Loading...
HomeMy WebLinkAbout690348.tiffACCEPT BID FOR CONSTRUCTION COUNTY BRIDGES #216, #222 AND #408 A. S. HORNER CONSTRUCTION, INC.: WHEREAS, sealed bids dated August 15, 1969, addressed to the Board of County Commissioners of Weld County, Colorado, for the construction of three County Bridges destroyed or damaged by the 1969 flood, namely #216, #222 and #408, in accordance with drawings and specifications as prepared by the Eagle Engineering Company, were received and publicly opened; and WHEREAS, the A. S. Horner Construction, Inc. of 2810 South Havanna, Denver, Colorado, did submit the best and lowest bid for the construction of said bridges as follows, to -wit: #216 #222 #408 $17,730.00 87,908.00 85,157.00 Less discount for acceptance of the three bids to Horner Firm #216 #222 #408 - 2,500.00 - 2,000.00 - 2,000.00 Total bid $184,295.00 WHEREAS, the Board believes it to be in the best interests of the County to accept the aforementioned bid. NOW, THEREFORE, BE IT RESOLVED, by the Board of County Commissioners of Weld County, Colorado, that the bid submitted by the A. S. Horner Construction, Inc., for the construction of three County Bridges, #216, #222 and #408, in the total amount of $184,295.00 be and the same is hereby accepted upon the condition that the performance and payment bond meets specifications, a copy of the bid is attached and made a part of this resolution. The above and foregoing resolution was, adopted by the following votes AYES:, DATED: AUGUST 15, 1969 on motion duly made and seconded, THE BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 690348 cO/ Eagle Engineering esed5aU A. S. HORNER CONSTRUCTION CO., Inc. 2810 SOUTH HAVANA STREET TELEPHONE 755-9961 DENVER, COLORADO August 14* 1969 Board of County Commissioners Weld County Court House Greeley, Colorado Re: Construction of Bridges in Weld County Project No. 158-611 Gentlemen: If awarded the contracts for the construction of both bridges No's. 408 and 222 in combination we offer the following alternate: Deduct $ G tee ^f from item No. 1 in a new total for the bridge of $ Deduct $ .112OO + from item No. 1 in a new total for the bridge of $ of Bridge No. 408 8z iS/: . of Bridge No. 222 A't Deduct $ ZSO0 n_ from item No. 1 in a new total for the bridge of $ of Bridge No. 216 CONCRETE AND STEEL CONSTRUCTION resulting resulting resulting A. S. HORNER CONSTRUCTION CO., INC. By: { 1"— C. F. Krueger BRIDGE NO. 216 BRIDGE U1), 222 BRIDGE k17, 408 WELD COUNTY, COLORADO Project No. ,158-611 SPECIFICATIONS August 15, 1969 EAGLE ENGINEERING CO., INC. Consulting Engineers 2200 West Chenango Littleton, Colorado IMITATION TO SID General Bids are requested by the Weld County Board of County Commissioners for the construction of three bridges located within the County of Weld, Colorado. Proposals will be accepted at the County Court !louse, Greeley, Colorado, in the office of the County Commissioners, until 10:00 AM, on August 15, 1969, at which time all bids received will be publicly opened and read. Bidders are advised that they are to bid each bridge separately. Separate contracts will be awarded to the low bidder for each bridge. Contract Documents The ;:ontract Documents ray be obtained at the office of the Engineer, Eagle Engineering Co., Inc., 2200 West Chenango, Littleton, Colorado. A deposit of ;10.00 is required, $5.00 of which will be returned upon return of the plans and specifications within seven days after the bid opening, in good condition. INFORMATION FOR BIDDERS 1. CONTRACT DOCUMENTS: The "Invitation to Bid", the "Information for Bidders", the "Bidders Proposal", the "Form of Contract", and "General Conditions", the "Detailed Specifications", and the "Contract Drawing" are the Contract Documents which will form the contract. Bidders must examine each of the Contract Docu- ments, must visit the site of the work and inform themselves of the conditions and difficulties to be encountered in the execution of the work. 2. PROPOSAL OPENING: In accordance with the "Invitation to Bidders", sealed proposals for performing the work will be received. They will be publicly opened and read at the time and place stated in such notice, and award of the Contract, if awarded, will be made as soon thereafter as practicable. 3. PROPOSAL FORM: All proposals must be on the form provided herein and should give the unit price for each item and the total price. Prices shall be in both words and figures, and must be signed and acknowledged by the bidders, as directed in the proposal. Proposals which are mailed shall be plainly marked on the outside of the envelope as to contents and opening date and hour. 4. STATEMENT OF COMPETENCY: The contractor shall submit, along with the proposal a'Statement of Competency" which outlines: A. Work performed in the past three years, of a similar nature: B. Equipment available for use on this project within 10 days after letting. 5. ACCEPTANCE OR REJECTION OF BIDS: The Owner reserves the right to reject any or all proposals. Any proposal which is irregular, incomplete, or obscure may be rejected. Proposals having erasures or corrections on the proposal sheets may be rejected. Any proposal in which unit prices are omitted or in which prices are obviously unbalanced may be rejected. The Owner reserves the right to waive technical defects. 6. PROPOSAL GUARANTEE: All proposals shall be accompanied by a certified check or bond in the amount of 5% of the bid, payable without condition to the Owner. Proposal guarantees will be returned promptly after the contract has been awarded and the successful bidder has executed the required performance bond. 7. PROPOSAL EXECUTION: Each proposal must be signed by all interested parties and in the case of a corporation must be signed by the President and Secretary or a duly authorized agent and be accompanied by the corporation seal. All Contract Documents shall be placed in an envelope, sealed, marked as to contents and be delivered to the Owner prior to the date and hour set for the letting. 8. BID ACCEPTANCE: The successful bidder shall within five days after notifi- cation of award enter into a contract with the Owner and provide a good and sufficient performance bond acceptable to the Owner in the penal sum equal to the total bid, conditioned upon the faithful performance and carrying out of the contract completely within the time and manner specified in the Contract. This bond shall also make the successful bidder liable for any and all damages or injuries sustained by or resulting to the Owner because of failure to complete the work specified herein, and further conditioned that the successful bidder will pay for all materiels required to be furnished by him, labor performed, machine, and truck hire, provisions, supplies, sustenance and services rendered, and save harmless the Owner to the extent of any and all payments in connection with the carrying out of said Contract as provided and required by Section 9514 of the Compiled Laws of Colorado, 1921; by Chapter 1k8 of the 1929 Sessions Laws of Colorado and all amendments thereto. 9. CONTRACT CLARIFICATIONS: Should a bidder find discrepancies in, or omissions from, the Drawings or Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer, who may send a written addendum to ell bidders if required. Such requests for interpretation of the Documents shall be in wetting and the bidder submitting the request shall be responsible for its prompt delivery. No oral statements by anyone will relieve the contractor of the risks and responsibilities or from completing the work in accordance with the Contract Documents. 10. EXECUTING CONTRACT AND DAMAGES FOR FAILURE TO EXECUTE: Any bidder whose proposal shall be accepted shall appear at the office of the Owner in person or, if a firm or corporation, a duly authorized representative shall so appear, and execute the Contract within five days after notice of award has been delivered to him. Failure on neglect so to do shall constitute a breach of the agreement effected by the acceptance of the Proposal. The damages to the Owner for such breach will include loss from interfer- ence with its construction program and other items whose accurate amount will be difficult or impossible to compute. The Proposal guaranty accompanying the proposal shall be retained by the Owner as liquidated damages for such breach. In the event any bidder whose proposal shall be accepted, shall fail or refuse to execute the Contract as therein before provided, the Owner may, at its option, determine that such bidder has abandoned the Contract and thereupon his proposal and the acceptance thereof shall be null and void and the Owner shall be en- titled to liquidated damages as above provided. II. PRICES: In the event of discrepancy between prices quoted in the Proposal in words and those quoted in figures, the words shall control. The prices are to include the furnishing of all material, plant, equipment, tools, scaffolds, and all other facilities, and the performance of all labor and services necess- ary or proper for the completion of the work except such as may be otherwise expressly provided in the Contract Documents. F IkGI' lei. n'J. 216 Weld Count, Colorado c:scripticm ';nit nit ;'rice Anount ite ;=reparation itra`; rociny I ieilectors . e ..ove S' "ep l ace :..xistir,y Super- `'tructure L.S. L.. . L.F. L.S. Total t.id 7, t 2's° g ao ef'2op2 (Ito] , ricc I _ 7, oa 300 2./ 10 !3e 1 . :.)1 i! i:" in ::ords, $e rr,,.f•cil /44:1S a ,5 (V e -n /jct�j�rc tkeliv c1c_do C/ to the above (I )(Ye) agree thit the work will be completed wi thin -�- (93' calendar days from the signing of the Contract. 13i dder : A S./�`�R�vEyf' o:.V % 6. rate: L1--, /9'69 .. l :, ... 222 b,e I d Count.;, Colorado ! to •. W. 2. 3- r,. 5 . 9. escr ipt ion Site Preparation butrientsNi* fit I-5 iiing racing :ier aps ecki ng - Lo k -co t etlectars �ncrere -ecking "nit L.. L. L.. ach S. . Each F.F. '.'nit rice 7Le 786° 7p es. Amount 1 1200 2800 200 7 9000 520 11+ 2 ?° 9000 total id Total rice 76ao See id in ' ;or ds, ,"//4;/ e. ✓er? f/706%.Sa44,41 1!„%7c. %,/..wgO-. L' 11 f._Leo //2r, 'aeZ �i Ccy//.i, dd i t i.7n to the above (I) (We) agree that the work will be cor,pleted within ---t7j calendar da./s from the signing of the Contract. Bidder:" 5 *.e.'e,P By; C.-.-- VT�`t- Date: ,a3/ /S /,‘ e+ Lt I:C 408 ,,eld county, Colorado 9. cscl'iotion itc ;'reparation i;utrients 84r...5 fling I'. rac i ng ier .'aps ridge 'Necking bani4 ,ent eflectars -.oncrete Decking uit L.S. S. . L.`. L.-. "ach S. . C.Y. Each `nit rice 3 z° /e2 e2 on 2• Ar,ourit 1 1200 250 200 7 9000 450 14 2 ' 9000 Total !.'. i d .rice ‘9e e, v l8eo"-i /3175 ,-oI 1 id in words, ." .9/�;' �itt� 1440th. -J -2l4" ! % y ,? z �• �_yv eze Ifs ,- < -, d , 64,0 'In addition to the above (I)('.!e) agree that the work will he completed within • .h-rsrel 10)calendar days from the signing of the Contract. pp • Bidder: ..e4 5 G ems✓,',; 'ticri4.✓ Le z;,‘.. /17 es*/ /,S; /7e9 By: Date: • A. S. HORNER CONSTRUCTION CO., Inc. 2810 SOUTH HAVANA STREET TELEPHONE 755-9961 DENVER, COLORADO August 14, 1969 Board of County Commissioners Weld County Court House Greeley, Colorado Re: Construction of Bridges in Weld County Project No. 158-611 Gentlemen: If awarded the contracts for the construction of both bridges No's. 408 and 222 in combination we offer the following alternate: CONCRETE ANO CONSTRUCTION Deduct $ 2"eee ,.r from item No. 1 of Bridge No. 408 resulting in a new total for the bridge of $ 8 i S j.' Deduct $ - from item No. 1 of Bridge No. 222 resulting in a new total for the bridge of $ Dedupt $ 2'4;0e °= from item No. 1 of Bridge No. 216 resulting in a new total for the bridge of $ /5) a 30 rr . A. S. HORNER CONSTRUCTION CO., INC. By: C. n.uc• 5r a C. F. Krueger j PRICES TO INCLUDE Item 1. Site Preparation; This lump sum item shall include all excavation, fill, clearing of debris, installation of culverts, and all work required to prepare the bridge site for future construction. In addition, this item shall include final clean-up of the site in ord- er to restore the stream bed to its original channel elevation. Item 2. Two Abutments and Wtn9 Walls; This item shall include all excavation, structural backfifl,.Installation of concrete earth stops, install- ation of dead men, and all necessary labor, material, equipment and tools to complete this work, complete in place and paid for on a square foot basis. Item 3. Piling; This item shall be paid for on a per foot basis, complete in place, cut off at the elevation required, and shall include all ne- cessary labor, material, equipment and tools necessary to complete this work. Item 4. Sway Bracing; This item shall include all material, labor, equipment and tools necessary to install. the sway bracing as shown on the draw- ings, and shall be paid for on a per foot basis, complete in place. Item S. Plat- Caps; This item shall include furnishing,Installing, material, late equipment, welding, and all tools necessary to install the concrete pier caps, complete in place as shown on the drawings, and shall be paid for on a unit price basis. Item 6. Bridge Decking; This item shall include furnishing and installing the bridge sections, welding, grouting, installation of hand rails, and all items required to complete the bridge, together with all mat- erial, labor, equipment and. tools necessary, and shall be paid for on a per foot of compietedbrjdge. item 7. Embankment; This item shall include furnishing, compacting, and grad- ing of embankment material to the grade as staked by the Engineer. All material i$. available within the site area and shall be paid for on a cubic yard basis, complete in place. item 8. Reflectors; This item shall include furnishing and installing of re- flectors at the location as shown on the drawings and shall include all material. equipment, labor, and tools necessary, and shall be paid for on a unit price basis, complete in place. Item 9. Concrete Decking; This Item shall include all material, labor and all else necessary to pour the concrete decking when called for, complete in place with reinforcing, etc., as shown on the plans. This item shall be paid for on a square foot basis. PRICES TO INCLUDE (cont.) Item 10. Remove and Replace Existing Superstructure; This item shall include all labor, material, equipment, and tools necessary to remove the existing superstructure to a point necessary to test drive the existing piling. In addition, this item shall include the replacing of the removed deck to its original location, all to the satisfaction and under the direction of the Engineer. This item shall be paid for on a lump sum basis, complete in place. FORMAL CONTRACT This AGREEMENT and FORMAL CONTRACT made and entered into this 18th day of August , 19 69 by party of the first part, termed in this agreement, specifications and proposal, as the Owner or Board of County Commissioners. Weld County, Colorado and by the party of the second part, termed in this agreement, specifica- tions and proposal, as the Contractor or A. S. Horner Construction Co., Inc. WITNESSETH: WHEREAS, in consideration of the sum of One Hundred Eighty Four Thousand Two Hundred Ninety Five dollars ($ 184,295.O0 ) as specified in the proposal to be paid by the Owner to the Contractor at the time and in the manner hereinafter provided, the said Contractor shall furnish all labor, tools, equipment and materials to construct complete in every detail to wit: (3) Three Bridges All to the satisfaction of and under the direction of the Engineer and to deliver to the Owner the project, named above, ready for operation and in complete accordance with the Plans and Specifications, General Conditions, Proposal, and related documents hereby made a part of this agreement. It is hereby further agreed that time being of the essence for the completion of the work to be done under this Contract, the Contractor hereby agrees to commence work under this Contract on or before August 25, 1969 and prosecute the same so as to fully complete the above named project, ready for operation on or before November 23, 1969 The Contractor agrees to prosecute said work diligently and uninterruptedly at such a rate of progress so as to insure full completion thereof within the time set forth herein. The Contractor further agrees to pay to the Owner the sum of One Hundred dollars and no cents ($100.00) per day, not as a penalty, but as reasonable liquidated damages for breach of this Contract by the Contractor failing, neglecting or refusing to complete said project within the time herein specified and said daily payment shall be paid for each and every consecutive calendar day after November 23, 1969 which time is set forth for completion of the project, ready for operation. It is further agreed that the Contractor shall deliver to the Owner said project as described hereinbefore, complete as called for in the specifications and on the drawings, clear and free from any and all liens, claims and demands of any kind for materials, equipment, supplies, labor, accident, death or otherwise. To insure prompt, faithful, suffi ient, and complete performance of this Contract on its part, the Contractor has attached hereto and here- by makes a part hereof a Bond to be setirfactory in all respects to the said party of the first part, S'H Ford in the full amount of the con- tract price is to insure the faithful performance of the Contract under all conditions laid down by it and the specifications and proposal cover- ing equipment furnished, labor empioyed, work -unship, material, time of completion and delivery. Said Fond shall hold and kccp said party of the first part harmless and free frcm all liens, claims, patent infringement liability, demands end expenses of every kind and nature for any accident or injury to any person or pFrsuns or property occessioned by or result- ing from the prosecution of the tears of the 'onteact, Specifications or Proposal, anJ for the use cf any articles, material, equipment, or process that may be patented and on any and every account whatsoever. That the full price and charge to be ocid the Contractor by the party of the first part pursuant to the terms of this agreement contract, specifications and proposal, shall be p3yahle as provided in the specifi- cations and the proposal which is a part hereof. This Contract is executed in three (3) copies. IN WITNESS WHEREOF, said parties have set their hands and seals at Greeley , _ Colorado —, the day and year first above written. SEAL ATTEST:_ SEAL ATTEST: (Contractor) HORNER CONSTRUCTI co., INC. Owner WELD COUNTY BOARD OF COMMISSIONERS eo Wel•a Canty, Co!orddo Contract 2 EXPERIENCE RECORD Similar Projects Completed: Name of Project Location Similar Projects Under Contract: Name of Project Location Date Type of Value of Completed Improvement Contract Date of Type of Value of Completion Improvement Contract EQUAL OPPORTUNITY CLAUSE (To Be Incorporated in the Construction Contract or Attached as a Rider Thereto) During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without re- gard to their race, creed, color, or national origin. Such action shall include, but not be limited, to the following: Employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Government setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified appli- cants will receive consideration for employment without regard to race, creed, color, or national origin. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice. to be provided by the Government, advising the said labor union or workers' representative of the contractor's com- mitments under this section, and shall post copies of the notice in con- spicuous places available to employees and applicants for employment. The contractor will comply with all provisions of Executive Order No. 10925 of March 6, 1961, as amended by Executive Order 11114 of June 22, 1963, and of the rules, regulations, and relevant orders of the President's Committee on Equal Employment Opportunity created thereby. The contractor will furnish all information and reports required by such Executive Orders and by the rules, regulations, and orders of the said Committee, or pursuant thereto, and will permit access to his books, records, and accounts by the Government and the Committee for purposes and investigation to ascertain compliance with such rules, regulations and orders. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be cancelled, terminated, or suspended In whole or in part and the contractor may be delcared ineligible for further con- tracts in accordance with procedures authorized in said Executive Orders and such other sanctions may be imposed and. remedies invoked as pro- vided in the said Executive Order or by rule, regulation, or order of the President's Committee on Equal Employment Opportunity, or as otherwise provided by law. The contractor will include the provision of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regula- tions, or orders of the President's Committee on Equal Employment Oppor- tunity issued pursuant to such Executive Orders so that such provisions will be binding upon each such subcontractor or vendor. The contractor will take such action as the Government may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor become involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Government, the contractor may request the United States to enter into such litigation to protect the interest of the United States. Provisions of this equal opportunity clause are not applicable to any contract not exceeding $10,000. Aci 1 of /76% /4.1, /,&rhe.v 60si5t Cam., 117c Contractor FHA 400-2 (9-30-63) 2� PERFORMANCE & MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned A. S. Horner Construction Co., Inc. (hereinafter called the Principal) as Principal, and Western Casualty & Surety (hereinafter called the Surety) as Surety, are held and firmly bound unto Weld County (hereinafter called the Obligee) in the penal sum of $ 184,295.00 lawful money of the United States for the payment of which well and truly to be made, we do hereby bind ourselves and our heirs, executors and administrators, successors and assigns, jointly and separately by these present. The condition of theobligation is such that: WHEREAS, the Principal by an instrument in writing hereto attached and bearing the date of August 18, 1969 , has agreed with said Obligee to furnish certain material, labor, tools, and equipment necessary for the construction of (3) Three Bridges as shown on the plans, specification, proposals, and other contract documents forming the Contract. f•.41U, WHEREAS, said Contract required the Principal, for a term of one year from and after final acceptance of said Bridges at the Principals own expense, make all needed repairs or replacements to keep said project above, in first class condition and good repair, provided said repairs and replacements are made necessary by defective workmanship or materials furnished by the Principal under said Contract. NOW, THEREFORE, if said Principal shall well and truly and in good, sufficient, and workmanlike manner, and to the entire satisfaction of said Obligee, perform and complete the work required, and shall defend, indemnify, and save harmless said Obligee against all damages, claims, demands, expenses, and charges, of every kind, arising out of injury or damage to persons or pro- perty by reason of said agreement, and the work thereunto required of said Principal, or arising from any act, omission or neglect of said Principal, or his, their, or its agents, servants, or employees with relation to said work and shall pay all costs, charges and expenses for labor, material, and supplies, and equipment, and deliver the said Bridges 216, 222 & 408 and appurtenances to the Obligee as a complete unit ready for operation and free from all liens, encumbrances or claims for labor, material or otherwise, and shall pay all other expenses lawfully chargeable to the said Obligee by reason of any default or neglect of the said Principal in relation to said agreements and said work; and if the said Principal shall, at its own expense, for a term of one year from andafter final acceptance of said Bridges 216, 222 & 408 by the Obligee, keep said project in first class condition and good repair, and shall indemnify the Obligee and save it harmless from and on account of any and all expense for labor or material found necessary to keep said project in first class condition and good repair, provided said repairs and replacements are made necessary by defective workmanship or materials furnished by the Principal under said Contract; then these presents shall be void; otherwise, they shall remain in full force and effect. In addition to all other conditions, if the Contractor, or his, their, or its subcontractor, fall to duly pay for any labor, materials, team hire, susten- ance, provisions, provender or other supplies used or consumed by such Contractor of his, their, or its subcontractor in performance of the work to be done, the Surety will pay the same in any amount not exceeding the sum specified in the Bond, together with interest at the rate of eight percent (8%) per annum. And the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition of the terms of the Contract or the work to be performed thereunder or the specifications accompanying the same, shall in anywise effect its obligations on the bond and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the Contract, formed thereunder or the specifications accompanying the same, shall In anywise affect its obligations on this bond and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the Contract, or to the work or to the specifications. IN WITNESS WHEREOF, said Principal and Surety have hereunto set their hands and seals this 18th day of At Denver. Colorado Location August 1969 A. S. HORNER CONSTRUCTION CO., INC. Printipal C. F. Krueger By eb,c/ c.,(- N Title 'A-t.G.e- r-'1/. WESTERN CASUALTY & SURETY Sure/ Thomas H. MacElwee Attorney -in -fact WELD COUNTY COMMISSIONERS Hereby accepts the aforementioned bond this: 18th day of August 1969 THE WESTERN CASUALTY AND SURETY COMPANY THE WESTERN FIRE INSURANCE COMPANY HOME OFFICE -FORT SCOTT, KANSAS 66701 CERTIFICATE OF INSURANCE To Wald County Board of Commissioners Greeley Colorado This certificate of insurance is not valid unless it is signed by a duly authorized representative. This into certify that the following described policy or policies (as indicated by specific entry herein) are in force as of the date below. Name of Insured 16....11Graor Construction Cot, 281,9 South Havana, Denver, Colorado Description of Work...CQUUt;F5CXIr.r Location of Work Various :,.-:.: Weld ..C.ountY...B idg6P FORM OF INSURANCE POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY Coverage is not provided for Items below`uniesi indicated by "C: Workmen's Compensation Employer's Liability Fully complies with State Law 5 General Liability "C indicates Form of Insurance U Comprehensive General ID including r excluding Completed Operations and Products Manufacturers' and Contractors' AGC 402636 7/1/70 Bodily injury each S 5©©-O0O_8flson "x" blasting or explosion ' ■ each $ 1,000,000.00 urrence "c' collapse ' ■ "u' underground damage "d" underground resources0 $ 1,000s000.Qaregate I♦ including • excluding Property Damage each $ 500,000. Q&urrence Owners' or Contractors' Protective ■ Owners', Landlords' and Tenants' including ❑ excluding Structural Alterations, New Construction, Demolition i] Contractual 'e blowout or metering • 500,000.0j}regate ll Completed Operations and Products $ in MSCor OLT Automobile Liability AGC 402636 7/1/70 Bodily Injury each $ 500,000.©Oson each $ 1.000,000.UQurrence All owned automobiles [ Hired and non -owned automobiles [3 Specified Automobiles Property Damage each $ 500,000,QQurrence as listed below: ■ Date August 19 1969' Place I,Nsnit.9ra...Srd rRrade (City) (State) By (Au or ized Representative THE RjTTER AGENCY (Agency) Form 7009-R7 ATF POWER OF ATTORNEY The Western Casualty and Surety Company HOME OFFICE —FORT SCOTT, KANSAS KNOW ALL MEN BY THESE PRESENTS: That THE WESTERN CASUALTY AND SURETY COMPANY, of Fort Scott, Kansas, a corporation of the State of Kansas, having its principal office in the city of Fort Scott, Kansas, pursuant to the following Bylaw, which was adopted by the Stockholders of the said Company on December 2, 1953, to -wit: "Section 27. RESIDENT OFFICERS AND ATTORNEYS -IN -FACT. The president, any vice president or the secretary shall have power and authority to appoint resident vice presidents, resident assistant secretaries and attorneys -in -fact, and to give such appointees full power and au- thority to make, execute and deliver in the name and on behalf of the corporation, bonds, recognizances, contracts of indemnity and other under- takings and writings of obligatory nature, and to affix thereto the corporate seal of the corporation. The president, any vice president or the secretary shall also have power at any time to remove and revoke the authority of any such appointee." does hereby nominate, constitute and appoint Thomas H. MacElwee, of the City of Denver, State of Colorado, its true and lawful agent(s) and Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf, as Surety, and as its act and deed: Any and all bonds and undertakings. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Fort Scott, State of Kansas, in their own proper persons. The following Resolution was adopted at the Annual Meeting of the Board of Directors of The Western Casualty and Surety Company, held on the 11th day of May, 1965: "RESOLVED, That the signatures of officers of the Company and the seal of the Company maybe affixed by facsimile to any Power of Attorney fac- simile seal shall be valid and baccordance with ending upon the Comction 27 of the pany Bylaws; respe t to any t any such undertakingower of torr contractrofgsuch suretyship Imile to whichnittirs attached."res and All authority hereby conferred shall remain in full force and effect until terminated by the Company. IN WITNESS WHEREOF, THE WESTERN CASUALTY AND SURETY COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to be hereunto affixed this 4th day of Jane ,B 68 THE WESTERN CASUALTY AND SURETY COMPANY By STATE OF KANSAS ss COUNTY OF BOURBON On this 4th day of June A. D., 19 ..6.a...., before the subscriber, a Notary Public in the State of Kansas in and for the TCounty of Bourbon, Oduly commissioned ofFort t, Kanquasas to came.. K. H. Mead , Vice President of THE WESTERN CASUALTY AND SURETY COMPANY, of Fort Scott, Kansas to me personally known to be the individual and officer described in, and who exe- cuted the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, and that Bylaw, Section 27, adopted by the Stockholders of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Fort Scott, the day and year first above written. My commission expires January 15, 1972 Vice President Notary Public. E. C. Gordon, Jr. , Assistant Secretary of THE WESTERN CASUALTY AND SURETY COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a power of attorney executed by said THE WESTERN CASUALTY AND SURETY COMPANY, which is still in full force and effect. 18th day of IN WITNESS WHEREOF, I have signed this certificate at Fort Scott, Kansas, this August 19 69 Assistant Secretary. FORM FS 5890 GENERAL CONDITIONS i. Description. The following specifications are general in scope and parts of these specifications may refer to conditions not en- countered in the work detailed in this contract and therefore would not apply: Any part of these General Conditions which pertains to a non-existent condition and does not apply to the work to be per- formed under this contract, shall have no meaning in this contract. Where these General Conditions conflict or disagree with the Special Provisions, the Special Provisions shall govern in all cases. 2. Definitions The following terms as used in these Contract docu- ments and 12eclfications ere defined as follows: "Owner" The party initiating tho project as set forth in the contract, or to their properly author- ized representative. The party or parties, contracting to perform the work to be done under this contract, or the legal representatives of such parties or party. "Subcontractor" • A person, firm, or corporation having a di- rect contract with the contractor to supply labor or materials and labor for the work outlined under this contract. "Contractor" "Engineer" Eagle Engineering Co, Inc., Consulting En- gineers, 1385 Sheridan Blvd., Lakewood, Colo- rado, and to their properly authorized agents, limited by the particular duties entrusted to them. 3. Documents Composing the Contract. it is understood by the con- tracting parties that the following documents are essential portions of the complete contract; The invitation to Bidders, instructions to Bidders, Proposal, all drawings, maps and plans hereto attached or herein described, General Conditions, Special Provisions, the Tech- nical Specifications, Specific Contract and the Contractor's Bond. 4. Site of Work. Bidders are required to satisfy themselves by per- sonal examination of the Contract Documents and investigation at the site of the work as to the conditions existing and the difficulties likely to be encountered in the construction of the work. No plea of ignorance of conditions that exist or that may here- after exist, or of conditions or difficulties that may be encounter- ed in the execution of the work, as a result of failure to make such examination and investigation will be accepted as an excuse for any failure or ommison on the part of the Contractor to fulfill, in every respect, all the requirements of the Contract, nor will the same be accepted as a basis for any claim whatsoever for extra compensation, or for an extension of time. Where test boring logs indicating underground conditions are shown on the Plans, such logs shall be considered as indicating the conditions observed at the time and place the borings were taken and neither the Engineer nor the Owner shall be held respon- sible for any variations encountered at the time of construction. r1, Bidder's Qualifications. The bidder may be required to submit references and such detailed information as will enable the Owner to judge his responsibility, experience, skill and financial stand- ing. The Owner reserves the right to reject any bid if the evidence submitted by or investigations of such bidder fail to satisfy the Owner that such bidder is properly qualified to carry out the ob- ligations of the Contract and to complete the work outlined therein. 6. Data Sheets,_ When data sheets are included in the Contract Do- cuments as part of the Proposal, the bidder shall fill in said sheets completely so as to furnish ail the information required. Failure to furnish required information will be cause for rejection of the bid. 7. Withdrawal of1lids. No withdrawal of bids will be allowed upon delivery to proper authority and bids shall be good for a period of thirty (30) days after the, scheduled closing time of receiving bids. 8. Award of Contract. The contract shall be considered awarded when formal notice of award shall be given to the intended contrac- tor (i.e. the successful bidder) by some officiers or agent of the Owner duly authorized to give such notice. 9. Notices._ Notice shall mean written notice. Written notice shall be deemed to have been duly served when delivered in person to the person, firm, or corporation for whom intended, or to his, their, or its duly authorized officer, agent, or representative, or when delivered at the last known business eddress of such person, firm, or corporation, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm, or corporation at his, their, or its last known business address and sent by registered mall with return receipt requested. 10. Execution of Contracts and Bonds. Each contract must be exe- cuted in four (l+) c,unt_>rpertn, each of which shell be deemed an original, and there shelf he executed an equal number of counter- parts, each of which shalt be deemed an original, of the Contractor's rrformence bond. One (1) copy of said executed documents will be p retained by the, Owner; the second will be delivered to the Contrac-, tor; the third will he delivered to the Bonding Firm; end the fourth will be kept in the Engineer's file. The Contractor must provide the necessary insurance outlined in General Conditions and the Special Provisions. The total cost of executing the Contract, Bonds and insurance is to be borne by the Contractor who is awarded the Contract. 11. Performance Bond. The Contractor shall furnish a surety bond form attached)Tn an amount at least equal to one hundred (100) per cent of the contract price an security for the faithful per- formance of this contract an: for the pcyttnt of al? persons per- forming labor and furnishing materials in connection with this contract. Said bond shall also he a coma?ate surety far all guar- antees of materials and workmanship required in these specifications. 12. Contractor's Insurance. The Contractor shell not commence work under this contract until he has obtained all insur=,nce required under this contract and such insurance has been approved by the Owner, nor shall the Contractor sliiow any subcontractor to commen- ce work cn his subcontract until all similar insurance required for coverage of the subcontractor has been so obtained and approved. 13. Workmen's Compensation Insurance_ The Contractor shell take out and maintain during the 'i7e ofths contract Workmen's Compensation insurance for all his employees employed at the site of the project and, in case any work is s:wlet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all the latter's employees unless such employees are covered by the protection offered by the Contractor. In case any class of em- ployees engaged in hazardous work under this contract at the job site are not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide Employer's Liability insurance for the protection of all employees not otherwise protected.. 14. Public Liability and Property Damage Insurance The Contractor shall be required to furnish al insurance as required by law and by any governmental agency having jurisdiction thereof. The Con- tractor shall take out and maintain during the life of this Contract such Public Liability (Contractor's Public Liability), Contingent Public Liability (Contractor's Protective Public Liability), Prop- erty Damage (Contractor's Property Damage), and Contingent Prop- erty Gamc;ge (Contr:.cter's Pi t?.cz!v Proprty t'amage; insurance as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, includ- ing accidental death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations he by himself or by any subcontractor or by anyone di- rectly or indirectly employed by either of them. The Contractor shall maintain coverage of the types and in the amounts herein be- low specified for all work sublet, either by furnishing riders to his own Public Liability ;d °roperty Damar.4e insurance policies or by requiring the subcontractors concerned to furnish their own Pube lic Liability and Property Damage coverage, in the amounts herein - below specified. The amounts of such insurance shall be as follows: Public Liability and Contingent Public Liability Insurance in an amount not less than ;100,000 for injuries, including accidental death, to any one person; and subject to the same limit for each person in an amount not less than $500,000 on account of each accident. Direct and Contingent Pronerty Damage Insurance in an anourt rot lens than 325,000 on account of any one accident; end, subject to the- same -limit for each accident, and in an amount not less than ;1100,000. Insurance covering subcontractors nay be accepted by the Owner in amounts less than these hercinebove specified,, provided that the Contractor shall furnish evdencesa±.isfac'o:'^, tc the Owner that the insurance coverage offered. i0 a doeuLtc fee- the "^i8':w involved. 15. Insurance Covering .tnecia'. La:c s . The 1oJlowing special haz— ards shall be covered by ride_ c: r _(e s to the :.'l:'ii ` c L9_at i1i ty and/or Property Daratc insurance polio' Cj er herein else -- where reeuircd to be furnished by this Contractor or by separate policies of irsuran:cc, in mini? ^a amounts as follows: .Automobile Tublic Liabil_it 350,000/3100,000 Lutenobile Property Damage 325,000 In the event explosives, boilers, etc. are required to accora- plish the work under this contract, prior to the use of the- above, the Contractor shall furnish evidence of insurance covering the hazard involved and in the following.amounts: Explosives boiler;: Other (100,000/05002000 50,000/,'100,000 5,000/:) 10,000 Whore buildings or structures arc tc be ccnstruotod under this Contract, the Contractor shall take out and maintain during the life of this Contract fire and =tended insurance covering such building or structure to 100c` of the insurable value thereof. 16. Proof of Insurance. trier to the commencement of any work under this Contract, the Contractor shall. furnish to the Owner for his files certificates executed by the apnropiatc insurance companies as proof that the required insurance is ID force. The Company pro- viding insurance for this project shall be required to give the Owner ten (10) days prior written notice ,fore any material change in, or cancellation of, any ouch relicy.. 17. Intent of Contract Documents. The intent of these contract documents including Plano and Specification is to provide for the work, herein outlined to be complete in every detail for the nur- pose" designated. The contract documents are complementary and what is called for by any one shall be as binding as if called fcr by all. 1&.. Chance In Work. The Owner nay authorize the Engineer to direct that changes be made in the work to be performed or materials to be furnished under the Contract. The cost of any changes in work shall be in accordance with the contract unit prices. In the event that'no unit price anplies then the cost of such changes shall be determined by one or more of the following methods: fl Agreed unit prices 2. Acceptable lump sum proposal from the Contractor. 3. Cost plus basls.which shall be the cost of labor, materials and insurance plus Fifteen (15) per cent to cover profit and overhead. In the event that an agreement as to the value of the work cannot be reached, the Owner reserves the right to have such extra work dons by any other person, firm or corporation than the said Contractor and said vontraetar 'ureher agrees that he will not, in any way, interfere with or molest auch person, firm or corporation in the execution of such work. It is hereby agreed that any claims for extra work that the Contractor may have will not be recognized by the Owner unless said claim has been filed by thn Contractor within seven (7) days after the end of the calendar month in which said work was performed. 19. Quantities. The estimated quantities of work to be performed or materials to be furnished under this Contract are approximate and are for purposes of bidding only. Bidders must satisfy themselves by personal examination of the project and by any other means as to the correctness of any quantities listed in the Contract and after submission of their Proposal the Contractor shall not plead misunderstanding or deception because of 5w7h estimate of quantities or of the character, or amount of work to be performed. The Owner reserves the right to omit portions of the work and to increase or decrease quantities as may be deemed necessary or desirable and that the actual amount of wcrk to be performed and material to be furnished may differ from the estimated quantities; however, should the dollar quantity of. the work change by more than twenty-five (25) per cent as a result of sala aiteretions a sup- plemental agreement bet:weeh the Contractor and the Owner will be required. No increase, decrease or alteration of the work shall in any way invalidate the Contract. 20. Plans and Specifications. All work shall be performed in strict accordance with the Contract Drawings or Plans and Specifications. No work shall be per ored under this Contract without proper draw- ings and instructions from the Engineer. Any item or work called for by either the Plans or the Spec- ifications shall he binding as if called for by both. If the Plans and Specifications are contradictory in any part, the specifications shall govern. Any minor items not specifically called for in the Plans and Specifications but which are necessary to complete the work ready for use in accordance with good practice shall be inciuded as a part of this Contract and shall be furnished at no additional cost to the Owner. The Contractor' is reouired. to check: all dimensions and. van- , tities of the plans, drawings, or schedules given Mn by the Engin- eer and shall notify the Engineer of all errors therein which may be discovered. Figures marked en the drawings shall in general be followed in preference to scale measurements. 2l Authority of the Engineer. The Engineer in this contract is act- ing as a representative of the Comer. It shall he the Engineer's duty to supervise, inspect and direct all work Performed. by the Contractor to insure complete co:^li:.nee with all :revisions of this contract and to safeguard. the best interests of the Cwner. The Eng- ineer shall decide any and all questions which may arise as to the Quality or acceptability of materials furnished and work performed. and as to the manner of performance and rate of progress of the wort: ane shall decide all cueetions which may arise as to the inter: eta.- tion of the Plans and Specifications and all questions as to the acceptable £ulfilleent of the Contract on the part of the Contractor, and as,to compensation. The Engineer shall call to the attention of the Contractor any. failure of the Work or materials to conform to the terms of the Con- tract and upon failure of the Contractor to irmeedia.tely cease vio- lation of the contract the Engineer shall have the authority to suspend any or all items of work. No inspector, resident engineer or representative appointed by the Comer shall have any authority to waive any of the conditions or obligations of this Contract without the empress written consent amd approval of both the Engineer ard. the Diner. The Engineer a.nd, his authorized representatives shall have the right to inspect the work and materials at all times ar.C the Contrac- tor shall furnish reasonable facilities for such access and inspec- tion. 2'o work will be executed in the absence of the Engineer or authorized inspectors unless provision has been made for the work to proceed without complete engineering supervision or inspection. The inspection are supervision of the work_ by the Engineer is intended. to assist the Contractor in applying labor, materials and worlemenship in accordance with. the contract provisions are. said supervision and. inspection shall not release the Contractor from his resroneibility under this Contract nor shall it be a justifica- tion for furnishing inferior materials or workmanship. 22. Lines And. Grades. All the work to be performed under this Contract shall be done to the lines, grades and elevations ee shown on the plans. The Cont'a.cter shall rotif-r the Engineer sufficiently ahead of time of his construction schedule so that lines and grades nay be furnished and necessary measurements taker with a minivan of incon- venience to the Engineer and delay to the Contractor. The Contractor shall furnish, without charge, competent men from his force and. Such tools, stakes, ard other materials as the Engineer ray require for the proper staking for general layout work, for measurements and surveys and in establishing reference narks in connection with said work.. The detailed layout of structures and staking of in— dividual items shall ho done by the Contractor and checked. by the Engineer. The Ccntractor shall be responsible for the correctness and accuracy of the detail lcyouf of finished structures. 23. E::istinp Surface, Overhead and Sub -surface Structures. Existing surface or overhead structures are not necessarily shown on the plans, and those shown arc only apprc::irately correct. The Con- tractor shall rake such investi(ut' inms,as are necessary to deter- mine the extent to which axis"yin" .iui ice er overhead i ructures may interfcr with the proOOCutLo'1 of w ah ecutemmplatel under this 1,.xist:ing sub -surface structures which nay be encountered during the construction of the work embraced under this contract, or are located in such. proximity to the work to be done tinder this contract as to recuire special precautions and nethodbb for their protection, such as eew&rs, drains, sewage force mains, water mains, grs•mains, telephone and electric conduits, together with appurtenances, arc shown in the plan cn the drawings insofar as there is public record of their existence. The plan stations and depths shown are, however, only approximately correct, and the Contractor shall make such in- vestigations or explorations as may be necessary to verify the ac- curacy of the information given. Futhcrnoro, it is recognised that the exact location of water mains and gna mains is unknown. Hence, The Contractor shall, if so ordered, uncover and locate these mains ahead of his excavation operations. In order to avoid damages to private sub -surface utility .lines and services au a result ci' excavating operations, the Contractor shall give advance notice of each line or service crossing to the particu- lar company concerned. Should it be necessary during the progress of the work to move or relocate existinr, st-cface, overhand. or sub -surface structures bo- cause cf physical inter_rrence with the proposed work, or to other— wise facilitate construction, the Contractor shall cause the sale to be'done at his own cost and expense unless herein provided for other— wise. The Cotner,. however, reserves the right to make minor changes in the location of the proposed pipelines and structures within streets, alleys and easements, if this is deemed advisable. Existing surface, overhead, or cub —surface structures damaged or destroyed by reason of the °entracte:is operations shall be prompt— ly repaired or replaced ir a manner satisfactory to the owner of the sane at the cost and expense of the Contractor. The Contractor shall not claim, nor shall he be entitled to receive compensation for damages sustained by reason of the inac— curacy or the incompleteness or any information given on the drawings, or for delays occasioned in roving or relocating any existing surface, overhead or subsurface structure, cr by reason of his failure to sup— port and maintain suchstructures us specified. 24. Order of Work and Reports... The general order and sequence of construction of the work shall be ubject to the approval of the Engineer. Before starting work, the Contractor shall submit a work schedule to the Engineer and receive epproval of the same. Said work schedule shall indicate on a monthly basis the amount of work to be performed during the life of the construction project. it is understood this schedule may be changed during the course of the work as aggreed between the Owner, Contractor and Engineer. The Contractor :Mali submit once a month a schedule indicating work accomplished to date. This information will be submitted in such a manner that it can be applied to the work schedule so as to establish a relationship between work accomplished and work scheduled originally for the same period. Should the Contractor be behind schedule he shall indicate measures he will take to bring the job up to schedule. On lump sum projects the Contractor shall provide a detailed breakdown of costs and quantity of materials in such a manner as to be used in pay estimates. When required by the Engineer the Contractor will furnish periodical estimates for partial payment. 25. Contractor's Guarantee. The Contractor shall construct all work in accordance with standard construction codes and all work includ- ing all equipment and materials must be guaranteed for a period of one (1) year from the date of final acceptance, or for a longer period if required elsewhere in this Contract. During the period of one year from and after the final accept- ance of the work, the Contractor shall, at his own expense, make all needed repairs or replacements due to defective workmanship or ma- terials which, in the judgement of the Engineer, shall become nec- essary during such period. If within ten (19) days after the mail- ing of a written notice by the Owner to the Contractor, or his agent, requesting such repairs or replacement, the Contractor shall neg- lect to make or undertake with due diligence to make such repairs, the Owner may make such repairs et the Contractor's expense. Also in case of an emergency where, in the judgement of the Owner, delay would cause serious loss or damage, repairs or replacements may be made without notice being sent eo the Contractor, and the Contractor shall pay the cost thereof. 26. Equipment Approvals. The Contractor shall submit to the Engineer for approval such detail drawings, sketches, specifications and descriptions as may be required to establish that each and every piece of machinery and/or equipment proposed by the Contractor for incorporation in the completed work fully conforms to the require- ments of the plans and specifications as set forth herein. The appro- val of the Engineer of all machinery and/or equipment proposed for installation in the completed work shall he obtained by the Contrac- tor before shipment of the same to the job. Prior to placing orders with manufacturers for equipment to be incorporated in the completed work, the Contractor shall submit to the Engineer for his preliminary approval as to type, data showing name of manufacturer, catalogue number or equivalent designation, and general description of the equipment offered. The Contractor shall purchase equipment only with a written guarantee from the manufacturer that said machinery and/or equip- ment supplied will perform satisfactorily as an integral part of the whole project in accordance with the Plans and Specifications. The manufacturer shall further agree in writing that he will be responsible for the proper functioning of the machinery and/or equipment in cooperation with the Contractor, and that during the initial installation and start up, the manufacturer will furnish such supervision, labor and additional parts necessary for the machinery and/or equipment: to perform satisfactorily, all at no additional cost to the Owner. 22. Quality of Materiels. Wherever in the contract documents a particular brand, make or material, device or equipment is shown or specified, such brand, make of material, device or equipment is to be regarded merely as a standard and such trade name shall be followed by "or equal". If two or more brands, makes of material, devices, or equipment which, in the opinion of the Engineer, is the recognized equal of that specified, considering quality, workman- ship, and economy of operation, and is suitable for the purpose intended, will be accepted. All material and wormanship shall in every respect be in accordance with what, in the opinion of the Engineer, is the best modern practice, and wherever the plans, drawings, specifications, or other contract documents, or the directions of the .'•.ngineer ad- mit of doubt as to what is permissible and,or fail to note the quality of any work that interpretation which requires the best quality of materials and workmanship in conformity with the best modern practice is to be followed. Unless otherwise specified, all materials shall be new. The Contractor shall, if required, furnish satisfactory evidence as to the kind end quality of materials he proposes incorporating in the work. 28. Protection Against Claims for the Use of Patents. All fees for any patented invention, article or arrnngernents chat may be used upon or in any manner connected with �trt thereof, embraced ein these erection, or maintenance of the work, or any p' specifications, shall be included in the price mentioned in the contract, and the Contractor shall protect and hold harmless the Owner against any and .all demands for such fees or claims, and before final payment or settlement is made on account of the contract, the Contractor shall furnish acceptable proof of a proper and satisfactory release from all such claims. 29. Testing of Materials. The Contractor shall perform all Materials tests reevired on the Contract. All laboratory teste shall he perforred b an aprroved tectinC laboratory. Specific teat recvire— rerto shall be rs set forth elrew'1ere in the Contract.��The ` Contractor shall furnish the pater-iels to be tester, shall Pay an,. tation charges involves, are. ehell furnish conies of certified test reports as reerired. The Contractor shall unless otherwise s: ecified furnish all r.rteriels ape labor vale Pay the eorte of rill labore.tory tectinC. 0. WatertiSltt ,S e. All strvctcrce to be goes' fce holc'inr ,:r�ctt�xe. water shell be mae.e watertight arc e'rll be t:. ctec' by filling with water for a z ini rm of 2i hovro before the:' will,be acce...tec' . Tests of concrete waterbearing basins shel]. be ref c lock ore bacef ill is placed eraeleec_, hcrevcr, that where special reason^ IA.9.172 this ii'?r:..ctio— chic the nnginecr may per::_it baclefilling to proceed before tree test ie ..:ec:.e . Perx-ui.scion to haca :f i? l shall not relieve the Cortractr..x from ary responeibili.ty for watertightnece of the structure are. if ',Don making the tests the need to rer:cve ba.c'., ill e.risee, it ohall be none by vele. at the expense of the Contractor. The coat of this test— ing and f:rrishi g of weter will be borne be the Contractor. Strrctrxes rerrired to trithsta.ne water nrescure from outside shall also be tested as above where y.racticable. 1. Contractor! 5Re :Poneibi.litv. The Contrector shall protect his yrorl: from darac.Ce and any damage sl.Lta.ine2. 7rier to completion air' acceptance of the work shell he repaired tc the comelete satis— faction of the Engineer. The Contractor & al' be held accountable for all exel .ge tothe Owner or his nronertl-, to other contractors or other er: nloyee r of the Owner, or tany n�rrivatc.uct or perecnal by elxro— perty, due to i.rprc >er, illeUa._., ornegligent r his subcontractors, erplc ees, or agents, or in the execution of the wort coverc,c. by this Contract, c-' to arr' defect in, or improper use r aratre *..rays, wor'.s, machinery, of � any chorint', 3ca�o.�olc ins;, sp.p� or plant. shop or settira r r-atrinee shell be TO:pitted. 32. SI,�o1, Ar<<•rin .Q. All to the Engineer as Boor. a Es possible ^c f to approval corrections of ctuby the requiredac car— er has been obtainer. After i -ahin ; e Engineer the Contractor chall resubr?it Cravings without Gala;;. At leeet three (3) coi.iee (final) of ell shop and setting carat - +,:.s •ittce to the Engineer for final a proval of which ir..c-s shall be - a one (1) copy will be returnee. to the Contr. ctor. The Engineer' e approval of Shop Crdt r.ga of eeri.^rent ,,r+c'. raterials is to c etermine the .conforrit-y of such, eeripr-ent and rr.teria.ls with the general features of the design crawings. The Contractor shall be responsible as to the correctness ofall di.r:enci-ona end r•.inor details of ouch eclrip iortt ane materials so that .l.roy r and correct operati on will result caller. lrst211ec? . Anor l� � . b�crthe thel�ree proper performance er will relieve ftu1--the Contractor of hic respore1u 1 T ctioning of the completed project. 3 Su yeys. Permits and P.erula.tions. The Contractor shall obtain and "'ay for all pert -its, licen"es cane bonds necescery for the pro— secution of the work specified including those necessary for tram- sportation of rie.tei ials and ecuinuent air' construction operations of whatever nature r_ecesca.ry, which are recuired. by Local, State and Pec'ercl regulations and. laws. The Contractor shall give all not .'ce, '.'a3' all fees nc conply with. all Local, State are Fcde_ cl crc'iranceo, regulations, and building and construction coc.es '?errnc; en t'.?e con nct of the work set forth in this Contract. If the Contractor performs work known to be contrary to such ions, regulations, or ordinances, he shell bear all costa arising therefron. The Omer will furnish all site surveys, rights —el -17a, ease — vents and. ditch rerraits neceesar 1 to authorize construction of any perLament vor'_- redniree in the Contract. ! � Sanitary Provisions. The Contractor chall be required to make sanitary provisions for all vorl._a.cn employed curing the course of his work, such provisions being satisfactory to the Engineer are in every respect conforming to the ordinances of the City, Town, County and/or the rules of the State ',oard. of Health relative thereto. At the end of the work all signs and traces of such sanitary -provision^ must be re}:'over_. Accident Prevention.Precaution shall be enerci secs. at all tines for the protection of persons (including ei:_ployees) and property. The safety provisions of applicable laws, building are construction codes shallbe observeC.. 1 achinc:ry, erui,i lent and all hazards shall be guareed or eliminated in accordance with the safety )rovisions of the I-ianual. of Acciderr Prevention in Oonstaucticn, published by the Aecociatcd. General Contractors of kaericc., to the extent that such provisions are not in contravention of aji' liable law. The Contractor shall erect a.n_e_ maintain barricades a.nd snf— f ici ent s "eguares around ell excavation, erbarilaaente, or obstruc— tions; shall prcvic.e red. or other suitable warning flags, lights, flares, on or near the work and keep then lit at right or at other poor visibility periods: end shall erv1l.o:r snch vOrlaaen P.S. is neces— sary for the insurance of the above. '6,..j.tilttiSeryipes. The cost of all poirer, lighting, water are heating r .eu.irec' erring construction shall be nr.id for by the Corr- tra.ctor. and amid. cost shall be incluf.ee. in the Contract Price. 37. Incle gentjeather. Wort- curing inclerent weather shall be per — f or: gee only by nerniseion of the Engineer ane in a manner so as to secure first c1;: sa construction thrcughout. If in the judcerent of the Ens inner first cle sc construction can not be oh tai nee during storey, freezing or inclement weather, no work will be performed.. ,Ca Clean Lt and Final Inenectien. The Contractor shall keep the site of work reasonably free from rubbish arc' accurulations of waste materials during construction work. When the work is com- pleted, all pits, pipes, chambers, conduits, etc. shall be care- fully cleaned out. The surrounding grounds shell be cleared of all rubbish caused by cc._'t"uction; all sheds, etc. removed and the works left in a neat and presentable condition. After the woOk, presents a nett €p •earence th a .fin; i hoer mill make his final inspection of th e work. The final estimate of any portion of the work will not ee made until after the final in- spection is made and the work found to Le satisfactory. Fee1 Ter+;. After completion of the work the Contractor shall make j make air; and Bail tests required by municipal or state regulations, and where so provided in sale regulations shall furnish the Owner with certificates of inape':tine hy the municipal or state regu- lation cdies, The Contractor shall also make all tests required by the National Board of Fire Underwriters for the purpose of de- termining insurance rates cr other protection of the Owner or the public. 40. Use of Comtl?tee! Portions_ The Owner shall have the right to take possession of and use any completed or partially completed portions of the work even though the time for completing the en- tire work or such portions may not have expired. Such taking pos- session and use shall not be deemed en, acceptance of any work not completed in accordance with the contract documents. 41. Akeignment of the Contract: Said Contractor further agrees that he will not assign this contract, or any part thereof, or any of the money or orders payable under the Contract, without the pre- vious written consent of said Owner end of Cor.tr't;tor'5 sureties, endorsed on tnis Contract, but will keep the same under his per- sonal control; that no right under this Contract, nor to any moneys or orders due or to be'ome due hereunder, shall be assert- ed against said Owner or any department, officer, or officers thereof, by reason of any so-called essignnent, in law or equity, of this Contract, or any part thereof, er of any moneys or orders payable thereunder unless such assignment shall have been author- ized by the written consent of said Owner and Contractor's sure- ties endorsed on this Contract; that no person other than said Contractor now has any claim thereunder, and that no claim shall be made excepting under this specific clause of this 'Contract, and under that clause relating to claims of workmen and material - men. 42.Termination For Oreache In the event that any of the provis- ions of this Contract are violated by the Contractor or by any of his sub:ontrectors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the Con- tract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violation shall cease and sat- isfactory arrangement for correction be made, the Contract shall, upon he e and terminate. In event of expiration of any such termination, thesOwner sthe shall immediately serve notice thereof upon the Surety and the Contractor, and the Sure- ty shall have the right to take over and perform the Contract, provided however, that if the Surety does not commence perform- ance thereof within 30 days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and prosecute the same to completion by contract for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Owner for any excess cost occasion- ed the Owner thereby, and in such event the Owner may take possess- sion of and utilize in the completion of the work, such materials, appliances and plant as may be on the site of the work and nec- essary therefore. 113. Beginning and Time of Comlletion of Work. The Contractor shall commence work within fifteen (15) calendar days after award of Contract and to prosecute said work diligently and uninterrupted- ly at such a rate of progress so as to insure full completion of work within the time specified in the Contract documents. 44. Extension of Time. If the Contractor is delayed at any time In the progress of the work by any act or neglect of the Owner or of his employees, or by any other contractor employed by the Owner, or by changes ordered in the work, or by fire, strikes, or other causes beyond the control of the Contractor, then the completion date shall be extended sufficiently to compensate for the delay. Claims for extension of time in writing shall be made to the Engineer, within seven (7) days of the beginning of the de- lay. Extension of time will not be granted for delays caused by inadequate construction force, or by failure of the Contractor to place orders for equipment or material a sufficient time in advance to insure delivery when needed. 45. Excess Engineering Services. In the event the Contract is not completed within the time specified in the Contract documents (including any approved time extensions) the Contractor shall pay the cost of excess engineering services to the Engineer as liquidated damages. These liquidated damages are In addition to any ether liquidated damages for non -completion within the spec- ified time which may be specified elsewhere in the Contract. Resident engineering, supervision and inspection that is required beyond the time including any approved time extensions, specified in the contract is considered excess engineering and payment will be made to the Engineer on the following basis: Resident Engineer $ 40.00 per day Inspectors $ 30.00 per day Above costs are to cover actual payroll cost plus all pay- roll overhead items. It being understood that the above costs are on a calendar day basis, or any fraction thereof and are to apply only to the same number of personnel as were regularly assigned to the project during the Contract time. On contracts where no regular supervisory or inspection per- sonnel are assigned, the Contractor shall pay only for inspection .' in p r after the r.• I ract time on the trips performed %, the ' basis of $ 8.00 per .our pi H '. eage piu- p<,a.. _... 46. Subcontractors. The Contractor may utill?e the services of or�, performed subcontractors or F• rt of ':!' •-I: providec 1. r by such subcontractors is in strict occordoeee with nli contract The CoH atter n_1i award d:;cu^tants as applied to their ,<i'c, prior r. c;n approval of no work to an" suhcor•trector -,.t ou'Gwner cthe Engineer the. Engineer. Any subcontractor thatthe c5jects to as incompetent or unfit shall not be employed. The Contractor agrees to he fully responsible to the Owner for acts or c'n s:'ions of h;s subcontractor and of anyone em- ploye; directly or r ( ;iii ,y him or the, and the contract obligation shall be in aed tion to the Fe17ab:lity imposed by l -w upon the Contractor. Nothing contained in the Contract Documents shall create any contracturai relationship between any subcontractor and the Owner. 47_ Relations to 0_her-_Contraruns, The Contractor is required so far as possible to so G'rane his work and to so dispose of his materials as will not in:.or ers with the work or storage of ma- teriels of other contractors enraged upon the work. He is also required to join his work to that of others in a proper manner, and in accordance with the spirit of the plans and specifications, and to perform his work in the proper seouence in relation to to dire: d by that of other contractors, end as may be Y the Engineer. 48` Job Site. The Contractor shall confirn his operations to the Owner's property and to the property along rights -of -way in accor- dance with the provisions cf rijhts..of-•way agreementswhcPri- vate the Owner has obtained or may obtain for the work contempt property shall not be used by the Contrector without the written consent of the owner of the land, a copy of which shall be filed with the Owner. ;} 'a'1or. The Contractor shall keep on his work `! r i' g t; progress a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The superintendent shall represent the Contractor in his absence and all directions ,lien him shall be as binding as if given to the Contractor. The Contractor shall at all times enforce strict disci- pline and good order among his employees and shall not employ on the work: any unfit person or anyone not skilled in the work assigned to him. The Owner, or the Engineer, shall have the au- thority to order the dismissal of any employee on the work who ref'jser or neglects to obey any of its instructions, or those of its inspectors relating to the crrying out of the provisions and intent of these specifications, or who .is incompetent, unfaithful. abusive, threatening or disorderly tri his conduct and such person shall not be again employed on the work. 50. Measurement of Work. For all items of work under this Con- tract which are on a unit price basis, said unit prices shall be applied to the actual number of units of work performed as shown by final measurement. Measurement will he performed by the Engineer according to United States standard Measures. Lineal measurement will be along the centerline of the work. 51. Payment: On or before the first day of each calendar month, but not later than one week thereafter, the Engineer shall make an approximate estimate of the value of the work done by the Contractor under the terms of this Contract; and, the Owner shall pay to the Contractor on or before the fifteenth (15th) day of the month succeeding the one in which the work was done, the amount of the Engineer's estimate less ten per cent (10%) retention. Said retained percentage of each monthly estimate, together with the final estimate, shall remain in the hands of said Owner until after completion and acceptance in writing by the Engineer and it shall then be paid to the Contractor provided that no liens of material, men, mechanics, laborers, or others arising out of or by means of, or on account of the work done under this contract shall theretofore have been filed and remain undischarged of re- cord. The payments so made shall be based upon the quantities of work completed at the time of the estimate, including both labor and such materials as have been delivered on the site of the work in good condition. Cost of materials stored on the job site will be based on Contractor's cost as indicated by material and freight bills. Cost of handling or drayage by the Contractor's forces or over- head, insurance, move in, profit or other incidental costs will not be paid for separately. The Engineer will submit to the Owner three (3) copies of a certified statement of the estimate for approval. One approved copy will be returned to the Contractor. 52. Owner's Right to Withhold Certain Amounts and Make Application Thereof. In addition to retained percentayes the Owner may with- hold payment to the Contractor a sum of money as may be necessary to cover defective work not remedied, payments that may be earned or due for just claims for labor or materials furnished in and about the work, failure of the Contractor to make proper pay- ments to his subcontractors, reasonable doubt that the Contract can be completed for the unpaid balance, evidence of damage to another Contractor and excess cost of field engineering and in- spection. in paying any unpaid bills of the Contractor the Owner shall be deemed the agent of the Contractor and any payment so made by the Owner shall be considered as a payment under the Contract by the Owner to the Contractor and the Owner will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor. 53, Final Estimate and Payment, ment, Upon completion of the work the .. Engineer shall satisfy leiansolt, by examination and test, that the work has been f,aily completod in accordance with the plans, spec— ifications and contract documents. Olen the Engineer is so satis— fied, he shall recommend acceptance thereof to the Owner, who shall, if he agrees with such recoreeiidati ons advise the Contractor in wri— ting of acceptance of the work. After the Owner has accepted the work, he shall authorize the , Engineer to prepare a final ecttrate of the work done under the con- tract and the value thereof, ircl_eding all extra work properly,au— thorized and A.erforined in connection therewith. All prior esti— mates and payments shall be eut ject to correction, in the final estimate and payment; b"t fin the absence of error or manifest mistake, it shall be m- .erstood that all estimate when arproved by the Owner, shall be conclusive evidence of the work done and material -s furnished., Frog. the• total amount of the final estimate, there shall be deducted fir t, all previous payments rna^.d.e to the • Contractor ender the terr_s of the Contract, and the balance if any, shall be paid to the Contractor, provided, however, that ifor to delivery to the Contractor of the final payment, the Contractor , shall first furnish. the Owner pruof in documentary form that all claims, liens, or other obligatiors incurred by hia and all of his sub —contractors in connection with the performance of the work L.aye been properly raid and settled. This inf orr:ation shall be in affi— davit form and shall bear the authorization of the surety on the performance bond to the Owner to mate final settlement with the Contractor. Also, at the time of delivery to the Contractor of the final payment, the Contractor shall execute and give to the Owner a final receipt. STEEL PILING General. Except as provided herein, all work shall be done according to the provisions of Division II, Construction Details, of the Standard Specifica- tions for Road and Bridge Construction, as adopted by the Colorado Depart- ment of Highways on January 1, 1958, which document shall be referred to hereinafter as the Standard Specifications. Steel Piling. This item shall consist of furnishing and driving structural steel shapes or closed -end steel pipe piles of the type and dimension shown on the plans. The steel pipe piles shall be filled with concrete. All work performed under this item shall conform to the lines, grades, dimensions and notes shown on the plans and shall be in accordance with these specifications. Structural steel shapes used in piling shall conform to the requirements of item 41 and Item 48 in the Standard Specifications. All steel pipe piles shall be closed -end shells, detailed or described on the plans. The steel used in the piling shall meet the requirements of A.S.T.M Specification A 252, Grade 2. Alt concrete placed in pipe pities shall conform to the requirements of item 46 of these Standard:Specifications for Glass "A" Concrete. Minimum length of piling to be ordered shall be the driving lengths shown on plans, except that driving lengths of over forty (40) feet shall be ordered in thirty (30) to fifty (50) foot lengths. All cuts at splices are to be made normal to the longitudinal axis of the pile. When test piles are required the Contractor shall not order the general rue piling until after Ow test piles have been driven. The Engineer will determint final lengths' -of pile required from bearing values developed during the driving of the test piles. Test Piles. When required, the Contractor shall drive test piles at the loca- tions shown are the drawings, or where directed by the Engineer. The test piles shall be ten (10) feet greater in length than that assumed in the design to provide for any variation €n soil conditions. They shall be of the same material, cross section, and type as the permanent piles shown on the plans. The test piles may be spliced if approval of the splice Is first obtained from the Engineer. The test piles shall be driven with a steam or air hammer of the type pro- posed for use in driving the remaining piles and their bearing power shall be in accordance with the average minimum penetration per blow for the last five (5) blows as called for on the plans. Driving Piles. Gravity hammers will not be allowed In the driving of steel piling. Steam or air hammers of approved weight and type may be used and must be able to develop an energy per blur, at each full stroke of the piston of not less than fifteen thousand (15,006) foot poured*. combustion type pile hammers developing a eielmuu driving forts of twelve thou(12,040) foot pounds may be used in lieuof the steam or sir harmer. All pdrivers shall.: be provided with adequate leads which will ineur'e proper position for the pile in place. A cast steel driving head shell be used for driving steel piles. A steel driving head properly'si.gned to;art the rant of the Shell and distribute the hammer blow, .prov1 d with *.satisfactory cushion block, shall be used in the driving of stgsl,pipe piles. if the pile top folds, corrugates, or is other- wise damaged, under the impact of tlie.hammer blew, the Contractor shell be re- qujrdidp..to cut off the damaged portion. When steel pipe pile are used, the Contractor shall provide a suitable device for lighting the inside of the pipe for inspection. When the pile is complete in piece, any water or foreign sub- stance shall be removed and the shell then filled with concrete. It is expected that piling shell be driven to the full. length contemplated, as shown on the plans. Thi shall. net be construedto mean that driving shall stop when such :length as $ii on the plans has been reached, but on the con- trary, It stall c, I e to refusal, which is defined as driven to such depth tuition in inches per blow for the last twenty (20) blows that. the wag' . ,:.. . shall pot • cesese# that deterisieed by the forem l ss: S -7r ..WM ..... -. 4.1 for single%!acting steam haamiers. S _ .._� �_ 0.1 for deubiewact ing steam hammers. 30,000 W = Weight in pounds ofr Striking parts of hammier. H = Height of fell in fellta A = Area of -piston ire Ognmso inches. C = Steam pressure in pads per square inch at the hammer. S = The average penetration in inches per blow for the last twenty (20) blows. The above formulas apply to friction plies only. When the design load per pile, as indicated on the plans, exceeds thirty (30) tons, the piles will be considered to be point bearing piles and shall be drives to virtual refusal. Virtual re- fusal is defined as a penetration of one (I) inch or less for the final ten (10) bless. In each case the piles shall be driven until the total penetration obtained is satisfactory to.. he Engineer, regardless of the fact that the required pene- tration, as determined by the above formulas, may be obtained at a lesser depth. When the Engineer so directs, driving shall stop at such elevation as he shall determine. Splicing. Piles shall ,not be spa ioed without the approval of the Engineer. When splices are thade they shall confrom to the details shown on the plans or as approved by the Engineer. All welds shall be one hundred (WO) per cent penetration butt welds. Penetration from one side only will be permissible. They may be made either on the ground, before the driving Starts, or may be made at the leads to extend piles already partially driven. Painting. After piling is driven, the exposed portion of the piles, including two (2) feet below the streambed or ground line, shall be painted with two (2) coats of field paint in accordance with provisions of items 38 and 48 in the Standard Specifications. PRESTRESSED CONCRETE BRIDGE SECTIONS Gec eral. Except as provided herein the design, fabrication. transportation, and erectrlon of prestressed concrete bridge sections shall conform to the pro- visions of the 1961 edition of AASHO Standard Specifications for Highway Bridges. This Item shall consist of furnishing all material, tools, and equipment. and the performance of all operations required to complete and erect all pre- stressed concrete bridge Sections as indicated herein. This item also includes furnishing and placing neoprene elastomeric bearing pads and transversetie bars of the sizes and in the locations and manner indicated on the approved shop drawings.. Materials. Concrete. Type 1 cement shall be used in all prestressed concrete girders. The actual weight of fine and coarse aggregates, and mi determined by the fabricator. The maximum aggregate si The minimum cement content shall be 611 pounds per cu. and the maximum cement content shall be 705 pounds per x design shall be ze shall be 3/4". yd. of concrete cu. yd. of concrete. The concrete shall be air entrained stone concrete having a fresh weight of not less than 137.5 pounds per cu. ft. The compressive strength deter- mined by test cylinders shall be as indicated on the shop drawings at transfer of prestress, and not less than 5500 psi. at 28 days. Steel. All reinforcing steel shall be intermediate grade deformed bars conforming to ASTM Designations A-15 and A-305. All bends, hooks, etc. in bars shall conform to ACl Standard 315-A. Prestressing elements may be cold drawn high strength wire or cold drawn high strength 7 -wire strand. The maximum allowable diameter of 7 -wire strand shall be 1/2". Construction. Prior to fabrication of any member the Contractor shall furnish the Engineer, for approval, complete Shop drawings of all portions of the work covered. Such drawings shall include complete dimensions of any assembly or sub -assembly to be used in the work, aggregate gradation and mix design for the concrete, and yield and ultimate tensile strengths of the prestressing ele- ments to be used, method of lifting the members and pickip points or points of bearing during transfer and temporary storage of the members. The Engineer, designated members of his staff, or designated representa- tives, shall during scheduled working hours, have access for purposes of ob- serving, inspecting, sampling and testing, to such portions of the fabricator's plant and material stocks as may be incorporated into or used in the product- ion of any member fabricated under this specification for delivery to the Board. The Engineer shah be notified by telephone of the impending operation prior to the casting of any member by the fabricator. Such notification hall occur more than four (4) working hours and not more than eight () working hours prior to the beginning of the contemplated operation. Ali members shalt be fabricated true to lines, and dimensions as indicated on the shop drawings and shall be free of chips, voids, bulges, or other ob- vious deformations. Minor defects that do not greatly affect the appearance or strength of members may be patched or repaired by the Contractor. Members shall be cast in plywood or masonite lined forms, or in steel forms. All non -formed surfaces shall be finished as indicated herein. Tops of girder flanges shall be broom finished to produce uniform parall- el striations In a direction perpendicular to the longitudinal centerline of the members. All other surfaces shall be as formed. All exposed corners shall be chamfered with 3/4" milled strip. A continuous 3/4" drip bead shall be provided 6 inches in from the outside face of each curblirder. The Contractor shall furnish the Engineer certification by a commercial testing laboratory that compressive stresses of the concrete at the time of release and at the age of 28 days are as specified herein and as shown on the plans and shop drawings. Should the members be fabricated by an organization that possesses Underwriter Approved testing facilities, such certification may be furnished by the fabricator. Date August 1 8 1969__ Proj _No. 158-611 NOTICE OF AWARD TO. A.S. HORNER CONSTRUCTION CO., INC. 21310 Sautl Havana Denver Colorado 80232 _ The Owner represented by the undersigned has considered 408 Proposal sub- mitted by you for Bridges No. 216, No. 222 and in in to it information ter Bidders. It appear i r.g that it is to the best interest cf Said Owner to &aclt_e,,ptrodued & Ninety F i ve P'-cpos3l in the amount of One Hundred & Eighty Four Thousand o r ($ 184,29.00 i and you are hereby notified that your pro- pcsal has been accepted for items 1 thru 10 inclusive You are required by the Inforwntion for BidJers to execute the forr,al contract with the undersigned 0Aner and to fornih the required Contractor's Performance and Payment Bond within ten days from the date of the delivery of this notice to you. If you fail to execute said contract and to furnish said bond within ten days from the date of delivery of this notice, said Owner will `,e entitled to consider all your rights arising out of the Owner's acceptance of your proposal as abandoned and to award the work covered by your proposal to another, or to re -advertise the work or otherwise dispose thereof as the Owner may see fit. Dated this 18th day ofAugust, 1969 Weld County, Colorado Owner Title Chairman Board of County Commissioners ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged this 18th day of August , 196 9 . By (,),47 Title Vice President By, Title Date August 18, 1969 Proj. No. 158611 NOTICE TO PROCEED TO: A. S. Horner Construction Co., Inc. 2810 South Havana �� Denver, Colorado 80232 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 Contractors Performance and Payment Bond has been received by the Owner. That the Owner has approved the said Contract Documents. Therefore, as the Contractor for the above described work, you are hereby authorized and directed to proceed within Seven (7) calendar days from receipt of this notice as required by the Contract. Dated 18th day of August , 196 9 Weld ounty Board of County Commissioners caner ;Ref41: Chairman ACKNOWLEDGEMENT OF NOTICE Receipt of the above Notice to Proceed is herebyacknowledgedthis 18th day of August , 19 A. S. HORNER CONSTRUCTION CO., INC. Contractor By ( 9<„..44.1, Title Vice president EAGLE ENGINEERING CONSULTING ENGINEERS 2200 WEST CHENANGO LITTLETON, COLORADO AUGUST 12, 1969 ADDENDUM NO. I - TO THE SPECIFICATIONS FOR WELD COUNTY, COLORADO PROJECT NO. 158-611 - BRIDGE NO, 216, BRIDGE NO. 222 and BRIDGE NO. 408. TO WHOM IT MAY CONCERN: The following Addendum shall be made a part of the specifications above entitled and all work and material shall be performed in accordance therewith. No separate payment shall be made for work or material called for in this Addendum. All cost in connection therewith shall be included in the unit or lump sum price bid therefore In the schedules of the proposal. INVITATION General Bridges 222 and 408 - Bidders are advised that all salvage belongs to Weld County and will be stacked at the site at the completion of this project, although the salvage may be used to advantage if necessary to complete the new structure, in accordance with the plans and specifications. Prices to include Item #1 - Site Preparation Bridges 216, 222 and 408. Bidders are advised that some form of public access must be installed and ready for use by October 1, 1969. Said access may be single lane and must be well marked for hazards and be able to support heavy loads. The contractor must maintain said access throughout the duration of the project and be responsible for any accidents or damage on the public access if he is found noble. Payment for this item is to be included in site preparation. Prices to include Item Jul, Site Preparation, Bridges 222 and 408. On Site 408, an existing concrete deck has been placed over timbers. This deck is to be used as rip rap at both sites 222 and 408. Bidders are advised that payment for the salvage, transportation and installation is to be included in Item t#1, Site Prepatation for Structures 222 and 408. ADDENDUM NO. I Page 2 Br i gges 222 and 403 Bidders Proposal Item 2 Abutments Insert the words,"and piers" after the word abutments Item 2 will then read "Abutments & Piers" Prices to Include: Item 2 "Abutments & Wing Walls" Strike the words wing, walls and insert the word piers Item 2 will then read " Abutements & Piers" The square foot basis of payment is also to include the installation of and payment for, Spandrel Beams in accordance with the plans and specifications, as shown in Section AA page 2 /2 Bridges 222 and 408. Plans for Bridges 222 and 408 Sheets 2 of 2 Section AA The words "and Piers" should be added to the statement 6' x 4' x 4" filler, panels between all piling at abutments All bidders must acknowledge receipt of this Addendum No. 1 on all Bidders Proposals. All bidders are advised that a tour of the sites will be donducted on Thursday morning, August 14, 1969 starting at Site 408 at 9:00 a.m. This Addendum has been received and the provisions thereof have been given full consideration. C pTRACT0R'�'��`'�' DA��f,�/G! EAGLE ENGINEERING CONSULTING ENGINEERS 2200 WEST CHENANGO LITTLETON, COLORADO AUGUST 13, 1969 ADDENDUM NO. 2 TO THE PROJECT S NO. 158-611 S- FBRIDGEWELD COUNTY, NO. 2 16,BRCOLORADO BRIDGE NO. 222 and BRIDGE NO. 408. TO WHOM IT MAY CONCERN: The following Addendum shall be made a part of the specifications above entitled and all work and material shall be performed in accordance therewith. No separate payment ashail be made for work or material called for in this Addendum. All cost in connection therewith shall be included in the unit or lump sum price bid therefore in the schedules of the proposal. PRICES TO INCLUDE: Item 6 - Strike the word "per" and insert the word square, It shall then read and shall be paid for on a square foot basis of completed bridge." Item 9 - Concrete Decking The design mix of concrete shall be type I, 6 sack, 3,000 pound. General - The guard rails are to be painted in accordance with "painting" in the steel piling specifications. All bidders must acknowledge receipt of this Addendum No. 2 on all Bidders Proposals. This Addendum has been received and the provisions thereof have been given full consideration. r 6- s,. �Y h e.4,15,, Ly` (� /`5 ire p C ONTRACTOR DATE ,mi''`l/ ADVERTISEMENT FOR BIDS Sealed proposals will be received by the Board of County Commissioners of Weld County at the office of the Engineer, EAGLE ENGINEERING CO., 2200 West Chenango, Littleton, Colorado, or the County Commissioners office at the Court House in Greeley, Colorado; until 10:00 A.M. August 15, 1969, for the furnishing of all labor, materials, and equipment for the construction of Three Bridges, located in Weld County; at which time at the County Commissioners office in Greeley, Colorado, all proposals will be publicly opened and read aloud. The Principal work includes: Item 216: Remove existing deck, investigate, test, strengthen and lengthen existing piling. Replace existing decking. Item 222: Steel pile prestressed twin tee deck bridge, 300' long by 30' wide with guard rail, 9000 sq. ft. of concrete deck with approximately 2500 lin. ft. of steel piling. Item 408: Steel pile prestressed twin tee deck bridge, 300' wide with guard rail, 9000 sq. ft. of concrete deck with approximately 2500 lin. ft. of steel piling. Copies of the plans and specifications may be obtained from the Engineer, Eagle Engineering Co., Inc., 2200 West Chenango, Littleton, Colorado, 80120. Each bidder shall submit with his bid a certified check or an acceptable bidder's bond in the amount of five percent (5%) of the total amount of his bid, made payable unconditionally to the Board of County Commissioners, Weld County, as a guaranty that he will enter he into a contract, should/be the successful bidder. The right is re- served by the Board of County Commissioners of Weld County to reject any and all bids and to waive informalities therein. Dated August 6, 1969 THE BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY: ANN SPOMER COUNTY CLERK AND RECORDER AND CLERK TO THE BOARD Published: Greeley Tribune August 8, 1969 Hello