HomeMy WebLinkAbout730864.tiff L('- Yt
RESOLUTION
WHEREAS, heretofore the Board of County Commissioners, Weld
County, Colorado, by Resolution did employ the engineering firm of
Nelson, Haley, Patterson & Quirk to submit plans and specifications
relative to obtaining bids for the construction of Road #21 bridge that
was negligently damaged beyond repair by the Exeter Drilling and
Exploration Company of Denver, Colorado, and
WHEREAS, the Board believes it to be in the best interest of the
County to seek bids for the Board's approval relative to the construction
of the aforementioned bridge that meets and complies with plans and
specifications as submitted by the engineering firm of Nelson, Haley,
Patterson & Quirk.
NOW, THEREFORE, BE IT RESOLVED by the Board of County
Commissioners, Weld County, Colorado, that Mr. Barton Buss, Chief
Accounting Officer and Purchasing Agent for Weld County, advertise
for bids or proposals to construct the aforementioned county owned
bridge in accordance with plans and specifications as hereinbefore
mentioned.
BE IT FURTHER RESOLVED, that the Board be, and it hereby is
authorized to execute an agreement with the successful bidder who meets
and complies with plans and specifications submitted for the project
involved.
The above and foregoing Resolution was, on motion duly made and
seconded, adopted by the following vote on the 10th day of October,
A. D. , 1973, nunc pro tunc as of July 11th, 1973.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
/4- .e-ge-crJ
ATTES
Weld County C1 and ecorder
and Clerk to the Board
Deputy. County Clerk
APPROVED AS T ORM:
4 C '
County Attorney
•
730864
p aOo/5"
.a 5C2
..--,,NGE ORDER N0. 1
DATE October 4, 1973
PROJECT ROAD 21 BRIDGE PROJECT NO. 73-1-CCA-0248
OWNER WELD COUNTY, COLORADO CONTRACTOR THOR CONSTRUCTION COMPANY
DESCRIPTION OF CHANGE - That said Contract shall be changed in the following particulars:
That Item No. 3 be deleted from this contract (Interlocking corrugated sheet piling) .
and that after the said changes shall have been made with additions and/or deletions are
hereby directed to be a part of the original Contract, the agreement as shown by the
original Contract together with the above-named additions and/or deletions shall consti-
tute the agreement and Contract of the parties hereto.
JUSTIFICATION
Weld County Engineer's request to meet allocated funds for the Road 21 Bridge contract.
CHANGE IN CONTRACT COST
Item Description Quantity Unit Unit Cost Total Cost
3 _ Interlocing corrugated sheet $ $
piling 3,600 -5-:F': $ 5.60 $ 20, i6U.U0
$ $
$ $
Total Amount This Change Order $ 20,160.00
Net of Previous Change Orders (-xy (-) $ -0-
Original Contract Amount $ 90,455.GO
Revised Total Contract Amount $"70,295.30
CONTRACT TIME
Orig n� 1 Completion Date 12/4/73 Previous Days Allowed 60
Days Alloyed This Change Order -0- Revised Completion Date 12/4/73
Recommended: Approved:
NELSON, HALEY, PA RSON and QUIRK, INC. WELD COUNTY C 0
By:��,4-1:^- 1 e ri
Fie d Repre n tive By•' / t
Date: NSTRUCTI COMPAN
Approved: Contract ,
Projec�tan cer B •�� � ' -� ,,,,,..„,,,:i., _
�,
Date: re ff./15 Date:
•
_ __ . ., — __ _
OWNER: Weld County, Colorado
PROJECT: ROAD 21 Bridge
PARTIAL PAYMENT ESTIMATE N0. 1 (One)
PROJECT N0. 73-1-CCA-0248 PERIOD ENDING October 31, 1973
Contract Quality
Item Description Quantity Unit Unit Price Completed Amount
1. 49'x32' Bridge excluding 1 L.S. 45,491.00 $
bearing piles & sheet piling
2. 10BP42 Bearing piles 952 L.F. 12.00 936 11,232.00
3. Interlocking corrugated 3,600 S.F. 5.60 Deleted
sheet piling
4. Embankment 900 C.Y. 8.00
5. 2" Gravel surfacing 120 Tons 4.00 _
(in place)
6. Fencing 175 L.F. 4.00
7. Remove remaining bridge, 1 L.S. 5,000.00 100% 5,000.00
salvage & stack timbers
CHANGE ORDER INFORMATION:
3 Interlocking corrugated 3,600 S.F. 5.60 Leleted
sheet piling
Total Construction To Date $ 16,232.00
Less 10 Percent Retained 1,623.20
Subtotal 14,608. 80
Less Previous Payment Estimates No. -o- v -o-
Subtotal 14,608. 80
Plus Material on Hand at -o- Percent of Invoice Price $ -o-
Total Due Contractor This Estimate $ 14,608.80
Original Contract Price, as Adjusted by Change Order No. i
through Change Order No. 2 = $ 70,295.00
Date Contract Started 10/e/73 Days Delayed This Period o
Contract Completion Date 12/8/73 Days Delayed to Date 0
Calendar Days Allowed 60 Contract Time Remaining ft7
Calendar Days Elapsed 23 38 % Ti sed is; omplete
INSPECTOR: /
CONT TOR: THOR CONSTRUCTION COMPANY OWNER: WELD C N , COLORADO
�(
C
NELSON LEY, P�and�U�RK, �----—
, -- ._.
OWNER: We d t ountv."hlorado /I r.
PROJECT: R0I : Bridge \k n? � l�Wocz)
PARTIAL PAYMENT ESTIMATE N0. 2 (Two)
PROJECT NO. 73-1-CCA-0248 PERIOD ENDING November 30, 1973 .
Contract Quantity
Item Description Quantity Unit Unit Price Completed Amount
1. 49 'x32' Bridge excluding 1 L.S. 45,491.00 80% $ 36,392.80
bearing piles 6 sheet piling
2. 10BP42 Bearing piles 952 L.F.. 12.00 936 11,232.00
3. Interlocking corrugated . 3,600 S.F. 5.60 Deleted
sheet piling
4. Embankment 900 C.Y. 8.00 400 3,200.00
5 2" Gravel surfacing 120 Tons 4.00 -'0-
(in place)
6. Fencing 175 L.F. 4.00 -0-
7. Remove remaining bridge, 1 L.S. 5,000.00 100% 5,000.00
salvage 6 stack timbers
CHANGE ORDER INFORMATION:
3 Interlocking corrugated 3,600 S.F. 5.60 Deleted
sheet piling
. Total Construction To Date $ 55,824. 80
Less to Percent Retained 5,582.48
Subtotal
Less Previous Payment Estimates No. 1 $ 14.608.80
Subtotal 35,633. 52
Plus Material on Hand at -0- Percent of Invoice Price $ -o-
Total Due Contractor This Estimate $ 35,633.52
Original Contract Price, as Adjusted by Change Order No. 1
through Change Order No. 2 = $ 70,295.00
Date Contract Started 10/8/73 Days Delayed This Period 14 c0.
Contract Completion Date 12/8/73 Days Delayed to Date 14 rte
Calendar Days Allowed 60 Contract Time Remaining 22 gays
Calendar Da E pse 52 = 86 % Time Used 80% Complete j
INSPECT0 /
CONTRACT Q�: TH0R C /)�ON OMPANY OWNER: . LD -OUNTY, O 0RAD0
. 7
/ - \\ /;
NELS HALEY, PASTEj$q�i UIRK, INC.
iANGE ORDER N0. 3
DATE December 28, 1973
PROJECT Road 21, Bridge PROJECT N0. 73-1-CCA-0248
OWNER WELD COUNTY, COLORADO CONTRACTOR THOR CONSTRUCTION COMPANY
DESCRIPTION OF CHANGE - That said Contract shall be changed in the following particulars:
That estimated quantities will be changed to measured "in place" quantities.
•
and that after the said changes shall have been made with additions and/or deletions are
hereby directed to be a part of the original Contract, the agreement as shown by the
original Contract together with the above-named additions and/or deletions shall consti-
tute the agreement and Contract of the parties hereto.
JUSTIFICATION
For accounting purposes, the estimated contractual quantities are being changed to
final "in place" quantities .
CHANGE IN CONTRACT COST
Item Description Quantity Unit Unit Cost Total Cost
_ See attached sheet _
$ $
Total Amount This Change Order $ +748.00
Net of Previous Change Orders (*) (-) $ 20,100.00
Original Contract Amount $ 90,:+ 5 00
Revised Total Contract Amount $ 7 _,043.00
CONTRACT TIME
original Completion Date 12/4/73 Previous Days Allowed 60
Days Allowed This Charge Order -o- Revised Completion Date 12/4/' 3
Recommended: Approved:
NELSON, HALEY, PATTERSON and QUIRK, INC. WELD COUNTY COLORADO
By: ri� -71()( t ; ) (-)Pw�-) 474(/
Field Representati ) By:
Date: r THOR CONSTRUCTION COMPANY
Approved: r- = r7 (Contract
Project Manager By: =e '� , 4"/ <
Date: /
� - Date: = /�7S1
Tnmaampwatig w _
CHANGE ORDER N0. 3 (Continued)
PROJECT ROAD 21 BRIDGE DATE: December 28, 1973
CONTRACTOR THOR CONSTRUCTION COMPANY PROJECT NO. 73-1-CCA-0248
Amount
Item Description Quantity Unit Unit Price Add + Delete -
2 10BP42 Bearing Piles - 16 L.F. 12.00 192.00
4 Embankment + 70 C.Y. 8.00 560.00
5 2" Gravel surfacing + 60 Tons 4.00 240.00
6 Fencing + 35 L.F. 4.00 140 .00
Subtotal $940.00 $ 192.00
Total $ +748.00
•
--- 'CNGE ORDER N0. 2
•
DATE October 29, 1973
PROJECT ROAD 21 BRIDGE PROJECT NO. 73-1-CCA-0248
OWNER WELD COUNTY, COLORADO CONTRACTOR THOR CONSTRUCTION COMPANY
DESCRIPTION OF CHANGE - That said Contract shall be changed in the following particulars:
Road 21 Bridge description location changed on the fallowing pages of the specifications
Cover, Title Page, Page 1, Notice to Bidders and P. -1, from "3 miles south of U. S.
Highway 666 to"3 miles south of Colorado State Highway 52".
and that after the said changes shall have been made with additions and/or deletions are
hereby directed to be a part of the original Contract, the agreement as shown by the
original Contract together with the above-named additions and/or deletions shall consti-
tute the agreement and Contract of the parties hereto.
JUSTIFICATION
Description location of Road 21 Bridge changed in the specifications to correspond to the
actual location as called out on the plans.
CHANGE IN CONTRACT COST
Item Description Quantity Unit Unit Cost Total Cost
$ $ -0-
Total Amount This Change Order $
Net of Previous Change Orders (+) (-) - - - .- - - $ 20 ,160.00 '-
Original Contract Amount $ 90 ,455.00
Revised Total Contract Amount $__ 70 ,295.C)0
CONTRACT TIME
Original Completion Date 12/4/73 Previous Days Allowed so
Days Allowed This Change Order -0 Revised Completion Date 12/4/73
Recommended: Approved:
NELSON, HALEY, PATTERSON and QUIRK, INC. WEIRD CONY, co oR4w
Y ,/
Field Representative By:
Date: THOR CONSTRUCTION COMPANY
Approved:_ (Contractor)
Project Manager B
Date: /0 /2- 9/? 3 Date: l ;--;7 3
/6 4 O Co
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR CONSTRUCTION OF ROAD 21 BRIDGE
AND APPROACHES ON COUNTY ROAD 21
3 MILES SOUTH OF U.S. HIGHWAY 66
WELD COUNTY, COLORADO
NELSON, HALEY, PATTERSON & QUIRK, INC.•. \%%ftmmmmmin EN ViRONMEN T"A L%
� N
CONSULTANTS
,--,
r ₹Cll5 RED._
lics
CERTIFICATE OF INSURANCE 9ICe
ISSUED BY
THE HOME INSURANCE COMPANY itt THE HOME INDEMNITY COMPANY
This is to Certify, that policies in the name of THIS CERTIFICATE OF INSURANCE NEITHER
AFFIRMATIVELY NOR NEGATIVELY AMENDS,
NAMED Thor Construction Company I EXTENDS OR ALTERS THE COVERAGE AFFORDED
INSURED 430 W. btrrtiC
and
BY ANY POLICY DESCRIBED HEREIN.
ADDRESSI Fort Collins, Colo. 80521
L J
are in force at the date hereof, as follows:
—— — --
KIND OF INSURANCE POLICY NUMBER POLICY LIMITS OF LIABILITY
PERIOD BODILY INJURY PROPERTY DAMAGE
WORKMEN'S Eff. Provided by Workmen's
COMPENSATION Compensation Law—State of NIL
Exp.
COMPREHENSIVE Eff. 5/21/73 $ 250 ,000 Each person $ 500 ,000 Each occurrence
GENERAL LIABILITY GA4676364 Exp' 5/21/74 $1,000 ,000 Each occurrence $ 50O ,000 Aggregate
$ ,000 Aggregate
MANUFACTURERS' AND Eff. $ ,000 Each person $ ,000 Each occurrence
CONTRACTORS' LIABILITY Exp. $ ,000 Each occurrence $ ,000 Aggregate
OWNERS', LANDLORDS' Eff. $ ,000 Each person $ ,000 Each occurrence
& TENANTS' LIABILITY Exp. _ $ ,000 Each occurrence $ ,000 Aggregate
CONTRACTUAL Eff. $ ,000 Each person g ,000 Each occurrence
LIABILITY Exp. g ,000 Each occurrence $ ,000 Aggregate
AUTOMOBILE LIABILITY
'2 owned Automobiles Eff. 5/231,7 g 250 ,000 Each person $ 250 ,000 Each accident
A Hired Automobiles GA4676364 Exp. 5/21/74 $ 5OO ,000 Each accident
.;Nan-Owned Automobiles
COMPREHENSIVE AUTO- Eff. g ,000 Each person $ ,000 Each occurrence
MOBILE LIABILITY Exp. $ ,000 Each occurrence
OTHER: Eff.
— Exp.
Project No. 73 ]_ LDV 0248 Construction of Road 21 Bridge and approaches on County
Road 21 3 miles South of U. S. Highway 66, Weld County, Colo.
In the event of cancellation of said policies or a reduction in the limits of liability, the company will endeavor give written notice to
the party to whom this certificate is issued, but failure to give such notice shall impose no obligation or upon the company.
Pr NC- I JSUR J rENr , Inc.
CERTIFICATE ISSUED TO: 8/13/73
F -r DATED - � R TA E
Weld County '.C. E. MITTON - AGENT
NAME Greeley, Colorado
AND
ADDRESS
L J
H7353 (Fl 3/6g
ADDENDUM N0. 2
TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR CONSTRUCTION OF ROAD 21 BRIDGE AND
APPROACHES ON COUNTY ROAD 21, 3 MILES
SOUTH OF U. S. HIGHWAY 66
WELD COUNTY, COLORADO
Project No. 73 1 LDV 0248
July 30, 1973
The following changes and/or additions to the Contract Documents and
Specifications and Construction Plans for the above project are hereby
made effective on the date shown above.
CONTRACT DOCUMENTS AND SPECIFICATIONS AND CONSTRUCTION PLANS
The Contractor may substitute U.S. Steel, Inc. or equal 10" x 8"
HP 42# for plan 108P42 piling. The plans should be considered
modified to show the 10" dimension as parallel to the centerline
of the bridge roadway and the 8" dimension perpendicular to the
centerline of roadway. This will require an additional 2" of
concrete at the bents and abutments.
NELSON, HALEY, PATTERSON and QUIRK, INC.
41c,
Bid Opening: Paul E. Radasch, Engineer in Charge_
August 7, 1973
1 :30 P. .
ADDENDUM N0. 1
TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR CONSTRUCTION OF ROAD 29 BRIDGE AND
APPROACHES ON COUNTY ROAD 29 , 650 FEET
SOUTH OF COUNTY ROAD 8
WELD COUNTY, COLORADO
Project No. 73 1 LDV 0229 July 30 1973
The following changes and/or additions to the Contract Documents and
Specifications and Construction Plans for the above project are hereby
_ made effective on the date shown above.
CONTRACT DOCUMENTS AND SPECIFICATIONS AND CONSTRUCTION PLANS
The Contractor may substitute U.S. Steel, Inc. or equal 10" x 8"
HP 42# for plan 10BP42 piling. The plans should be considered
modified to show the 10" dimension as parallel to the centerline
of the bridge roadway and the 8" dimension perpendicular to the
centerline of roadway. This will require an additional 2" of
concrete at the bents and abutments.
NELSON, HALEY, PATTERSON and QUIRK, INC.
Per
Paul E. Radasch, Engineer in Charge
Bid Opening:
July 23, 1973
1:30 P.M.
1
ADDENDUM N0. 1
TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR CONSTRUCTION OF ROAD 21 BRIDGE AND
APPROACHES ON COUNTY ROAD 21, 3 MILES
SOUTH OF U. S. HIGHWAY 66
WELD COUNTY, COLORADO
Project No. 73 1-LDV 0248 - July 23,1973
The following change of the bid opening date for the above project is
hereby made effective on the date shown above.
CONTRACT DOCUMENTS AND SPECIFICATIONS
The bid opening will be held on Tuesday, August 7, 1973, 1:30 P.M. , at the
office of the Chief Accounting Officer, Weld County Courthouse, Greeley,
Colorado.
Nelson, Haley, Patterson and Quirk, Inc.
7nJ R. Eckhardt
Bid Opening:
August 7, 1973
1:30 P.M.
i
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR CONSTRUCTION OF ROAD 21 BRIDGE AND APPROACHES
ON COUNTY ROAD 21, 3 MILES SOUTH
OF U. S. HIGHWAY 66
WELD COUNTY, COLORADO
Project No. 73 1 LDV 0248
August, 1973
NELSON, HALEY, PATTERSON and QUIRK, INC.
Engineering Consultants
Greeley, Colorado
TABLE OF CONTENTS
Title Section
Contract Documents Section 1
Special Provisions Section 2
General Conditions Section 3
Official Weld County Construction Standards Section 4
Specifications for Portland Cement Concrete Section 5
Specifications for Placing and Finishing Structural Concrete . Section 6
Specifications for Reinforcing Steel Section 7
Specifications for Fencing Section 8
Embankment and Gravel Location Section 9
SECTION 1
CONTRACT DOCUMENTS
(Index)
ADVERTISEMENT FOR BIDS
CONTRACTOR'S PROPOSAL
CONTRACT
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
.. ;; .. s: .. .. .: .. .. .. .. .. .. .. .. .. t: .. .. .. .. .. ..
1
WELD COUNTY, COLORADO
4 - ACCOUNTING DEPARTMENT
' DID REQUEST
DATE: July 19, 1973
Na.
i
I. NOTICE TO BIDDERS
SEALED RIOS WILL BE RECEIVED AT THE OFFICE OF THE CHIEF ACCOUNTING OFFICER, WELD COUNTY COURTHOUSE,
GREELEY, COLORADO, u:ITIL 1:30 P.M., Monday, August 6, 1973 FOR FUR':ISHING
construction services OF YIELD COUNTY FOR THE FOLLOWING MERCHANDISE OR EQUIPMENT:
Weld County Bridge and Road Repairs, quantities as follows: One 49 foot long by 32 foot wide
bridge excluding bearing piles and sheet piling; 952 lineal feet 10BP42 Bearing piles; 3,600
square feet of sheet piling; 900 cubic yards embankment, 120 tons gravel surfacing, 175 lineal
feet fencing; remove remaining bridge, salvage, and stack timbers.
II. INVITATION TO BID
• SEALED BIDS, SUBJECT TO THE CONDITIONS AS SHOWN HER£IN, ARE REQUESTED ON THE FOLLOWING LIST OF
RETICLES 02 SERVICES WITH DELIVERY TO Co. Rd. 21, 3 mi. South of U.S. Hwy. 66, Weld Co. THE DESTINATION,
AN) TO I PC_U:J:_ ANY CHARGES FOR FREIGHT, DELIVERY, CONTAINERS, PACKAGING, ETC. MIXIXXKLY&IXXXXMOSIXXXi4XXXXXX
:61gi.:XUNYWAKII kXiiRXX}t XANNZE XXXXK Plans and Specifications are available at the office of
Nelson, Haley, Patterson and Quirk, Inc. , 2021 Clubhouse Drive, Greeley, Colorado.
III. INSTRUCTIONS TO BIDDERS
Z. PROPOSALS SHALL EE TYPEWRITTEN OR VRITTEN 111 INK ON THE FORM PREPARED BY THE; COUNTY. OFFICIALS OF CORP—
ORATIOHE, SHALL DESIGNATE THEIR OFFICIAL TITLE; PARTNERS OR SOLE OWNERS SHALL SO STATE, GIVING THE NAMES
OF ALL INTEnES'iED PARTIES. ALL CORRECTIONS OR ERASURES SHALL BE INITIALED SY THE PERSON SIGNING THE DID.
2. A EIDDER SHALL NOT STIPULATE IN HIS PROPOSAL ANY CONDITIONS NOT CONTAINED IN THE SPECIFICATIONS UNLESS
SPECIFICALLY REQUESTED IN THE SPECIAL INSTRUCTIONS. ANY PROPOSAL WHICH FAILS TO COMPLY WITH THE LITERAL
I LETTER OF THESE INSTRUCTIONS AND THE SPECIFICATIONS MAY BE REJECTED FORTHWITH.
3. VHEN APPROXIMATE gUANT I T I F-S A"E STATED, THE COUNTY PE-SERVES THE RIGHT TO INCREASE OR OCCREASE THE QUANTITY
AS PEST FITS ITS NEEDS.
4. WHENEV'CR REQUESTED, SAMPLES OR DESCRIPTIVE NATTER SHALL BE FILED PRIOR TO me OPENING OF BIDS.
5. IN SLN:HITTING THE PP.OP05AL, THE VENDOR AGREES THAT ACCEPTANCE OF ANY OR ALL BIDS EY THE COUNTY WITHIN A
REASCW—SOW TIME OR PERIOD CONSTITUTES A CONTRACT. NO DELIVERY SHALL BECOME DUE OR BE ACCEPTED UNLESS A
PUSCV ASE ORDER. SHALL FIRST H WE BEEN ISSUED BY THE CHIEF ACCOUNTING OFFICER OF VELD COUNTY. IT IS UND'.P.—
SToon TnAT IT IS NECESSAPY FO`t ALL INVOICES TO BE (MADE CUT TO WELD COUNTY, CCLO ADO, NOT TO THE DEPAf.-
CENT SECURING THE MERCI-"\NDIEE.
u. IT IS U IDERSTOOD THAT THE SOAP° OF CCU.ITY CO: +ISSIO�ERS OF WELD COUNTY RESERVES THE RIGHT TO REJCCT ANY
On ALL BIDS, TO WAIVE ANY INFOE!NtLITIES IN BIDS, AND TO ACCEPT THE AID THAT, IN THE OFlt:lON OF THE DOARD,
IS TO THE BEST INTEREST;, OF THE SOAR° AND OF THE COUNTY OF WELD, STATE OF COLORADO.
7. OISC0_IYTS WILL BE FIGURED FROM THE MATE OF DELIVERY AND ACCEPTANCE OF THE ARTICLES, OR IN TAE CASE OF IM--
CGi?:::CT II0/010E, FRCN THE DATE Or RECEIPT OF CORRECTED INVOICE, tr THIS BE SUBSEQUENT TO DELIVERY AND AC—
CEPTA'.C .
2. I P, DE:T;t'MINING THE L C*EST RESPONSIBLE BID, THE COUNTY WILL CONS I UEN ALL ACCEPTABLE BIDS ON A SAS IS S OF THE
LET F;:IC: TO CE PAID AFTER DEDUCTION OF THE DISCOUNT SPECIFIED SY THE BIDS.
g. THE SUOCESSF OL SN ALL INDEMNITY AND SAVE HAfNIL ESS VELD COUNTY AGAINST ALL. CLA I -) F';}:= °?OYALT I ES, FO"(
r PA TE: "S v - SUIT FOn EI>'QENENT 1N.EHEON 4.NICN I'AY SC IIi`OEVED IN TdE MANUFACTURE c?
i . _ ►.AKUri.!�7UR� G:Z I.�"� 0- i FS. t1.11�. 1 AL
Au O'DOS SHALL n 1:. IM :ROPFRiY Or TILE SELLER UNTIL DELIVERED TO AN) ACCEPTED SY TI ''Y.
i
e?. iNsTPU''.TfoNs, T:!E PPOPO F ;!a AND SPECIfiCATIONS HAVE BEEN L_.cLUPED WITH THE HOPE OF RAISING THE
P
s TA.' D RD Or PURCHAsEE NEGOTIATIONS TO A AT I SFACTO:tY PLAN. 50 THAT ALL T PANSACT IONS WILL BE MuTUALLT SAT-
I Sf.AC TRY TO ALL CONCERNED. YOUR COOPERATION IS INVITED.
1
GENERAL S'CCIFICAT!ONS, CCNOITIONS AND INFORMATION
s'•S`i: THE EQUIPMENT iHALL DE MANUFACTURER'S LATEST MODEL OF PRODUCTION. THE EQUIPMENT SHALL BE OF SUPERS
FOR QUALITY AND SU I TA3LE TO TPE USC FOR WHICH IT IS INTENDED. THE TECHN i CAL DESIGN SHALL, BE I N LINE
WITH THE REST PR\CT i C£ IN THE INDUSTRY AND THE MATER f ALS AND wORKuANSH I P ENTERING INTO THE CGNSTR►O.-
T IOC! SA LL ?E OF THE KINDS AND /DUALITIES WHICH WILL INSURE LONG LIFE, DEPENDABILITY A`IO LOW COSTS OF
W.INTAINING AND REPAIRING,
STA'4:,: G: WHEN THE won} "STANDARD" 1S USED IN THIS SPECIFICATION TO DESCRIBE AN ITEM OF EQUIPMENT OR AN
ASSEMBLY, IT SHALL SE CONSTRUED TO MEAN THAT THE ITEM OR ASSEMBLY SO DESCRIBED SHALL BE THE LATEST
?CGULAR CURRENT ARODUCT of THE mANuFACTURER THEREOF, IDENTIFIED BY A MODEL OR OTHER DESIGNATION,
iJITROUT THE mOCIFtCATION OR OmISSIOY OF ANY CF ITS USUAL PARTS OR THE SUBSTITUTION OF OT eas THERE,'
FOR, EXCEPT AS HEREAFTER SPECIFIED, DETAILS, CAPACITIES AND RATINGS, CONFORMING IN EVERY RESPECT TO
THE SAID MANUFACTURER's CATALOGUE OR OTHER PRINTED MATTER DESCRIBING THE ITEM OR ASSEMBLY. STANDARD
Sti2-ASSEM3L I E S, ACCESSORIES, i=I TT I NGS, A:iD f I E i SHES SHALL BE C04STRU_D TO SE THOSE UNION ARE REGU-
LARLY FURmISHE`J AS A PART OF THE PRINCIPAL UNIT OR AssEmsLY AND INCLUDZD IN MiE.SELLIN3 pi:me THEREOF.
;'AN'.; AC IUD.FR IEF I ti_.^,:
A :AANUFACTOREP WHO HAS BEEN ENGAGED IN THE BUSINESS OF FASRICATING THE EQUIPMENT SPECIFIED FOR A REASONI-
x82r .^ERIDD of TIHE PRIOR TO THE DATE SET FOR OPENIOG OF BIOS, AND WHO CAN OEMoNsTRATE TO THE S.AMSFACTICN
'-'•r COUNTY THAT SAID MANUFACTUREP HAS =UCCESSFULLY INSTALLED EQU i PkENT OF THE TYPE PROPOSED TO SE FUF.-
rlIS EO IA AT LEAST. THREE INSTANCES AND THE PERFORMANCE Of SUCH EOUIPMENT HAS SEEN sATiSFACTORY. M.ANUFAC-
TU'''• S r,10 HAVE SEES? ENGAGED !N THE 3U S I NESS OF NA!;L'FACTUR I NG SAID EQUIPMENT FOR A PER 1 OD CF ONE YEA1 PRIOR
TO 'HE DATE F!`•'ED FOR oPEmi`3C BIDS SHALL, PRIuA FACIE, BE DEEMED TO HAVE BEEN ENGAGED 1.1 SUCH eAJS1t.ESS FCR
A FlAS_`Ei3LE LENGTH OF TIME.
I ,rrt 1 1 rrk k_ t-t
E.f+U i RME:47 MENTIONED SHALL :IF. UNO '.SToo .AS ND I CAT i NG THE TYPE, FU`JCT:ON, Y!I NINUAi STANDARD
OF L_S!ci , EFFICIENCY, A;-:0 QUA I T`.' D'S:REO AND SHALL MOT 3E CONSTRUED IN SUCH A MANNER IS TO EXCLUCE `iAIY—
U: A•;TS 7EPIS EQUIPN%NT OF CC`ipAP. ALE cumArY, DESIG=N AND EFFIC:,24CY.
Cal cY SERVICE:
CFMS =QUIRENT IS TO SE DEL!VEREDI AS DIRECTED, uNPACKED, ASSEHBLED, CLEANED AND ADJUSTED FOR J1+9'!EDI.:7E
USE AT A LOCATION OESIGAA+_D eY THE (THIEF AQCOuNTIN3 OFFICER. MOTOR VEHtCLEs AND OTHER ITEMS CF EY{}IP—
IT SHALL 3E PEAt1Y FER immEDIATE USE' AT THE TIME CF DELIVERY TO A DESIGNATED LOCATION. THE EQUIP"E7
S}IA•__ ns: CLEAN ANO .ALL INST?Lk WTS PRO?ErtLY ADJUSTED, CHECK iNFlf.Ti.7N OF TIRES, CCMPLETE LUSRICA-;:,:t,
r...EC CR.ANXCASG F01 ?RORER OIL .._EYE_ Avl ANY OTH_P e.ERATF^,Imn !:'1RmAi LY PP-nYtoE0 BY DEALE?:S. PPCPER STATE
t'.=i :CT1CN SEAL SHALL SE PROVIDED.
OPE7.;\T!NG ANN MAINTENANCE MANUALS STALL SE PFOviDED AT THE. TIME OF DELIVERY. PARTS AND PRICE LISTS +t LL
BE I iCLU:ED IN SPECIAL EQUIPTAINT OR H:i`'_' REQUESTED BY THE COUNTY.
�T c -.�-NT �+� 1t 'Y.:lE. CY. INITIAL ORDER:
-.,.. .?L_�^.I:_iii AND vrL)v_;?V Sr.S�� INITIAL 1�
T rez. is 07 -11E ESsE NCE. A OZL i VEZY SCHECULE OF NOT !GORE THAN 60 CALv.DAR DAYS AFTER ^.ECE I?T
OF Ti3 ORDER SHA.,L 27: DEEMED REa.SONA2LE AND SERVE THE BEST INTERESTS OF THE COUNTY. PF.,?OSALS EXCEEDING
Ti!,5 SC=EDULE BE .,_J.ECT._D_ i• t
�' mac_!`!:^nY WILL RE IIAGE ON OR BEFORE October 1.5 IS 73
,•
+E iCC!CSSi U, SIDDER SHALL AC NOWLEDGE THE P.ECESPT OF THE ORDER AHD CERTIFY THE DEL IVEFT SC!,EDULE.
6 for -i SHALL ,.v.'A I T WITH E l 3! FOLLOWING NC r S
EMS
1 TY.c � D 'I''E r i:! 0"yltiTI0:1 R `•AIHtf':6 TO ii-!_ cCJI':7E'�T 1,1?ON 't-I
RE
(A) CETAILED _UIPHENT _'ECI+:ICATIOMS TO IPCLUDE THE wARPANTY.
(3) OESC'?iPTi`
r
CONTRACTOR'S PROPOSAL
BRIDGE AND APPROACHES
Board of Weld County Commissioners
Weld County, Colorado
Gentlemen:
The undersigned, having familiarized himself/themselves with the local
conditions affecting the cost of the work and with the Contract Documents,
including the Form of Proposal, Form of Contract, Form of Performance Bond,
General Conditions, Special Provisions, etc. , hereby proposes to furnish
all of the labor, materials, necessary tools, expendable equipment, and all
utility and transportation services necessary to perform and complete in a
workmanlike manner all of the work required in connection with the construc-
tion of a bridge and approaches to be constructed on Weld County Road 21, 3
miles south of U. S. highway 66, Weld County, Colorado, all in accordance with
the plans and specifications attached, including Addenda Nos. , , and
, issued thereto, for the sums set forth in the following Bidding Schedule;
it being understood that each of the items is to be constructed complete in
place and ready for use, including all labor, materials, and expendable
equipment of every kind and nature necessary to construct, install and perform
the same, and that each item shall be constructed in all aspects so as to
accomplish the purposes for which the same was intended by the said plans
and specifications:
P. - 1
TOTAL BASE BID
Item Description Quantity Unit Unit Cost Total Cost
1. 49 foot long and 32 foot
wide bridge excluding
bearing piles and sheet
piling 1 L . $45,491.00 $45,491.00
2. 10BP42 Bearing Piles 952 L.F. $ 12.00 $11,424.00
3. Interlocking corrugated
sheet piling 3,600 S.F. $ 5.60 $20,160.00
4. Embankment 900 C.Y. $ 8.00 $ 7,200.00
5. 2" Gravel Surfacing
in place 120 Tons $ 4.00 $ 480.00
6. Fencing 175 L.F. $ 4.00 $ 700.00
7. Remove remaining bridge,
salvage, and stack timbers 1 L.S. $ 5,000.00 $ 5,000.00
TOTAL BASE BID $90,455.00
Ninety thousand four hundred fifty-five and no/100 Dollars
SEE ENCLOSED COUNTY OF YIELD REQUEST FOR QUOTATION AND FILL IT IN
FOR SUBMITTAL WITH THIS CONTRACT.
Ce ej-e 9p 44-6-
0 / G c)
1 7
P. — 2
Y
the total base bid, including any of the selected dedcutions and/or alternates
shall be the basis for establishing the amount of the performance bond on
this Contract. The total base bid is based on the quantities shown in the
Proposal Form and on the dimensions shown on the plans where specific quan-
tities are not itemized, and is subject to additions or reductions according
'to the-actual construction quantities and measurement of the finished con-
struction as determined by the Engineer upon completion of construction.
The undersigned has carefully checked the above shown bid quantities against
the plans and specifications before preparing this Proposal and accepts the
said quantities as substantially correct, both as to classification and
amount, and as correctly listing the complete work to be done in accordance
with the plans and specifications.
If awarded this Contract, the undersigned agrees to enter into a contract
within five (5) days and to complete the work to the satisfaction of the
said Owner within sixty (60) days after notification in writing to start
work.
In submitting this bid, it is understood that the right is reserved by the
Owner to reject any and all bids and to waive any informalities in the
-- bidding. - n
Date: 49 4Y /J /� FI L NAME:
Official Address: /
473
o' _ 4A-71 Y: 7
,�� 1
�-d�/�cci4 � (aJ - Title.l'—r-C.ZLe-7(_� C7
•
P. - 3
t
CONTRACT
THIS CONTRACT, made and entered into this 0` day of
A.D. , 1973, by and between Weld County, Colorado, and under the laws of the
State of Color do, Party of the First Part, hereinafter called the "Owner",
7
and the -te$1/ ge--il e/.e,...e2nt,, JO , party of the
Second Part, hereinafter called the "Contractor".
WITNESSETH:
That for and in consideration of the payments, covenants, and agree-
ments stated herein, the Contractor and Owner agree as follows:
1. The Contractor shall perform everything required to be performed
and shall provide and furnish all of the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required
to perform and complete in a workmanlike manner all the work required in
connection with the construction of Weld County Road Repair improvements fcr
the Owner, all in strict accordance with the plans and specifications, including
any and all addenda, prepared by Nelson, Haley, Patterson and Quirk, Inc.,
Engineering Consultants, Greeley, Colorado, acting for the Owner and in these
Contract Documents referred to as the Engineer, which plans and specifications
are made a part of this Contract; and in strict compliance with the Contractor's
Proposal and the other contract documents herein mentioned which are a part _
of this Contract, and the Contractor shall do everything required by this
Contract and the other documents constituting a part thereof.
2. Payments are to be made to the Contractor in accordance with
and subject to the provisions embodied in the documents made a part of this
Contract.
3. Work under this Contract shall commence within five (3) Lars
after a written notice from the Owner to the Contract who shall diligently
- 1 -
r
r
prosecute and complete all work under this Contract ready for use in accord-
ance with the time of completion described in the Proposal Form.
4. This Contract consists of the following component parts, all
of which are as fully a part of this Contract as if herein set out verbatim,
or, if not attached, as if hereto attached.
Proposal
Contract (This Instrument)
Performance Bond
Special Provisions
General Conditions
Technical Specifications, including all Addeda (Nos. to
, inclusive)
Construction Plans and Specifications
Shop and Working Drawings submitted by Contractor and approved
by Engineer.
5. The Contractor shall give preference in employment of Colorado
labor and the purchase of Colorado materials as provided by Colorado Revised
Statutes, 1963, as amended.
6. It is agreed by the parties to this Contract that this Contract
shall be executed in five copies, one copy being retained by the Contractor,
two to be delivered to the Owner, one to the Engineer, and one to the Con-
tractor's Surety.
IN WITNESS WHEREOF, the parties have caused this instrument to be
executed the day and year first above written.
WELD COUNTY, COLORADO 14Qi ell d
Contractor
Q-tc / Cctetit2 / : 1 ItY� ,/1iLr6lsC
Glenn K. Billings �
Title:
OtC-"C �� k'4j Attest: 12,__/„.,//< /..Le,-,t(n41e- r `c'
R9% Nos r
Title:
Harry hleyy
ATTEST: _/,l��.41�^ cLJ (SEAL)
V An Spomer
'—`"- icy PdYNENT
FC:ON ALE. ?tea BY THESE P ESER
.-� ;TS:
Th_t w=, th= uadarsig ad, THOR CONSTRUCTION COMPATI, BOX 2086,
Ft. Collins, Colorado , as Principal, and THE HOME INDEMNITY COMI'FN
INC. a Corporation,
u d=r and b virtue -__ - .poration, organized and existinv-
o= __._ laws or the State of New Hampshire
and duly aLpp ori_ed t0 transact: business in the State of ,J Colorado
�n3 Surety, -�.:_ held .and firmly.bGw^�d t:.n"o '.4e1d '
_ � Ccunty, Colorado
in the penal sum of Ninety Thousand Four
Hundred Fifty-five and_no/100 __
Dollars ($ °0,455.00 ) , laws money o= a
the United States cf
for �the payr_=._nt. of which, '„ell and-trul =a 'ytc be made the said Principe-7_ and the said Surety do hereby- bind ourselves, -..our. heirs, executors, administrator=, . _successors, and assigns, jointly and severally, firmly by these presents, as ..
' fGllous. ' Y '
ss
The-. condition of the above obligation is such that; whereas, the
said Principal has entered into a ,mitten contract with Weld County, Colorado
for the construction of _
the work ?zsio_ted Construction of Road 21 Bridge and a
21 3 miles South of U. S. Highway bb �' PProaches O County Roaci
to^at=d at Weld County
Colorado in the State of
in conformity with the drawings, plans,
`^,enaral Coadi _ions, and sceci'fications prepared by Nelson, 1 +ter
and Qu rk, ln._ Engineering _ nd_Jun Junction,
Son,
". , Ln�_ - �, Consultants of Greeley and Grand JUnCtlOn,
Colorado, which contract, drawings, plans, General i
- o > P �-'_, Conditions, and specifica-
. tions are hereby referred to and made a pert hereof, the same t0 all intents
and pr o herein,^pos s as if written at length h i �> i n Srfl_C. contract
the Sd1G
l has ccatr cte . to perform h� _= _t c;or',i specified in said contract is
accordance
-. ___ _ >
•
-r, THE CONDITICIS Or THIS OBLIGATION ARE SUCH Ti-'i?i
if the above bonded Principal shall _ ____ 5..,_. well, truly, and _dlthP111}' perform Said
contract and any al`3rat1 d %i-1 ' `' ..
GnS ii'i any a�._l`iGn5 thereto and comply with 211 of
the terms and provisions thereof, and satisfy all claims and demands incurred
n n__ r ti
by t+.�` J1 e � - ,_ in t..= performance of said contract, and shall inky lAde 'L`*ll:J
and. sava harmless the said Weld County, Colorado
from all damages, claims , demands
, exnense, aad charge
of every kir.= cla_cs C- patent infringement)
n arising 'Z`C.'.l any act,
o,assion, or . -?gl.art o. _3 PrinCipol is
tO gain wort. rat-` She- i - 1 > `'-4 dop=y' or employees with relation
lOn
�> � - r=-^�1:r52 znd _rop=y to the said Weld County,
Colorado
rr,:ich they .. ay incur - all costs, damages, and expenses
in ra.'ing-igood any default b' Principal,
4l oa':I't be >f7 l � the i^r l...li_T art.
r^ • -� + LOCn the failure of t};e PrinC iodl i0 flllrill h15 obligation, t0 any
fu_ ..ish maintenance, repairs, or replacements for the fu guarantee
+'O+i1^=A in the s - i,-a-� 1 i..__P.L2: pe^!O�_
p pac _ _ions contained herein and in compliance With Chanter
BD, Art_C_e 7> Color:•?o nc'._.snd Statutes of 1953, as revised, a condition o-:
this bond shall be that tha Contractor shall at all tip„ i
dS F'rO.�i']t Le ..a.._
rct:nt of all amounts lawfully l ' - rn ::.. i r 7 _
. . -_` u_-y CLC t0 d11 pd_^SOC15 gL'��ls .-,_ OPft1D.n.i5.^.iS?- him
- 1 -
cr his subcontract , w; �d
r with -,Or ?,: materials ILSe� CP p=r--o^med -�
prosecution „or, nroYid=d _ h- the
, l indemnify - - _"" in. th=_ abo,r= c.-_='a-t e-:, �.-_. _:
it ' - --Y and save harmless - _ � ' is •-
the C;,"n-= far ��, extent orl any�and a_11„
payments in connection with the carrying out of such contract, than this
ohl_g=_ti-n shall be null and void, otherwise, -
and effect. it shall_ remain in full rorce
PROVIDED, FURTHE
R,��_., that the Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration, or - _
addition to the terms of the contract or to the work to be performed there_
under, or the specifications azro�;p nc irz the.same _ pa '_
its obligations =' j � =- shall n anywise affect _
-ions on this bond, and it does hereby waive notice of any such
Cha•^•o'-e extension of time, alteration, or a .ddition to the terms. of the
contract, or to the work, or to the specifications. .
IN WITNESS W EREO, said. Principal and Surety have set th it ha ds and sees Denver, Colorado
> , this i3Lh ' - da
of August , A.D. 1; 73 -- y -
THOR CONSTRUCTION COMPANY
Prinnipal (Contractor)
Attest:� �ZlY�s )
• THE HOME INDE , INC.
/ ety
r--
By:
Chas. E. Mitton, Resident. Attorney-in-fact.
/Aax (SEAL)
- 2 -
•
' CERTIFIED COPY
POWER OF ATTORNEY
THE HOME INDEMNITY COMPANY, INC.
CHANGE OF COMPANY NAME ENDORSEMENT -
72 Market Street, Manchester, New Hampshire
POWER OF ATTORNEY Executive Offices: 99 Maiden Lane, New York, N.V. 10038
11
Wherever in the said Power of Attorney the name THE HOME INDEMNITY COMPANY (New York, N. Y.) is used,
the name THE HOME INDEMNITY COMPANY, INC (Manchester, New Hampshire) is hereby substituted.
The appointment designated in said Power of Attorney shall continue under authority of Article VIII, Section 2 of
the by-laws of THE HOME INDEMNITY COMPANY, INC. as adopted by the Directors of the said Company on
November 9, 1972, to be effective January 1, 1973,and amended by the Directors of the said Company at Meeting
held on January 8, 1973, and said by-law is identical inall respectsto the by-law provision set forth in said Power
of Attorney.
In Witness whereof, THE HOME INDEMNITY COMPANY, INC. has, by its President, executedthis change of
Company Name Endorsement on of the first day of January, 1973
t THE HOME INDEMNITY COMPANY, INC.
z
l/ Secretary President
•
CERTIFIED COPY
POWER OF ATTORNEY
FROM
THE HOME INDEMNITY COMPANY
Home Office: New York, N. Y.
KNOW ALI. MEN BY THESE PRESENTS: That THE HOME INDEMNITY COMPANY, a corporation orga-
nized and existing under the laws of the State of New York, with Principal Office in the Borough of Manhattan,
of the City of New York, in the County of New York, in the State of New York in pursuance of the provisions
of its by-laws, which were adopted by the Directors of the said Company on April 28th, 1930, and amended
by the Directors of the said Company at Meetings held on July 8th, 1930, July 7th, 1941 and July 14th, 1969
to wit:
Article VI Section 3 as follows:
The President or any Vice President, acting with any Secretary or Assistant Secretary may appoint by written power of
• attorney, for purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature
thereof, one or more Attorneys-in-Fact, and at any time may remove any such Attorney-in-Fact and revoke the power and
authority given to him. The signatures of such officers and the seal of the Corporation may be affixed to any such power
of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such
• facsimile signatures or facsimile seal shall be valid and binding upon the Corporation and any such power so executed
and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Corpor..:ion in the future with
i respect to any bond or undertaking to which it is attached.
All bonds and undertakings, recognizances, contracts of indemnity and all other writings obligatory in the nature
thereof, shall be signed by either the President, any Vice President, or Attorney-in-Fact and shall have the sezi of the
Corporation affixed thereto. The President and all Vice Presidents shall each have authority to sign such instruments,
• the Vice Presidents to have such authority whether the President be absent or incapacitated or not, and all Secretaries
and Assistant Secretaries shall each have authority to seal and attest such instruments.
does hereby nominate, constitute and appoint
CITAWLFS r,, MT'ITnN or nn`" r- SROTIp3IFP' or 1/TEEN?; MOUNTAIN of DENvg^, COLrY'ADO
its true and lawful agent and attorney in fact with authority to make, execute 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 bor1s 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 were dully executed by the regularly elected
officers of said Company.
IN WITNESS WHEREOF, THE HOME INDEMNITY COMPANY has caused these presents to be signed by
its Vice President, and its Secretary, and its corporate seal to be hereto affixed this 19th
da/{lE t JANUARY , 19 72 .
/ %,..-444 ate Seal) - (Signed)
• COMP NO Secretary. Vice President.
STATE OF NEW YORK, l
COUNTY OF NEW YORK,f ss.:
On this 19th -day of JANUARY 19 72, before the subscriber,
a Notary Public of the State of New York, duly commissioned and qualified, came P. 11. PRESSMAN
Vice President and F . D. 'TIiOi-iPS O."I Secretary of THE HOME
INDEMNITY COMPANY,to me personally known to be the individuals and officers described in, and who executed the pre-
ceding instrument. and they ackn: vledged the execution of the same, and being by me duly sworn, deposed and said, that
they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate
Seal of said Company, and the said Corporate Sear and their signatures as officers were duly affixed and subscribed to
the said instrument by the authority and direction of the said Corporation, and that Article VI, Section 3 of the By-Laws 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 New York the day
and year first above written. /,
(Notarial Seal) l0-6-aj�.Q ecti//ur •
—
tihSE Notary Public
Not ry P blic. State of New York
STATE OF NEW YORK, No. nl_;e p, Qua in Suffolk Co.
COUNTY OF NEW YORK. ss' f;'. t. lilyd 'h .J. Y. Co. Clk.
COUNTY OF NEW YORK.1
A. D. Thompson %twit 39, 1913
1, P , Secretary of THE HOS1E INDEMNITY COMPANY, do
hereby certify that the foregoing is a just, true, correct and complete copy of original Power of Attorney; that
the said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney(s) in Fact
set forth therein, who executed the bond to which this Certificate is attached, is in full force and effect as of
date.
N,E INp�
ySi P�i�jLgn under my h:md and the seal of the Company, :u New York, New York, thisl 9th day Ofl�ly
_AB'ts 1973
4 so s
V CORP:0ki / .Secretary,
14 x.,001 DI /7I
•
•
PE FO �+C , PAYMENT, AND MAINTENANCE ...gin •
•
KiOW ALL MEN BY. THESE PRESENTS: _ .
That we, the -undersigned,
- , as Principal, and
_ a Corporation, organized and exis tiny _
under and by virtue of he laws or the State of
an duly authorized. to transact business :in the State of 'and Surety,Si rety, are- held and firmly-hound unto • _ �
- - in= the: venal su.�z of
Dollars C$ ) lawful money of the United States cz
for the-payment. of. which, •«elL and.:tru3. to be made the said Principal and . -
•
_the said Surety do hereby- bind ourselves,:.our. heirs, executors, adminis tratoze:,
successors-,-and`ass gns; ;ointly and severally, firmly by these presents, as - -
The co,dition of the above obligation is such that; whereas, the .
said Principal has entered into a written contract with
• for the construction o£
the work designated - - -
Located at
, in the State of
, in conformity with the drawings, plans,
General Conditions, and specifications prepared by Nelson, Haley, Patterson,
and Quirk, Inc. , Engineering Consultants of Greeley and Grand Junction,
Colorado, which contract, drawings, plans, General Conditions, and specifica-
tions are hereby referred to and made a part hereof", the same to all intents
' and purposes as if written at length herein, in which contract the Said
Principal has contracted to perform the work specified in said contract in
accordance with the te-ms thereof- •
-
NOW, THERE ACRE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH EAT
if the above bonded Principal shall well, truly, and faithfully perform said
contract and any alterations 1n and additions thereto and comply with all of
the terms and provisions thereof, and satisfy all claims and demands incurred
by the Principal in the performance of said contract, and shad fully irdecanify
and save harmless the
from all damages,L, •=o , claims, demands, expense, and chargeo_ every Kind (including claims of patent infringement). arising. a=i sing from any achy
omission, or neglect of Said Principal, his wants, or employees with relation
to s=id work; and shall 'fully reimburse and repay t0 the
•
all costs, damages, and expenses
VI-lob they may incur in rakinvgccd any default by the Principal, including any
default based upon the failure of the Principal to fulfill his obligation to
furnish maintenance, repairs, or replacements for the full guarantee period
provided in the specifications contained herein and in compliance with Chapter
80, Article 7, Colorado Revised Statutes of 1963, as revised, a condition of
this bored shall be that t_^.? Contractor shall at all times promptly sake _na j-
m-nts or all amounts lawfully due to all persons supplying or furnishing im
- 1 -• •
or his subcontract, with labor and materials usea or performed in the
prosecution o4= work crovided for the in above contract z:, that ;-e ..n=,rs=^Y'
irdemn_fy and save harmless the Owner r he __ __
r for t.._ extent of any all
parents in connection with tha crying out of such contract, then this
obligation shall be null and voiti, otherwise, it shall remain in full force
and effect.
PROV_3PD, FJRTHER, that the Suety, for value received, hereby
sti➢elates and agrees that no change, extension of time, alteration, or - -
addition to the terms of the contract or to the work to be performed there-
under, or the specifications acronnanyiag the sere shall. in anywise affect
its obligations on this bond, and it does hereby waive notice of any such
change, extension, of time, alteration, or addition to the terms ofthe
contract, or :o the work, or to the specifications.
Iw. WITNESS WHEREOF, said. Principal and Surety haves
- set th .L hands = .
and seals at
of > this - daY
A.D. 14 -- _
Principal (Contractor) -
B - -
By:
Attest: (SEAL)
•
Surety
By: _
Attest: (SEAL)
•
•
2 -
SECTION 2
SPECIAL PROVISIONS
(Index)
Paragraph Title Page
A General S. P. - 1
B Construction Description S. P. — 1
C Timber Salvage S. P. - 1
D Construction Operations S. P. - 1
E Retained Percentage S. P. - 1
F Sales Tax Records S. P. - 1
G Liquidated Damages S. P. - 1
H Existing Utilities S. P. - 1
I Maintenance of Traffic S. P. - 1
J Privately Owned Obstacles S. P. - 2
K Public Liability and Property Damage Insurance S. P. - 2
L Gravel Surfacing S. P. - 2
M Embankment S. P. - 2
N Bearing Pile and Sheet Piling Quantities S. P. - 3
O Fencing S. P. - 3
P Existing Flow of Water S. P. - 3
9: .. .. :: .. .. .. $ a a .. .. .. .. .. .. .. * .. .. .. .. .. ..
1
SPECIAL PROVISIONS
A. General. The Special Provisions shall govern in the event of any conflict
between this section and any other part of these specifications.
B. Construction Description. The construction consists of removing the
remaining bridge, salvaging and stacking timbers; constructing a new
bridge and regrading the approaches.
C. Timber Salvage. The Contractor shall salvage the timbers from the old
bridge and stack them in a pile at a location designated by the County
Engineer. Timbers will remain the property of Weld County, Colorado.
D. Construction Operations. The Contractor will be required to confine his
construction operations to the limits of the granted easements. Any
damage done outside the designated right-of-way shall remain a responsibility
of the Contractor.
E. Retained Percentage. The retained percentage to be withheld on periodical
payment, as described in Section 3 of these specifications, shall be ten
percent (100).
F. Sales Tax Records. The Contractor shall maintain records of all purchases
upon which a state sales tax was paid. Upon completion of the work, but
prior to payment of the final estimate, the Contractor shall submit to
the Owner a summary tabulation, certified to be true, of all purchases
upon which sales taxes were paid. This summary is to be used by the -
Owner as evidence of sales tax paid for which Weld County, Colorado
should be reimbursed.
G. Liquidated Damages. A charge of one hundred dollars ($100) per day shall
be deducted from monies due the Contractor by the Onwer for each calendar
day that the time of construction exceeds the time set forth in the
Contractor's Proposal, with allowances for any valid time extensions
approved in writing by the Owner. These charges are liquidated damages
to cover the excess cost of administration, inspection, field engineering,
overhead, and the loss of revenue to the Owner.
H. Existing Utilities. All pipes, service lines or any other existing
structures encountered during the progress of the work shall be supported
so as to be kept in working position and without injury. Any damage or
injury incurred by such facilities during construction or until such
time as the fill shall become settled thereafter shall be entirely
remedied and put in working order by the Contractor, all without added
expense to the Owner.
I. Maintenance of Traffic. The Contractor shall be responsible for
maintaining access to and from all residences and places of busineso
at all times. Street closing shall be in accordance with the require-
ments of the body having jurisdiction. The Contractor will notify all
S. P. - 1
4
,
1 '
residents of an area prior to undertaking any construction which will
block any drives or walks to and from a property. Every reasonable
effort will be made by the Contractor to minimize the inconvenience
to the residences and businesses of the area. The Contractor shall
provide, install, and maintain all traffic flares, signs, barricades,
flagmen, and other protective devices as may be required by the County,
the State, and the affected utility company.
The cost of maintaining traffic, installing protective devices, and
otherwise protecting the work will be included in the price bid for
each appropriate item of work.
J. Privately Owned Obstacles. The Contractor shall make every effort to
avoid damage to privately owned facilities. The Owner assumes no
responsibility for any damage resulting from the Contractor's operations,
either on public or private property.
The Contractor shall keep the Owner free of all claims of damage and
financial responsibility resulting from his operations and shall satisfy
any claims of damage resulting from his operations without involvement
of the Owner in any way.
K. Public Liability and Property Damage Insurance. Paragraph 20.C. of the
General Conditions is hereby amended as follows:
"Public Liability Insurance and Property Damage Insurance shall be in an
amount not less than $250,000,00 for injuries, including accidental
death, to any one person, and subject to the same limit for each person,
in an amount not less than $1,000,000.00 on account of one accident, and
Contractor's Property Damage Insurance in an amount not less than
$500,000.00.
The Contractor shall either (a) require each of his subcontractors to
procure and to maintain during the life of his subcontract, Subcon-
tractor's Public Liability and Property Damage of the type and in the
same amounts as specified in the preceding paragraph, or (b) insure
the activities of his subcontractors in his own policy."
L. Gravel Surfacingt. Gravel material varies from very good to scarce in
Weld County, Therefore, gravel surfacing will be as approved by Weld
County. All pits must be approved by Weld County, before they can be
used for this item. The Contractor may elect to use the same pits
that are used by the County itself in this area, as described in
Section 9 of the Specifications.
M. Embankment, The Contractor may elect to use the same pits that are
used by the County itself in this area. See Section 9 for the pit
locations. If the Contractor elects to use other sources, embankment
must be approved by the Engineer prior to placement. Embankment shall
be placed as called out in the Official Weld County Construction
Standards.
S. P. - 2
i
N. Bearing Pile and Sheet Piling Quantities. Lengths and square footages
are estimates only. The Contractor will be paid for the in-place length
and square footage at the bid price per foot and square foot for piling
and sheet piling.
0. Fencing. All fences in the designated right-of-way that will interfere
w-th construction shall be removed and replaced with new fence as directed
by the Engineer. Fencing shall be as called out in Section 8, using
only metal posts. Temporary fencing may be required, as directed by the
Engineer, to contain privately owned livestock.
P. Existing Flow of Water. The Contractor shall not restrict the flow of
water at anytime. All headgates and irrigation structures shall either
remain in operating conditions or be temporarly replaced and operable
at all times.
The cost of maintaining the flow of water shall be included in the price
bid for the birdge.
S. P. - 3
SECTION 3
GENERAL CONDITIONS
(Index)
Paragraph Title Page
1. General G.C. - 1
2. Definitions G.C . - 1
3. Specification Requirements G.C. - 1
4. Site Examination G.C. - 1
5. Statement of Bidder's Plant and Financial Condition. G.C. - 2
6. Qualifying Conditions in Bidder's Proposal C.C. - 2
7. Estimated Quantities G.C. - 2
8. Copies of Documents C.C. - 3
9. Data Sheets C.C. - 3
10. Preparation of Proposals C.C. - 3
11. Bid Security C.C. - 3
12. Execution of Documents G.C. - 4
13. Filing Bids G.C. - 4
14. Alternates G.C. - 4
15. Supplemental Unit Prices G.C. - 4
16. Notice of Award G.C. - 5
17. Definition of Notice G.C. - 5
18. Execution of Contracts and Bonds G.C. - 5
19. Performance Bond C.C. - 5
20. Contractor's Insurance C.C. - 5
21. Royalties and Patents G.C. - 6
22. Permits, Surveys, and Compliances with Laws C.C. - 6
23. Subcontracting C.C. - 7
24. Assignment of Contract G.C. - 7
25. Other Contracts C.C. - 7
26. Guarantees G.C. - 7
27. License or Royalty Fees G.C. - 8
28. Materials and Workmanship G.C. - R
29. "Or Equal Clause" - Materials G.C. - b
30. Convict-Made Materials G.C. - 8
31. Delivery of Material C.C. -
32. Intent of the Contract Documents C.C. - 9
33. Plans and Specifications G.C. - 9
34. Specifications and Plan Consistency G.C. - 10
35. Alleged Inaccuracies C.C. - 10
36. Interpretation of Proposed Contract Documents. . . . C-C. - 10
37. Shop Drawings G.C. - 10
38. Engineer C.C. - 10
39. Decisions of Engineer C.C. - 10
40. Directions C.C. - 11
41. Inspection G.C. - 11
42. Final Inspection G.C. - 11
43. Testing Material G.C. - 11
SECTION 3
(Index, Continued)
Paragraph Title page
44. Lines and Grades G.C. - 12
45. Work Done Without Lines or Grades G.C. - 12
46. Preservation of Monument and Stakes G.C. - 12
47. Use of Job Site G.C. - 13
48. Sanitary Convenience C.C. - 13
49. Protection of Work - Watchmen, Lights, Etc G.C. - 13
50. Accident Prevention C.C. - 13
51. Care of Existing Structures aria Property C.C. - 13
52. Defects G.C. - 14
53. Cutting and Patching G.C. - 14
54. Employment Conditions C.C. - 14
55. Qualifications for Employment G.C. - 14
56. Employees and Equipment G.C. - 14
57. Superintendence C.C. - 15
58. Working Hours G.C. - 15
59. Detailed Estimates - Breakdown G.C. - 15
60. Construction Reports G.C. - 15
61. Monthly Estimates - Payment G.C. - 15
62. Final Estimate - Payment C.C. - 16
63. Extra, Additional, or Omitted Work - Payment . . . G.C. - 16
64. Measurements and Quantities C.C. - 17
65. Deduction for Uncorrected Work C.C. - .17
66. Correction of Work After Final Payment G.C. - 17
67. Approval of Work C.C. - 17
68. Acceptance and Occupancy G.C. - 17
69. Starting in Operation G.C. - 17
70. Delays - Unavoidable G.C. - 18
71. The Owner's Right to do Work C.C. - 18
72. Completion of Work G.C. - 18
73. Work in Bad Weather G.C. - 18
74. Properly Ordered Materials G.C. - 18
75. Requests for Time Extensions G.C. - 19
76. Liquidated Damages C.C. - 19
77. Cleaning Up - Removal cf Rubbish G.C. - 19
78. Owner's Right to Withhold Certain Amount and Make
Application Thereof G.C. - 2C
79. Termination for Breach G.C. - 20
GENERAL CONDITIONS
1. General. The following specifications are general in scope and may refer to
conditions which will not be encountered in performance of the work included
in this Contract, and which are not applicable thereto. Any requirement ,
provision, specification, or other stipulation of these General Conditions
which refers to a non-existent condition, and is not applicable to the work
to be performed under this Contract, shall be considered null and void and
shall have no meaning in this Contract.
In case of conflict between the C-eneral Conditions and the Special Provisions
or Technical Specifications , the Special Provisions or Technical Specifica-
tions shall govern.
2. Definitions. The following terms as used in these Contract Documents are
respectively defined as follows :
A. "Contractor". The person, firm, or corporation to whom the within
Contract is awarded by the Owner and who is subject to the terms
hereof.
B. "Subcontractor". A person, firm, or corporation, other than a Contractor,
supplying labor and materials, or labor for work at the site of the
project.
C. "Project". The entire improvement proposed by the Owner to be constructed
in part or in whole pursuant to the within Contract.
D. "Owner". That body or person which has authorized the project and for
whom the project is being constructed.
E. "Work". Work to be performed, including work normally done, at the loca-
tion of the project.
F. "Surety". Any person, firm, or corporation that has executed, as surety,
the Contractor's performance bond securing the performance of the within
Contract.
C. "Engineer". The Engineer or Engineers selected by the Owner to represent
the Owner in the supervision of the construction of the project.
3. Specification Requirements. All bidders shall base their bids on materials
and equipment complying fully with these specifications , and in the event he
names in his bid materials or equipment which, in the opinion of the Engineer,
do not conform, he will be responsible for furnishing materials and equipment
which fully conform at no increase in cost to the Owner.
4. Site Examination. Bidders shall visit the site of the proposed work and in-
form themselves of the conditions under which the work is to be performed.
Their inspections shall cover the ground structure, obstacles which may he
encountered, location of water table, and other matters relevant to the work
both above and below ground. Where test boring logs , indicating underground
G.C. - 1
conditions, are shown on the plans , this data is for the bidder's information
only and reflects only the conditions observed at the time and place of the
drilling. Neither the Engineer or the Cwner shall be held responsible for any
variance or deviation from the data shown en the plans, as encountered during
actual construction.
The successful bidder will not be allowed any extra compensation by reason of
any matter or thing concerning which he could have fully informed himself,
prior to the bidding.
5. Statement of Bidder's Plant and Financial Condition. Each bidder may be
required to submit , on request of the Engineer or Owner, the following data:
A. A statement that the bidder maintains a permanent place of business and
the address thereof.
E. A statement pertaining to the equipment which the bidder proposes to use
on the project.
C. A financial statement , duly sworn in form approved by the Owner, listing
all assets and liabilities.
D. A statement listing projects of similar nature which the bidder has con-
structed cr in the construction of which the bidder was actively engaged
in a responsible capacity.
Any bidder may be required by the Owner to submit additional data to satisfy
the Owner that such bidder is prepared to properly complete the project if it
is assigned to him.
b. Qualifying Conditions in Bidder's Proposal. A bidder shall not stipulate in
his Proposal any conditions not contained in the Form of Proposal in the Con-
tract Documents. Bidders are specifically advised that attachment of condi-
tions to the bid may disqualify him as an acceptable bidder.
7. Estimated Quantities. The estimated quantities of the various types of work
to be done on unit price contracts , and materials to be furnished on lump sum
contracts are approximate only and are to be used as a basis for estimating
the probable cost of the work and for comparing the bids offered on the work.
The Contractor agrees that, during the progress of the work on unit price con-
tracts, the Owner may vary the quantities or eliminate an item completely as
may be deemed necessary and/or advisable without changing the unit bid prices
shown in the Proposal. On lump sum contracts , the Contractor agrees that
reasonable and normal variations in the work are to be expected, and these
changes will not be used as a basis for a claim for extra compensation.
Bidders must satisfy themselves by personal inspection and examination of the
plans and the work site and by such other means as he may prefer as to the
correctness of any quantities listed in the Proposal or on the plans. The
Contractor shall not, after submission of his bid, dispute or complain about
irregularities in the quantities , or shall he assert or claim that there was
any misunderstanding or misrepresentation as to the nature or amount of the
work to be performed.
G.C. - 2
The Contractor agrees that he will make no claim for damages , anticipated
profits or losses on account of any differences between quantities of work
actually performed and materials actually furnished and the estimated
quantities.
8. Copies of Documents. Each bidder will be required to purchase at least one (1)
complete set of plans , specifications , and related documents. A duplicate set
of Proposal Forms will be furnished, and this form will be used for submission
of sealed bids. If awarded the Contract, the submitted Proposal will be used
to complete the signed Contract Documents , including the Proposal Form, and
the original Proposal will be retained in the Owner's files.
9. Data Sheets. Where data sheets concerning equipment to be furnished in the
work are included in the specification documents as part of the Proposal,
the bidder shall furnish the required information by filling in the data
sheets complete in every detail.
In the event that the data sheets furnished are insufficient , or do not readily
lend themselves to the correct description of the equipment , the bidder shall
file with the bid additional statements setting out the necessary information.
Failure to furnish such information as is required on the data sheets will be
considered as grounds for rejecting the bid.
10. Preparation of Proposals. Each Proposal shall be firmly sealed in an envelope
labeled "Contract Proposal" and delivered to the office designated in the
Advertisement for Bids.
All bids are to be made only on the duplicate Proposal Form furnished by the
Owner along with these specifications. An exact copy of this Proposal Form
will be acceptable. Total bid prices are to be written both in words and by
figures on lump sum contracts ; in case of conflict , the written form will
govern.
On unit price contracts, the unit bid price will govern over the extensions.
No bid will be accepted which does not contain adequate or reasonable prices
for each and every item named in the bidding schedule. Unbalanced or irregular
bids may be rejected.
Only proposals which are prepared on the specified Proposal Form will be
considered.
11. Bid Security. All bids must be accompanied by a certified check or bank draft
drawn on a solvent bank, or a satisfactory bid bond executed by the bidder and
an acceptable surety company, made payable to the Owner, as defined in the
Advertisement for Bids, in an amount equal to five percent (5o) of the total
amount of the bid. The check or bid bond shall be held as security that, if
the bid is accepted, the bidder will execute and file the proposed performance
bond within ten (10) days from the date of the notification of award of Con-
tract. On failure of the successful bidder to execute the Contract and per-
formance bond, he shall forfeit the deposit as agreed as liquidated damages.
The bid security of the three lowest bidders for each Contract may be held for
thirty (30) days, or until the Contract is executed and approved, whichever
G.C. - 3
is the least, when they will be returned. The balance of the bid securities
submitted will be returned within ten (10) days after the opening of bids.
12. Execution of Documents. The Contractor, in signing his bid on the whole or
any portion of the work shall conform to the following requirements :
Bids which are not signed by individuals making them should have attached
thereto a power of attorney evidencing authority to sign the bid in the name
of the person for whom it is signed.
Bids which are signed for a partnership should be signed by all of the partners
or by an attorney-in-fact. If signed by an attorney-in-fact, there should be
attached to the bid a power of attorney evidencing authority to sign the bid,
executed by the partners.
Bids which are signed for a corporation should have the correct corporate
name thereof and the signature of the President or other authorized officer
of the corporation manually written below the corporate name following the
word "By:
If such a bid is manually signed by an official cther than the President of
the Corporation, a certified copy of a resolution of the Board of Directors
evidencing the authority of such official to sign the bid should be attached
to it. Such bid should also bear the attesting signature of the secretary
of the corporation and the impression of the corporate seal.
The Contractor shall be deemed as having been awarded when formal notice of
award shall have been duly served upon the intended awardee (i.e. , the bidder
to whom the Owner contemplates awarding the contract) by some officer or agent
of the Owner duly authorized to give such notice.
13. Filing Bids. After bids are opened and read aloud, they shall be placed on
file for public inspection and shall remain there as the property of the
Owner. Any bidder may withdraw his bid at any time prior to the scheduled
closing time for the receipt of bids , as stated in the Advertisement for
Bids , but no bid shall be withdrawn for a period of thirty (30) days after
the scheduled closing time for the receipt of bids.
14. Alternates. Proposals may be submitted on one or all of the Alternates , Items ,
and Units as shown in the Proposal Form at the bidder's option, unless other-
wise directed elsewhere in these specifications.
Each bidder must submit such special data, if any, in respect to such alter-
nates , which any section of the Contract Documents requires to be submitted
with each bid.
15. Supplemental Unit Prices. Where supplemental unit prices are shown in the
Proposal on lump sum contracts, the Owner reserves the right to reject any
or all supplemental unit prices which it deems to be excessive or unreasonable.
In cases where any part or all of the bidding is to be received on a unit price
basis , the quantities stated on which prices are invited are approximate
only, and each bidder is required to make his own estimates of the actual
C.C. - 4
r`
amounts and calculate his bid price accordingly. The estimated quantities
shown, while made from the best information available, are approximate only,
and payment of the Contract will be based on the actual number of units
installed in the completed work.
Bids will be compared on the basis of the stated number of units in the Pro-
posal Form.
16. Notice of Award. The Contract shall be deemed to have been awarded upon dis-
patch to the Contractor by the Owner of the Notice of Award. The Notice of
Award will be considered as dispatched when properly addressed and deposited
in the U. S. Mails , or when handed in person to an authorized representative
of the Contractor by the Owner or his Agent.
17. Definition of Notice. Where, in any section of the Contract Documents, there
is a provision requiring the giving of a notice, such notice shall be deemed
to have been given (to the Cwner) when written notice shall be delivered to
the Engineer or the Owner, or shall have been placed in the U. S. Mail
addressed to the Chief Executive Official of the Owner at the place where
the bids, or proposals, for the Contract were received; and (to the Contractor)
when a written notice shall be delivered to the chief representative or
superintendent at the site of the project to be constructed or when such
notice is placed in the U. S. Mails addressed to the Contractor at the address
of his permanent place of business; (to the Surety) on the performance bond
when a written notice is placed in the U. S. Mails addressed to the Surety
at the home office of such surety.
18. Execution of Contracts and Bonds. Each Contract must be executed in four (4)
original counterparts, (seven [7] original counterparts when the U. S. Govern-
ment is participating), and there shall be executed original counterparts of
the Contractor's performance bond in equal number to the original counterparts
of the Contract. One copy of such executed documents will be retained by the
Owner, the second will be delivered to the Contractor, the third will be de-
livered to the Surety, and the fourth to the Engineer. (When necessary, three
[3] copies will be sent to the U. S. Governmental Agency. )
In addition to the performance bond, the Contractor may be required to furnish
documents attesting to the required compensation insurance, public liability
insurance, and property damage insurance required herein.
The entire cost of executing the bonds, the Contract, and the insurance, in-
cluding all notarial fees and expenses , are to be paid by the Contractor.
19. Performance Bond. The Contractor shall furnish a surety bond (form attached)
in an amount at least equal to one hundred percent (100%) of the Contract
price as security for the faithful performance of this Contract and for the
payment of all persons performing labor and furnishing materials in connection
with this Contract.
20. Contractor's Insurance. The Contractor shall not commence work under this Con-
tract until he has obtained all insurance required under this paragraph and
such insurance has been approved by the Owner, nor shall the Contractor allow
any Subcontractor to commence work on his subcontract until all similar insur-
ance required of the Subcontractor has been so obtained and approved.
G.C. - 5
A. Proof of Carriage of Insurance. The Contractor shall furnish the Owner
with satisfactory proof of carriage of the insurance required.
B. Compensation Insurance. The Contractor shall take out and maintain during
the life of this Contract Workmen's Compensation Insurance for all of his
employees employed at the site of the project and, in case any work is
sublet, the Contractor shall require the Subcontractor similarly to pro-
vide Workmen's Compensation Insurance for all of the latter's employees
unless such employees are covered by the protection afforded by the Con-
tractor. In case any class of employees engaged in hazardous work under
this Contract at the site of the project is not protected under the Work-
men's Compensation statute, the Contractor shall provide, and shall cause
such Subcontractor to provide adequate employer's liability insurance for
the protection of his employees not otherwise protected.
C. Public Liability and Property Damage Insurance. The Contractor shall take
out and maintain during the life of this Contract such Public Liability
and Property Damage Insurance* as shall protect him and any Subcontractor
performing work covered by this Contract, from claim, for damages for
personal injury, including accidental death, as well as from claims for
property damages, which may arise from operations under this Contract,
whether such operations be by himself, or by any Subcontractor, or by
anyone directly or indirectly employed by either of them, and the amounts
of such insurance shall be as follows:
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 $300,000 on account
of one accident, and Property Damage Insurance in an amount not less
than $25,000.
21. Royalties and Patents. The Contractor shall pay for all royalties and patents.
The Contractor shall and will indemnify, save harmless and defend the said
Owner from any and all suits , actions , legal proceedings , claims, damages,
demands , costs, expense and attorney's fees , incident to any infringement of
any patent or patents , appliances or materials used by the Contractor in the
work or installed or incorporated in the work or in any way connected there-
with. The Owner shall pay for any license fee or royalties for processes.
22. Permits, Surveys , and Compliances with Laws. The Contractor shall pay for
all permits and licenses necessary for the prosecution of the work unless
otherwise specifically provided. The Contractor shall give all notices , pay
all fees, and comply with all laws, ordinances , rules, and regulations bear-
ing on the conduct of the work.
The Owner will furnish all site surveys , easements, permits , pipe line licenses,
etc. , necessary to authorize construction of any permanent work required in the
specifications , where such work is to be done on property other than the Owners.
*Construed as including Contractor's contingent or Protective Insurance
if necessary to protect the Contractor from damage claims arising from
operations under this Contract.
G.C. - 6
23. Subcontracting. The Contractor shall not subcontract work to be performed or
any materials to be furnished in the performance of this Contract without the
written consent of the Owner. If the Contractor shall sublet any part of
this Contract, the Contractor shall be as fully responsible to the Owner for
the acts and omissions of his Subcontractor and of the persons either directly
or indirectly employed by his Subcontractor, as he is for the acts and omis-
sions of persons directly employed by himself. The Contractor agrees that
this Contract obligation shall be in addition to the liability imposed by
law upon the Contractor.
The Contractor shall notify the Owner in writing of the names of the Subcon-
tractors proposed for the principal part of the work, and shall not employ any
Subcontractor that the Owner or Engineer objects to as incompetent or unfit.
The Owner shall on request furnish to any Subcontractor, whenever practical,
evidence of the amounts certified to or on his account.
Nothing contained in the Contract Documents shall create any contractual
relationship between any Subcontractor and the Owner.
24. Assignment of Contract. The Contractor shall not assign this Contract or any
part hereof without the written consent of the Owner. No assignment of this
Contract shall be valid unless it shall contain a provision that the funds to
be paid to the Assignee under the assignment are subject to a prior lien for
services rendered or materials supplied for the performance of the work called
for in said Contract in favor of all persons, firms , or corporations rendering
such services or supplying such materials.
Such provision, however, need not be inserted if the "assignment" technically
constitutes a novation, i.e. , the assignee not only acquires the benefits
under the Contract but also assumes the obligations thereunder in place of
the assignor.
25. Other Contracts. The Owner may award other contracts for additional work, and
the Contractor shall fully cooperate with such other contractors and carefully
fit his own work to that provided under other contracts as may be directed by
the Engineer. The Contractor shall not commit or permit any act which will
interfere with the performance of work by any other Contractor.
26. Guarantees. All work shall be constructed in accordance with the plans and
these specifications and standard construction codes and must be guaranteed
for a period of one (1) year from the date of final acceptance, or for such
longer period as may be required in the Special Provisions.
In placing orders for equipment, the Contractor shall purchase same only under
a formal and written guarantee from the respective manufacturers that the
equipment supplied will function properly as an integral part of the com-
pleted project in accordance with the plans and these specifications.
The Contractor shall require that the manufacturer of proposed equipment agree
in writing, at the time of placement of the order, to furnish, in cooperation
with the Contractor, technical superintendence and mechanical labor and parts,
that may be required during the installation or tune-up period, to make the
G.C. - 7
equipment function satisfactorily, even if same was not shown on the plans
or approved shop drawings.
27. License or Royalty Fees. If the project is designed so as to require or permit
the use of a process or processes (as distinguished from articles, apparatus ,
or equipment) , for which licenses or royalty fees will be charged, such fees
for the use of such processes will be paid by the Contractor to the Patentee,
Licensee, or Owner of such process, and the Contractor shall have included
such fees in his bid. No claim for extra compensation for payment of said
fees will be considered by the Owner.
28. Materials and Workmanship. Unless otherwise stipulated in the specifications,
all workmanship, equipment, materials, and articles incorporated in the work
covered by this Contract are to be new and of the best grade of their respec-
tive kinds for the purpose. The Contractor shall, if required, furnish such
evidence as to kind and quality of materials. The Contractor shall furnish to
the Owner, for approval, the name of the manufacturer of machinery, mechani-
cal and other equipment, which he contemplates installing, together with their
performance capacities and other pertinent information.
If not otherwise provided, materials or work caller: for in this Contract shall
be furnished and performed in accordance with well-known established practice
and standards recognized by architects, engineers , and the trade.
When required by the specifications, or when called for by the Engineer, the
Contractor shall furnish the Engineer for approval full information concerning
the material or articles which he contemplates incorporating in the work.
Samples of materials shall be submitted for approval when directed. Machinery, •
equipment , materials, and articles installed or used without such approval
shall be at the risk of subsequent rejection.
In the selection of equipment for this proposed improvement, preference will
be given:
A. To those units which are most easily adaptable to installation within the
proposed building structures.
B. To those units which most readily adapt themselves with other equipment
to be selected for the whole improvement.
29. "Or Equal Clause" - Materials. Whenever in any of the Contract Documents an
article, material, or equipment is defined by describing a proprietary pro-
duct, or by using the name of a manufacturer or vendor, the term "or equal",
if not inserted, shall be implied. The specific article, material, or equip-
ment mentioned shall be understood as indicating the type, function, minimum
standard of design, efficiency, and quality desired, and shall not be construed
in such a manner as to exclude manufacturer's products of comparable quality,
design, and efficiency. The Contractor shall comply with the requirements of
the contract documents relative to the Owner's approval of materials and
equipment before they are incorporated in the project.
30. Convict-Made Materials. No materials manufactured or produced in a penal
or correctional institution shall be incorporated in the project under this
Contract.
G.C. - 8
31. Delivery of Material. Material delivered on the sides of the street for use
upon the street , or adjacent thereto, shall be neatly and compactly piled up
along the sides of the roadway in such a manner as to cause the least incon-
venience to the property owners and to the general public; private drives and
street crossings are to be kept open. Shade trees and other improvements
shall be protected by the Contractor from all damage. Fire hydrants are not
to be obstructed at any time.
No material will be allowed to be delivered on any street except by permission
of the Owner; and any material delivered without such permission shall, upon
due notice to the Contractor to that effect, be immediately removed from the
street; and, upon failure of the Contractor so to do, the Owner is hereby
authorized and directed to cause such material to he removed and the cost
thereof charged to the Contractor.
32. Intent of the Contract Documents. The Contract Documents are complementary,
and what is called for by any one shall be as binding as if called for by all.
The intention of the Contract Documents is to include in the contract price the
cost of all labor and materials , water, fuel, tools , plant equipment , power,
light, transportation, and all other expense as may be necessary for the proper
execution of the work involved including items not mentioned but necessary
to make a complete project, from, beginning of operations until the work in-
volved has been finally accepted by the said Owner.
The Contractor shall complete the work in accordance with this expressed intent
and shall make all temporary or permanent connections of every kind and to all
services and equipment (water, power, etc. ) at his own expense and to the
satisfaction of the Engineer.
In interpreting the Contract Documents , words describing materials or work
which have a well-known technical or trade meaning, unless otherwise specifi-
cally defined in the Contract Documents , shall be construed in accordance with
such well-known meaning recognized by architects, engineers , and the trade.
33. Flans and Specifications. The work shall be executed in strict conformity
with the plans and specifications, and the Contractor shall do no work without
proper drawings and instructions.
The plans as prepared by the Engineers for this proposed improvement are in
sufficient detail to give the general layout of the work as contemplated and
to show clearances available. The Owner, through its Engineer, reserves the
right to alter the details of the plans upon the selection of the particular
units proposed to he furnished, or whenever necessary to insure the completion
of the project in accordance with the intent of the Owner.
The Engineer will furnish the Contractor, free of charge , all copies of draw-
ings and specifications reasonably necessary to properly carry out the work.
Figured dimensions on the plans may he assumed correct but shall be checked by
the Contractor before starting construction. All errors , omissions , and dis-
crepancies shall he brought to the attention of the Engineer, and his decision
therein shall be final. All notes on the plans shall be followed. Discovery
of an error, omission, or other discrepancy shall not be considered as a basis
G.C. - 9
.e.'N
for improper work, and the Engineer shall make the necessary corrections for
the proper execution of the work.
34. Specifications and Plan Consistency. The several parts of the specifications
and the said plans and profiles included therewith, shall be taken and con-
strued together to explain each other and make the whole consistent. Figured
dimensions shall take precedence over scaled dimensions.
35. Alleged Inaccuracies. The Contractor will thoroughly acquaint himself before
commencing the work as to the meaning and correctness of the specifications ,
plans and profiles , and stakes and marks set to indicate the same , and no
claim will be entertained or paid by said Owner for or on account of any
alleged inaccuracies.
36. Interpretation of Proposed Contract Documents. If any person contemplating
submission of a bid for this Contract is in doubt as to the true meaning of
any part of the plans , specifications , or other proposed Contract Documents,
he may submit to the Engineer a written request for an interpretation thereof.
Any interpretation of the proposed documents , prior to opening bids, will be
made by addendum only, duly issued to each person receiving a set of bid
documents. The Owner will not be responsible for any other interpretation
or explanation of the proposed Contract Documents.
37. Shop Drawings. The Contractor shall submit to the Engineer all shop or set-
ting drawings and schedules required for the work, including those pertaining
to structural and reinforcing steel. The Contractor shall make any corrections
in the drawings required by the Engineer, and resubmit same without delay.
The Contractor shall furnish sufficient copies of complete working drawings
of all equipment, finally selected to be installed, for approval by the Engi-
neer, before being placed in the work. The Engineer will require two (2)
sets of these drawings for his files, and the actual number to be furnished
are those required for the Contractor's purposes plus two (2) sets.
The merits of the materials and equipment offered will be decided to a great
extent upon the information furnished. The Contractor shall make this
information as complete and comprehensive as possible.
The Contractor shall keep at the site of the work an approved or conformed
copy of the drawings and specifications, and shall at all times, give the
Owner access thereto. In case of differences between the drawings and speci-
fications , the specifications shall govern.
38. Engineer. The Engineer shall make all necessary explanations as to the
meaning and intention of the plans and specifications, shall give all neces-
sary orders and directions, acting within the scope of the particular duties
properly assigned to him by the Owner; shall also make all corrections of
errors or omissions in the plans and specifications when necessary for the
proper fulfillment of the intention thereof; the effect of such construction
to date from the time said Engineer gives due notice thereof to said Con-
tractor.
39. Decisions of Engineer. The decision of the Engineer, acting within the scope
of the duties reasonably assigned to him, will be final and the signing of the
G.C. - 10
e—• r.
Contract for construction shall be considered as the Contractor's agreement tc
accept the Engineer's decisions as final in all such matters as may reasonably
require engineering decisions , such as the quality of workmanship , the suit-
ability of materials for inclusion in the work, the performance of equipment,
and the fulfillment of the guarantees thereon.
40. Directions. The directions and orders given by the Owner, or its authorized
representative, shall be received by and obeyed by the Contractor, or in the
Contractor's absence, the said orders shall be received by the Contractor's
foreman or person in charge of the work and shall be obeyed the same as if
given to the Contractor. There shall be at all times a competent and respon-
sible person available to represent the Contractor in his absence.
41. Inspection. The Owner and its representative shall, at all times , have access
to the work whenever it is in preparation or progress, and the Contractor shall
provide proper facilities for such access and inspection.
The Owner shall have the right to reject materials and workmanship which are
defective , or require their correcticn. Rejected workmanship shall be satis-
factorily corrected, and rejected materials shall be removed from the premises
without charge to the Owner. If the Contractor does not correct such condemned
work and remove rejected materials within a reasonable time, fixed by written
notice, the Owner may remove them and charge the expense to the Contractor.
Should it be considered necessary or advisable by the Owner at any time before
final acceptance of the entire work to make an examination of work already
completed, by removing or tearing out same, the Contractor shall on request
promptly furnish all necessary facilities , labor, and materials. If such
work is found to be defective in any material respect, due to fault of the
Contractor or his Subcontractors , he shall defray all the expense of such
examination and of satisfactory reconstruction. If, however, such work is
found to meet the requirements of the Contract, the actual cost of labor and
material necessarily involved in the examination and replacement, plus fifteen
percent (150) , shall be allowed the Contractor.
42. Final Inspection. Upon the completion of the whole work by the Contractor,
the Owner and its Engineers will make a final inspection of the work to deter-
mine the workmanship and the adaptability for the purposes intended, and its
compliance with the plans and specifications therefor.
The Contractor shall provide all assistance and equipment necessary for such
testing and final inspection as a part of the Contract price bid in his
formal Proposal.
After the plant or improvement is completed, tested, and in operation, the
Contractor, when requested to do so, shall provide the services of a skilled
operator to remain at the plant or improvement site for an additional period
of ten (10) days to assist the operators of the Owner. Such assistance shall
be furnished at no extra cost to the Owner.
43. Testing Material. Attention of the Contractor is directed to the materials
tests required in this Contract. All laboratory tests shall be made by an
approved testing laboratory. The specific test requirements are set out in
G.C. - 11
/-b"
the various standard specifications of this Contract which describe the
various materials or apparatus to be tested and the method of testing to
be used. The Contractor shall furnish the materials to be tested and shall
pay all packaging and transportation charges on any samples required to be
submitted to the laboratory.
Where certified test reports are required to be furnished by the manufacturer,
the Contractor shall furnish duplicate copies of the reports before the material
will be approved for use.
Unless otherwise specified in the Special Provisions , the Contractor shall
pay the cost of all laboratory testing and shall furnish incidental materials
and labor at the site in connection with the tests.
44. Lines and Grades. All controlling lines and grades will be established by the
Engineer, and the Contractor shall provide all stakes and such materials re-
quired and shall give competent manual assistance as may be required in setting
the same, and all objects and marks defining lines and grades shall be care-
fully preserved. The Contractor shall notify the Engineer a reasonable time
in advance of the date and location that he intends to work, in order that
lines and grades may be furnished. All additional measurements that will be
required to complete the work, in addition to the controlling lines and grades ,
shall be made by the Contractor. No compensation shall be paid the Contractor
for the cost of any of the work, or for delay occasioned by giving lines and
grades , or making other necessary measurements , or for inspection; but such
cost shall be included in the prices specified for the appropriate items.
45. Work Done Without Lines or Grades. Any work done without having been properly
located and established by base lines , offset stakes , bench marks , or other
basic reference points located, established, or checked by the Engineer, and
found to be improper, may be ordered removed and replaced at the Contractor's
expense.
It shall be the responsibility of the Contractor to notify the Engineer suffi-
ciently in advance of his operations to enable the Engineer to set the required
control stakes and marks.
The detail layout of structures and staking of individual items shall be done
by the Contractor subject to check by the Engineer as to compliance with plans
and specifications. At all times, in all cases, the Contractor shall be res-
ponsible for the correctness and accuracy of the detail layout of finished
structures.
46. Preservation of Monuments and Stakes. The Contractor shall be responsible for
the preservation of all monuments, bench marks , reference points, and stakes
located in or near the work, and shall take those steps or actions necessary
to preserve and protect these stakes and marks. In case of willful or careless
destruction of the stakes by the Contractor or his employees, the full expense
or resetting and replacement will be charged to the Contractor, and he shall
be responsible for any mistakes or loss of time that may be caused by this
unnecessary disturbance. In the case of any permanent monuments or bench
marks which must, of necessity, be removed or disturbed in the construction of
the work, the Contractor shall carefully protect and preserve the same until
G.C. - 12
r—. "Th
they can be properly referenced for relocation. The Contractor shall furnish
at his own expense, such materials and assistance as is necessary for the proper
replacement of monuments or bench marks that have been moved or destroyed.
Any instrument man or survey assistant employed on the work by the Contractor
or his Subcontractors shall, in the judgment of the Engineer, be compentent or
they shall be removed from the work and replaced by a competent individual.
Unless otherwise specified in the Special Provisions , the Contractor shall
furnish rodmen, chainmen, stakemen, and all wood and metal stakes required to
assist the Engineer in the staking and marking of the work for the Con-
tractor.
47. Use of Job Site. The Contractor shall confine his equipment , apparatus, the
storage of materials and operation of his workmen to limits indicated by law,
ordinances, permits or directions of the Owner and shall not needlessly encum-
ber the premises or adjacent streets or property with his materials.
The Contractor shall make satisfactory arrangements to stcre his material and
equipment after delivery, and before and during construction. The Owner can
assume no responsibility prior to the completion and final acceptance of the
installation. The Contractor shall not load or permit any part of the struc-
ture to be loaded with a weight that will endanger its safety. The Contractor
shall enforce the Engineer's instructions regarding signs , advertisements ,
fires, and smoke.
48. Sanitary Convenience. Necessary sanitary conveniences for the use of laborers
on the work, properly secluded from public observation, shall be erected and
maintained by the Contractor in such manner and at such points as shall be
approved by the municipality, or other governing body affected, and their
use shall be strictly enforced.
49. Protection of Work - Watchmen, Lights , Etc. The Contractor shall continuously
maintain adequate protection of all his work from damage and shall protect the
Owner's and adjacent property from injury arising in connection with his
Contract.
Colored lights and flares , and if required, watchmen, are to be maintained by
the Contractor when necessary to prevent accident.
Night watchmen, or Sunday watchmen, are to be maintained by the Contractor
when necessary, to prevent accident, theft or property damage.
50. Accident Prevention. Precaution shall be exercised at all times for the pro-
tection of persons (including employees) and property. The safety provisions
of applicable laws, building, and construction codes shall be observed. Machi-
nery, equipment , and all hazards shall be guarded or eliminated in accordance
with the safety provisions of the Manual of Accident Prevention in Construc-
tion, published by the Associated General Contractors of American, to the
extent that such provisions are not in contravention of applicable law.
51. Care of Existing Structures and Property. All poles , trees, shrubbery, fences,
sewer, water, gas, or other pipes, wires , conduits , and manholes , steam,
G.C. - 13
electric, and street railway structures and tracks, tunnels , tunnel shafts,
buildings , and all structures and property along the route of said proposed
improvement shall be supported and protected from injury by the Contractor
during the construction and until the completion of said improvement and
appurtenances. The Contractor shall be liable for all damages to such struc-
tures and property and shall save and keep the Owner and Engineer harmless
from any liability or expense for injuries , damages , or repairs to same.
52. Defects. All settlements , defects, or damages in any portion of the improve-
ment caused by public travel, settlement of foundation, defective material or
workmanship, before the final acceptance of the work by the Owner shall be
repaired and made good at the Contractor's expense before the final inspec-
tion and payment are made.
53. Cutting and Patching. The Contractor shall do all cutting, fitting, or patch-
ing of his work that may be required to make its several parts fit together
or to receive the work of other Contractors shown upon, or reasonably implied
by, the plans and specifications for the completed structures, and he shall
make good after them as may be directed by the Engineer.
The Contractor shall not endanger any work by cutting, digging, or otherwise
and shall not cut or alter the work of any other contractor without the
consent of the Engineer.
54. Employment Conditions. The Contractor shall fully inform himself of all the
laws, decrees , rules, regulations, and all ordinances which will prevail,
relating to the employment of labor and labor rates and payment thereof, and
he shall be governed thereby and shall comply fully therewith.
Local labor, either skilled or common, shall have the preference , insofar as
it may be practicable.
55. Qualifications for Employment. No person under the age of sixteen (16) years
and no person currently serving sentence in a penal or correctional institu-
tion shall be employed to perform any work on the project under this Contract.
No person who age or physical condition is such as to make his employment
dangerous to his health or safety, or to the health and safety of others,
shall be employed to perform any work on the project under this Contract;
provided, that this sentence shall not operate against the employment of
physically handicapped persons , otherwise employable , where such persons
may be safely assigned to work which they can ably perform.
56. Employees and Equipment. All employees of the Contractor shall have such skill
and experience as will enable them to properly perform the duties assigned
them. Any person employed by the Contractor or a Subcontractor who, in the
opinion of the Engineer, does not perform his work in a proper and skillful
manner, or who is disrespectful, intemperate, disorderly, or otherwise objec-
tionable, shall at the written request of the Engineer, be forthwith discharged
and shall not be employed again on any portion of the work without the written
consent of the Engineer. The Contractor or a Subcontractor shall furnish
such suitable machinery, equipment , and construction forces as may be neces-
sary, in the opinion of the Engineer, for the proper prosecution of the work,
and failure to do so may cause the Engineer to withhold all estimates which have
G.C. - 14
or may become due, or the Engineer may suspend the work until his requests
are complied with.
57. Superintendence. The Contractor shall give his personal superintendence to
the work or have at the site of the work at all times a competent foreman,
superintendent , or other representative satisfactory to the Owner and Engineer
and having complete authority to act for the Contractor.
Insofar as it is practicable, the individual who has been selected to represent
the Contractor shall so act, and shall follow without delay instruction of
the Engineer in the prosecution of the work in conformity with the Contract.
58. Working Hours. The work shall be done in the presence of an Engineer or
inspectors appointed by the Owner, and unless special arrangements are made
with the Engineer, work shall only be done during regularly and commonly
accepted or prescribed working hours. No work shall be done nights or
Sundays unless special permission shall be given by the Engineer.
Night work or Sunday work, in residence areas , must be conducted with a
minimum amount of noise and disturbance.
In general, Saturday work shall be at the Contractor's option; however, the
Engineer or inspector shall be notified on each Friday when the Contractor
intends to perform work on Saturday. The Contractor shall make every effort
to schedule a full crew when Saturday work is intended.
59. Detailed Estimates - Breakdown. The Contractor may be required, within ter:
(10) days following the award of Contract , tc furnish to the Engineer a
detailed estimate and breakdown of the Contractor's estimate of cost conform-
ing to the Contractor's bid, which estimate or breakdown shall be the basis
of estimating periodic payments to the Contractor. This estimate shall be
subject to the review and modification of the Engineer.
60. Construction Reports. The Contractor, as the work progresses, shall submit
to the Engineer schedules of actual unit costs, which schedules shall be in
such form and shall be supported as to correctness by such of the estimates
upon which they are based, as to permit the preparation or revision of
monthly estimates for partial payment.
61. Monthly Estimates - Payment. The Engineer, upon the first day of each month,
or as early as is practical thereafter, will make an approximate estimate
in writing of the materials incorporated into the work , the amount of work
performed, and the value thereof at the contract unit prices. From the total
amount so ascertained will be deducted such percentage as is outlined in the
Special Provisions of this Contract , said percentage to he retained until
after the completion of the entire work to the satisfaction of the Owner, and
the remaining percentage of the amount so ascertained will be paid to the
Contractor. In addition to the above and upon presentation of certified
copies of invoices and freight bills, an estimate shall be made for payment
of ninety percent (90o) of the value of acceptable , non-perishable materials
intended for incorporation into the completed work, suitably stored at the
site or other acceptable storage places, and which have not been used in the
work prior to such estimate.
G.C. - 15
es%
•
•
No estimate other than a final estimate will be made where the value of the
work performed since the last preceding estimate is less than $1,000.00.
Not later than the 15th day of each month, the Cwner will make payment to
the Contractor on the basis of a duly certified estimate as prescribed above.
62. Final Estimate - Payment. The Engineer's final estimate shall be based upon
a careful detailed estimate of the materials and equipment furnished and in-
stalled in the completed improvement according to the provisions of these
specifications. Final payment shall be made to the Contractor for any amount
remaining due upon the final inspection, testing, and formal acceptance of
the work by the Owner within thirty (30) days after the final completion and
the acceptance of work.
63. Extra, Additional, or Omitted York - Payment. The Owner, upon proper action
by its governing body, may authorize changes in , additions to, or deductions
from the work to be performed or the materials to be furnished pursuant to
the provisions of the contract or any other contract documents.
The Owner reserves the right to increase or decrease the contract quantity of
minor bid items, and such additions and/or deductions shall not be a basis
for claims for extra compensation other than that provided in the Proposal
and these specifications.
The Owner further reserves the right to increase or decrease the contract
quantity of major bid items by an amount not to exceed twenty percent (20%)
without altering the unit price bid shown in the Proposal. Change in the
quantity of each bid item in excess of twenty percent (20%) may be accom-
plished only after a satisfactory unit price has been negotiated between the
Contractor and the Owner.
A major bid item is defined as any bid item whose total dollar extension on
the original contract equals more than ten percent (10%) of the total con-
tract amount.
Adjustments, if any, in the amounts to be paid to the Contractor by reason
of any such change, addition, or deduction, shall be deemed by one or more
of the following methods:
A. By unit prices contained in the Contractor's original bid and incorporated
in the construction contract.
B. By a supplemental schedule of prices contained in the Contractor's original
bid and incorporated in the construction contract.
C. By an acceptable lump sum proposal from the Contractor.
D. On a cost-plus basis. A cost-plus basis is defined as the cost of labor,
materials and/or equipment which will be incorporated into the completed
work, rental of construction equipment, and insurance plus fifteen per
cent (15%) of said cost to cover all other miscellaneous expenses and
profit.
E. By negotiated changes in unit prices.
G.C. - 16
•
No claim for an addition to the contract sum shall be valid unless authorized
by official order of the Engineer or Owner prior to the accomplishment of
the work.
64. Eea.surements and Quantities. All measurements and determination of quantities
shall be made by the Owner, through its proper officers , and these measure-
ments shall be final and conclusive between the parties and nothing contained
herein shall be construed as to deprive the Owner of any remedy or defense it
may have under the same for any violation of the terms or conditions of this
agreement.
65. Deduction for Uncorrected Work. If the Owner deems it expedient to accept
work injured or not done in accordance with the contract , the difference in
value , together with a fair allowance for the damages , shall be deducted.
66. Correction of work After Final Payment. Neither the final payment nor any
previsions in the contract documents shall relieve the Contractor of the res-
ponsibility for negligence or faulty materials or workmanship within the
extent and period provided by law and, upon written notice, he shall remove
any defects due thereto and pay for any damage due to other work resulting
therefrom, which shall appear within one (1) year after date of completion
and acceptance.
67. Approval of Work. The authorized and herein described project shall be com-
pleted in all respects and all materials used in its construction and all
work thereon shall be in strict accordance with the specifications set forth
herein and in full compliance with the said detailed plans therefor, attached
hereto, and made a part hereof. All work shall be done in a first class work-
manlike manner, under the direction, and to the satisfaction, of the Engineer
and Owner, prior to being approved and accepted by the Owner.
68. Acceptance and Occupancy. Should it , in the judgment of the Cwner, be deemed
advisable and to the best interests of the public, to place in use or in
service any portion or portions of the work prior to the completion and
acceptance of the whole work, such completed portion or portions as may
be ordered in writing by the Owner shall be placed in use or service and the
Contractor shall agree thereto. Such action on the part of the Gwner and
the Contractor shall not be construed as a final acceptance of any portion
or portions of the work by the Owner, nor shall such action relieve the
Contractor from his liability to complete the whole of the work in accord-
ance with the plans , specifications, and construction contract. The Con-
tractor shall make no claim upon the Owner for any amount of extra compensation
because of such action, but the said Owner shall not require the Contractor
to pay the costs of operation of any portion of the work so placed in use or
operation and the said Owner shall not , by its action, subject the Contractor
to unreasonable expense in preparing separate portions of the work for use
and service prior to the completion of the shole of the work.
69. Starting in Operation. The Contractor shall furnish a skilled operator to
adjust and start all of the equipment erected and to put it in successful
operation. After the equipment has been satisfactorily adjusted, the
operator shall instruct the Owner's operators as to the proper methods
of starting, adjusting, and caring for the equipment furnished and installed
under these specifications.
G.C. - 17
•
70. Delays - Unavoidable. If the Contractor is delayed in the completion of the
work by any act or neglect of the Owner or by any other Contractor employed
by the Owner, or by strikes, lockouts, fire, unavoidable casualties, or any
causes beyond the Contractor's control, then the time of completion may be
extended for a reasonable time, such reasonable time as the Owner may decide.
The Contractor shall, within five (5) days from the beginning of any such
delay, notify the Owner in writing of the cause of such delay.
71. The Owner's Right To Do Work. If the Contractor should neglect to prosecute
the work properly or fail to perform any provisions of this Contract, the
Owner, after three (3) days written notice to the Contractor and his surety,
may, without prejudice to any other remedy he may have, make good such
deficiencies and may deduct the cost thereof from the payment due the Con-
tractor.
72. Completion of Work. The Contractor shall commence work specified herein
within fifteen (15) calendar days after date of the Notice to Proceed issued
by the Owner to the Contractor and shall complete the work as specified, ready
for use, within the time specified in the Contract Proposal Form. In the
event no written Notice to Proceed is issued by the Owner, the contract time
as specified in the Proposal Form shall be counted from the first day of
actual work on the project.
All work shall be prosecuted in an orderly and diligent manner. The Con-
tractor shall cooperate with and conform to requests of the owner to expedite
particular portions of the work or to suspend or transfer his operations on
any portion of the work where such alteration of the Contractor's operations
is deemed advisable by the Owner.
73. Work in Bad Weather. No construction work shall be done during stormy-,
freezing, or inclement weather, except that which can be done satisfactorily,
and in a manner to secure first-class construction throughout, and then only
subject to the permission of the Engineer.
A normal amount of inclement weather shall not constitute a basis for an
extension of time under this Contract. A day lost due to inclement weather
shall be defined as a day on which the Contractor is unable to work four
(4) or more hours on a major item of construction.
Delays due to bad weather shall not be considered as a basis for time exten-
sions unless the total bad weather time exceeds ten percent (10°) of the
specified Contract time shown in the Proposal Form.
Records concerning bad weather will be maintained by the Engineer, and it is
this record that shall be used as a basis for any time extensions to be
granted.
74. Properly Ordered Materials. To be considered properly ordered materials ,
the materials must be ordered from an acceptable supplier within fifteen
(15) calendar days from the award of contract date. The order must call for
delivery to meet the construction schedule required to complete the project
within the specified time.
No extensions of time will be considered for delays resulting from late
delivery of materials unless those materials were properly ordered.
G.C. - 18
75. Requests for Time Extensions. The Contractor shall submit a statement of the
number of days lost each calendar month which he may intend using as a basis
for a claim for time extension. Said statement shall be filed in duplicate
with the Engineer at the same time the partial payment estimate is submitted
by the Contractor. The Engineer shall return one (1) copy of the claim for
time extension to the Contractor with appropriate comments. The Engineer's
comments shall not be construed as a formal time extension, but will indicate
the recommendations of the Engineer to the Owner.
A normal amount of inclement weather shall not constitute a basis for an
extension of time under this Contract. A day lost due to inclement weather
shall be defined as a day on which the Contractor is unable to work four (4)
or more hours on a major item of construction. Should work be stopped due to
unfavorable weather conditions for an aggregate of ter: percent (10°x) or more
of the total Contract time, an extension may be granted; if the total number
of days lost due to inclement weather exceeds ten percent (10°) of the total
number of Contract days. The basis for computing any such time extension
shall be the weather condition records kept by the Engineer.
7€. Liquidated Damages. In the event that the Contract has not been completed
within the specified time (including approved time extensions), the cost of
excess engineering services shall be deducted from monies due the Contractor
as Liquidated Damages.
The amount of liquidated damages chargeable per day shall be as shown in the
Special Provisions and includes only actual payroll costs plus all payroll
overhead items.
On Contracts where no regular resident engineer is assigned, the Contractor
shall be charged the daily rate shown in the Special Provisions for trips
required of an engineer to make inspections after the stated completion date.
No other liquidated damages will be charged for non-compliance within the
specified time unless specifically stated in the Special Provisions.
77. Cleaning Up - Removal of Rubbish. The Contractor shall at all times keep
the premises free from accumulations of waste material or rubbish caused
by his employees or work. Rubbish and surplus material which may accumulate
during and by reason of the work herein provided for shall be removed from
the roadway, sidewalks , and intersecting street by the Contractor within
three hundred (300) feet of the finished improvement, as fast as the improve-
ment is completed, upon any part or section of the street, and such portion
of the street left clean and in good condition.
The Contractor will be required to remove all existing structures , foundations ,
rubbish and debris as a part of his Contract, and shall dispose of same to
the satisfaction of the Engineer and such useful materials shall remain the
property of the Owner.
At the completion of the work, the Contractor shall remove all his rubbish
from and about the building and all his tools , equipment, scaffolding, and
surplus materials and shall leave his work clean and ready for use. In case
of dispute, the Owner may remove the rubbish and surplus materials and
charge the cost to the Contractor or the several contractors in proportion
to the amounts as shall be determined to be just.
G.C. - 19
78. Owner's Right to Withhold Certain Amount and Make Application Thereof. In •
addition to the payment to he retained by the Owner under the preceding pro-
visions of these General Conditions, the Owner may withhold a sufficient
amount of any payment otherwise due to the Contractor to cover:
A. Payments that may be earned or due from just claims for labor or materials
furnished in and about the performance of the work on the project under
this Contract.
B. For defective work not remedied.
C. For failure of the Contractor to make proper payments to his subcontractors.
D. Evidence of damage to another contractor.
E. Payment of liquidated damages as specified within these General Conditions
and the Special Provisions of this Contract.
F. Reasonable doubt that the Contract can be completed for the balance then
unpaid.
The Owner shall disburse and shall have the right to act as agent for the
Contractor in disbursing such funds as have been withheld pursuant to this
paragraph to the party or parties who are entitled to payment therefrom.
The Owner shall render to the Contractor a proper accounting of all such
funds disbursed in behalf of the Contractor.
79. Termination from Breach. In the event that any of the provisions of this
Contract are violated by the Contractor or by any of his subcontractors, the
Owner may serve written notice upon the Contractor and the Surety of its
intention to terminate such Contract, such notice to contain the reasons for
such intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice upon the Contractor, such violation shall
cease and satisfactory arrangements for correction be made, the Contract
shall, upon the expiration of said ten (10) days, cease and terminate. In
the event of such termination, the Owner shall immediately serve notice
thereof upon the Surety and the Contractor, and the Surety shall have the
right to take over and perform the Contract; provided, however, that , if
the Surety does not commence performance thereof within thirty (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 amount and at the expense of the Contractor, and the Contractor
and his Surety shall be liable to the Owner for any excess cost occasioned
the Owner thereby, and in such event the Owner may take possession of and
utilize in completing the work, such materials , appliances, and plant as
may be on the site of the work and necessary therefor.
G.C. - 20
SECTION 4
OFFICIAL WELD COUNTY CONSTRUCTION STANDARDS
SAP :: * .. .. i2 is .. .. .. .. * .. * .. .. .. ii ..
SECTION 4
The Weld County Official Construction Standards as adopted the 3rd of
January, 1973, shall be used wherever applicable to this Contract. Copies
of these standards are available at the office of the Weld County Engineer
and the office of Nelson, Haley, Patterson and Quirk, Inc.
Particular attention is directed to the section in these standards covering
embankment.
SECTION 5
SPECIFICATIONS FOR
PORTLAND CEMENT CONCRETE
(Index)
Paragraph Title Page
A General P.C. - 1
B Classification P.C. _ t
C Concrete Materials P.C. - i
D Mixing P.C. - 4
E Testing P.C. - 5
SPECIFICATIONS FOR
PORTLAND CEMENT CONCRETE
A. General. All of the concrete used in the various structures and appurtenances
shall consist of a mixture of an approved Portland cement, Type 11 or 11A, water,
fine aggregate and coarse aggregate mixed in accordance with these specifica-
tions and placed as shown on the plans. The concrete work provided for herein
shall include all concrete structures and necessary supports and foundations,
all as shown in detail on the plans.
B. Classification. The following classes of concrete are included in these
specifications and shall be used where specified herein or called for on the
plans:
Class of Concrete "A" "B"
Minimum Sacks (94 lbs. ),
Amount per cubic yard of
Concrete 6 5
Maximum water cement ratio 6.5 gal./sack 7.5 gal./sack
Per Cent Entrained Air 3% - 6% 3% - 6%
Minimum 7 day Compressive
Strength 1,800 lbs./sq, inch 1,400 lbs./sq. inch
Minimum 28 day Compressive
Strength 3,000 lbs./sq. inch 2,200 lbs./sq. inch
C. Concrete Materials.
1. Portland Cement. Non-air-entraining Portland cement shall conform to the
latest requirements of ASTM Designation C 150 for Type 11 Cement, Air-
entraining Portland cement shall conform to the latest requirements of
ASTM Designation C 150 for Type 11A Cement.
Manufacturer's certificate of compliance with the above mentioned specifi-
cations will be required.
All Portland cement shall be dry and free from lumps and all foreign
material at the time of mixing as determined by the Engineer.
2. Fine Aggregate. Fine aggregate shall consist of clear., hard, durable
uncoated grains of sand, free from lumps, alkali, organic matter, or
ether deleterious substances and shall be washed when necessary to obtain
conformity with these specifications and shall meet the following specific
requirements:
P.C. - 1
e•---
a. Gradation. Fine aggregate shall be well graded from coarse to fine
and when tested by means of laboratory sieves (U. S. Standard) shall
conform to the following requirements :
Percent Passing
Sieve Designation Min. Max.
3/8 Inch - 100
No. 4 95 100
No. 8 70 90
No. 15 45 80
No. 30 25 55
No. 50 10 30
No. 100 0 10
No. 200 0 3
b. Deleterious Substances. The maximum percentages of deleterious
substances shall not exceed the following values :
Clay Lumps 1%
Coal and Lignite 1/2%
Shale, alkali , mica, coated grains ,
soft and flaky particles 1%
Material floating on a liquid of
specific gravity of 1.95 0.5%
c. Organic Impurities. Fine aggregate subjected to the colorimetric
test for organic impurities and producing a color darker than the
standard shall be rejected unless it passes a mortar strength test
acceptable to the Engineer.
3. Coarse Aggregate. Coarse aggregate shall consist of crushed rock or
gravel having hard, strong, durable pieces , free from vegetable matter
or adherent coatings and shall be washed when necessary to obtain con-
formity with these specifications and shall meet the following specific
requirements :
a. Gradation. Coarse aggregate shall be well graded to the following
gradation limits using U. S. Standard sieves.
Percent Passing by Weight
1-1/2" to 3/4" 3/4" to No. 4
Sieve Designation Min. Max. Min. Max.
3 Inch Sieve - 100 - -
1-1/2 Inch Sieve 90 100 - -
1 Inch Sieve 20 55 - 100
3/4 Inch Sieve 0 30 90 100
3/8 Inch Sieve 0 5 20 55
No. 4 Sieve - - 0 10
No. 8 Sieve - - 0 5
P.C. - 2
b. Deleterious Substances. Deleterious substances in coarse aggregate
shall not exceed the following percentages by weight:
Total material passing the No. 200 Sieve (wash) 3.00%
Clay Lumps 0 .50%
Soft Friable Pieces 2.50%
Sticks (Wet) 0.10%
Coal 0.50°
Material floating on a liquid having a specific
gravity of 1.95 1 .00%
Shale 1.00%
c. Soundness and Abrasion. The coarse aggregate shall be satisfactory
to the Engineer when tested by standard abrasion and soundness tests.
4. Water for Concrete. Water that has been approved for drinking purposes or
household use by the State or local Health Department may be used without
being tested. Water from other sources shall be tested as required by the
Engineer.
5. Admixtures. The Contractor may elect to use an air-entraining or other
admixture provided the admixture is specifically approved by the Engineer.
Admixtures to be approved either for plasticizing, densifying, air-
entrainment , or acceleration of hardening of concrete shall, when added
to the mixture, produce a concrete of specified strength in both 7-day
and 28-dav tests. Documentary evidence of acceptability will he required
when new or unknown admixtures are proposed for usage.
6. Storage of Materials . Cement and aggregates shall be stored at the work
in such a manner as to prevent deterioration or intrusion of foreign
matter. Any material which has deteriorated or which has been damaged
in storage shall not be used for concrete even though it may have been
previously approved by the Engineer.
7. Proportioning. Proportioning the "dry" constituents of ali concrete mix-
tures shall be accomplished by weighing. The Contractor shall provide
adequate and accurate scales for this work. There will be no variance
permitted in the minimum cement factor (sacks per cubic yard) as specified
for the classes of concrete. The total quantity of mixing water per sack
of cement including free water in the aggregates shall in no case exceed
the maximum specified herein.
The Contractor shall be responsible for developing the proper proportions
of aggregates , cement and water that will conform to the various require-
ments of these specifications. The proportions as developed shall be
submitted to the Engineer along with at least two sets of certified 7-day
P.C. - 3
test results for review and approval. No concrete will be incorporated
into the work until the proportions are approved by the Engineer.
The proportions for the concrete mixture approved by the Engineer shall
not be modified without the specific approval of the Engineer and then
only as may be required to provide the proper consistency and workability.
D. Mixing. The concrete shall be mixed in a batch type mixer of a type approved
by the Engineer. The volume of the mixed material for each batch shall not
exceed the manufacturer's rated capacity of the mixer, and the speed in revo-
lutions of the mixer drum shall be in accordance with the manufacturer's
recommendations .
1. General. Hand mixing will not be permitted except with the permission of
the Engineer and then only in very small quantities or in the case of an
emergency.
In the event that the Contractor elects to use air-entraining admixture
with Type II Portland cement for air-entraining concrete, the batch plant
shall be equipped with a suitable automatic dispensing device which will
proportion the air-entraining admixture accurately to each batch of con-
crete. The device shall be calibrated and adjusted to deliver to each
batch of concrete the quantity of admixture required to produce the speci-
fied air content in the concrete. The air-entraining admixture shall be
added prior to the addition of any cement or aggregate.
2. Truck Mixing. Truck mixers , unless otherwise authorized, shall be of the
revolving drum type, watertight , and so constructed that the concrete can
be mixed to assure a uniform distribution of materials throughout the mass.
All solid materials for the concrete shall be accurately measured in accord-
ance with the approved mix proportions and charged into the drum at the
proportioning plant. Except as subsequently provided, the truck mixer
shall be equipped with a tank for carrying mixing water. Only the pre-
scribed amount of water shall be placed in the tank unless the tank is
equipped with a device by which the quantity of water added can be readily
verified. The mixing water may be added directly to the batch, in which
case a tank will not be required. Truck mixers may be required to be pro-
vided with means by which the mixing time can be readily verified by the
Engineer. Mixing shall begin within thirty minutes after the cement has
been added either to water or aggregate.
Concrete transported in a truck mixer or agitator shall be discharged at
the job and placed in its final position in the forms within 1-1/2 hours
after the introduction of the mixing water to the cement and aggregate,
or cement to the aggregate , except that in hot weather or under conditions
contributing to the quick stiffening or setting of the concrete, the maxi-
mum allowable time shall be reduced by the Engineer.
Concrete shall be delivered at a rate such that no time intervals between
two consecutive batches or loads shall exceed 45 minutes , unless other-
wise permitted by the Engineer.
The volume of the mixed material for each batch shall not exceed the manu-
facturer's rated capacity of the mixer, and the speed in revolutions of
P.C. - 4
The volume of the mixed material for each batch shall not exceed the
manufacturer's rated capacity of the mixer, and the speed in revolutions
of the mixer drum shall be in accordance with the manufacturer's recom-
mendations.
3. Job Mixing. All concrete shall be mixed for a period of not less than
1-1/2 minutes after all materials , including water, are in the mixer.
The entire contents of the mixer shall be removed from the drum before
materials for the succeeding batch are placed therein. No mixer shall
be operated above its rated capacity and no mixer of a rated capacity
less than one sack shall be used.
Concrete shall be mixed only in such quantities as are required for
immediate use and shall be placed while fresh , before initial set has
occurred. Any concrete in which initial set has begun shall be wasted.
Retempering of concrete will not be allowed.
E. Testing. Test specimens of the concrete will be taken by the Contractor
under the direction of the Engineer to establish compliance with these speci-
fications. These test specimens shall be made according to the latest require-
ments of ASTM Designation C 31. Cylinders shall be tested in accordance with
latest requirements of ASTM Designation C 39.
In general, not less than two test specimens shall be made each day concrete
is poured. The number of specimens required for each day's pouring shall be
as follows:
25 cubic yards to 100 cubic yards 4 specimens
100 cubic yards or more 6 specimens
For the purposes of representing the strength and quality of the concrete in
the structures , the test specimen shall be cured adjacent to, and in the
same manner as the concrete in the structure for the first seventy-two (72)
hours.
Test specimens shall be shipped to an accredited testing laboratory for test-
ing and the results of the tests shall be transmitted directly to the Engineer.
Tests shall be made at the ages of 7 and 28 days , respectively.
All testing equipment including test specimen molds , slump cones , entrained
air measuring meters , and volume measuring devices shall be furnished by the
Contractor. All costs in connection with making quality tests , transporting
test specimens , payment for laboratory testing shall be a Contractor's respon-
sibility and these costs shall be included in the bid prices shown in the
Proposal Form.
P.C. - 5
SECTION 6
SPECIFICATIONS FOR
PLACING AND FINISHING STRUCTURAL CONCRETE
(Index)
Paragraph Title Page
A General S.C. - 1
B Forms S.C. - 1
C Placing Structural Concrete S.C. - 2
D Finish S.C. - 3
E Curing S.C. - 5
F Cold Weather Concreting S.C. - 6
G Removal of Falsework and Forms S.C. - 7
H P1scellaneous S.C. - 7
SPECIFICATIONS FOR
PLACING AND FINISHING STRUCTURAL CONCRETE
A. General. Structural concrete is defined as all concrete, formed or
unformed, used in construction, unless otherwise specifically designated
on the plans or in these specifications.
B. Forms.
1. Types and Erection. The Contractor shall provide suitable forms with
smooth surfaces of ample strength and rigidly braced. The bracing
shall be entirely adequate to prevent deviations from the correct
lines. Forms shall be substantially watertight. No form shall be
used which is not clean and of proper shape and strength, and in every
way suitable for the purposes to which it is adapted. Deformed, broken,
or defective forms shall be removed from the work . Before placing con-
crete, the fcrms shall be cleaned and oiled or coated with other suit-
able substances approved by the Engineer to prevent adherence of con-
crete to the surfaces.
All wooden forms shall be built of clean, sound, No. 1 yellow pine
lumber, reasonably free from knots, dressed on all sides, and neatly
fitted. Tongued and grooved material shall be used and securely fas-
tened by nails, screws, or bolts to the ribs of supports. Suitable
steel or plywood forms may also be used.
Wooden forms for exposed walls shall be lined with plyboard or other
smooth-surface-producing lining materials.
No forms on any part of the work shall be removed without the consent
of the Engineer, and the Contractor shall furnish a sufficient number
of forms so that the work can be prosecuted rapidly and without delay
in resetting previous forms.
Forms shall be designed for the loads which will be placed upon them,
and shall be solidly braced and anchored to prevent deformation while
placing and vibrating concrete. If required by the Engineer, the Con-
tractor shall submit detailed plans and/or design details of proposed
formwork for approval by the Engineer.
2. Form Ties and Anchors. Forms shall be rigidly tied together to prevent
warping or moving. Only form clamps of an approved pattern utilizing
rods that will terminate at least one inch (1") below the faces of the
work when the forms are removed will be used.
Forms shall be firmly anchored against floating when concrete is
deposited. Prior to placing any concrete in the forms, the interior
of the forms will be thoroughly cleaned of all loose sawdust, wood
pieces, paper, metal scraps, and other debris to the satisfaction of
S.C. - 1
the Engineer. On deep forms, doors or openings will be left in the
base or bottom of the forms for this cleaning operation as well as
placing and vibrating purposes.
C. Placing Structural Concrete. The Contractor shall give the Engineer
notice sufficiently in advance of placing concrete to permit the Engineer
to properly inspect the forms and reinforcement. No concrete shall be
placed until the forms and reinforcement are approved by the Engineer.
1. General. The method and manner of placing shall be such as to avoid
the possibility of segregation or separation of the aggregates or the
displacement of the reinforcing steel. Underwater placement of con-
crete will not be permitted except with the approval of the Engineer.
Even then, the concrete will be placed using "tremies" or other
approved tools which will insure against mixing with water or the
segregation of the concrete.
The use of long chutes for conveying concrete from the mixing plant to
the forms will not be permitted without the specific approval of the
Engineer. Depositing of a large quantity of concrete at any point and
running or working it along the forms will not be permitted, and every
effort will be made to place the concrete directly as near its final
place in the forms as possible.
2. Placing. Concrete shall be placed in the forms immediately after •
mixing. The method and manner of placing each batch of concrete shall
be such as will prevent segregation of the concrete or displacement of
the steel or forms.
Special care shall be taken to fill each part of the forms by depositing
concrete directly where it is required. Concrete shall be deposited in
horizontal continuous layers, the thickness of which generally shall not
exceed eighteen inches to twenty inches (18" - 20"). Each layer of con-
crete shall be placed before the underlying layer has become set and
shall be compacted in a manner that will entirely break up and obliterate
the tendency to produce a construction joint between the layers.
All concrete placed in walls or columns in excess of six feet (6' ) shall
be spouted, tremied, or otherwise handled so that the actual free fall
of the concrete will not exceed six feet (6' ).
3. Vibrating and Compacting. Concrete shall be vibrated, rammed, tamped,
and spaded as required to thoroughly compact the entire mass.
Vibrators used shall be of an approved type with a vibration frequency
of not less than thirty-six hundred (3600) impulses per minute. A suf-
ficient number of vibrators shall be used to secure the compaction of
each batch before the next batch is placed without delaying delivery.
There will be at least one standby vibrator in reserve and ready for
service at all times. A full time operator for each vibrator will be
available and without other duties during the placing operations.
S.C. - 2
Vibrators shall not be pushed rapidly but shall be allowed to work
themselves into the concrete mass and must be withdrawn slowly to
avoid holes.
The operation of depositing and compacting the concrete shall be
conducted so as to form a compact, dense, impervious, artificial
stone of uniform texture which shall show smooth faces when forms
are removed.
4. Joints. Expansion joints shall be constructed where and as indicated
on the plans. Unless otherwise shown or specified, the expansion
joint material shall be set back from the exposed face of the concrete
one-half (1/2) inch and the edges of the adjacent concrete shall be
beveled at a forty-five degree (45°) angle from the face.
Construction joints shall only be made in such places and in such
manner that they will have the least possible effect upon the strength
of the structure and at locations approved by the Engineer. All joints
shall be roughened and thoroughly cleaned before joining new concrete
to old.
Where new concrete is added to old at a joint, the mix will be "enriched"
by the addition of one full sack cf cement to the first batch to be
placed against the old concrete to provide a proper bond between the
concrete sections.
Bulkheads shall be used in constructing all joints other than horizon-
tal.
Shear keys shall be provided in joints as shown on the plans or as may
be directed by the Engineer. Shear keys when formed into the concrete
may be made by the insertion of, and subsequent removal of, a water
saturated timber of the specified dimensions .
D. Finish. All concrete surfaces shall be finished in accordance with the
schedule called for on the plans . Where there is no finish specified on
the plans and the surface is to be covered with backfill material or other-
wise concealed from view, the finish shall be assumed to be Class 1, unless
otherwise directed by the Engineer. Where there is no finish specified and
the surface will be exposed to view, the finish shall be assumed to be
Class 2, unless otherwise directed by the Engineer.
1. Class 1 Finish. Class 1 finish shall be a smooth finish, free of honey-
comb, air pockets, rock pockets, excessive indentations , or protusions .
Immediately after the forms have been removed, the Contractor shall
remove all form bolts and tie wires to a depth of at least one-half
inch (1/2") below the surface of the concrete. All holes and depres-
sions caused by the removal of setting back of form bolts or tie wires
shall be cleaned and filled with Portland Cement mortar composed of one
(1) part by volume cement and two (2) parts sand. All rock pockets ,
S.C. - 3
honeycomb, and air pockets shall be chipped cut, cleaned, and filled
with mortar all in compliance with instructions of the Engineer. If,
in the judgment of the Engineer, rock pockets are of such an extent
or character as to materially affect the strength of the structure
or to endanger the life of the steel reinforcement, he may declare
the concrete defective and order the complete removal and replacement
of that portion of the structure so affected.
All mortar patches shall be carefully made using a very dry mortar
tamped firmly in the void. The patches shall be kept wet for a period
of three (3) days after which it will be inspected for shrinkage cracks.
Excessive cracking will require complete removal and replacement of the
patch.
2. Class 2 Finish. When Class 2 finish is specified on the plans or when
no finish is specified and the surface is to be exposed in the finished
work, the surface will first be given Class 1 surface finish. After
the Class 1 finish is completed, the surface will be rubbed with a
No. 16 carborundum brick or a mechanical finisher sufficiently to re-
move all major protrusions , form ridges, and other unsightly bulges or
burrs, such that when finished, the surface shall be reasonably smooth
and neat in appearance. Immediately upon completion of the rubbing or
finishing with the mechanical finisher and while the concrete is still
less than seven (7) days old, the entire surface will be painted with
a mortar mix of one (1) part Portland Cement and one (1) part fine sand.
The sand shall pass a No. 16 screen. The cement mortar shall be vigor-
ously scrubbed into the surface, while fresh, with a scrub brush or wood
float. When the cement mortar has set sufficiently so that the sand
particles will not drag out of pinholes, but before final set has taken
place, the entire surface shall be thoroughly rubbed with dry burlap or
a carpet float until a smooth surface free of mortar and of even tex-
ture is obtained.
This surface when finished shall be neat, relatively smooth, and capable
of being left without paint, and still present a pleasing appearance.
3. Class 3 Finish. When Class 3 finish is specified on the plans or these
specifications, the entire surface will first be given a Class 1 finish
immediately after removal of the forms. Forms or vertical faces that
are to receive Class 3 finish should be removed early, but only with the
approval of the Engineer. Immediately after the completion of Class 1
finish, the entire surface shall be thoroughly wetted and rubbed with a
paste. The rubbing shall be continued sufficiently to remove all form
marks and projections, and fill all air pockets and voids. When the
surface is smooth, dense, and free from pit marks or other irregularities,
the past that has been worked up by the stone shall be spread smoothly
and allowed to reset.
If when the paste has set there are, in the judgment of the Engineer,
discoloration, visible form marks, or other irregularities affecting
the desired appearance, the Engineer may specify the following addi-
tional treatment:
S.C.- 4
The entire surface shall be coated with a layer of cement mortar
composed of one (1) part normal Portland Cement, one (1) part White
Portland Cement, and two (2) parts fine sand of such size that it
will pass a No. 16 screen. The cement mortar shall be vigorously
scrubbed into the surface with a scrub brush or wood float. When
the mortar has set sufficiently so that sand particles will not drag
out of pinholes in the surface, but before final set has taken place,
the entire surface shall be thoroughly rubbed with dry burlap or a
carpet float until a smooth surface , free of mortar, and of even tex-
ture, color, and appearance is obtained.
4. General. The care and attention given to form work will have a direct
effect upon the amount of work to be performed on the surface after
the forms have been removed. The Engineer shall be the sole judge of
the acceptability of the finished surface and when, in the judgment of
the Engineer, the surface needs additional work, the Contractor shall
perform this work in accordance with these instructions.
E. Curing. Fresh concrete shall be adequately protected from weather damage
and mechanical injury during the curing periods. Curing processes described
herein may be used at the option of the Contractor. Whatever the curing
process chosen, it shall be started as soon as it can be done without injury
to the concrete surface.
The following curing procedures may be used, subject to the approval of the
Engineer:
1. Ponding (for slabs or footings).
2. Spraying.
3. Wet burlap, earth, or cotton mats.
4. Water proof paper or polyethylene plastic cover.
5. Membrane curing compound.
Membrane curing compound will not be used when concrete surface is to be
painted. The type of membrane curing compound chosen shall not discolor
the concrete surface as determined by the Engineer.
Where membrane curing compound is not used, the curing process shall be
carefully adhered to as follows:
1. Surfaces being wetted by ponding, spraying, or wetted material shall
be kept completely wetted with an excess of free water on the surface
at all times for the first seventy-two (72) hours. After this period
but for the remaining four (4) days , a wetting schedule will be
followed whereby the concrete is wetted on a schedule approved by
the Engineer.
S.C. - 5
2. Surfaces being protected by waterproof paper or polyethylene plastic
cover shall receive special attention during the first seventy-two
(72) hours to insure that there is actually free moisture on the
surface of the concrete under the waterproof surface. The Engineer
may require the removal of the cover and a wetting of the surface
when, in his judgment, there is insufficient moisture for curing.
After the first seventy-two (72) hours the cover shall be kept tightly
in place for the remainder of the curing period.
F. Cold Weather Concreting. During extreme weather seasons , placing of con-
crete will be permitted only under the following conditions :
1. Temperature Control. The temperature of the concrete placed in the
forms shall not be less than 60° F. , nor more than 100° F. To
maintain this temperature range, the Contractor shall provide accept-
able heating apparatus for heating the aggregates and the water, and
in the case of hot conditions , the water may he cooled by addition of
ice.
2. Concrete may be placed when the air temperature , in the shade, is
40° F. , and rising. No concrete shall be placed, regardless of
present temperature, when the weather forecast promises freezing
weather before final set of the concrete unless special means of
heating and protection are used. Protection against freezing of the
concrete is a Contractor's responsibility regardless of the weather
forecast or climatic conditions at the time of placing of the concrete.
a. Small structures and slabs may be protected by completely covering
the fresh concrete with dry straw and canvas to a depth that in-
sures protection.
b. Large structures or vertical walls will be protected against
freezing be enclosing the structure and heating with salamanders ,
heaters, or other devices capable of providing uniform and even
heat throughout the structure.
3. Concrete placed in cold weather shall be protected from extreme tempera-
tures as follows:
a. The concrete shall be kept at a temperature of at least 50° F. ,
for the first seventy-two (72) hours.
b. After the first seventy-two (72) hours and until the concrete is
seven (7) days old, the concrete will be protected from freezing
temperatures.
c. Concrete adjacent to heaters or salamanders shall be insulated
from the direct heat of the unit which may dry it out prior to
being properly cured.
S.C. - 6
d. Temperatures shall be measured by maximum and minimum thermometers
furnished by the Contractor and installed adjacent to the concrete
as directed by the Engineer.
4. Concrete slabs shall not be placed regardless of the temperature con-
ditions if the supporting ground is frozen or contains frost.
5. The use of salt or other additive to prevent the concrete from freezing
will not be allowed.
6. Concrete which has been frozen shall be completely removed and replaced
as directed by and to the satisfaction of the Engineer, all at no added
cost to the Owner.
G. Removal of Falsework and Forms. Falsework supporting any concrete work
shall not be removed or wedges loosened without the consent of the Engineer.
In general, side forms or other non-load-carrying forms may be removed
after twenty-four (24) hours to allow finishing in accordance with these
specifications. Load-carrying forms or falsework shall not be removed
until after the concrete has attained the seven (7) day strength, or until
the concrete has set for seven (7) days. Where the new concrete is to be
built upon these load-carrying forms and falsework, they may not be removed
until the concrete has attained its twenty-eight (28) day strength or
until the concrete is twenty-eight (28) days old.
H. Miscellaneous.
1. Chamfer. All forms shall be filleted at all sharp corners which will
be exposed to public view, unless otherwise directed by the Engineer.
Triangular moldings used for fillets shall have two equal sides, and
shall be of the following sizes :
a. Walls and projections eight (8) to eighteen (18) inches = 3/4 inch
b. Walls and projections eighteen (18) inches or over = 1-1/2 inch
2. Concrete Slabs on Grades. Concrete slabs on grades shall be con-
structed as a system of independent slabs, formed by construction
joints and expansion joints as detailed on the plans. The slabs shall
be placed in checkerboard fashion , with a minimum time of twenty-four
(24) hours between placements. When the drawings do not indicate the
pattern of constriction or the location of joints, the slab shall be
divided into approximate squares not exceeding 625 square feet in area.
The preferable division lines for slabs shall be the column lines when
such exist.
3. Concrete Floor and Slab Finishes.
a. Concrete slabs shall be finished true to line and grade as shown on
the plans.
S.C. - 7
b. Screeds shall be set as required to produce the required grade
before concrete is placed.
c. After the concrete has been screeded cff and has set up sufficiently
to support a man's weight , it will be given an immediate wood float
finish. This is a final finish for slabs to he covered with in-
sulation and/or grouted on coverings .
d. For surfaces to be covered directly by roofing felts , asphalt
tile, rubber tile, or other covering set in mastic cement shall
be hand-troweled once with a steel trowel following the operation
of paragraph c. above.
e. All other slabs shall be given a second 'nand-troweling and bur-
nishing as well as a hardening and dust-proofing treatment by a
colorless aqueous solution of zinc or magnesium fluosilicate
applied in strict accordance with manufacturer's recommendations.
S.C. - 8
SECTION 7
SPECIFICATIONS FOR
REINFORCING STEEL
(Index)
Paragraph Title Page
A General R S. - 1
B Materials R S. - 1
C Placing Drawings R S. - 1
D Protection of Material R S. - a
E Placing and Fastening R S. - 1
F Splices R S. - 2
G Welding R.S. -- 2
SPECIFICATIONS FOR
REINFORCING STEEL
A. General. This work shall consist of furnishing and placing reinforcing
steel, wire, wire fabric and accessories in accordance with the American
Concrete Institute Building Code (ACI 318), the plans , these specifications
and the detailed drawings.
B. Materials. A certified copy of mill test on heat of reinforcing steel
delivered showing physical and chemical analysis shall be provided upon
request.
1. Reinforcement. Unless otherwise noted on the plans , bar reinforcement
for concrete structures shall be Grade 60 and conform to ASTM Desig-
nation A 615 or A 616. Plain smooth dowels and 1/4-inch diameter
smooth bars shall conform to the requirements of ASTM A 306. Spiral
reinforcing steel shall conform to ASTM A 615 , Grade 60, or ASTM A 82.
2. Wire and Wire Fabric. Wire and wire fabric, when used for reinforce-
ment in concrete, shall meet the requirements of ASTM Designation A 185 ,
and all subsequent revisions.
C. Placing Drawings. The Contractor shall submit to the Engineer for his
approval prior to fabrication, complete detailed drawings showing the
fabrication, identification, and placement of all reinforcing steel indi-
cated on the plans. Drawings shall be prepared in accordance with the
"Manual of Standard Practice for Detailing Concrete Structures" (ACI 315) .
When bar bending diagrams are not shown on the plans, the details of
bending shall also be submitted for approval. Bending requiring heating
of the steel will not be approved.
D. Protection of Material. Steel reinforcing shall be protected at all times
from damage. When placed in the work, it shall be free from dirt, detri-
mental scale, rust, paint, oil, or other foreign substances.
E. Placing and Fastening. Reinforcement shall be accurately placed and
securely fastened in the forms in accordance with "Placing Reinforcing
Bars", as published by the Concrete Reinforcing Steel Institute. Metal
chairs , spacers, clips, tie wires , hangers and stays as well as precast
concrete blocks and supports may be used to keep the reinforcement firmly
in place during placement of the concrete. The use of pebbles , pieces of
broken stone, brick, or concrete, metal pipe or wood blocks will not be
permitted.
Reinforcement in any member shall be placed, inspected, and approved before
any concrete is placed. Reinforcing bars shall be securely wired together
at each intersection with No. 16 gauge black annealed wire.
R.S. - 1
r- ^
F. Splices. All splicing requirements shall be shown on the placing drawings
and shall conform to ACI 318.
G. Welding. Welding shall be in accordance with "Recommended Practices for
Welding Reinforcing Steel, Metal Inserts and Connections for Reinforced
Concrete Constructions (AWS D 12.1)", as published by the American Welding
Society. Welders shall be qualified by tests as prescribed in the
"Standard Qualification Procedures (AWS B 3.0)", as published by the
American Welding Society.
R.S. - 2
•
SECTION 8
SPECIFICATIONS FOR FENCING
(Index)
Paragraph Title Page
A General F. - 1
B Barbed Wire F. - 1
C Fence Posts F. - 1
D Construction Requirements F. - 1
E Measurement and Payment F. - 2
:. i: .. .. .. .. .. .. d: :. .. ,. .; i< .. .. .. .. t.
t
SPECIFICATIONS FOR FENCING
A. General. Work covered by this section shall include providing the
materials, labor, and equipment necessary to construct barbed wire
fencing and gates at locations shown on the plans or as directed by
Engineer. Fencing shall consist of four-strand barbed wire with
either metal or wooden posts.
B. Barbed Wire. Steel barbed wire shall conform to the requirements of
ASTM A121, Class I. Aluminum barbed wire shall meet the requirements
of ASTM B211 with alloy 5052-0 for the line wire and alloy 5052-H38
for the barbs.
C. Fence Posts. Wood posts shall be straight, sound, and seasoned with
ends sawed off square or as indicated. All knots shall be trimmed
flush with the surface. Treated posts shall be peeled and treated
with either "Creosote Oil" or "Creosote-Petroleum Solution" meeting
the requirements of AASHO M 133. Posts shall be treated by the
empty cell method in accordance with American Wood-Preservers'
Association standards except that the net retention shall be at least
5 pounds of preservative per cubic foot of post. If native cedar
posts are used, the requirements for peeling and treating may be
omitted.
All dimension timber and lumber required for fences or gates shall be
sound, straight, and free from knots, splits, and shakes.
Steel posts shall be painted green or galvanized. Green paint shall
conform to Federal Standard 595, Color No. 14109. Green paint shall
be an enamel or recognized commercial quanlity formulated with light
stable pigments and suitable resins. Paint shall be subject to
approval. Galvanizing shall be in accordance with AASHO M 111, except
the hammer test as defined in 9(c) therein will not be required.
Fitting, hardware and other appurtenances not specifically covered by
the plans and specifications shall be standard commercial grade, and
in accordance with current standard practice.
D. Construction Requirements. Barbed wire fencing and gates shall conform
to Colorado Department of Highways' Standard M-607-A.
The Contractor shall perform clearing and grubbing that may be necessary
to construct the fence to the required grade and alignment.
Right-of-way fencing shall be constructed approximately 6 inches inside
the boundary of the roadway right-of-way as shown on the plans or as
staked. Anchorages, footings, or fence appurtenances shall not extend
beyond the limits of the roadway right-of-way without the consent of the
abutting property owner.
At locations where breaks in a run of fencing are required, at intersections
with existing fences, or at ditch, canal, or channel crossing, appropriate
F. - 1
a
adjustments in fence alignment and/or post spacing shall be made to
satisfy the requirements for the type of closure indicated or the
conditions encountered.
When the plans require that posts, braces or anchors be embedded in
concrete, they shall be securely braced to hold the posts in proper
position until such time as the concrete has set sufficiently to
hold the posts. Unless otherwise permitted, materials shall not be
installed on posts, or stress placed on guys and bracing set in
concrete until the concrete has set sufficiently to withstand the stress.
The tops of all posts shall be set to the required grade and alignment.
Cutting of the tops or bottoms of treated timber posts will be allowed
only with the approval of the Engineer. Posts cut in the field shall
have the cut surfaces protected with two coats of hot creosote or a 5%
pentachlorophenol-in-oil solution. When the cut surface is above
ground, the treating solution to be used shall be the same type as was
used in the original equipment.
Barbed wire shall be firmly attached to the posts and braces in the
manner indicated, stretched taut and be installed to the required
spacing.
E. Measurement and Payment. Fence will be measured and paid for by the
linear foot. Measurement will be along the base of the fence from
centerline to centerline of end posts for each continuous run of fence
including the length of barbed wire gates. End posts, corner posts,
and line brace posts will not be measured and paid for separately but
shall be included in the work. Payment for this item shall be full
compensation for furnishing all materials, labor, and equipment neces-
sary to construct fencing.
F. - 2
SECTION 9
EMBANKMENT AND GRAVEL LOCATION
1
EMBANKMENT AND GRAVEL LOCATION
The pits for embankment and gravel surfacing that are listed in these
specifications have been located by the Owner (Weld County) in order
that an acceptable source of embankment and gravel is available.
Alternate sources of material of equal or less cost are acceptable if
approved by Weld County as specified in theGravel Surfacing section of
these specifications. The following arrangements and royalties to be
paid to the Owners have been arranged for.
The Kurtz Gravel Pit is located on the St. Vrain River in Section 16,
Township 3 North, Range 67 West, one and one-half miles north of
Colorado State Highway No. 66 and Gowanda. The top soil (approximately
2 feet deep) is to be removed and stock piled and then an approximate
8 foot face can then be dug down to the water table. The top soil
is to be replaced where the gravel has been removed. A royalty of
25t (twenty-five cents) per ton is to be paid the Owner, Kurtz Cattle
Company. The Kurtz scale may be used to verify truck weights and
gravel tonage.
The Kurtz embankment pit which is composed of clay is located in their
cattle feeding yard in Section 29 and 30, Township 3 North, Range 67
West on Colorado State Highway No. 66. An approximate 10 foot face
can be worked. A royalty of 15t (fifteen cents) per cubic yard is to
be paid to the Owner, Kurtz Cattle Company.
_ `\ �/ 1 \ _
\ -.....„ -••••,,,,
\ \ , - �-. '.3 / 1
C 1 Fl I � /
J^ t.
V /J
� � i
1\\ 1� \ ▪ 1 la 1 it •`s
c M_ ii it: - i 11 )/. / l °. fit! 1�
i 1;-:i t ' / fff � IFS-• I I ^//
-�/ II $ "\ �, , -, F ,
r.ir 85 7 Ll �;4 e
��J ,.....) k
� 1 �' �
it
a (� 1 II ( '!(o � 1 ) i r i /� /� \,\ 11 \ ) . 0:0 /fir . } . \_z`>
''.\ \ ‘`.......‘'NCi V -/# .7 \\\ / 4 li
,., 51 /i !....,
..\ '‘ N\.,...\:- I ciii!' • ) 1 e'-'l
- --t71/4.,:N -,:k(,-\c'—I\ .\\ ? il - . )\ 'f ( �r 111
r Zr , \ (--.. c .
r
,--'1 :g �— ~c ;,fit �J �i' u/< U
ti �� / r't --7,b(g ':‘,.‘ ?I / c.9.4 7/ ))Th t,,:.: 1 jr.\
-�_ _ -. ` l\ r ti /� (r J� l
C` vii~��r I - '\ \\� _ �/ 1 / ate .
1 p
n. _ -
•
Vi i / P'C \ ` 1
r \ •
j i r\`C5 I, -- 1`�
\ t��` '` r
a . �� \ �C� /i�-v r. 'I�C
q
Hello