Loading...
HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - RFP - 8214 CM/GC FOR LINCOLN CORRIDOR PROJECT (4)PROJECT MANUAL FOR City of F6rt Collins 1400*0� LINCOLN AVENUE CORRIDOR - Phase 5 CIVIL DESIGN ENGINEER T INTERWEST CONSULTING GROUP LANDSCAPE ARCHITECT GENERAL CONTRACTOR CONSTRUCTION MANAGER dilesco Project & Construction Services APRIL 20, 2017 Connell Resources, Inc. 7785 Highland Meadows Pkwy, #100 Fort Collins, CO 80528 Phone: (970) 223-3151 Fax: (970) 223-3191 Estimator: Roland Tremble BUDGET FOR COST Submitted To: City Of Fort Collins - Engineering Address: 281 North College Avenue Fort Collins, CO 80522 Contact. Brad Buckman Phone: 970-221-66227 Fax: 970-221-6378 Budget Title: Budget Number: Project Location: Project City, State: Engineer/Architect: Date: 4/ 14/2017 Lincoln Corridor 1st To Lemay WO 5 Lincoln Ave From Lemay To 1st Street Fort Collins, CO Interwest Consulting Group We have prepared for your information the following items for budget evaluation purposes for the referenced project. This budget includes conceptual quantities, resource costs, scope -of -work and schedules and therefore may not completely represent all items of work or cost ultimately necessary for completion of the project. This budget was prepared using reasonable skill and judgment, but is not an offer to perform the Work described. Item # Item Description Estimated Quantity Unit Unit Price Total Price 214.99 Landscape And Irrigation Changes From 65-90 Percent 1.00 LS $109,779.14 $109,779.14 Drawings See Attached From Mill Brothers $102,597.33+ Profit (6%)=6155.84 +bond (1%) =1025.97 Phase 3 (Medians And Landscaping) Total Price for above Items: $109,779.14 900 Overhead 8% 1.00 LS $123,331.94 $123,331.94 Profit 6% A. General Total 14% Of Cost Conditions 203.00 Potholing 30.00 EACH $178.27 $5,348.10 626.02 Management Project Manager 12.00 DY $867.67 $10,412.04 626.03 Management Site Manager 12.00 WK $2,572.88 $30,874.56 626.04 Management Project Engineer 34.00 DY $386.28 $13,133.52 626.05 Field Office Expenses, Including Electrical Hook Up, 12.00 WK $793.73 $9,524.76 Portable Toilets (3) Cell Phone For Public Information, And Construction Water Meter Daily Rental Cost 626.06 Winter Protection Allowance 0.00 LS $15,773.91 $0.00 626.07 Concrete Paving Allowance 0.20 LS $40,000.00 $8,000.00 626.07 Electrical Allowance 0.20 LS $40,000.00 $8,000.00 626.07 Traffic Control Allowance 0.20 LS $20,000.00 $4,000.00 630.00 Construction Surveying Lemay To 1st Street 0.20 LS $54,150.00 $10,830.00 901 Bond 0.20 LS $44,967.88 $8,993.58 Total Price for above A. General Conditions Items: $109,116.56 B. Removals 202.07 Removal Of Temporary Asphalt Mat C. Erosion 208.01 Control Erosion Control (SWMP, Inspections, ECS) 208.05 Erosion Control (Concrete Washout) Includes Removal 208.07 Erosion Control (Street Sweeping) 208.09 Erosion Control (Maintenance Allowance) D. Earthwork 203.04 Excavate For Topsoil In Medians 1. Concrete Flatwork 609.00 Outfall Median Curb And Gutter (1' Gutter) 609.06 Median Curb (2nd Curb) 2,700.00 SY $ 7.44 Total Price for above B. Removals Items: $20,088.00 $20,088.00 6.00 DY $386.28 $2,317.68 1.00 EACH $3,072.99 $3,072.99 50.00 HR $150.00 $7,500.00 12.00 WK $581.97 $6,983.64 Total Price for above C. Erosion Control Items: $19,874.31 16,270,00 SF $0.75 $12,202.50 Total Price for above D. Earthwork Items: $12,202.50 1,750.00 LF $18.30 $32,025.00 1,750.00 LF $25.34 $44,345.00 Lincoln Corridor 1st To Lemay WO 5 Page 1 of 3 M 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 6" HMA + 81/2" PCC+ ESAL = 2,423,600 6" ABC+ 12" MTS 12" MTS INTERW EST 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 INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 6 CTL I T PROJECT NO. FC07102-125 be scarified a minimum of 12 inches deep, moisture conditioned to within 2 per- cent of optimum moisture content and compacted to at least 95 percent of stand- ard Proctor maximum dry density (ASTM D 698, AASHTO T99). Preparation of the subgrade should extend from back -of walk to back -of -walk where feasible. Further recommendations for conventional moisture treatment and compaction, as well as materials and construction recommendations, are presented in Ap- pendix C. These criteria were developed from analysis of the field and laboratory da- ta, our experience and LCUASS requirements. If the materials cannot meet these requirements, our pavement recommendations should be re-evaluated based upon available materials. The use of recycled materials, such as recycled asphalt pavement (RAP) and recycled concrete may be used in place of aggre- gate base course provided they meet minimum R-values and gradations estab- lished by LCUASS and CDOT. Materials planned for construction should be submitted and the applicable laboratory tests performed to verify compliance with the specifications. Scarification and recompaction of the upper 12 inches of subgrade soils should occur as close to the time of pavement construction as possible. The final subgrade surface must be protected from excessive drying or wetting until such time as the pavement section is constructed. Maintaining moisture contents near optimum will be critical to avoid excessive deflections, rutting and pumping of the subgrade during subgrade preparation of streets. MAINTENANCE Routine maintenance, such as sealing and repair of cracks, is necessary to achieve the long-term life of a pavement system. We recommend a preven- INTERW EST 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 backfi!I 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) Spencer Geotechr INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 9 CTL I T PROJECT NO FC07102-125 APPROXIMATE SCALE: 1 "=250' 0 125' 250' CID N U) U -0 U) N -a CY) TH-3 TH-1 TH-2 Cache la Poudre River INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 TH---4 TH-6 Lincoln Avenue LEGEND: TH-1 INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING Sig Locations of Exploratory Borings FIGURE 1 LEGEND: TH-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 7/12 8/12 12/12 1 12 2/ 11/12 5i12 ;00WC=22.5 DD-99 WC=11.1 DD=115 WC=2L6 LL=50 PI=20 _ WC=B 3 D0= WC=18.0 DD=111 sv=a 1 SAND, CLAYEY, SILTY WITH OCCASIONAL LAYERS OF GRAVEL AND CLAY, MOIST, VERY _ sw=os ss=o 030 LL=23 PI=6 -2110=39 -200=32 7/12 32/12 0 P LL=3o P1=14 -200=24 sS=<0.01 LOOSE TO MEDIUM DENSE, LIGHT BROWN TO DARK BROWN (SC, CL) : Q 9/12 3/12 WC=10.6 3/12 4/12 WC=12.9 we=19o _ % 24/12 4/12 5 5 i} • LL=28 PI=14 -200=26 DD=125 SW=0.1 : >? DD=106 SW=3.2 SS=0.050 Q = {J SAND, GRAVELLY WITH COBBLES, RELATIVELY CLEAN TO SLIGHTLY CLAYEY, SLIGHTLY o . SS=0.010 Q 0 O a MOIST, LOOSE TO VERY DENSE, LIGHT BROWN (SP, SW -SC) DRIVE SAMPLE. THE SYMBOL 5/12 INDICATES 5 BLOWS OF A 140-POUND HAMMER 30/12 3/12 :r? 40!12 O 50/10 00 40/12 �D 35/12 FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5 INCH O.D. SAMPLER 12 INCHES. �'. 1 10 DRIVE SAMPLE. THE SYMBOL INDICATES BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.0-INCH O.D. SAMPLER INCHES. 15 15 w w w w w 20 20 = a d w w 0 NOTES: 25 25 1 BORINGS WERE DRILLED ON SEPTEMBER 18,2015, ILCH DIAMETER CONTINUOUS -FLIGHT GHT AUGERS AND A TRUCK -MOUNTED DRILL RIG. 2. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. 30 30 3 DD - INDICATES DRY DENSITY (PCF).WC INDICATES MOISTURE -200 - INDICATES PASSING NO. 200 SIEVE (%). LL - INDICATES LIQUID LIMIT, PI INDICATES PLASTICITY INDEX. UC - INDICATES UNCONFINED COMPRESSIVE STRENGTH (pso. SS - INDICATES SOLUBLE SULFATE CONTENT (%). 35 35 SW - INDICATES SWELL WHEN WETTED UNDER APPROXIMATE OVERBURDEN PRESSURE (%). _40 40 1 Summary Logs of Exploratory Borings INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS FIGURE 2 CTL I T PROJECT NO. FC07102-125 R1 APPENDIX A RESULTS OF LABORATORY TESTING 3 2 1 z 0 Ou') A - z Q x W 0 Z -2 O 0) coo 0� -3 a 0 U -4 0.1 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) From TH - 1 AT 2 FEET 3 2 1 z O 0 F5 z Q a x 1 W 0 z O -2 N W W n- -3 E O u O EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 1.0 10 DRY UNIT WEIGHT= MOISTURE CONTENT= -4 0.1 1.0 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 100 99 PCF EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 10 100 DRY UNIT WEIGHT= 125 PCF MOISTURE CONTENT= 12.9 % Swell Consolidation FIGURE A-1 6 s 4 3 2 1 0 -1 -2 -3 z O -4 F) z a a X -5 W 0 z O -6 N cn W W a -7 2 O V -6 0.1 1.0 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 Ij 100 DRY UNIT WEIGHT= 106 PCF MOISTURE CONTENT= 19.0 % Swell Consolidation Test Results FIGURE A-2 K. Aggregate Total Price for above J. Concrete Flatwork Items: Base Course $76,370.00 403.01 Hot Mix Asphalt Temporary Through Medians (4") 350.00 TON $80.14 $28,049.00 (Grading S) (75) (PG 64-22) 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64-28) 700.00 TON $74.16 $51,912.00 Lincoln Main Line Paving Top Lift (2") 403.02 Hot Mix Asphalt (Grading S) (100) (PG 64-28) 100.00 TON $115.96 $11,596.00 Top Lift Paver Patch Lemay Areas L. Traffic Control Total Price for above K. Aggregate Base Course Items: $91,557.00 630.01 Construction Zone Traffic Control 0.20 LS $186,481.50 $37,296.30 N. Landscaping Total Price for above L. Traffic Control Items: And Irrigation $37,296.30 212.00 Sod 70,910.00 SF $0.47 $33,327.70 212.01 Steel Edging 200.00 LF $7.27 $1,454.00 212.03 Native Seeding 33,250.00 SF $0.36 $11,970.00 212.04 Planter Pots (colored concrete) 4.00 EACH $1,772.47 $7,089.88 213.00 Sandstone Mulch 2" - 4" Dia, 6" Depth Over Weed Fabric 1,387.00 CF $8.71 $12,080.77 (median) 2470 SF 213.01 3" D Shredded Redwood Mulch (Median) 990.00 CF $5.70 $5,643.00 3934 SF 213.01 3" D Shredded Redwood Mulch (parkway) 1,755.00 CF $5.70 $10,003.50 7015 SF 213.02 6"-12" Cobble, Over Weed Barrier (parkway) 2,565.00 SF $5.76 $14,774.40 213.03 Landscape Boulders (median) 19.00 EACH $53.74 $1,021.06 Salvage Store And Reset 213.03 Landscape Boulders (Median) 31.00 EACH $413.73 $12,825.63 Type A 24"h 24"w 481 213.03 Landscape Boulders (Median) 25.00 EACH $206.87 $5,171.75 Type B 24"h 24"w 36"1 213.03 Landscape Boulders (Median) 31.00 EACH $136.53 $4,232.43 Type C 24"h 24"w 24"1 213.03 Landscape Boulders (parkway) 4.00 EACH $413.73 $1,654.92 Type A 24"h 24"w 481 213.04 1.5"-3" Tan River Rock 3" Depth, Over Weed Barrier 1,075.00 CF $4.70 $5,052.50 (median) 214.01 Deciduous Shrub, #5 Cont 451.00 EACH $62.76 $28,304.76 214.02 6"-12" Cobble, Over Weed Barrier Tan/Beige 5,791.00 SF $5.76 $33,356.16 Color(median) 214.02 Coniferous Shrub, #5 Cont 35.00 EACH $183.56 $6,424.60 214.03 Ornamental Grasses #1 Cont 407.00 EACH $23.41 $9,527.87 214.04 Perenials #1 Cont 277.00 EACH $22.37 $6,196.49 214.05 Deciduous Shade Tree (Northern Catalpa) 3" Cal B+B 3.00 EACH $681.83 $2,045.49 214.05 Deciduous Shade Tree (Northern Catalpa) 3" Cal B+B 9.00 EACH $681.83 $6,136.47 214.06 Deciduous Shade Tree (Northern Hackberry) 3" Cal, B&B 1.00 EACH $681.83 $681.83 214.06 Deciduous Shade Tree (Northern Hackberry) 3" Cal. B&B 12.00 EACH $681.83 $8,181.96 214.07 Deciduous Shade Tree (Shade Master Honey Locust) 2" 9.00 EACH $470.39 $4,233.51 Cal B&B 214.07 Deciduous Shade Tree (Shade Master Honey Locust) 2" 4.00 EACH $470.39 $1,881.56 Cal B&B 214.08 Deciduous Shade Tree (Espresso Kentucky Coffee Tree) 11.00 EACH $470.39 $5,174.29 2" Cal. B&B 214.08 Deciduous Shade Tree (Espresso Kentucky Coffee Tree) 3.00 EACH $470.39 $1,411.17 2" Cal. B&B 214.09 Deciduous Shade Tree (Chinkapin Oak) 2" Cal. B&B 17.00 EACH $470.39 $7,996.63 214.09 Deciduous Shade Tree (Chinkapin Oak) 2" Cal. B&B 3.00 EACH $470.39 $1,411.17 214.10 Ornamental Tree (Red Barron Crabapple) 2" Cal B&B 4.00 EACH $463.43 $1,853.72 214.10 Ornamental Tree (Red Barron Crabapple) 2" Cal B&B 9.00 EACH $463.43 $4,170.87 214.11 Ornamental Tree (Japanese Tree Lilac) 2" Cal B&B 10.00 EACH $463.43 $4,634.30 Lincoln Corridor 1st To Lemay WO 5 Page 2 of 3 7 6 5 4 3 2 1 0 -2 -3 z O -4 V5 z Q a X -5 W 0 z _O -6 N W W IL -7 2 O U -8 - 0.1 1.0 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 8 AT 2 FEET INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 0 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 ., 11 1/ 1 •, , , 22 IMMMMIMIMMM MIMES MEW COMIC MIMMMMMMM MI Lis , CC ssuc UUM 102 11 1 II 11 11• 1 1 1 •1 1 1 11 CLAY (PLASTIC) TOSILT • ®®®®®® Sample of From 25 45 100 90 80 i 70 En a 60 z cw1 50 w a 40 30 20 10 0 .001 C HR. 7 f MIN. 15 -'-- 0. C Sample of From INTERWEST C LINCOLN CORI CTL I T PROJE No Text �Mill01121011111001= �11100=01=111=1111n -a—a on on on 22111 lio'ST , CLAY (PLASTIC) TO SILT (NON -PLASTIC) .•- .• Sample of SAND, CLAYEY, GRAVELLY (SC) 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-6 800 700 600 500 400 300 N a w 200 U) N w 0.' a z 0 Q100 0 b 0 . I 1 I 1 I 1 I 1 I I ■ 0 10 20 30 40 50 60 70 80 90 "R" VALUE INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 R1 Hveem Stabilometer Test Results FIGURE A-7 TABLE A-1 SUMMARY OF LABORATORY TESTING BORING DEPTH FEET MOISTURE CONTENT % DRY DENSITY PCF ATTERBERG LIMITS SWELL TEST RESULTS' 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-5 2 21.6 1 1 50 20 1 32 ISAND, CLAYEY SC TH-6 4 19.0 106 3.2 150 0.05 FILL, CLAY, SANDY CL TH-7 2 8.3 113 30 14 24 SAND, CLAYEY, GRAVELLY SC TH-8 2 18.0 111 0.1 1 150 1 1 <0.01 SAND, CLAYEY SC ' NEGATIVE VALUE INDICATES COMPRESSION. INTERWEST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTLIT PROJECT NO. FC07102-125 R1 Page 1 of 1 PAVEMENT DESIGN CALCULATIONS 11/1,1g15 PaveXpr---- 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 httpllapp.pavexpressdesign.coml?username=bm oran@ctlthom pson.com&payload=%7B%22reportlD%22%3A%223121%22%2C%22action%22%3A%22getReportDetai Is%22%7D&authentication=5a53a44bc6b51... 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. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-1 CTL I T PROJECT NO. F007102-125 Item # Item Description Estimated Quantity Unit Unit Price Total Price 214.11 Ornamental Tree (Japanese Tree Lilac) 2" Cal B&B 8.00 EACH $463.43 $3,707.44 214.12 Ornamental Tree (Crimson Spire Oak) 2" Cal B&B 9.00 EACH $463.43 $4,170.87 214.13 Coniferous Tree (Cologreen Juniper) 5 Ft Height 10.00 EACH $399.51 $3,995.10 214.14 Amended Topsoil (Median) 1,617.00 CY $40.38 $65,294.46 Includes 4 CY Compost 36" Deep Throughout Median Planting Area 214.14 Amended Topsoil (parkway) 1,313.00 CY $40.38 $53,018.94 Assumes 4 CY / 1000 SF 70910 SF 622.04 Median Bollard 42.00 EACH $510.51 $21,441.42 623.01 Point Source Drip irrigation to median planting areas 16,195.00 SF $0.39 $6,316.05 623.01 Point Source Drip irrigation to street planting areas 9,200.00 SF $0.39 $3,588.00 623.02 Drip Irrigation To Trees Median 50.00 EACH $35.74 $1,787.00 623.02 Drip Irrigation To Trees Parkway 73.00 EACH $35.74 $2,609.02 623.08 Irrigation to Planter Pots 4.00 EACH $35.74 $142.96 623.08 Spray Irrigation to Sodded Areas 70,910.00 SF $1.25 $88,637.50 Total Price for above N. Landscaping And Irrigation Items: $514,633.15 Total Price for above Phase 3 (Medians And Landscaping) Items: $1,004,469.76 Total Bid Price: $1,114,248.90 Lincoln Corridor 1st To Lemay WO 5 Page 3 of 3 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 mob 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- INTERW EST 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 245°F for mixes containing PG 64-22 asphalt, and 290OF for mixes containing polymer -modified asphalt. The breakdown compaction should be completed before the HMA temperature drops 20°F. 9. Wearing surface course shall be Grading S or SX for residential roadway classifications and Grading S for collector, arterial, indus- trial, and commercial roadway classifications. 10. The minimum/maximum lift thicknesses for Grade SX shall be 11/2 inches/21/2 inches. The minimum/maximum lift thicknesses for Grade S shall be 2 inches/31/2 inches. The minimum/maximum lift thicknesses for Grade SG shall be 3 inches/5 inches. 11. Joints should be staggered. No joints should be placed within wheel paths. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS C-2 CTL i T PROJECT NO. F007102-125 CcE� 12. HMA should be compacted to between 92 and 96 percent of Maxi- mum Theoretical Density. The surface shall be sealed with a finish roller prior to the mix cooling to 185°F. 13. Placement and compaction of HMA should be observed and tested by a representative of our firm. Placement should not commence until approval of the proof rolling as discussed in the Subgrade Preparation section of this report. Sub base, base course or initial pavement course shall be placed within 48 hours of approval of the proof rolling. If the Contractor fails to place the sub base, base course or initial pavement course within 48 hours or the condition of the subgrade changes due to weather or other conditions, proof roll- ing and correction shall be performed again. Portland Cement Concrete (PCC) Portland cement concrete should consist of Class P of the 2005 CDOT - Standard Specifications for Road and Bridge Construction specifications for normal placement or Class E for fast -track pro- jects. PCC should have a minimum compressive strength of 4,200 psi at 28 days and a minimum modulus of rupture (flexural strength) of 600 psi. Job mix designs are recommended and periodic checks on the lob 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 90°F, or higher. 4. Mixed concrete temperature placed during cold weather should have a temperature between 50OF 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. INTERW EST 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. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS CTL I T PROJECT NO. FC07102-125 APPENDIX D MAINTENANCE PROGRAM MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS A primary cause for deterioration of pavements is oxidative aging resulting in brittle pavements. Tire loads from traffic are necessary to "work" or knead the asphalt concrete to keep it flexible and rejuvenated. Preventive maintenance treatments will typically preserve the original or existing pavement by providing a protective seal or rejuvenating the asphalt binder to extend pavement life. Annual Preventive Maintenance a. Visual pavement evaluations should be performed each spring or fall. b. Reports documenting the progress of distress should be kept current to provide information on effective times to apply pre- ventive maintenance treatments. c. Crack sealing should be performed annually as new cracks ap- pear. 2. 3 to 5 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approxi- mate intervals of 3 to 5 years to reduce oxidative embrittlement problems. b. Typical preventive maintenance treatments include chip seals, fog seals, slurry seals and crack sealing. 3. 5 to 10 Year Corrective Maintenance a. Corrective maintenance may be necessary, as dictated by the pavement condition, to correct rutting, cracking and structurally failed areas. b. Corrective maintenance may include full depth patching, milling and overlays. c. In order for the pavement to provide a 20-year service life, at least one major corrective overlay should be expected. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-1 CTL I T PROJECT NO. FC07102-125 MAINTENANCE RECOMMENDATIONS FOR RIGID PAVEMENTS High traffic volumes create pavement rutting and smooth, polished surfac- es. Preventive maintenance treatments will typically preserve the original or ex- isting pavement by providing a protective seal and improving skid resistance through a new wearing course. Annual Preventive Maintenance a. Visual pavement evaluations should be performed each spring or fall. b. Reports documenting the progress of distress should be kept current to provide information of effective times to apply preven- tive maintenance. c. Crack sealing should be performed annually as new cracks ap- pear. 2. 4 to 8 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approxi- mate intervals of 4 to 8 years to reduce joint deterioration. b. Typical preventive maintenance for rigid pavements includes patching, crack sealing and joint cleaning and sealing. c. Where joint sealants are missing or distressed, resealing is mandatory. 3. 15 to 20 Year Corrective Maintenance a. Corrective maintenance for rigid pavements includes patching and slab replacement to correct subgrade failures, edge dam- age and material failure. b. Asphalt concrete overlays may be required at 15 to 20 year in- tervals to improve the structural capacity of the pavement. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS D-2 CTL I T PROJECT NO. FC07102-125 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 - htto://viviw.fcgov.com/r)urchasing!pdf/dust prevention control manual.pdf. B. Contractor to reference plan documents for limits of adjacent properties, ROW details, and additional restrictions. Issue For Construction July 15, 2016 01 11 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK C. Contractor shall determine staging locations as available on site. Easements shall be maintained to allow access to utilities, as needed. D. Coordinate use of premises under direction of Engineer and Project Manager. E. Assume full responsibility for the protection and safekeeping of products stored on site under this Contract. F. Obtain and pay for the use of additional storage or work areas needed for operations. G. Contractor may use those areas indicated on the drawings for staging and storage and such additional areas as Engineer or Project Manager may designate. 1.4 WORK SEQUENCE A. Construction sequencing shall be by the Contractor. Contractor to coordinate Work sequence to complete all facilities, site work, and off -site improvements in the Contract Time. Coordinate construction schedule and operations with the Engineer. Engineer will assist Contractor in coordinating with utility entities. The contractor shall minimize all outages to occupied spaces and shall coordinate the outages and duration with the Owner a minimum of 7 days prior to commencing work. B. All work sequences shall afford continuity of service which includes water, pedestrian, bicycle and vehicular access. If sidewalks, bikeways or vehicular lanes are to be closed for construction purposes, the Contractor shall provide an alternate route, all weather surface, as a temporary detour until the work area can be permanently restored. The temporary detours shall be provided as part of the Contractor's separate Work Plan submittals to the Engineer. Detour elements can also be shown in the Contractor's Method of Handling Traffic (MHT) or Traffic Control Plan (TCP). C. Construction services performed in accordance with the Agreement and specifications include the following: 1. Sequences other than those specified will be considered by Engineer, provided they afford equivalent continuity of operations and service. 2. Work shall include all items incidental to completion of the project whether or not specifically called for including, but not limited to project coordination, traffic control, existing utility protection, potholing, landscape & irrigation restoration, site repair, asphalt patching, curb, gutter and sidewalk replacement, cleaning and service connections. 3. Alternates: Additive or Deductive Alternates shall be defined as narrative specifications and/or supporting drawings. Any additive or deductive alternate shall include all pricing from contractor. Pricing shall include all overhead and profit. Complete in place construction shall include all labor, materials, equipment, taxes, and fees, and any other incidental expenses not specifically listed. Any such additive or deductive alternate changes will be formally documented through Change Order and Work Change Directive, as necessary. Changes will be processed per EJCDC Article 11. 4. This work will commence immediately upon issuance of Notice to Proceed. Funds for this project have been appropriated. 5. Work shall include all items incidental to completion of the project whether or not specifically called for including, but not limited to traffic control, landscape & tree Issue For Construction July 15, 2016 01 11 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK protection, restoration, site repair, asphalt patching, curb, gutter and sidewalk replacement, yard piping replacement, valve vault replacement, generator building demolition and replacement, electrical and mechanical upgrades, and site cleanup. D. Contract times and comDletion dates shall be per the Construction Agreement included in the Project Manual. E. Working Hours 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 SECTION 00530 NOTICE TO PROCEED Original Bid/RFP Project Number & Name: 8214 CM/GC for Lincoln Corridor Project Description of Work: Summary of Work: To construct Phase 5 of the Lincoln Avenue Corridor Project including all demolition, utility installations, Lincoln Avenue median work, the median landscaping and irrigation. Reference the Lincoln Avenue Corridor construction plans (dated October 7, 2016) and contract documents for further information. Reference the Phase 1-4 construction plans and contract documents for further information. To: Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins, Colorado 80528 This notice is to advise you: That the Contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. Therefore, as the CONTRACTOR for the above described Work and in accordance with paragraph 2.3 of the General Conditions, you are hereby authorized and directed to proceed with the Work to begin on (date). The dates for Substantial Completion and Final Acceptance shall be 20 and _ , 20_, respectively. Dated this day of 20_ City of Fort Collins OWNER : Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20 CONTRACTOR: Connell Resources, Inc. Title: TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK responsibility. Contractor shall take special care not to allow any construction debris to blow onto adjacent property, maintain a clean and clear work site. Contractor shall minimize dust debris throughout the site. 1.7 MAINTENANCE OF TRAFFIC A. Conduct Work to interfere as little as possible with public and school travel, whether vehicular or pedestrian. Prepare detailed traffic control plans for each part of the project as required in Section 01 32 16 — Construction Project Schedules. Traffic control plans shall be prepared by a Certified Traffic Control Supervisor and submitted to the Owner for approval. Whenever it is necessary to cross, close, or obstruct roads, driveways and walks, provide and maintain suitable and safe bridges, detours, or other temporary devices for accommodation of private travel. a. Provide Engineer and Owner a minimum of 48 working hours' notice b. Owner is not responsible for Contractors downtime associated with failure to identify closures and compliance with these requirements. B. Detour Provide, as required, bridges across trenches, barricades, guardrail approaches, lights, signals, signs, and other devices necessary for protection of the Work and public safety. 1.8 BARRICADES AND LIGHTS A. Protect streets, sidewalks, and other public thoroughfares, which are closed to traffic by effective barricades, with acceptable warning signs B. Locate barricades at the street intersecting public thoroughfare on each side of the blocked section. C. Provide suitable barriers, signs, and lights to the extent required to adequately protect the public. D. Provide similar warning signs and lights at obstructions such as material piles and equipment. E. Illuminate barricades and obstructions with warning lights from sunset to sunrise. F. Store materials and conduct work in designated areas only in order to cause the minimum obstruction to the adjacent property owners. G. Install and maintain barricades, signs, lights, and other protective devices in conformity with applicable statutory requirements and, as required by the City of Fort Collins 1.9 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Colorado and acceptable to the Engineer and Owner. B. Contractor to locate and protect survey control and reference points. C. Control datum for survey is that shown on Drawings. Issue For Construction July 15, 2016 01 11 00-4 Ditesco 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 DIVISION 01 — GENERAL REQUIREMENTS 01 13 00 ENVIRONMENTAL CONDITIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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 PART1 GENERAL 1.1 SECTION INCLUDES A. Access to site of work B. Easements and rights -of -way C. Temporary facilities and storage of materials D. Ownership of material E. Use of roads and traffic control F. Protection of property G. Site Maintenance 1.2 ACCESS TO SITE OF WORK Construction access to site of the Work shall be along Lincoln Avenue via Lemay Road, Fort Collins, CO 80524. The Contractor shall not enter private property for any purpose without permission. 1.3 EASEMENTS AND RIGHTS -OF -WAY Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. In the event easements or rights -of -way are not acquired prior to the beginning of construction, the Contractor shall begin Work on such easements and rights -of -way that have been acquired. Owner shall proceed as expeditiously as possible to acquire easements or rights -of -way. Delay in the acquisition of rights -of -way may be cause for unavoidable delay and an extension of Contract Time. 1.4 TEMPORARY FACILITIES AND STORAGE OF MATERIALS Contractor shall provide all temporary staging locations for Contractor's temporary construction facilities and storage of materials and equipment. Confine construction equipment, storage of materials and equipment, and operations of workmen to areas shown on the Contract Documents. If additional area is required for Contractor's temporary construction facilities or storage, Contractor shall provide for all additional lands and access that may be required. 1.5 OWNERSHIP OF MATERIALS All structures or obstructions shown on the Contract Drawings that are not designated to remain in place or are not to be used in the new construction shall be removed to the satisfaction of the Engineer. All material found on the site or removed there from shall remain the property of the Owner unless otherwise indicated. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION Issue For Construction July 15, 2016 01 14 00-1 Ditesco TECHNICAL SPECIFICATIONS 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 Ditescc TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 25 00 MEASUREMENT AND PAYMENT CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR i 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 Ditescc 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 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 29 00 SCHEDULE OF VALUES 1. Each item shall include the direct cost of work. 2. For items on which progress payment will be requested for stored materials, break down value into: a. Cost of materials, delivered and unloaded at site, with taxes paid. b. Total installed value. F. Sum of all values listed in schedule shall equal total Contract Price. 1.4 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Form of submittal shall parallel that of schedule of values, with each item identified same as line item in schedule of values. B. Unit quantity for bulk materials shall include allowance for normal waste. C. Unit values for materials shall be broken down into: 1. Cost of materials delivered and unloaded at Site, with taxes paid. 2. Installation costs. D. Installed unit value multiplied by quantity listed shall equal cost of that item in schedule of values. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 29 00-2 Ditesco SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 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 811. The Contractor shall also contact Utility Notification Center of Colorado (UNCC) at (800) 922-1987 or 811. B. Maintaining utility locate markings is the responsibility of the Contractor. C. Regulations regarding the accuracy of utility location marks are the applicable current laws of the State of Colorado 1.7 UTILITY OUTAGES A. Coordinate all utility outages with the Owner and affected property owners. B. Provide a minimum of 48 hours' notice for any outage. Provide a minimum of 1 week notice for any major outage that is expected to last more than 2 hours. C. Notice shall be provided in writing to Owner and adjacent property owners. Coordinate all outages with approval public relations plan for project. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 31 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 31 19 PROJECT MEETINGS SECTION 01 31 19 — PROJECT MEETINGS PART 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 Ditescc 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 0131 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 3216 CONSTRUCTION PROJECT SCHEDULES SECTION 01 32 16 — CONSTRUCTION PROJECT SCHEDULES PART1 GENERAL 1.1 SECTION INCLUDES A. Requirements B. Format C. Content D. Progress Revisions E. Submittals F. Distribution 1.2 RELATED SECTION A. Section 01 10 00—Summary of Work B. Section 01 25 00—Measurement and Payment C. Section 01 31 19—Project Meetings D. Section 01 33 00—Submittal Procedures E. Section 01 77 00—Close Out Procedures 1.3 REQUIREMENTS A. Within 10 days after Effective Date of Agreement, Contractor shall prepare and submit to Engineer estimated construction progress schedules for the Work, with sub schedules of related activities which are essential to its progress. B. Submit to Owner not less than 10 days prior to beginning Work, a "Detailed Work Plan" for each phase of the project. Detailed Work Plans shall include a Traffic Control Plan, Work Phasing plan, Barricade Plan and miscellaneous other improvements. Schedule review meeting with Owner. C. Submit revised progress schedules with each pay application. D. Owner may require Contractor to add to his equipment, or construction forces, as well as increase the working hours, if operations fall behind schedule at any time during construction period. 1.4 FORMAT A. General schedule format: Conform to ©Primavera P6, critical path method (CPM) scheduling format or approved equal: 1. Base schedule on work days and regular working hours, Monday through Friday 7:00 A.M. to 6:00 P.M. Issue For Construction July 15, 2016 01 32 16-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0132 16 CONSTRUCTION PROJECT SCHEDULES 2. Minimum sheet size: 8 112" 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 Diiesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 3216 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 3216 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 Ditesoo SECTION 00610 PERFORMANCE BOND Bond No. 106698207 KNOW ALL MEN BY THESE PRESENTS: that Connell Resources, Inc. (firm} 7785 Highland Meadows Parkway #100 (address) Fort Collins, CO 80528 (an Individual), (a Partnership), <a Corporation hereinafter referred to as the "Principal' and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square Hartford, CT 06183 Herein after 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 one hundred fourteen thousand two hundred forty eight and ninety cents ($1,114,248.90) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 22nd day of March, 2016, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8214 CM/GC Lincoln Corridor Project — Phase 5. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 0133 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 requi equipment and materials to be furnished under this contras otherwise. B. Submittals C. Contractor Responsibilities D. Submission Requirements E. Disposition of Shop Drawings and Product Data F. Disposition of Samples G. Resubmission Requirements H. Engineer's Duties I. Submittal Schedule 1.2 RELATED SECTIONS A. Section 01 32 16--Construction Project Schedules B. Section 01 45 00—Quality Control C. Section 01 77 00—Close Out Procedures D. Sections for Divisions 1 through 48 - Required Submittals 1.3 SUBMITTALS A. Shop Drawings —Drawings shall be presented in a clear ar 1. Identify details by reference to sheet and detail, scl Contract Drawings. 2. Identify equipment by reference to equipment name Drawings. 3. Scale and Measurements: Make drawings accurat( show the kind, size, arrangement and function of ci 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 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 0133 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 0133 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. Each specification section may still have more than one submittal number for later submissions (i.e., Preliminary O&M Manuals, Final O&M Manuals, etc.). D. Electronic Processing of all Submittals: Shop Drawings and Product Data: All shop drawings and submittals to be submitted and processed electronically through SharePoint site. Contractor to submit and track all submittals through SharePoint site. a. Login and password information will be provided to Contractor by Engineer. E. Accompany each submission with a letter of transmittal showing all information required for identification and checking. Submittals shall contain.- 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 0133 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 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 0133 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 1.9 ENGINEER'S DUTIES A. Review submittals with reasonable promptness and in accord with approved submission schedule provided that each submittal has been called for by the Contract Documents and is stamped by Contractor as indicated above: In the event that Engineer will require more than 7 calendar days to perform a submittal review as requested by Contractor, Engineer shall so notify Contractor or indicate so on the submission schedule. No extensions of time are allowed due to Engineer's delay in reviewing submittals unless all the following criteria are met: a. Engineer has failed to return submittal within 7 days of receipt of the submittal or receipt of said notice, whichever is later b. Contractor demonstrates that delay in progress of the Work was directly attributable to Engineer's failure to return submittal within 7 days. 3. No extensions of time are allowed due to delays in progress of the Work caused by rejection and subsequent resubmission of data, including multiple resubmissions. B. Review drawings and data submitted only for general conformity with Contract Documents: Engineer's review of drawings and data returned marked "Approved As Submitted" or "Exceptions Noted" does not indicate a thorough review of all dimensions, quantities, and details of material, equipment device or items shown. 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 00-5 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 33 00 SUBMITTAL PROCEDURES E. Transmit, unreviewed, to Contractor all copies of submittals received directly from suppliers, manufacturers and subcontractors. 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. Ditesco, LLC Date: By: 1.10 SUBMITTAL SCHEDULE 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 SECTION TITLE PRODUCT DATA NUMBER 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 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 21st day of,-A.�ril , 2017. IN PRESENCE(C)F: a1A Jennifer Lindblad,Witness (Title) \ \ ` I 1 1 ► / / / / (Corporate RC ES � Q- •QpFtATF' �2� —w.O •� — IN PRENWE15F�:, O .� C W- IN PRESENCE F: is Witness (Surety Sea]) Pri ipal Yonnell Resources, Inc. John M Warren, Vice President (Title) 7785 Highland Meadows Pkwy. Suite 100 (Address) Fort Collins, CO 80528 Other Partners Surety Travelers Casualty and Surety Company of America Diane F. Clementson, Attorney -in -Fact One Tower_ Sauare. 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. 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 45 00 QUALITY CONTROL 2. To obtain and handle samples at the project site or at the source of the product to be tested To facilitate inspections and tests 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. 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. 1. Provide all required materials, labor, equipment, water, and power required for testing 2. Perform all tests in presence of Engineer or Owner and provide one copy of field test results to Engineer same day of tests B. Repair with no additional compensation all materials and equipment which fail during testing 1.12 TESTING AND SERVICES SCHEDULE A. Laboratory testing services shall be provided by Contractor for, but shall not be limited to, the following: Specification Type of Material, Equipment Section or 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. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Issue For Construction July 15, 2016 01 45 00-4 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES SECTION 01 52 00 — TEMPORARY CONSTRUCTION FACILITIES PART1 GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Quality Assurance C. Temporary Utilities: Electricity, lighting, heating, ventilating, telephone service, water and sanitary facilities D. Water Control E. Erosion and Sediment Control F. Protection of Installed Work and Property G. Security H. Progress Cleaning 1.2 GENERAL REQUIREMENTS A. Furnish, install and maintain all temporary utilities to assure continuous service except as allowed herein, and remove on completion of Work. Modify and extend systems as work progress requires. B. Furnish, install and maintain all construction aids required for the Work, except as allowed herein, and remove on completion of the Work. C. Furnish, install and maintain fences and barriers as required for protection of the public, property and the Work. D. Contractor shall limit his use of existing roadways and parking lots to only that which are required for completion of Work within this Contract. E. Clean and repair damage caused by temporary installations or use of temporary facilities. Adjacent parking lots, sidewalks, alleys, and neighboring properties shall be protected to prevent damage with all practical means. F. Clean and repair damage caused by temporary installations or use of temporary facilities. 1.3 QUALITY ASSURANCE A. Requirements of Regulatory Agencies 1. Comply with applicable Federal and State rules and regulations, local codes and ordinances. 2. Comply with utility company requirements. Issue For Construction July 15, 2016 01 52 00-1 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 52 00 TEMPORARY CONSTRUCTION FACILITIES 3. Contractor shall notify Owner to obtain inspections of Work and to request service outages (if applicable). 1.4 TEMPORARY ELECTRICITY A. Contractor shall arrange for and pay all costs associated with power service as required for completion of Work and pay all costs for energy used. 1.5 TEMPORARY LIGHTING A. Provide and maintain incandescent lighting for construction operations. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. C. Maintain lighting and provide routine repairs. 1.6 TEMPORARY HEATING A. Provide and pay for all temporary heat as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions of the installation of materials and to protect materials and finishes from damage due to temperature or humidity. B. Portable heaters shall be standard approved units complete with controls. C. Pay all costs of installation, maintenance, operation and removal and for fuel consumed. D. Maintain minimum ambient temperature of 50 F in areas where construction is in progress, unless indicated otherwise in specifications (as applicable). E. Provide temporary heating for all subcontractors as required. 1.7 TEMPORARY VENTILATING A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Provide and pay for temporary ventilation equipment as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials and to protect materials and finishes from damage due to temp or humidity. C. Provide adequate forced ventilation of enclosed areas for curing of installed materials, to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors or gases. D. Portable ventilators shall be standard approved units complete with controls. E. Pay all costs of installation, maintenance, operation and removal and for power consumed. 1.8 TELEPHONE SERVICE A. Provide, maintain and pay for all telephone service as required for completion of Work. 1.9 TEMPORARY WATER SERVICE Issue For Construction July 15, 2016 01 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 Constructic July 15, 2016 TECHNICAL SPECIFICATIONS DIVISION 01 — GENERAL REQUIREMENTS 01 55 00 TRAFFIC CONTROL CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 55 00 TRAFFIC CONTROL (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 ingressfegress 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 SECTION 00615 PAYMENT BOND Bond No. 106698207 KNOW ALL MEN BY THESE PRESENTS: that (firm) Connell Resources, Inc. (address) 7785 Highland Meadows Parkway 4100 Fort Collins, CO 80528 (an Individual), (a Partnership),hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) One Tower Square Hartford, CT 06183 Herein after referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter., referred to as "the OWNER", in the penal sum of One million one hundred fourteen thousand two hundred forty eight and ninety cents ($1,114,248.90) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 22nd day of March. 2016, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8214 CM/GC Lincoln Corridor Project — Phase 5. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying, the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 5713 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 0157 13-1 Di+.esco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 5713 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 57 13 EROSION AND SEDIMENT CONTROL 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 1.5 SHIPPING A. Bearing housings, pipes and other types of openings shall be wrapped or otherwise sealed to prevent contamination by grit and dirt. B. Damage shall be corrected to conform to the requirements of the Contract Documents before the assembly is incorporated into the Work. The Contractor shall bear the costs arising out of dismantling, inspection, repair and reassembly. 1.6 FACTORY -APPLIED COATINGS A. All coatings on all products and equipment shall be intact and free from blemishes and defects. Any blemished or defective coatings shall be repaired at the sole expense of the Contractor responsible for the damage to the Construction Manager's and/or Engineer's approval and in conformance with the manufacturer's recommendations and the Contract Documents. 1.7 STORAGE A. During the interval between the delivery of equipment to the Site and installation, all equipment, unless otherwise specified, shall be stored in an enclosed space affording protection from weather, dust and mechanical damage and providing favorable temperature, humidity and ventilation conditions to ensure against equipment deterioration. Manufacturer's recommendations shall be adhered to in addition to the requirements of the Contract Documents. B. Equipment and materials to be located outdoors may be stored outdoors if approved by the Construction Manager and/or Engineer and if adequately protected against moisture, condensation, sun, temperature, theft, and other outdoor conditions. Equipment shall be stored at least six (6) inches above ground. Temporary power shall be provided to energize space heaters or other heat and/or cooling sources for control of moisture condensation. Space heaters or other heat and/or cooling sources shall be energized without disturbing the sealed enclosure. 1.8 PROTECTION OF EQUIPMENT AFTER INSTALLATION A. After installation, all equipment shall be protected from damage from, including but not limited to, dust, abrasive particles, debris and dirt generated by the placement, chipping, sandblasting, cutting, finishing and grinding of new or existing concrete, terrazzo and metal; and from the fumes, particulate matter, and splatter from welding, brazing and painting of new or existing piping and equipment. 1. As a minimum, vacuum cleaning, blowers with filters, protective shielding, and other dust suppression methods will be required at all times to adequately protect all equipment. 2. During concreting, including finishing, all equipment that may be affected by cement dust must be completely covered. 3. During painting operations, all grease fittings and similar openings shall be covered to prevent the entry of paint. 4. Electrical switchgear, unit substation, and motor load centers shall not be installed until after all concrete work and sandblasting in those areas have been completed and accepted and the ventilation systems installed. B. PVC piping or materials which are to be submerged or buried, shall be installed in locations subject not to exposure to sunlight or more than ambient temperature no earlier than 30 days prior to being placed into service. PART 2 PRODUCTS (NOT USED) Issue For Construction July 15, 2016 01 60 00-2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 0160 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 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 THE CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 73 29 CUTTING AND PATCHING PART 3 - EXECUTION 3.1 INSPECTION 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 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 21st day of April 2017, IN PRESENCE F: Prin pal onnell Resources, Inc. Jennifer Lindblad, Witness John M Warren, Vice President (Title) (CorW?it,`�c01=SOC��' GORPOR• 0 '9 ; _ O. A N IN'PRESE E OFF m 2 SEAL col '/, ORADO ' II11I`` NO P ESFNCE OF: 1 L k: 0 Witness (Surety Seal) (Title) 7785 Highland Meadows Pkwy. Suite 100 (Address) Fort Collins, CO 80528 Other Partners go Surety Travelers Casualty and Surety Company of America By: Diane F. Clementson, Attorney -in -Fact 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. 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 Provide fuel, electricity, water, filters, and other expendables required for start-up of equipment, unless otherwise specified. 1.4 OWNER FURNISHED MATERIALS & RESOURCES A. Owner shall provide sufficient personnel to assist Contractor in the start-up, but the prime responsibility for proper mechanical operation shall belong to Contractor. It will be the Contractor's responsibility to provide all chemicals and laboratory services necessary for the proper operation of the system during testing and start up. Manufacturer's representatives shall be present during initial startup and operation, unless otherwise acceptable to Owner. B. No system, unit process or any piece of equipment shall be started up for continuous operation without the approved Operation and Maintenance Manuals being turned over to the Owner. C. Training shall be provided prior to turning the operation of a system over to the Owner. Training shall include both classroom and field training. The Contractor shall provide advance training materials and agenda a minimum of two days prior to the training session. The Contractor shall schedule training sessions when convenient for Owner. Training sessions shall be a minimum of 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. ManufacturerNendor's Representative shall provide signed "Certificate of Proper Installation" form for all relevant equipment, unless otherwise noted. 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 TECHNICAL SPECIFICATIONS DIVISION 01 —GENERAL REQUIREMENTS 01 77 00 CLOSE OUT PROCEDURES CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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: 1. 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: 1. 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 0178 00 OPERATION AND MAINTENANCE MANUALS SECTION 01 78 00 — OPERATION AND MAINTENANCE MANUALS PART GENERAL 1.1 SECTION INCLUDES A. Operation and maintenance information and instructions shall be provided in accordance with this Specification section and as required in other individual Specification sections of the Project Manual. Operation and maintenance information shall be provided for each system as well as for each maintainable piece of equipment, equipment assembly or subassembly, and material provided under this Contract. B. Contractor must provide submittals within 60 days of startup and testing of equipment. Final O&M Manuals to be provided within 30 days of successful operation of equipment. 1.2 QUALITY ASSURANCE A. Reference Codes and Specifications 1. No current government or commercial specifications or documents apply. 1.3 SUBMITTALS A. Submittal of operation and maintenance information in the O&M Manuals shall conform to this Specification section, Specification Section 01 33 00, and the requirements of the other individual Specification sections included in the Project Manual. B. The Contractor shall submit to the Engineer a sample of the binders, indices, and makeup of the O&M Manuals for review and approval. In addition, the Contractor shall supply a tabular listing of all the operation and maintenance information/instruction materials required for the Work with an appropriate labeling and sequencing scheme for the Engineer's review and approval. C. Prior to the Work reaching 50 percent completion, submit to the Engineer for approval the requisite number of review copies of the O&M Manuals with all specified material. If a resubmittal(s) is required, submit the same number of copies required for the initial review. D. Furnish to the Engineer three (3) review copies of the Operation and Maintenance Manuals (O&M Manuals) containing operational and maintenance information for all equipment and associated control systems furnished and installed. E. Electronic Operation and Maintenance Manual submittal option: For the initial Operation and Maintenance Manual (O&M Manual) submittals except as otherwise noted herein, the Contractor may at his option provide two (2) compact discs (CDs) each containing electronic copies of the documentation in a single portable document format (.pdf) file. The CDs will not be returned; only review comments will be returned. 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. 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. PART PRODUCTS 2.1 FORMAT AND CONTENTS A. Organize each of the O&M Manuals into sections paralleling the equipment Specifications sections in numerical order by the equipment numbers assigned in the Project Manual. 1. Use 3-ring, hard -back binders. 2. A single binder may contain operation and maintenance information/instruction materials for several individual pieces of equipment, equipment assembly or subassembly, and material as appropriate to fill the binder. 3. Label multiple O&M Manual binders as "Volume 1 ", "Volume 2," and so on. 4. Furnish all operation and maintenance information material in the O&M Manuals on 8- 1/2" x 11" commercially printed or typed forms or an alternative format accepted by the Engineer. 5. Punch all loose data for binding. Arrange composition and printing so that punching does not obliterate any data. 6. Print on the cover and binding edge of each volume of the O&M Manuals the Project title, and such other pertinent information as furnished and approved by the Engineer. 7. Include the table of contents for the entire set in each binder, identified by the contents in each volume number. 8. Identify each section of the O&M Manuals using heavy section dividers with reinforced holes and numbered plastic index tabs to permit easy location of desired information. 9. Provide space in the manuals for additional material. 10. In addition to the hard copy O&M Manuals, an electronic version of the O&M must be contained within each binder or set of binders in accordance with Section paragraph 1.3 E.3. B. Prepare and arrange each copy of the O&M Manuals as follows: 1. One copy of the Equipment Maintenance Data Summary Sheet for each item of equipment (see sample form under Part 4 of this Specification section). 2. One copy of the Equipment Preventive Maintenance Data Summary Sheet for each item of equipment (see sample form under Part 4 of this Specification section). 3. One copy of the manufacturer's operating and maintenance instructions for each item of equipment. a. Operating instructions include equipment start-up, normal operation, shutdown, emergency operation and troubleshooting. b. Maintenance instructions include equipment installation, calibration and adjustment, preventive and repair maintenance, lubrication, troubleshooting, parts list and recommended spare parts. 4. List of electrical relay settings and control and alarm contact settings. 5. Electrical interconnection wiring diagram for equipment furnished including all control and lighting systems. 6. One valve schedule giving valve number, location, fluid, and fluid destination for each valve installed. Group all valves in same piping systems together in the schedule. Obtain a sample of the valve numbering system from the Engineer. C. Leave all operating and maintenance material that comes bound by the equipment manufacturer in its original bound state. Cross reference the appropriate sections of the O&M Manuals to the manufacturers' bound materials. 2.2 TYPES OF INFORMATION REQUIRED Issue For Construction July 15, 2016 01 78 00-2 Ditesco WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IA. 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. 006775171 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 permittedin any actions or proceedings allowed by law. `I WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this ..ay 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 �gpaF^OR,ySG •�� P`1V ANO -•,FY ? OpP*OgFr �, •r @ : •. 9 �J ., y ci g G 4 'c" .1���t �+ rooatitn _ �f- m jx! fl £ 19 8 2 O r z r -.- . A: a HANTFOii(1, < 5EAL,i'o1 I�`•,SEAL; ConN. o t�arw¢ 7a�6 �fw � Aµµ tg .. �.. *p d Pa "►� , "''/ Al�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.T `n Witness Whereof, I hereunto set my hand and official seal. " " � y Commission expires the 30th day of June, 2021. AU6ltiG # Marie C. Tetreault, Notary Public 58440-5-16 Printed in U.S.A. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 — GENERAL REQUIREMENTS 01 78 00 OPERATION AND MAINTENANCE MANUALS A. General Operation and maintenance information/instruction materials shall be adequately indexed, and shall contain the following information: a. Contractor's names, addresses, and telephone numbers. b. Alphabetical list of all system components with the name and address and 24- hour phone number of the company responsible for servicing each item during the first year of operation. C. Guarantees and warranties of all equipment whenever applicable. d. All data applicable to the installed equipment including, but not limited to: Shop Drawings, record drawings, installation instructions, lubrication instructions, wiring diagrams, operating instructions, start-up procedures, shut -down procedures, trouble -shooting and repair guides, emergency guidelines, spare part and supply lists and vendors, and other relevant information. In addition, the O&M Manuals shall include all of the applicable items of information listed in this section for each system as well as for each maintainable piece of equipment, equipment assembly or subassembly, and material provided under this Contract. 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-B.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 0178 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. B. A digital version of these forms can be obtained from the Engineer upon request. END OF SECTION Issue For Construction July 15, 2016 01 78 00-6 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 0178 39 PROJECT RECORD DOCUMENTS SECTION 01 78 39 — PROJECT RECORD DOCUMENTS PART1 GENERAL 1.1 SECTION INCLUDES A. Maintenance of record documents. Throughout progress of Work, maintain an accurate record of changes in the Contract Documents and detailed documentation of location of subsurface utilities and, upon completion of Work, transfer recorded changes to set of Record Documents. 1.2 SUBMITTALS A. Comply with pertinent provisions under Section 01 33 00. B. Engineer's acceptance of the current status of Project Record Documents will be a prerequisite to Engineer's recommendation for payment of progress payments and final payment under the Contract. C. Prior to submitting each request for progress payment, secure Engineer's acceptance of the current status of the Project Record Documents. D. Prior to submitting request for final payment, submit the final Project Record Documents to Engineer for acceptance. 1.3 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of Record Documents to one person on Contractor's staff acceptable to Engineer. B. Accuracy of records: 1. 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. 1. 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 DIVISION 01 — GENERAL REQUIREMENTS 0178 39 PROJECT RECORD DOCUMENTS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR 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," "gals. water," and the like. Issue For Construction July 15, 2016 01 78 39 -2 Ditesco TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR DIVISION 01 —GENERAL REQUIREMENTS 01 78 39 PROJECT RECORD DOCUMENTS b. Show, by symbol or note, the vertical location of the item ("under slab," "exposed," and the like). C. Make all identifications so descriptive that it may be related reliably to the Specifications. 3.2 FINAL PROJECT RECORD DOCUMENTS A. The purpose of final Project Record Documents is to provide factual information regarding all aspects of Work, both concealed and visible, to enable future modification of Work to proceed without lengthy and expensive site measurement, investigation, and examination. B. Acceptance of recorded data prior to transfer: 1. Following receipt of print copies for Final Record Documents, and prior to start of transfer of recorded data thereto, secure Engineer's acceptance of all recorded data. 2. Make required revisions. C. Transfer of data to Drawings: 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: 1. If Documents other than Drawings have been kept clean during progress of Work, and if entries thereon have been orderly and acceptable to Engineer, the job set of those Documents other than Drawings will be accepted as final Record Documents. 2. If any such Document is not acceptable to Engineer, secure a new copy of that Document from the Engineer at Engineer's usual charge for reproduction and handling, and carefully transfer the changed data to the new copy for acceptance by Engineer. E. Review and submittal: 1. 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 Dltesco 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 CITY OF FORT COLLINS LINCOLN AVENUE CORRIDOR PART1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance B. Submittals C. Lesson Plans D. General E. Schedule F. Classroom training G. Field training 1.2 QUALITY ASSURANCE SECTION 01 79 00 — TRAINING A. Where specified, provide on-the-job training of Owner's personnel. Training sessions shall be conducted by qualified, experienced, factory -trained representatives of the various equipment manufacturers. Training shall include instruction in both operation and maintenance of the subject equipment. 1.3 SUBMITTALS A. The following information shall be submitted in accordance with the provisions of Specification Section 01 33 00. The material shall be reviewed and accepted by the Construction Manager and Engineer not less than three (3) weeks prior to the provision of training. 1. Lessons plans for each training session to be conducted by the manufacturer's representatives. In addition, training manuals, handouts, visual aids, and other reference materials shall be included. 2. Subject of each training session, identity and qualifications of individuals to be conducting the training, and tentative date, time, and duration of each training session. 3. Following completion of training, submit completed "Manufacturer's Certificate of Instructional Services" included in Part 4 of this Specification section. PART PRODUCTS 2.1 LESSON PLANS A. Formal written lesson plans shall be prepared for each training session. Lesson plans shall contain an outline of the material to be presented along with a description of visual aids to be utilized during the session. Each plan shall contain a time allocation for each subject. B. Furnish ten (10) copies of necessary training manuals, handouts, visual aids and reference materials to the Construction Manager at least one (1) week prior to each scheduled training session. C. One complete set of hard -copy originals of the lesson plans, training manuals, handouts, visual aids, and reference material suitably bound for proper organization and easy reproduction shall Issue For Construction July 15, 2016 01 79 00-1 Ditesco TECHNICAL SPECIFICATIONS 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 [tins SPECIFICA CONTRACT DOCUMENTS LINCOLN CORRIDOR PROJECT PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS 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 V7, President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more 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 21 S t day of Ar p i 1 20 1 Kevin E. Hughes, Assistant Sec tary � <�� :,� s o`.• .. su9 J?�....._Ogq Pia os �,ynwnn ��}gY,(� l 9 8 2 ; 1977 OfRORlTEp o i — o,�n 1 f .' �0 �_ f.01 n ; HARTFORD, J HhASFOR0. t� < �c 1o,.S8ALis CONW. o° ie N C y - A,a� �i 1•� „~s�R :.� o.'...... ...ia+� w ' . ; :'aD �" �i1y�...r`� �f 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. OF ATTORNEY IS INVALID 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 DATE (MM/DD/YYYY) 4�R" CERTIFICATE OF LIABILITY INSURANCE 4/21/2017 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 PFPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. )RTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to 1.­z: 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 t: (970)266-7123 F4IC No:(970)506-6823 PO Box 578 aDMRless:�sbrucker@floodpeterson.com Greeley CO 80632 INSURERA:Charter Oak Fire Insurance Companv 25615 INSURED INSURER B :Travelers Indemnity Company 25658 Connell Resources, Inc. INSURERC:Travelers Property Casualty Company 25674 7785 Highland Meadows Parkway INSURERD:Pinnacol Assurance 41190 Suite 100 INSURERE: Fort Collins CO 80528 INSURER F : COVERAGES CERTIFICATE NUMBER:CL1652611094 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL UBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MWDD/YYYY MM/DD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea o. Trance $ 300,000 MED EXP (Any one person) $ 10,000 X DTC04794N532COF16 6/1/2016 6/1/2017 PERSONAL & ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY x JET LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER 4UTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1, 000 000 � BODILY INJURY (Per person) $ L ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X DT8104794N532IND16 6/1/2016 6/1/2017 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per acc dent NON -OWNED HIRED AUTOS AUTOS $ Uninsured motorist combined $ 1,000,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 C EXCESS LIAR CLAIMS -MADE DED I I RETENTION$ $ X DTSMCUP4794N532TIL16 6/1/2016 6/1/2017 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PARTNER/EE.L. OFFICER/MEIMBOERANY/EXCLUDED? ECUTIVE N (Mandatory in NH) N/A 4029651 6/1/2016 6/1/2017 X PER OTH- STATUTE ER EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 If yes, 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 spate is required) Re: CRI# 2161048 - Lincoln Avenue Corridor- Phase 5 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 L"11CNi3RL'IINJLI 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 N Mosbrucker CIC, CISRa�A J ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 omann SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance with the following requirements: 1. The Contractor will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Contractor shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Contractor shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8214 CM/GC Lincoln Corridor Project — Phase 5 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE. OWNER: City of Fort Collins CONTRACTOR: Connell Resources, Inc. CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Connell Resources, Inc. 7785 Highland Meadows Parkway Suite 100 Fort Collins, CO 80528 Gentlemen: You are hereby notified that on the day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Connell Resources for the City of Fort Collins project, 8214 CM/GC Lincoln Corridor Project — Phase 5. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 120 Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources Inc. (CONTRACTOR) PROJECT: 8214 CM/GC Lincoln Corridor Project — Phase 5 The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this ATTEST: day of , 20 CONTRACTOR: CONNELL RESOURCES, INC. Title: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20_, SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources Inc. PROJECT: 8214 CM/GC Lincoln Corridor Project - Phase 5 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20 (Surety Company) -31 ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 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 a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Departmental Use Only �I�I �III'III I l�l'� II III iII�I�LIII 11 !II 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) 7riod 89- (MM/YY-MM YY)p) " 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 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) 198 Exempt organization's number Address of exempt organization City State Tip Principal contact at exempt organization -Last Name 7First 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 (MM,DDIYY) fl Estimated completion date (MM/DD/YY) p 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 (MMiDD") (1 (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. 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................................................................................................................3 BIDDING REQUIREMENTS CONTRACTFORMS 00525 Work Order..........................................................................................................................7 00530 Notice to Proceed................................................................................................................1 00610 Performance Bond..............................................................................................................2 00615 Payment Bond.....................................................................................................................2 00630 Certificate of Insurance.......................................................................................................1 00635 Certificate of Substantial Completion..................................................................................1 00640 Certificate of Final Acceptance............................................................................................1 00650 Lien Waiver Release (Contractor).......................................................................................2 00660 Consent of Surety................................................................................................................1 00670 Application for Exemption Certificate..................................................................................2 00700 EJCDC General Conditions.................................................................................1-34, GC -A 00800 Supplementary Conditions..................................................................................................3 00900 Addenda, Modifications and Payment.................................................................................1 00950 Contract Change Order.......................................................................................................1 00960 Application for Payment......................................................................................................3 Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R1)......................33 Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R2)......................22 CONTRACT REQUIREMENTS DIVISION 1—GENERAL REQUIREMENTS 01 1100 Summary of Work ......................................... 01 1300 Environmental Conditions ............................ 01 1400 Site Access and Use of Premises ................ 01 2500 Measurement and Payment. ........................ 01 2900 Schedule of Values ...................................... 01 31 00 Project Coordination ..................................... 01 31 19 Project Meetings ........................................... 01 32 16 Construction Project Schedules ................... 01 3300 Submittal Procedures ................................... 01 4500 Quality Control .............................................. 01 5200 Temporary Construction Facilities ................ 01 5500 Traffic Control ............................................... 01 57 13 Temporary Erosion and Sediment Control... 01 6000 Shipment, Protection, and Storage .............. 01 7329 Cutting and Patching .................................... 01 7400 Cleaning....................................................... ................................................... 01 11 00-05 ................................................... 01 13 00-01 ................................................... 01 14 00-02 ................................................... 01 25 00-03 ................................................... 01 29 00-02 ................................................... 01 31 00-02 ................................................... 01 31 19-04 ................................................... 01 32 16-04 ................................................... 01 33 00-09 ................................................... 01 45 00-04 ................................................... 01 52 00-04 ................................................... 01 55 00-03 ................................................... 01 57 13-03 ................................................... 01 60 00-03 ................................................... 01 73 29-04 ................................................... 01 74 00-02 Issue For Construction April 20. 2017 Ditesco SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS 3TSH-96-9 CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STAND-ARD CEbJLi CONffiTIO'+TS OT THE CONSTRUCTIOI; C0\7&-NCT prepared by the Engineers Joint Contract Documents Committee, F.'JCI)C No. 1910-8 (1990 Edition), as a base. Changes to that document are shmm by underlining text that has tx�en added and striking through text that has been deleted. I?JCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OI' I'OIZ'I' COLLINS MODII'1C'ATIONS (IU-.V 9/99) Article or Paragraph Number & Title TABLE Or, CONTENTS Or, GINERAT. COMMONS P%'e Article or Paragraph Number Number & Title L DE M-NNITIONS 1.1 Addenda 1.^ Agrcemcnt- . ...... ......... ................... . 1.3 Application fix Payment.........-,,........,.1 14 Asbestos IS Bid 16 Bidding Documents ..............................1 1.7 Bidding Requirements,,.... ................... 1.8 Bonds 1.9 Change Order.... .... ....... ...... 1,10 Contract Documents 1.11 Contract Price 1.12 Contract Times 1.13 CONTRACTOR 114 defective .... ...... 1.15 Drawings..... ....... ....... ........ 1.16 Effective Date of the Agreement-.--. . J 1.17 b-INGLNEER 1.18 ENGD11MRs Consultant 1.19 Field Order.. ............... ....................... 1 1.20 General Requirements ......................... 1.21 Hazardous Waste 2 1.21a Laws and Regulations; Laws or Regulations,,,-,._--.- 2 1 22.b , - ,. , Legal Iloli(hys ..... __ ............ ___ ...... 123 Liens___ ................ -2 I L24 Nfilestone ............... ........ 1.25 Notice of Award ........... 2 1 26 Notice to Proceed 1.27 M�14ER 2 1 28 Partial Utilization 1.29 PCE33 2 1.30 Petroleum.,_ ------- ....... 131 Project.- - . ............ ---- ----------------- 1.31a Radioactive Material I 31b Regular Working Hour.% 1.33 Resident Project Representative 1.34 Samples.,.,,.-„ ... ­ . ................... ........ 2 135 Shop Drawings ................................. 2 136 Specifications, ...... .............................. 2 1 37 Subcontractor 1.38 Substantial Completion....... -2 1.39 Supplementary Conditi ons 1.40 Supplier._,.._ ............. ................... 1.41 Underground Facilities .... 2-3 1 42 Unit Rice Work ....................... ........ 3 1 41 Work 144 Work Change Directive ....... ................ 3 L45 Written Amendment,,,,,,,, ......... ........ Pasle Number 2. PREMMZARY \UTTERS 3 2A Delivery of Bonds .............. 3 12 Copies of rAxurtients ........................ 1 2.3 Commencement of Contract Times; Notice to Proceed, ..... .. ...... 3 2.4 Starting the Work. ...... I I ..... I ... I ... ... 3 15-2.7 Before Starting Construction; CONT'R,XCTOWs Responsibility to Report;Prelim inary Schediles' De [ivery of Certificates of Insurance 34 2.8 PreLonstruction Conference 4 2.9 Initially Acceptable Schedules _.4 3. C0N7RACT DOCMENTS. INTENT, XMINDING, RFUSE 4 11-3.2 Intent �4 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies ................................. 4-5 3A Intent of Certain Terms or Adjectives .................................... 5 35 Amending Contract Doctments ...... 3-6 Supplementing Contract rku-uments.... ........ ............ ... 17 Reuse of Docum ents 4. AVAILABILITY OF LANDS; SUBSURFACE A NI'D PHYSICAL CONDITIONS; R=11(-E, POINTS _5 4.1 Availability of Lands ........ ........ 42 Subsurface and Physical Conditions 6 4.11 Reports and Drawings., .................... 4.2.2 Limited Reliance by ('ONI*RA(- TOR Authorized, Technical Data 6 4.2.3 Notice ol'Differing Subsurface or physical Conditions .......... 4.14 FN7GrN`F ER's Review 6 4.2.5 Possible Contract Documents Change........ .............. __ ............ _6 4_2.6 Possible Price and Times Adjustments., .............................. p r-7 43 Physical Conditions --Underground Facilities.................................... 7 4.3.1 Shown or Indicated 7 4.3.2 Not Shown or Indicated.........,.._....,.? 4.4 Reference Points 7 UCW MNERAL CONDITIONS 1910 -8 (1990 EDITION) w'C"ITY OFTORT COLLINS MODWATIONS (REV 9y") Article or Paragraph Page Article or Raragraph Pave Number & 1101: Number number x: Title Number 4,5 :'asbestos, PCBs, Petroleum. Iazardous Waste or Radioactive Material,,,,,••„•••,,,••,•,7-8 5. BONDS AND INSURAN- CP.................................. 8 51-5.2 Performance. Paymcnt and Other Bonds............................... 5.3 Licensed Sureties and Insurers; Certificates of Insurance. ..................8 5.4 CONTRACTOR's Liability I nsuran ce.......................................... 5.5 OWNEhs Liability Insurance ............... 5.6 Property Insurance ..........................9-10 5.7 Boiler and 1lachinery or Addi- tional Property Insurance. ............ .10 5.8 Notice of Cancellation Provision 10 5.9 CONTRICTOR'sResponsibility for Deductible Amounts Io 5 Ili Other Special Insurance„ ..... ...,„,,.10 5.II Waiver of Rights ............. ....... ._,.......11 S.12-5.13 Receipt and Application of Inswance Proceeds., ................ ... 10-11 5.14 Acceptance of Bonds and Insu- once; Option to ........ 11 5.15 Partial Utilization --Property Insurance'..... ---- ............ I I 6. CONTRAMOR'SRESPONI SIBILITIHS .............11 61-6.2 Supervision and Supetintendcrtue....... 11 6.3-6-5 Labor, Materials and Equipment,_ 11-12 6.6 Progress Schedule.. .......... ................. 12 6.7 Substitutes and "Or -Equal" Items; CONTRACTOR s Expense; Substitute Construction Methods or Procedures; EN(iINHER's Evaluation,.,,.,, _ ,._1'_-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights ..... .............. ...13-14 G,12 Patent Fees and Royalties••.•,,,,,,,•,•,•,•„14 6.13 Permits 14 6.14 Laws and Regulations .......... ,,_•_,,,,,„ 14 6.15 Taxes.................._.._-...-.-....-....._14-15 6.16 Use of Premises......-.: ....................... 15 6.17 Site Cleanliness..,,,..-..-•,,,, 15 6.18 Safe Structural Loading ..................... J5 6.19 Record Documents..-._--.._ .............. ..)5 6.20 Safety and Protectiori•_-,_-,...•-,•-_,,. i5-16 6.21 Safety Representative.-..-,,,,,-•,. 16 6.22 Hazard Communication Programs•„•,- 16 6.23 Emergencies,,,,•••,,,. 6.24 Shop Drawings and Samples,••,,,,•,•_ ,•16 625 Submittal Proeeedtres; CON- TRACTORs Review Prior to Shop Drawing or Sample Submittal 16 620 Shop Ihawing 8: Sample Suhmit- tals Review by E-NOINEER,_..,• 14-17 6.1-7 Responsibility for Variations From Contract Documents ........... 17 6.28 Related Work Performed Prior to ENOHNEHR's Review and Approval of Required Submittals ............................ ......17 6.29 Continuing the Work. _..... ....... ......�7 6.30 CONTRACTORs General Warranty and Guarantee ............... 17 631-6.33 Indemnification-,--,•,••,,,,,,,,,,,,,,,17-18 6,34 Survival of Obligations ................... is 7. OTHER WORK ....................... . . 18 7.1-7.3 Related Work at Site•....................•,1S 7.4 Coordination .............. 8. OWNER'S RF.SPONSIBILITIF.S ••,,,,,,,•,,,•„•„••••,• J 8 8.1 Communications to CON- TRACTOR.___ .. . .......... ........... IS 8.2 Replacement of EINGII IEER•.....-•-.••18 8.3 Furnish Data andPay Promptly W'17en Me ..................................18 8.4 Lands and Easenwrrts, Reports and Tests., -• 18-19 8.5 Insurance ................................. ....19 8.6 Change Orders ................. ... 19 8.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work; Terminate COVTRACfOR's Services ........ ... ...........................19 8.9 Limitations on MWERS Responsibilities ...........................I9 8.10 Asbestos, PCRs, Petroleum, Hazardous Waste or Radioactive Material..............-,,.-.19 8.11 Evidence of Financil Arrangements..............................19 9. ENGMERSSTATUSDURING CONSTRUCTION.- ........................... ............. 19 9.1 01MEWs Representative ............... 19 9.2 Visits to Sitt,---•„......................••,,,19 93 Project Representative. ...............19-21 9.4 Clarifications and Interpre- tations:........................................21 9.5 Authoxized Variations in Fork..... _ 21 EJCDC. GL••NMAL CONDITIONS 1910-811990 EDMON! w' (1TY• OF FORT COLLINS MOMCATIONS (REV 9`5)) Article. or Paragraph ease Article or Paragraph Page Number &- Title Numlxr Number & -Title Number 9.6 Rejecting Defective Work ............... _ 21 9.7-9.9 Shop Drawings, Change Orders and Payments ..................... I...............1 9.10 Determinatiats for Unit Prices. _.,.21-22 9.11-9,12 Decisions on Disputes; ENGI- NEER as Initial Inicr•prctcr '12 9.13 Limitations on ENGMEKs Authority'and Responsibilities....22-23 CHANGFS IN THE WCNtI:...-_........ 23 101 OWNER's Ordered Change................,1.3 14. 10.2 Claim fur Adjustmcnt........................ 1,3 10.3 Work Not Required by Contract Documents ................. .....................23 14.4 Change Orders. ......... ................_23 UY5 Notification of Surety ............. CHANGE OF CONTRACT PRICE ........ .............. .... ....'3 I LI-11,3 Contract Price. Claim for Adjustment; Value of the Work. ........... --------------------- 23 24 11.4 Cost of the Wore ..........................?# 25 11.5 Exclusions to Cost or the Work.......... 25 11.6 CONTRACTOR's Fea.-._.-....„.-,,._..,._,25 11.7 Cost Records-....._„--,.-..,„•„•,,.,...,.25.26 11.8 Cash Allowances ......... ........._.....-- _26 11.9 Unit Price Rork ............... ....... .._.._...16 CHANGE OF CONTRACT UME326 12.1 Claim for Adjustment............... 26 12.2 Time of the Essence ............... 12.3 Delays Beyond CONTRACTORS Control ......... . ............................ 26-27 12.4 I clays Beyond OlL'NF.Ts and COYMNCTOR's Control,,,,_, 7 TESTS A) INSPECTIONS, CORRECTION REMOVAL OR ACCEPTANCE OF DEEECTl11:WORK ....................................__...-.__. 7 13.1 Notice: of Defects ...............................27 13.21 Access to the Worl;-..._..............27 13.3 Tests and Inspections; CONTRACTOR'S Cooperation,,,..,,,, 27 13.4 OtVitiER's Responsibilities; Independent Testing Laboratory._ ... 27 13.5 COti"TR:ICTOR's Responsibilities..,.,,,....-__. ....... -.... -. _27 13.6-13.7 Covering fork Prior to Inspec- tion. Testing or Approval................27 13.8-13.9 C-ncovering Work at E'_tiGl- NEER's Request,_-.................27 28 13.10 OIkNER \I<qy Stop the Work ... 28 13.11 Correction or Removal of Defective Work .......................... I8 1112 Correction Pcricd,-.,...,• •,,,,,,,,,,,,,,,,r8 13.13 Acceptance ofDefective Work 13.14 OIV\T-R Nfay Correct Defective Mork 28-29 PAYMENTS TO CONTRACTOR AND COMPLETION ........,._..................................... 22 141 Schedule of Values---------------„•,,,,.„r9 14.2 Application for Progress Paym ent ..._..............................29 14.3 COXTRACTOR's Warranty of Title 29 14.4-14 7 Review of Applications for Progress Payments.., .... .......... .29-30 14.8-14.9 Substantial Completion..................3U 14.10 Partial Utilization.-.__..............3t1-31 14.11 Final Inspection .............................31 14.12 Final Appliu-ttion for Payment ........ 31 14.13-14 14 Final Payment and Acceptance ....... 31 14.15 Waiver of Claims . ...............„-..31-32 15. SUSPENSION OF WORK AND TERMINATION ...............................................?-' 15.1 OWNER May Suslund Wwk.......... 32 15.2-15A OWNER May Terminate, ----- --- ..-_ 32 15.5 CONTRACTOR May Stop Work or Terminate 32-33 16 D1SPUfE RESOLUTION 33 17. pd1SC'F 1.1.ANEOt?5.......................................... 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-....- ------- - ...... ..... 3 17.6 Applicablc State Laws, _,__.,.- ,..33-34 Intentionally left blank ........ ....._....................... 35 F-%HMIT GC -A (OpticRial) Dispute Resolution Agreement.,..-... ...... . GC :Al 16.1-166 Arbitration. -_- _,.•,._,-_-.._ _ c1C :41 16.7 Mediation GC -AI etCDC GEENLRAL CONUTIOM 1910-3 1199) MTION) w `CITY OF FORT COLLINS MODIFICATICIN.S tR V 9r�9) INDEX TO GENERAL CONDITIONS Cav of Fort Col [ins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of - Bonds and Insurance .... ....... 14 defective Work . .... ... 1. 13-5, 13-13 final payment-.. 14.15 insurance .................................... . .............. 5.14 other Work- by CONTRACTOR.......__ ............... 7.3 Substitutes and "Or -Equal" Items .............. .... _0, 7. 1 Work hv O"NFR ............................ _ 15, 6.30, 5.34 Access to the -- Lands, OWNER andCONTRACTOR responsibilities .................. Al site, related Work,_ ............... ........ . . _ - -.3.2 Work..........................................13.2, 13.14,14.9 Acts or Orii issions--, Acts and Om issions- CONTRACTOR ...................................6.9.1.9.13.3 ENGINEER ......................... _6.20, 9,133 OWNER 0.2118.9 Addenda --definition of (also see definition of Specifications) ....... Additional Property Insurances .......... Adjustments - Contract Price or Contract Times_ .............. }5, 3,5, 4.11 4.3.1 4.5.2, ............. 4.5-3, 9.4, 9.5, 10.2-10.4, 1. ll. 14 S. 15 I progress schedule- .................. I ...... 6.6 Agreement -- definition of ......................................................).2 'All -Risk" Insurance, policy fornk ................. ..... . _;,6.2 Allowances- Cush ILS Amending Contract Documents.,._,_...,,,,_ 15 Amendment, Written -- in general_ ... ..... ---- 1. lo, 1,45, 3.5, 5,10, 3,12, & 6.2 ............ 6.8-, & 19, 101, 10.4, 11.2 ', ................ 12. 1. 13 12.1 147.2 Appeal, OANER or CONTRACTOR intent to.., . ........ ...... 10, 9.11, 10.4. 16.2, 16.5 Application for Payment - definition of 1.3 F\,GlN`EFWs Responsibility ..................... ... 9.9 final payment ........ ___ .... 9- 13.4, 9.13.5, 14.12-14. 15 in general ...... . ___ .........2.8, 2.9, 3.6.4, 9.10, 15.5 progress payment ....... ................ __14.1-14.7 review of -......,14.4-14.7 Arbitration ...... ......................................... 16-1-166 Asbestos -- claims pursuant thereto. ..... ................... 4.5-2,4.33 COXTRACTOR authorized to stop Work,-..... _4.5,2 definition of ........ 11­1 ............... ......... ... 1.4 Article or Paragraph Number OkkNCFR responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,,, 43.1.8.10 possible price and times chance ..................... __4.5-2 Authorized Variations in Work,__.J6. 6.25, 6.27, 9.5 Availability of Lands-.--....._-_ ....... ......... ......... 4.1,84 Award, Notice of --defined .... .1 .... ­ - ... I—— ......... , 1,25 Before Starting Construction .............................. 7,5-18 Bid -definition of ----- -- - . ...... _13 (LI, I.M 2-3, 33, ...... .4-2.6.4,6-13, 11.4.3, 11.9.1) Bidding Documents -definition of Bidding Requirements -definition of ..........................................1..7 (1.1, 4.2.6.2) Bonds— acceptance of, .... .......... ......... additional bonds 10.5. 11.4.5.9 Cost of the Work ........................ _1 1.5A definition of 1.8 delivery of ........... _ ....................................... final Application for Payment ­­ ......__ 14.12-1414 general .....................................1.113, .. 3.1-5.3, 5.13, Performance, Payment and Other, ...... 1 -5 Rands and In.sumnve­in general .......... ....... .. ­ ... ..... Builder's risk "all-risk* policy form.- Cancellation Provisions. Insurance.._,_,-, 5.4. 11 , 5.5, 5.15 Cash Allowances- ......................... I .... ...... I ........... * 11 8 Certificate of Substantial ComptetiorA ........ 1, 3 8, 6.30. 2.3. 14.11) Certificates of Inspection ...................9.13.4, 13.5.14.12 Certificates of Insuranc4 .... _Z7. 5.3. 5.4.11, 5.4.13, 14.12 Change in Contract Price -- Cash Allowances,__--__.._ ...............1t 8 claim for price adjustnicni --- ......... 4.1. 4.2.6, 4.5, 5.15, 6.8.2, 9.4 _ .......... 9.5, 9.11. 10.2 M5 IL2,13.9, .......................13.13, 13. i�, 14.i, 15,1, 15.5 CONTRACTOR's Fee.........................................11.6 Cost of the Work, general . ..................... ............. ...... 11.4-11.7 Exclusions to 11.5 Cost Records_ ... ........ ....... .. . JI 7 in general ....... ..... J. 19, 1 A4, 9,11, 10.4 2, 10.4 3, 11 Lump Sum Pricing.........................................11.3.2 Notification of Surety-.. ......10.5 Scope or. .... 1­11 .............. ...... Testing and Inspection, uncovering the Work. ...... .................. . 13-9 EKW ULNULAL CONDITIONS 1910-8 (199U EDI.110N) wl CITY CIF FORT COLTIMS MODIFICATIONS (REV 939) Unit Price Work-.... . . .- - .... .. 119 Article or Paragraph Number Value of Work It 3 Change in Contract Times- C laim for times adjustm ent .... 4-1, 42.67 45, 5.15, ..1.1.' 6.8.2. 9.4. 9.5. 9.11, 10.2, 10.5. 12, 1. ....... ­ *.... 119, 13 13, 13-14. 147, 15 1. 155 Contractual time timitA ........................ ,12 Delays beyond CO1N'TRIV7TORs control 123 Dclays beyond OW NEKs and 60INiRACTORs control .............................12.4 Notification of surety........................... .......... ...10.5 Scope ofchange.. ....... ................. ........... J03-10.4 Change Orders -- Acceptance ofl)?fecfive Work,., ...... 13.13 Amending Contract Documents„ ......................... 3.3 Cash Allowances 1.8 Change of Contract Price.-... ............. ........ I I Chance of Contract Times ...................................12 Changes in the Work...-----__......._...--- __ ...... _JO CONTRAC'rows fee..._................................... 11.6 Cost of the Work .......................... ............ 11.4-11.7 Cost Records ......... _ ............... ........... 11 7 definitionof ......................................................1.9 emergencies, ................... ............................ 6.23 ENIGINTEERs responsibility ........ 9.8. 10A, 11.2, 12.1 executionof ............................ ........................ )04 Indclinlifiction .......................... 0.12, 6.16, 6.31-6.33 Insurance, 1l-3nds and, ...... ..... .... ... 5. 10, 5. 13, 105 OWNER may terminate - I..... I ....... _.1. .­ ... 15.2-15A OWNERS Responsibility ................... ......... $.6, 10.4 Physical Conditions - Subsurface and .............................................4.2 Underground Facilities-............................. +3.2 Record Documents 6.19 Scope of Change-........ .. ........... ............... j 0.3-10.4 Substitutes__ ..... _ .................. _ ........... 6.8.2 Unit Price Work ...... 11.9 value of Work, covered 13) ................................. 113 Changes in the Work .............. --------- ............ _ ... _jO Notification of surety,- . I ...... . ....................10.5 ONN NER:s and CONTRACTOR!s responsibilities .... .. ... ­..................... ....... 10.4 Right to an adjustment......................................10.2 Scope of change ..................... .................. 10.3-10.4 Claims -- against CONTRACTOR.....................................6.16 against ENGINEER, ....................................... 16.32 against O%V1%HR_.,__ ............. .............. ....... 6.32 Change of Contract Price ----- __ ............. __9A, I L2 Change of Contract Times .......................... ?. 4, 1211 CONTIZACTOR!s . ... ... r4, 7.1, 9.4, 93, 9,11, 10.2, ...........................11.2, 11.9, 12.1, 13.9, 14.8, .... .. 15.5. 17.3 VI CONTRA(-rowsFee 11.6 Article or Paragraph Number CO',7RACTOR!s hibility ........... 5A, 6. 121 6.16, 6.31 Cost of the Work 11.4.11.5 IX-cisions on Disputes ........................... _.9.111' 9,12 Dispute Rewlution . ------ --- ................................. 16.1 Dispute Resoluticm A.-jcvment_,11_., ..... .. __16.1-16.6 ENGINEER as initial int-pretor 911 Lump Sum Pricing ............................... ........ 11-3-2 Notice of 17.3 OWNI-'R!s ............... 9A. 9.5, 9.11, 1 0.'_' I'l 2, 11.9 ... ­1 ....... I ......... 12.1, 13.9, 13.13, 1114. 17.3 OWNERS liability ............................................. OWNER may refuse to make paymcnit... ............ J4.7 Professional Fees and Court Costs Included, ........ . 1. .... I ...................... 7, i request for formal decision oil ........................... ',).. I I Substitute ltems, ........... ...... ............. ........... 6.7-1-2 Time Extension .................................................12.1 Time requirements,. ... ...... .................. _9.11, 12.1 Unit Price Work_........_ ............. ___ ------ j 1-9.3 Value of 1 13 Waiver of --on Finat Payment ................. j4l.14, 14.15 Work Chnnge .......... I ......... 10'2 written notice required ... ............ 11.2, 12.1 Clarifications and Intcrpretations,_ ........ 3.6.3, 9.4, 9.11 Clean Site .. ... ............ .................................. ... 6.17 Codes of Technical Society, organization ofAssociation..................................................1.3.3 Commencement of Contract Times-, ---- I— -------- -------- 2.3 Ccni municai ions-- general . ........... ...... ................... ...... 6.11 6.9.2. 8.1 Hazard Communication Programs, .... ........ 0.22 Completion - Final Application for Payment .................... .... j4.12 Finil Inspection --- ­ ­ ................. ............ ...1411 Final Payment and Acceptance .............. 14.13-14,14 Partial Utilization ...................... . ........ ..... J4.10 Substantial Completion_......_............1.38, 14.8-14.9 Waiver of Claims ............................................14.15 Com putation of Tim cs ....... .. ............... 17.2.1-17-1.2 Concerning Subcontractork, Suppliers and Others_. ..... ........ .... ......... ......... 8-6. 11 Conferences -- initially acceptable schedules .... -1.1 ........... ____ ..2.9 preconstruction................................................... 2.8 Conflict, Error, Ambiguity, Discrepancy— CONTRAM'OR to Report....__ ........... ....... 2-5,3.3.2 Construction, before starting by CON*I*RA(--I*OR 2.5-2.7 Construction Machinery, Equipment, etc, ................. 6A Continuing the Work .................................... _6,29, 10.4 Contract Documents -- Amending..........................................................35 Bonds 5.1 EXI)COLNIMIkt, CONDITIOM 1910-30990 MT10-1) w.,'CITY OF FORT COMAMS MOMFICA*N9 4RTrV9,'99) Cash Allowances - . ­ - - 1., .11 ... ....... -.1 11.8 Article or Paragraph Number Change of Contract Pricy .................................... 11 Chanize of Contract Times 12 Changes in the Work ................................ ......­ 10A-10.5 check and vcrify._ ...... ­1.­.__._ .......... 2. _5 Clarifications and Interpretations .........................3.2, 16, 9A, 9. 11 definition of ................... .. ................... ......... 1.10 ENGINEER as initial interpreter of ................... ?A] H'N,'GIXFFR as Olk'N'lik's representative .............. 9.1 gcneraB Insurance.,....._... ....... ............. ...... . 33 Intent minor variations in the Work ..... * ...... . * - -- --- ..3.6 OWNE'R's responsibility to fumish dati. 01aWER's responsibility to make prompt payment ... ................ .8_3, 14.4, 14.13 precedence ...................... . ___ ............... 3.1, 3.33 Record Doc-unicrits ..................... 6.19 Reference to Standards and Specifications of Technical SocietiC4 ...................................3.3 Related Work 7.2 Reporting and Resolving Discrepancies,_.„,_, 2.5,33 Reuse of Supplementing ............. ....................... 3.6 Term in a t i on of ENG HqU- R's Em p loym en;,--------. 8.2 UnitPrice Work ................................................11.9 variations ......................................... 34, 6,23, 5.27 Visits to Site, ENGMEWs- ------- ......... ........... 9,2 Contract Price - adjustment of ................ 3.5. 4.1, 9.4, 10.3, 11.2-11.3 Changeof ............. __ ........ ...... ......... .11 Decision on Disputes ........................................ 9.11 definition of .....................................................1.11 Contract Times -- adjustment of..........___ .3. 5'. 4.1. 9A 10. 3, 12 Chan-e of 12.1-12A Commencement definition of 1.12 CONTRACTOR— Acceptance of Insurance ... .... ...... ........5.14 Communications ..... ...... .......... .... 6.Z 69.2 Continue Work ......................... ............... 0.29,10.4 coordination and scheduling ............. ....... ...... 0-9 2 definition of 1.13 Limited Reliance on Technical Data Authorized 4.2.2 May Stop Work or Terminate ......... .................. 13.5 provide site access to others ......... ...... ­ ' "..7.2, 7.2,13.2 Safety and Protection . . ...... --- I . � + 3 12, 6-16, 6.18, ­ ................. * .... * .......... 1.621-6.23, 72, 13.2 Shop Drawing, and Sample Review Prior to Submittal 5- 23 Stop Work requirements. --------- - ... ...... 4 5.2 CON'TRACTOR's- Article or Paragraph Number Compensation..... . ... .... . . ......... 11.1-11.2 Continuing ObligatioR .................................... 14.15 DK&cthfv Work 9.6, 13.10-13.14 Duty to correct defective I'Vork ........ ................. 1311 Duty to Report -- Changes in the Work- caused by Emergency ....... _ ............ __ ___ ........ 6_23 Defects in Work ofOthers ............................. 7-3 Diffixing conditions ., --- ......................... .... 4.2.3 Discrepancy in Documents,...... 2.5, 13.2 6.14 2 Undcraround Facilities not indicated...,,,,,,_ 4.3.2 Emergencies,.. ................................. ........... ­ .6-23 Equipment and Machinery Rental, Cost of the Work I 14.5.3 Fee --cost Plus 1.4,5.6, 11.6 General Warranty and Guarantee_... Hazard Communication Programs . ..................... Indemnification ................... . _ _.6. I Z 6..16, 6.31-6-3-1 Inspection of the Work ................................ 7.3,13.4 Labix, Materials and Equipment .................... ().3-6.5 Laws and Regulations, Compliance b,% ..... 6.141 Liability Insurance _. _ ............... ......... ......... * 5.4 Notice of Intent to Appeal. I—— ...... ­.. ­ . 9.10.10.4 obligation to perform and complete theWork .................................................... 6.30 Parent Fccs and Royalties, [,aid for 11) ........... j6. I ' Performance and Other Bonds, ---- I , ........ . ___ _­5 I Permits, obtained and paid for by...,,___.............0.13 Progress Schedule..... .................... 2.6. 2.8. 2.9, 6.6, ...... I— ....... ...................... 6-29, 104, 152.1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9-11 Responsibilities -- Changes in the Work.. ............. .......... 1. 1().1 Concerning Subcontractors, Suppliers and Others Continuing the Work ..........................6.29, 10.4 CONTRACTOR's e\pense .......................... k. 7.1 CO\-rRACTORs General Warranty and Guarantee------ -- ------------ L ........ -.6-30 CONITRACTOR's review prior to Shop Drawing or Sample submittal ....... -6 15 _ _ . - Coordination of Work_ ........ .................. 6.9.2 Emergcncics...............................................6.23 ENGINT-EWs evaluation- Substitutes or "Or -Equal" Items.........-_........... 11 .... 6.73 For Acts and Omissions of Others ...6.9-1-6-9- 2, 9.13 for deductible amounts. insurance ...................5.9 general ........................... ............ 15, 7.2, 7.3, 8.9 Hazardous Communication Program .. ......... 6.2-1 Indemnification ................................... 6.31-6,33 Nil UCDC GENULAL COMMONS 1910 -8 (1990 ED1110N) WOW OF FORT C01.1.1-N5MODIFICATIONS IRFV 9O) I Ah<r, Materials and Equipment____._.. _ 6.3-6 5 Caws and Reaulations.. ­ � - .. - - ....... . .... 1.6,14 Liability Insurance ... .. .... ....... _ ... .... __ .... . 5.4 Article or Paragraph N:umber Notice ol7variation from Contract Mvumcnt3 27 Patent Fees and Permits ...... ....... ....... ................ ............. k. 13 Progress Schedule .........................................6.6 Record Documents -----6.19 related Work performed prior to ENGINEEKs approval of require,[ submittals,-,__---..._...... _ __ - .... . ... 6.25 safe structural loading ................................6.18 Safety- and Protection .... .... ... ___0.20. 7.1 13.2 Safety Representative ..... ......... ­­ ...... 6.2I Scheduling the Work......,. I ..... ................... 6.9.2 Shop Drawings and Samples .... ­­-.1.­­1 ... 6.24 Shop Drawings and Samples Review by E-\GL\ =- . ...... ......... ...... ........... Site Cleanliness....-----,-,--- ...... ..........6.17 Submittal procedures 6.25 Substitute Construction Methods and Procedures 6.7.2 Substitutes and *Or -Equal" Items................6.7.1 Superintendence ...................... _ ................. _0.2 Supervision_ ...... .......... __ ............... . -J, I Survival of Obligations ................................6.34 Taxcs................................................... 0� 13 Tests and 13.3 ToReport.. .............. .................................... �.S Use of Premises— ................... 6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................................ fi.'25 Right to adjustment for changes in the Work 10.2 right to claim .... ...... 4 ' 7.1, 9A, 9.5. 9.11, 10 2,11.1 1-1. 1, 13.9. 14.8. 15.1. 15.5, 17.3 Safety and Rotection ................... 6120-622. 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...........................................6.7.1, 6.7.2 Subcontractors, Suppliers and Others ........... 6.8-6.11 Supervision and Superintendence .... 1....6.1, 6.2, 6,21 Taxes, payment by. ...... . .......... ...... -.1 * 6.15 Ilse of Promises.,., 6.16-6.18 Warr antics and guarantees ...... .0.5. 6.30 Warranty of Title... .. _­ ....... ­1 .................... " ... 143 Written Notice Required -- CON T&ACTOR stop Rork or term inntc, ....... 15,5 Reports of Differing Subsurface and Physical Conditions ........................4 2 3 Substantial Completion .... 1.1 ...... r.1111 .... .. 14.8 aiii CON-I'RACTORS-other 7 Contractual Liability insurance...-._...__. ---- ---- 5 -.4-10 Contractual Time Limits, ........... .... - I - - .. I 12.2 article or Paragraph Number Coordination— CONT&ACTORs responsibility ....... . _0.9.2 Cap ies of Doc -um ents .... .. ' " -_ - _' _' -.1.2 Correction Period.,.__... I ........ ­1 ............. ... ... 13.12 Correction, Removal or Acceptance of DqlMive Work- in general ......... ............... ......... 141-4 1, 13.10-13.14 Acceptance ofDefecfire Work ...... .... 13.13 Correction or Removal of Defecdve Work ...... __ ...................... 6.30, 13.11 Correction Period..................... --------- 13.12 01N, NER May Correct Defective Work ............... 13 14 OWNER May Stop Work . ................................. 13,10 Cost -- of Tests and Inspect kwis.... ......................... 13.4 Recordsl 1.7 Cost of the Work -- Bonds and insurance, additional ................... 11.45.9 Cash Discounts CO\TRA(7l'OR', Fee 11.6 Employee Expenses .... ....... ......... ...... 1.4.5.1 Exclusions to . ... ........ ...... ............ 11.5 General] 1.4-11 .5 Home office and overhead e\pcnsc,.; ....................11.5 Lm*,z and dtimag-.-s 11.4.5k Materials and equipment-....- ...... ­­.­ 1 L4.2 Minor expenses ..........................................11.4.5.8 Payroll costs on changes ................................11.4.1 performed by Subcontractors,.. ........................ 1143 Records 11.7 Rentals of construction equipment and machinery ........ ...... ... ......... 11A5.3 Royally payments, permits and license fees...., .... -1-1 ............... ­ ........... Site office and temporary facilities... ............. ) 1.4-52 Special Consultants, CONTR-%CTOR's ............. 11A.4 Supplemental ................... .......... 11.4-5 Taxes related to the Work Tests and 13.4 Trade Discounts IIA2 L'tilities, fuel and sanitary facilities ., .... 1 4 5 7 Work- after regular hours .................................11.4.1 Covering Work ------- ................. ............... 13.6-117 Cumulative Remedies.. ........ ...... _.. ...... 17.4-115 Cutting. fitting and patching.__, ..... .... ....... Data, to he furnished by 0WNF12.... ......... 8.3 Day --definition of ...... * ............ *­ ' ...... ­ " ' 17. 2 .'_) Decisions on Disputes .......... .......................... 9 11, 9.12 defective --definition of .... ............................. ..... 14 defechiv Work -- Acceptance of....,., ......... .. I ti.4.1. 13.13 EJCL)C GENERAL CO\UITIONS 1910 -8 (1990 UXTION) w'(1TY OF FORT COLUM MOMFICATIONS (REV Correction or Removal of.. 10 4 1, 13 11 Correction Period 13,12 in general .. .... . - .... ....... ...... .. 143. 14.11 Article or Paragraph Number Observation by HNGINEEK_ ......... ................... 9.2 OWNER Nlay Stop Work, ... I .... 11 --- ­­ � ..... ... 113.10 Prompt Notice of Defects . , ..... I ........ I .... ­ .......... 13-1 Rejecting_.- - . ....... ­ ............... I .......... _ ... _. 9.6 Uncovering- the Work.._...................................13.8 Definitions I Delays .............I....................... 4.1, 629, 12.3-12.4 Delivery of Bonds ................................._..................,''-.1 Delivery of certificates of insurance 17 Determinations for Unit prices., .................... .......... 9.10 Differing Subsurface or Physical Conditions -- Noticeof ........................................2.3 FMGI NITERs Review ......................................:'_24 Possible Contract Documents Chanae Possible Price and Times Adjustments., ...... Discrepancies -Reporting and Resolving ... _ - . .... ............ ...... 23,3-3.2,6.142 Dispute Resolution- Agreemenk ............................................... )61-16.6 Arbitration 36-1-16.5 general 16 klediaticri ............... ...... _ ............. 1 6.6 Dispute Resolution Agreement-_,,,...._ .... ........ _16.1-166 Disputes, Decisions by ENGINEER ................... 9, 1 1-9, 12 Douument.3-- CopiesOf............ .... ............ ­ .................. Record 6.19 �2,2 Reuse of Drawings --definition of .......................................... 1-15 Fasements......................................... .................... 4.1 Effective date of Agreement -- definition t?f .............).16 Emergencies .... ........ .. ................................. . .. 23 ENIGENETER- as initial interpreter on disputes ......... ....... 9.11-9.12 definition or.----._ 17 Limitations on authority and responsibilitic4 ... 1.9.13 Replacement of ............................................ __8.2 Resident Project Representative---.-- ----- ­ . ..... ENIGINEERs Consultant - definition of,. 1.18 ENGINHER!s­ authority and responsibility, limitation on, _9 13 Authorized Variations in the Wor3;_ 9.5 Change Orders, responsibility for-,.... 9.7, M 1), ' Clarifications and Interpretations.,. ......... _343, 9 4 Decisions on Disputes .. ...... ... .... ......... 9.11-9,12 dqfeefive Work,, notice of 13.1 Evaluation Or Substitute Items..-., .. ........... ..... (73 Liability.... ............................................... 0.32,9,12 Notice Work is Acceptable . .......... _ .............14.13 Observations ............................................ 6,30.2, 9.2 OWNER's Representative..------------ -- 91 lla,ymcnu to the CONTRACTOR, Responsibility for .,.- ..... 14 Recommendation of Ajyment... Article or Paragraph Num her Responsibilities --Limitations on ............... .. 9.11-9.13 Review or Reports an Differing Subsurface and Physical Conditions.. . ........ 4,2.4 Shop Drawings and Samples, review responsibility._-, ____ ...... ........ __ ........ 6.26 Status During Cciistruction- authorized variations in the Wor6- . ................ 9.5 Clarifications and Interpretations .............. 9.4 Decisions on Disputes_ ......... - ".9.11-9.12 Determinations on Unit Price -9. 10 PNGINEER as Initial Interpreter.....,. .9.11-9-121 ENGINEER'S Responsibilities ................ 9.1-9.12 Limitations on ENGINIFFR's Authority and Responsibilities... ...... ............ 9,13 OININTIR's Representative ..............................9.1 Project Representative ....... --- _ .... ........... 9.3 Rejecting Defective Work_ ............................9.6 Shop Drawings, Change Orders and payments....._ _ ......... 9.7-9.9 Visits to 91 Unit Price determinations....- ................... ..... 9.10 Visits to Site....._ ............ ... _ ... ...... -------------- 9.2 Written consent required,,,,,,,,,,,,,,,,, ............. -21 9� 1 Equipment, Lulxx, Mate[ ials kui4 ....... ............ ... ().3-6.1 Equipment rental, Cost of the Work.-_ _ ----_ I. - -11, 4.53 Equivalent Materials and Equipment ... .... .......... error or omissions..................................................6.33 Evidence of Financial Arrangements.,--., Explorations of physical conditions ........................ 4.11 Fee, CONTRACTORs--Costs Plus. .......... ............... ) 1.6 Field Order - definition of ................ ...........................1.19 issued by ENGINEER........ _ ...............-,--_- 3.6.1,9.5 Final Application for Payment_ ....... __ ...... _14.12 Final Inspection,,,,,,,,,,,,,,,,,,. ......................... J411 Final Payment - and Acceptance .............. ... I .. ......... 14.13-14-14 Prior to. for cash allomnces_. 11.8 General Provisions ., .......... - ............... 17.3-17.4 General Requirements - definition of ................................... ___). 20 principal references tq .... ... _2_6, 6.4, 6-6-6.7, 6.224 Giving Notice.. ..... ...................... _ ............ ......... 17.1 Guarantee of Work -by CONTRACTOR ........ 6.30. 14.12 Hazard Communication Programs..._.. ................ 6.22 Hazardous Waste - definition of, .................................................21 ..... 1 general ..... .... .... ........_. _._ ... _. _-4.5 OWNFR's responsibility for .......................... ... K,10 EJCIV GLNEILAL COMAMNS 1910 -3 (199f) EDITlo%,) w! CITY OF FORT COUM MODIFICATIONS (M7 9w1 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 ...................... Section 101 Definitions and Terms.........................................................................................................1 Section 102 Bidding Requirements and Conditions.........................................................................14-17 Section 103 Award and Execution of Contract......................................................................................18 Section104 Scope of Work..............................................................................................................19-29 Section105 Control of Work ................................................. ............................................................ 29-90 Section106 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 Division200 Earthwork.................................................................................................................161-272 Division300 Bases........................................................................................................................273-282 Division400 Pavements................................................................................................................283-338 Division500 Structures.................................................................................................................339-428 Division 600 Miscellaneous Construction.....................................................................................429-676 Division700 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 April 20, 2017 Ditesco Indemnification,..,....-.- 6 12, 6 16, 6.31-6-33 Initially Acceptable Schoduleik . ......... .. .......... .... 19 Inspect ion -- Certificates of .9.13 4, 135, 14.12 Final . ....... ..................... 14.11 Article or Paragraph Number Special, required byENGINMER ...... .................9.6 Test- and Approval ................. _$.7, 13-3-13 4 Insurance - Acceptance of, by OWNER.....,,-„__, ......... 5.14 Additional, required by changes in the Wurk 11.4.5.9 Before starting the Work..-......- ....... ....... 1 ­­­2.7 Bonds and --in general ...... .................... 5 Cancellation Provisions..... I.-I.-l- ............ ....... ... 5.8 Certificates of 3.4.11, 5.4,13, >45, 5.8, 5.14, 9.13.4,14.12 completed operations ... ­ .... . ........ ........... SAA3 CONTRACTORS Liability.-,.,,-,_.. ...... ....5.4 CONTTRACTORs objection to coverage.,........,. 5.14 Contractual Liability.... ..... __­­ ....... ............ 5.4.10 deductible amounts, CONTRACTOR's responsibility ................................................ 5.9 Final Application for Payment'....' .... ..... .. 14 12 Licensed Insurers 53 Notice requirements. material changes. 10.5 Option to Replace____ .... ................ . .......... 5,14 other special insurances . ................. ................. 5,10 OWNER as fiduciary foe insureds,,,,, 5.12-5,13 OWNFR's Liability ---- ----------------------- --------------- 5.5 0ANEICs Responsibility ........ ........ ............... _.8.5 Partial Utilization, Property Insurance ............. J, 15 Property ..................... ............. -5.10 Receipt and Application of nsurance Proceeds 5.12-5,13 Special Insurance ....... ............. ................ _.5- to Waiver of Rights......._.....................................5.11 Intent of Contract Docurn ents . . ........ ................ 3. 1-3.4 Interpretations and Clarifications ....... ­11 ........ 9.4 Investigation-, of physical conditions ........................ _4 2 Labor, Materials and Equipment .......... Lands -- and Easements.......- ................ ..8.4 Availability of ............................................. * 4A, 8.4 Reports and Tests.. . . _ . ....... ........ ........ Laws and Regulations-Lavvs or Regulations -- Bonds 5.1-5.2 Changes in the Work . ....... .... ....... * ------ 10.4 Contract Elocuments, 3.1 CONTRACTOR's Responsibilities .... _ ... ... 6 14 Correction Periodttlefearve Work, 13 12 Cost of the Work, taxes ............................... 1145 4 definition of, 122 general6.14 Indemnification....._-- ......... ........... 6.31-6.33 Insurance IlreccdcnLe Re feTence to Safety and Protection- ......... . ......... ... 6.20, 132 Subcatractors, Suppliers and Others ... ___6-8-6. 11 Article or paragraph Number Tests and Inspecticms .. .... _ ........ ........ 13.5 Use of Premises..... _.........................................0.16 Visits to Site. ....... ....... ....... ------- ............... 9.2 Liability Insurance-- CONTRACTOR!s .... ............... ................ _... 5.4 OA NEICS Licensed Sureties and Insurers... ............... 5.3 Liens -- Application for Progress Payment,,,,,,,,, 142 CONT IZAcTOR's Warranty of Title ...... . .... .. .. 143 Final Applicatiort for Payment ................... ..... 14-12 definition of .... ^ .... ..... . ...... .. ........ ....... 1.23 Waiver of Claims 14.15 L im itat ions on INE ER`s authority and resportsibilities . _ .. ...................... ...... 9-13 Limited Reliance by CMI-RACTOR Authorized ............................ -* ........... .... +2.2 Maintenance and Operating Manuals-- Final Application for Payment._,,._,., ...... Manuals (of others) -- Precedence ........ ........... ....... 3.3.3.1 Reference to in Contract DocumenL5 ................... 33.1 Materials and equipment - furnished by CON7RACTOR ...... ­ ---------- .. ..... -6.3 not incorporated in for}..................................14.2 materials or equipment--equivalen; ....... ... __03 Mediation (Optional), , .......... .............. .............. ... j6.7 Milestones --definition of ................. ...................... J-24 Miscellaneous_ Computation of'rinics ............. I.- .......... ...... I ..... 17.2 Cumulative Remedies., ..................... __ ............. 17.4 Giving Notice ...................... _ ................... ___ .... 17.1 Notice of Claim ............................... .............. 17.3 Professional Fees and Court Costs Included .... ... 17.5 Multi -prime contracts._, ............... ­11­­ ....... ...... . * 7 Not Shown or Indicated... ...... ---------- Notice of-- Acceptabilit.yof Project...............................__14.13 Award, definition or ...... .............. ........... ...... J25 Claim ...... * ....... * .......... ­­­­­ ........... I>zfects.6­1 Differing Subsurface or Physical Conditions ... ­ 4.2.3 Giving.... ... ... ...... .................. ...... ........... .. J7.1 Tests and Inspections .................. ............ * ....... 13.3 Variatton, Shop Drawing and SampIq ................. 0.27 Notice to Proceed -- definition of., ................................................... J-26 givingof ... .......... ................... ....... ....... ... 2.3 MW GENTIUL CO%VITIONS 1910-3 (1990 EDITION) wTITY OF FORT COLMIS MODTFICATTONS OTN'91M) N(xification to Surety ----- --------- ... 10- i ON,- ry a t i o n s, by E N CY I NE E R §30, 9-2 Occupancy of the Work.. .. .............. 5.15. 6.30.14, 14.10 Omissions or acts by CONT RACTOP . ........ ...... 0-9,9.13 Open Peril policy form. Insurance. ................ .6.2 . Option to Replace ................................................... 5-14 Article or Paragraph Number "Or Equal" I1CM5 ....... ......................... _ ................... 15.7 Other work 7 (overtime Work —prohibition of ­­­­1 .... .. . ­ .... .... 6.3 OW'NER-- Acceptan ce of &fecfive Work .......................... A3.13 appoint an EINGINEEK ............... ........... 8.2 as fiduciary ............................................ 5-1 ^_-5 13 Availability of Lands, responsibility...., ........ __41 definition of ......... ....... data, furnish ..... ....... ........ 83 May Correct Defective Work . ...........................13.14 IMay refuse to make payment .......................... May Stop the Work ...... ............ * ......... ..... ... 13-to IN -lay Suspend Work - Terminate .. ........... $_S, 13 10, 15.1-15.4 Payment, make prompt .................... R_3, 14.4, 14 13 perform ana: of other work .................................. 7.1 permit.- and licenses, requirements 5.1 i purchased insurance requirements 5.6-5.10 OWNE R s- - Acceptance of the Work . ..... ...... _-J.30.2.5 Change Orders, obt igation to executj .......... i k,10.4 Cumin unicatiows ........ I ................... I ........ I ......... 8.1 Coordination of the Work 7A Disputes, request for decision,,,,,,.,...._......_--_---; 11 Inspectims, tests and approval; , ............... 8.7,1 3A Liability Insurance Notice of Defects ....... I ........... I .......................... J3.1 Representative --During Construction, FNGINP.ER's Status—. ....... .9.1 Responsibilities— .Asbestos, P(.,Bs, Petroleum, Hazardous Waste or Radioactive Nlaterial........ 8, to Change Orders, ............................. ............... 86 Changes in the Work ...... .......... ................ 10.1 communications 8.1 CONTRACTOR's responsibilities . cvidence of financial arrangements..............8.11 inspections, tests and approvals., ., $ 7 insurance J.5 lands and easement;....., ....... 8.4 prompt payment by, ..... .................... 83 replacem ent. of EXODMER _ .. _.. .$.') reports and tests, I ........ 11.1 ... � I ..... I., .............8.4 stop or suspend Work ............. 8-3, 13.10,15.1 terminate C0NTR_-XCTQR:s services.- . ............ ..... .. .... .... .... separate representative at site,,,,,,,,,,,,,,,,,,,,, , ..93 testing, independent_-. ...... . ........................ 13.4 use or occupancy of the Work 5.15. 6.30.14, 14.10 written consent or approval required............_ .. ................. _..9.1. 6-3, 11.4 E)MCGENEPLAL MINDITIONS igiu-s o9qu EDrno.%,) w(CITY ()F FORT COLUNS %K)DIFICATIONS (MV919) Article or Paragraph Number written notice required.„ .-.--„.............. T 1, 9.4, 9,11, ..-..._....._....-....._.__..,..I12. 11.9, 14.7, 15.4 PCBs -- definition of-.......... --._.................. 1"� general...........,_...............................................4.5 OWNER's responsibility[-cn...............................5.10 Partial Utilization -- definition of ............. ...... ........:-_........,,............ 1.28 general6-30.2-4, 14.10 Property Insurance---__,,.-„ ,-5.15 Patent Fees and Royalties ...................................... 6.12 Payment Ecmds.......... ___ ................... .... _........ $.1-5.2 Payments, Recommendation of .............. 14.4-14.7, 14-13 Payments to CONTRACTOR and Completion -- Application for PropressNyments ...................... 14.2 CONTRAC-rms Warranty of Title-.- ...... --... _--,14.3 Final Application for payment ,,,,,,,,,,,,,,,,,,,,,,,,,14.12 FinalInspection.................................. ............14.11 Final Payment and Acceptance .............. 14-13-14.14 general.............. ..................... __........ .......... .3, 14 Partial Utilization ........................... ...... ........ .14-10 Retainage.................................................. ..... . ..14-? Review of Applications for Progress Paymems...............................14.4-141 prompt payment ....................... ............. ... ... ... ... $ 3 Schedule of Values................................ -.1.......14.1 Substantial Completion...............................14.8-14.9 Waiver of Claims., ............ .............................. 14.1-5 when Payments due. ................................ 14.4, 14.13 withholding payment -----_- ............. ,- -,.......14.7 Performance Bonds ............................................ �.1-5.2 Permits....................... .........................13 Petroleum — definition of ............................................. 1 .40 general..............................................................4.5 OWNER's responsibility for ...... ............... --.--- _8.10 Physical Conditions -- Drawings of, in or relating to,,,,,,,,,,,,,,,,,,,,,,,,,4-2.1.2 E C1INF.F.R's review.........................................4.2.4 existing, structures ....................................... ..--4 2 general 4 2. L2 Notice of Differing Subsurface or... _............. 4.2.3 Possible Contract Documents Change,,,,,,,,,,, 4.2.5 Possible Price and Times Adjustments..............4.2.6 Reports and Drawings ....................... . Subsurface and .............. _ ...4.2 Subsurface Conditions...---..-_ ............----,,,--.-4 2.1.1 Technical Data.. Limited Reliance by CONTRA('fOR Authorized ......................... 4.2.2 Underground Facilities-- general,...,... ... ................................4.3 Not Shown or Indicated ....................... . .... 4,3,2 Protection of,,,4 3, 6-20 Article or Paragraph Num her Shown or Indicated .......... ............................ _ _ _ 41.3 1 Technical Data......... _.........._-..-..- ..... a.'.' Preconstruction Conference ........................................ 2.8 PreliminarvMatters-------------_...-_ ...-._..... ..._.--....... ._..2 Preliminary Schedules., ............................................2.6 Premises. Use of ........_......,_..................... 6.16-6.18 Price- Chang of Contract.........................................I I Price, Contract --definition of ...... ............ ........... .._.. 1.11 Progress Payment, Applications for .... ..- .......... .........lit.? Proeress Payment--retainag; -_,,,,,,,,,-„_,_ --- ........... - 14.2 Progress schedule, CONTRACTOK's,,,,,,,,,,,,r.6, 2-8, 2.9, ................................. 6.6, 6.29, 10.4, 15.2.1 Project—dermition of..............................................1.31 Project Representative— E•NGINITEER's Status During Construction,--.-.------9.3 Project Representative. Resident --definition of .... .... 1.33 prompt payment tA- OWtN:FR......................................8.3 Property lnsurance-- Additional......................................_.....,..........-5-7 gencra15.6-5.10 Partial Utilization- ...... ..................... 5.15, 14.10.2 receipt and application of proceeds,,,,,,,,.,,,5.12-5.13 Protection, Safety and ........... ................... 6.20-6.21, 112 Punch list .................... .:. 14.11 Radioactive Nlaterial-- defuttion of .............................._...-................. L3: genera14.5 OLINER's responsibility for . .............................. $.10 RcWantit e[ldalion of Pay uten(,,,,,,,,,,,,,,,,,14.4, 14.5, 14.13 Record Documents, ..... __............................6.19, 14.12 Records, procedures for maintaining, ....... .,-,-„-,.,,,,,--.0).8 Reference Points ...... ............ ............... ...... ........... -_.4.4 Reference to Standards and Specifications of Technical Societies3.3 Regulations, Laws and(or).. .............................. _ .... 6,14 Rejecting Defective Work ....... ....... ......................... 9-6 Related Work -- at Site --- ......................... .............7.1-7.3 Performed prior to Shop Drawings and Samples submittals review,,,,,,,,,,,,,,,, 6.28 Remedies, cumulative, ....... .... . I... I ... ..... I ...... .. 17.4.17.5 Removal or Correction ofDefective \York_,---,-_ _--_1111 rental agreements, 0WI%MR approval requirco.....11.4.5.3 replacement of ENGINEER. by OWNER.....................8.2 Repotting and Resolving Discrepancie................................. 15, 33.2, 6.14.2 Reports -- and Drawings.."........................ ..................2.1 and Tests, OWN1Rsresponsibility ...... ,,,,,,,,,,,,,,,8.4 Resident and Project Representative -- definition of ................. ... _... ---- - ....-......._ i.33 provision for............................................................ P.3 xii Err GENERAL COMTION.S 1910-311990 ELATION) w! CITY OF FORT COLLINS MODIFICATIONS (REV 9i99'1 Axicl e ormrkgrxph Resident Superintendent, rcc«TIAC TnR«_-6.1 general,... .............................. CNoovuMo~omenero____................. ___n Lunhation on. _...... _-.......... �.......... 9.8 (DnmmERx-iugeneral ........ ........... ---._�'� Review by CONTRAC—MR: Shop Drawings Review of Applications for Progress Eiymenq......... ................ ........ |4.4-]4J Right to an adjustment ........... ............. ------ —]«.2 Rights m*ox.... ..... ........ .... __ ...... _'... . 41 Ro�-alties, Patent Fees and .......................... ......... §.|2 Safe Structural Lo^ume -----------__________6.m Safety — and Iroxecbvo........................ 4.3.2t 6.16, 6.18, ......... _--............ 6.2V-621, 7.2,11 , general ....................... ...................... ___�20-«.23 coN7w*cTnWo_______�.2l Samples — definition 'u-...... ............ -................. _J.34 general .............. .......... .................. _,6.24-6.zn Review 4fCONTRACTOR 2z Review hy8N(INff.R.............................. ()e6,o2? wm*anvot k§.2o submittal of, ... __.... ........ .... _-------- -.6- 247 submittal procedures ... ....... _______��/ ooh;dv�v{�von:�_��2�-��6.6, ...... .6.219,10A.1521 Schedule of Shop Drawing and Sample Submittals � 2- Schedule of Values 2.6. 2.8-19,14.1 Schedules - Adherence to. ................... ........... ....... '...... 1jIl Adjusting.................................................... ...... 6.* Change ofContract Timc§................................. 1n4 Initially Acceptable ............ _................... . 1.8,I9 Ncxminory ..... ..... ... ...... ___ ....... ....... _�a Scope v[Changes .... ............... —....... -]o.3'K0.4 upo=rutc*conJitivo,___________������ Drawings — and Samples, general ___________/6.244.2v Change Orders &- Applications for definition nu---------'_------].3j smo|weEx» approval of ......... ....... ............ 3 62 for review ... ....... ........ _____�/7,n.24*2m related Work. ................ --'....... -......... 0")S Article or Paragraph submittal Shown or Indicated I sitc.Acccss........... ...... ___........ ......... _7.2./3.z Site Cleanliness, ____........... __....... ___.6,n Site, Visits to - by IINGDSEER ............................ .......... _,9.2!3.2 */ others ........ ................. -_-_----'-]3.2 .special causes of lose policy fcwm, mouronoc__.............................. .............. ... 5.6.2 definition of Speci ficat ions-- ue0mtimzof--------__----_-).36 m/Technical Societies, reference precedence ___.......................... Standards and Specifications uTechnical Societies .......... ___... .... ___�3 ��bueCno��ukm'D^��________._����0 Starting the Work _______________�� ��ms�p�dvom- uyc0N[Ruv-Tz�R........................................... 5.3 u'OWNER ........ _... 9.813.10, 15.1 Storage o[materials and equipment. __........ _14.}.l% Structural Loading. Safety ... .............. _....... _...... l|o .c~~~�- c""rmnmg______________.. 0-8411 definition v[.................................................... .37 delays........................... waiverofdghu........... ........................... ....... 0.11 Subcontractors —in mener"........ .................. u8-uU prmwuxns�......... ll1,ao.D.4.3 Submittal -- Applications bx 14.2 Maintenance and Operation Manual* ............... f/z Procedures _-_---------------_��� Progress ocbedul*«........................... .......... 2.6,29 unmpxa..... ........ .......... ............. -'ji24-6.2« Schedule v[Values ........................ ........... 2-6.l4.1 Schedule of Shop Drawings and Samples uubmm,uoy................... __.... ....... 2-6,2.8-2.9 Shop Drawings Substantial Comrle6o"- rertiucaum`u['- -_��302 3,149-14.9 definition v(... ........................................ ...... .3N >ubmvonConstruction kil,thod orproc*du,e*.--(it2 Sobstituu,uvu"OvEqual" Items ..... __�a7 cObTDAcT{ur,Sxp,u�_____�7l.3 uN'xNBFu'sEvaluation ___..... 6.73 "Or-Duut ....... .... __________�7L> ouw/xw�cnomrmnmox*mmw cxzCGENcuALCONDITIONS mv*ovwconcw/ °'nrropFORT COLLINS uonncxnONImmcr*^/ Article or Paragraph Number or procedures ..... ....................................... G. 7_1 Substitute Items .... I ... I .................... ---- 6.71.2 SuIr,urface and Physical Conditions - Drawings of, in or rclatzig to.,,_,,,,__.._ _4.2.1.2 ENGINTEERs ReNrie, 414 general.._ .............................................. .......... 42 Limited Reliance by CONTRACTOR Authorized 4 2 Notice of Differing Subsurface or Physical Conditions ............ ____ ............. . .. .1 2.3 Physical Conditions -- --------­--­ ­1 .......... 2 Possible Contract Documents Possible Price andTimes Adjustments ... ...... _4 -16 Reports and Dra%vings........................... .......... 421 Subsurface and Subsurface Con'�itions at the Site, 4 -1 1.1 Technical 4 -1 2 Supervision-- CONTRACTOR's responsibility .......................... 6.1 OWNER shall not supervisq ................... ........... I Is St FNKCTINLFFR shall not supeivisq ................. 9.2, 9.112 Superintendence......... .... ................................6 .2 Superintendent, CONTRACTORs resident_ ' ....... .... 6.2 Supplemental costs *­ ...... * ............... ­.1 ......... )1-4.5 :"-* Supplementary Conditions-- definition of ......................................................1.39 Pr illcipul I cfcl clicus tq.................a.10, 1. 18, 2.2, 2,7, ----- I .. ............. 4.2, 43, 5.1, 53, 5.4, 5 6-3.9, ....... ... ­ 5.11, 6.8, 6.13, 7.4, 8.11, 9.3, 9.10 Supplementing Contract Documcnts_ ......... ............ .3,6 Supplier -- definition of.....................................................).40 principal references to ........... 3.7, 6.5, 6.8-6. 11, 6.20, 6,24. 913, 14-12 Waiver of Rights ................. ----- -- ...... ......... 0.11 Surety - consent to Final payment., ..................... 14. 12, 14.14 ENGINFER has no duty Iq ................................9.1.1 Notification of 10-5, 152 qualification of. 5. 1-5.3 Survival of Obligatioris_.............. .. ... ................... 0.34 Suspend Work. OWNER. ay ....................... J3,10, 15.1 Suspension of Work and Termination-._....... . ....... 15 C(--)',\-TR-ACTOR May Stop Work or Terminate 15.5 OWNER May Suspend Work ..................... ........ I 1 5,1 OWN-TiR May Terminate_..................I .... . .-15.2-15.4 Taxes --payment by CONTRACTOR., ......... .. ......... 6.15 Technical Data -- Limited Reliance I)%, CCfNT&,N(-T(_)R...... 4.2.2 Possible Price and Times Adjustments ... 4,2.6 RclxwL% of Differing Subsurface and Physical Conditions_.... 4.2.3 xiv Temporary construction facilities.-. 4.1 Article or Paragraph Number Term ination-- hy awrRACTOR 15.5 t-A- OWNER ................... -15.4 of EINGINEEK3 cmplo%-mcnt,., ..... ........ ......... 8.2 Suspension of kVorL-in general ....... ... _ __ ......... J-5 Terms and Adjectives..............................................3A Tests and Inspections - Access to the Work, by others ­ ­­­­ --------------- J3.2 CONTRACTOR's res-insibilitic ....................... 13.5 cost of 114 covering Work prior to .... .. ... ..... 13.6-13.7 Laws and Regulations (or) ..... ....... .................. 13.5 Notice of Defects 0XVNER May Stop Work_.._.........................13.10 OIN NIM R!s independent testing..........................i3.4 special, required by FNGHNEER ..........................9.6 timely notice required.........__ .......................... 134 Uncovering the Work, at ENGNEEW3 reques.................... .. ................. --- 13.8-119 Times - Adjusting .......................................................... 0.6 Chanae of Contract„ ... ... ­ I— - _ _ - � ...............12 Computation of,, ......... ....... ...... ........ ... ..... _17.2 Contract Times -definition of ...........................1.12 dav ....... .................. *"-"*," .17.2.2 stile- stones .......................................... ............... J2 Rcquii cm%-nL*-- appeals.... .................... .......... ......... 9-10,16 clarifications, claims and disputes ..................9.11, 1 L) ' 12 Commencement of Contract Times. Preconstruction Conference )8 schedules .........................................2.6, 19, 6.6 Starting the Work ............ I .. ........ ­ ........... 2.4 Title. Warranty of......._ -- ...... * .... ...... 1. .......... ­­­14.3 Uncovering kN I ork... . I..... I ................ ­­ ... ......... 13.8-13.9 Underground Facilities, physical Conditions -- definition of ..... ............................................... IAI Not Shoxxn or Indicated..-._ . ......................... _43-2 protection of ........ ­­­ .1 . ...... 1__..__­­ .... ­4.3, 620 Shown or Indicated. ....... ............. ... 43.1 Unit Price Work -- claims definition of....................................................1.42 ..................................................1,421 general 119, 14.1, 14.5 tin it Prices -- general 11. 3. 1 Determination for Use ofPremises, ................ .............. 6 16, 6.18, 6.30.2A Mlity owners ........................ 6.13, 6.210. 71-7-3, 13.2 Utilization, Partial ...................1.25,5.15, 636.2 4. 14.10 Value of the %krcrk................................................... 11.3 Values. Schedule o(. A 2.8-2.9. 14.1 ujcw (z iimAL cw4m'rioms 1910 -s (1990 Emm) w Variations in Work —Minor Authorized,-._-._... 6,21 i, 627, 9.5 .Article or Paragraph Number Visits to S itc--by ENGINTER 9.2 Waiver of Claims --on Final ...... ......... 14.13 Waiver of Rights by insured parties .............. 5.11,5.11 Warranty and Owirantec. Ocncral—by CONTRACTOR [Warranty of Title, C6N-i ....... 14.3 Work — Access to 1.3-1 byLxhors ............................................................... 7 Changesin the ......................................................10 Continuing the,. .......................... __ ...... CONTRACTOR May Stop Work or Terminate Coordination of ' . ...... .... * ........... ... ...... ....... 7,4 Cost of the )1,4-11.5 definition of .................... --- ......... .... . - I - ...) .43 neglected by CONTRACTOR......... _ ... _. _..._13.14 other Work 7 OWNTERMay Stop ANVork-....... ................... ...... 1.110 OWNT,R May Suspend Work,,,,,,,,,,,,,,,,,, 1110, 15.1 Related, Work at Site ........I ........................... 7.1-73 Startingthe......._..... ............... .................. ......... 24 Stopping by CONTRACTOR...,..., ............. _.. .11. 5.5 Stopping by OWNER ......... .... __ 15.1-15.4 Variation and deviation authorized, minor......... 3.6 Work Change Directive— ClaiI113 pulwant it) ............................................. definition of ............. ------- __ .......... .... _1,44 principal references to, ........ ____.3.5.3, 10.1-10.2 Written Amendment -- definition of.....................................,...........-145 principal references to .............. I - 10, 3.5, 5- 10,1 -5. IZ ..........................6.2, 6.8.2, & 19, M 1, 10.4, j 11, 12.1, 13.112, 14 7.2 Written Clarifications and Interpretations,_„_... ........3.6.3, 9.4. 9.11 Written Notice Required — by CONTRACTOR ............................1.1. 9.10-9,11, ...................I--. .... ...... - I ... 10.4, 11.2, 1-1-1 by OWNER ... 9. 10-9.11, 10.4, 13.14 xv EXW. GENOULL CONIXTIONS 1910-8 (199()EDI-110.N) W(ITY %T FORT COTINS NIODIFICATIONS MEN (This page left blank intentional[)-) X%i UCDC CtiNMAL. CO_-%OIT[OVS 1910-8 09W UXT1ON) wCITY OF FORT t,OLLXIVS 3IODMCATIOI..S (REV 9,M saucy laetUio;D aril io aatid 13eiluo0 aql ut afUN3 e a.tlOnut iou swop gotq:tt inq �; 6 4dt:u3uiuxl LiltAt aauepioaae u! Ilo.l aLp ut skitzia low w siapio gary.tt `1a3D InN3 iq patux! iapiO ual7u.x t XIVO F'lazl .611 f;wq!pw3 .iinlu;1twjddns NI ui gans sn pagnuapt hi oqm pue iaafoid Ni of jaadsai tpt.tt llmllnsuoa io ajetmwe ipuotssa)ofd luapuadaput s, gj 0\� sr saa! um gstuini 01 l 7 ftv1ONN git.x laenuoa a Su!Arg uarjtuobOa m wn-j `uostad F--zurgnsuU -S 1' l •tuawaai; V xp to gans m paweu unttpaxiina ni Luna `uustxl :x4y-2zg.Z\lfl%r3 L 1 1 iantlap pup arts of sar}ipd o.%ti Ni Jo iSet Ni :iq paiantjala pue patdis st*juau-, rBv aLjl gatqu uo aitp Ni suwua a palpatput s! zvp >pns ou It inq a.ttiaajja saulOaxj .4) uo )uawaaiSd NJ to palm )Lfl slur ag y-zuatua,11,9V acp jn azn(7 AW.-MTJ 9V 1 'paulgop os se Out.mic7 lou air s;,5u tte>p dogs sluaum 0a priluoa All Ia of paiiajai aie pue 21 ry +4 pmcudde xt pandaici u,•vq a.teq ga!g•+t Pwi UO.L DV-dL\00 .iq p�tu�au d pue pagstwna aq of `jlo,,.1 Ni Jo ialaeiega pur lualxa adoas atp nwgs gaegm s3utntelp ally- s&trr,anr(7 5 T [ (OI'bI io S bl gdrRejed qp kt aauupxiaau ui uog, IdtwD jetiueisgnS lu 2j 3N 11U •q p. uumst, uaaq seq joaiagi uonoawid NI igj .iltj!q!svodsai ssajun) luatunud it:ti,g 3o uo!jupu, cunuoaoi s,gaab Jr.). of x>ud paaewep twq seq io `s7uawnao(I punuo,) aqi ut of paua,{ai je.widde io Tsai paepu= aauaiajai Uonaai$La ,{uu 3o sluawautnbai agl laaw Tou saOp io sluawnao(j }ariluaj aqi of nuojuoa lou sxp it wV ut }uatagap io .itlnej `.Cinlaejsntsun si lug} j10 110l snjw `lx' piom "to Sulimow uag:u gatq'n anuoafpu f t i luzuk-I.LOV atp vlut paialua slxl zlJ"o woget ql!m uorltx .103 io Ltutd -utniad aq.L-2fC)jovz voo El l E l .k I gduj2eipd gitm aaurpioaap Ln wuu:+ud Iruij )o ucxir�uatutuaaal uali!itt S,N.q-iNl:)N9 Aq Paxa.pta.1 sp lu�tuM It,-ug .xIj :(peal n ii imp os �jio.hl aqi ;ggdmoo of (n) pun vogaidwo ) jupuumns zwottry of (t) iumumAtv atp ut paleis salup aqi io s.(T )o siagwnu agj-sawn/ zt+u7traJ 1'I '(.Ix':11 aa!k1 Pufl30 xw aqi u! 16 11 Lldei,'eiud )o suoist.toid Ni of laafgm) luawaaia'V agi ut palels ru sluawnaOO Iaeiluo,) agi gllm aauupioaap ut '(x';11 Ni Jo uotlaldum-, xt( `10.LJt-dL,�OD of .iq alge.(rd siauow agy-ant, zanrzuo0 111 sivatunnoQ larnuoZ) -tm lip t pue I ,1, sgdeiSeitsi In of pzni jai sSut.apip pup sl.taiai a41 PUB LC 9 puu 9:•o sgde�tued of luensmd pa:toidde sjr}Ttwgrn §LLi i(I dogs luawaa.6v aqi •jo atp(i a.tnaayjg agi i.119 io uo E•o E put: 1 9 E •S-E sgdriSpird of itamsind jvmsi suot}eardut.Ia pue suoilplaidialui uailti.M sag ��t pue siapao pja�A sa:ulaanQ a�tLruilJ 1x':U siapip aStteg D tjuawpuaur f upill Sj lie gn.% iaLpAol 'juawaai3y agi ut pagilua)i .iHmg1al& ax,w aie aloes Tti(Ktr.: t :1 �}N} SNOLLt.)LI ILk?iY S\ I'1'FO_) .1.73fa:1:ICt ,U L) �+� (IMIN WillS`6161S\ALLKT\nJ lt?LiN�f1 M.7ta atlt sE sul,neir,i All pus stivneajjtaads 0141 suornpuo-) UeIwtuplddnq Ni •suoTitpuo0 ipiauaiJ asagl 'spuog aqt pa wJ<I of aatio,l mp `Iu.m.*kt• Ni of ugtq.\ up se pagalgjp uag.% (pip:w )o aatloi\ aql tj loud palitwgns uotip}uaum:x)p ptfl jsod .tut, pup P!jI aqj auiSuedumnu U011rlumunnop Suipnima) p!ft s2101Jt�T.1.ig0J '(sjuaunoo(j ptmuq) mp of utp}iad gatgA) epuappt* `tuawaa15V tanquoD 01 l jumixti%k .Iql JO alnQ a.tnaaJT3 Xn talje to uo pans[ saLwy larguOO mp io aatid prAuoO aqi uI lumnsnfpe:t1 agi ut talrst.t31 io ttotlalap vompru uu s.w!jL line pug N92vA1t7 PUB 2IOiOfZIJ°�OJ .+q Pxdt!s sr ga!ght ?i�Eil�IIJ :iq papuatutttoaai luatun,nl? V-01ttIO 09MO Yi T ,ilunan jo sluawnnstn iaglo puu spuoq Watu.ied pup )-wuttugpM-4ntog -S i tuiej p}g ill pue 'siappiq of wotiatulsut `pi of uopait tut iO �uaivasijia.tpe aqi--a7ualuarurba� %u�>L�rg 'L' I •(sp!g )o ldiaaai of loud panssi epuaE'PV Ile ampnl..xu!) slttaurnao(I lxmuoZ) 1-jow&id agi pue 'wigj p!g aqi stapptq of suotimisu! `ptg o1 uonrit.+ut io tuawas}lianpu �gj p wx�jiad xl of "IiO,�j Ni .toj saaud Ni tjuo3 Suain uuoj paquisaid mIt uo pnitugns uaPp!q a41 jo its&Joud xt illjo cNy-'!g : I vo!lensruttupAF glleali pup :il.,)es Ieuotlednaa() s ms P=I!ufI aqi •q pogsgquisa sjaaal uoiin luautto asoqu itu aqi o1ul suaLiq soisaLlse SUIswN 11 m xi algeiij $1 pup solsagse 1Uaaiaci atio uetll aiotu swenroa legl jrrialetu Aq sntsagsp, � I switunao(I IaunuO) aqi Xq pa.ttnbau st su uopuluotunicip Sutllcxldns gans Al patuedwoaau aq o1 st gatgtt pue sluaw.iud jeug io ww2oid out1wribai u! ?t(),I:)VNI.NU) •q pasn aq o} si ga14m MM-NlDIM ,ig pa111-e wiL11 aq_I.-zuauuind JOI uovrarirlilb' E' I utaiagl pap!.toid sp ]oaiagl hind r. apnw itue Tu,Lul,jz;+ atp of pagaelie alp s}uaumao(I mnuo,) iogio pauuojuad aq of `mNo Ni ataia.taa Wo( L-)t'?I.LNn,) pup, MHNTA\O uWetlatl iaunuoa UaulLtt ag.I ftrauuazr$j Z.1 sluautnaa{ I lauiluo,) aql io sjuatuannbay Sutpp!q aqi a:,uega to laaiioa .iTtiela gatq:tt T. !g Jo fiqu-,do agi of ioud pans! gwwruism atgdtuS io uny! I-rf' g7t?F, I l jxu;agj Ipinld pue ipjeltns .,Lp gloq of ijgmijdde aie gatq.at Ia,p,atptn sSLnumui agi a:teg swial Sutttolloj agi sluaiunooQ 1miluoO iagjo aql uI io stx,Ijipuo,� leiauaD asagl LIl pass ia.taiatLll S\OI LINTH I--13'I311W SNOLLIQNOD 'IvH3N30 1.20. General Requirements -Sections of Division i of the Specifications 1.21 Hazardous it irsle—The tern hazardous Waste shall have the meaning provided in Section R04 of the Solid Waste i)tsposal Act (42 USC Section 6903) as amended from time to time. 1.22.a. Lasts and R<gulations; Lairs or R<, ulafions- .any and all applicable laws, rules. regulations. ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts riving jurisdiction 1.22.11, LYeal HoUm.-Y--shall be those holidays observed bn• the Citv of Fort Collin 1 23. Liens --Liens, charges, security interests or encumbrances upon real property or personal property 1.1-4. Alilestone-:A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Sul>_stantial Completion of all the Work. 1.25, l4ohce ofAwarct A written notice by OWNER to the apparent successful bidder suiting that upon compliance by the apparent successful bidder with flu conditions precedent enumerated therein, within the time specified, 0WNTER will sign and deliver the Agreement 1.26. Notice to Proceed -A written notice given by OWNER to CON'rRACTQR (with a copy to FNGIN'ITiR) ft�ne the date on which the Contract Times will commence to run and on which CON- *RAC" fOR shall start to peruser CONTRACTORS obligations under the Contract Documents. 1.27. ONWER-The public body or authority, corporation. association, firm or person with whom CO ACTOR has entered irito the Agreement and for whom the lVork is to be provided. 128. Partial Utili_ation-Use by 01VNIM 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 ail the Work. 1.29. PCBs -Polychlorinated biphenyls 1.313. Pelrofeum=Petroletmm, including crude oil or any fraction thereof which is liquid at standard concliticris of temperature and pressure (60 degees Fahrenheit and 14.7 pounds per square inch absolute)* such as oil, petroleum. fuel oil. oil sludge, uil refuse, gasoline. kerosene and otl mired with other non-llazurdous Wastes and crude oils. 1.31. Project -The total construction of which IN. Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1,32.a. Radioactive Afalerial-Source. special nuclear, or hyprSauct material as defined by the Atomic Energy :\ct of EJ(.',L)C GENERAL CONDITIONS 1910.3 (1990 Edition) u.' CITY OF -FORT COLLI NS MODIFICA'riONS (REV 4,2fW) 19-54 (42 USC Section 2011 et seq.) as amended from time to time 132_b. Rezidar R'ar#yng Houry-Reaular working, hours are defined ;is 711i}am t-g 6.Ctt:Jpt�i unless otherwise specified in the General Requirements. 133 Resicient Project Representative -The authorized representative of M;G11VEIIR who may be assisted to the site or an part thereof. 134. 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 135 Sloop 1)raiirtgs-AID drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONMACTOR and submitted by CO\'TRACTOR to illustrate some portion of the Work. 1_36. Speeicariom;--Those portions of the Contract Documents consisting of written technical descriptions of matcriaiis, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Rihcontractor---An individual, firm or corporation hat^ira a direct contract with CONTRACTOR or with any other Subcontractor for the performmance of a part of the Work at the site. 1.33. Substantial c:omidetion-The Rork (or a specified part thereof) has progressed to the point where, in the opinion of F:.KG1 `hFR as evidenced by F'\GL\TL•R's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Dokumemmts, so that the Work (or specked part) can be utilize;.] for the purposes for which it is intended, or if no such certificate is issued when the Work is complete and ready for final pxiynient as evidenced by FN`GF\T-,F.R's written recommendation of firial payment in accor(hrice with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or pair of the Work refer to Substantial Completion thereof 139. Supplemenhuy Condirions-The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier -A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the. Work by CON-MACTOR or any Subcontractor. 141. Underground racilifies—Al pipelirk-.,, conduits, ducts, cables. wires, manholes. vaults. tanks. tunnels or other such facilities or attachments. and anv encasements containing such facilities which have teen installed undergrluind to furnish any of the following services or materials- electricity, eases, steam. liquid petroleum products, telephone c other communications, cable television. sewage and drainage removal. traffic or other control systems or water. 1.42. Unit Price ff"ork—Work to be paid for on the basis of unit prices. 1.43. !fork --The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract DOCUMents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating, materials and equipment into the construction, and performin_ or fumuhim services and furnishing document:, all as required by die Contract Documents. 1.44. 11 ork Change Direcrirz—A written directive to CONTIACTOR issued on or alter the Effective Date of the Agreement and signed by OWNER and recommended by' ENGINEER orderin_ an addition deletion or revision in the Work, or res-cinding to differing or unforeseen Physical conditions wider which the Work is to be Performed as provided in paragraph a 2 or 43 or to emerecneics under paragraph 6.23. A Work Chvige Directive will not change the Contract Price or the Contract 'Times, but is evidence that the Parties expect that the change directed or docwnentecl by a !Fork Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to it-, effect, if any, on the Contract Price or Contract 'Times as provided in paragraph 10- 2. 1.45. ll iiitmn Amencimerrt--A written amendment of tlx: Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nomnaineering or nontechnical rather than strictly coxtstructio n-related aspects of the. Contract Documents. ARTICLE 2—PRELLNIIINARY INIATTERS Deliver of Boat& 2.1 I�Iim CONTRACTOR delivers the executed Agreements to MNNER, CONTRACTOR shall also deliver to 0XVINTER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5-1 Copies of Documents: 2.2 Ott IVTR shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditicros) of the Contract Documents as are reasonably necess-ary for the execution of the Work. Additional copies will be furnishes! upon request, at the csist of reproduction. Commencement of Contract Times; Notice to Proceed• 2.3. The Contract Times will commence to tun on the thirtieth shy after the lifrecxive Mte of the Agreement ex. EJCUCG>:ivt3t41. {'tiVl:)(11Ui45191U$ t19J0 Erlitim) w•,(1'rYOFFOR'(CoLLt,NS.dtOL)iFICA'nONS[REV, -Witt if a Notice to Proceed is given, on the clay indicated in the ?,tier to Proceed A \cxice to Proceed may b, given at any time within thirty days after the Effective Date of the Agreement—fit—m---event—> ►l the i'Fxttrael—Tintrs �ntttxnee-�c}-run}-ahter-t#rar� tl�-st�tiatl}-day-aAc�r-ilte-4la} of Bid opening or the thirtieth day after the Effective Date of the ALreemem, whichever date is earlier. Starting the ff ork: 24 CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run. but no !Fork shall be done at the site prior to the date on which the Contract Times commence to run Before Startuag Construction: 2.5 Before undemiking each part of the Work-, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify ixrtinent figures shown thereon and all applicable Geld measurements- CON't'RAC'rOR shall promptly report in writing to FNGINHER any conflict, error, ambiguity or discrepancy which CONTRA(" TOR may disaiver and shall obtain a written interpretation or clarification from FNGI\MF.R hefihre proceeding with any Work aftected dierchv; however,. CON'rRAt'rOR shall not be liable to M';`'F,R or F.NGTNF.FR for failure: to report any conflict, error, ambiguity or discrepancy in the Contract Ikicuments, unGs CONTRAC-rOR knew or reasonably should have known thereof 2.6. Within ten days after the Effective bate of the Agreement (unless ot(ienvise specified in the General RequiremenLs), CONTRACTOR shall submit to M1 GIINEER for review 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) fix starting and completing the various stages of the Wort, including any N3ilestones specified in the Contract Documents; 2.6.2, a preliminary schedule of Shop Drawing and Sample sulitnittals which will list each required submittal and the times for submitting, reviewing and Processing such submittal, 6 2.1 In no rase will a schedule be acceptable which allows less than 21 calendar days for each review by iminneer 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component Arts 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. CON, TRACTOR and OWNlilt shall each deliver to the otkrr OIVNER with copies to c #t wed idantitted itt-t1ie� luppkntetttart =etxtitio,rts ENOINFEK. 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.fcgov.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 C April 20, 20 certificates of insurance (and other evidence of insurance who-h either litien-13 alred--tatty rcasatttlrly=—reetaest requester! by OMN'EFl which CONTRACTOR-am4-IV--NIR-rd5pectivt`hv- ,e is required to purchase and maintain in accordance with paragraphs 3-4, ?.wand -5.7. f'recon.struetion Conference: 2.8. Within twenty days after the Contract Times street to rurt. but before any Work at the site is started. a conference attended by CONT&ACTOR. ENODMER and others as appropriate will he held to establish a working understanding among the parties as to the Work and to discus, the schedules referred to in paragraph 2.6, procedures far handling Shop Drawir s and other submittals processing Applications ftY Payment and maintaining required records. Initialli'.dcceptable Schedules: ?.9. Unless otherwise provided in the Contract Documents, atirast4ettSul—MItissic ,l r it App>Eieatic fa+r pH}tent Ixfore anv work at the site bin a conference attended by CON-FRACCC)R, FNGINEFR and others as apptrepriate designated by OIN NER, will be held to review for acceptability to 1-.NGfNE:FiR as provided below the schedules submitted in accordance with paragraph 2.6. and Division J.- GtrLartl _Retg)ir mgnts. C:ONTRACI"OR shall have an additional ten days to makc 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 ENGINFER a, provided below. The progress schedule will be acceptable to F.NGl1'FFR as Providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither fin pose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR'S schedule of Shop Drawing and Sample submissions will be acceptable to FNGIN FR as providing a workable arrangement fix reviewing and processing the required submittals CONTI2ACTOWs schedule of values will be acceptable to LNGINEER as to form and substance. ARTICLE 3—CONTRACT DOCUMENTS: MEN't', AMENDLtiG, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNM and CONTRACTOR concemins the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the late of the place of the Project. 31 It is the intent of the Contract Documents to WDC GENERAL CONL4T1ONS 191M (1990 Edtim) +c CiTY Of PURI' CYJLLI\S �1QU11�1CA'fIGNS tItEV •1,2�N7ti) describe a functionally complete Project (or tart diet co(i to be coniirucled in accordance with the Contact Documents. Arty Work. materials or equipment that may reasonably be ij;krred from the Contract Documents or from preeaitirn3 custom or trade usage as being* required to produce the intended result will he furnished and performed whether or not specifically called for. When words or phrases which have a well-known techt-dcal or condructio n industry or trade meaning are used to describe Work. materials or equipment such words or phrases shall be interpreted in accordance with that meanirL. Clarifications and interpretations of the Contract Documents shall be issued by ENGINF'ER a, provided in paragraph 9.4. 3.3. Reference to Standarrly and Specifications of Technical Societies; Reporting and Resoling Discrepancies: 33-1. Referencee to standards, specifications, manuals or codes of any technical society. organiration or association_ or to the Laws or Regulations of anv governmental authority, whether such reference he specific or by implication, %hall mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, an 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_ 1� 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 anv Supplier referred to in paragraph ti_;, CONTRACTOR shall report it to LTIGTNTER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.S or 36, provided, however, that CONTRACTOR shall not be liable to OAR'NIM car FNGINTUR for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR (chew 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 In one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in rea)l•inp ,my conflict, error, ambiguity or discrepancy between the provisions of the Contract L)ocuments and: 3.33.1. the provisions of any such standard. specification, manual, role or instruction (whether or not specifically incorporated by reference in the Contract Docunienm)i or 3.3.3.2. the provisions of any such Lairs 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). the event of conflicting or ambiguous will take Precedence over No provision of any such standard, six-cification, manual, code or instruction shall be effective to dnatge the duties and responsibilities of OWNER. CONTRACTOR or ENGiNEFR, or any of their subcontractors, consultants, agents or ennploy-ees from those set forth in the Contract Documenu, nor shall it be effective to assign to 01VN, `M, FNC7rN'FF.R or any of FVGiNi 'MR's Consultants, agents or employccs any, duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or am other provision of the Contract Documents. 3A 1linenevcr in the Contract Ikocuments the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like eff:ct or import arc used, or the adjectives "reaSOrnble", "suitable", "acceptable", "proper" or "satisfactory-" or adjectives of like effect or import are used to describe a requirement, direction, review or judoe.nt of ENGiNMER 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 Ii\GLNEER 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 One provisions of paragraph 9-13 or any other provision of the Contract Documents. unending and Supplementing Contract Doeaments- 33. The Contract focuments may be amended to provide for additions, deletions and revisions in the. Work or to modify the terns and conditions thereof in one or more of the following ways: 3.5.L a formal Written Amendment 33.2. a Change Order (pursuant to perap-aph 10.4). or 1 L)C41::+'>TULCG?+<t MOM191"(19%)Editimi wi CITY Of FORT COLU V5'tr01)IFICAMNS MEV 1 .0ki0i 35.3 a Rork Change Directive (pursuant to paragraph 10 l). 3.6 In addition, the requirements of the Contract Documents may be supplemented. and minor variations and deviations in the Work may he authorized, in one or more of the following, ways. 3.6.1. A Field Order (pursuant to paragraph 9.5k 3.6.2, E N'G[NTTU2's approval of a Shop Drmvirifj or Sample (pursuant to parasmaphs 6.26 and 6.27), or 3.6.3. DIGI N'EER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Awunaents: 3.7. CONTRACTOR. and am Subcontractor or Supplier or other person or organization performing, or furn fishing_ any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the DrawirTs, Specifications or other documents (or copies of ar y thereof) prepared by or bearing the seal of ENGINEER or FNI GINF.F,R's Consultant, and (d) 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 EkGLN`EER and specific written verification or adaptation by FNGINFER. ARTICLE 4—AVAILABILITY OF U—NDS; SJ71J%JJRF'ACE AND PHYSICAL CONDITIONS; REFERENCE POINTS . l railabilirr of Landv: 4.1 OA1'NER shall furnish as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other land-, which are designated for the use of CONTRACTOR. ldpdm reasonable written request, OWNER ..LmB fufni..t. GUn TFo CTOroowith Q-,gym statement of record legal title and legal-descript ion of the kinds upon -which the Work is to be performed and ONVNEWs interest therein as necessary for giving notice of or- filing a mecl-ki nic's lien against such lands in aeterclanse--w=nth--ap�p,•licxblr • ---�:.�--.� .. �t—RrgalatiHras OWNER shall identify any encumbrances or restnetions not of general application but specifically related to use of lands so furnished 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 fox by OWNER, unless otherwise provided in the Contract D ocumenls. If CONTRACTOR and O1L'NER 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-af- way or easements. CONTRACTOR may make a claim therefor as provided in articles t l and 12 CONTRACTOR shall provide for all additional land, and access thereto that may be required for temporary construction facilities or storage of materials and equipment a'. Subsurfaeeand Pht'siealC:onditfonc- 4.2 1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of. 42.1.1 Subsurface Con&hans. Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENdMER in preparing the Contract Documents: and 4 2.12. Pln-sival C'bmiWons. Those drawings of physical conditions in or relating to existinz, surface a subsurface structures at or contiguous to the site (except Undergroartd Facilities) that have been utilized by EN.TGLNEER in preparing the Contract Documents 42.2. l invited Reliance by COMIRACTOR Awlnri_ed- Teclvtical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary- Conditions. Except for such reliance on such "technical data", CO\TRAC'TOR may not rely upon or make anv claim again.,t MN ,R, ENO INEER or any of FNGINFEI2's Consultants with respect to: 4.22.1 the completeness of such reports and drawings for CONTRACTOR's purlwscs, including:_ but not limited to, any aspects of the means, methods, techniques, sequencer and procedure of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.22. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings or 42.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretation, opinions or information. 4.2.3. Notice of During Subsurface or I'Irvsical Conditions: If CONTRACTOR believes that any subsurface em physical condition at or contiguous to the site that is uncovered or revealed either: 4..3.1. is of such a nature as to establish that any "technical data" on which CON ItNCTOR is entitled to rely- as provided in parairaphs 4.2.1 and 4.2.2 is materially inaccurate. or 4.1.3.2. Liof such a nature as to rc`quire a change in the Contract Ikxumen(s. or 4.23.3. differs, materialiv ftom that shown or IWVC GENERAL CONDITIONS 191" (1990 Edtiant W C1 TY OF FORT COLLIM MODIFICA rIONS (REV •1:2(0-,) indicated in the Cmtract Documents, or 4 2.3.4. is of an unusual nature, and differs materially from coalitions ordinarily emcouritered and generally recognized as inherent in work of the character provided for in the Contract Documents. then CO\TRACTOR shall, premp&- immediately after beccmung aware thereof find before further disturbing conditions afrectnl thereby or performing any Rork in connection therewith (except in an emergency as permitted by paragraph 6.23), notify MA NhR 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. 4.14. E G1.;V ERs Retied: LNG1NbER will promptly review the pertinent conditiom, determine the necessity of OR N�,ZR's obtaining additional exploration or tests with respect thereto and advise MMER in writing (with a copy to CONI'RAM'OR) of F..NGiNEER's frndinrs and conclusions 4 2.5. Possible Contract Doa:trments Change: It' ENGINEER concludes that a charige in the Contmet Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a tVork Change Diredive 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 a;rd Times A4usinuntis. An equitable adjustment in die Contract Pricy: or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes in increase or decrease in CONTRACTOR's cost of, or time required for performance a the Work, subject, Ixiwever, to the following 4.2.6.1. such condition must meet any one or more of the cate.•orics described in paragraphs 4.2.3.1 thrown 4.2.3.4, inclusive, 4.2,6.2. a chance in the Contract Iknc:umenis pursuant to paragraph 42.5 will not be an automatic authorization of nor a condidoxt precrdcatt 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 provisicnns 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; 42.6.41 CONTRACTOR knew of the existence of such conditions at the time ('ONTRACCOR made a final commitment to OWNER in respect of contract mice and contract Times by the submission of a bid or becoming attend under a negotiated contract, or 42.6.4.2 the existence of such condition could reasonably have been discovered or revealed as s result of env examinaUcn, investigation, exploration, test or stucfiy of the site and contiguoxts areas required by the Biddinga Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final com in itment; or 4.2.6.4.3. CON'I'RAC70R tailed to give the written notice within the time and as required by paragraph 4._3. If OWNER and CONTRACTOR are unable to scree on entitlement to or as to the amount or lem th of anv such equitable adjustment in the Contract Face or Contract .Times, a claim may he made therefor as provided in Articles 1 i and 12. However, OWNER, ENGI`T HR and ENGDrOH R's Consultants shall not be liable to CONTRACTOR for any claims casts, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical ComMions—Underground Facilities: 43 1. Shoxrr or bdicated.- 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 OlkNFR or FNGINF.ER by the owners of such Underground Facilities or by others. Unless it is otherwise esT>rewly provided in the Supplementary Conditions: 4.3 1 1 O1l'N7ER and ENGINEER shalt not be responsible for the accuracy or completeness of any such information or data: and 4.3.1 '. The cost of all or 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 Undereroxmd Facilities shown or indicated in the Contract Documents,60 cverdirration of the Work with the owners of such Underground Facilities during amstruclion. and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.2Ci and rq airing any damage thereto resulting from the Work. 4.12. Not Shorn or huhcal e1, If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents. C0:41'RACT0R shall. promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an rmergcmv as required by paragraph 6.23). identitL the owner or such Underground Facility and E;JCVCGENEY iLCONLX110M 19I0-3 (1")E(litien) w, CITY OF FORT COLLINS MOV114C ATIONS (ttEV-1,1000) give written notice to that owner and to OR'1v'ER and G\Gf\TiER. ENGINTiER will promptly review the Under_round 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 Under2round Facility If O GIN'EER concludes that a charnge in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article tb to reflect 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 ^u. CONTRACTOR shall may be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that then 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 net reasonahh• have been expected to he aware of or to have anticipated IfOl4NvER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Rice car Contract Times, CoNTRAC_rOk may make a claim therefor as provided in Articles I and 12. However, OW'NTIZ, F\, GfhFER and ENGINF,F.R's Cbnsulmnts shall not be liable to CONI TRAM'OR for any claims, casts, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. RLferenee Points. 4.4. OWNER shall provide: cnginexrng surveys to establish reference points lit construction which in LNGI\T;ER's judgment are nece&&iry to enable CON-1 RACTOR to proceed with the Work. CON'TR:ICTOR shall be. responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall he responsible for the accurate rephicement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos, PC& Petroleum. Hazardous 11 iiste or Radioactive 3latedal: 4.5.1. OWNIR shall be responsible for any Asbestos, PCBs. Petroleum, Ilarardaus 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 pro ..any exposed thereto in connection with the Work - at the site. O%VNT•.R shrill noel be responsible for any such materials brought to the site by CO,Nrl'RACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. =1.5 2. CONTRACTOR shall ummediatety-, (i) stop all skirt-c-�vt��et+r�FE-►vitl}st>c in an�tarea-e1Tec4ctt thereby(c epi in errefficgL fic) as--r�utretl--by-{3ara�ttplt C:=3'i—Amer --fit}'}-rtEkifp QVtEn1_m�1 _�_�_�c � .:r n leered- tl reafte� ce aTtt such notice in writke). _ OWNER shall promptly consult with ENGINEER corteernint the necessity for OWN` ,R to retain a qualified expert to evaluate such larit�-tioaditic�rt-er--ttt4��-eurr�tivr-twtlo�-i E-any: C(-)-NTR.XC'rOR shall not be rzyuired to resume Work in eamwetion With sudV-1w iett ef-irrarty sue#-a&Add-area urr4-afteFOt4N 1�as-ebtaim-d env required permits related thereto and delivered to CONTRA QR al-�Ien-fiat rftirra that Vie -I -d .._-R iG X he,-; lea FendsFed-safe`ff the fesumption of Wa i:�--o (i}}sprtitait ion* .._��.Rat i�rt t ef 10-ch5ucli Worrna"'A C•!tC•! \�T�i.Fit`T_l_l-�L�..�.a�"'�"cc-o3-iv-ci t'mitr��ln -t@-.Uf EentFect-Frier�r�ritraet�iftxs-as-e-testilt-{�'-sttuh A4�� or�ush sl�cielscindit+errs-under-which 41 t�rlaffeed1 either-partyrv-ett>I�a-a:1 " n =t: i-3:-ff-after-reeetl?t-t�f-sash--slxreia-I-cv�e CONTRACTOR does not agree to resume such wort; men a rem,_ , hef it seer-} _ does fW 'r t rEle sueh Went_ ,. ,� � ��- ate,,. HU h s eial ee�nclitis>rLs,-ilten F3V4:>r€�-R-Rray�.r=~,-�1;-T..,rtt<7n-ot• the 44art �tK ..ram-a��o..,r=tia�n-with-suit Matsrcl.�ras eondifi.. eh aFr. iea afea to be as fed a:. ne the VVMr -4f I}VtNVR and rONrv. T;tinot a_eree as to entitlement to or the amount or extent of an 9EijliSifNLfit,—i1-A ial:t-Nee .« GerAfeet Ti As a-FasU t Of a :xticrs� 44h-W-kr4an either Forty may make a claim therefor as provided in Aftieks El areal g^ nrO� coMay L...._ ... eh del ed portion of die -Work performed -any OUNERs otvn forces or others in accordance with rltticle 7. hiIkst atte Teri -A bv�aws aced Regulations,--OwNTR shal indemnifi� _and lxild harmless _.CONI TR\CTOR4 Subcontractors, ants✓ and the officers, directors,- employees, agents, other co resultants and subcontractors of each ml anv of them from and against all claims, -casts, knsses and damages arising out of or - resulting from such ]it�mrdeuscemli wLt pro*-Wc44mv (i)any mehelairtr, cost, loss or damage is attributable to bodily injury. sisknas�; �lisrtKe-car-fkat}�-er�i-irtjur}=tc}EeF flestrtKrtien of tangible f�r�rperty-tdFheF Ilithe WOF1 ff; including the loss of use resulting therefrom, and (u)nothing in this subparagraph 4.5.4 shall obligate ONkN! ,R to indemnify any person or entity from and ageins(-t['tc-i ortsrqurncas- e>€-that-persorr's-�r-erttit}�3 own negligence. 4.-S-S.-�hepruvisic�rs-{+f-para�ftplts�artcl-#� are n • > r�sbrstr frE 13s Nrirekat»; Iletar WHAd OF c4iveNlatrrial-urteivi roc{ oriev rat at the -seta: EJCVC GE`LILALCONDI'l7ONSt910-8(l't`n)EtitianI W. C1TY OF PORT COLLINS NIOt)lt1CATIONS tRLV 4 7n0in ARTICLE:--DONDS AND LNVSURANCE Performance. Pal meet and Ofher Bonds: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contact Price as security for the Gtithful performance and payment of all CONT1LACTOR's obligations under the Conta;A 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. C'OxTRACfOR sWl also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Uocuments except as provided otherwise by Laws or Regulatiom 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 (amctded) by the Audit Staff; Bureau of Government Financial Operations, U.S. Treasury M-partment All Bonds signed by an agent must be accompanied by a certified eaapy of such agent's authority- to act 5-2. If the surety on any Bond furnished by C:ONTP-ACTOR 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 orwhich must be acceptable to OlVNF,R. 5.3. Licensed .Snreties and Insurers; C,'ertifaoates of Insurance: 5.3.1. All Bonds and insurance required by the Contact Doc timents to be purchased and maintained by OWNER or CON-MACTOR shall be obtained from surety or insurance companies that are duly licensed or authoriTrd in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required Such sure(} and insurance companies shall also meet such adclitionatl requirements and qualifications as may be provided in the Supplementary Co ndkions. 53.2 CONTT R-ACTOR shall deliver to OWINM, 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 requaed to purchase and maintain in accordance with pxararaph 5-4. OWNER -shall deliver-te-£O?R=IC'Tfll� �vit#r eopi�es-tEr each additional insured identified in the Supplementary t eriditiE Err(r$eates-ei: Carol ..•la eviderxr of nsttrance r uestecl4�y 1�R ACTOR. ornary other ad<tttional-i+2gttieiFi-vtl krE?th?4 FR'Nuto pure -he Arad maintain in ecec3r4f w with paragxaphAM-anal-3.�-1 vecN= C.OATR-ICTOR's Liabifih, Insurance: 5.4. C.ONTIACTOR shall purchax and mtint_tin 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 perf"xniance and furnishing of the Work and CONTRACTOR's other oblgations tinder the Contract Documents, whether it is to be performed or furnished by CONTRACTOR any Subcontractor or Supplier, or by anyone ditri:th 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; 5.42_ claims for damages because of bodily injury, occupational sickness or disease. or heath of CONTRACCOR's employees; 5.4.3. claims for damages because of bodily injurer, sickness or disease, or death of any person other than CONTRACT OR's employees; 54.4. claims --fox damages insured by customary it t 511 crzetly err indirzstl}-related �n-tha-ensplon}-went-o€�h-persr�i�la}' �(77 0 Por- (ii) >aiay_��ief FStN? fiN�rik etlj2f-f2flStH� 5.4.5. claims for damages, other than to the Work itself; because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property- damage arising out of the ownership, maintenance or use of any molor vehicle. The policies of insurance so required by this paragraph 5 4 to be purchased and maintained shall 5.43. with respect to insurance required by paragraphs 5.4.3 through5.4.6 inelusn'encl �._'), include as additional insureds (subject to am' customary exclusion in respect of professional liability). OWNEX ENUINEER. ENU NEER'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-; 5.4.5. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or raquircd by Laws or Regulations, whichever is greater, 5.4.9. include completed operations insurance; E W G1 MYUL CONIXTIONS 19104 (1") Edtiun) tww (I TY OF FORT COLLINS NIONMAT1ONS (REV 42Wa) 5.4.10 include contractual liability insurance covering CON'TRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 631 thiotgh 633, 5AA 1 contain a provision or endorsement that the coverage afforded will not be cancelled, materially dianged or renewal refused until at least thirty days' prior written notice has been given to OWNMR and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to twhm. a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5 3.^_ will so provide)-, 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be wrrecting. removing or replacing cicfecfive tVcrk in accordance with paragraph 13.1 _; and 5.4.13 with respect to completed operations insvrmncc, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish O'%N'F.R and each other additional insured identified in the Supplementary- Conditi.-tis to whom a certificate of insurance has been issued evidence satisfactory to OWNTER and any such additional insured of continuation of such insurance at final T.mynient and one year thereafter). 011•;Ai1:R's Liability Insurance: 5.5 In addition to insurance required to be provided by CONTRACTOR under paragraph 5A, 0XVI LR at OtVNER's opKion, may pxirchasc and maintain at OW1vER's e.�ense OVVNTER's own liability insurance as will protect MINER against claims which may arise from operations under the Contract Documents. Properq> Insurmice: i.Ce. - Unle*.ss otherwise provided in the Sulnpnkmentary Conditions, OlikNMR shall -purchase and maintain fxe'1xr ir>stxariertr�r, "tLheSite i7ihtetnOUA of the full replacement cost thereof .(subject to such deductible amounts as may be prov-ided in - the Supplementary Conditions or required by Laws and Regulations) This insurance shall 5.6.1. include the interests ---of - MNER; F' "TR:`ACT— P, Sul*tinitac4rtF.-. ry—�,G.� ;r� ern s and any ether pc'rsorts�r entities identified in the Supplementary Conditions, each of whom is deemed to have en insurable interest and shall be listed as an insured or aoklitional insured; iA'). be written on f Builders Risk "all risk"- or ep3rrt peril or speeitrl eausas sdtiill-rut-east-+ncluide--iristirarnce-far-pinysit�al-]cr.�--tx rnpx3rary ltiu+lclinr , `r fftlmwiwk arid �Vt�rl�in-iFaasit-ante-#tall �inattrr-against-at-karat the—tfstl� wing—p %.-Ape, liJ3rninL---etclended coverage, theft, vandalism anti malicious mischief, eartitetuake. �:a}k>�,-c}eliris-remevef-+liEicjn tWe-Wik)n'4--rnfervement Of Law-, and-Rquiatiffl-S. water_-r iimage -•Reel-sttEFr ether--penile-as-mar- +2 ila:Rll}= Nuirecl-by thaw lententary 4--ffit itisrts: 5.6.3. include expenses incurred in the r"ir or replacement of any insured property (inclukfing but not limitacl-te €c2s-antf ehtrrees-E�fmmers-arttl architecLs). 5:6.1.4lr site or at another location that was agreed to in writing by 044 1. _ in�lx- IleriY: 511-1; nms.;iAl'; and equipment have trekr to -an �ppli`atitxt fi r Paemrnt recE-xtrmended by�GINRISR. and aEi {--be-ataintata2cl--at�tl2ct-anal-ftnal�-+s rasetr-anlr.�-otlxFwix-semi--Ecr-iFr--wFitir ~r-•!+v OAR _ thirty � ttan aEice ts3-easy-other-adJitiAraaI ire.tared--ia-�v}xrra R-eet#ifit�aatr"e�f-ittsurarx� hri+--f>ran raw& S�--F�ik'?iF.R-shall �urekaar anti-mairxaim�}r�aikr anal-taaehin2ry--insurant:e-AF�.ltlitic�nal-pFt��r as may be required by the Supplementary Conditions or L*Yv%-and Regulatie"-whit+ will Me}udc the dnt2r26 of �F' lxasttraett3r:Tfs�:FsAtl;�f� Went is tjr2atet}teltavrarrir>surablrirueregt and shall be listed as an-i�t2el Ar�td.#+t+cnal-ir�sur2d- $ S-- 1Ttltrix�litiirs a€-insterarte2{grx}-E}x err#i#ieat2s-ter i maintained by CVVN: -R in accordance with paragraphs 5.6 and S-T-wi}l c�ntairr a prtwrsrEan of rrnlexxmant that tlt2 coverage afforded -will not be -cancelled or materially changed or renewal refused until at least thirty days' prior written - notice has been given --to - Ot4NITER and F_FVEltAPR* a+kl rtaeh calm acklitiansl insured to whom a cellificate of insurance has been issued and will contain waiver provlsh?ns in .accordance with paFaereplt 5.9. OINNER shall not be responsible for purchasing and maintaining any proper y insurance to protect the interests of CONTRACTOR, Subcontractors or others in the--lrrk lei the extent -cat' -any -akduetrTilt atmounts chat we identified in the Supplementary Conditions: The risk of lesstiiltin-sue 4 nttEwJ-&duetiblramottnt ivi}lljr�ita br�F�?:"FR:�-TG3R---�it+F�tcentraeter-ter-ethers-sulirririg fart' such kiss and if any of them wishes properiv insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5,1 n,. _ -Ll' CONTRACTOR reoluests in writing that other ,pe+,ial-+nsuFaM-a- ba-int ludetl-4n- Elte-propent--inswd e ptrkaas-gyp--i<l2cl- ukr-"peFagra _. _. -R Elier2taf well be Ehai t�lttiG^ONTRA T©R-b,- W-----i--- f ltaFw_2-F)Fd2F—aF---�4rigan-rlm2nct;u2nt -..- -}rri --40 EJCDC GE�_R11IN. CONDONS 1910-$ (19%) E+t M? 1 t i u. C1'rY OF FUKT C'OLLI't. M(A)lFIC'Ano%'S(REt' 1.2W:) commencement of the Rork at the site, OWNER shalI in writing- . " n4-suthOEhrr insutar S.-lE},— UiFive f44ghh.- SA LL 0VVNM and CONTRACTOR intend that all policies purchases{ in accordance with paragraphs 5.6 and - -xCq9i- Subconwwtors, ENGIIN1 Eh LNGIN) ER's cvffl ►Itartl4antl�r!(cath2F perst>n��x tnti#ies irlrntifted it} E#tr-buppkttt2rttar}rttlit'to be-44e" insureds or additional insureds in such policies and w►}1- F'*itk-- rintary—covers r—ft;r all—k� -argil dam{at 2d4v -the pel`41- ;s-.rb - All w�ckr pr�4iei2ssFat}l�ntain-praw�ians-Ee-Flit 2€f2eE-Ehat in the -event -cal -payment of tiny4ow- r--damage -the insuivFs c N#tvr atrFig F2etx"q-egai ISI-ARYY4 tie-a�oldiEianal insuFetls ths2tttitl: agaeae#-et _ 'v-a��iF-Fts�esEivr officers tlanrrr��-e.�uuser}-hy,-er�i z-twE-af-dF-F�su}Einb*-tread arty-AE-{fife-#52ni.4£�42F2� y-such -Polwies- nd-RFW AElt2F-ph bit* iA-the -Werit;-and, i`n.---addibo n,_waive a}t-�ue}r-FjghEs-' ag+*i�nst L7tiFlAFarRI'tt�F$.�TY[TIN SEK; 4'-tG'ti--rvc� Consultants and all other persons or entities identified in" the-Suptdent2r>tafy-farttFitto Lt listed Its insur2t AF-atlditWnaE irvs�rF2ds urtdeF�loqm'; And HA rnuseAd suc r pt?lieies far waiverF, 4iall eaend to that any Pe making-stwh-weiver nice leave tt>-Ehr prat tLa-of insurri to he seise fxiyahle under any policy So issued c � + ^ �^^,',�:•�.`^-�;�1-�.'FsFi-u�uiv�-all-r+gtas against -_ _.__C.0:NTRA(7'TOR - -- Subcontractors F_tiGil*FE:�}�-�lf�Ar�L-tZ's--FAs�r}tarks-arltl-!le officers, -directers; .employees and agents of any of them. fors S I F,_. i . {ciry clue to basirx4v irtterrtrptierNtss of use or other -consequential loss eirending beyond -direct physical loss or damage to �x�t—pee�p2rty--�F—the—�rli—�rt�tl—t�: arising out of on resulting from fare or other peril, whether or not insured by OW R and -! l '?. -kris or damage to the completed f§eajrc>b�r-�ttrf-tlerrcaf eatr::ec{-1a};ttrisinga�rtt-oaf-ter resulting from lire or other insured peril covered ta7intEt�x saatpklctl-T✓rtaj2st-er-park-ih2reuf-by-04�i'+«Gli during --partial utilizaticxl pursuant to paragraph l*V)' after Substantial Completion pursuant to pnragreph 14.9 or after final payment pursuarattcapara�aph 1�-13: t'1ay--insuFaaea-pe}ic'y--maintairtcKl-bv--C.�?:T:Ft-�K eriFtg any--kra;.-d_am�..+�tvnscyurnt+al-{cot; feferrad-tea-irk the; ra fit FeA lt��'Feni-l�f-payatCnt-ttf-edit'-3Ut>}3-ierssc-4iania�."-tN consequential -loss --the insurers witl have -Sao--rielas-of recovery a_ainst any of CONTRACTOR, Subcontractor rn ram_ n rn�) rQNEC-R!s o,.......tmnt.. and ,a,-' eiTictgf dtrMaM erupleyvesFind aggrnts-efttrty-�_ Receipt and Application of Insurance Proceerlv.- 5,12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNTER and made payable to Ott NTIZ as fiduciary for the insureds. as their interests may appear, subject to the requirements of any applicable mortgage clause aril of paragraph 5.13. Ol1'N'ER shall deposit in a separate account any money so received. and shall distribute it in accordance with such am -cement as the parties in interest may reach if no other special agreement is reached the damarcd (Work shall Ix repaired or replaced the mon ys so received applied on account thereof and the Work and the cost thcrcof covered by an appropriate Chance Order or Written Amendment. 5.13, OWNTER 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, OXkWFR as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach If net such agreement among the parties in interest is reached, OIVNTR as fiduciary shall adjust and settle the loss with the insurers and if faqu;red ir+ vv<it►r@aFry —party +fit f�Edpd..perfoties .4eceptmtce of Bondv and Insurance; Option to Replace: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the Borids or insurance required to be purchased and maintained by the tv CONTRACTOR in accordance with Article 5 on the of mv-c nfarmance with the Contract )documents, the objecting- party shall so notify the other party OVN'NER will notify,, ONURACTOR in wrilirt,, within ten iftccn okays after receipt dslivery of the certificates (or other -evidence requested) to. n�l'TiLft, ,u required by paragraph 2 7 AP" u ,..i �nwrrn �t inn e..Ile ea.- pFalltit Ea iliC other such additional information in respect of insurance provided -cis the other may reasonably reqquest. If either party does not purchase or maintain all of the Bm%6 and insurance required of such Dam .hy -dle Contract Doxti;i •••c party'1 nc4'tf} the othcg prtrty--in writing of such failure to purchase prior to the start of the �Wt�rl of of sttElt failure rttveirttairt pr fir to any-e-Iia-ge4 thettirrdfaw�ae-AF itltdxtt�rejudic�ta axr}�ther-r+ght or remedy, the other party may elect to obtain equivalent Bouts or tnsurancv to protect such other party x interests at the experts- of the party who was required to provide such eeveragr andtt{-haFtiJiddr shall EaSSUtd tli atljliSt'the Contract Bice accordingly. Partial trtiGzation-Propene' Insurance: 5.15. If OWNTR finds it necessary to occupy or use a portion or person of the kVork prior to SUtgamw1 EICDCUETNET AL CONIT110M 191045 (ITX) Eolitimt w` CITY Or CURT COLLUNS MOMICATIONS (REV 442000) Completion of all the Work, stick 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. ARTtcI,V 6-cowRM TOR'5 RESPONSIBILITIES Supen- dmt and Superinturdenee: 6.1 CONTR,V7I*(R shall supervise, inspect and direct the lVork competently and efficiently. devoting such attention thereto and applying such skills and expertise as may be necessary to perform tlx: Work- in accordance with the Contract Documents. CONIPACTOR 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. CONTRACTiOR 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 LNG1NfiER except under extraordinary circumstances. The superintendent will be CONT.RACTOR's representative at the site and shall have authority to act on behalf of CO'N MNCTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, MaierialsandEquipment: 6.3 CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Dcx:umertts. CONTRACTOR shall at all limes 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 1Vork at the site shall be performed during regular working hours and CO` ITACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday- without OWNE1Zs written content given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the e,uQTNP.6R no less than 48 hours in advance of any World to he performed on Saturday. Sunday, Holidays or outside the Reaular overdo in^ it curs. 6.4. Unless otherwise specified in the General Requirements. CONTRACTOR shall furnish aril assume full responsibility- for all materiak equipment- labor. trarisporuttion, construction equipment and machinery, took appliances, fuel. power, light, heat. telephone. water. sanitary facilities, temporary facilities and all other facilities and incidentals neceswv for the fumishin performance. testing. start-up and completion of the Work_u 64.1. Purchasire+= Restrictions: C ONTR-AcrUt2 must comply with the City's purchasirra restrictions. A eop%- 9f the resoluticxrs are available for review in the offices of the Eitirehasi g and Frisk Nlameement Division or the City Clerk's office. 6.42. Cement Restrictions: City of Fort Colliers Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certif}• that the cement w•as 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 Contract iocument- All warranties and ¢uarantees specifically called for by the Specifications shall expressly run to the benefit of OIV\TFRr if required by FNGI\-F.FR, CONTRA(Trok shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment_ All materials and equipment shill be applied, installed, connected, erected, used cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents, Yrogrem Schedule. 6.G_ awrRAcroR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided beluty _ 6.6.1 CON7MACTOR shall submit to ENGINEER for acceptance (to the extent indicated in parasraph2.9) proposed adjustments in the prceress schedule that will not change the Contract Times (or Nfilestones) Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the proem schedule that will �e the Contract Times (or hGlestones) 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. Subslitutesand "Or -Equal" Items: 6.7.1. %Vhenever 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 attemled to establish the type, function and quality required tnfess the specification or description E XMC GENER--1L CONDITIONS 191" (11)O E&iau 1` w: CITY OFFORTCOLLtMMODIFICAMN5(REV-12uo,i contains or is fotllowed by words reading, that no like, equivalent or "or -equal" item or no sctbstitution is permitted. other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances• 6.7.1.1. 10r Equal": If in ENGN�'s sole discretion an item of material or equipment propvsrd b} COVIRAC'fUR is functio><illy equal iti that rimed and sufficiently similar so that nu char>=e in related Work will be required it may be ansidexed Ix• FNMNFF;R as an "or -equal" item. in which case review and approval of the proposed item may, in FtiGINF,LR's sole discretion, lx accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items 6.7.1.2. Substinue Items: If in ENGINVEWs sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7 i.l, it will lx: considered a prolxtsed substitute item. CUh"1'KAC'I'C)R shill submit sufficient information as provided 6clow to allow ENGMT.R to determine that the item of material or equipment proposed is essentially equivalent to that mimed and an acceptable substitute therefor. The procedure for review by the 04GL\') ER will include the koflowing as supplemented in the General Requirements and as 1-NGIAIF,FR may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not he accepted by F,NGUNEF.R from anyone other than CONTRACTOR. If CONTR%CTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENCYINTUT. 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 accepian a of the proposed substitute will prejudice CONTR\CTOR'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 tvovisions of am 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 or the substitute in connection with the Work is Subject to payment of any license fee or royalty. All variations of the proposed Substitute from than 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 credit-. dvit will result directly or indirectly from acceptance of such substitute, includirm costs of redesun and claims of other contractors affected by the resulting change, all of which will be CONTRACTOR shall Derform not less than 20 considered by ENG VEER to evaluative the prreCtlt Of.IhC NN'orl:_ 4yl1h1,3Ls„ own forces _(t14'll .tS, proposed substitute. P GINEER may require without subcontractinz). The 20 percent requirement CO\TRACTOR to furnish additional data about shall h understood to refer to the Work the value Of the proposed substitute. which totals not less titan 20 percent of the Contract Price. 6.7.1.3. CONTR;ICTOMY Expense: All data to be provided by' CONTRACTOR in support of any 6-8.2. If the Supplementary -Con ditioxts Bidding proposed "or -equal" or substitute item will be at require the identity of certain Documentspersons COINTRACTOR's expense. Subcontractors, Suppliers or other or organizations (includin` those who are to furnish the 6.7.2. Substintre Co nsinwhon ldrdlocfs tW principal items of materials or equipment) to be Procecfinrs: if a specific moans, method., technique, submitted to OWNER in advance of the specified sequence or procedure of construction is shown or date prior to the Effective Date of the Affeement for indicated in and expressly required by the Contract acceptance by OWNER and ENGINFli12. mt-4 ik cuments, ("ONTRACTOR may furnish or utilize a c4PITRA'"�a; ;ul-'-.",.==eza-a ' st dxr��f in substitute moans, method technique, sequence or aec urdenct -w llt�' c'�at rm' non` �itiens procedure of construction acceptable to FNGINF6'R. OWNFR's or ENGINFFR's acceptance (either in CONTRACTOR shall submit sufficient information to writing or by fuiling to make written objection thereto allow ENGINEER, in ENGINEE"Ws sole discretion, to M' the date indicated for acceptance cr objection in determine that the substitute proposed is equivalent to the bidding documents or the Contract Documents) of that e%ressly called for by the Contract Documents. &Ch -SU Tn IT� : -S -11-• 'Cho procedure for review by ENGINEER will he e�rgartiratiexI so ideli " to similar to that provided in subparagraph 6.7.1 2. tirtsi4 of rya c ltla ottjeetiett{tRs:�cui ^yestiafttic�rt 4440u mtri— 67.3. Engineer's F.vaduatiow: FN IMM will be .i- MA-hiah easo (:W,41 s .nba4i%-�Ft hie suhgt tut -, •`� a Centiget-Pfiee will be allowed a reasonable time within which to evaluate ad urged hy-the dilkrencz i+t the-ees c�ec ,io*t each proposal or submittal made pursuant to such substitution and an appropriate Change -Order paragraphs 6.7-1 2 and 6.7.2. C'tiGTNEER will lie tine will -be -issued of Written-3trnl-sigxz , will sole ludgc of acceptability. No "or -ual" or constitute a_ condition of the Contract requiring _the substitute will be ordered, installed or utiligj withoxn we of the reamed suhc=ractcns, suppliers or other FNGiNFFR's prior written acceptance which wil I Ix paeans or organization on the Work unless prior evidenced by either a Change Order or an approved written approval is obtained from OW-KER and Shop Drawing. OWNFR may require ENGINET b . No acceptance by OWN`FR or CONTRACTOR to tiunish at CONTRAM'OR's of any such Subcontractor, Supplier or expense a special perfonnance guarantee or other other person cr orb nizaticm shall constitute a waiver surety with respect to any "or -equal" or substitute. of any right of OWNER or E.NGINFER to reject ENGD%U:R will record time required by cfective Work. ENGrNNELT2 and LNGTNEER's Consultants in evaluating substitutes proposed or submitted by 6_9. CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.1 and in making changes in the Contract 6.9.1. CONTRACTOR shall be fully responsible to Documents (or in the provisions of any other direct OA'NER and ENGINEER for all acts and omissions contract with O WIM for 5vcxk or the ftcject} of the Suhcontmetors, Suppliers and other person.5 occasioned thereby Whether or net E\GTNEER and organizations performing or furnishing any of the accepts a substitute item so proposal or submitted by Work under a direct or indirect contract with CONTRACTOR, CONTTR\CTOR shall reimburse CONTRACTOR just as CON?RACTOR is OANT I R for the charges of ENGLNTER and responsible for CONTRACTOWs CRSn acts and ENGINL-ER's Consultants for evaluating each such emissions. Nothing in the Contract Documents shall proposed substitute item. create for the benefit of any such Stibeontractor, Supplier or other person or organization any 68. Concerning Subcontractors, Suppliers and contractual relationship between OWNER or Chdters: ENGINEER and any such Subcontractor, Supplier or other person or organization nor shah] it create any 6.8.1. C0\'TR_<1CT0R shall not employ any obligation on the pan of OXNNER or ENGTNEER to Subcontractor, Supplier or other person or organization pay or to see to the payment of any moneys due any (including those acceptable to ONN'NER and such Subcontractor. Supplier or other person or IVGLNTEER as itrclicatecl in paragraph 6.8.2) whether organization except as may otherwise be required by equally or as a substitute. against whom OWNER or Laws and Regulations. ONN'NER or ENGINEER m v I]NGINEER may have reasonable objection furnish to any subcontractor, supplier or other Nrsotn CONTRACTOR shall not be required to employ any or oreanization evidence of amounts paid to Subcontractor, Supplier or other person or organization MN-I'RA(" l'OR in accordance with to furnish or perform any of the Work against whom CONTRACTOR'S "Attplications for PaymmV. CONTRAr-FOR has reasorcthte abjection t JCI)C(! i U,A,LCO*1LK71CiM 191" (17,N)Ecliticn) w, CITY OF FURT COLLINS MODIFICATIONS (Rl-V .I 040 t SECTION 00525 WORK ORDER, NOTICE OF AWARD AND BID SCHEDULE TO: Connell Resources, Inc. WORK ORDER NUMBER: PURCHASE ORDER: TITLE: Lincoln Avenue Corridor — Phase 5 ORIGINAL BID/RFP NUMBER & NAME: 8214 CM/GC for Lincoln Corridor Project EXECUTION DATE OF THE MASTER AGREEMENT: March 22, 2016 DESIGN ENGINEER FIRM: Interwest Consulting, Inc. ENGINEER: Ditesco, LLC OWNER'S REPRESENTATIVE: Ditesco, LLC NOTICE OF AWARD DATE: April 20, 2017 OWNER: City of Fort Collins (hereinafter referred to as OWNER) 1. WORK. Pursuant to your AGREEMENT with OWNER dated March 22, 2016, and your Work Order Proposal dated April 14, 2017, you have been awarded a Work Order for the Lincoln Avenue Corridor Improvements — Phase 5. A. Summary of Work: To construct Phase 5 of the Lincoln Avenue Corridor Project including all demolition, utility installations, Lincoln Avenue median work, the median landscaping and irrigation. Reference the Lincoln Avenue Corridor construction plans (dated October 7, 2016) and contract documents for further information. 2. CONTRACT PRICE, BONDS AND CERTIFICATES. The price of your Work Order is One million one hundred fourteen thousand two hundred forty eight and ninety cents ($1,114,248.90). Pursuant to the AGREEMENT and the Contract Documents, Performance and Payment Bonds and insurance are required. 3. CONTRACT TIMES. 3.1 The Work shall be Substantially Completed by the Contractor, as evidenced by the issuance of certificate of Substantial Completion, within one hundred ninety two (192) calendar days after the date of the Notice to Proceed. 3.2 The Work must be completed by the Contractor and ready for final payment in accordance with Article 14 of the General Conditions within thirty (30) calendar days after Substantial Completion. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence under this Agreement and that OWNER will suffer financial loss if the Work is 6.91. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors. Suppliers and other person; and orgart.rations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR CMTRAC'TOR shall require all Subcontractors, Suppliers and such other persons and organizations perfonnina or furnishing am of the Work to communicate with the ENGLtiTL - through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications, of any Drawings shall not control CONTRACTOR in dlividlin_ the Work- among, Subcontractors or Suppliers or delineating the Work to he performed by any specific trade. 6.11- All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and coaxhtiom of the Contract Documents for the bernfit of MMER and FNGfiN7iFR Wk�nevar�tr�-� ha_�r�t+x+}t -with - 5ubcontraetar erzSu} liar w isd{sEzcL-as an ttMtiex�xrW-insurarte� tt} I+arearapims .6 sr �, _hoponFelt,.,,'-1-�i:�:� ' CONTRACTOR and the Subcontractor <r Supplier -will eenfait ' l lx ntraeter oF3t+pplirr 5twt�s-ail-raltts-tHitlsE C�1NEF 4'.4:` �u.r=rrw 1?v=EAls1c1 #3�:{Wicuc r• �,i, ..� n. etlur sris+Ftg�ttt ofer resulting fi ern antic tl,it-prtils-eove ed by sue iei�a; �any�tlxr-pro} ray stuance R Otea nl- -_ the Work. -If the irr;urers-on arty such policies require separate Y+irrF ftxtus icrbsi•-3 - I br nit, Sulx��ttirsetar�r �....- w���•ry nr•rrw ...�tl-vGtain-flee-r�nr�. Patent Fees and Ri tyaltiex: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the pertinence of the Work or the incorporation in the Wori- of any invention, design, process product or device which is the subject of patent rights or copyrights held by oilers 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 OWNTER or LZNTGNUiR. 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 done Contract Dmuments. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and held }rarmless 0%VNTM, ENGLUEM, L•NGI:N1MR's Consultants and the officers, directcm employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Rork or resulting from the incorporation in the Work of any invention, desigm process, product or device not specified in the Contract L)ocuments. 1XDC GENERAL CONDITIONS 1910-5 (191" Etititu) w CITY OF FORT COLLLI`.1 MODIFICA'1TONs (ILLY t ^r0'9 Permits: 6.13. Unless otherwise provided in the Supplementary Conditions. COINTTCkCTOR shall obtain and pay for all construction permits- and licemm OL NTER shall assist covtw,kcr , when necessm,. in obtaining such permits and licenses. CO>N"fRACTOR shall pay all governmental charges anti inspection fees necessar} for the prosecution of the Work. which are applicable at the time of openiry of Bids or. if there are no Bids. on the Effective Data of the Agreement- CONTRACTOR shall pay all chanws of utility owners for connections to the Work, and 01YNFR shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Lat,-sandRegw1adons. 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 net FNGi`EFR shall be responsible for monitoring CONTRACCOR's compliance with any Laws or Regulations. 6 14 2- if CONTRACTOR performs any Work - knowing or having reason to know that it is contrary - to Laws or Regulations, CONTRACTOR shall bear all claims costs, losses and damages caused by, arising out of or resulting therefromm; however, it shall not be CONURINCTOR's primary responsibility- to make certain that the Specific:atiorm and Drawings are in accordance; with Laws and Regulations, but this shall not relieve CONTRACTOR of CY?NTFIAC'T0R's obligations under paragraph 3.3.12. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CON TRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance or the Work 6.li.l. OWNER is exempt tiom Colorado State and local salesand use ",L es on materials to. be permanently_utcotpuraled into ,the aproject. Said taus shall not be included in the c;'ontract Price. Address: Colorado Department of Revenue State c'aeital Annex 1375 Sherman Street Denser. Colorak. 80261 Sales and Use Taxes for the State of Colorado. Rc-gt�nl Traasporta& District (RTDI and certain Colorado counties are collected by the State of Colorado _ and art, included in the Certification of E�tmption All applicable Sales and Use Taxes (includini State collected taxes). on anc items other than construction and building, materials phvsically incorporated into the pro ect.are to be paid by CONTRACTOR and are to bt mcluded in apprmiate bid items. Use ofPrenti.ses• 6.16. CONTRAC•roR stiaii confine construction equipment, the storage of materials and equipment and the operations of workers to the site and lard 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 unreasoitnhly encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full respornibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Shcxild any clain be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other patty by negotiation or othsmvisc resohvc the claim by arbitration or other dispute resolution proccedinn or at law. C.'.ON`rRAM'OR shall, to the fullest extent permitted by La%NN and Regulations, indemnify and hold hann►ess 6EV\7ER- R�i'GINTER 0qGr\tER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, casts, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any sucfi owner or occupant against OANL T;R ENGLNTLCR or any other patty indemnified hereunder to the extent caused by or based upon CONTRICTOR's performance of the 1Vork. 6.17 During the progress of the Work, CONTRACTOR shall keep the premises Gee from accumulations of waste materials, nebbish and other debris resulting from tine 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 OWNGR at Substantial Completion of ale Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.15. CONITRACTOR shall not load nor permit any part of any structure to be loaded in any mariner that will endanger the structure, nor shall CONTRACTOR sulitxt any part of the Work or adjacent property to stresses or pressures that will endanger it Record Doeuntenrs: EXI.)C: GEi SULL CONLXTI ON8191 J R (199t) E&im ) wr 01T Or FORT COLLINS NICHNFICATIONS (R LV 12000) 6.19. CONTRACTOR sliall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda. Written Amendments. Change Orders, Work Chance Directives. Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9A) in Soul 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 ENGMER for reference. Capon completion of the Work, and prior to release of final pavment, these record documents, Samples and Shop Drawings will be delivered to FN- G(NFFR for OWNER. Safer and Protection 6.20. CONTRACTOR shall be resperosible for initiatiT, maintaining and supervising all safety precautions and progams in connection with the Work. C OV- ACTOR shall take all necessary procautions for the safety oC 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 he affected by the Work; 6.20.2. all tlx: Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including tress, shrubs, lawns, walks, pavements, rcxechvays, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CON -TRACTOR shall comply with all applicable Laws and Regulations of any public both• haying 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 aril utility owners when prosecution of the Work may affect tfiem, and shall cooperate with them in the protection, removal, relocation and replacement of their property. Al damage, injury or loss to any property referred to in paragraphs 6..>0.2 or 6 20.3 caused, directly or indirectly, in while or in part, by CONTRACTOR, any Subcontractor, Supplier or any other M. sot or organization directly or indirectly employed by any of them to perfcxm or fumish any of the Work or anyone for whose acts any of diem may be liable. shall be remedied bc• CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGNEER or ENGLNEERs Consultant or anyone employed by am- of them or anyone for whose acts any of them may be liable. and not attributable, directly or irdirectly, 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). ('ONTRAC'TOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Wort: is completed and HNI GiNFER has issued a notice: to OINNER and CO\°TRr\C'TOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.24. SafeyRepresenerave: 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 proVrams. Hazard Communication Prugranns: 622, CONTRACTOR shall be responsible for coordinating any exchange of material safety- dtta sheets or other hazard communication information required to he made available to or exchanged between or amemg employers at the site in accordance with laws or Resttlations. F3rrergencies: 623 In emergencies affecting the safety or protection of persons or the Work or prijxn, at the site or adjacent thereto, CONTRA(7170R, without special instruction or authorization from Ot1'NFR or F.NGNF.ER, is obligated to act to prevent threatened damage, injury or loss CONTRACTOR shall give F:NGINFER prompt written notice if C`ONI'R4C1'OI: believes that any significant changes in the Work or variations from the Contract Documents have N-en caused thereby. If E ,GINI ER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Chance Directive or Change Order will 1w issued to doeumatt the consequences of such action 614. Shop Drawings and Samples: 6.2.4.1. 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 ENGINNZER may require and in the number of copies specified to the General Requirements The dtta shown on the Shop Draw inLn will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CON'I'R-XC I'OR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by lraragraph 6.26 6.24.2 COYFRICTOR shall also submit Samples to e GNEER 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 sulmtittal for the limited EX IX GENERAL C ONDMONS 1910.4 t 19901id dad l 16 wi (- TY OFFORT COLLI\5 %1OL)1FLCA17ONS (REV 1,1000) purposes required by paragraph626. The nuntLers of each Sample to be submitted will be as specified in the Specifications, 6.2% Submittal Procedures: 6.25A. Before submitting each Shop Drawing or Sample, CO\'TRACTOR shall have determined and verified: 6 25,1 1. all field measurements. quantifies. 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, fahricatkm, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 625_1-3. all information relative to MINTRACFOR'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 (xxxdinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract thtcuments. 623.2. Fach submittal will hear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Document% with respect to CONTRAC R)R's review and approval of that submittal. 6.25.3, At the time of each submission, CONTRACTOR shall give ENGLNFER specific written notice of such variations. if any, chat the Shop Drawing or Sample submitted may have fioxn the requirements of the Contract Documents. such notice to be in a written contmuniatiort separate from bite submittal, and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGNEER for review and approval of each such variation 626. ENGNLP.R will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by E 1GLN'EER as required by paragraph 2.9. 6NGLN'EER'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 information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGNTER's review and approval will not extend to means methods, techniques, sequences or procedures of construction (except where a particular menns, method technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documental or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indiwle approval of the assembly in which the item functions, CONTRACTOR shall make correction, required by FNGINEER, and shall return the required number of corrected copies of Shop Drawini s and subunit as required new Samples for review and approval CONTRACTOR shall direct specific attention in INTiting to revisions other than the corrections called for by EIGINTER on previous submittals. 6.'_7 ENNGINEFR's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Oocuments unless CONTRACTOR has in nritina called EN01\EER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGLtiElaZ 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 C ONTRAC'TC)R from responsibility for complying, with the requirements of pangraph 6.25.1 6.28 Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by FNGINEER as required by Imraamph2.9, any related Work performed prior to UL GINEFR's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuingthe ldork: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OAINER No Work shall be dclayed or postponed pending resolution of any disputes at disagreements, except as permitted by paragraph 15.5 or as MWER and CONTR:iCTOR may otherwise agree in writing. 6.30. COATR IC."TOR's General Mir•rmrtr and Guarantee: 6.30.1 CO;vTR-VTOR warrants and guarantees to Utl NCR LNGL\E.ER and ENGIN'EER's Consultants that all Work will be in accordance with the Contract Documents and will not be ckefective. CONTRACTOR'S warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse. modification or improper maintenance cx operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 630.L2. normal wear and tear under normal usage. 6.30.=. COl\TRACTOWs obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the fogowing will constitute an acceptance of Work that is not in LKWG6NE11.-1L C0NUTIOM 1910S t1990 Eclitim w, U Y 017 FORT COLLINS b1011t17CATIONFS (REV 42sN1U) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents. 630?.1, obsen ations by E`rGD,EER. 6.30.2.2. recommendation of any progress or final payment by ai GINLER; 6.30) 2.3. the issuance of a certificate of Substantial Completion or am, payment by Ok%NNER to CONTRACTOR under the Contract Documents; 6.30.14, use or occupancy of the Work or any part thereof by OWN N F.R; 6.30.2.5. any acceptance by O6 NER or any failure to do so-. 63016. 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, 630.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by 0WNFR- Indenutiftcadon: 631. 'to the fullest extent permitted by Laws and Regulations, C.ON TR:ICTOR shall indemnify and hold harmless 0WNM.R, MNGrNEER, ENGIiV ERs Consultants and the officers, directors, employe, agents and other consultants of each and anv of them from and acainst all claims costs, pusses and ci:images (including, but not limited to, all fees and charges of engineers, architects attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cast, lass or damage: (i) is attributable to txxidy 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 orcanizatiort directly or indirectly employed by any of them to perform or furnish am of the Work or anyone for whose acts any of them may be liable, regardless of whether or net caused in part tr- 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- 632. In any and all claims against OWNa or ONGIN, E E R or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative o(such empooee) of CONTRACTOR, any Subcontractor, any Supplies. any person or organimnon directly or indirectly employed by 17 any of theme to perform or furnish any of the Rork cr anyone for whose acts any of them may be liable, the mdemmlicauon obligatkm under pararaph b.31 shall not Ik limited in any way by any limitation on the amount or type of damagm compensation or benefits payable by or tot CONTRACTOR or any such Suhcontmctor, 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 shall not extend to the Lability of ENGENEER and ID GLNFER's Consultam otTcers, directors. employees or agents caused by the professional negligence, errors or omissions of any of them. Sun-ival of Obligations. 6.34 All representations, indemnifications, warranties and guarantees made in. required by or given in accordance with tic Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment. completion and acceptance of the IV, ork and termination or eompleticxt of the Agreement. ARTICLE 7—OTHER WORE Relater] ]pork at Site: 7.1. OWNER may perform other work related to the IYcject at the site. by OWNFR's 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 otter work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONE PyACTOR prior to starting any such other work and (ii) CONTRACTOR may male a claim therefor as provided in articles 11 and 12 if CONI'R.'1CTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and tie parties are unable to agree as to the amount or extent thereof 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with M-NER'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 Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR stall do all cutting. fitting and patching of the lVerk 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 witing. excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGMER and the others whose work will be affected. The duties and respmeibilities of CONTRACTOR tinder this paragraph are for tie benefit of such utility owners and otter contractors to the extent that there are cornparahte EK'DC GENMAL CONDI'IIOAts 1910.3 t1990 Eds ition 1 w1 CITY OF PORT COLLF:N4 MODIFICATIOAI.s (Ri:v d 20aki) provisions for the benefit of CON NCTOR in said direct contracts between OWNXIZ and such utility owners and other contractors. 73_ If the proper execution or results of any part of CONTRAM'OR's Work depends upon work performed by others under this Article 7. CONTRACTOR shall htspect such otter work and promptly report to ENGUEER in writing any delays, defects or deficiencies it such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's WorL CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTORs Work except for latent or notnpparent defects and deficiencies in such other work GoorrBnation: 7.4. If OWNER contracts with others for the perfahnance of other work on the Project at the site. the following will be set forth in Supplementary Conditions- 74 1 the per Ain, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will he identified 7A2 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 he provided Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8--0\V1FR'S RESPONSIBILITIES 8.1. Except as otherwise provide(] in these General Conditions. OWNER shall issue all communications to CON7R-,krT OR throxtglt ENGL\T=. 82. In case of termination of the employment of LTGL\TEIR, OR MR shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose status under the Contract Documents shall be that of the former L•NGITNE,ER. 83. O14'N'ER shall furnish the data required of Ok%N; ER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. 0441*4ER'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 OWNER's identifying and making available to CONTRAC"fOR copies of reports of explorations and tests of subsurface conditiorti at the site and drawings of physical conditions in existing structures at or cor4pous to the site that have been utilized by ENGINI T,M in preparing the Contract Documents. 93—L11L;?rTs s its rtsibilit3rs irrfc sr.ect-E>E-purehising anti-taaintairi . anEE pE-17 r _ ire cvartex a t forth in paragraphs S.> dhrough 5:1 tl B.G. OW'-N-ER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OkVNER's responsibility in respect of certain inspections. tests and approvals is set forth in paragraph 13.4. S.3 In connection with OWNER's right to stop Work or suspend Work, see paragraphs13.1t) and 15.1. Paragraph 15.3 deals with Ob1'NER's right to terminate services of CO- TRACTOR under certain circumstances. 8.9. The OWNER shall net supervise, direct or have control or authority over, nor be responsit-de for. CONTRACCOR's mean.-, 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 he responsible fox CONTRACTOR's failure to perform or furnish the Work in accordance tvvith the Contract Documents. l;.19. rytt—�`d',�' ief., ..:>+�,�,.�,.�,.limo,--.�-,r�•'.'ae�^^1��;-� tk4eStM POBS, PetroletA , Radwattive ?r[atefials 11oveud of revealed (it tlsa-site is set-€catih�n-para�±h-4 �- 9.1 t 1 f a t .t.- - -•,+ nt� ion ---eed to furnish6'4?NTRr'kC'TC�R, raseugalal�--�acidatwo--tlwt--tunar�iat arranngements have been made to satisfy Olt NIM's umcrtts—t-?W?Tt -Ws resporhsibihty in resfwt thereof will be as set forth,inthe Supplementary Conditions ARTICLE. 9-F-NCr NF.F.R'S STATUS DURING CONSTRUCTION 0TIiER's Representative: 91. 04GINEER will be OW1VEWs representative during the construction period. The duties and responsibilities and the limitations of authority of E�GLNEER as O%X-NEf6 representative during constnnction are set forth in the Contract Ikn:uments and shall not bo extrnokd without written consent of OWNER and ENTGIINTELR i 1.4ts to Site. 9?. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGNEa deems necessary in order to observe as an experienced and qualified design professional the progress EKWUI:?v} LALCONU-11Ot<3191U-S (199t) Milan) wr CITY OF' FORTM)LILMS N1CXHFICA110td5 tRLV •I _ik➢)) that has been made and the quality of die various aspects of COM1TfRACTOCt's executed Work Uised on information obtained during such visits and observations. LN'GLNEER will endeavor for the benefit of O\VNiER to determine, in general. if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the -duality or quantity of the Rork. ENGL\IER's efforts will be directed toward providing for OWNER a grater degree of confidence than the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, F.NGt'\r.FR will keep OWNER unformed of the progress of the Work and will endeavor to guard OWNER against tkPerfmme Work. ENGINEF.R's visit- and on -site observations are subject to all the limitations on ENGI\EER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation during or as a result of LNGINEER's on -site visits or observations of CON'TR4CTOR's Work E1GINEER will not supervise. direct, control or have autlaxity 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 I nws and Regulations applicable to the furnishing or performance of ttmc Work. Project Representative: 93. if OWNER and ENGllvl-:F'R agree. ENGINEER will furnish a Resident Project Representative to assist 1KGIN'EER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident i1roject Representative and assistant% will be as provided in paragraphs o 3 and 9.13 atarf Conditions of these General Conditions. If OWNER desienates another representative or agent to represent Oti'b.'ER at the site who is not EtiGINEER's Consultant, agent or employee, the responsibilities and autlxvity and limitations thereon of such other perscn will be as provided in panragraph 9,3 PC tit se,Crzncxal C9nditions. (f the F�VGiNFFTt furnishes a Resident i?roject_,_Rtpreserz ita;iyz (RPRl or other assistants or if the O`4l+lGR designate a Representatige or agent, all as�iroyided in paragraph 9.3 of the General C'nntlitioru, these Representatives shall have the authority xrtd_.limi4ations as peon idled in pragraph 9.13 of the General Conditions and shall be subject to the following: 9..1. The Represee ;t yr aliag§ in matters pertaining, to the on -site work will. in general, be with the ENGLNEER and CONTRACTOR But the Rrpresentatile will t tep._the, OWNER properly advised about such matters.,_,__ The_Rrpresentative's dealings with subcontractors will curly be through ctt with the ,full ,knowIgggq .arid tppiRval of the CONERN� TOR. 9.3.2. Duties and Responsibilities. Representative will: 9.3.3.1. % :hadules - Review the progress 19 schedule and other schedules paeMred by the CONTRACTOR and consult with the t4dR I3BR comxrning acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as prc'cornslruction conferences, progress .meetings and oiherconferences and a�repare and carcuhte s Dries of minutes,ofmtrtcnes 93.23. Liaison 9.3-13.1. Serve as ENCr1NEER'S haism with CONTRACTOR working, Principally thtrouah CONTRACTOR'S superintendent to assist the C0NgRACT0R in understanding the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNEl: additional details or information, when rewired, for proper execution of the Work. 93.2 3 3. Advise tlx: FNQlNIiFR and ('ON,rRA(`.TOR of the commencement of any Work recgtiring a Shot DrawiM or smnple submission if the submission has not tarn apprgved by the,EIVGiNFF,R. 3; ,fit R eav of th'gt1;_Rejection of Defecnve Work, Irtis�ections antd'�GSLsLL 9.12.4.1. Conduct on -site okmations of the Work in progess to assist the ENGIINRER in determining that the Work is,nrocgcdirg in toot dance with the Cortiracl f)a unnents. modification in Drawines or Specifications and report, these recommendations to _ENGINT- R. Accurately transmit to CONNTRACTOR decisintis issued b�, the LNGLNGf R 9.3.2.7. Records. 9.3.2 7.1. laintain at the Representatiyds office orderly files concemin_ 2 l . T ports- t'es that, }fit 9 �,8.1 rurrush I'_NiGI EER-Pel odic defective or rjporL .gs required, of the prcWess of the bo unnents. Aork and of the CONTRACTORS of mqt the y�tnpliance aaidi the proucss schedule arxt s, tests,. ,or schedule of shop Drawing and sample ti adviS� 1}tz submiStats. led or slxwki bt utxoyered 9-9.2. C'ortguit ;h _IIvGTiVLER in or requ res .,X)ec►nl ,testing, advance or sc hzclulirag___.M4HT, . tc^ L5, OV.] inspections or start of important plmses of the Work. _.,in e-c-tV(S . representing public or other agencies having jurisdiction aver the Prp�ect, rccgrcl t}� results of these inspections and report to the ENGINEER 9.3.2 i Interpretation of.___ Cgatr�tct Documents. ,.._Report to ENGI\M.ER when clarifications and interrpreiatiom of the Contract Pkxumentsare needed and . .transmitto ('O 1Cfiar_"1'O olt�rifcation and interprttaticm of the Contract Documents as ismed by the ENGINUR 9.3.2.6. Moclifieatioxis. Consider and evaluate CONTRACTOR'S ..w L'egboms for 't) EX.W GE'�iULAL CONDM ONS 1910-3 (l r U Edirim ) w- QTY Ol' FORT COLLM MOD1FIC.A,rio sm tnx t ifmji 9 3.2.4.3 Drab proposed Change Orders nncl Work Dueglive S6smrs obuinirar; lx ckgp matffial Gom the (,ONTR.4C'IQ and recommend to L1`GfN-M C ae Orders. Work Directive Changes and fold Prom- 93.2.8A Report immediately to INQRVtrM and occurrenw or a y accient. 9.3.2.9. Payment Requests. Review applications for pa%mcnt with CON rRACTOR for compliancg with the established procedure for their submission and forward with recommendation to ENGLNEER noting particularly t}x relates of the payment requested to t1.he 1.schedule of.vxllue_s, work completed imct materials and ryui* ad defivered at the site ixtt not into porated in the work. 9.3.2.10. Completion Before INGINEER_ issues , a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring_ correction or ccmtpletion 9.3.2.10.2. Conduct final inspecaion in the comltimv of the ENGINEER OWNER and CONTRACTOR and pMrc 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 ENGLNEER concerning, accentanee. 9.3.3. Limitation of Authority_ The Representative shall not 93.3.1. _Authoize am deKiations from., the C_`ontract_ Documents or accent any substitute materials or._equapp1-t n e rrutho e_<I by _tivz hNl'rl�i1•:EI2. 9.3.3?. Exceed limitations of ENGINEER'S authority as set forth in the Contract Documents, 9.3_3,3- __ Undertakes_ of the resnonsibilities cif the CONTRACTOR Suhtnrurictnrs, or CON'`TR (7TQR'3�sttpearttendtn[ d. __F1cl� ise 9 or ilYS tp or assume control over atwaspett of the tttc_ar ,methods. tgchttiqucs_,_ ,._ sequences or proceduyes lix construction unlessy,_such is W,ajgally called for in the Contract Docummeriv, 9.3.3.5. Advil: an or i:7,sue directions rtrding or_.afsume control over safer• precautionsand.prggams in connections with the Wcxk. 9.33.6..,_pe�,£epl S1,W rat4ittta or sample attbmittalg from onvone other than the CC7yvvf'I'�ACTc)R 9.3.3.7_ Authorize O%INTR to occurw the Work at whole or in part, 933.8.._.._ Participate in spedalized Geld or Iaboratoty tests or ins ectionconductecl by others ccpt,_ as specifically authorized by the_ DiiilNEl:h Clarifications and Intetpreladons: 9.4. ENGINEER will issue with reasonable promptness such written eiarificstioms or interpretationo of the EXTC: f}ENTF L CON1IXTIONS 191t1 S (19r) Editim) W C1'r1' OF FORT COLLINS MOIHFICAMNS IKLV •t2ottlu) regtuirements of the Contract C)o:uttients (in the fcmm of Drawings or otherwise) as GtiGIIv*GQ2 may determine necessary. which shalt be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications anti interpretations will be binding on OWNER and CONTRACTOR If C1tV\ER or CONTI ACTOR 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 e.,dent thereof. if any. ONVNER or CONTRACTOR may make a w•rium claim therefor as provided in Amick 11 or Article 12. Authorized i itriatiuns in li-ark: 95. E'NGiNFER may authorize minor variations in the Work From the requirements of the ContractDocuments 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 he accomplished by a Field Order and will be binding on OWNER and also on CO`"fRACTOR who shall Nrftmn 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 c\lent thereof, OINNER or (N)NTTRACTOR may make a written claim therefor as provided in Article I f or 13 Rejecting Defeotive Work 9.6_ hNGINEER will have authority to disapprove or reject Work- which ENCr1NfiER Ixhcvcs to be cL.f>chre, or that ENGMER believes will not produce a completed Project tkat conforms to the Contract ikhcuments or that trill prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Ei\GINIEER will also have authority to require special inspection or testing of the tVork as provided in paragraph 13.9, whether or not the Rork is fabric-ited, installed or completed. Shop Drawings, Change Orders and Payments: 9.7 In connection with QvGrr,T:ER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.38 inclusive. 98. In connection with ENGIivEEWs authority as to C.'hanax Orders. we Articles 10, 11. and 12. 99. 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. EqGINEER will review with CONTRAMOR the ENGiNEER's preliminary determinations on such matters before rendering a written decision thereon (hy recommendation of an Application for Paymeru or othervise) EN(3fNEER's written decision thereon will be final and binding upon OW`cT-R and CONTRACTOR unless, within ten days after the date of anv such decision, either OWN -ER or CONTRACTOR dchvers to the other and to ENGINEER written notice of intention to appeal from E:NC,fYEER's decision and- (i) an appeal from ENG UNI MERN decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -AL "Dispute Resolution Agreement", entered into between MINER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Aafcement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such nahu, or remedies as the appealing party may have with respect to EN(i1NEEN's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal wvill not be subject to the procedures of paragraph 9.11. Decisions on Disputer 9.11. FNCiIN!sFR will he 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 i I and 12 in respect of changes in the Contract Price a Contract Tunes will be referred initially to H14Cr1NEFR in writino with a request for a formal decision in accordance withthis 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 awing rise thereto, and written supporting data will he suUmitted to FNGINFhk and the other pan within si\ty daps after the start of such occurrence or event unless 0DGp;NtER allows an additional period of time for the submission of additiomil or more accira e data in support of such claim, dispute or other matter. The opposing pan shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless F\i TCrr 'FF.R allows additional time). ENGINEER will render a formal decision in writinn within thirty days afler receipt of the opposing party's submittal, if any, in accordance with this paragraph ENG1NMR's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGLVEER's decision is taken within the time limits and in accordance with the procedures set forth in LXHIBIT GC :A. "Dispute Resolution Agreement", entered into between Oi,4'NER 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 tnS OW --ER or CONTRACTOR to the other and to ENGINEER within thirty clays after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim• dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such EK'gC GE_VE:R41, CUNllI't1UNS 191tS,8 {177U Eaiticut -- wi CITY OF FORT COLLINS atOUtF1CXrIONS (RLV 2"i) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. 9-11 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 he liable in connection with any interpretation or decision rendered in good troth in such capacity. The rendering of a decision by ENG DEER pursuant to parairaphs 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 fatal payment as provided in paragraph 13.1) will he a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the ('ontrnct Documents or by Laws or Regulations in respect of any such claim, dispute or other maitrrpttrsdtan"«�A<r� 1��. 9.13. Limitations on L;\G1AVER's Authviit_t• and Respo"bilities: 9131. Neither FNCLNF:D3R's authority or reslxinsibility under this Article 9 or under any other provision of the CDoLs Contract cumennor any decision made by ENGINT*ER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by FNGDNFER shall create, impose or give rise to any duty owed by INGIINT-ER to CONTRACTOR, arty Subcontractor, any Supplier, any other person or oreani7ation, or to any surety for or employee or agent of any of thorn. 9.13.2. FNYitNF1,R will not supervise, direct, control or have authority over or be responsible for CONTRACTORS 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. ENGINEER will not be responsible for CONTRACTOR'S failure to perform or furnish the Work in accordance with the Contract TX-)Lumcnts. 9.133 ENT(I VEER will not be responsible fox the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier. or of any other person or organization performing or fumishin_ any of the Work. 9.13.4. ENGINEER's review of the firm] Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees Bonds and certificates of inspection, tests and approvals and otter documentation required to be delivered by pamttcaph 13.12 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 limitadons upon authority and responsibility set forth in this paragraph 9,13 shall also apply to L�Gf\E-ER's Consultants, Resident Project Representative and assistants. ARTICLE 10—C UAL GkS IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, CAN-NMR may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will he authorized by a Written Amendment. a 0-range Order. or a Work Change 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 Document4 (except as otherwise specifically provided). 10.2. if OWNT—R 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 he allowed as a result of a ]Fork Charms Directive, a claim may be made therefor ai provided in Article l i or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that 'is not required by the Contract Documents as amended, modified and supplemented as Ixovided in paragraphs 3.5 and 3.6, accept in the case of an emergency as provided in lxtragraph 6.23 or in the case of uncovering Work as provided in Paragraph 13.9. 10.4. OWNER and CONTRAC.'TOR shall exc ute appropriate Change Orders recommended by ENGLNLTR (or Written Amendments) covering 10.4.1. changes in the Work which are (i) ordered by 01NNI ER pursuant to paragraph 10.1. (ti) required because of acceptance of c�.fective Work under 1-mragraph 13.13 or correcting ctlffectltY Work under paragraph 13.14, or (ui) 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 emboely the substance of any written decision rendered by ENGLNEER 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. CONTILAC_TOR shall entry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. if notice of arty change affecting the general scope of the Work or the provisions of the Contract t)ocuments EJCM CJ) %- UJ.1L. CONLT110M 1910-S t I9901:d@icsn w:CITY 01 rORT COLLI\S Ntt)I31rICAllONS M V 4 2000) (including. but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to tx given to a surety-. the giving of any such notice will be COVMLACTOR's reslxansibility. and the amount of each applicable Bcnd will be adjusted accordingly. ARTICLE 11—CH.INGE OF CO\"IRMT PRICE 11.1. The Contract Price constitutes die total compensation (subject to authorized n justmcnts) payable to CONTRACTOR f'or'performing the Work. All dirties, responsibilities and obligations assigned to or undertaken by C'ONTR.4CTOR shall be at CONTRAC'fOR's expense without chance in the Contract price. 11.2- The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for ri adjustment in the Contract Price shall be based on written notice delivered by the party- making the claim to the other party and to L•NGLNEGR promptly (tart in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the generai nature of the claim. ]Notice of the amount of the claim with supporting data shall be delivered within sLrty days after the start of such occurrence or event (unless DNGRN H.11 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 LNG1INTER in accordance with paragraph 9.l l if OAN'NT--R and CONTI:.�crok cannot otherwise agree on the amount involved. No claim for an adjustment to the Contract Price will be valid if not submitted in accordance with this pang aph 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 not completed within the times specified in paragraph 3.1 and 3.2 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter; 1) Substantial Completion: One Thousand Dollars ($1,000.00) for each calendar day or fraction thereof after the date of Substantial Completion as provided in Section 3.1 above. 2) Final Payment: Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that after the date of final payment as provided in Section 3.2 above. 4. EXECUTION. Four (4) copies of this proposed Work Order & Notice of Award are provided for execution. Applicable Drawings may be provided electronically upon request. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is, by May 5, 2017. A. You must deliver to OWNER four (4) fully -executed counterparts of this Work Order, including all amendments or supplements to the Contract Documents incorporated herein. B. You must deliver with the executed Work Order the Contract Security (Bonds) and insurance, as specified in the Agreement, this Work Order, the General Conditions (Article 5.1) and the Supplementary Conditions. paragraphs 1191 through 1 t 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 nocessarily in accordance with paragraph 11.6.21), 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 paragralih 11.3.2, on the hasis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a C'ON'l'RACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost ofthe IVark: 11.4. The term Cost of the Work means the suns of all exists necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by Olt NHR, such costs shall he 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 I L5: 11A.1 Pa7TOII costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR Such employees shall include, without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the txisix of their time spent on the Work. Payroll costs shall inchide, but not be lim iced to; salaries and wages plus the cost of fringe benefit; which shall include social security contributions, unemployment, excise and payroll taxes, workers' co mNrisation health and retirement benefits, bonuses, s*e' ation and holiday pet+ applicable thereto. The expenses of performing kVork after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the abrn•e to the extent authorized by 01L'NT-R. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Wort, including costs of transportation and storage thereof, and Suppliers field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR tittles 01VNER 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 CONTR AM'OR shall make provisions so that they may be obtained 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed .it furnished by Sutxantractors If required by C71�'NfiR, EXDC GENEIt.•1L (.'0;%1)11'lONS 191M t1990 Edwina 24 w: C11Y OF FORT COLL1.M MODIFICATIONS (REV 412 Wail CONTRACTOR sluill obtain competitive bids from Subcontractors acceptable to OWNTR and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENTGLN"EER which bids if any. will be accepted. If any subcontract provides that the Suhcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractors 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 1 i.4, Iles, I1.6 and 11.7 :all subcontracts shall be subject to the other provisions of the Contract Documents insotar as applicable. 11 4 4 Costs of special consultants (including but not limited to engineers, architects, testine laboratories, surveyors7 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 suhsistenez e�Tenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work 11A3.1 Cost, including transportation and maintenance, of all materials, supplies, egtupment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers which are consumed in the perf,ornianee 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 01NNER with the advice of ENGLN'EER and the costs of transportation, loading. unloading. installation, dismantling and removal thereof —all in accordance with tcmas 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 fox 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 indirzcKl; employed by any of them or for whose acts any of theta may be liable, and royalty payments and fens for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise. sustained by CONTRACTOR in connection with the pertormame and funushing of the Work (except lasses and damages within the d eduettble amounts of property insurance established by OWNER in accordance with paragraph 59). provided they have resulted from causes other than the ne2heence of CONTRACTOR, any Subcontractor, ex anyone directly or indirectly cmployed 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 OkVNER No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. IL however, any such lass or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for wir,wcs a fee proportionate to that stated in paragraph 11.6 2. 11.4.5.7- The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8, Minor cxpcnscs such as telegrams, long distance telephone calf^,, telephone service at the site, cxpressaec and similar petty cash items in connection with the Work. 11.4.5.9 Cost of premium-, for additional Band:. am] instrance required because of changes inn the Work 11.5. The term Cost of the Work shall not include any of the following. 115.1. payroll costs and other compensation of CONUFLNCTOR's officers, executives, principals (of partnership and sole proprietorships), general matsgers, engineers, architects, estimators, attorneys, auditors, acxountarits, purchasing and contracting, agents• expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTORS principal or a branch office for ;eneral administration of the Work and rent specifically included in the agreed upon schedule of job classifications referred to in paragraph l l.4-1 or specifically covered by paragraph 11.4 4—all of which arc to be considered achninistrative costs covered by the CONTRACTOR's fee. 11.5.2 Expenses of CONTRACTOR'S principal and branch offices other than CONTRACTOR's office at tax site. 11.5.3, Any part of CONTRACTOWs capital expenses, including interest cn 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 CONZRACTOR is required by the Contract Do c-tunents to purchase and maintain elk same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). LKWGEYE JLLC4AX11ONS19t4S(1SPX) Ettitivat xv CITY Of FORT c:OLLIN'S MOL)MCAT1ONS (REV .►nixx)) 11.55. Casts due to the negligemx of CONTRACTOR- any Suixontrectdx, 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 &,fectn-e XVoxk. disposal of materials or equipment yyronaly supplied area making _ax1 any damage to property. .0.5.6, Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4 I16 The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows• 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed tee is not agreed upon. then a fee horsed on the following percentages of the various portions of the Cost of the Work: 11.6.1.1. for costs incurred under paragraphs 11.4.1 and 11 4 _, the COIV f R.ACTOR's fee shal l be fifteen percent: 11.612, 2. for costs 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, H A.3 and 11.62 is that the Sulx;ontraetcx who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the casts incurred by such Subcontractor under paragraphs It 4 1 and 114 2 and that any- higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount -paid to the next lower tier Subcontractor, to bz n5;9q tqd in good faith with the (MNER but not to exce 4 five Percent of the amount paid to the ne.-a. lower lard �u>xx:ixmtradkcx. 11.6.2.4 no fee shall be dyable on the basis of costs itemized under paragraphs 11.4 4, 11-4.5 and 11.5; 11 625, 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 rwt decrease; and 11.6.16. when both additions and credits are involved in any one change, the adjustment in CONTRaCTOWs fee shalj be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11 6.2.5, inclusive 11J. Whenever the cost of any Work is to be 25 detennineid pursuant to paragraphs 11.4 and 11 5, CONTRACTOR will esmblislt and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to E--\GL\ZL•R an itemized cost breakdown together with supporting data. Cash .411onances: 1 I.S. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and ,hill cause the Work so cowered to be furnished and performed for such sums as may be acceptable to OWNFR and F',N(iINl:FR, CONTRAM'OR agrees that. 1l.S.l. the allowances include the cast to CON Y--V7'OR (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. CON'TRArTOR's costs for unloading and handling on the site, labor, installation costs, overhead. profit and otter expenses contemplated for the allowances have been included in the Contract price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINFER to reflect actual amounts due CONTIR-M-17OR on account of Work covered by allowances, and the Contract Trice shill be correspondingly adjusted. 119. Unit Price Work: 11.9.1. Where the Contract Mcuments 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 swn of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work arc not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price, Determinaticos of the actual quantities aini classifications of Unit Price Work performed by CONTRACTOR will be made by L•\GL\EE-R in accordance with paragraph 9. l Ct. 119.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adecluale to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9J 01N'N.UR or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article i l if; 11,9.3.1. the quantity of any item of Unit Price Work Performed by CONTRX,rolt differs materially and significantly From the estimated quantity of such item indicated in the agreement; EJC1)C UNNEKAL COMMONS 191M 0990 f ditka) 26 w%C7TYorFORT COLLINS;<ONFIC'At'IOMML'V412WI and 1 19.3.2. there is no correspunding 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 inctured additional e.�ense or 011'\GR believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to affee as to the amount of any such increase or decrease. 11.9.14. CON7TFACTOR acknowledges that the OWN F:R has the right to add or delete items in the Bid or change quantities at OWNER'S sole discretion without affecting the Contract Price of anv remainine item so Iona as the deletion or adcliUcm days nt exceed w\,- iiv nt y,(' the ori_inal total Contract fries. AR7'[C[.E 12--CH,4N(.E OF CONTR.\,C'I' Ti\iES 12.1, The Contract'rimcs (or yldeston&) may only he changed by a Change Order or a Written tNinendment, Any claim for an adjustment of tie Contract Tunes (or Milestones) shall he based on written notice delivered by the party making the claim to the other party and to FNGINFFR promptly (hut in no event later than thin days) after the occurrence of the event eivutt; rise t) the claim and stating the general nature of tiie slant. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless F-NGIN -:RR 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 his reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or )4tilestones) shall be determined by ENGINEER in accordance with paragraph9.11 if 011'\T-R arid CO\'TR:'1CTOR cannot otherwise agree No claim for an adjustment in the Contract Times (or lt,lilestoties) 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 E)ocuments are of the essence of the Agreement 12.3. lkhere CONTRACTOR is prevented from completing any part of the 1N'urk within the Contract Times (or Milestones) due to delay, beyond the control of CO\'TRACTOR. 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 01NNLR, acts or neglect of utility owners or other contractors perfcnming other work as contemplated by Article 7, fires, Noels, epidemic& abnormal weather conditions or net,, of Ocd Delays anributahle n) and within the control of a Subcontractor or Supplier desalt be deemed to be delays within the control orfCaNTR.ACfOR 12 4 \Vhere CO\`TRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both O\\itiER and CONTRA( TOR, an extension of the Contract Times (or Nlilestones) in an amount equal to the time lost due to such delay shall be CON,'TR-aCTOR's sole and exclusive remedy for such delay. In no event shall 0\\1NilER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to am surety for or employee or agent of any of them, fix damLes arising out of or resuming from (i) delays caused by or within the control of the MN'TRACfOR, or (ii) delays beyond the control of both parties including, but not limited to, furs, floods, epidemics. abnormal weather conditions, acts of God or act- or neeltet by utility owners or other contractors performing other work as c ntemplatcd by Article 7 AKTICLF 13--TFS"IS AN) INSPIECTiONS; CORRF:C'I'ION, REMOVAL OR ACCEVI-ANCIF Oi% DL• f F.Cfl t 7: !\'ORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER lave actual knowledge will be given to CONTR\CTOP, All defective Work may be rejected, corrected or accepted as provided in this .article 13. : access to Work: 13.2. O\VNM, ENGINIER ID1GMECR's Consultants, other representatives and personnel of OA'NTK indepenietnt testing laboratories and governmental agencies with jurisdictiotuaI interests will have access to the Work at reasonable -times for their observation inspecting and testing. CON IIL\CTOR shall provide them prc�prr 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. COIVTPLACTOR shall give E GM —ER 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. O\VNLR shall employ and pay fox the services of an independent testing laboraton• to perform all inspections, tests, or approvals required by the Contract Documents except. 13AL for in-pectiom, tests or approvals covered by paragraph 13.5 below. 13.4 2. that costs incurred in connection with tests or inspectio s conducted pursuant to paragraph 13.9 kJC:llC f;)r'N[3i.V., CO?�lll'110tsB 1'Jta$ t l �')r) kdtitirnr 1 wi O Y OF FORT COLLINS MODIFICATION'S pal V 1 ?OUA) below shall be paid as provided in said paragraph 13 9. and 1141 as otherwise specifunlly provided in the Contract Documenls. 13.5. If Laws or Regulation; 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 ENCiINb'ER the required certificates of inspection or approval. C'ONTRA(7FOR shall also be respon-ible for arranging and obtaining and shall pay all costs in connection with any inspection& tests or approvals required for OWNERS and GNGiNEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mLN designs. or equipment submitted for approval prior to CONTRACTOPis purchase thereof for incorporation in the Work_ 116. If any Work ((Y the work of others) that is to he inspected, tested or approved is covered by CONTRACTOR without written concurrence of UNGI`NEE12, it must, if requested by FN'CYINFFR, he uncovered for observation. 133. Uncovering Work as provided in paragraph 13 6 shall be at CO\"I'RACTOR's expense unless C0NfRA(7T0R Pas given ENGINEHR timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptnes.- in respon-e to such notice. Lnem,wing Work: 13.8 If anyy \'°ork is covered conintr}r to the written request of ENGINEER, it must, if requested by L1GI_N'EER, be uncovered for ENGIDI'EER's observation and replaced at CONIRACTOR's expense. 13.9. if ENGINT.ER considers it nccessary or advisable that covered Work be observed by ENGD=I or inspected or tested by others. CO_NTTRACTOR, at ENGTNEER's request% shall uncover, expose or otherwise make available for observation, inspection or testing as MGIlNMER may require, that portion of ilx 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 damage,- caused by, arising out of LT resulting from such uncoverim-, exposure. 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 0XV\ER shall be entitled to an appropriate decrease in the Contract Price, and if the parties are taxable to ugree as to the amount thereof may make a claim therefor as provided in Article 11. If, however, such Work is not found to be ai�(ectire, CONTRA(7I' R shall he allowed an increase in the Contract Price or an extension of the Contract Times (or \tileaonesl. or both, directly attributable to such 27 uncovering. exptmre, observation, inspection, teuire- replacement and reconstruction; aril, if the parties are utrable to auree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Articles I 1 and 12. 01PN R May stop the Durk: 13.1(). If the Work is efefecfive, 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 CONTRA("I'OR to stop+.. the Work. or any portion thereof, until the cause for sucEr order has been eliminated; however. this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party_ Correction or Removal of Defeedre Mork. 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all dafec*re Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by 6NGINEHR, remove it from the site and replace it with Work that is not &,fective. CON•I'RA(T()R shall pray all claims, costs, lasses 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 one-year two years after the date of Substantial Completion or such longer period of tirne as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Doctmtents or by wry specific provision of the Contract Documents, any Work is found to be &!f ctive, CONTRACTOR shall promptly, without cost to OihNER and in accordance with OkNNTR's written instructions: (i) correct such c&forclive Work-, or, if it has been rejected by MNTLR, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace arty datuaee to other Work or the work of others resulting therefrom If CONTRACTOR does not promptly c otnply 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 Fork corrected or the rejected work removed and replaced, and all claims, costs, losses and damages caused by or resulting from .such removal and replacement (includitti- but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.122.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier elate if so provided in the Specification, or by Written Amendment 13.12 3 Where ck fecr►ve Work (and damaw to other I JC'UC. GEN1:R AL CON 111ONS 191M (19Xn Edtiott rx wi CITY OF FORT COLLI.%ioDiF1C:4TtCllVS(REv,i Cp)gl Work resulting therefrom) has been corrected, removed or replaced under this raragraph 13 12, the correction period hereunder with respect to such Work will be extended for an additional period of ene-•_rear two nears after such correction or removal and replacement has been satisfactorily completed .-acceptance of Defectire If ork: 13.13. 11 instead of requiring correction or removal and replacement of cefective Work, OWNER (and, prior to ENGLN'EER's recommendation of final payment. also LNGINEER) prefers to accept it, OWNER may do so CONTRACTOR shall pay all claims, costs, losses and damages attributable to Ot.INER's evaluation of and determination to accept such cd fective Work (such casts to be approved by ENGLNEER as to reasonableness). if any such acceptance occur-, prior to ENGINE ER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the 1 WL. 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 I if the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWN, ER. MAER,MI rCorrecrDefecfire Work: 13.14. if CON,rRA('i'OR fails within a reasonable time after written notice from ENGINEER to correct d fictive Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and reniecly any such deficiency. In exercising the rights and remedies under this paragraph OWNT-R shall proceed expeditiously. In connection with such corrective and remedial action. Ot1^_NM may exclude CONTRACTOR from all or part of die site, take possession of all or part of the Work, and suspend COiN'TRACTOR's services rekated 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 4rall allow O\i'N•ER MN Ms representatives, agents and employees, OWNEWs other contractors and ENGINEER and 0- 1GMMER's 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 O\1"NTR in exercising such rigulits 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 die (contract Price, ar4 if the panics are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and damaacs will include but not be limited ki all costs of repair or replacement of work of others destroyed or tltmaged by correction removal or replacement of CONTRACTOR:s defective Work. C(_l\TRICTOR shall not be allowed an extension of the Contract Times (or Milestones) became of any delay in performance of the Work attributable to the exercise by OWNER of M-- MR's rights and remedies hereunder. ARTICLE 14--PAYME\TS TO CO-NTR-kCTOR AND COMPLETION Schedule of iiluer. 14.1, The schedule of values established as provided in. paragraph 2.9 will serve as the basis for progress payments and will he incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will he based on the number of units completed Application for Progress 11q)- tent: 14.2. At least tray days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGLNTGR feu review an Applicatiom for l'ayntent filled out am] signed by CONI TRAM'OR 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 ',Fort: but delivered and suitably stored at the site or at another location agreed k) in avritinp the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OlVNTR Ims 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 arrangemeras to protect OWK0Z's interest therein, all of which will be satisfactory to O%V'4\TR. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Any funds that are w�ithhelO by the OWNER shall not be sutaject to substitution by the CONTRACTOR yvith securities or am• arr ncements ink olvine an escrow or custodianship. By executing the application for payrin firm the CONTRACTOR expressly waives his riJit to the benefits of Colorado Reviscci._Suttutcs Section 2_4-9t-loll, sec. COATRICTOR's II arranry of Title: 143. CONTRACTOR wttrnmts 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.4pplications for Progress Pgrntent.- 14.4. ENGLNTER wi1L within ten days after receipt of each Application for Payment, either indicate in writing a MM O1:N11LIL CONVITIONh 1910.3 t 1990 E(fiticm) w, C17Y OF FORT COLLIN'S t tOIHf1GITIONS (REV 120tro) recimimendation of payment and present the Application to 014NTR, or return the Application to CONTRACTOR indicmtira— in waiting ENGLNEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Appltcati,in Ten days after presentation of the Application for Payment to O�NWER with ENGLNEER'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 011\ER to CONTRACTOR 14.5, F,\Gl `kF:R's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER. based on ENGINFER's on -site observations of the executed Work as an experienced and qualified designprofessional and on F;NGINEFR's review or the Application for Payment and the accompanying data and schedules, that to the best of ENGIVI EM's knowledge, information and belief 14-5.1, the Work has progressed to the point indicated, 14.5-21 the quality of the Work is generally in accordant: 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 9.1(, and to any other qualifications stated in the recommendation). and 14.5 i. the conditions precedent to CONTR-iCTOR's being entitled to such payment appear to have hLen fulfilled insofar as it is ENGLN'EEWs responsibility to observe the Work. However, by recommending any such payment ENGP-NTEER will not thereby be deemed to have represented that. (i) exhaustive or continuous on site inspections Lave been made to cheep: the quality, or the quantity of the Work hcyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties tivt might entitle CONTRACTOR to be paid additionally by OWNGI2 or entitle OWNER to withhold payment to CONTRACTOR 146. ENGINTEER's recommendation of any prtvment, including final payment, shall not mean Uztt ENGINEER is responsible for CONTRAC'TOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, tit for anv failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work. or for any failure of Co\T1LACfOk to perform or furnish Work in accordance with the Contract Documents 14.7. ENCIINEER may refuse to recommend the whole or any part of any payment if, in ENGLKEER's opinion it would be incorrect to make the representations to 29 MNN-R referred to in paragraph 14 j ENGL\T -R may also refuse to recommend any such payment. or, because of subsequently discovered evidence or the results of subsequent impccticros of tests. nullify any such payment previously recommended, to such extent as may be neeess<nn- in FNUINFER's opinion to protect OWNER from loss because. 14.7.1. the Work is elejecfiv, 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 M NE:R has been required to correct &Jactn•e Work or complete Work in accordance with ptraaaph 13.14. or 14.7.4, L,NGLtiEE:R hits actual knowledge of the occurrence of any of the events enumerated in paragraphs 1>.2.1 through 15?.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINFhR hecause 14.7.5. claims have been made against OWNER on account of CONTRA(70R's performance or famishing of the Work, 14.7.6. Liens have been tiled in connection with the kk'ork, except where CONTRACTOR has delivered a specific (k)nd satisfactory to OWNER to secure the satisfaction anti discharge of such Liens, 14.7.7, there are other itunis entitling O%AtNF.R tog sd- offa-ainst 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 15,14 inclusive, but OILIER must give CONTRACTOR immediate written notice (with a copy to ENCYIIN'EER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any ataustmeni thereto; agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects; to OWNTR's satisfaction the reasons for such action Substanfial CompleBon: 148, 11'hen CONTRACTOR comiders the entire Work readv- for its inmidecl use CONTRACTOR shall notify OWN'1 R and U GLNLER in writing that the entire tVWk is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGE EER issue a certificate of Substantial Completion. Within a reasonable time thereafter, Ot .\UL C".ONT MACTOR and L-NGfN7EER shall make an inspection of the Work to determine the status of completion. If ENGINEER does ncx consider the Work substantialiv complete. ENGFtiEER will notify CO\TRACTOR m writing giving the reasons therefor If E NGINH iR F:x:uc certxtat, co�txnovs tvto-s st seer Etiium) 30 w.` CITY OF IFORT MLLINS �IUUl11CA7'[emhlS lttLV -t ? aUt ) considers the Work substantially coxmplete, L•NGINKEER will prepare and deliver to OWNER 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 OWNERshall have seven tknys after receipt of the tentative certificate during which to make written objection to E.\GLNZ'ZR as to any provisions of the certificate or attached list. If after considering such objections. ENGINEER concludes that the Work is not substantially complete, L-iGLNMER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OW"tNI .R's objections. ENGiNFER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CON'i'RA('TOR 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 Crnnpletion SNOfNFEiR will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OkkN .R and CONTRACTOR with nIilcl to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and (7ON'f RACTOR agree otherwise in writing and so inform ENGINEER in writing prior to FINNCEINE FR's issuing the definitive certificate of Substantial Completion.. ENGINI s aforesaid recommendation will be binding on OWNER and CUNl'RA(TrOR until final payment 14.9, OIVNER shall have the right to exclude CONMrRAC'rok from the Work sfter the date of Substantial Completion, but OWNER s1mll allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial tttilizalion: 14.10. Use by 011'NT R at OWNF,R's option of any substantially completed part of the Work, w1iich (i) tins specifically been identified in the. Contract Documents, or (it) OWN)'R, lR GINE-ER and CONTRACTOR agree constitutes a separately functioning and usable part or the Work that can be used by OkktiER for its intended purpose without significant interference with CONTRACTOWs performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONRCACTOR in writing to permit Okl NEIZ to use any such part of the Work which MINER believes to tee ready for its intended use and substantially complete. if CONTR:AC'TOR agees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGUEER that such (kart of the kVA- is substantially complete and request ENG1\7EL-R to issue a certificate of Substantial Completion for that pan of the Work. CONTRACTOR at any time may notify OWNER and ENG INFER in writing that CO1vTRACTOR considers any such part of the Work ready- for its intended use and substantially complete and request 2N:GL\'EER to issue a certificate of Substantiat Completion for that part of the Work. Within a reasonahle time after either such request, 011ivER, 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 OIINT_R and CONTRACTOR in writing giving the reasons therefor [f FN(E[NF.FR considers that mrt of the Work to be substantially complete. the provisions of petragraphs 14 S and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14 10__. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. final In.spec6on: 14-11 _ I1pon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, MMEER will make a final inspection with OWNER and cowRA('TOR and will notity' CONJRAC TOR in writing of all particulars in which this inspection reveals that dine Work is incomplete or ckfectn•e CONTRACTOR shall imnacdiately take such measures as are necessary to complete such work or remedy such deficiencies. Fenal.w4yVicalion 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 insttucticxts, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record Ixuments (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 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 finul piiyment, and (iit) complete and legally effective releases or waivers - (satisfactory to OiN'NER) 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 afcravit 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 OWNHR or OII'NER's property m i-mt in any way N responsible have been paid or otherwise satisfied if any subcontractor or supplier faits EX'MUENEY AL CONI.x lIONS 1910-3 tt") t &ti e) wi ci11 Oy PORT COLLINS NIUVIII CATIONS MEV-1''1000D to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNTR against anv Lien Releases or waivers of liens and the. coQnt_of the surety to faulize_ pg%mtent are to be submitted on t:-rms confonmina to the format of the OII'AF.R'S standard Corms bound in the Project manual. Final Payment and acceptance: 14.13- If, on the basis of ENGL\'LEETs observation of the Work during construction and final inspection and HNGINFFR's review of the final Application for Nyme nt and accomparn-ing documentation as required by the Contract Documents 1i\iGFN1 hER is satisfied that the Work Imams been completed and CONTRAC'TOR's other obligations under the Contract Documents have been fulfilled, FiNGUM"ER will, within ten days after receipt of the final Application for Payment indicate in writing FNGINFFR's recommendation of payment and present the Application to OI NER for payment. At the same time HNG MER will also give written notice to CAMH;R and CO.v'fRACCOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, I-NGiN,'F R will return the Application to CONTRACTOR, indictiting in writing the reasons for refusing to recommend final payment, in which case CO\TRACTOR shall make the ne= cry corrections and resubmit the Application.. Thirty days after presentation to OI4'NFR of the Application and acconpanying documentation, in appropriate form and substance and with ENGiNHER's recommendation and notice of acceptability, the amount recommended by EX LATER will begone due and will he paid by OWNR to CONTRA(TOR subject to ptragraph 17.6.2 of these Graxral C04464M 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGLNEER so confirms, OI411ER shall, upon receipt of CONfRACTOR's fatal Application for Payment and recommendation of ENGLIN=- , and without terminatin_ the Agreement, make paymetit of the balance due for that portitxn of the Work fully completed and acceptedIfthe remaining balance to be held by 011i\TER for II'ork net belly completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds Wive been furnished as required in garamtph 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 fox such payment. Such payment shall be made under the terms and conditions governing final payment, e..ccpt that it shall not constitute a waiver of claims. hover of Claims:• 14,15. The making and acceptance of final payment will co tstitute: 14.15A a waiver of all claims by OWNER against CONTRACTOR except claims arising from unsettled Liens, from tf J�cdve Work appearing after final inspection pursuant to paragraph 14 11, from failure to comply with the Contract Documents or the terns of any special guarantees specified therein• or from CONTR.ACTOR's continuing obliguioms undo? the Contract Documents. and 14,15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in w•t'tting and still unsettled. ARTICLE 15-SUSPENSION OF AVORK AN) •rt.R�ll�xrlo 0;VA7 R 31(ty Suspend lVork: 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 &ass by notice in writinu to CONTRACTOR and FNGiN6F;R which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall he allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if C DNTR.ArrOR makes an approved claim therefor as provided in Articles 11 and 12. 0;iA.7:R shay Terminate: 15 2. Upon the occurrence of am, one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform dw i�' rk in accordance with the Contract I)xumcros {including, but not limited to, failure to suppl}• sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 29 as adjusted from time to time pursuant to paragraph 6.6); 1522. if CONTRACTOR disregards Laws or Regulations of any public body laving jurisdiction; 1511 if CONTRACTOR. disregards the authority of fiNGIINEER; or 15 2.4, if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, alter giving CONTRACTOR (and the surety, if arty) seven dave 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 thev could be used by CONTRACTOR (without liability to CONTRA(7fOR for trespass or conversion). incorporate in the Work all materials and equipment stored at the site or for which OWNFX has paid EJCVC GENEKAL CONDMONS 191" (19'A) Edtisu) 32W OTY Or FORT COLLI \S S10L1111CA'riONS (KLV 120%) CONTRACTOR but which are stored elsewhere. and finish the Rork as MNER may deem expedient In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished If the unpaid balance of the Contract Trice exceeds all claims. costs, lasses and danta2es sustained by Old NHR arisima out of or resulting lion completing the Work such excess will be paid to CONTRACTOR If such claims, cysts, lasses and dl'ama+_es exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER, Such claims, costs. losses and damages incurred by 0WT\XR will be reviewed by ENGINEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any fights or remedies under this paragraph C}l4W R shall not be required to obtain the lowest price for the Work perforated 15.3 Where CONrRACPOR's services have been so terminated by' OWNER. the termination will net affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue Any retention or payment of moneys due CO3NJRACfOR by OWNER will not release CONTRACTOR from liability 15.4. Upon seven days written notice to CON7MAMOR and ENGINEER, OINNI N may, without cause and without prejudice to any other right or remedy of OkVNER, elect to terminate the Agreement_ in such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for compl ied and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasext<lble sums for overhead and profit on such Work; 15 4 2 for expenses sustained prior to the effective date of tennination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Rork, plus fair and reasonable sums for overhead and profit on such expenses; 15.43. for all claims. costs, losses and damages incurred in settlement of terminated contrnoKs with Subcontractors, Suppliers and others. and 15.4.4 for reasonable expenses directly attributable to termination CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination COATR ICTOR Jfgr Stop Ibnrk or Terminate: 15.5. IC through no act or fault of CONTRACI'OI:, the Work is suspended fur a period of more than ninety days by OWNER or under an order of court or other public authority, or LNIGNTEM fails to act on am' Application for Payment within thirty days after it is submitted or (`lvb'tiN:R fails for thin' days to pay CONTRACTOR any' sum finally determined to be due, then CONTRACTOR may, upon seven days written rxnice to OXkNTR and etiGNEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time. terminate the Ameement and recover from OWNER payment on the same terns as provided in rmmgraph 154 In lieu of terminatirac the Agreement and without prejudice to any other right or remedy, if ENGI]NZER has failed to act on an Application for Payment within thirty days after it is submitted or OkV\ER has failed for thirty days to Fly CONTRACTOR any sum finally detemtined to be title, CO,NTR-kCTOR may upon seven days written notice to OWNI R and FNGINFER 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 1 i and 12 for an increase in Contract Price or Contract Times or otherwise for c%Nnsce or damage directly attributable to CONTRACTOIts stopping Woric as pertttitted by thispara_graph. ,UtT1(:i,E 16—I)1SPU FE RFSOLVI-ION if and to the oatmt that OW ER 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'-:, "Dispute Resolution Agreement", to lx 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, OI1•NTM and CONTRACTOR may exercise such rights or remedies as either may otherwise haye under the Contract Lkxuments or by Laws or Regulations in respect of any dispute. ARTICLE 17—MLSCELLANEOLTS Ghing ,Moire: 171. Whenever any provision of the Contract Documents requires the Living 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 am 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 lover of the notice. 17.2. Computation of Tinte: 17.2.I. When any period of time is referred to in the Contract Documents by days. it will N computed to exclude the first and include the last day of such period If die last day of any such period falls on a Saturday or Sundzy or on a day made a legal holiday la by the w of the applicable jurisdiction such day will be omitted from the computation EKWGhNtiE1UL CONU110NS 19Ur-8 three E'(i6m) WCITY OFFORT COLLINSMODIFICATIONS (iLE:V 02000) 17.2.2 A ca!etdar day of twenty-four hours measured from midnight to the next midnight will constitute a day. ,notice ofClaun: 17.3. Should OA NUR or CONTRACTOR suffer injury or (homage 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 reAsonnhle tine of the first observarue of such injury or damage. The provisions of this paragraph 17.3 shall not he construed as a substitute for or a waiver of the provisions of am applicable statute of limitations or repow.Cumulafire Renierlier. 17A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties guarantees and obligations imposed upon CONTRACTOR by paragraphs 6 12, 6.16, 63o, 6.31, 6.32, 111, 13.12.13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINIEI R 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 thtcm which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisioms of the Contract Documents, and the provisions of this paramph will be as effective as if repeated specifically in thug Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply Yroftssional Fa¢s and Court Costr Included. 17 i. 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. I T6 The laws of_t is State of Colorado ap lly W }1}is lrreement Reference to two pertinent Colorado sUtulees Are as lollovcs: 1702If a claim is filed OWNER is required by law (CRS 33-26-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the l ment of all claims for labor, materials, team hire, sustenrancY, provisions, provender, or other supplies used or c otymnied Ire (x)N f KA(:7rok or his 33 CONTRACTOR'S NOTICE OF AWARD REPRESENTATION & EXECUTION: CONTRACTOR agrees to perform the services identified above, in accordance with the terms and conditions contained herein, the AGREEMENT, and the NOTICE OF AWARD between the parties. In the event of a conflict between or ambiguity in the terms of the AGREEMENT or specific Work Orders, the AGREEMENT shall control. CONTRACT R: nnell Resources, Inc. By: Name: John M Warren OWNER'S ACCEPTANCE & EXECUTION: Date: -If �- Title: Vice President This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference and the attached Notice to Proceed is hereby given. REVIEWED Elliot Dale, Bu REVIEWED: ACCEPTANCE: Gerry PaW. Pu hasing Director (if greater than 60,000) ACCEPTANCE: Darin Atteberry, City Manager (if greater than $1,000,000) /ATTEST: City Clerk APPROVED /�S TO FORM: Assi ant Cit Attorney 11 Date: Date: Q f Date. �/ Z 1 Date: � 3a EXIXC GEN AL Cotilll'rIO S 1914M t l99tl Edtioo! a, crrr OF FORT COLLI M INtUUIFICA rIONS auv 4 2(nxq (I his, pa,,c Id blank intcnti«nalIy ) EJCLX OENEY-AL CONLAI JPOi 19104 (1990 E&tim) 3? w' CITY OI' FORTC(4LLIi i5 ,%IMI7C.ATIONS(RLV P2W0) kR'W(;V% RktCoNDI'17UN.S!9j"(i9!R1EAtao) 30 w" CTIY DF F(,rK F (Y)LLI h5 NIIA)IFIC tT►ON5 (REV 4 ?04f ) EXHIBIT GC -A to General Conditions of the Construction Contract Behveen OWNER and CONTRACTOR DISPU E RE:SOLtTION AGREEIIEN'T OWNER and CONTRACTOR hereby agree that Article 16 of die Genosal Conditions of the Construction Contract between 0WNKK and CONTRACTOR is amended to include the follow•ira. agreement of the patties. 1&1 All claims, disputes and other matters in quesAion lxtw&n OWNER and CONTRA("FOR arisire out of or relating to the: Contract Documents or the breach thereof (except to claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.1 S) will be decided by arbitration in accordance with the Construction induury- Arbitration Rules of the American Arbitration Association then obtaining. subject to the limitations of die Article 16. This a`,recment so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will he Teciically- enf irceabile tinder the prevailing law of any court hivingjurisdicticiri- 162 1io demand for arhitratiori of any claim. dispute or other matter that is regaircd to be referred to LNGINEER initially for decision in accordance will[ paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (bi the thirty-first day after the lrartics have presented their evidence to Ii1(3MER if a written decision has not been rerultred by- hNC'rl Nf:f:R txfore Brit c@tte. No demand box arbitration of am• such chim, dispute or other matter wit] be made later than thrty days aflen 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 ENGNMER's decision being final and binding upon OW'NUt and CON7R.NCTOR If IiNGLtU:R 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 fox arbitration of any written decision of I;NGlINUR rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand bras delivered written notice of intention to appeal as provided in Ixiragraph 9 10 Its 3 1tAic'e of the demand for arbitration will be filed in writing with the caher party to the Agreement and with the American Arbitration Assax [cilia and ti copy will be sent to LNG LAMER for information The demand for arbitration will be made within the thirty -day or ten-day periml specifcd in paragraph 16.2 as applicable, and in all other cases within a reasuxnable time after the claim.. dispute or ather mntror in rjo&linn hnc riri-m, rind in no went chat) anv such demand be made after the date when institution of legal or equitabbe proceedir;gs based on such claim. dispute tx other matter in question would he Marred by the f li applicable statute omilaatiots. EKI)C GENEii.,ll. Q\DI"rtc3_\3 1910.3 0990 Eetlirgii n:� ('1"f�' OF F(�ttr Ct71.U�5 \!t'�7[F1CAYk7'VS tRF1' 9.9yi 16A. Lxcept as provided it paragraph 16.5 below, no arbitration arising out of or relating to the Contract L)ocuments shall include by consolidation, joinder or in any other mariner any other person or entity (including 040INEER. ENGDKFER'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 arttsxr.- tho w whit are already parties to the arbitration. and 16.42, such other person or entity is suhstantially involved in a question of lase or fact which is common to those who are already parties to the arbitration and which will ansc in suchprcecdiraxt and 16.4.3. the wTittcn consent of the other person or entity sought to be included and of C)1EtiER and C()Nj TRA(`fO has hen obtained far such inclusion. which consent shall make specific reference to this paragraph; but m) such consent shall com aitute consent to arbitration of am disputc not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5 Notwithstanditxz paragraph 16.1. if a claim, dispute or other matter in question between 0W\-F.R and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may, join such Subcontractor as a party to the arbitrative[ between OWNER and CONTR.V7rOR hereunder CONTRACTOR shall include in all subcontracts r Wired by paragraph 6.11 a specific provision whereby the Subcontractor consents to ping joined in an arbitration between OWNER and CONTR_NCTOR involving the Work of such Sulx:ontfacto r, Nothing in this rnmgraph 16.3 nor in dw provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Sul -contractor and agaiing ONVNTJ?, EN(11N= or LNGINOWs Consultants that dots not otheri3 vse exist 16.6, The award rendered by the arbitrators will be feral, judgment may be entered upon it in any- court hiv ing jurisdiction[ thereof, and it wtll not be subject to modification or appeal 167 OWNTE'R and CONTRACTOR agree that they shall first submit any and all unsettled claims, cuunterclamns, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof (°disputes°). to al-bution tw• the American Arbitration Associttion under the 6onstruction Industry Mediation Rules of the American Arbitration fL;sociatiOn prior to either of them initiating against the other a demand fox arbitratiot pursuant to paragraphs 161 through 166, unless delay in initiaunia arbitration would irrevocably prejudice one of the Nrtiei. The rebp IALVC thirty and ten day time limits within which to file a demand for arbitration as providetl in parasuaphs 16? and 163 above shall be suspended with respect to a dispute submitted to mediation within those sane applicable time limits and shall remain sus}xixled until ten days after the termination of the mediation 'rhe mediator of any dispute sulirnitted to mediation under this Agreement shall not sea e as arbilrrtcx of such dispute unless otherwr w agtreed. (Y-A t EJCUC(jE-NE1t,1LCON1MONS1910- (1990Edition) wi CITY OF FORT COLLINS A10DIFICATION''S tREV 9l94) SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R1) Geotechnical Engineering Report — CTL Thompson (FC07102-125 & R2) Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-8.10 OWNER's Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project or Construction Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project or Construction Manager. 8.10.1 Authority: The Project or Construction Manager will be the OWNER's representative during the construction of the project. The Project or Construction Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project or Construction Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project or Construction Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project or Construction Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project or Construction Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project or Construction Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project or Construction Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project or Construction Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project or Construction Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on -site work will be to keep the Project or Construction Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project or Construction Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project or Construction Manager until the same are reduced to writing. SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero 0 days lost due to abnormal weather conditions. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment BID SCHEDULE SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: [Project Name] CONTRACTOR: [Contractor] PROJECT NUMBER: [Project #] DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY. - Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 CC' City Clerk Contractor Engineer Project File Architect Purchasing DATE: DATE: DATE: DATE: DATE: SECTION 00960 APPLICATION FOR PAYMENT Application for Payment PROJECT: 8214 Lincoln Avenue Corridor - Phase 1 OWNER: City of Fort Collins - Engineering Department CONTRACTOR: Connell Resources APPLICATION NUMBER: 1 281 North College 7785 Highland Meadows Parkway, Suite 100 APPLICATION DATE: 9/1/2016 Fort Collins, CO 80521 Fort Collins, CO 80528 PERIOD BEGINNING: 8/1/2016 PERIOD ENDING: 8/30/2016 ENGINEER: Interwest Consulting Group CONSTRUCTION Ditesco 1218 Ash Street, Suite A MANAGER: 1315 Oakridge Drive, Suite 120 Windsor, CO 80550 Fort Collins, CO 80525 PO NUMBER: CHANGE ORDERS: PAY APPLICATION: RETAINAGE: NUMBER DATE AMOUNT Application is made for Payment as shown below in connection with the Contract. The present status of the account for this Contract is as follows. 0 none $0.00 Original Contract Amount: $ - Retainage to Date: $ Net Change by Change Order: $0.00 Retainage Previous: $ Revised Current Contract Amount: $0.00 Change In Retainage: $ Total Work Completed and Stored to Date: $ - Less Previous Payment: $ Amount due this Pay Application (before retainage): $ Less Retainage: $ Net Change by Change Order: $0.00 AMOUNT DUE THIS APPLICATION: $ Change Order % : #DIV/0! CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the WORK have been satisfied as required in Section 14 of the General Conditions of the Contract. The above Amount Due this Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER OR CONSTRUCTION MANAGER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER. Date: By: OWNER: City of Fort Collins - Engineering Department 281 North College Fort Collins, CO 80521 ENGINEER: Interwest Consulting Group 1218 Ash Street, Suite A Windsor, CO 80550 Application for Payment CONTRACTOR: Connell Resources 7785 Highland Meadows Parkway, Suite 100 Fort Collins, CO 80528 CONSTRUCTION Ditesco MANAGER: 1315 Oakridge Drive, Suite 120 Fort Collins, CO 80525 BID ITEMS / SCHEDULE OF VALUES Page 2 of 2 APPLICATION NUMBER: 1 APPLICATION DATE: 9/1/2016 PERIOD BEGINNING: W1/2016 PERIOD ENDING: 8/30/2016 PO NUMBER: Item Job Description OIY- UOM Contract SummaryBilled This Period Billed Previous Billed Total to Date Stored Total Billed & Cost Billed Percent # Code # Unit Price Total Amount GI . Amount City. Amount OI . Amount Materials Stored to Date Remaining Complete 1 Division 1 - General Conditions la General Conditions 1 LS $ - $ - #DIV/0! $ - #DIV,101 #DIV/01 $ - $ - $ - $ - #DIV/0! 1b Surveying 1 LS $ - $ - #DIV/0! $ - #DIV,10! #DIV/01 $ - $ - $ - $ - #DIV/01 1c Builders Risk Insurance 1 LS $ - $ - #DIV/O! $ - #DIV/0! #DIV/01 $ - $ - $ - $ - #DIV/01 ld Overhead and Profit 1 LS $ - $ - #DIV/01 $ - #DIV,10! #DIV/01 $ - $ $ - $ #DIV/O! 2 Division 2 - Site Work 2a Earthwork - wall exc and backfill 1 LS $ - $ - #DIV/01 $ - #DIV/O! #DIVi0! $ $ $ - $ #DIV/0! 3 Division 2 - Concrete 3a Structural Concrete 1 LS $ - $ - #DIV/01 $ #DIV/0! #DIV/0! $ - $ - $ - $ - #DIV/01 4 Division 4 - Masonry 4a Building and Trash Enclosure 1 LS $ - $ - #DIV/0! $ - #DIV/01 #DIV/01 $ $ - $ - $ - #DIV/0! 5 Division 5 - Metals 5a Structural Steel and Site Metals 1 LS $ - $ - #DIV/0! $ - #DIV/0! #DIV/O! $ - $ - $ - $ - #DIV/01 6 Division 6 - Woods/Plastics 6a Rough Carpentry 1 LS $ $ - #DIV10! $ - #DIV/01 #CIV/0! $ - $ - $ $ #DIWOl 7 Division 7 - Thermal/Moisture 7a Damproofing/Walerprooling t LS $ - $ - #DIV/O! $ - #DIV/O! #DIV/0! $ - $ - $ - $ - #DIV/01 7b Insulation 1 LS $ - $ - #DIVl01 $ - #DIV/0! #DIV/0! $ - $ - $ - $ - #DIV/0! 7c Siding - cemenlitious 1 LS $ - $ - #DIV/O! $ - #DIV/01 #DIV/0! $ - $ - $ - $ - #0 Wol 7d Roofing 1 LS $ - $ - #DIV/01 $ - #DIV/0! #DIV/01 $ - $ - $ - $ - #DIV/01 8 Division 8 - Openings 8a Glass and Glazing 1 LS $ - $ - #DIV/O! $ - #DIV/01 #DIV/O' $ $ - $ - $ - #DIV/01 9 Division 9 - Finishes 9a Stucco i LS $ - $ - #DIV/01 $ - #DIV/0! #DIV/01 $ - $ - $ - $ - #DIV/0! 9b Framing and Drywall 1 LS $ - $ - #DIV/01 $ - #DIV101 #DIV/01 $ - $ - $ - $ #DIVM! 9c Paint 1 LS $ - $ - #DIV/01 $ - #DIV/01 #DIVPo! $ - $ - $ - $ - #DIV/01 10 Division 10 - Specialties 10a Specialties 1 LS $ - $ - #DIV/01 $ #DIV/0! #DIV/01 $ - $ - $ $ #DIV/01 21 Division 21 - Fire Su ression 21a Fire Protection 1 LS $ - $ - #DIV/0! $ - #DIV/01 #DIV/01 $ - $ - $ - $ - #DIV/01 22 Division 22 - Plumbing 22a Plumbing 1 LS $ - $ - #DIV/01 $ - #DIV/01 #DIV/01 $ - $ - $ $ #DIV/0' 23 Division 23 - HVAC 23a HVAC 1 LS $ - $ - #DIV/01 $ - #DIV/01 #0IV/01 $ - $ - $ - $ - #DIV/01 26 Division 26 - Electrical 26a Electrical - includes site lighting t LS $ - $ -T76,17 $ - #DIV/0! #DIV/01 1 1 $ $ - $ - $ #DIV101 Contract Summary: Sub Totals $ #DIWO! $ #DIV/01 1 $ - #DIV/01 1 $ $ $ $ #DIV101 GRAND SUB -TOTALS: $ - $ - $ - $ - $ $ - $ #DIWO! t LS #DIV0 - #DIVIO! $ $ - $ - $ - #DIV10:LS 711DIV10' IV/0! #DIV/0! $ - #DIV/0! $ - $ - $ - $ - #DIV/0! Change Order Sub -Totals: $ - $ - $ - $ $ - $ . $ - #DIV/01 PAY APPLICATION TOTALS: $ $ $ - $ - $ - $ - $ - #DIV101 CTL I THOMPSON 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 INTERW EST 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 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 fl- 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 I T PROJECT NO. FC07102-125 analyses, Atterberg limits, swell -consolidation, and water-soluble sulfate tests. Swell tests were wetted at a confining pressure of 150 psf as specified in LCUASS. A Hveem stabilometer test was conducted on a combined sample of the upper 4 feet of our borings. Results of our laboratory tests are presented in Appendix A and summarized in Table A-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). INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 3 CTL I T PROJECT NO. FC07102-125 WATER-SOLUBLE SULFATES Concrete that is exposed to sulfate -rich soils can be subject to sulfate at- tack. If concrete pavements or structures will not be in contact with sulfate -rich soils, by means of an aggregate base course layer or other materials, the risk of sulfate attack should be low. We measured water-soluble sulfate concentrations in four samples from this site; concentrations were 0.05 percent or less. Water- soluble sulfate concentrations less than 0.1 percent indicate Class 0 exposure to sulfate attack for concrete that is exposed to the soils, according to the American Concrete Institute (ACI). For this level of sulfate concentration, ACI indicates any type of cement can be used for concrete that is exposed to the soils. In our ex- perience, superficial damage may occur to the exposed surfaces of highly per- meable concrete, even though sulfate levels are relatively low. To control this risk and to resist freeze -thaw deterioration, the water-to-cementitious material ratio should not exceed 0.50 for concrete in contact with soils that are likely to stay moist due to surface drainage or high water tables. Concrete should be air entrained. PAVEMENT DESIGN We understand improvements to Lincoln Avenue are regulated by the City of Fort Collins, which requires the use of the AASHTO and CDOT pavement de- sign methods for their roadways. These design methods require input parame- ters for traffic projections for a specified design life, roadway classification, char- acteristics of the subgrade materials, type and strength characteristics of pave- ment materials, groundwater conditions, and drainage conditions. INTERW EST CONSULTING GROUP LINCOLN CORRIDOR IMPROVEMENTS 4 CTL I T PROJECT NO. FC07102-125