractor, supplier or other tx rson or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTORS "Applications for Payment". 13 6.92 CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organimtions performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions and scctions 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 performed for CONTRACTOR by a Subconhactor or Supplier will be pursuant to an appropriate agrecment between CONTRACTOR and the Subcontractor 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. Wheneverany strshagreement Wed as pp� xyc_�pertyr-insura ;e-prowir3ed--ia A"""a prrr—F3--9F r7.�17, trio a wfnepA r.......een the C--ONT-RAC-TOR-aml-the-Sub,, rm aetor-crr-Supplier--will walvos all :, o' again OIAIP o CA4NFTRAGT-( n e�1it to ' rent say-eftit�perilscovered-by the �Vok. : icies-regt'ire to be signed by aky eentnewr ef Patent Fees and Roralties: 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, prods, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER. or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest e..,dent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNFII2, ENTGWEER, ENGINFER's Consultants 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 irt&ingement of patent rights or copyrights incident to the use in the performanceof the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract DoLunients. EJCDCOENERAL CONDITIONS 1910-8 (1990 Edition) 14 w(CITYOFFORT COLLINS MMIFICATIONS (REV 4n000) Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and Iieenscs. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. LansandReguladons: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER small be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14 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 therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2. Tares: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the plan; 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 taxes on materials to be errmanently incorporated into the project. Said taxes shall not be included in the Contract Price. Address: Colorado Department of Revenue State Capital Annex 1375 Sherman Street Denver Colorado 80261 Sales and Use Taxes for the State of Colorado. Regional Transportation District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification of Exemption - All apRllicable Sales and Use Taxes (including State collected taxes), on anv items other than construction and buildim materials physically uicorporated into the go --are—,-- -e aid by CONTRACTOR and _are _to be tncluded in ap o� bid items. Use of Premises.• 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 shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full re5pansibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting tiom the performance of the Work. Should any claim be made by any such owner or occupant because of the performancee of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER.. ENGINMER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages nrisirg out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER ENGINEER or any other party 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 free from accumulations of waste materials, rubbish and other debris resulting from the Work At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that aril] endanger it. Record Documents: EXDC GENERAL CONDITIONS 1910-8 (1990 Mon) w/ CITY OF FORT OOLLINS MODIFICATIONS ft-V 412000) 6.19. CONTRACTOR slmall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9A) in good order and annotated to show all changes made during construction These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. .Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety ol; and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.1 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 construction. 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 them, 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 part, by CONTRACTOR any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of than to perform or furnish any of the Work or anyone for whose 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 ENGTNEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not 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 duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice 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). 6.21. Safety Representative: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies: 6.23, In emergencies 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 or ENGINEER, 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 change in the Contract Documents is required because of the action taken by CON" TRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Samples; 6.24.1. CONTRACTOR shall submit Shop Drawings to 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 quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equtipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by Paragraph 6.26. 6-24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited 16 EJCDC NT GEMMAL COMMONS 1910-8 (1990 Editim) wt C1TY OF FORT COLLINS MODIFICATIONS (REV 412000) purposes required by paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipppping handling, storage, assembly and installation pertaimmigto the performance of the Work, and 6.25.1.3, 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. 6.252.. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR'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, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by EMGLNEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the infatuation 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. ENGIN°EER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique. sequence or procedure of