Loading...
HomeMy WebLinkAbout1.0 General & Construction Specs for SubdivisionJEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 201 CENTENNIAL, SURE 3060 P.O. BOX 1458 CILFNWOOD SPRINGS, COLORADO 81602-1458 PHONE: (303) 945-2550 FAX (303) 945-1410 CONTRACT DOCUMENTS AND GENERAL AND CONSTRUCTION SPECIFICATIONS FOR THE LAZY DIAMOND A SUBDIVISION 21 January 1992 Prepared by Jerome Gamba and Associates, Inc. Consulting Engineers and Land Surveyors Jerome F. Gamba, P.E. & L.S. 5933 LAZY DIAMOND A SUBDIVISION INDEX TO DOCUMENTS Invitation to bid 1 page Instructions To Bidders Instructions 1 through Instructions 8 Bid Form Bid page 1, Bid Schedule 1-A to 1-D through Bid page 6 Agreement pages 1 through 9 Notice of Award 1 page Notice to proceed 1 page General Conditions Table of Contents pages i, ii, and iii General Conditions pages 1 through 58 CONSTRUCTION SPECIFICATIONS Special Conditions Special 1 through Special 9 Water Pipeline Construction W-1 through W-8 Disinfection of Water Line DWL-1 AWWA STANDARDS C651-86 Index and 12 pages Hydrostatic testing HT -1 and HT -2 Service Connections W SERVICE 1 through W SERVICE 3 Portland Cement Concrete PCC -1 through PCC -4 Chlorinator System CHL -1 and CHL -2 Excavation E-1 through E-4 Earthfill F-1 through F-5 Corrugated Metal Pipe Conduits CMP -1 and CMP -2 Record Drawings RD -1 & RD -2 Restoration of Grounds RG -1 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS Sc LAND SURVEYORS INVITATION TO BID You are invited to submit a bid for the work of the LAZY DIAMOND A SUBDIVISION as outlined herein. Sealed proposals will be received and opened publicly by Jerome Gamba and Associates, Inc., Consulting Engineers at their offices at 800 Colorado Avenue, Glenwood Springs, Colorado at 2:00 P.M. on Monday the 10th day of February, 1992, for the furnishing of all labor, materials and equipment necessary for the complete construction of the work called for in the plans and specifications for the LAZY DIAMOND A SUBDIVISION. Final award of the bid is contingent upon final approval of the subdivision plat by Garfield County. It is anticipated that this approval will occur within a period of 90 days after the bid opening. The successful bidder will enter into a contract with the OWNER, and developer of the Lazy Diamond A Subdivision, Mr. Larry Axthelm for the work specified in these documents. Bid bonds and performance, payment and warranty bonds are not being required for this work. The contractor will be required to submit specified certificates of insurance before a notice to proceed is issued for the work. The work consists of the construction of the subdivision improvements for the Lazy Diamond A Subdivision including the following: a) A domestic water system comprising 3,300 lineal feet of 6 -inch ductile iron pipe main transmission system, 2,500 lineal feet of 3 -inch spring water pipeline, pump station discharge piping, service connection piping, a pump and chlorination station, and a site and foundation for a 70,000 gallon water tank. (Tank to be constructed by others). b) The grading of approximately 1,400 lineal feet of subdivision roads and the stabilization of the driving surfaces with gravel. c) The excavation and placement of earthwork for the construction of an augmentation pond to contain approximately 5 acre feet of water. This work includes the construction of the pond outlet works. A pre-bid conference and site visit can be arranged by calling the Engineers at 303-945-2550. The OWNER reserves the right to reject any or all proposals or accept what is in his best judgment, the best bid. The proposal must be placed in an envelope, securely sealed therein and labeled: LAZY DIAMOND A SUBDIVISION, FOR BID OPENING ON MONDAY, 10 FEBRUARY 1992 2:00 P.M. Bids may be submitted by mail with the bid envelope placed in another envelope and addressed to Jerome Gamba and Associates, Inc., P. 0. Box 1458 Glenwood Springs, Colorado, 81602. Federal Express, etc., should be sent to the street address of 800 Colorado Ave., Glenwood Springs, Colorado 81601. JEROME GAMBA Sc ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS LAZY DIAMOND A SUBDIVISION ADDENDUM NUMBER 2 DATE: 3 February 1992 Item 1. INVITATION TO BID shall be changed to read that the bid opening will be at 2:00 P.M. on Friday the 14th day of February 1992 -- Item 2. Construction Specifications -Special Conditions --- Section 8)d), This section shall be replaced with the following paragraphs: A pressure sensing level transmitter shall be installed at the water storage tank at the location shown on Sheet 6 of the plans. This transmitter shall be a TOBAR MODEL 75 PG1 which shall accurately detect the water level in the storage tank and shall transmit this information to a RED LION DIGITAL INDICATOR located at the pump station. The system shall be designed for a tank level range from 0 to 25 feet and for installation at a point 6 feet below the level of the bottom of the tank. The digital indicator shall have adjustable START and STOP points for the lead DUMP and an adjustable LOW LEVEL ALARM point to cause the alarm light to light. This system shall be provided with 24 volt electrical service at the pump station. The equipment supplier for the above noted instruments is Utility Control & Equipment Corp., 6300 Joyce Drive, Golden, Colorado 80403-7699, 425-1990. The pump controls shall cause the alarm light to light in the event that the lead pump fails to start. The level transmitter shall be attached to and sense the pressure in the tank drain pipeline on the tank side of the drain valve, and shall be installed at the same elevation as the tank drain pipeline. An isolation valve shall be installed in the piping to the transmitter from the tank drain pipeline. The transmitter and piping therefore shall be housed in a 48 inch I.D. precast concrete manhole vault structure with a cone top and a manhole ring and cover. The bottom of the manhole shall be open and the manhole shall placed on a 6 inch layer of Class 6 gravel. The top of the manhole shall be 6 inches above the finished grade at the tank site. JEROME GAMBA & ASSOCIATES, INC. CONSUUING ENGINEERS & LAND SURVEYORS LAZY DIAMOND A SUBDIVISION ADDENDUM NUMBER 1 DATE: 28 January 1992 Construction Specifications -Special Conditions --- Section 8)a), The following sentence shall be added to the second paragraph: "A red alarm light, mounted on the pump control building, adjacent to the door, shall be lighted when a signal is received from the storage tank that a predetermined low level has been reached. The alarm light shall be contained in a water tight fixture with a red lens." Section 8)c), first sentence, shall be changed to read: "The tank to pump signal wire system shall be and 18-4, shielded wire designed for direct bury, underground service. Specifications of the manufacture shall be submitted to the engineer for approval prior to purchase." Section 10) References to illustrations of details of POINT A shall be deleted, and the following paragraph shall be added: "The exact nature of the Greenwald and Axthelm pipelines as they enter the property on the east side of Fourmile road is unknown. It is believed that the Axthelm pipeline is 1.5 inch iron pipe and the Greenwald pipeline is 3 inch iron pipe. The contractor and the engineer will jointly determine the materials and methods to be used to make the temporary and permanent connections at POINT A after the above noted pipes have been exposed. The contractor will be paid for the work of these connections at the hourly rate bid for the work of addended Bid item number 9, plus the actual cost of materials plus 10% of the actual cost of the materials." BID SCHEDULE, PAGE 1-B ITEM 9, shall be changed to read: "construct connections to spring pipelines at POINT A to include equipment and labor only. Contractor to receive payment for materials (valves and fittings) at cost plus 10%" UNIT = hour, AMOUNT = 10 hr. BID SCHEDULE, PAGE 1-C ITEM 14, shall be changed to read: "construct 18-4, shielded, tank to pump station signal wire." JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS INSTRUCTIONS TO BIDDERS (2) ENGINEER Jerome Gamba & Associates, Inc. 201 Centennial Suite 306D P.O. Box 1458 Glenwood Springs, CO 81602 OWNER Larry Axthelm 4264 County Road 117 Glenwood Springs, CO 81601 PART 1. DEFINED TERMS. 1.01 Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. PART 2. COPIES OF CONTRACT DOCUMENTS. 2.01 Complete copies of the Drawings and Project Specifica- tions for use in preparing bids may be obtained from the Engineer, mailing address: Jerome Gamba & Associates, Inc., P.O. Box 1458, Glenwood Springs, CO 81602, for the deposit sum listed in the Invitation to Bid. All deposits for bidding documents are non-refundable. 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. Complete sets of Bidding Documents shall be submitted with the bid. 2.03 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the work and do not confer a license or grant for any other use. PART 3. QUALIFICATIONS OF BIDDERS. 3.01 Each Bidder must be prepared to submit written evidence of his qualifications to perform the Work as set forth in Part 17 of this Instructions to Bidders. Bidders may be required to submit evidence that they have a practical knowledge of the particular Work bid upon, and that they have the financial resources to complete the proposed Work. 3.02 Each Bid must contain evidence of Bidder's qualification to do business in the State of Colorado. Instructions 1 PART 4. EXAMINATION OF CONTRACT DOCUMENTS AT SITE. 4.01 Before submitting a Bid, each Bidder is advised to (a) examine the contract Documents thoroughly; (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the work; (c) familiarize himself with Federal, State, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, or performance of the work; (d) study and carefully correlate Bidder's observations with the Contract Documents; and (e) attend the pre-bid conference and site visitation described in Part 6 herein. 4.02 On sufficient advance request Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for• submission of his Bid. 4.03 The lands upon which the work is to be performed, rights-of-way for access thereto and other lands designated for use by Contractor in performing the work are identified in the Supplementary Conditions or the Drawings. 4.04 Access to the site may be arranged through the Owner by contacting Jerome Gamba & Associates, Inc., Telephone 303-945-2550. Site access will be limited to normal working hours and to pre -arranged times. 4.06 The submission of a Bid will constitute an incontro- vertible representation by the Bidder that he has complied with every requirement of this Article 4 and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. PART 5. INTERPRETATIONS. 5.01 All questions about the meaning or intent of the Contract Documents are to be submitted to Engineer• in writing. Replies will be issued only by Addenda. Questions received less then five (5) days prior to the date of opening of Bids will not be answered. Only answers to questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda will be mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. No Addenda will be issued later than four (4) days prior to the date for receipt of Bids except an Addendum, if necessary, postponing the date for receipt of Bids or withdrawing the request for Bids. 5.02 All Addenda to the Contract Documents must be properly acknowledged in the space provided on the Bid Form. Instructions 2 PART 6. PRE-BID CONFERENCE. 6.01 A pre-bid conference will be held at the time and place indicated in the Invitation to Bid. The representatives of Owner and Engineer will be present to answer questions. Any questions which, in the opinion of the Engineer, cannot be answered by direct reference to the Bidding Documents will be answered by formal written Addenda as outlined above under Interpretations. The pre-bid conference will include a tour of the site of the work, conducted by representatives of Owner and Engineer. All interested parties are invited to attend. All contractors who wish to bid as general contractors are encouraged to be present at the pre-bid conference. PART 7. BASIS OF BIDS. 7.01 The Bidder shall submit bids for all alternates, if any, listed on the Bid Form. PART 8. BID SECURITY. 8.01 Bid Security shall be made payable to Owner, in an amount of ten percent (10%) of the Bidder's maximum Bid Price, including alternates, if any, and in the form of a Cashier's Check or a Bid Bond on form attached issued by a surety meeting the requirements of the General Conditions. 8.02 The Bid Security of the three lowest Bidders will be retained until such Bidder has executed the Agreement and furnished the required Contract Security, whereupon they will be returned; if the Successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within ten (10) days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the "effective date of Agreement" (which term is defined in the General Conditions) or the thirty-first day after the Bid opening. Bid Security of other Bidders will be returned within seven (7) days of the Contract award. PART 9. CONTRACT TIME. 9.01 The number of days within which, or the date by which the work is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the Agreement. PART 10. LIQUIDATED DAMAGES. 10.01 Provisions for liquidated damages, are set forth in the Agreement. Instructions 3 PART II. SUBSTITUTE MATERIAL AND EQUIPMENT. 11.01 The Contract for materials and equipment, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor and is acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by Contractor and consideration by Engineer is set forth in the General Conditions which are supplemented in the Supplemental Conditions. PART 12. SUBCONTRACTORS. 12.01 The }$id Form requires the identity of certain Subcon- tractors and other persons and organizations to be submitted as part of the Bid. The apparent Successful Bidder, and any other Bidder so requested, will within seven (7) days after the date of the Bid opening submit to Owner an experience statement with pertinent information as to similar projects and other evidence of qualification for each such Subcontractor, person and organization if requested by Owner. If Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor, other person or organization, either may (before giving the Notice of Award) request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid Price. If the apparent Successful Bidder declines to make any substitution, the contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. PART 13. BID FORM. 13.01 One copy of the Bid Form is included herewith; additional copies may be obtained from Engineer. 13.02 Bid Forms must be completed in ink or by typewriter. The Bid Price of each item on the form must be stated ir, words and numerals; in case of a conflict, words will take precedence. Instructions 4 13.03 Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 Bids by partnerships must be executed ir, the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 13.05 Bids by joint ventures shall be signed by each partici- pant in the joint venture or• by an authorized agent of each participant. 13.06 The names of all persons signing must also be legibly printed or typed below the signature. A bid by a person who affixes to his signature the word "president", "secretaryTM, "agent" or other designation without disclosing his principal may be held to be the Bid of the individual signing. Evidence of the authority of the person signing shall be furnished. 13.07 The full name of each person or company interested in the Bid shall be listed in the Bid Form. 13.08 The Bid shall contain an acknowledgement of receipt of all Addenda the numbers of which shall be inserted on the Bid Form. 13. 09 No alterations in Bids, or in the printed forms therefor, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, Owner• may require the Bidder to identify any alteration so initialed. No alteration in any Bid, or in the form on which it is submitted, shall be made after the Bid has been submitted. 13. 10 The address to which communications regarding the Bid are to be directed must be shown. PART 14. SUBCONTRACTOR LISTING. 14.01 Each Bidder shall list on the form provided, the name and the address of each subcontractor who will perform work or labor, or render service to the Bidder in or about the work, or a licensed subcontractor who, under subcontract to the Bidder, specially fabricates and installs a portion of the work, in an amount in excess of $10,000.00, and the portion of the work which will be performed by the subcontractor. Instructions 5 PART 15. EQUIPMENT SUPPLIER LISTING. 15.01 Each Uidder shall list on the form provided the name of the manufacturers or suppliers of the items of equipment and -.stems which he proposes to furnish. Upon the award of a ,.:ontract, the named equipment shall be furnished. Subsi.itutione will be permitted only if named equipment does not meet the specifications or the manufacturer is unable to meet delivery requirements of the construction schedule. 15.02 Preliminary acceptance of equipment listed by menu- factuier's name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the specifications covering the equipment. 15.03 Failure to furnish all information requested may be cause for ,ejection of the Bids. PART 16. SUBMISSION OF BIDS. 16.01 Bide shall be submitted et the time and place indicated in the Invitation to Bid and shall be included in an opaque, sealed envelope addressed to Owner and identified on the outside with the Bidder's name and address and with the wordr "Bid for: " Lazy Diamond A Subdivision. 16.02 Each Bid shall be accompanied by the Bid Security and other required documents. 16.03 If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "BID ENCLOSED" on the face thereof. 16.04 Bids shall be deposited in the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or the modified time and date indicated by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 16.05 Oral, telephone, or telegraph Bide are invalid and will not receive consideration. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. Instructions 6 PART 17. POST BID/PRE AWARD SUBMITTALS. 17.01 To be considered further in evaluation, the three low bidders must submit the following information on the day following the Bid opening by 10:00 a.m.: A. List of a minimum of three recent similar projects the Contractor has performed. B. List of Project Managers and Superintendents to be used on this project for the General Contractor and all major Subcontractors. C. Names and telephone numbers of a minimum of three references on similar work for the General Contractor and all major Subcontractors. 17.02 Hand deliver the above information to Engineer. 17.03 The above information must be available at the time and place indicated to be considered in further evaluation, and therefore, all Bidders are recommended to compile this data prior to the Bid letting to avoid defaulting. PART 18. MODIFICATION AND WITHDRAWAL OF BIDS. 18.01 Bids submitted early may be modified or withdrawn by notice to the party receiving Bids at the place and prior to the time designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder or be by telegram; if by telegram, written confirmation over the signature of the Bidder must have been mailed and postmarked on or before the date and time set for receipt of Bids; the notice shall be so worded as not to reveal the amount of original or modified Bid Price. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he car, prove his identity and authority. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. PART 19. OPENING OF BIDS. 19.01 Bids will be opened publicly and reed aloud. PART 20 BIDS TO REMAIN OPEN. 20.01 All Bids shall remain open for sixty (60) days after the date of the Bid opening, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. Instructions 7 PART 21. AWARD OF CONTRACT. 21.01 Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive or conditional Bids. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 21.02 In evaluating Bids, owner shall consider the qualifica- tions of the Bidders, whether or not the Bids comply with the prescribed requirements and alternates (if any are accepted) in the order in which they are listed on the Bid Form but Owner may accept them in any order or combination. 21.03 Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as provided in the Bid Form. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by Owner. 21.04 Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 21.05 Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction within the prescribed time. 21.06 If the Contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within sixty (60) days after the day of the Bid opening. construc\instru-e.bid Instructions 8 CHANGE ORDER ORDER NUMBER: ONE DATE: /D A- e4 - 1y AGREEMENT DATE: PROJECT NAME: LAZY DIAMOND A SUBDIVISION OWNER: LARRY AXTHELM CONTRACTOR: M & M CONSTRUCTION CO., INC. The following changes are hereby made to the CONTRACT DOCUMENTS: The following work as added to the contract: 1. Gas Line --dig and backfill a 20" deep ditch, not to include any imported bedding or mechanical compaction of ditch --2,200 1.f. @ $2.25/1.f. = $4,950. 2. Electric line --dig and backfill a 48" deep ditch; install conduit furnished by utility compant; gravel the county road crossing. Does not include imported bedding nor mechanical compaction. 4,200 1.f. @ $3.60= $$15,120. 3. Electric vaults --dig and set electric vaults; vaults to be furnished by utility company. 3 each @ $250 = $750. 4. Electric conduit road crossings --furnish and install 50 l.f. of 4" conduit across road for future utility crossings. 8 each @ $350 = $2,800. Note: The design of the utility systems may change slightly which might result in quantity differences. Actual quantities will be measured and paid for at the unit prices noted herein. Original contract price: $216,335.50 Current contract price after adjustment from previous change orders: $216,335.50 The contract price will be increased due to this change order in the amount of: $ 23,620.00 The new contract price including this change order will be: $239,955.50 PAGE ONE JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS CHANGE ORDER # ONE LAZY DIAMOND A SUBDIVISION PAGE 2 The contract time will be (increased) (decreased) by none calendar days by this change order. The date for completion of all work will be Recommended by: Jerome Gamba, Engineer Approved by: Larry Axthelm, Owner Accepted by: M & M Construction, Inc. JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS TO: OWNER: LARRY AXTHELM 4264 COUNTY ROAD 117 GLENWOOD SPRINGS, CO BID FORM (3) PROJECT: LAZY DIAMOND A SUBDIVISION BID SUBMITTED BY: M -" G (2 Contractor Name 72-01 1-1w7 PZ - Address yr( -PK 14-C, 0 of C-047 57-0../r/ 3- 2-2- 5/e",S/e",,a 7.f C /l7 7/73 Telephone #I `1 7/73 Fax # on THE UNDERSIGNED BIDDER, having familiarized himself with the work required by the Contract Documents, the site where the work is to be performed, local labor conditions and all laws, regulations and other factors affecting performance of the work, and having satisfied himself of the expense and difficulties attending performance of the work, HEREBY PROPOSES and agrees, if this Bid is accepted, to enter into Agreement in the form attached to perform all work, including the assumption of all obligations, duties and responsibilities necessary to the successful completion of the Agreement and the furnishing of tools, equipment, supplies, transportation, facilities, labor, superintendence and services required to perform the work; and insurance and submittals; and at Owners option, the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the work; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor in accordance with the bid prices on the following bid schedule. Note: Following bid schedule pages shall be numbered 1-A, 1-B, 1-C as necessary. Bid Page 1 LAZY DIAMOND A SUBDIVISION BID SCHEDULE PAGE 1-A NO.1 ITEM DESCRIPTION 1 UNIT I UNIT PRICEI AMOUNTITOTAL PRICE - I ( construct 6 -inch 6" sr l 1 1 I ,P-4. 5,.4') 1 ductile iron pipe 01 lineal 1-0.1A- 3,30047 ---..)including bends bces< foot nor i.,‘, ././ 1.f. 5 0 / 6 0 and fittings.. 4-1 5 2._2mo in Porn' brddiiL 2 construct 3 -inch Class 160 PVC pipe lineal for spring water foot collection and 3 overflow including bends, fittings & connections to wetwell ,v o l n Po iP r! a' 13. J Ii , G, 3 construct 2 -inch lineal Schedule 40 PVC pipe foot for Axthelm outlot and Greenwald supply including bends, fittings, valve & connection to 6" wipe. lv 0 I ri ever,'d 0-4. 670 2,500 1.f. oo q s00 9 7r 650 1.f. 6 337 4 construct 3 -inch Schedule 40 PVC pipe lineal from chlorine contact foot chamber to 6 -inch water main, !W ✓leddi'1' 5 construct 6 -inch gate valves, complete each with valve boxes. (not including fire hydrant isolation valves). IJ 90 345 1.f. D 3�0. 5 each e7� 6 construct fire. hydrant complete each with Tee, valve and pipe. 4 each So 7 construct service 3 c— connections to each lots 1, 2, 3, & 4 (3' J us to curb boxes on )/, north side of road D.,r:ia i4,.. sod6Ic.s /I td.'r.1 nor 1.7 cf. 4 each JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS do LAND SURVEYORS LAZY NO.1 ITEM DESCRIPTION I ---I I 8 construct 1-1/2 inch Schedule 40 PVC service pipe from curb box on lot 1 to existing house service of Axthelm house. DIAMOND A SUBDIVISION BID SCHEDULE PAGE 1-B UNIT 1 UNIT PRICEI AMOUNTITOTAL PRICE 1 I I lineal feet 300 1.f. 9 construct temporary and permanent connections to spring pipelines at POINT A, �triitp uli :mar / 2 5- 1-InNi( lump sum 1 25-0 10 construct connection lump to Greenwald pipeline sum at POINT B, including all valves, fittings, and vault. lump_ Oe, sum /2o0 11 construct pump station - chlorinator building structure, complete with foundation and 60 -inch d .ameter precast wetwell. sump � sum 6�/ 00 lump sum 6 00 12 construct mechanical, electrical and lump o' lump operational controls sum / q 000 sum / 9, 000 in pump station - chlorinator building including all piping in station and connection to chlorine contact chamber, valves, fittings, pumps, fan, heaters, chlorinator, meter, bottle scales, diaphragm tank, electrical and control panels and all elements for complete operation and control of pumps and chlorinator 00 ov JEROME GAMBA & ASSOCIATES, INC. CONSU111NG ENGINEERS & LAND SURVEYORS • LAZY DIAMOND A SUBDIVISION BID SCHEDULE NO.1 ITEM DESCRIPTION 13 construct 16 -inch ductile iron pipe chlorine contact chamber, complete with end closures and thrust blocks PAGE 1-C UNIT 1 UNIT PRICEI 1 lineal foot 39 0U AMOUNTITOTAL PRICE I I 80 1.f. 3 / L °= 14 construct 18/ tank to pump sta. lineal signal wire foot 3 - O 1300 1.f. 15 construct tank level transducer complete lump with pipe, fittings sum and vault. eY 3/ C5 lump_ sum 00 16 construct tank site cubic earthwork for tank yards base and access road COMMON EXCAVATION 645 c.y. C 772 - 17 construct tank site cubic earthwork for tank yards base and access road ROCK EXCAVATION v 25- 100 c.y. So a 2- 5 18 construct tank foundation comprising 34.2 Tons Class 6 aggregate and 5.8 Tons Type I sand. tons 32- 40.0 00 ezt a tons USL 1 Ld°O 19 construct earthwork for augmentation pond. cubic yards 3 r 4,480 c.y. l6 3 5 -2 - 20 construct outlet works complete for augmentation pond including pipe, valves, fittings, parshall flume & concrete work. lump sum lump sum JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 7"4 No_jITEM DESCRIPTION 1 UNIT 1 UNIT PRICE' AMOUNTITOTAL PRICE 1 1 LAZY DIAMOND A SUBDIVISION BID SCHEDULE PAGE 1-D 21 construct subdlivision road subsurfa a square grading. yards 11,150 7 1 7 7 s.y. so 22 construct Cla sub -base gray roads 1 tons l on (57`1c- Lir 57yc- 2,540 tons '122) L 3 23 construct Cla base course g on roads s 6 avel tons ys^ 2,450 tons L fl, 70 Z — 24 construct 30 -inch lineal C.M.P. culvert foot drainage pipe. moo 40 0= 1.f. 72-0 25 construct 24 -inch lineal C.M.P. culvert foot drainage pipet 80 1.f. ov / 2 y 0 — 26 construct 18- nch lineal C.M.P. culvert foot drainage pipet /300 80 oti 1.f. / 090 TOTAL AMOUNT OF $ID words j-wo itaadrr si,rr�t� Note s 9. l 1.-e ei 1 Fy o„ 7 ray 040 numbers 2 1 6, 3 3 S • sb 7.4,0(e)4, oj,r4{ tiwzav-•d 40-1„11.7 dollars d�cr 0— 6Oer Ton l F 3 f?o 0 Oa Se cP9 can d� a Se di ij cal- 4 V✓ carer - or We f; 1 1.-Pn Lo bor OP-er o 7=-tt a S G(aJ1 7- ru Lk- O 7 Th -4 G0'"1 yoa'cr c9 ✓7 u d ah 0574-Ii9- apptuY? e-er- all 1 -r -e t <-4.7 JEROME GAMBA & ASSOCIATES, INC. CANOEING ENGINEERS do LAND SURVEYORS The undersigned Bidder agrees to enter into Agreement within ten (10) days after acceptance of this Bid, and further agrees to complete all work covered by the Bid, in accordance with specified requirements and in accordance with the following schedule (bidder to enter number of calendar days after award of contract for all of the following): 1. Substantial completion (Ready dy for he i 0.r c, T-2 days s Punchlist): 2. Punchlist completed: ?'c b e V) e y or/ uT-e 1 days Liquidated Damagee. Owner and Contractor recognize that time is of the essence of this Agreement and that Owner leted suffer r financial loss if the work not sextensionslther�eaf allowed in the time specified above, plus eny accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving, the Owner or a legal or arbitration proceeding, the actual loss suffered by the work is not substantially complete on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner in accordance with the following: Late Substa'tial Completion $ per calendar day j 1.-o b -e h e y o 1- / e 7.--e of Late Punch: ,at Completion 9 per calendar day Receipt of opies of the following addenda is hereby acknow- ledged. Addendum No. Bidder's Signature Date Acknowledged ff Ll/ /rn :1-61/1"--- 21/ 3 / 9 z 2_ /7- iyy, -.7...,,6,14___ Bid Page 2 Enclosed herewith is the required Bid Security, in the form of Cashier's Check/Bid Bond (strike one), in the amount of hn-e. Dollars ( S 0 -- ) D which the undersigned Bidder agrees is to be forfeited to and become the property of owner, ae liquidated damages, should this Bid be accepted and a contract be awarded to him and he fails to enter into Agreement in the form prescribed and to furnish the required Bonds within ten (10) days, but otherwise the Bid Security will be returned upon hie signing Agreement and delivering the Performance, Payment and Warranty Bond. In submitting this Bid it is understood that the right is reserved by Owner to reject any and all bide, and it is understood that this Bid may not be withdrawn during a period of sixty (60) days after the scheduled time for the receipt of bide. The undersigned Bidder hereby certifies (a) that this Bid is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; (b) that he has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; (c) that he has not solicited or induced any person, firm, or corporation to refrain from bidding; and (d) that he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. The full names and addresses of parties interested in thie Bid ae principals are as follows: Bid Page a SIGNATURE OF BIDDER Date: If an Individual: (Signature) print or type name: doing business as: If a Partnership: ,-mob y, /972— by:(Signature) General Partner print or type name: If a Corporation: NJ 1,eIIu Cl +- /1 Con 5T— rNi To Corporation) ( SEAL ) Attest: Title: Goloro do by:(Signature) print or type name: a W. i'% c/ -e 1/ Title: (-4 S oGf n Bid Page 4 If Bidder is a joint venturer, all venturers or ,eir authorized agents must sign below. Name of Joint Venturer If Joint Venture is An Individual:(Signature) print or type name: A Partnership: doing business as: by:(Signature) print or type name: A Corporation: (SEAL ) Attest: (a General Partner Corporation) by:(Si9nature) rint or type na e: le: Title: Bid Page 5 MA?ERIAL AND EQUIPMENT SUPPLIER LISTING The follow ng information is submitted for each major supplier of material and :each manufacturer and supplier of equipment for manufacturers and supplies of major items of material, equipment and systems to r be used in the work if the Bidder is awarded the contract. Specification Section No. The Surety and Warranty B.� Material or Manufacturer and Equipment Description Supplier 2')r rot Ele7r'11 (1/ who wil d will 1 be the surety on be _Ca rn u c Jco /mc/'"' 67 Esr / TyP/ pco e�� a t'i p a "d/o),_ Oran 1 19'9 el - - the Performance, Payment Signature Bid Page 6 The folio ,ng information is that will be used in the work Agreement. Additional numbered page as required. Each page LISTING" and signed. All work t shall be liete SUBCONTRACTOR LISTING Amount of Subcontract of Subcontractor submitted for each subcontractor if the Bidder ie awarded the pages shall be attached to this shall be headed "SUBCONTRACTOR be subcontracted over $ 0 Name and Address conetruc\bid- 3 a ri (4,fie7 r.4 e /-e( T7' ii m. frm Portion of Work fi Signature Bid Page 7 AGREEMENT THIS AGREEMENT is made this /0 day of , 19' Zr by and between the , LAZY DIAMOND A SUBDIVISION, LARRY AXTHELM , located in the County of , State of Co orad°, hereinafter referred to as "Owner", and Y1 av G a£ /9014-4-7 �n ► of C-, l -L! -i c.-3 Gp , hereinaftet referred to es "Contractor". In consideration of the mutual covenants, agreements, conditions and undertakings hereinafter specified, Owner and Contractor agree es' follows: Section 1. SOOpe of Work. Contractor shall perform all work in accordance withVie plans and specifications as set forth in the Contract Documents, as specified in Section 2 hereo, for (4) LAZY DIAMOND A SUBDIVISION including furnishing all supervision, labor, equipment and materials therefor,, hereinafter referred to es "Project". Section 2. Cbztract Documents. The Contract Documents, which comprise the ente agreement and contract between Owner and Contractor, consist of: (a) Thi=i Agreement and any Addendum thereto; (b) Ins uctions to Bidders; L (c) Bid Worm; (d) Pet ormance, Payment and Warranty Bond; (e) Notice to Proceed; (f) Dra ings; i (g) Sp* ifications; ( s) , C s` ? �� to Specifications, if ( h ) Adil,ndum No applicable; (i) Gensral Conditions; (j) Supplementary Conditions; and (k) An{y! modifications, change orders or other such revisions properly authorized after the execution of?this Agreement. The Drawings, Specifications and General and Supplementary Conditions have been prepared by JEROME GAMBA & ASSOCIATES, INC., (hereinafter "Engineer"), who is to act as Owner's representative, assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. Section 3. Agreement Price. Owner shall pay Contractor for the performance of work and completion of the Project the total price o.f ,/u r J{ic nEc4 %,� r�LI.�%Accrt: "t.� << !i<�..c�ct.�t L�c1 c' �' r �`�. Dollars ($ /�-,.�35, ) in accordance with the/ Oid Form submitted by Contractor. The Agreement Price shall be subject to adjustment for changes in the Drawings and Specifications or for extensions of time to complete performance, if approved by Owner and Contractor as hereinafter provided, and for changes in quantities, if bid on a unit -price basis in the Bid Form, which shall be verified by the Engineer. Section 4. Progress Payments. Owner will make progress payments monthly on account of the Agreement Price in accordance with applications for partial payment prepared by the Contractor for work performed to date and approved by the Engineer and Owner. Contractor shall submit all applications for partial payment and Owner shall make partial payments in accordance with the Contract Documents. Progress payments shall not constitute final acceptance of work. Section 5. Retainage. An amount equal to ten percent (10%) of all progress payments shall be retained by Owner until work equal to fifty percent (50X) of the Agreement Price has been completed. Thereafter Owner shall pay all remaining progress payments without retaining additional funds, if, in the opinion of the Engineer and Owner, satisfactory progress is being made on the Project. The withheld percentage of the Agreement Price shall be retained until the Project is completed satisfactorily and finally accepted by Owner in accordance with the provisions of the Contract Documents. Section 6. Final Payment. Owner shall make final payment, including release of retainage, to Contractor in accordance with the Contract Documents. Section 7. Commencement and Completion of Performance. Contractor shall commence performance on the Project within ten (10) days after receipt of written Notice to Proceed, and will diligently prosecute all work through completion. Unless an extension of time is granted by Owner as herein provided, Contractor shall complete the Project within a maximum period of ("\Q > days after commencement of performance. Owner and Contractor recognize that time is of the essence in this Agreement and the Owner will suffer financial loss if the work is 2 not completed within the times specified. If Contractordoes not complete performance within said maximum period(s), Owner shall be compensated by Contractor, at the rate of Dollars (S TOQ ) per day beyond said maximum period(s) for completion, for ordinary and general damages (liquidated damages) and inconvenience (exclusive of any special damages) to Owner. Said sum shall not be considered a penalty but shall be deemed a reasonable ►neasure of general damages which will be suffered by Owner as a consequence of such delays, such damages being difficult to ascertain by precise measurement. The special damages to Owner for which Contractor also is liable shall be those not related to time of completion. No extension of time to complete performance shall be granted under normal circumstances. Extensions of time to complete performance may be authorized for any actual period of delay, on an occurrence basis, for: (a) adverse weather or climatic conditions not reasonably anticipated; (b) major labor disputes; (c) acts of God; (d) detrimental acts of owner; (e) acts of another contractor in the performance of related work under a separate contract with Owner; (f) delays resulting from the intervention of governmental agencies in the performance of work on the Project, if not caused by Contractor; or (g) other circumstances, acceptable to Owner, beyond Contractor's reasonable control. Weather delays which could or should have been anticipated or failures in delivery of equipment or materials shall not constitute cause for an extension of time to complete performance or adjustments to the Agreement Price resulting therefrom. Requests for extension of time to complete performance shall be submitted in writing in accordance with the Contract Documents. Section B. Default. At any time Owner may notify Contractor, in writing, of grounds for default upon the occurrence of any event specified in the Contract Documents as grounds for Owner's termination of the Agreement. If Contractor shall not remedy or otherwise correct the grounds for default within seven (7) days, or such additional period of time specified by Owner, after receipt of such notice, Owner may thereafter terminate this Agreement and direct Contractor to discontinue any further performance or, the Project, and Contractor shall then immediately stop all work on the Project and forfeit all rights hereunder. Owner, in its discretion, may request the surety of Contractor to complete the Project, or may request that surety contract with others to perform such work at the expense of Contractor and its surety. In the event that surety should fail to commence completion of the Project or contract with others to perform such work within thirty (30) days of Owner's request, Owner may contract with others to perform such work at the expense of Contractor and its surety. Any increase in costs over and above the Agreement Price and any special damages incurred by Owner as a consequence of such default, including reasonable attorney's fees, shall be paid and satisfied in full by Contractor and its surety. Section 9. Termination. At any time Owner may, without cause and without prejudice to any other right or remedy hereunder, elect to abandon the Project and to terminate this Agreement. In such event, Owner shall notify Contractor, in writing, ter, (10) days in advance of the Project termination date. Owner shall pay Contractor for the performance of all work, including retainage, to the Project termination date and for such additional amounts as, in the judgement of the Engineer, are reasonable to compensate Contractor for the termination of this Agreement. Final payment to Contractor shall be made in accordance with Section 5, supra. Section 10. Indemnification. Contractor shall indemnify, defend and hold Owner, and its agents, employees, engineers and attorneys, harmless from and against all claims, damages, judgments, losses and expenses of every nature, including reasonable attorneys' fees, arising at any time out of any act or omission of Contractor, and its employees, subcontractors and their employees, and all other persons directly or indirectly involved in or performing work for the Contractor on the Project. Section 11. Taxes, Licenses, Permits and Regulations. In all operations connected with the Project, Contractor shall pay all fees, chargee and taxes imposed by law, and shall obtain all licenses and permits necessary for completion of the Project, paying all fees therefor unless otherwise specified by the Engineer. Engineer and Owner shall assist Contractor to determine which licenses and permits are not required for completion of the Project. Contractor shall not be reimbursed for fees paid by Contractor for licenses and permits not required. If fees for licenses and permits not required are included in the Bid Price, the Agreement Price shall be reduced by the amount of any such fees for licensee and permits not required. Owner is exempt from Colorado State Sales and Use Taxes on materials to be permanently incorporated in the work. Accordingly, taxes from which Owner is exempt shall not be included in the Agreement Price. Owner shall, upon request, furnish Contractor with a copy of its Certificate of Tax Exemption. Contractor and subcontractors shall apply to the Colorado Department of Revenue, Sales Tax Division, for an exemption certificate and purchase the materials tax free. Pursuant to Subsection 39-26-114(1)(a)(XIX), C.R.S., Contractor and subcon- tractors shall be liable for exempt taxes paid due to failure to apply for exemption certificates or for failure to use said certificates. Contractor shall comply with all laws, ordinances, codes, rules and regulations of all governmental authorities, whether local, state or federal, relating to the performance of work on the Project and, particularly, in complying with those laws concerning the environment, workmen's compensation, safety and health, state labor and materials, and equal employment opportunity. Contractor 4 specifically indemnifies Owner from and against any liability resulting from failure of Contractor to effect full compliance hereunder. Section 12. Insurance. Contractor shall, during the term of this Agreement, maintain all the insurance coverage required in the Contract Documents. Section 13. Performance, Payment and Warranty Bond. Contractor shall provide to Owner, prior to commencement of performance, the Performance, Payment and Warranty Bond provided for in the Bid Documents, in the full amount of the Agreement Price, including provisions for any adjustment thereof in accordance with the terms of this Agreement. Contractor shall obtain such Bond on Owner's behalf, separate and apart from any similar bond or warranty agreements entered into independently between Owner and any manufacturer or supplier. Section 14. Warranties and Guarantees. Contractor hereby represents, warrants and guarantees to Owner all workmanship, equipment and materials on or made a part of the Project and its structures for a period of one (1) year from and after the date of final acceptance in accordance with the Contract Documents. Section 15. Subcontractors. All contracts between Contractor and subcontractors shall conform explicitly to all applicable provisions of the Contract Documents. In all events, Contractor shall be responsible and held liable for any bonding, insurance, warranties, indemnities, progress payments and completion of performance of or to such subcontractors. Upon receipt of progress and final payments from Owner, Contractor shall disburse the same immediately to subcontractors without any requirement of Owner to supervise the same. Owner may, but shall not be obligated to, require Contractor to furnish lien waivers for the work performed or materials furnished by subcontractors or materialmen prior to payment of progress payments or final payment. No contractual relationship shall exist between Owner and any subcontractor because of the subletting of any part of the Project work. Section 16. Change Order. Contractor shall secure the consent of the Inspector before a material change or alteration in Contract Documents ie requested by Contractor, whether or not the Agreement Price is affected thereby. Such consent is denominated "Change Order" and shall be in accordance with the Contract Documents. Section 17. Work Rules. (a) Unless otherwise required by the Contract Documents or applicable lay in the assignment of work, setting of wage rates and the settling of jurisdictional disputes regarding the performance of the work, Contractor shall be bound by the decision of Owner. (b) C other contracto supplying mater carefully fit Contractor shall with the perform' (c) keeping with the any time for h operations. (d) the immediate Contractor or Owner, is not guilty of impro* other trades. (e) N Contractor as b(0. relationship bel hereof. rector shall fully cooperate with Owner and such or subcontractors as may be performing work or Is in connection with the Project and shall s work in with that of all such persons. of commit or permit any act which will interfere ce of Project by any such persons. ntractor shall perform all work hereunder in les and regulations that Owner may promulgate at safe, orderly and efficient conduct of all er shall have the right to require of Contractor moval from the Project of any employee of his subcontractors who, in the sole opinion of lified to perform the work assigned to him, is conduct, or is not working in harmony with the hing contained in this Contract shall constitute g an employee of Owner, nor shall any employment en Owner and Contractor be created by the terms (f) C tractor is responsible for the safety of any of its materials, .•sols, possessions, and rented items stored on the job site, and f` protection of the Project and shall hold Owner and authorizedpresentative harmless from any damages or loss incurred theret. (g) p ntractor shall promptly pay in full for any and all damages cats d to the Project site by Contractor or by any subcontractor or other person or entity of any nature furnishing materials, equiO nt, machinery, supplies, labor, skilled services or instruments r whose actions the Contractor is responsible hereunder. (h) No material, equipment, tools, supplies, or instruments othe than those belonging to or leased by Contractor will be remove • rom the Project site by Contractor without the prior written a. royal of Owner. Section 18 assign any in Documents to an of Owner. Th binding upon th Section 1 amended, from Assignment. Contractor shall not, at any time, est in this Agreement or the other Contract Terson or entity without the prior written consent erms of this Agreement shall inure to and be successors and assigns of the parties hereto. Amendment. The Contract Documents may be me to time, by agreement between the parties 6 hereto. No amendment, Documents shall be bin is in writing and app of each party hereto. modification or alteration of the Contract ding upon the parties hereto unless the same oved by the duly authorized representatives Section 20. Se‘ bility. If any term, section or other era provision of the Contract Documents shall, for any reason, be held to be invalid or unenforceable, the invalidity or unenforceability of such term, section or other provision shall not affect any of the remaining provisions of the Contract Documents. Section 21. Waiver. No waiver by either party of any right, term or condition of the Contract Documents shall be deemed or constuterm r shallr aedwaiver waiver anyof any other breach hereof right,bedeemed to condition, nor as a constitutea waiver of any subsequent breach, whether of the same or of a different provision of the Contract Documents. Section 22. Remedies. None of the remedies provided to either party under the Contract Documents shall be required to be exhausted or exercised as a prerequisite to resort to any further relief to which such party may then be entitled. Every obligation assumed by, or imposed upon, either party hereto shall be enforceable by any appropriate action, petition or proceeding at law or in equity. In addition to any other remedies provided by law, the Contract Documents shall be specifically enforceable by either party. The Contract Documents shall be construed in accordance with the laws of the State of Colorado, and particularly those relating to governmental contracts. Section 23. Counterparts. This Agreement may be executed in h all multipl whichparts, each of shall constitute cone hand the constitute original, document. Section 24. Entirety. This Agreement, together with the other Contract Documents, constitutes the entire agreement between the parties concerning the subject matter herein, and all prior negotiations, representations, contracts, understandings or agreements pertaining to such matters are merged into, and superseded by, the Contract Documents. Section 25. Conflicting Provisions. In the event any provision of this Agreement conflicts with any provision of any other Contract Document, then the provisions of this Agreement shall govern and control such conflicting provisions. Section 26. Miscellaneous. Unlese otherwise expressly provided, any reference herein to days shall mean calendar days. All times stated in the Contract Documents are of the essence. IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year first above written. 7 ATTEST: Secretary (SEAL) STATE OF COLORADO COUNTY OF The f • rego, n day of President OWNER BY: %. Address: Li 264 ,2-R 1/-7 6 Phone: CONTRACTOR e al -147v .(;747:-e:/t-eee By: Title: (y�� Phone: 3/):"1-- `� 5�'� " - ' '7/d/7:5 Address: s9. Agreement was acknow- dged before me this rR7 19 - by d - L as O) Witness my My Commission ex 1 and official seal. cdti-ee t- -Notary Public es: /- ',t9 , STATE OF COLORADO COUNTY OF The f regoin day of 'J�7i ) 88. )%greement was acknowledged before fpf this , 199 a-, by L-iRI-2-?y S. Ac 4g..1 as Witness my My Commission exp conetruc\contra-e of and official seal. Notary Publ c 7—,5—,y TO: (b) NOTICE OF AWARD C-4‘.-er iy.4-•,, Colorado /OAfivit i �. l Date The The Owner, l if Documents title aving duly considered the Bid Form submitted on 19 for the work covered by the Contract nd numbered '-7 / Z Z Specifications and it appearin Form is fair, e offer in your B In accorda are required to Warranty Bond days from and In additi three Certific requirements fo The Bid Se upon execution Performance, P Insurance withi should fail to Warranty Bond w be retained by for the delay a construc\award. in the u -P h'4 _ t amount of7-ri,,e A-Pt•V trio ($ 2%i4 ,335. Sze ), that the Price and of er information in your Bid 'table and to the best interest of the Owner, the Form is hereby accepted. e with the terms of the Contract Documents, you ecute the Agreement and Performance, Payment and three counterparts within ten (10) consecutive luding the date of this Notice of Award. you are requested to furnish at the said time s of Insurance evidencing compliance with the insurance as stated in the Contract Documents. ity submitted with your Proposal will be returned f the Agreement, furnishing of the required ment and Warranty Bond and Certificates of the time limit specified. In the event that you ecute the Agreement and Performance, Payment and hin the time limit specified, said Security will Owner as liquidated damages and not as a penalty extra work caused thereby. By: 4_775 4, qati, Title: TO: Pir14 4 11) NOTICE TO PROCEED (10) 5 �i-�i6G6a�J,S�%�►1�, C010rad0 /J A -A2 v 1 `-- Date You are hery authorized to proceed on this date, or within ten (10) consecu i e calen fter, with the work covered by the Contract !�'cuments titled and numbered .1;741/ 2-2- dar days herea for the sum of 7 (S 2-1'2 21-3 You are to Specifications No. construc\proc-e. ). ify the Engineer 48 hours before starting work. (Name of District) t By: Title: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Part Number (6) GENERAL CONDITIONS TABLE OF CONTENTS Title -Page 1 DEFINITIONS 1 2 PRELIM. ARY MATTERS 4 2.01 DE VERY OF BONDS 4 2.02 CO ES OF DOCUMENTS 4 2.03 CO ENCEMENT OF CONTRACT TINE; uu'I' ICL TO P CEED 4 2.04 STA TING THE PROJECT 4 2.05 BEFORE STARTING CONSTRUCTION 4 2.06 PRECONSTRUCTION CONFERENCE 5 3 CONTRACT DOCUMENTS: INTENT AND REUSE 5 3.01 INTENT 5 3.02 REUVE OF DOCUMENTS 6 4 6 4.01 AVA LABILITY OF LANDS 6 4.02 PITY ICAL CONDITIONS - INVEST1GA'PIOIIS AND RE ORIS 7 4.03 UN RESEEN PHYSICAL CONDITIONS 7 4.04 RE RENCE POINTS 7 5 INSURAN E 7 5.01 PE ORMANCE AND OTHER BONDS 7 5.02 CON RACTOR'S LIABILITY INSURANCE 8 5.03 CON RACTUAL LIABILITY INSURANCE 9 5.04 OWNER'S L'IABILITY INSURANCE 9 5.05 PROPERTY INSURANCE 10 5.06 PARTIAL UTILIZATION -PROPERTY INSURANCE 10 ACCPPTANCE OF INSURANCE 10 CONTRACT'OR'S RESPONSIBILITIES 10 SUPtRVISION AND SUPERINTENDENCE 10 11 EQUVALENT MATERIALS AND EQUIPMENT 12 CONCERNING SUBCONTRACTORS 13 PATENT FEES AND ROYALTIES 14 PERMITS 15 15 15 15 AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 5.07 6 6.01 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 REC 6.11 SAF 6.12 EME 6.13 SHO 6.14 IND 7 WORK BY 7.01 OWN LABOR, MATERIALS, AND EQUIPMENT LAWS AND REGULATIONS TAXES USE! OF PREMISES RD DOCUMENTS TY AND PROTECTION GENCIES DRAWINGS ANI) SAMPLE MNI FICA'T'TON OTHERS R'S RIGHT TO PERFORM i 16 16 17 17 18 19 19 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Part Number 7.02 CON 8 OWNER' 8.01 OWN 8.02 OWN11.03 CON11.04 ADJ12 CHANGE12.01 coN13 WARRANCORRECWORK .13.01 WA13.02 AC13.03 TE13.04 UN13.05 OWN13.06 COONEI13.0713.08 AC13.09 OWN14 PAYMEN14.01 SCH14.02 APP14.03 CON14.04 REV14.05 SUB14.06 PAR14.07 FIN14.08 FIN14.09 FIN, 8.03 OWN 9.01 OWN 9.02 VlS 9.03 CLA 9.04 REJ 9.05 PRO 9.06 DEC 9.07 Ll 10 CHANG 10.01 oWN 11 CHANG 11.01 AG 11.02 COS GENERAL CONDITIONS TABLE OF CONTENTS (Continued) Title Page CTOR '1'O COORDINATE 19 RESPONSIBILITIES 20 TO COMMUNICATE THROUGH ENGINEER 20 'S OBLIGAT:CONS 20 'S RIGHTS 20 R'S STATUS DURING CONSTRUCTION 21 'S REPRESENTA'T'IVE 21 S TO SITE 21 FICATIONS AND INTERPRETATIONS 21 TING DEFECTIVE WORK 21 CT REPRESENTATION 22 IONS ON DISAGREEMENTS 22 ATIONS ON .INSPECTOR'S RESPONSIBILITIES 23 IN THE WORK 23 MAY ORDER CHANGES 23 F AGREEMENT PRICE 25 MENT PRICE CIHANGED ONLY BY CHANGE ORDER 25 OF 'TILE WORK 26 ACTOR'S FEE 29 30 30 ORDER 30 TMENT OF UNIT PRICE OF THE CONTRACT TIME t2ACT TIME CHANGED ONLY BY CIiANGE it AND GUARANTEE; TESTS AND INSPECTIONS; ON, REMOVAL OR ACCEPTANCE OF DEFECTIVE 31 NTY AND GUARANTEE 31 S TO WORK 31 AND INSPECTIONS 31 ERING WORK 32 MAY STOP THE WORK 33 CTTON OR REMOVAL OF DEFECTIVE WORK 33 YEAR CORRECTION PERIOD 33 TANCE OF DEFECTIVE WORK 34 MAY CORRECT DEFECTIVE WORK 34 TO CONTRACTOR AND COMPLETION 35 MULES 35 CATION FOR PROGRESS PAYMENT 35 • ACTOR'S WARRANTY OF TITLE 35 W OF APPLICATIONS FOR PROGRESS PAYMENT 36 ANTIAL COMPLETION 37 AL UTILIZATION 37 INSPECTION 38 APPLICATION FOR PAYMENT 38 PAYMENT AND ACCEP'T'ANCE 38 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Part Number 14.10 14.11 15 15.01 15.02 15.03 15.04 16 16.01 16.02 16.03 16.04 17 17.01 17.02 17.03 17.04 17.05 18 18.01 18.02 18.03 18.04 19 20 21 22 22.01 22.02 22.03 22.04 23 23.01 23.02 23.04 GENERAL CONDITIONS TABLE OF CONTENTS (Continued) CO WAS SUSPEN OW OW Co OW MISCEL! GI CO CO' GE DOCUME CO PE CO OW PR ADDRES OW EN CO CH LIQUID' EXISTI STREAM' IIANDLI DI DI AW DI DUTIES AUTHOR' DE RE LI construc\gencon-e. Title ZACTOR' S CONTINUING OBLIGATION ER OF CLAIMS ION OF WORK AND TERMINATION R MAY SUSPEND WORK MAY TERMINATE AC'T'OR MAY STOP R MAY TERMINA'T'E NEOUS Page WORK OR 'T'ERMINA'TE FOR CONVENIENCE IG NOTICE p TA'TiON OF TIME RECTION PERIOD AL NT'ERPARTS OF 'I'IIE AGREEMENT ORMANCE AND OTHER BONDS RACTOR'S LIABILITY INSURANCE R'S LIABILI'T'Y INSURANCE ERTY INSURANCE S R NEER RAC'T'OR GE OF ADDRESS ED DAMAGES INSTALLATIONS NED SPECIFICA'T'IONS OF DISPUTES UTES UTE LIMITATIONS DS UTES OUTSIDE THE LIMITATIONS RESPONSIBILITIES, AND LIMI'T'ATIONS OF TIIE 56 Y OF RESIDENT' PROJECT REPRESENTATIVE 56 RIPTION 56 DENT PROJECT REPRESENTATIVE 59 TATIONS OF AUTHORITY 39 40 40 40 40 42 42 47 47 47 47 47 48 48 48 49 50 50 53 53 53 53 53 53 54 54 55 55 55 55 56 OC 111 GENERAL CONDITIONS PART 1 - DEFINZ.7 ONS Wherever used it these General. Conditions or in the other Contract Documents, the f4pllowing terms have the meanings indicated which are applicable o both the singular and plural thereof: Addenda - kitten or graphic instruments issued prior to the opening of ids which clarify, correct or change the bidding documents the Contract Documents. Agreement ''he written agreement between Owner and Contractor covering Work Work to be performed. Agreement under the Applicati Engineer progress supportinc Documents. ice - The moneys payable by Owner to Contractor ntract Documents as stated in the Agreement. for Partial Payment - The form accepted by ch is to be used by Contractor in requesting final payment and which is to include such documentation as is required by the Contract Bid Form I he offer or proposal. of the Bidder submitted on the P rescr.�,�ed form setting forth the prices for the Work to be performed. Change Ori authorizirg or an adjt issued after - A written order to Contractor signed by Owner an addition, deletion, or revision in the Work, tment in the Agreement Price or the Contract Time the effective date of the Agreement. Contract buments - The Agreement, Addenda, Instructions to Bidders, Form (including documentation accompanying the Bid Form d any post -Bid documentation submitted prior to the Notic4 f Award), the Performance, Payment and Warranty Bond, the General Conditions, the Supplementary Conditions, the Specie ations, the Drawings as the same are more specifi- cally ider tlfied in the Agreement, Notice to Proceed, together with all lodifications issued after the execution of the Agreement.0 Contract 'dime - The number of days stated in the Agreement for the Ccletion of the Work. Contractor - The person, firm, or corporation with whom Owner has enter into this Agreement to perform field construction. Day - A midnight to lendar day of twenty-four Hours measured from the next midnight. 1 Defective - refers to W or does no meet the r referred to prior to En Drawings - the work approved b Documents. Effective D Agreement o is indicate signed and and deliver Engineer M adjective which when modifying the word work that is unsatisfactory, faulty or deficient, onform to the Contract Documents or does not irements of any inspection, test or approval n the Contract Documents,or has been damaged eer's recommendation for final payment. drawings which show the character and scope of e performed and which have been prepared or 3ngineer and are referred to in the Contract of the Agreement - the date indicated in the lhich it becomes effective, but if no such date it means the date on which the Agreement is Livered by the last of the two parties to sign Field Order minor chan 10.O1.B but Price or th Modificatio Documents s a Field Ord effective d Notice of A successful apparent s enumerated sign and de Notice to Contractor the Contra Contractor Contract do Owner - The into the ag Project - provided un part as ind Project Re Engineer wh er - Jerome Gamba & Associates, Inc. A written order issued by Engineer which orders in the Work in accordance with paragraph ich does not involve a change in the Agreement ontract Time. (a) A written amendment of the Contract d by both parties, (b) a Change Order, or (c) A modification may only be issued after the of the Agreement. d - the written notice by Owner to the apparent dder stating that upon compliance by the essful Bidder with the conditions precedent erein, within the time specified, Owner will er the Agreement. ceed - A written notice given by the Owner to th a copy to Engineer) fixing the date on which Time will commence to run and on which the 11 start to perform his obligation under the ents. rson or entity with whom Contractor has entered ment and for whom the work is to be provided. T total construction of which the Work to be r the Contract documents may be the whole, or ated elsewhere in the contract documents. isentative - The authorized representative of s assigned to the site or any part. thereof. 2 Section - Shop Dra schedules Contracto supplier o and all performan• informati• or distri material • Specifica• consisti.n• equipment, applied t applicabl: Subcontra direct co tractor f Substanti where, i definitiv= sufficien� Documents, for which 'cti.on(s) of these General Conditions. gs - All drawings, diagrams, illustrations, id other data which are specifically prepared by a Subcontractor, manufacturer, fabricator, distributor to illustrate some portion of the Work Illustrations, brochures, standard schedules, charts, instructions, diagrams and other prepared by a manufacturer, fabricator, supplier ttor and submitted by Contractor to _illustrate equipment for some portion of the Work. ns - Those portions of the Contract Documents f written technical descriptions of materials, construction systems, standards and workmanship as the Work and certain administrative details thereto. or - An individual, firm, or corporation having a ract with Contractor or with any other Subcon- the performance of a part of the Work at the site. Completion - The Work has progressed to the point the opinion of Engineer as evidenced by his certificate of Substantial Completion, it is y complete, in accordance with the Contract so that the Work can be utilized for the purposes *t was intended and it is ready for punch listing. Work - T e entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as reqti.red by the Contract Documents. PART 2 - PRELIM 2.01 DELINE A. When Owner, Perf9_r NARY MATTERS tY OF BONDS ontractor delivers the executed Agreements to Contractor shall also deliver to Owner the ance, Payment and Warranty Bond. 2.02 COPILS OF DOCUMENTS A. Owner shall furnish to Contractor the number of the Contfact Documents set forth in Section 17. 3 2.03 COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED A. The Contract Time shall continence to run on the day indicated in the Notice to Proceed. 2.04 STARTING 'I'IIE PROJECT A. Contractor shall start to perform the Work on the date when the Contract Time commences to run, but no Work shall be done at the site prior to the date on which the Contract Time commences to run. 2.05 BEFORE STARTING CONSTRUCTION A. Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover; however, Contractor shall not be .liable to Owner or Engineer for failure to report any conflict, error or discrepancy in the Drawings or Specifications, unless Contractor had actual knowledge thereof or should reasonably have known thereof. B. Before any Work at the site is started, Contractor shall deliver to Owner, with a copy to Engineer, certificates (and other evidence of insurance requested by Owner) which Contractor is required to purchase and maintain in accordance with paragraphs 5.02.A, 5.03.A, 5.04.A, and 5.06.A and Owner shall deliver to Contractor certifi- cates (and other evidence of insurance requested by Contractor) which Owner is required to purchase and maintain in accordance with paragraphs 5.04.A, 5.05.A, and 5.06.A. 2.06 PRECONSTRUCTION CONFERENCE A. Within 20 days after the effective date of the Agree- ment, but before Contractor starts the Work at the site, a conference will be held for review and acceptance of the schedules referred to in Section 6.13, to establish procedures for handling Shop Drawings and other submittals and for processing Applications for Partial Payment, and to establish a working understanding among the parties as to the Work. 4 PART 3 - CONTRACT DOCUMENTS: INTENT AND REUSE 3.01 INTENT A. The Contract Documents emprise the entire Agreement between Owner and Contractor concerning the Work. They may be altered only by a Modification. B. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If, during the performance of tl►e Work, Contractor finds a conflict, error: or discrepancy in the Contract Documents, he shall report it to Engineer in writing at once and before proceeding with the Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error or discrepancy in tl►e Specifications or Drawings unless Contractor had actual knowledge thereof or should reasonably have known thereof. C. It is the intent of the Specifications and Drawings to describe a complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of opening of Bids (or, on the effective date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall change the dutites and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided for in paragraph 9.03.A. D. The Contract Documents will be governed by the laws of the tate of Colorado. E. The Project Manual consists of Invitation t n to Agreement, cCm Instruction to Bidders, Bid Forms, BidGeneraln Perfance Payment and Warranty Bond, Cond ',;ions, Supplementary Conditions, and Specifica- tion 3.02 REUS2 OF DOCUMENTS A. Neit'er Contractor nor any Subcontractor, manufacturer, fabrjcator, supplier_ or distributor shall Have or acquire any title to or ownership rights in anyofc��ees Drawings,o Specifications or' other bearinynts the(yLseal of Engineer; ny thereof) prepared byons of and they shall not reus�oaeGt°f them witl out Iwr. teen cot senttof Project or any other project Owne and Engineer. and specific written verification or adoption by Engineer. PART 4 - AVALLABILIT'Y OF LANDS; PHYSICAL CONDI'T'IONS; REFERENCE POINTS 4.01 AVALLAULLI'1'Y OF LANDS A. Own r shall furnish, as indicated in the Contract Doc meats, the lands upon which the Work is snd sucho be per ormed, rights-of-way for access thereto, other lands which are designated for the use of the Con Tactor. Easements for permanent structures or ned and anent changeser, unlesssting facilities will be otherwise providedbinithe and ;paid for by Own Contract Documents. S f furnishing thesesr landse or easements del,iy in owner ent ties him to an extension of the Contract tin ime, Con, ractor may make a claim therefore as provided 12 . ^I Contractor shall provide for all aired additifor onal land s anc�laccess thereto that may be required of materials and or construction facilities or storage equipment. 4.02 PHYSICAL CONDI'T'IONS - INVESTIGA`T'IONS AND REPORTS A Refrence is made to the Supplementary Conditions for ations ide tification of those pr hysical nc°Hdlg ° s at the and to of subsurface and latentphysical or performance si or otherwise affecting cost, progressin of the Work which have been relied upon by Eons neeruin pr aration of the Drawings and Sp - re its are not guaranteed as to accuracy or completeness an are not part of the -Contract Documents. G 4.03 UNFOR A. Contr writi in an indic Engin Owner neces neces copie that that mater meats pated incor 4.04 REFER EN PHYSICAL CONDITIONS or shall promptly notify Owner and Engineer in of any latent physical conditions at the site or isting structure differing materially from those d or referred to in the Contract Documents. will promptly review those conditions and advise n writing if further investigation or tests are y. Promptly thereafter, Owner shall obtain the y additional investigations and tests and furnish to Engineer and Contractor. If Engineer finds e results of such investigations or test indicate ere are latent physical conditions which differ Ily from those intended in the Contract Docu- and which could not reasonably have been antici- y Contractor, a Change Order shall be issued rating the necessary revisions. CE POINTS A. Owneri=Tall provide engineering surveys for construction to esblish reference point which in his judgment are neces - ry to enable Contractor to proceed with the Work. Contr tor shall be responsible for laying out the Work, shall•rotect and preserve the established reference point and shall make no changes or relocations without the p1 or written approval of Owner. Contractor shall reporto Engineer wherever any reference point is lost or de�sroyed or required relocation because of necessary chang in grades or locations, and shall be responsible for r1lacement or relocation of such reference points by pr i-ssional.l.y qualified personnel. PART 5 - INSUI CE 5.01 PERFO A. Contr Warra Agree and Contr least payme or re shall the S forms execu list Accep ANCE AND OTHER BONDS tor shall furnish a Performance, Payment and y Bond, in an amount at least equal to the nt Price as security for the faithful performance ment of all Contractor's obligations under the t Documents. This bond shall remain in effect at ntil one (1) year after the date when final tibecomes due, except as otherwise provided by law lation or by the Contract Documents. Contractor lso furnish such other Bonds as are required by ilementary Conditions. All Bonds shall be on the Orescribed by the Contract Documents and be d by such Sureties. as are named in the current "Companies Holding Certificates of Authority as ble Sureties on Federal Bonds and as Acceptable 7 1 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5.02 Reims (amen Treas be ac act. ring Companies" as published in Circular 570 ed) by the Audit Staff Bureau of Accounts, U.S. ry Department. All Bonds signed by an agent must ompanied by a certified copy of the authority to B. If tle Surety on any Bond furnished by Contractor is decla ed a bankrupt or becomes insolvent, or its right to do.business is terminated in any state where any part of tie Project is located or it ceases to meet the requi ements of paragraph 5.01.A, Contractor shall, withi five (5) days thereafter, substitute another Bond and S rely, both of which must be acceptable to Owner. CONT CTOR'S LIABILITY INSURANCE A. Contractor shall purchase and maintain such comprehen- sive general liability and other insurance as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether such performance is by Contractor, by any Subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose, acts any of them may be liable: 1. )_aims under workers' or workmen's compensation, 'isability benefits and other similar employee Penefit acts; 2. Claims for damages because of bodily injury, Occupational sickness or disease, or death of Contractor's employees; 3. Claims for damages because Sickness or disease, or death than Contractor's employees; 4. Claims for damages insured by personal injury liability coverage which are sustained (i) by any person as a result of an offense directly or indirectly related to the employment of such person %y Contractor, or (i1) by any person for any other reason; of bodily injury, of any person other 5. Claims for damages, other because of injury to or property, including loss from; and 1 s p than to the Work itself, destruction of tangible of use resulting there- 6. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The i surance required by this article 5.02 shall include the ssecif.ic coverages and be written for not less than the "mits of liability and coverages provided in the Cont :ct Documents, or required by law, whichever is grea r. The comprehensive general liability insurance shall include completed operations insurance. All such insu ince shall contain a provision that the coverage affo '.ed will not be cancelled, materially changed or rene 1 refused until at least thirty days' prior written noti«- has been given to Owner and Engineer. All such insu rice shall remain in effect until final payment and at .11 times thereafter when Contractor may be Corr=';ting, removing or replacing defective Work in acco.ilance with paragraph 13.07.A. In addition, Cont ctor shall maintain succompleted finaloperations payment insu = nce for at least two (2) years and i. rnish Owner w.itli evidence of continuation of such insu Once at final payment and one (1) year 5.03 CONT CTUAL LIABILITY INSURANCE A. The <'omprehensive general liability insurance required by .''title 5.02 shall include contractual liability insurance applicable to Contractor's obligations under para • raplis 6.14.A and 6.14.B. 5.04 OWNE A. Owne purc Docu ' S LIABILITY INSURANCE 's liability insurance on the Work shall be ased and maintained as provided in the Contract ents. 5.05 PROP R'1'Y INSURANCE A. Prop rty insurance on the Work shall be purchased and main ained as provided in the Contract Documents. 5.06 PAR'1' AL UTILIZATION - PROPERTY INSURANCE A. If 0[ner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of 1 the Work, such use or occupancy may be accom- plised in accordance with paragraph 14.06.A; provided that no such use or occupancy shall commence before the insu ers providing the property insurance shall consent by =Indorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on 9 5.07 accou t of any such partial use or occupancy. ACCEPTANCE OF INSURANCE A. If O er has any objection to the coverage afforded by or o her provisions of the insurance required to be purch_sed and maintained by Contractor the basis of its not mplying with the Contract Documents, Owner will notif Contractor in writing thereof within ten days of the to of delivery of such certificates to Owner in accor ance with paragraph 2.05.B. If Contractor has any objec ion to the coverage afforded by or other provisions of t4 policies of insurance required to be purchased and maintained by Owner in accordance with paragraphs 5.04.A, 5.05.A, and 5.06.A on the basis of their not complying he Contract Documents, Contractor will notify Owner iting thereof within ten days of the date of ry of such certificates to Contractor. Owner and ctor will each provide to the other such additional ation in respect of insurance provided by him as her may reasonably request. Failure by Owner or ctor to give any such notice of objection within me provided shall constitute acceptance of such nce purchased by the other as complying with the ct Documents. with in w deliv Contr info the Cont the insu Cont PART 6 - CONT CTOR'S RESPONSIBILITIES 6.01 SUPE ISION AND SUPERINTENDENCE A. Cont peter and nece Cont resp and p be so desi tech is i Cont Work ctor shall supervise and direct the Work com- :1y and efficiently, devoting such attention thereto pplying such skills and expertise as may be ary to perform the Work in accordance with the ct Documents. Contractor shall be solely sible for the means, methods, techniques, sequences ocedures of construction, but Contractor shall not ely responsible for the negligence of others in the or selection of a specific means, method, que, sequence or procedure of construction which icated in and required by the Contract Documents. ctor shall be responsible to see that the finished omplies accurately with the Contract Documents. B. Cont ;actor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and engineer except under extraordinary circumstances. The =uperintendent wi11 be Contractor's representative at tl - site and shall leave authority to act on behalf of Cont ctor. All communications given the superintendent shal be as binding as if given to Contractor. 10 6.02 LABO MATERIALS, AND EQUIPMENT A. Cont ctor shall provide competent, suitable qualified pers nel to survey and lay out the Work and perform cons uction as required by the Contract Documents. Cont ctor shall at all times maintain good discipline and der at the site. Except in connection with the safe or protection of persons or the Work or property at th site or adjacent thereto, and except as otherwise indi ted in the Supplementary Conditions, all Work at the s to shall be performed during regular working hours, and ontractor will not permit overtime work or the perfo mance of Work on Saturday, Sunday or any legal holi .y without Owner's written consent given after prior writ . -n notice to Engineer. B. Cont -ctor shall furnish all materials, equipment, labor, tran-;.ortation, construction equipment and machinery, tool-', appliances, fuel, power, light, heat, telephone, wate and sanitary facilities and all other facilities and ncidentals necessary for the execution, testing, init. 1 operation and completion of the Work. C. All .terials and equipment shall be of good quality and new, except as otherwise provided in the Contract Docu nts. If required by Engineer, Contractor shall furn'._h satisfactory evidence (including report of requ ed tests) as to the kind and quality of materials and uipment. D. All .ter_ials and equipment shall be applied, installed, conn ted, erected, used, cleaned and conditioned in accotnance with the instructions of the applicable manucturer, fabricator, supplier or distributor, except as o•' erwise provided in the Contract Documents. 6.03 EQUI. LEI4'I' MATERIALS AND EQUIPMENT A. When-er materials or equipment are specified or desc•'bed in the Drawings or Specifications by using the name •f a proprietary item or the name of a particular manui=cturer, fabricator, supplier or distributor, the nami :a of the item is intended to establish the type, func•'on and quality required. Unless the name is foll•'ed by words indicating that a substitution is perm''. ted, materials or equipment of other manufacturers, fabr' ators, suppliers, or distributors may be accepted by E gineer if sufficient information is submitted by Cont. ctor to allow Engineer to determine that the mate • al. or equipment proposed is equivalent to that name.,. The procedure for review by Engineer will be as 11. I set f suppl rth in paragraphs 6.03.11.1 and 6.03.A.2 below as mented in the other Contract Documents. 1. equests for review of substitute items of material nd equipment will not be accepted by Engineer from nyone other than Contractor. If Contractor wishes O furnish or use a substitute item of material or quipment Contractor shall make written application o Engineer for acceptance thereof, certifying that he proposed substitute will perform adequately the unctions called for by the general design, be i.mi.lar and of equal substance to that specified and 'e suited to the same use and capable of performing he same function as that specified. The applica- ion shall state whether or not acceptance of the ubstitute for use in the Work will require a change n the Drawings or Specifications to adapt the Design to the substitute and whether or not ncorporation or use of the substitute in connec- ion with the Work is subject to payment of any License fee or royalty. All variations of the .roposed substitute from that specified shall be dentified .i.n the application and available main- enance, repair and replacement service will be ndicated. The application shall also contain an itemized estimate of all costs that will result i.rectly or indirectly from acceptance of such ubstitute, including costs of redesign and claims .f other contractors affected by the resulting liange, all of which shall be considered by ngineer in evaluating the proposed substitute. engineer will be the sole judge of acceptability, nd no substitute will be ordered or installed ithout Engineer's prior written acceptance. Owner ay require Contractor to furnish at Contractor's xpense a special performance guarantee or other urety with respect to any substitute. 2. 1ngineer will record time required by Engineer and ngineer's consultants in evaluating substitutions roposed by Contractor and in making changes in the Drawings or Specifications occasioned thereby. Whether or not Engineer accepts a proposed substit- te, Contractor shall reimburse Owner for the harges of Engineer and Engineer's consultants for valuating any proposed substitute. 6.04 CONC NING SUBCON'T'RACTORS A. Cont ctor shallnot employ any Subcontractor or other pers.'`1 or. organization (including those who are to Turn t_h the principal items of materials or equipment), 12 wheth-r initially or as a substitute, against whom Owner or ngineer may have reasonable objection. A Subc• tractor or other person or organization identified in w ting to Owner and Engineer by Contractor prior to the btice of Award and not objected to in writing by Owne or. Engineer prior to the Notice of Award will be deem acceptable to Owner and Engineer. Acceptance of any S bcontractor, other person or organization by Owner or El ineer shall not constitute a waiver of any right of 0 er or Engineer to reject defective Work. If Owner or E gineer after due investigation has reasonable obje..ion to any Subcontractor, other person or orga zation proposed by Contractor after the Notice of Awar Contractor shall submit an acceptable substitute and • e Agreement Price shall be increased or decreased by tip difference in cost occasioned by such substitu- tion and an appropriate Change Order shall be issued. Contractor shall not be required to employ any Subs -tractor, other person or organization against whom Contactor has reasonable objection. B. Cont ctor shall be fully responsible for all acts and and omis ions of hls Subcontractors and of persons orgai;izations directly or indirectly employed by them and <'f persons and organizations for whose acts any of them may be liable to the same extent that Contractor is respnsible for the acts and omissions of persons dire!;tly employed by Contractor. Nothing in the Contras t Docuents shall create any contractual relationship betw_ en Owner or Engineer and any Subcontractor or other pers In or organization having a direct contact with Contactor, nor shall it create any obligation on the part Of Owner or Engineer to pay or to see to the payment of a moneys due any Subcontractor or other person or orga 'ization, except as may otherwise be required by law. Owne or Engineer may furnish to any Subcontractor or othe person or organization, to the extent practicable, evid=nce of amounts paid to Contractor on account of spec fic Work done. C. The ivisions and sections ofthe e s pshall Specificationsnot and the control iden ifications of any g Cont actor in dividing the Work among Subcontractors or deli eating the Work to be performed by any specific trad . D. All be Cont the of Engi ork performed for Contractor by a Subcontractor will ursuant to an appropriate agreement between actor and the subcontractor cable terms and conditions ecifically binds ubcontractor to the_�3pp e Contract Documents for the benefit of Owner and eer and contains waiver provisions as required by 13 the Subc rece poli ontract Documents. Contractor shall pay each tractor a just share of any insurance moneys ed by Contractor on account of losses under 'es .issued pursuant to the Contract Documents. 6.05 PATE �' FEES AND ROYALTIES A. Cont actor shall pay all license fees and royalties and assn a all costs incident to the use in the performance of t e Work or the incorporation in the Work of any inveition, design, process, product or device which is the ubject of patent rights or copyrights held by oche s. If a particular .invention, design, process, prod ct or device is specified in the Contract Documents for se in the performance of the Work and if to the actu.r1 knowledge of Owner or Engineer its use is subject to p tent rights or copyrights calling for the payment of a y license fee or royalty to others, the existence of ch rights shall be disclosed by Owner in the Cont act Documents. Contractor shall indemnify and hold harm ess Owner and Engineer and anyone directly or indi,ectly employed by either of them from and against all -.aims, damages, losses and expenses (including atto`,ney's fees and court and arbitration costs) arising out if any infringement of patent rights or copyrights inci ent to the use in the performance of the Work or resui ting from the incorporation in the Work of any inve+tion, design, process, product or device not spec fled in the Contract Documents, and shall defend all suchiclaims in connection with any alleged infringement of s ch rights. 6.06 PERM TS A. Unle:s otherwise provided in the Contract Documents, Contactor shall obtain and pay for all construction perm is and licenses (except building permit fee). Owner shal assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all gove nmental charges and inspection fees necessary for the rosecution of the Work, which are applicable at the time of opening of Bids. Contractor shall pay all char`, es of utility service companies for connections to the Work, and Owner shall pay all charges of such comp nies for capital costs related thereto. B. In o subm Depa buil fee, will der to assist in expediting the Project, Owner will t Drawings and Specifications to the County Building tment for the purposes of attempting to obtain the ing permit. Owner shall pay for the building permit and, if successful in obtaining the building permit, assign the building permit to the successful bidder 14 prior unsuc of there 6.07 LAWS to the start of construction. If Owner is essful in obtaining the building permit by the time ecution of the Agreement, Contractor shall fter be responsible for building permit processing. ND REGULATIONS A. Contrctor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the •irk. If Contractor observes that the Specifica- tions or Drawings are at variance therewith, Contractor shall give Engineer prompt written notice thereof, and any 1-cessary changes shall be adjusted by an appro- priat Modification. If Contractor perforins any Work knowi g or having reason to know that it is contrary to such aws, ordinances, rules and regulations, and without such notice to Engineer, Contractor shall bear all costs arisi g therefrom; However, it shall not be Contractor- 's p,imar.y responsibility to make certain that the Speci ications and Drawings are in accordance with such laws, ordinances, rules and regulations. 6.08 TAXES A. Cont siinil B. The taxe 6.09 USE ctor shall pay all sales, consumer, use and other r taxes required to be paid by him. ner is exempt from Colorado State sales and use PREMISES A. Cont actor shall confine construction equipment, the stor.'e of materials and equipment and the operations of work n to areas permitted by law, ordinances, permits and .:ie requirements of the Contract Documents. B. Duni the • rubb comp mate as w and n to ti not C. Cont stru the the that the progress of the Work, Contractor shall keep emises free from accumulations of waste materials, h and other debris resulting from the Work. At the tion of the Work Contractor shall remove all waste als, rubbish and debris from and about the premises 1 as all tools, appliances, construction equipment chinery, and surplus materials, and shall restore it original condition those portions of the site signated for alteration by the Contract Documents. ctor shall not load nor permit any part of any ure to be loaded in any manner that will endanger ructure, nor shall._Contractor subject any part of rk or adjacent property to stresses or pressures ill endanger it. 15 6.10 RECO1DOCUMENTS A. Cont IVctor shall keep one record of all Specifications, Draw' gs, Addenda, Modifications, Shop Drawings and samp1 s at the site, in good order and annotated to show all canges made during the construction process. These shall be available to Engineer for examination and shall be d ivered to Engineer for Owner upon completion of the rk . 6.11 SAFE'l ANI) PRO'1.'ECTLON A. Cont ctor shall be responsible for initiating, main = piing and supervising all safety precautions and prog =ms in connection with the Work. Contractor shall take 1.1 necessary precautions for the safety of, and shall (provide the necessary protection to prevent damage, injui. or loss to: 1. 2. 3. 11 employees on the Work or other persons who may e affected thereby; 11 the Work and all materials or equipment to be ncorporated therein, whether in storage on or off he site; and tlier property at the site or adjacent thereto, ncluding trees, shrubs, lawns, walks, pavements, oadways, structures and utilities not designated or removal, relocation or replacement in the course f construction. B. Cont :ct.or shall comply with all applicable laws, ordi nces, rules, regulations and orders of any public body laving jurisdiction for the safety of persons or prope ty or to protect them from damage, injury or loss; and spall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owner of adjacent property and utilities when prose ution of the Work may affect them. All damage, injur or loss to any property referred to in paragraphs 6.11. .">. or 6.11.A.3 caused, directly or .indirectly, in whole or in part, by Contractor, any Subcontractor or anyon. directly or indirectly employed by any of them or anyon for whose acts any of them may be liable, shall be r-medied by Contractor (except damage or loss attriautable to the fault of Drawings or Specifications or t.' the acts or omissions of. Owner. or Engineer or anyon ; employed by either of them or anyone for whose acts ither of them inay be liable, and the fault or negliience of Contractor). Contractor's duties and 16 resp•.isibilities for the safety and protection of the Work shall continue such time as all the Work is comp '-ted and Engineer has issued a notice to Owner and Cont.:ctor in accordance with paragraph 14.09.A that the Work pis acceptable. C. Contt.ctor shall designate a responsible member of his orgat p.zation at the site whose duty slia].1 be the prey-3ltion of accidents. This person shall be Cont- ractr's superintendent unless otherwise designated in writ hg by Contractor. to Owner. 6.12 EMER ENCIES A. In e'eryencies affecting the safety or protection of persons or the Work or property at the site or adjacent ther=to, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury or loss. Cont actor_ shall give Engineer prompt written notice of any iynificant changes in the Work or deviations from the ontract Documents caused thereby. 6.13 SIIOP DRAWINGS AND SAMPLES A. Afte checking and verifying all field measurements, Cont actor shall submit to Engineer for review and acce>tance, in accordance with the General Requirements and he accepted schedule of Shop Drawing submissions (see paragraph 2.06.A) , all Shop Drawings and samples, whic shall have been checked by and stamped with the acce,tance of Contractor and identified as Engineer may re.qu re. B. Engi prom revi the the not proc prog a se the shal incl eer will review and accept with reasonable tness Sliop Drawings and samples, but Engineer's w and acceptance shall be only for conformance with esign concept of the Project and for compliance with nformation given in the Contract Documents and shall xtend to means, methods, sequences, techniques es or dures of construction or to safety precautions ams incident thereto. The review and acceptance of arate item as such will not indicate acceptance of ssembly in which the item functions. Contractor be responsible for coordination of assemblies which de separate components. C. Whe a Shop Drawing or sample is required by the Spe a f.icati.ofs, no related Work shall be commenced until the :ubm.ittal has been rey.iewed and accepted by Engineer. eer's review and acceptance of Shop Drawings or D. Eng 17 sampl for a Contr. such has g speci accep respo Drawn s shall not relieve Contractor from responsibility y deviations from the Contract Documents unless ctor has in writing called Engineer's attention to eviation at the time of submission and Engineer ven written concurrence and acceptance to the is deviation, nor shall any concurrence or ance by Engineer relieve Contractor from sibility for errors or omissions in the Shop gs. 6.14 I N DEM :I F I CAT I ON A. To the fullest extent permitted by law, Contractor shall indem ify and hold Harmless Owner and Engineer and their agent and employees from and against all claims, damag-;s, losses and expenses including but not limited to at orneys' fees arising out of or resulting from the perfo mance of the Work, provided that any such claim, damag-, loss or expense (a) is attributable to bodily injur , sickness, disease or death, tl er ot.liinjury yeto orr destr ction of tangible property o itsel ) including the loss of use resulting therefrom and (b) i= caused in whole or in part by any negligent act or o fission of Contractor, any Subcontractor, anyone direc ly or indirectly employed by any of them or anyone for wose acts any of them may be liable, regardless of whetli -r or not it is caused in part by a party indem ified hereunder. B. In an and all claims against owner or. Engineer or any of teir agents or employees by any employee of Contr ctor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of thein may be liable, the indemnification oblig tion under paragraph 6.14.A shall not be limited in at way by any limitation on the amount or type of damag-s, compensation or benefits payable by or for Contr ctor or any Subcontractor under workers' or workm-n's compensation acts, disability benefit acts or other employee benefit acts. C. The •i•ligations of Contractor under. paragraph 6.14.A shall not extend to the liability of Engineer, his agents ents or em=loyees arising out of the preparation or app of m •s, drawings, opinions, .reports, surveys, Change Order-, designs or specifications. PART 7 - WORK 7.01 OWNE A. Owne OTHERS RIGHT '1'O PERFORM may perform additional work related to the Project 18 by hi self, or have additional work performed by utility servi•:e companies, or let other direct contracts therefor which shall contain General Conditions similar to these. Contr.ctor shall afford the utility service companies and the o her contractors who are parties to such direct contracts (or owner, if Owner is performing the addit onal work with Owner's employees) reasonable oppor unity for the introduction and storage of materials and = uipment and the execution of work, and shall prope ly connect and coordinate his Work with theirs. 7.02 CONT CTOR TO COORDINATE A. If ai, part of Contractor's Work depends for proper execu ion or results upon the work of any such other contr ctor or utility service company (or Owner), Contr ctor shall inspect and promptly report to Engineer in wr ting any patent or apparent defects or deficiencies in su h work that render it unsuitable for such proper execu ion and results. Contractor's failure so to report shall constitute an acceptance of the other work as fit and p roper for integration with Contractor's Work except for 1 tent or non -apparent defects and deficiencies in the • her Work. Such acceptance by contractor shall rende limn responsible for subsequent correction of any such ork. B. Contractor shall do all cutting, m ke ng ands patchi.gof eral rof his rk=that may be required to come together properly and integrate with such other work.f Contractor shall not endanger any work of others by cu ting, excavating or otherwise altering their work and +.11 only cut or alter their work with the written cons t of Engineer and the others whose work will be affe• ed. C. If tte performance of additional work by other con- trac .rs or utility service companies or Owner was not note in the Contract Documents, written notice thereof shall be given to Contractor prior to starting any such addi =anal work. If Contractor believes that the perf• mance of such additional work by Owner or others invol es additional expense to Contractor or requires an extei-ion of the Contract Time, Contractor may make a clai therefor as provided in Parts 11 and 12. PART 8 - OWNEI S RESPONSIBILITIES 8.01 OWNE TO COMMUNICATE THROUGH ENGINEER A. Owne shall issue all communications to Contractor thro oh the Engineer. 19 8.02 B. In c Owne make Cont Any d subj OWNE A. Owne Cont Cont para B. Owne as s 4.02 to C test affe upon tion 8.03 OWNE e of termination of the employment of Engineer, shall appoint an engineer: against whom Contractor no reasonable objection, whose status under the ct Documents shall be that of the former Engineer. spute in connection with such appointment shall be t to arbitration. S OBLIGATIONS shall furnish the data required of Owner under the ct Documents promptly and shall make payments to etor promptly after they are due as provided in aphs 14.04.A and 14.09.A. s duties in respect of providing reference points forth in paragraph 4.01.A and 4.04.A Paragraph refers to Owner's identifying and making available retractor copies of reports of investigat.ions and of physical conditions at the site or otherwise ing performance of the Work which have been relied y Engineer in preparing the Drawings and Specifica- S RIGHT A. In c• nnectiorr with Owner's rights to request changes in the ork in accordance with Part 10, Owner (especially in c.rtain instances as provided in paragraph 10.01.D) is o ligated to execute Change Orders. PART 9 - ENGI ER'S STATUS DURING CONSTRUCTION 9.01 OWNE ' S REPRESENTATIVE A. Engineer will be owner's representative during the cons ;:ruction period. The duties and responsibilities and e limitations of authority of Engineer as Owner's repr entative during construction are set forth in the Cont act Documents and shall not be extended without written consent of Owner and Engineer. 9.02 VISI' S TO SITE A. Engi eer will make visits to the site at intervals appr priate to the various stages of construction to observe the progress and quality of the executed Work and o determine, in general, if the Work is proceeding in a•`. ordance with the Contract Documents. Engineer will not ,e required to make exhaustive or continuous on-site insp ctions to check the quality or quantity of the Work. Engi eer's efforts will be directed toward providing for 20 Owner greater degree of confidence that the completed Work ill conform to the Contract Documents. On the basis of such visits and on-site observations as an exper;-need and qualified design professional, Engineer will -ep Owner .informed of the progress of the Work and will !-ndeavor to guard Owner against defects and defic encies in the Work. 9.03 CLARI A. Engin writt DocUm Engin tent of ti a wri incre tract or Pa ICA'1.'IONS AND INTERPRETATIONS er will issue with reasonable promptness such n clarifications or interpretations of the Contract its (in the form of Drawings or otherwise) as ger may determine necessary, which shall be consis- ith or reasonably inferable from the overall intent Contract Documents. If Contractor believes that ten clarification or interpretation justifies an se in the Agreement Price or Contract Time, Con - r may make a claim therefor as provided in Part 11 t 12. 9.04 REJEC1Nt, DEFECTIVE WORK A. Engin er will have authority to disapprove or reject Work which is defective, and will also have authority to requi e special inspection or testing of the Work as provided in paragraph 13.04.B, whether or not the Work is faricated, installed or completed. 9.05 PROJE 'I' REPRESENTATION A. Engin er will furnish a Project Representative to assist Engin:er in observing the performance of the Work. The dutie responsibilities and limitations of authority of any _ch Project Representative and assistants will be as pvided in Part 23. If Owner designates another agen to represent him at the site who is not Engineer's agen or employee, the duties, responsibilities and limi tions of authority of such other person will be as provided in Part 23. 9.06 DEC1 ONS ON DI:SAGREEMEN'I'S A. Engi er will be the initial interpreter of the require- ment -.of the Contract Documents and judge of the accept- abil'.y of the Work thereunder. Claims, disputes and othe natters relating to the acceptability of the Work or thr interpretation of the requirements of the Contract Docul nts pertaining to the execution and progress of the Work hall be referred initially to Engineer in writing with request for a formal decision in accordance with this .aragraph, which Engineer willrender in writing 21 withi clain clail withi rise ted such peri capa parti in rend B. The parag or of maki para exer rerne Docun or o A. Neitl else by E exer resp cont dist oche B. When orde term adje "pro or in revi inter judg comp a sp any shal of t cont 9.07. a reasonable time. Written notice of each such ispute and other matter shall be delivered by the t to Engineer and the other party to the Agreement ifteen days of the occurrence of the event giving reto, and written supporting data will be submit - Engineer and the other party within 45 days of currence unless Engineer allows an additional of time to ascertain more accurate data. In his y as interpreter and judge Engineer will not show ity to Owner or Contractor and will not be liable nection with any interpretation or decision d in good faith in such capacity. ldering of a decision by Engineer pursuant to ph 9.06.A with respect to any such claim, dispute matter (except any which have been waived by the or acceptance of final payment as provided in ph 14.11.A) will be a condition precedent to any e by Owner or Contractor of such rights or s as either may otherwise have under the Contract is or at Law in respect of any such claim, dispute ✓ matter. TONS ON ENGINEER'S RESPONSIBILITIES Engineer's authority to act under this Part 9 or re in the Contract Documents nor any decision made neer in good faith either to exercise or not e such authority shall give rise to any duty or ability of Engineer to Contractor, any Sub - or, any manufacturer, fabricator, supplier, or utor, or any of their agents or employees or any arson performing any of the Work. ✓ in the Contract Documents the terms "as " "as directed," "as required," "as allowed" or jof like effect or import are used, or the Ves "reasonable," "suitable," "acceptable," n or "satisfactory" or adjectives of like effect rt are used, to describe requirement, direction, or judgment of Engineer as to the Work, it is d that such requirement, direction, review or nt will be solely to evaluate the Work for nce with the Contract Documents (unless there is fic statement indicating otherwise). The use of h term or adjective never indicates that Engineer Nave authority to supervise or direct performance 11I Work or authority to undertake responsibility 4- y to the provisions of paragraphs 9.07.0 or ✓ will not be responsible for Contractor's means, 22 metho i, techniques, sequences or procedures of construc- tion, . r the safety precautions and programs incident there- ,I, and Engineer will not be responsible for Con- tract 's failure to perform the Work in accordance with the C tract Documents. D. Engin r will not be responsible for the acts or omis- sions of Contractor or of any Subcontractors, or of the agents or employees of any Contractor of Subcontractor, or o: any other persons at the site or otherwise perforning any of the Work. PART 10 - CI1ANG'3S IN THE WORK 10.01 OWNER MAY ORDER CHANGES A. Witho t invalidatlny the Agreement, Owner may, at any time r from time to time, order additions, deletions, or re''isions in the Work; these will be authorized by Change: Orders. Upon receipt of a Change Order, Contractor shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes an increase or decrease in the Agreement Price or an extension or shortening of the Contract Time, an eqitable adjustment will be made as provided in Part 11 or1 Part 12 on the basis of a claim made by either party. B. EnginE involt Contra intent pl isl. and a prompt justi1 Time, for it r may authorize minor changes in the Work not ng an adjustment in the Agreement Price or the t Time, which are consistent with the overall of the Contract Documents. These may be accom- d by a Field Order and shall be binding on Owner, Lso on Contractor who shall perform the change 1Jy. If Contractor believes that a Field Order es an increase in the Agreement Price or Contract ontractor may make a claim therefor as provided Part 11 or Part 12. C. Additional Work performed without authorization of a Chane Order will not entitle Contractor to an increase in tli Agreement Price or an extension of the Contract Time,7except in the case of an emergency as provided in paragraph 6.12.A and except as provided in paragraphs 10.01.5 and 13.04.B. D. Owner shall execute appropriate Change Orders prepared by Elgineer covering changes in the Work which are required by Owner, or required because of unforeseen physical conditions or emergencies, or because of uncovering Work appropriately covered and found not to 23 be dctive, or as provided in paragraph 11.04.B o becau.e of any other claim of Contractor for a change i the • ontract Time or the Agreement Price which i recomiended by Engineer. E. If no -ice of any change affecting the general scope o the W rk or change in the Agreement Price is required b the p ovisions of any Bond to be given to the Surety, i will be contractor's responsibility to so notify th Suret , and the amount of each applicable Bond shall b adjus ed accordingly. Contractor shall furnish proof o such justment to Owner. F. If Ow r and Contractor are unable to agree to the price or t'ne of a change order submittal, as set forth in Parts 11 and 12 herein, the Owner reserves the right to perfo m said changed work directly or to hire other contr:ctor(s) to perform said changed work. In this event, the Contractor shall not be entitled to any addit'onal cost, fee, or time extension as a result there f, and Contractor shall permit free site access to the •caner or other contractor(s) engaged by Owner for said 'flanged work. PAR'1' 11 - CHANG' OF AGREEMENT PRICE 11.01 AGREE ENT PRICE CHANGED ONLY BY CHANGE ORDER A. The greement Price constitutes the total compensation (subj-ct to authorized adjustments) payable to Contrac- tor f performing the Work. All duties, responsibilit- ies -nd obligations assigned to or undertaken by Cont ctor shall be at his expense without change in the Agreement Price. B. The greement Price and time may only be changed by Chan Order signed and approved by Contractor and Owner C. The • ner, through the Engineer, may request changes to the .greement for additional work or in response to clai - by Contractor. All Change Order pricing and time exte .ion analysis shall be in accordance with the foll• ing: 1. The Engineer shall submit to the Contractor a "Request for Proposal" outlining the scope of work contemplated for said construction changes. 0 2. '1'he contractor shallsubmit within 14 days of receipt of a "Request for Proposal" a complete cost and fee and time extension analysis for the proposed change which shall include: 24 Detailed itemization o1 smaterials and estimated for said work; labor Detailed itemization from all subcontractor for their respective labor and materials fo said work; Copies of quotations from suppliers substan tiating all materials and equipment costs; Itemization of overhead and fees in accordant with Parayraph 11.03A; Any request for contract time extension wit all substantiating rationale therefor. D. Contra. tor Claims. Any claim for an increase in the Agree'upt Price or time shall be based on immediate verballnotification to the Engineer followed by written notic II elivered to the Owner and Engineer within 5 days of the,ievent giving rise to said claim. Detailed notice of the amount of said claim and any attendant time extens:bn, including all supportive data in accordance with .ragraph 11.O1C, shall be delivered to Engineer within 15 days of event causing said claim unless Engina-r allows additional time to assess specific cost, time 7 construction details. E. The vlue of any Work covered by a Change Order or of any ca im for an increase or decrease in the Agreement Price =:hall be determined in one of the following ways: 1. ( the basis of the estimated Cost of the Work etermined as provided in paragraphs 11.01.C) plus Contractor's Fee for overhead and profit etermined as provided in paragraph 11.03.A); 2. 3. mutual acceptance of a lump sum. 11.02 COST A. The rl I Cost of the Work means the sum of all costs neces ily incurred and paid by Contractor in the proper perfo nce of the Work. Except as otherwise may be agree to in writing by Owner, such costs shall be in amount- no higher than those prevailing in the locality of th -,� Project, shall include only the following items and s1 11 not include any of the costs itemized in parag r '1' 11.02.B. 4 TIE WORK 1. roll costs for employees in the direct employ of 25 "ontractor in the performance of the Work under 6chedules of job classifications agreed upon by wrier and Contractor. Payroll cost for employees of employed full time on, the Work shall be pportioned on the basis of their time spent on the ork. Payroll costs shall include, but not limited o, salaries and wages plus the cost of fringe enefits which shall include social security ontributions, unemployment, excise and payroll. -axes, workers' or workmen's compensation. IP uch employees shall include superintendents and oremen at the site. The expenses of performing ork after regular working hours, on Sunday or legal iolidays, shall be included in the above to the xtent authorized by Owner. 2. ost of all materials and equipment furnished and ncorporated in the Work, including costs of trans- ortat.i_on and storage thereof, and manufacturers' -ield services required in connection therewith. 11 cash discounts shall accrue to Contractor unless w►ier deposits funds with Contractor with which to lake payments, in which case the cash discounts hall accrue to Owner. All trade discounts, rebates nd refunds, and all returns from sale of surplus naterials and equipment shall accrue to Owner and Contractor shall make provisions so that they may be obtained. 0 3. ayments made by Contractor to the Subcontractors fpr Work performed by Subcontractors. If required Y Owner, Contractor shall Obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then etermine, with the advice of. Engineer, which bids ill be accepted. If a subcontract provides that he Subcontractor is to be paid on the basis of Cost f the Work Plus a Fee, the Subcontractor's Cost of he Work shall be determined in the same manner as ontractor's Cost of the Work. 11l1 Subcontractors _hall be subject to the other provisions of the ontract Documents insofar as applicable. IFS II 4. osts of special consultants (including, but not limited to, engineers, architects, testing labora- tories, surveyors, lawyers and accountants) employed r services specifically related to the Work. 5. Supplemental costs include the following: 1a . I i i Cost, including transportation and mainteni ance, of all materials, supplies, equipment 26 v e B. The ter followl machinery, appliances, and hand tools not o by the workmen, which are consumed in performance of the Work,, and cost less ma value of such items used but not consumed w remain the property of Contractor. ned the ket ich Rentals of all construction equipment and machinery and the parts thereof whether re ted from Contractor or others in accordance ith rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, insta la - tion, dismant.l.inq and removal. thereof - al in accordance with terms of said re tal agreements. The rental of any such equipm nt, machinery or parts shall cease when the use thereof is no longer necessary for the Wo k. Any sales, use or similar taxes related to Work, and for which Contractor is lia imposed by any governmental authority. Deposits lost for cause's other than Cont tor's negligence, royalty payments and for permits and licenses. Losses and damages (and related expenses), compensated by insurance or otherwise, to Work or otherwise sustained by Contracto in connection with the execution of the W provided they have resulted from causes o than the negligence of Contractor, any contractor, or anyone directly or indire employed by any of them or for whose acts of then may be liable.1 Such losses s include settlements made with the wri consent and approval of Owner. No such los damages and expenses shall be included in Cost of the Work for the purpose of determi ing, Contractor's Fee. If, however, any such loss' or damage requires reconstruction and, Contractor is placed in charge ther-•f,, Contractor shall be paid for services a feed proportionate to that stated in paragr=phi 11.03.11. • • • the le ac ees no �I the o r' rk, her ub tly any al11 ten' es, the Cost of premiums for additional Bonds nd insurance required because of changes in he Work. I Cost of the Work shanot include any of he 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Payroll costs and other compensation of Contrac- tor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks band other personnel employed by Contractor whether t the site or in his principal or a branch office for general administration of the Work and not pecifically included in the agreed upon schedule of job classifications referred to in subparagraph 11.02.A.1--aL.L of which are to be considered administrative costs covered by the Contractor's Fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for additional Bonds and insurance required because of changes in the Work). 5. costs due to the negligence of Contractor, any upcontractor, or anyone directly or indirectly mOloyed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making ciood any damage to property. G. other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.02.A. a b c The proportion of necessary transportation, travel and subsistence expenses of Contr6c tor's employees incurred in discharge of dut'es connected with the Work. The cost of utilities, fuel and sanitary facilities at the site. Minor expenses such as telegrams, long dista ce telephone calls, telephone service at the si e, 28 1 expressage and similar petty cash items in connection with the Work. 11.03 CONTR CTOR'S FEE A. The C and p 1. t tractor's Fee allowed to Contractor for overread cifit shall be determined as follows: fee based on the following percentages of the arious portions of the Cost of the Work: For costs incurred under paragraphs 11.02.A.1 and 11.02.A.2, the Contractor's Fee shall be ten percent; and For costs incurred under paragraph 11.02.A.3, the Contractor's Fee shall be five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall be ten percent as set forth in Paragraph 11.03A.1.a; and No fee shall be payable on the basis of costs itemized under paragraphs 11.02.A.4, 11.02.- A.5, and 11.02.B. B. The a ount of credit to be allowed by Contractor to Owner for a y such change which results in a net decrease in cost illbe the amount of the actual net decrease. When both additions and credits are involved in any one chang , the combined fee shallbe figured on the basis of th net increase if any. 11.04 ADJUS' HENT OF THE UNIT PRICE A. Whene er the cost of any Work is to be determined pursu nt to paragraphs 11.02.A and 11.02.B, Contractor will submit in form acceptable to Engineer an itemized cost breakdown together with supporting data. B. Where the quantity of Work with respect to any item that is c•vered by a unit price differs materially and signi icantly from the quantity of such Work indicated in th Contract Documents, an appropriate Change Order shall be issued on recommendation of Engineer to adjusp the u it price. PART 12 - CIIANG: OF THE CONTRACT TIME 12.01 CONTI CT TIME CHANGED ONLY BY CHANGE ORDER 29 A. The Contract Time may only be changed by a Change Omer.Any claim for an extension in the Contract time shall be based on immediate verbal notification to Eng_neer followed by written notice delivered to Owner and Engineer within five days of the occurrence of the event giving rise to the Claim. Notice of the extent of the claim with supporting data shall be delivered with_n 15 days of such occurrence unless Engineer allows an additional period of time to ascertain more accurate data All claims for adjustment in the Contract time shal be determined by Engineer. if Owner and Contractor cann t otherwise agree. Any change in the Contract time resu ting from any such claim sli.a 11 be incorporated in a Cli nye Order. B. The contract time will be extended in an amount equal to timellost due to delays beyond the control of Contractor if a claim is made therefore as provided in paragraph 12.O1.A. Such delays shall include, but not be l.inited to, < cts or neglect by Owner or others performing addi- tion 1 Work as contemplated by Part 7, or to fires, floo s, labor disputes, epidemics, abnormal weather cond tions, or acts of God. C. All he time limits stated in the Contract Documents are of t e essence of the Agreement. The provisions of this Part 12 shall not exclude recovery for damages (including comp nsation for additional professional services) for dela by either party. PART 13 - WAR NTY AND GUARANTEE; TESTS AND INSPECTIONS; CORR CTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 WARR1NTY AND GUARANTEE A. Conttactor warrants and guarantees to Owner and Engineer that, without exception, all Work will be in accordance with, the Contract Documents and will not be defective. Four Icopies of all manufacturer's guaranties or certifi- cates that are required by the Contract Documents shall be ubmitted to Owner through Engineer prior to acce•tance of the Work. No exceptions to Contract Docu nts and guarantee or warranty requirements are perm ted. Prompt notice of all defects shall be given to C•ntractor. All defective Work, whether or not in plac ., may be rejected, corrected or accepted as provided in t is Part 13. 13.02 ACCES . '1'O WORK A. Engit repre er and ntatives Engineer's representatives, other of Owner, testing agencies and govern - 30 meat 1 agencies with jurisdictional interests will have acre s to the Work at reasonable times for their observa tion inspection and testing. Contractor shall provide proper and safe conditions for such access. 13.03 TEST$ AND INSPECTIONS A. Cont actor shall give Engineer timely notice of readiness of he Work for all required inspections, tests or appy vals. B. If ay law, ordinance, rule, regulation, code, or order of ai y public body having jurisdiction requires any Work (or art thereof) specifically to be inspected, tested or a proved, Contractor shall assume full responsib_lity ther for, pay all costs in connection therewith and furnish Engineer the required certificates of inspection, testing or approval. Contractor shall also be resp nsible for and shall pay all costs in connection with Owner's or Engineer's acceptance of a manufacturer, fabr cator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of mate-iais or equipment submitted for approval prior to Cont actor's purchase thereof for incorporation in the Work The cost of all other inspections, tests and appr vals required by the Contract Documents shall be paid by Owner (unless otherwise specified), except that the ost of re -testing of materials and equipment as a dire t result of a failure to pass a specified test shall be p id by Contractor. C. All nspections, tests or approvals other than those requ'red by law, ordinance, rule, regulation, code or orde of any public body having jurisdiction shall be pert rmed by organizations acceptable to Owner and Contractor (or by Engineer, if so specified). D. If a Work that is to be inspected, tested or approved is c vered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for obse ation. Such uncovering shall be at Contractor's expe -e unless Contractor has given Engineer timely notic- of Contractor's intention to cover such Work and Engin•er. has not acted with reasonable promptness in respo se to such notice. E. Neith or ap oblig Contr r observations by Engineer or inspections, tests royals by others shall relieve Contractor frorr his tions to perform the Work in accordance with the ct. Documents. 13.04 UNCOV RING WORK 31 A. If aiy Work is covered contrary to the written re.uest of E lgineer, it must, if requested by Engineer, b - un - cove ecl for Engineer's observation and replace at Cont actor's expense. B. If lgineer considers it necessary or advisable that cove ed Work be observed by Engineer or inspect:d or test :d by others, Contractor, at Engineer's req est, shal uncover, expose or otherwise make availabl= for obse vation, inspection or testing as Engineer may requ re, that portion of the Work in question, fur ish- f it hall ure, tory onal tive k is owed the such ting as ing all necessary labor, material and equipment. is f and that such Work is defective, Contractor bear a 11 the expenses of such uncovering, expo obse vation, inspection and testing and of satisfa reconstruction, including compensation for addit prof ssional services, and an appropriate dedu Chan e Order shall be issued. If, however, such Wo not ound to be defective, Contractor shall be al an it crease in the Agreement Price or an extension o Cont act Time, or both, directly attributable to unco erinq, exposure, observation, inspection, to and reconstruction if he makes a claim therefo provjded in Parts 11 and 12. 13.05 OWNEI1 MAY STOP THE WORK If ti e, Work is defective, or Contractor fails to s pply suff client skilled workmen or suitable material- or equi ment, or fails to furnish or perform the wo k in such a way that the completed work will conform t. the Cont act Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the caus for such order has been eliminated; however, this rig t of Owner to stop the work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other party. 13.06 CORRECTION OR RI MOVAI, OF DEFECTIVE WORK A. If rquired by Engineer, Contractor shall prom without cost to Owner and as specified by Engit either correct any defective Work, whether or not fa cated, installed or completed, or, if the Work has rejected by Engineer, remove it from the site and rep it with nondefective Work. 13.07 ONE YEAR CORRECTION PERIOD tly, eer, ri- een ac A. If w thin one year after the date of Completion and writt-n acceptance by the Engineer of all punch list 32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 items or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work if ound to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions within seven (7) days after Owner's issuance of written instructions correct the defective work, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corr cted or the rejected Work removed and replaced, and all direct and indirect costs of such removal and repl cement, including compensation for additional prof ssional services, shall be paid by Contractor. 13.08 ACCE TANCE OF DEFECTIVE WORK A. If, instead of requiring correction or removal and replacement of defective Work, Owner. (and, prior to Engineer's recommendation of final payment, also Engineer) prefers to accept it, Owner may do so. In such case, if acceptance occurs prior to Engineer's recominend- ati.on of final payment, a Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including appropriate reduction in the Agree- ment Price; or, .if the acceptance occurs after such recommendation, an appropriate amount shall be paid by Contractor to Owner. 13.09 OWNER MAY CORRECT 1)EFECP.LVE WORK A. If ontractor fails within a reasonable time after writ en notice of Engineer to proceed to correct aid to corr ct defective Work or to remove and replace rejected Work as required by Engineer in accordance with paragraph 13.06.A, or if Contractor fails to perforin the Work in accordance with the Contract Documents (including any requirements of the progress schedule), Owner may, after seve days' written notice to Contractor, correct and reme y any such deficiency. In exercising his rights unde this paragraph Owner shall proceed expeditiously. To he extent necessary to complete corrective and reme ial action, Owner may exclude Contractor from all or p rt of the site, take possession of all or part of the ork, and suspend Contractor's services related ther to, take possession of Contractor's tools, appl ances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Cont actor but which are -stored elsewhere. Contractor shal allow Owner, Owner's representatives, agents and empl.yees such access to the site as may be necessary to 33 enable Owner to exercise his rights under this paragraph. All direct and indirect costs of Owner in exercising such rights shall be charged against Contractor in an amount verified by Engineer, and a Change Order shall be issued incorporating the necessary revisions in the Contract Documents and a reduction in the Agreement Price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional prole sional services required and all costs of repair and .eplacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in perfomance of the Work attributable to the exercise by Owner of Owner's rights hereunder. PART 14 - PAYME 14.01 'T'S 'I'O CONT'RACT'ORS ANI) COMPLETION SCHEDrLES A. Prior to submitting the first Application for a progress payment, Contractor shall have obtained approval of the progr ss schedule, the schedule of Shop Drawing submiOsion and the schedule of values of the Work. These schedules shall be satisfactory in form and substances to Ei gineer.. 'I'lie schedule of values shall include quantities and unit prices aggregating the Agreement Price, and shall subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Upon acceptance of the schedule of values by Engineer, it shall be incorporated into form of Application for Partial Payment acceptable to En ineer. 14.02 APPLICATION FOR PROGRESS PAYMENTS A. At lest ten days before each progress payment falls due (but.not more often than once a month), Contractor shall submit to Engineer for review an Application for Partial Payme t completed and signed by Contractor covering the Work ompleted as of the date of the Application and accom anied by such supporting documentation as is required by the Contract Documents and also as Engineer may reasonably require. Each subsequent Application for Parti l Payment shall include an affidavit of Contractor statiig that all previous progress payments received on account of the Work have been applied to discharge in full all of Contractor's obligations reflected in prior Appliati.ons for. Partial Payment. The amount of retain age with respect to.. progress payments will be as stipulated in the Agreement. 34 14.03 CONT CTOR' S WARRANTY OF TITLE A. Cont actor warrants and guarantees that title to all Work materials and equipment covered by any Application for ayment, whether incorporated in the Project or not, will pass to Owner at the time of payment free and clear of 11 claims, security interests and encumbrances (hereafter in these General Conditions referred to as "Claims"). 14.04 REVI W OF APPLICATIONS FOR PROGRESS PAYMENT A. Engineer will, within 10 days after receipt of each Application for Partial Payment either indicate in writing a recommendation of payment and present the Application to Owner, or return the Applicatiol to Cont actor indicating in writing Engineer's reasons for refu ing to recommend payment. In latter case, Cont actor may make the necessary corrections and resu mit the Application. The Owner shall pay Contrac- tor itliin 30 days of Owner's approval of the App=ica- tion for Partial Payment. B. Engineer's recommendation of any payment requested in an Application for Partial Payment will constitute a repre- sentation by Engineer to Owner, based on Engineer's on -s to observations of the Work in progress as an expe ienced and qualified design professional and on Engit eer.'s review of the Application for Partial Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of Engineer's knowledge, information, and belief, the qual.ty of the Work is in accordance with the Contract Docu encs (subject to an evaluation of the Work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in the recommendation). however, by recommending any such payment Engineer will not thereby be deemed to have repr'sented that exhaustive or continuous on-site insp ctions have been made to check the quality or the quan-ity of the Work, or that the means mettods, techniques, sequences, and procedures of construction have been reviewed or that any examination has been made to ascertain how or for what purpose Contractor has used the moneys paid or to be paid to Contractor oii account of t`le Agreement Price, or that title to any Work, materials or equipment has passed Owner free and clear of any Claims. C. Engir eer may refuse to recommend and the Owner may refuse to pay the whole or any part of any payment if, in their 35 14.05 opinion, it would be incorrect to make such payment. They may also refuse to recommend to make any such payment, or because of subsequently discover evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in Engineer's or Owner's opinion to prot ct Owner from loss because: 1. 2. 3. 4. 5. 6. SUBST The Work is defective, or completed Work has been damaged requiring correction or. replacement, Written Claims have been made against Owner or Claims have been filed in connection w.itli the Work, The Agreement Price has been reduced because of modifications, Owner has been required to correct defective work or complete the work in accordance with paragraph 13.09.A, Of Contractor's unsatisfactory prosecution of the work in accordance with the Contract Documents, or Of Contractor's failure to make payment to Sub- contractors for labor, materials or equipment. ANTIAL COMPLETION A. When Contractor considers the entire Work ready for its intended use Contractor shall, in writing to Owner and Enginl�er, certify that the entire Work is substantially complete and request that Engineer issue a certificate of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer consiiers the Work substantially complete, Engineer will prepa-e and deliver to Owner a tentative certificate of Substantial Completion. There shall be attached to the certificate a punch list of items to be completed or corrected before project completion and final payment. 14.06 PARTIAL UTILIZA'1'ION A. Use b Owner of completed portions of the Work may be accom lisped prior to Substantial Completion of all the Work ubject to the following: 1. Owner at any time may re 36 est Contractor in writing 14.07 14.08 2. to permit Owner to use any part of the Work which Owner believes ready and necessary for operation. Engineer shall issue a certificate of partial utilization prior to operation of said portion of work. No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of paragraph 5.06A in respect of property insurance. FINAL INSPECTION A. Upon written notice from Cor complete and that all items o completed, Engineer will. mak Owner and Contractor and w writing of all particulars reveals that the Work is Contactor shall immediately nece sary to remedy such defi FINA APPLICATION FOR PAYMENT rtractor that the Work is the punch list have been e a final inspection with ill notify Contractor in in which this inspection incomplete or defective. take such measures as are ciencies. n A. After Contractor has completed the s tisfaction of Engineer an ance and operating instructions Bonds, certificates of inspec documents and other documents - Contract Documents, and after En the Work is acceptable (subjec paragraph 14.11.A), Contractor final payment following the payments. The final Applicata accompanied by all documentat Contrhct Documents and such otli Engineer may reasonably require and legally effective releases to Owner) of all Claims arisi connection with the Work. I approved by Owner, Contractor releases in full.; an affidavit releases and receipts include material and equipment for which and that all payrolls, material other! indebtedness connected w Owner or his property might in been paid or otherwise sati. Surety, if any, to final payment manufacturer, fabricator,_..suppl to furnish a release or receipt furnish a bond or other collater all such corrections to d delivered all mainten- , schedules, guarantees, tion, marked -up record -all as required by the gineer has indicated that t to the provisions of nay make application for procedure for progress on for Payment shall be ion called for in the er data and schedules as , together with complete or waivers (satisfactory ng out of or filed in n lieu thereof and as may furnish receipts or of Contractor that the all labor, services, r a Claim could be filed, and equipment bills, and ith the Work for which any way be responsible, ;fled; and consent of the . If any Subcontractor, ier or distributor fails in full, Contractor may al satisfactory to OwneF 37 to indemnify Owner against Claim. 14.09 FINAL PAYMENT AND ACCEPTANCE A. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accom- panying documentation --all as required by the Contract Docu eats, Engineer is satisfied that the Work has been completed and Contractor has fulfilled all of his obli- gations under the Contract Documents, Engineer will, with n ten days after receipt of the final Application for ayment, indicate in writing his recommendation of paym nt and present the Application to Owner for payment. Ther upon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of paragraph 14.11.A. Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance and when Owner has approved payment request, Owner shall, within thirty days thereof pay Contractor provided publication of notice of final settlement, pursuant to Statutory requirements, shall also precede final payment to Contractor. B. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished, the written consOnt of the Surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 14.10 CONTRACTOR'S CONTINUING OBLIGATION A. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment 38 1 by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to paragraph 14.09.A, nor any correction of defective Work by Owner shall constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents. 14.11 WAIVE Of CLAIMS A. The m king and acceptance of final payment shall consti- tute: 1. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Claims, from defective Work appearing from final inspection pursuant to paragraph 14.07.A or from failure to comply with the Contract Documents or the terms of any special guarantee specified therein; however, it shall not constitute a waiver by Owner of any rights in respect of Contractor's continuing obliga- tions under the Contract Documents; and 2. waiver of all claims by Contractor against Owner ther than those previously made in writing and till unsettled. PART 15 - SUSPE SION OF WORK ANI) TERMINATION 15.01 OWNER MAY SUSPEND WORK A. Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to Contractor and Engineer which shall fix the date on which Work shall be resumed. Contractor shall resume the Work on the date so fixed. Contractor will be allowed an increase in the Agreement Price or an extension of the Contract Time, or both, directly attributable to any suspension if he makes a claijm therefor as provided in Parts 11 and 12. 15.02 OWNER 4AY TERMINATE A. Upon the occurrence of any one or more of the following events, Owner may terminate the Agreement: 1. 1f Contractor is adjudged a bankrupt or insolvent, 2. If Contractor makes a general assignment for the 39 benefit of creditors, 3. If a trustee or receiver is appointed for Con- tractor or for any of Contractor's property, 4. 5. 6. 7. If Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bank- ruptcy or similar laws, If Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, If Contractor repeatedly fails to make prompt payments to Subcontractors for labor, materials or equipment, If Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, 8. If Contractor disregards the authority of Engineer, or 9. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents. B. Owner may after giving Contractor and his Surety seven days' written notice, terminate the services of Contrac- tor, exclude Contractor from the site and take posses- sion of the Work and all Contractor's tools, appliances, cons ruction equipment and machinery at the site and use the same to the full extent they could be used by Con- tractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work' as Owner may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Agreement Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner shall be verified by Engineer and incorporated in a Change Order, but in finishing the Work, Owner shall not be required to obtain the lowest figure for the Work performed. C. Where Contractor's servipes have been so terminated by Owner, the termination shall not affect any rights of Owner against Contractor then existing or which may 40 thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. D. Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and trminate the Agreement. In such case, Contractor shal]. be paid for all Work executed and any expense sustained plus reasonable termination expenses. 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE A. If, through no act or fault of Contractor, the Work is suspended for a period of more than 90 days by Owner or under. an order of court or other public authority, or Engineer fails to act on any Application for Partial Payment within 30 days after it is submitted, or Owner fails for thirty days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of term- inating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon seven days' notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations under paragraph 6.14.A to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. 15.04 OWNER MAY 'TERMINATE FOR CONVENIENCE A. The Owner may terminate the performance of Work under the Contract Documents in accordance with this section, in whole, or from time to time in part, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall, be affected by delivery of a written Notice of Termin-- ation to the Contractor specifying the extent to which performance of Work under the Contract is terminated an the date upon which termination becomes effective. B. After receipt of a notice of termination, and except a otherwise directed by the Owner, the Contractor shall: 1. Stop Work under the _ contract on the date and to the extent specified in the Notice of Termination. 41 2. 1 Place no further orders or subcontracts for materials, services, or facilities except as neces- sary to complete the portion of the Work under the Contract which is not terminated. 3. Terminate all orders and subcontracts to the extent that they relate to the performance of Work ter- minated by the Notice of Termination. 4. Assign to the Owner, in the manner, at the times, and to the extent directed by the Owner, all of the 'right, title, and interest of the Contractor under the orders and subcontracts so terminated. The Owner shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. 5. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Owner to the extent he may require. His approval or ratification shall be final for all purposes of this clause. 6. Transfer to the Owner, and delivery in this manner, at the times, and to the extent, if any directed by the Owner: a.The fabricated or. ul nfabricated parts, Work in process, completed Work, supplies, and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the Notice of Termination; and The completed or partially completed plans, drawings, information, and other property which, if the Project had been completed would have been required to be furnished to the Owner. b. 7. Use his best efforts to sell, in the manner, at the times, to the extent, and at the price or prices that the Owner directs or authorizes, any property of the types referred to above in this clause, but the Contractor: a. Shall not be required to extend credit to any purchaser; and .. May acquire any_.sucli property under the condi- tions prescribed and at a price or prices approved by the Owner. The proceeds of any 42 8. such transfer or disposition shall be applied in reduction of any payments to be made by the Owner to the Contractor under the Contract Documents or shall otherwise be credited to the Agreement Price or cost of the Work covered by the Contract Documents or paid in such other manner as the Owner may direct. Complete performance of such part of the Work as shall not have been terminated by the Notice of Termination. 9. Take such action as may be necessary, or as the Owner may direct, for the protection and preserva- tion of the property related to the Project which is in the possession of the Contractor and in which the Owner has or may acquire an interest. C. Afte receipt of a Notice of Termination, the Contrac- tor hall submit to the Owner his termination claim, in the form and with the certification the Owner pre- scribes. Such claim sliaii be submitted promptly, but in no event later than one year from the effective date of the termination, unless one or more extensions in writing are granted by the Owner upon request of the Contractor made in writing within such one (1) year period or authorized extension. However, if the Owner determines that the facts justify such action, he may receive and act upon any such termination claim at any time after such one (1) year period or extension. If the Contractor fails to submit his termination claim within the time allowed, the Owner may determine, on the basis of information available to him, the amount, if any, due to Contractor because of the termination. The Owner shall then pay to the Contractor the amount so determined. D. Subject to the provisions of this paragraph, the Contrac- tor wind the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor becau a of the total or partial termination of Work under this subsection. The amount or amounts may include a reaso able allowance for profit on Work done. However, such agreed amount or amounts, exclusive of settlement costs, shall not exceed the total Agreement Price as reduced by the amount of payments otherwise made and as further reduced by the Agreement Price of the portion of the Property not terminated. The Contract Documents shall be amended accordingly, and the Contractor shall be paid the agreed amount. Nothing in this paragraph prescribing the amount to. be paid to the Contractor in the ejient of the failure of the Contractor and the Owner to adlree upon the whole amount to be paid to the I 43 Contractor because of termination of Work under this Section, shall be deemed to limit, restrict, or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this para raph. E. If tle Contractor and the Owner fail to agree on the whole amount to be paid to the Contractor because of the termination of Work under this section, the Owner shall determine, on the basis of information available to him, the amount, if any, due to the Contractor by reason of the ermination and shall pay the Contractor the amounts Bete•mined as follows: 1. For all Contract Work performed before the effective date of the Notice of Termination the total (without duplication of any items) of: 2. a. The cost of such Work. b The cost of settling and paying claims arising out of the termination of Work under sub- contracts or orders as paragraph 15.04.B.3 above provides. This cost is exclusive of the amounts paid or payable on account of supplies or materials delivered or services furnished by the Subcontractor before the effective date of the Notice of Termination. These amounts shall be included in the cost on account of which payment is made. c. A sum, as profit, that the Owner and Contrac- tor determine to be fair and reasonable. But, if it appears that the Contractor would have sustained a loss on the entire Project had it been completed, no profit shall be included or allowed under this paragraph and an appro- priate adjustment shall be made reducing the amount of the settlement to reflect the indica- ted rate of loss. The reasonable cost of the preservation and protec- tion of property incurred and any other reasonable costs incidental to termination of the Work under the Contract Documents, including expense incidental to the determination of the amount due to the Contractor as a result of the termination of Work under the Contract Documents. The total sum to be paid to the Contractor shall not exceed the total Agreement Price as reduced by the amount of payments otherwise made and as further reduced by the Agreement Price of Work not terminated. Except for 44 1 normal spoilage, and except to the extent that the Owner shall have otherwise expressly assumed the risk of loss, there shall be excluded from the amounts payable to tike Contractor the fair value, as determined by the Owner, of property to the extent that it is undeliverable to the Owner, or to a Buyer under paragraph 15.04.8.7 of this section. F. The Contractor shall have the right to dispute under the Disputes provision any determination the Owner makes under this section. But, if the Contractor has failed to su mit his claim within the time provided in paragraph 15.04.0 and has failed to request and extension of time, he sh 11 have no such right of appeal. In any case where 0 ner has determined the amount due, the Owner shall to the Contractor the following: the pay 1. If there is no right of appeal hereunder or if no timely appeal has been made, the amounts so deter- mined by the Owner; or 2. If a dispute proceeding is initiated, the amount finally determined in such dispute proceeding. G. In arriving at the amount due to the Contractor under this clause there shall be deducted: 1. All unliquidated advance or other payments on account therefor made to the Contractor, applicable Ito the terminated portion of the Work. 2. Any claim which the owner may have against the Contractor in connection with this Contract. 3. The agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, under the provisions of this section, and not otherwise recovered by or credited to the Owner. H. If tie termination hereunder be partial, before the settlement of the terminated portion of this Contract, the Contractor may file with the Owner or request in writing for an equitable adjustment of the price or prices specified in the Contract relating to the continuing portion of the Work (the portion not terminated by the Notice of Termination) . Such equitable adjustment as may be agreed upon shall be made in the price or prices. Nothing contained herein shall limit the r ght of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the Work when 45 4-4 the Contract Documents do not contain an established Contract rice for the continued portion. PART 16 - MISCELLANEOUS 16.01 GIVING NOTICE A. Whenever any provision of the Contract Documents requires' the giving of written notice it shall be deemed to have been v lidly given if delivered in person to the indivi- dual o to a member of the firm or to an officer of the corpor tion for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the - notice 16 02 COMPU'T'ATION OF TIME A. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal Holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. 16.03 CORRECTION PERIOD A: Nothing in the General Conditions concerning the correc- tion period shall establish a period of limitation with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time period' relates only to the specific obligations under the Contract Documents which may be sought to be enforced, not to the time within which proceedings may be com- to establish Contractor's liability with respect obligations other than specifically to correct the menced to its Work. 16.04 GENERAL A. Should Owner or Contractor suffer injury or damage to his person or property because of any error, omission or act of the other party or of any of the other party's employ es or agents or others for whose acts the other party s responsible, the injured party shall notify the other arty within a reasonable time of the first obser- vance of such injury or damage. B. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but 46 1 witho'; limitation, the warranties, guarantees and oblig ions imposed upon Contractor by paragraphs 6.14.A, 13.O1.A, 13.06.A, 13.09.A, 14.03.A, and 15.02.A and all of tIe rights and remedies available to Owner and Engin er thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any of or all of them which' are otherwise imposed or available by law or contract, by special warranty or guarantee, or by other provi ions of the Contract Documents, and the provisions of th s paragraph shall be as effective as if repeated speci ically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties, and guarantees made in the Contract Documents shall survive finall payment and termination or completion of this Agreement. PART 17 - DOCUMENT'S 17.01 COUNTERPARTS OF 'I'IHE AGREEMENT A. Six cppies of the Contract Documents will be prepared by Engineer. All copies will be submitted to Contractor and Contractor shall execute the Agreement, insert all insurances, and submit all copies to Owner within 15 days. The date on the Agreement and bond forms and the certi ication date on the power of attorney shall be left blank for filling in by Owner. B. Owner dill execute all copies, insert the date on the Agree ent and transmit all copies to Engineer within 10 days,ci review and distribution. Distribution of signed copietwill be one copy each to Owner, Contractor, Suret, es, and Engineer. Contractor shall be responsible for distributionLLof copies to the Surety. 17.02 PERFOKMANCE AND OTHER BONDS A. Performance, Payment and Warranty Bond shall be in an amount equal to 100 percent (100%) of the Agreement Price, as indicated by Change Orders, as security for paymeit of all wages and bills contracted for materials, supplies, and equipment used in the performance of the contract. B. Bonds shall be executed on the forms included in the Contract Documents. Each Bond shall be accompanied by a "Poer of Attorney" authorizing the attorney-in-fact to bind the Surety and certified to include the date of the Bond. 47 17.03 CONT'IZACTOR' S LIABILITY INSURANCE A. Employer's liability and comprehensive general liability insufance shall include "all states" endorsements. To the extent that Contractor's work, or work under his dire¢tion, may require blasting, explosive conditions, or Underground operations, the comprehensive general liab lity coverage shall contain no exclusion relative to basting, explosion, collapse of buildings, or damage to underground property. B. The limits of liability for Contractor's Liability Insurance shall not be less than: 1. Worker's Compensation: Statutory 2. 3. 4. Employer's Liability: Comprehensive General Liability a. ( Bodily injury $ 150,000 each person $ 400,000 each occurrence $ 150,000 each person $ 400,000 each occurrence b. Property damage $ 400,000 each SiIoccurrence $1,000,000 aggregate Comprehensive Automobile Liability a. b. Bodily injury Property damage $ 150,000 each person $ 400,000 each occurrence $ 400,000 each occurrence $1,000,000 aggregate C. At the option of Contractor, evidence of coverage and limits may be furnished by an umbrella liability policy certificate in addition to certificates for Workmen's Compensation and employer's .liability, and comprehensive automobile and general liability policies. 17.04 OWNER'S LIABILITY INSURANCE 48 N A. Contractor shall purchase and maintain Owner's protec- tive liability insurance. This insurance shall be issued in the name of Owner and shall protect and defend Owner against all claims arising as a result of the operations of Contractor or. his Subcontractors. The liability limits shall be as specified for comprehensive general liability insurance. 17.05 PROP RTY INSURANCE A. Owne intends to, and may, but is not obl igated to purclase and maintain property insurance upon the Work at tl e site to the full insurable value thereof. This insurjance shall include the interests of Owner, Contractor and Subcontractors in the Work, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including fees and charges of engineers, architects, attorneys and other profess- ionals). Contractor shall purchase and maintain similar prop rty insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are o be included in an Application for Partial Payment. B. Owne intends to, and may, but is not obligated to purcljase and maintain boiler and machinery insurance. C. If Contractor requests in writing that other special insurance be included in the property insurance policy, Ownei shall, if possible, include such insurance, and the cost thereof shall be charged to Contractor by apprdpriate Change Order. Prior to commencement of the Work.at the site, Owner will in writing advise Contrac- tor Nether or not such special insurance has been procured by Owner. D. Builder's Risk Insurance. 1. Contractor shall purchase and maintain builder's risk insurance. This insurance shall be written in completed value form and shall protect Contractor, Owner, and Engineer against risks of damage to buildings, structures, and materials and equipment not otherwise covered under installation floater insurance, from the..per.ils of fire and lightening, the perils included in the standard extended coverage endorsement, and the perils of vandalism 49 and malicious mischief. The amount of such insurance shall be not less than the insurable value f the Work at completion less the value of the aterials and equipment insured under installation floater insurance. 2. uilder's risk insurance shall provide for losses to be payable to Contractor, Owner, and Engineer as their interests may appear. The policy shall Contain a provision that in the event of payment or any loss under the coverage provided the insurance company shall have no rights of recovery gainst the Contractor, Owner., and Engineer. 151 E. Installation Floater Insurance. 1. Contractor shall purchase and maintain installation floater insurance. 2 equipment such as pumps, compressors, basin equipment, motors, switchgear, transformers, panel ards, control equipment, and other similar equipment shall be insured under the installation Floater insurance when the aggregate value of the quipment exceeds Ten Thousand Dollars ($10,000.00)4 insurance shall protect Contractor, Owner, and Engineer from all insurable risks of physical loss or damage to materials and equipment not otherwise covered under builder's risk insurance, while in warehouses or storage areas, during installation, during testing, and after the Work is completed. It shall be of the "all risk" type, with coverages resigned for the circumstances which may occur in the particular Work included in the Contract pocuments. The coverage shall be for an amount not ,less than the insurable value of the Work at pompletion, less the value of materials and equipment insured under builder's risk insurance. The value shall include the aggregate value of the Owner -furnished equipment and materials to be erected or installed by Contractor not otherwise insured under builder's risk insurance. installa- tion floater insurance shall provide for losses to be payable to Contractor, Owner, and Engineer as their interest may appear. The policy shall contain a provision that in the event of payment for any loss under the coverage provided the insurance company shall have no rights or recovery against the Contractor, Owner, and Engineer. 3. Certificates of insurance covering installation floater insurance shall quote the insuring agreement 50 nd all exclusions as they appear in the policy; or n lieu of certificates, copies of tl►e complete olicy may be submitted. F. Build-rs risk insurance policies shall contain a provi ion that the coverage afforded will not be cancelled or materially changed until at least 30 days prior written notice has been given to Owner. G. Insured losses under policies of insurance which include Owner's interests shall be adjusted with Owner and made payab e to Owner as trustee for the insureds, as their inter sts may appear, subject to the requirements of any appli able mortgage clause, and any direction by arbit ators. Owner as trustee shall have the right to adjus and settle losses with the insurers unless one of the parties in interest shall object in writing within 5 days after the occurrence of loss to Owner's exercise of this power and, if such objection be made, arbitrators shall be chosen as provided in the General Conditions:. Ownerl as trustee shall, in that case, make settlement with the insurers in accordance with the direction of such (Iarbitrators. If distribution of the insurance proceeds by arbitration is required, the arbitrators will direct such distribution. Owner and Contractor waive all rights against each other and against Engineer for d mages caused by fire or other perils to the extent cover d by insurance except such rights as they may have to t e proceeds of such insurance held by Owner as trust e. Contractor shall require similar waivers by Subco tractors. Each waiver shall be in favor of all other parties enumerated in this paragraph. PART 18 - ADDRESSES 18.01 OWNER A. 1 Owner is the person or entity named in the Agreement actin through its duly authorized agents. All notices, lette s and communications directed to Owner shall addre sed and delivered to Owner at the addre indicated in the Agreement, with a copy to Engineer. 18.02 ENGINEER A. All duties and responsibilities assigned to Engineer in the Contract Documents, with the corresponding rights and akuthority will be assumed by the Engineer named in the Agreement and its duly authorized agents. All notices, letters and communication directed to Engineer shall' be addressed and delivered to Engineer at the address indicated in the Agreement. 51 18.03 CONTRACTOR A. The liufiiness addresses of Contractor given in the Bid Form pnd Contractor's office at the site of the Work are herebNr designated as the places to which all notices, letters, and other communication to Contractor will be delivered. 18.04 A. PART 19 A. CIHANG Eithe addre to th OF ADDRESS Owner, Contractor, or Engineer may change his at any time by an instrument In writing delivered other two. - LIQUIDA'1'ED DAMAGES Tiine is an essential condition of the Contract. Should Contractor fail to perform the Work within the period of time 'stipulated in the Agreement, Contractor shall pay to Owner, as liquidated damages and not as a penalty, the amounts set forth in the Contract Agreement unless extensions of time granted by Owner specifically provide for the waiving of liquidated damages. B. In case of joint responsibility for delay in the final completion of the Work, where two or more separate contracts are in force at the same time and cover work at the same site, liquidated damages assessed against any one Contractor for the delay shall be determined by, and in the judgment of, Engineer. C. Owner] shall have the right to deduct the liquidated damages from any money in its hands, otherwise due, or to become due, to Contractor, or to sue for and recover compe sation for damages for nonperformance of this Contr ct within the time stipulated. PART 20 - EXISTING INSTALLA'T'IONS A. Existing installations such as water lines, gas lines, sewer , telephone lines, power lines, or similar conce led structures in the vicinity of the Work are indic ted on the drawings only to the extent such infor ation was made available to or discovered by Engin er in preparing the drawings. There is no guara-itee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed. Generally, service connections are not indicated on the drawings. B. Contractor shall be solely responsible for locating all 52 existing installations, including service 011tacti ions, 9 in advance of excavatingor Contractor pshall use his the Owners thereof and prospecting. information own information and shall not rely upon any existing indicated on the drawings concerning installations. C. The eneral Conditions provisions regarding Unforeseen gUnforeseen Phys cal Conditions do not apply to is hn. g installations indicated in rllextra coste nt opataContractor Any delay, additional Work, or caused by existing installations shall not Ocornstitute a claim for extra Work, additional payment, PART 21 - STREAMLINED SPECIFICATIONS A. These specifications are utilizing incomplete i nlthe completereslen tenoesr ddeclarative style, Omissions of such words and phr"shall seslhe be,'Consractor shall," "in conformity therewith," on the drawings," "a," "an," " "the," and "all" are inten- tional in strealnrenee ieCn ihel,sameOmannea asrwlietsihalnote l be supplied by infe appears on the drawings. The omission of such words shall not relieve the Contractor from providing all items and work described herein or indicated on the drawings. PART 22 - IHAN 22.01 LING OF DISPUTES DIS U'I'ES A. Any claim, dispute, or other matter in question between the, Contractor and ll wh Owner h havend been referred waived by the Eng'Meer, except thosebe submitted mak ng or acceptance of final payment, may tt demand of either party to arbitration upon the wri en sand where the amount claimed even not exceed Fifty days extension ofutime Dollars ($50,000.00) or (7) the Owner and and the dispute or claomdemandvfor oarbitratiott of any nly Co tactor. However,su 1 claim, dispute, or other matter may be made until the earlier of (1) the date on which the Engineer fhas has rendered a written decision, or (2) the tenth day the parties have presented their evidence to the Engineer or have been given a reasonable opportunity to do so, by if the Engineer has not rendered his written decision eer that date. When such a written decision of thethEngineer states (1) that the decision is final, for arbitration of a claim, must be made within thirty (30) days after the date. -of which the party making the de and receives the written decision, and (3) that failure to demand arbitration within said thirty (30) 53 days' period will result in the Engineer's decision becoming final and binding upon the Owner and the Contractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede any arbitration proceedings unless the decision is acceptable to all parties concerned. 22.02 DISPUTE LIMITATIONS A. Subjet to the limitations of Paragraph 22.01, all claimS, disputes, and other matters in question between the Owner and Contractor and arising from the Contract Documents or the breach thereof, shall be decided by arbitration in accordance with the Construction Industry Arbitration rules of the American Arbitration Association then obtaining, unless the parties mutually agree otherwise. 22.03 AWARDS A. Such awards rendered by the arbitrators shall be final and binding on all parties to the extent and in the manner provided by the Colorado Rules of Civil Proce- dures. All awards may be filed with the clerk of one or more courts, State or Federal, leaving jurisdiction over the party or parties against whom such award is rendered or his property, as a basis of judgment and of the, issuance of execution for its collection. 22.04 DISPUTES OUTSIDE THE LIMITATIONS A. All disputes which do not fall within the limitations set forth in Paragraph 22.01 or which involve parties in addition to the Owner and Contractor shall not be the subject of arbitration, except by the mutual consent of all of the parties involved in the dispute, whether signatories to this Contract or not. PART 23 - DUTIES, RESPONSIBILITIES, AND LIMITATIONS OF THE AUTHORITY OF PROJECT REPRESENTA'T'IVE 23.01 DESCRIPTION A. Project Representative is Engineer's Agent and shall act as directed by and under the supervision of Engineer. He shall confer with Engineer regarding his actions. His dealings in matters pertaining to the on-site Work will, in general, be only with Engineer. and Contractor. His dealings with subcontractors will only be through or with the full knowledge of Contractor or his superintendent. He shall generally communicate with 'II1' 54 Ai I Owner only through or as directed by Engineer. 2.3.02 PROJECT REPRESENTATIVE A. Conferences. 1. Attend preconstruction conferences and regular project review meetings. B. Liaison. 1. Serve as Engineer's liaison with Contractor, working principally through contractor's superintendent and assist him in understanding the intent of the Contract Documents. 2. As requested by Engineer, assist in obtaining from Owner additional details or information, wheh required at the job site for proper execution of the Work. 3. In the interest of preserving the proper channels of communication, advise Engineer of any direct communication between Owner and Contractor. C. Shop Drawings and Samples. 1. Receive and record date of receipt of Shop Drawings and samples which have been reviewed by Engineer. 2. Receive samples which are furnished at the site by Contractor for Engineer's review, and notify Engineer of their availability for examination. 3. Advise Engineer and Contractor or his superinten- dent immediately of the commencement of any Work requiring a Shop Drawing or sample submission if ,the submission has not been accepted by Engineer.. D. Review of Work 1. Conduct on-site observations of the Work in progress to assist Engineer in determining that the Project is proceeding in accordance with the Contract Documents and the completed Work will conform to the Contract Documents. 2. Report to Engineer whenever he believes that any Work is unsatisfactory, faulty, or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspections, tests, or approvals required to be 55 made, and advise Engineer_ when he believes Work should be corrected or rejected or should be uncovered for observation, or requires special testing or inspection. 3. Verify that tests, equipment, and systems start- ups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel, and that Contractor maintains records thereof; observe, record, and report to Engineer appropriate details relative to the test procedures and start-ups. 4. Accompany Owner and visiting inspectors represent- ing public or other agencies having jurisdiction over the Project, record the outcome of these inspections and report to Engineer. 5. Interpretation of Contract Documents: a. Transmit to Contractor clarification and interpretation of the Contract Documents as issued by Engineer. 6. Modifications: a. Consider and evaluate Contractor's suggestions for modifications and in Drawings or Specifications and report then with recom- mendations to Engineer. 7. Records: a. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and sample submissions, reproductions of original Contract Documents including all addenda, change orders, field orders, additional Drawings issued subsequent to the execution of the Agreement, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project -related documents. b. Keep a diary or log book, recording hours on the job site, weather conditions, data relative to questions of extras or deductions, list of principal visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures. Send copies to Engineer. 56 c. Record naives, addresses, and telephone numbers of all Contractors, subcontractors, and major suppliers of equipment and materials. d. Advise Engineer whenever Contractor is not currently maintaining an up-to-date copy of Record Drawings at the site. 8. Reports: a. Furnish Engineer daily and weekly reports as required to represent the status of the Work and of Contractor's compliance with the approved progress schedule, schedule of Shop Drawing submissions, and other schedules. 9. Guarantees, Certificates, Maintenance, and Operation Manuals: a During the course of the Work, verify that guarantees, certificates, maintenance, and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed; and deliver these data to Engineer for his review and forwarding to owner prior to final acceptance of the Project. 10. dompletion: a. Conduct final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be corrected. b. Verify that all items on final list have been corrected and make recommendations to Engineer concerning acceptance. 23.03 LIMITATIONS OF AUTHORITY A. Project Representative shall be limited in authority except upon written instructions of Engineer. B. The Project Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials Or equipment. 2. Shall not undertake any of the responsibilities of Contractor, sub -Contractor, or Contractor's 57 1.11111.411 su 3. S 1* pr JO construc\gener-e. erintendent. 11 not advise on or issue directions as to safety cautions and programs in connection with the k,. on 58 CONSTRUCTION SPECIFICATIONS --SPECIAL CONDITIONS LAZY DIAMOND A SUBDIVISION PUMP STATION, WETWELL, CHLORINATOR AND CHLORINATOR BUILDING, CHLORINE CONTACT CHAMBER, DOMESTIC WATER SYSTEM PIPELINE, WATER STORAGE TANK EARTHWORK AND FOUNDATION, SUBDIVISION ROADS AND AUGMENTATION POND 1) Description The work consists of the furnishing of all labor, equipment, tools, supplies and materials for the construction of: A.) the 6 -inch dultile iron pipeline distribution system with the connection to, and tank piping for, the 70,000 gallon water storage tank. B.) the 3 -inch schedule 40 P.V.C. pipeline to connect the 6 -inch D.I.P. distribution system to the chlorine contact chamber. C.) the 16 -inch ductile iron pipe chlorine contact chamber. D.) the pump station and chlorinator building and wetwell. E.) the pump station mechanical, electrical and controls. F.) the 3 inch Class 160 PVC spring water pipeline. G.) the water storage tank site earthwork. H.) the water storage tank gravel -sand foundation. I.) the subdivision road earthwork and grading. J.) the subdivision road culverts. K.) the subdivision road gravel stabilization. L.) the augmentation pond earthwork. M.) the augmentation pond outlet works and flume. 2) Water Distribution System and Tank Piping a) All 6 inch ductile iron pipe for water distribution system and tank piping shall be Class 50, cement mortar lined with push -on joints. Pipe shall be furnished with sufficient lubricant for installation. All 3 inch spring water pipeline shall be Class 160 PVC. SPECIAL -PAGE 1 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS I i b) NOTICE --WORK CALLED FOR IN SECTIONS 5.g., 5.h., and 5.i., on page W-4 of CONSTRUCTION SPECIFICATION W WATER PIPELINE CONSTRUCTION, calling for trace wire, conductivity straps and polyethylene encasement SHALL BE OMITTED. c) All gate valves shall be resilient seat, mechanical joint, 0 -ring stem seal, open left. d) All valve boxes shall be, Mueller buffalo pattern 5-1/4 inch screw type with cast iron base and cover, or approved equal, for pipeline bury of five and one half feet (5.5 feet). "WATER" shall be cast in the cover. e) All fire hydrants shall be dry barrel type with break -away traffic flange and shall be painted red. Outlets shall be 2 each 2-1/2 inch hose nozzles and one 4-1/2 inch pumper nozzle. Outlet threads shall conform to National Standards. Shoe inlet shall be 6 -inch, mechanical joint with retainer gland. The hydrant shall be sized for 5.5 foot pipe bury, shall be open left, with the direction of opening cast in the top of the hydrant. The hydrants shall be Mueller, centurion or improved; or shall be Kennedy K -81A, no substitutes. Hydrants shall be constructed in accordance with details on Sheet 9 of the drawings. f) All fittings for ductile iron pipe shall be mechanical joint, short body, ductile iron complete with bolts, gaskets and follower glands. MEGALUG follower glands shall be used on all vertical bends. All fittings for 3" Class 160 PVC spring water pipe shall be Schedule 40 cement weld joint. 3) Pipeline Installation a) The distribution system pipeline shall be installed so that there will be a minimum cover of 5.5tfeet over the pipe from the finished grade of ground level. Whe a the spring overflow pipeline is installed in the same trench as the 6 inch ductile iron pipe, the bottom of the 3 inch PVC spring water pipe shall be installed at the same elevation as the bdttom of the D.I.P., and separated, horizontally, no more than 12 inches and no less than 3 inches from the D.I.P. The spring water pipeline from POINT A to the wetwell shall be installed with a minimum cover of 2.0 feet. b) Compaction of backfill under driving surfaces shall be 100%, Standard Proctor in accordance with section 7 a) Specification W. Where the centerline of the pipeline is within a roadway right-of-way but at least 4 feet away from a driving surface, the compaction shall be at least 90% of Standard Proctor. Where the pipeline is in open field, the compaction shall be equal to the density of the undisturbed adjacent material. SPECIAL -PAGE 2 JE E GAMBA & ASSOCIATES, INC, NG ENGINEERS & LAND SURVEYOR J_ The contractor shall be responsible for compaction tests from an approved soils of test results shall be supplied to the firm. The ENGINEER may require that the additional tests. alling for and paying for ngineering firm. Copies ENGINEER by the testing ONTRACTOR provide c) The installation of the pipeline of several irrigation ditches. Crossing accomplished in a manner which will maint ill require the crossing fltheseditches shall be in the integrity of the ditch structure. If possible, these crossings shall be made before the irrigation season starts and ie ditches are activated. 4) Water Service Connections Water service connections shall be made 4, as illustrated on Sheet 2 of the drawl connections shall be accomplished in acc SPECIFICATIONS FOR SERVICE CONNECTIONS, APPURTENANCES. For the work of this con 3(e) regarding pressure reducing valves The service connections for lots 2, 3 an• the lot lines as called for in section 3( connection to lot 1 shall be extended to existing Axthelm house and connected to new water system is completed and in ser the Axthelm house from the curb box shal contractor shall NOT be responsible for f Axthelm house. 5) Pump Station and Chlorinator Building The pump station and chlorinator buildin accordance with the prevailing building Garfield and with the plans, specificati Sheets 3 and 4 of the drawings. Concret be in accordance with CONSTRUCTION SPECI • • 4erve lots 1, 2, 3 and . The service Rd nce with CONSTRUCTION ICE LINES, METERS AND act, sections 2(g) and all be deleted. 4 shall be terminated at c). The service he west side of the ie house system when the ice. The pipeline to be 1-1/4 inch size. The rnishing a meter for the shall be constructed in d;es of the County of s and details shown on for the building shall ICATION PCC. 6) Pump Station Pumps, Piping, Valves anc1 Fittings a) The pump station and chlorinator piping shall be Schedule 80 PVC pipe and fittings as shown on Sheets 3 and 4 of the drawings. All PVC pipe and fittings shall be with glue joints, unless otherwise noted. All PVC unions shall have rubber 0 -ring gaskets. b) The main supply pumps shall be G motor product number 05.01 45 07G, 1.0 H 3450 RPM, 1-1/2 inch NPT pump outlet. T Dump shall be WEBTROL, EZ Series Model N single phase. This replaces the booster CHL -1. SPECIAL -PAGE 3 NDFOS Type 25S10-7, . 230 volt single phase, chlorinator booster ber H5B10, 230 volt ump called for on page JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS c) The flow meter shall be Rockwell Sealed Register, propeller type with a register which provides rate of flow and totalization or approved equal. The meter shall be 1-1/2 inch and. designed for a Normal AWWA Operating Range of 1-1/2 to 100 GPM. End connection shall be flange. Companion flanges shall be connected to 1-1/2 inch Schedule 80 PVC 9ipe with SPEARS fitting #836-015. The meter shall be preceded with a straight length of not less than, 9 inches of 1-1/2 inch pipe, and followed by not less than 6 inches of straight 1-1/2 inch pipe. The 2 x 1/1/2 inch reducer couplings shall be SPEARS #1829-251. d) The pump line check valves shall True Union Check Valve #2229-015. e) The isolation valves on the PVC size, SPEARS, Safe -T -Shear single entry inch isolation valves on the pump discha installed with the union on the "pump" s bell -1/2 inch, SPEARS iping shall be, line all valves. The 1-1/2 ge pipes shall be de of the valve. f) The pressure gauge shall be Davis Instruments, catalog number WK333177, 0 to 200 psi. The pressure gauge shall be mounted on the 2 inch pump station piping using a 2x2x1/2 (slip x slip x ipt) tee and galvanized iron pipe nipples and bushings. The gauge shall be fitted with a ball or plug isolation valve and pressure snubber between the isolation vallve and the gauge. The pressure snubber shall be AMETEK -US GAGE, Model PSNBE. g) The diaphragm pressure tank shall be installed in the pump station system to prevent water hammer. This tank shall be WELL -RITE Model WR60-02, 20 gallon, 1 -inch connection. h) The Air -Vacuum valve installed on the main supply pump discharge manifold, shown on sheet 3 of the drawings shall be APCO # 141, 1/2 inch. The isolation valve ahead of the Air -Vacuum valve shall be SPEARS 2132-005. 7) Pump Station Electrical a) The service drop and 120/240 volt, single phase. N.E.C. disconnect witch shall be 100 amp, Pipe and wixje size shall be as per b) Building lighting shall be two, 4I -foot fluorescent fixtures mounted on the ceiling as shown n the plans. c) All outlets and switches shall have waterproof enclosures. e) Electric space heaters shall be PUMPS INC. Pump House Heater, Model number 7150-A, 240 volt, single phase. Three heaters shall be provided, with one installed in the chlorinator room and two installed in the pump room, as shown on the plans. This replaces the space heater called for on page CHL -2. SPECIAL -PAGE 4 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 8) Pump Station Controls The pump station ,automatic control system receive signals from the storage tank and operations. This automatic system will r operation of the pump station from a tank signal wire system and a Motor Minder to condition and automatically shut off a ma level condition occurs in the wet well. a) A control panel shall be provided protection from overloading, and low volt equipped with an alternator circuit to al each time a "call for water" signal is re "ON" -"OFF" -"AUTOMATIC" switch shall be pr The "AUTOMATIC" system shall be provided functions: Start a pump when a low level from the tank. Stop the pump when a high from the tank. Cause the chlorinator boo a main supply pump is, pumping. The pumps shall alternate as "lead" and shall start when a signal is received fro the water depth in the storage tank has d inches below the tank overflow. If the 1 the lag pump shall start. The running pu signal is received from the storage tank. level (tank overflow ;level) has been reac II The control system► shall be equipped with Minder Model MM202 or approved equal. b) A running -time meter shall be pro panel for each pump. The running time me running time on a pump up to 9999.9 hours c) The tank to hump signal wire syst Neoprene jacketed, heavy duty, industrial signal wire shall, be installed in the pip the pump station to the water storage tan installed adjacent to! the bottom of the p select bedding material to prevent damage This wire shall be supplied in one contin tank transducer to pump building control d) A pressure sensing transducer sha water storage tank as shown on Sheet 5 of transducer shall accurately detect the wa tank by sensing the hydrostatic pressure information to a setpoint controller inst station, through the tank to pump signal above. A setpoint controller, compatible signal wire system shall be installed in and stop the pumps under the circumstance SPECIAL-PAGEJER shall be provided to direct main supply pump ceive signals for to -pump -station etect an underloading n supply pump if a low w.th motor starters, and g . The panel shall be ernate the starting pump e}}..ved from the tank. An vided for each pump. o' perform the following ignal is received level signal is received ter pump to run any time ag". The lead pump the storage tank that opped to a level 6 ad pump fails to start, p shall stop when a hat a predetermined high ed. aiPUMPS INC., Motor iced on the pump control er shall indicate m shall be 18-13 signal wire. This trench extending from The wire shall be pe and hand padded with from rocks in backfill. ous length of wire from anel. l,be installed at the the plans. This er level in the storage nd shall transmit this lied in the pump ire system noted in c) to the transducer and he pump station to start noted above. ME GAMBA & ASSOCIATES, INC, NG ENGINEERS & LAND SURVEYORS 9) Chlorine Contact Chamber The chlorine contact chamber shall be comprised of 80 lineal feet of 16 inch, Class 50 ductile iron pipe as shown on the plans. The spigot (entrance) end of this pipe chambeF shall be closed with a mechanical joint cap tapped for 2 inch iron pipe thread. The Bell (discharge) end of this pipe chamber shall be closed with a mechanical joint plug, tapped for 3 inch iron pipe thread. Concrete thrust blocks shall be placed on each end of the pipe chamber and shall each contain a minimum Of one cubic yard of concrete. The Air -Vacuum valve installation on the 16 inch, ductile iron pipe CHLORINE CONTACT CHAMBER shown on sheet 3 of the drawings shall be APCO # 141, 1/2 inch. The corporation stop to serve the air -vacuum valve shall be installed on the west end of the chlorine contact chamber, and the 16 inch ductile iron pipe shall be installed sloping down to the east. The 3/4 inch SDR -9 ASTM D-2666, 250 psi polybutylene water service tubing from the corporation stop to the curb stop and from the curb stop to the air -vacuum valve shall be installed slopi g up to the air -vacuum valve in the chlorinator room so that all! trapped air may be released. 10) Connections to Existing Spring Water Two pipelines which transport spring wat site. Both pipelines enter the site at shown on Sheet 2 of the plans (POINT A). to be 2 inch iron pipe, extends easterly the Axthelm Outlot at the approximate lo and provides domestic water supply to the{ Greenwald home. This pipeline is estimated to be buried at a cepth of approximately 18 inches. The second pipeline is 1-1/2 inch black plastic, and generally parallels the Fourmile road at the approximate location shown on Sheet 2. This pipeline providesr a domestic water supply to the Axthelm homes and ranch headquarters and is buried to a depth of approximately 6 inches or less. BOTH OF THESE PIPELINES MUST BE MAINTAINED IN SERVICE UNTIL THE 11EW WATER SYSTEM BEING CONSTRUCTED IN THIS CONTRACT IS COMPLETE AND IN SERVICE. Pipelines r are present on the e approximate location One pipeline, believed across Lots 11 and 12 and ation shown on Sheet 2 A temporary connection shall be made to the Axthelm pipeline at Point A, in the course of completing the new water system to provide a supply of water to test, flush and charge the new water system. This is illustrated in the detail on Sheet 2. After the new water system has been completed and tested, the final connections to the existing Greenwald and Axthelm pipelines shall be accomplished. The Greenwald pipeline easterly of the Axthelm Outlot shall be connected to the new water service line which has been extended to that point (POINT B). The details of this connection are illustrated on Sheet 2. Both the Greenwald and the Axthelm pipelines shall be connected to the new spring water pipeline at the point to which that line has been extended (POINT A). The details of this connection are illustrated on Sheet 2. SPECIAL -PAGE 6 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 11) Water Storage Tank Site, Foundation ;and Piping Sheet 6 of the drawings shows the characteristics of the site for the construction of the 70,000 gallon water storage tank and Sheet 5 of the drawings shows the details of water storage tank. The CONTRACTOR shall construct the tank base fakilities, tank piping and tank supply pipeline. NOTE: THE WELDED STEEL WATER STORAGE TANK WILL BE CONSTRUCTED BY OTHERS, UNDER Al SEPARATE CONTRACT. Construction of the base for the Tank Si e will require the excavation of approximately 525 cubic yards' of embankment. The surface material on the site is weathered sedimentary rock. It is anticipated that the most of the excavation can be accomplished with excavators and/or dozer and ripper, however, "rock excavation" may be required and a bid item is provided therefore. The tank site excavation is designed to place the base of the tank on all "natural cut" material. Some of the cut material will be placed as fill on the slope adjacent to the cut to create an operating area for tank construction. Ary excess material will be used as fill in the construction of the tank site access road. The tank access road shall be as illustrated on the typical section on sheet 6. The construction of this road will require approximately 220 cubic yards of excavation and fill balanced approximately on centerline. The aggregate for the tank foundation shall l be Class 6 in accord with Table 703-2 and the sand shall be Type I in accordance with Table 703-4, Division of Highways, State of Colorado, Standard Specifications for Road and Bridge Construction, 1991. Tank fill and foundations materials shall be compadted to 100% Standard Proctor density. The quantities of foundation materials required for the tank are as follows: Type I sand Class 6 aggregate 3.2 cubic yards 19.0 cujbic yards 12) Augmentation Pond Construction The augmentation pond earthwork and outl constructed in accordance with the plans Sheets 7 and 8, and in accordance with C E & F. t works shall be and details shown on NSTRUCTION SPECIFICATIONS Earthwork necessary to construct the dam is estimated to comprise 4480 cubic yards of excavation and 3520 cubic yards of fill including the cutoff trench. It is estimated, that compaction of soil and loss to oversize rock will result in a shrinkage of approximately 21% which will result in a balance of material. All of the earth work, including excavation, transport, placement, watering and compaction shall be paid for at the unit price bid for earthwork based on the estimated voltme of excavation of 4480 cubic yards. SPECIAL -PAGE 7 JEROME GAMBA & ASSOCIATES, INC. CONSULT1NG ENGINEERS do LAND SURVEYORS If a substantial amount of large rock is found in the excavation, this material shall be placed to form the outside 1/3rd of the dam. Material having the highest silt-c4ay content shall be placed on the inside 2/3rds of the dam a d the cutoff trench and compacted to an optimum Standard Proctor density of 100%. The reinforced concrete in the concrete 6 -inch ductile iron outlet pipe in the d yards of concrete. The rip -rap shown at various points on tI� comprised of available onsite boulders an rip -rap shall be paid for in the unit pri earthwork. ut-off collars around the m comprises 0.45 cubic e project shall be d cobbles. Placement of ce bid for the dam The augmentation dam overflow and outlet works shall be constructed in accordance with the details shown on the plans and with CONSTRUCTION SPECIFICATIONS W & P.C.IC.. The contractor shall furnish and install one 3 -inch galvanized steel, Parshall Flume, as manufactured by Thompson Pipe and Steel or approved equal. The flume shall be installed in the ditch to be constructed downstream from the discharge end of the 6 -inch ductile iron pipe. The installation shall be accomplished under the direction of the engineer. 13) Subdivision Roads and Drainage Culverts The subdivision roads shall be constructed to produce a smooth centerline profile which generally parallels the existing natural ground and provides sufficient clearance land cover for drainage and irrigation ditch culverts. The surface area of "subsurface grading" including road prism and cul-de-sacs within the subdivision and school bus turnouts on Fourmile Road is 11,150 square yards comprising an estimated maximum of 3700 cubic yards of earthwork. The subgrade soils under the entire driving surface shall be compacted to 100% of Standard Proctor (ATM D698 or AASHTO T-99) optimum density. The work of excavation, grading and comp ction of subgrade shall be paid for at the contract unit price p r square yard of subsurface grading. Subsurface grading hall be defined as all that area to be covered by road the rading activity from top of cut slope to toe of fill slope. On the compacted subgrade, the contractor shall furnish, place, water and compact sub -base gravel to a thickness of 6 inches. The sub -base gravel shall be Class 1 aggregate as specified in Section 703 and Table 703-2 in the Division of Highways, State of Colorado, Specifications for Road and Bridge Construction. The gravel shall be treated and placed in accordance with Section 304 ' of the above noted specifications. SPECIAL -PAGE 8 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS On the compacted sub -base gravel surface, furnish, place, water and compact to a fi inches, Class 6 aggregate as specified in 703-2 in the Division of Highways, State Specifications for Road and Bridge Constr be treated and placed in accordance with noted specifications. the contractor shall al thickness of 6 Section 703 and Table flColorado, ction. The gravel shall ertion 304 of the above The work of sub -base and base course gray the contract unit price per ton of gravel tonnage of gravel required for the work i of a compacted density of 1.8 tons per cu be made on the basis of weight tickets fo compacted. 1 shall be paid for at compacted in place. The estimated on the basis is yard. Payment will gravel delivered and Culverts to accommodate drainage and irrigation ditch crossings of development roads shall be constructed in accordance with CONSTRUCTION SPECIFICATION CMP CORRUGATED METAL PIPE. 14) Bid Bond and Performance, Payment and Warranty Bonds Bid bond and performance, payment and warranty bonds are NOT REQUIRED on this project. Contractor insYrance certificates as noted in section 5 of the General Conditions must be provided before a notice to proceed is issued. 15) Insurance Amounts The Contractor's General Public Liability and Property Damage Insurance including vehicle coverage shall be issued to the CONTRACTOR, protecting him from all claim for personal injury, including death, and all claims for destr ction of or damage to property, arising out of or in connection with any operations under the CONTRACT DOCUMENTS whether such operations be by himself or by any subcontractor under him, or anyone directly or indirectly employed by the CONTRACTOR or by a subcontractor under him. Insurance shall be written with a limit of liability of not less than $1,000,000 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by any one person in any one accident; and a limit of liability of not less than $1,000,000 aggregate for any such damages sustained by two or more persons in any one accident. Insurance shall be written with a limit of liability of not ess than $1,000,000 for all property damage sustained by any one person in any one accident; and a limit of liability of not less than $1,000,000 aggregate for any such damage sustained b two or more persons in any one accident. 16) Measurement and Payment Units of construction shall be measured a in CONSTRUCTION SPECIFICATIONS and/or not SPECIAL -PAGE 9 JER 0 d paid for as specified d in the BID SCHEDULE. ME GAMBA & ASSOCIATES, INC. ONSLU1NG ENGINEERS & LAND SURVEYORS i CONSTRUCTION SPECIFICATION W WATER PIPELINE CONSTRUCTION 1. Scope The work consists of the construction including fittings, valves and other used in water supply and distribution includes the furnishing of all mate trenches, installation of materials, bac of thrust blocks, testing, cleaning restoration of surface. a Unless other wise approved, be as follows: a. Trench excavation shall more than 300 feet. b. Pipe installation 100 feet. c. Trench excavation 1000 feet. of water pipelines purtenances normally systems. The work ials, excavation of filling, construction nd disinfection and pipe install tion sequencing shall not proceed pipe installation by shall not proceed Backfill by more than shall not proceed •lean -up by more than 2. Materials The type and class of pipe to on the plans and/or called following specifications will materials. be used in for in the apply to pi Material Ductile Iron Pipe (DIP) Polyvinyl Chloride pipe (PVC) DIP Cement Mortar lining DIP Mechanical and push on joint DIP Compact Fittings DIP & Gray Iron Fittings Gate valves Butterfly valves Resilient Seated Gate valve Resilient Seated Gate valve int.coa Fire Hydrant 4 �I Loose Polyethylene Encasement 3. Trench Excavation All excavation, trenching, shoring and as accomplished in a manner which meets OSH Safety and Health Regulations for Constru Prior to trenching, when crossing exi cultivated areas, gravel streets or othe the contractor shall strip the cover mat the existing surfacing. This surfacin stockpiled and placed back over the backfilling is complete, to the extent material is acceptable and usable for t W-1 JER he work will be shown specifications. The elfine and appurtenant ing Specification AWWA C-151 AWWA C-900 AWWA C-104 AWWA C-111 AWWA C-153 AWWA C-110 AWWA C-500 AWWA C-504 AWWA C-509 AWWA C-550 AWWA C-502 AWWA C-105 ociated work shall be Department of labor, tion. ting or prospective developed surfaces, rial to full depth of material shall be trench area after that the stockpiled at purpose. Topsoil ME GAMBA & ASSOCIATES, INCJ CONSULTING ENGINEERS & LAND SURVEYORS shall be removed depth of 12 Inc areas cut by th work shall be r than its surro accomplished wi acceptable lawn through concrete accomplished to of the trench. The Contractor shown on the specified for th During excavatio piled in an orde of the trench t cave-ins. Excav trench only, to facilities. Surf obstructed with 1. depth of the tops il, or to a maximum ichever is less. A l established lawn or damaged durin the course of the to a condition comp rable to or better area. Replacement of lawn shall be , seeding will not be considered as ement. Where trencing is to be done s halt paving, cuts in the paving shall be in a neat "sawed" line cut on each edge cavate as necessar s, staked in the iflation of pipelines at the locations ield or otherwise and appurtenances. teals suitable for backfilling shall be per a sufficient distance from the banks d overloading and to prevent slides or aerial shall be oiled on one side of the i.eady access to the trench and adjoining ainage of adjoining areas shall not be excavated material . All excavated ma =`ri ':1 shall be removed ro not required or su table for backfill he site as directed ky the Engineer. Grading shall b.:. do e'as may be necessary to prevent surface water from fl in into excavations. Any water which accumulates in ken es shall be promptly removed. Under no circumstances sh.].1 water be permitted to rise in unbackfilled trenches until after he pipe has been placed and covered with backfill. Any piee aing its alignment or grade changed as a result of a flo•med1 trench shall be relaid at no additional cost to the owne The bottom of tr'ncY a shall be accurately graded to the line and grade show of he drawings. Bedding material shall provide uniform k earing and support for each section of the pipe at every pop ;t along its entire length and shall be placed to a point 12 incieslBove the top of the pipe, as illustrated in the plans. Be11 doles and depressions for joints shall be dug after the trech bedding has been graded, and shall be only of such length, depth and width as required for properly making the particular type cfljoint. Unauthorized overdepths shall be backfilled with bedding material. � 11 Blasting for exca,atibn;will be permitted for rock excavation. Rock excavation sIa11y be defined as the excavation of all hard, compacted or cement d materials, the accomplishment of which requires blasting or, he use of excavators larger than defined for common excavati. Common excavation shall be defined as the excavation of all materials that can be excavated and removed from the bottom of the trench, at design depth, by the W-2 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS use of hydraulic backhoe equipment having a power rating of at least 195 horsepower (at the flywheel) and can exert a bucket curling force of at least 35,800 pounds with the use of a long tip radius bucket. This is intended to be equivalent to the ability of a Caterpillar 235 excavator -backhoe. When blasting rock in trenches, the Contractor shall cover the area to be shot ith earth backfill or approved blasting mats that will prevent the scattering of rock fragments outside of the excavation. The blasting procedures of the Contractor shall conform to ;'11 Federal, State and local laws, ordinances and regulations. 4. Trench Configu The trench depth bury shown on t bottom to a point no less than the inches, but not m twelve (12) inche The sides of all bottom of the tre shall be shore regulations. Por may be used for strength of the greater than the required for the When sub grade ma support the pipe directed by the to grade with com 5. Pipe Installat The pipe shall manufacturer's re used unless modif Contractor shall special tools for a. Pipe shall be that the work is b. On down slopes joint to open, th prevent movement. c. The joint s applicable pipe adjusted for line atio shal be as required for the invert grade or e pins. The trench width for the trench one toot above the top of the pipe shall be outside diameter of the pipe plus six (6) re than the outside diameter of the pipe plus 1 trenches higher than five (5) feet above the ch shall be laid back on a slope of 1 : 1 or and sheathed in accordance with OSHA able trench boxes or sliding trench shields shoring in lieu of a shoring system. The portable trench box shall be equal to or sheathing or shoring system which would be rench conditions. erial is encountered which will not uniformly such material shall be over excavated as ngineer and the trench shall be brought back acted acceptable bedding material. be installed in accordance with the ommendations for installing the type of pipe ed or changed in the Special Provisions. The rovide all tools and equipment including any installing each particular type of pipe used. aid with the bells pointing in the direction rogressing. or in any circumstance which might allow the lastipipe laid in pla e shall be secured to all be completed in accordance with the aterial specification and the pipe shall be and grade. Adjustments to line and grade of W-3 JEROME GAMBA Sc ASSOCIATES, INC. CONSULTING ENGINEERS Be LAND SURVEYORS the pipe shall entire length of wedging, blocking d. Secure the pi under and around e. Install the negative grade i Record the locati readily located blowoffs, when sh f. Provide the m the top of the pi shown on the plan a d e made by adjusting the bedding along the the pipe, except at I he bell, and not by or mounding up the pip or bell. e in place with the specified bedding tamped he pipe except at the fast bell. 11 pipeline such that a constant positive or maintained between ,high and low points. n of high and low poin s so that they may be or the installation of air -vacuum valves or wn on plans, or for tem orary air vents. nimum depth of cover f e al called for in SPE om finished grade to IAL CONDITIONS and/or g. Furnish and i stall uninsulated coop r trace water line trench Connect all branch line trace wire trench wire with = twist splice. Bring race wire to finished grade surface adjacent to all valve boxes wire in all to main h. The pipe sha conductivity stra provide electric accomplished as necessary, and/or electrical conti electrical connec for the field manufactured by C ductile iron pipe i. Furnish and Encasement shall advancing a bunch newly laid pipe. rips, punctures length of encasem tape all valves a The Contractor s storage and hand furnished by him been incorporated Every precaution from entering th installed. At ti open ends of the other means appro i 1 be furnished with f story welded copper s. Connection of the conductivity straps to 1 continuity of the pipeline shall be each joint is made. 'Where pipe cuts are valve and fittings are installed in the line, uity shall be provided using field welding ion equipment. The equipment and supplies weld electrical connections shall be as NTINENTAL "thermOweld" or approved equal for and fittings. install loose polyethylene encasement. be tube type which shall be installed by d length of material around each length of Overlap and tape encasement joints. Repair ✓ other damage with &dhesive tape or short nt wapped and secured around pipe. Wrap and d fi 6.ngs. all be responsible for the safe and proper ing of all material intended for the work or to him and accepted by him until it has in the completed and accepted work. shall be taken to preent foreign material pipe while it is being handled, stored or es when pipe laying is not in progress, the ipe shall be closed by a water -tight plug or ed by the engineer. W-4 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS Alignment layout shall not exceed one-half (1/2) the deflection value listed below and the actual individual joints in the field shall not exceed the deflection values listed below: MAXIMUM DEFLECTIFULL LENGTH PIPE -- 4ECHIINICAL JOINT PIPE APPROX. CURVE RADIUS MAX DEFLECT. PRODUCED BY SUCCESSION PIPE DEFLECT. INCHES OF PIPE JOINTS SIZE ANGLE IN. DEG -MIN (18 FT) (20 FT)(18 FT) (20 FT) 3 8-18 31 35 125 140 4 8-18 31 35 125 140 6 7-7 II 27 30 145 160 8 5-21 20 22 195 220 10 5-12 20 22 195 220 12 5-12 20 22 195 220 14 3-35 13.$ 15 285 320 16 3-35 13.5 15 285 320 18 3-0 11 12 340 380 20 3-0 11, 12 340 380 MAXIMUM DEFLECTION F PIPE SIZE IN. 3 4 6 8 10 12 14 16 18 20 DEFLECT. ANGLE DEG -MIN 5 5 5 5 5 5 3 3 3 3 LENGTH PIPE -- PUSH -ON TYPE JOINT MAX DEFLECT. INCHES 18 FT) (20 FT) APPROX. CURVE RADIUS PRODUCED BY SUCCESSION OF PIPE JOINTS (18 FT) (20 FT) 19 21 205 230 19 21 205 230 19 21 205 230 19 21 205 230 19 21 205 230 19 21 205 230 11 12 340 380 11 12 340 380 11 12 340 380 11 12 340 380 Thrust blocking s all1 be applied at all tees, plugs, crosses, caps and at bends deflecting 22 1/2 degrees or more. Thrust blocking shall be concrete having a compressive strength of not less than 3000 sounds per square inch at 28 days. Thrust blocking shall be placed between solid ground and the fitting to be secured. he size and configuration of thrust blocks shall conform to he standard details shown on the plans. All thrust blocking s all be placed such that the pipe and fitting joints will be ac essible for repair in the future. W-5 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS The cutting of p shall be accompli to the pipe and a smooth cut at ri cutting of pipe s a saw or abrasiv be made at right used to bevel th edges of the cut pe as necessary in the course of the work hed in neat workmanlike manner without damage y coating thereon. The cut shall result in a ht angles to the axis of the pipe. Flame all not be allowed. Cuts shall be made with wheel for ductile iron pipe. The cut shall ngles to the pipe axis and a grinder shall be pipe end for jointing and smooth the rough nd. 6. Pipe Bedding a d Trench Backfill All trenches sh.11 be backfilled immediately after grade, alignment and jo nting of the pipe has been inspected and accepted by the ngineer. Leakage tests and pressure tests shall be performer after backfill has been accomplished. All trench backfi roots, brush, or corrosive materia noted in the foll Pipe bedding mat (12) inches over or fine gravel f stones larger tha absence of beddi consis-t of granu crushed stone or No.4), or b. Crus and not more tha material shall be six inches thick settling of the addition of water compaction. 1 shall be free of frozen material, stumps, other organic material, cinders or other , debris and rocks greater in size than those wing paragraphs. rial placed around and up to a point twelve he pipe shall consist of select earth, sand, ee from clods, lumps of frozen material or 1 inch in their maximum dimension. In the g material noted above, the bedding shall ar material defined as: a. Well graded ravel meeting ASTM C33, gradation 67 (3/4 to ed rock or gravel with 95% passing 1/2" sieve 5% passing No. 4 sieve. The pipe bedding placed around the pipe by hand in layers of or Mess and compacted by tamping. Water rench!backfill will not be allowed, and the shall be limited to that required for optimum After the select pipe bedding material has been placed and compacted as cal ed for above, the remainder of the trench shall be backfill d. All backfill material shall be free from cinders, ashes, efuse, organic and frozen material, boulders or other unsuitab e material. From one foot above the pipe to a point 24 inches below the surface or road subgrade, stones which do not exceed 15 inches in maximum dimension may be included in the baickfill. 7. Compaction Materials used f r backfill shall be placed in the trench in layers suitable t the equipment used for compaction, wetted to optimum moisture ontent if necessary and compacted to the following minimum densities relative to Standard Proctor (ASTM D698 or AASHTO T-99) optimum density. W-6 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS a. 100% for: structures, subg highways and to areas to receive b. 95% for: subg material, trench c. 90% for: sodd d. equal to dens areas as directe e. Where granula ASTM D2049 shall by 15% to arrive Field density t requirements sha standards: ASTM 2167 (Rubber -Bal 8. Sterilization All water line Contractor in ac Hydrostatic Test 9. Connection to Where connection such connections details shown Specifications, consultation wi initiated until for use. Connec to provide for m shall be taken Contractor shall the time that a Disinfection of accordance with Disinfecting Wat 10. Protection o Sewer mains shal from existing necessary that below a water ma either of the tw subgrade under footings, foundations or fade under paved and shoulder slopes of State 2 feet of paved areas, sidewalks and other pavement. de under gravel roadways, pipe trench barrier ackfill and bedding below 100% compacted top. or lawn areas and fi ids. y of undisturbed adja ent material for: field by the engineer. materials are used in lieu of cohesive soils, apply and above percentages shall be reduced t relative density. sts to determine compliance with compaction 1 be made by methods meeting the following 2922 (Nuclear), ASTM D1556 (Sand Cone) or ASTM oon). li nd Testing of Water Lines shall be tested and sterilized by the rdance with Construc ion Specifications H.T. g and D.W.L. Disinfec•ion of Water Lines. xistinq Water Facilit are to be made to ex shall be made in stri on the Plans and and shall be beg h the Engineer. Con 11 appropriate fitting ions shall be made at nimum interruption of o insure protection notify the Engineer at connection to existing connection shall be accomplished in 9 of AWWA C651, "Standard for the Section ✓ Mains". es sting water facilities, t conformance with the called for in the n only after prior ections shall not be are on hand and ready uch time and conditions service to users. Care f water. supplies. The least 36 hours prior to facilities is planned. Water Supplies be located a minimum of ten feet horizontally ✓ proposed water mains. Whenever it is sewer main cross above or within 18 inches n, the sewer main shall be made impervious by methods listed below. (a) A section o ductile iron length shall be sed for sewer main. The joint between the water pipe at least 20 feet in pipe and centered over the water sewer pipe and the ductile iron W-7 JEROME GAMBA & ASSOCIATES, INC. CONSUL]1NG ENGINEERS & LAND SURVEYORS pipe shall be enc extending at leas (b) The sewer encasement which sides of the sewe way from the cros sed i six a concrete collar six inches thick and nches on either side of the joint. ipe .hall be reinforced with a concrete shall be at least six inches thick on all pip and extend for at least ten feet each ing pbint with the water main. 10. Measurement a d Payment Pipe and fitting_ shall be measures to the nearest 0.1 feet installed complet- and shall be paid for at the contract unit price per linear oot of each type and size of pipe. Valves shall be easur installed complet- and price of each typ- and Special fittings shall paid for at the c.ntrac Fire hydrants complete with contract unit sh is pri d by counting of each size and type shall be paid for at the contract unit ize. be measured by counting and shall be unit price for each special fitting. 11 be, measured by counting those installed latiob valve and shall be paid for at the e per hydrant. W-8 JE OME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS CONSTRUCTION SPEC FI 1. Scope The work consists contractor is re shall furnish all work. 2. Materials The contractor sh hypochlorite mate the AWWA B300 Sta 3. Procedures All operations an DISINFECTING WATE A copy of this do specification. 4. Bacteriologic Water samples sh after final flus service. The sam bacteriological organisms. Thes hydrant or hose, with a copper to main. The numbe requirements of In no case shall for lines with ch 24 hours apart fo 5. Repetition of Disinfection pro sample results ar 6. Measurement an The successful co the satisfactory There shall be no to be a part of project. of pon maty 11 is da ON D.W.L. DISINFECTION OF WATER LINES disinfection of potable water lines. The le for disinfection of water lines and als labor and equipment necessary for the mit manufacture o be used in th or Hypochlorites procedures shall con MAINS, AWWA C651-86 ument is attached heret I� certification that the is infection conform to to AWWA STANDARD FOR SION OF AWWA C601-81). nd made a part of this 11 be collected from the end of the pipeline ing and prior to placing the water line in les shall be submitted for a certified test for uality to determine the absence of coliform samples shall not be collected from a fire but shall be collected from a corporation stop e gooseneck assembly installed directly on the and frequency of samples shall conform to the he public health authority having jurisdiction. he number of samples be less than one (1) sample orina-ed supplies andl two (2) samples collected unchiorinated supplies. repe ted until satisfactory rocedure edures shall be obtained. Payment pletion of the Project shall be dependent upon compliance with the intent of this section. extra payment for this work, but it is construed 11 phases and items of the work involved in the DWL-1 J ROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS Se LAND SURVEYORS American Water Works Associati n AWWA C651-86 (Revision of AWWA C601-81) AWWA STANDARD FOR ' DISINFECTING WATER MAINS First edition approved by All" IVA Board of Dire This edition approved jan. 26, 1 FO 8 t. 30, 1947. AMERICAN WATER WORKS ASSOCIATION 6666 WeSi Quincy Avenue, Denver, Colorado 80235 1 # � u�►1 Cotnmittee Person el III The AWWA Standards Cjot mittec on Disinfection of Facilities, which reviewed and approved this standard, had the following personnel at the time of approval: G.W. Adrian, California V!! R.P. Grady, Portland Wate W.E. Neuman, American Haddon Heights, N.J. J.P. Reames, Dallas City VI C.H. Smith, Kankakee W J.A. Worthley,* Americar Westwood, Mass. G.W. Adrian, Chairman Consumer Members tg¢1� Service Company, San Jose, Ca District, Portland, Maine ater Works Service Company, I✓ ate Utilities, Dallas, Texas f Company, Kankakee, Ill. 5f ter Works Service Company, I General Interest Members if. Ken Choquette,* Iowa D 4 a tment of Health, Des Moines, wa J.V. Feuss, Cortland Heal bepartment, Cortland, N.Y. C.B. Hagar, Black & Veat, .ansas City, Mo. Ira Markwood, US Enviro ental Protection Agency, Springfield, Ill. T.W. Walker, New York) e artment of Health, Victor, N.Y. Michael Wentink, Nebras apartment of Health, Scottsbluff, Neb. C.L. Young, California De ment of Health, San Franciscc, Calif. Producer Members Wayne Huebner, Wallace *Alternate T ernan Division, Belleville, N.J. Crop i '"1986 by American Water Works Ass Printed in USA e 0 (AWWA) (NEWWA) (AWWA) (AWWA) (AWWA) (NEWWA) (CSSE) (AWWA) (AWWA) (CSSE) (AWWA) (AWWA) (AWWA) (AWWA) Contents SEC. Foreword I History of Standard •' II Discussion III Major Revisions IV Information Regardin= 1 This Standard ....... . Standard 1 General 1.1 Scope 1.2 References 1.3 Record of Complian 2 Forms of Chlorine Disinfection 2.1 Liquid Chlorine .... 2.2 Sodium Hypochlorite. . 2.3 Calcium Hypochlorite. e of • 3 Basic Disinfection PAGE rdeedure 4 Preventive and Codve' Measures During Construction 4.1 Keeping Pipe Clean and pry 4.2 Joints 4.3 Packing Materials .. . . 4.4 Sealing Materials .... . .. ... . 4.5 Cleaning and Swabbing 4.6 Wet -Trench Construction .. . 4.7 Flooding by Storm or Aoc.dent: During Construction.. , ... . 5 Methods of Chlorinitioo 5.1 Tablet Method 5.2 Continuous -Feed Met od ... . 5.3 Slug Method . . 6 Final Flushing 6.1 Clearing the Main of eavily Chlorinated Water ;. 6.2 Disposing of Heavily . Ihlorinatc Water 7 Bacteriological Tes 7.1 Standard Conditions 7.2 Special Conditions .. b cl 1v iv 1 l 2 2 2 2 3 3 3 3 3 3 4 4 5 8 8 8 8 { ►11 I! F4 I► P I GC. 3E 7.3 Sampling Procedure 8 8 Redisinfection 9 Disinfection Procedures When Cutting Into or Repairing Existing Mains 9.1 Trench Treatment 9.2 Swabbing With Hypochlorite Solution . . 9.3 Flushing 9.4 Slug Chlor 9.5 Sampling 0 Special Procedure for Caulked Tapping Sleeves ppendices PAt ination 9 9 9 9 10 A Chlorine Residual Testing 11 A.1 DPD Drop Dilution Method (for Field Test) 11 A.2 High -Range Chlorine Test Kits 11 B Disposal of Heavily Chlorinated Water . Z I ables Ounces of Calcium Hypochlorite Granules to be Placed at Beginning of Main and at Each 500 -ft Interval Number of 5-g Calcium Hypochlorite Tablets Required for Dose of 25 mg/L Required Flow and Openings to Flush Pipelines Chlorine Required to Produce 25-mg/L Concentration in 100 ft of Pipe—by Diameter 3.1 Pounds of Chemicals Required to Neutralize Various Residual Chlorine Concentrations in 100 000 gal of Water igure Suggested Combination Blowoff and Sampling Tap 12 iii This forewor Foreword i •r• information only and is nor a parr ,f411'I1'A C65 I. I. History of Standard. AWWA Board of Directors Water Mains. Revisions were a Mar. 6, 1953; May 27, 1954; AWWA C601, Standard for D been changed to AWWA C65 H. Discussion. This stand potable -water mains; mains th maintenance that exposes the repairs due to physical failure presence of coliform organis It is generally easier to act repairs. The unsanitary conch likely to be difficult to cont community requires more ra constructed mains. Crews responsible for hazards and should be train disinfection procedures. Disinfection requires sk. and some utilities prefer to di However, because the eff maintaining clean pipes and i; some advantages in having tlx: Furthermore, certain functio construction crew. In either cit aware of the need for maintat Three methods of disinf standard: the tablet method, t should decide which of these method used should include joints present, availability of personnel who will perform For example, the cont inn only where properly designed is not acceptable where liquid be given to the impact of high there is any question that da life, plant life, physical install adequate amount of reducing thoroughly neutralize the chi The tablet method cannii) be used in large -diameter mai or perform inspection, becaus air. When using the tablet me main because the hypochlorite pipe. The use of the tablet 14 11 • is standard was first approved on Sept. 30, 1947, by the d published as 7D.2-1948, A Procedure for Disinfecting proved by the AWWA Board of Directors on Sept. 14, 1948; une 2, 1968; and June 7, 1981, all under the designation infecting Water Mains. The designation of the standard has with this revision. rd describes methods of dis nfecting newly constructed t have been removed from service for planned repairs or for to contamination; mains that have undergone emergency nd mains that, under normal operation, continue to show the ieve disinfection of a new main than of one given emergency ons created when an existing main bursts or is cut into are ol, and the need to quickly restore water service to the 'd infection procedures than those prescribed for newly repair of mains should be aware of the potential health to carefully observe prescribed construction practices and not necessarily mastered by competent construction crews, infect water mains using specially trained treatment crews. ivcness of disinfection depends, in Large measure, on oiding major contamination during construction, there are construction crew retain the responsibility for disinfection. s, such as the placing of tablets, trust be performed by the e, it is strongly recommended that pipe crews be trained to be ing clean pipes and avoiding contamination. cting newly constructed water mains arc described in this e continuous -feed method, and the slug method. The utility ethods is most suitable for a given situation. Choice of the nsideration of the length and diameter of the main, type of aterials, equipment required for disinfection, training of the disinfection, and safety considerations. us -feed or slug methods should be used with gas chlorination nd constructed equipment is available; makeshift equipment chlorine cylinders are used. "Thorough consideration should chlorinated water flushed to the receiving environment. If ge may be caused by a chlorinated -waste discharge (to fish tions, or other downstream water uses of any type), then an gent should be applied to water being disposed of in order to ine residual remaining in the water. be used unless the main can be kept clean and dry. It cannot if itis necessary for a worker to enter the main to grout joints the tablets may release toxic fumes after exposure to moist od, the chlorine concentration is not uniform throughout the olution is dense and tends to concentrate at the bottom of the thod precludes preliminary flushing. The tablet method is iv 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 convenient to use in mai' equipment. The continuous -fee removes light particulate concentration is uniform The slug method is s involved makes the cont appreciable savings in chi heavily chlorinated water' III. Major Revisions. Figure 1, Suggested Com this revision of the stands IV. Information Regal though the work will be ds such work to be done and appropriate provisions sh contractor is specifically i should specify: 1. Standard used i 2. Form of chlorine 3. Method of chlor' 4. Places where flus facilities (Sec. 5.2.2, Sec. 5. The number and and Sec. 8). 6. Method of taking it *See other AWWA standards materials. DISINFECTING WATER MAINS s having diameters up to 24 in., and it requires no special ethod is suitable for general application. Preliminary flushing rom the main but not from the pipe -joint spaces. The chlorine roughout the main. table for use in large -diameter mains where the volume of water uous-feed method impractical. The slug method results in icals in long, large -diameter ma}'ns, and reduces the volume of he flushed to waste. i edesignation as AWWA 0651 and dimensional changes to nation Blowoff and Sampling Tap, are the only changes made in ing Use of This Standard. This standard is written as e by the owner's personnel. Where the owner is contracting for a separate contract or as part of a contract for installing mains* uld be included in the contract agreement to assure that the tstructed as to his responsibilities. As a minimum, the owner that is, AWWA C651, Standard for Disinfecting Water Mains. to be used (Sec. 2.1, Sec. 2.2, and Sec. 2.3). cation (Sec. 5.1, Sec. 5.2, and Sec. 5.3). zing may be done, rates of flushing, and locations of drainage 1, and Sec. 6.2). requcncy of samples for bacteriological tests (Sec. 7.1, Sec. 7.2, samples (Sec. 7.3). d manuals for design criteria and i n$ 11 on procedures for various pipe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AWWA ST DISINF American Wa NDARD FOR e Works Association i A\ AWWA C651-86 (Revision of AWWA 0601-81) CTING WATER MAINS igumnswl SECTION 1: GENERAL Sec. 1.1 Scope This standar trains. All new w mains taken out contamination of Sec. 1.2 References This standarc forms a part of till, the requirements AWWA B30 AWWA 1330 Simplified Pr Colo. (1978). Standard Met WPCF.t Washin Additional to Material Safe Chlorine Inst AWWA— W AWWA—Int Safety Pracri (1983). Water Chlori Colo. (1973). presents essential procedures for disinfecting new and repaired water cr mains shall be disinfected before they are placed in service. All water f service for inspecting, repairing, or other activity that might lead to 'ater shall be disinfected before they are returned to service. f references the following documents. The latest current edition of each standard where and to the extent specified herein. In case of any conflict, f this standard shall prevail. —Standard for Hypochlorites. —Standard for Liquid Chlorine. cedures for Water Examination. AWWA Manual M12. AWWA, Denver,. ods for the Examination of Water and Wastewater. APHA,* AWWA, and, on, D.C. (16th ed., 1984). terials relating to activity under this standard include: y Data Sheets for forms of chlorine used (provided by suppliers). tute, Inc.$—Chlorine Manual. ter Quality and Treatment. oduction to Water Treatment. e for Water Utilities. AWWA Manual M3. AWWA, Denver, Colo ation Principles and Practices. AWWA Manual M20. AWWA, Denver *American Public Heal h Association, 1015 15th St. N.W., 'Mater Pollution Cont of Federation, 2626 Pennsylvatlia4 $Chlorine Institut, In ., 70 W. 40th St., New York, NYI'1 1 as ington, DC 20005. .W., Washington, DC 20037. otrl 2 AWWA C651-86 Sec. 1.3 Record of Compliance The record of compliance shall be the bacteriological test results certifying the water sampled from the water main to be free of coliform bacteria contamination. i memonsa SECTION 2: FORMS OF CHLORINE FOR DISINFECTION The forms of ch chlorine, sodium hyp. Sec. 2.1 Liquid Chlorine* Liquid chlorine containers usually of used only (1) in cotnbi controlled high-conce direct supervision of a properties of liquid ch may arise; and (3) w personnel and the pu Sec. 2.2 Sodium Hypochloritet Sodium hypochl containers typically ra be available in some 15 -percent available c storage to minimize it when the concentrati concentrations. Perce�r Sec. 2.3 Calcium Hypochlorite Calcium hypochlorite is available in granular form or in approximately 5-g tablets, and contains approximately 65 -percent available chlorine by weight. The material should be stored in a cool, dry, and dark environment to minimize its deterioration. orine that may be used in the disinfection operations are liquid •hlorite solution, and calcium hypochlorite granules or tablets. ontains 100 -percent available chlorine and is packaged in steel 00-1b, 150-1b, or 1 -ton net chlorine weight. Liquid chlorine shall be at ion with appropriate gas -flow chlorinators and ejectors to provide a tration solution feed to the water to be chlorinated; (2) under the . erson who is familiar with the physiological, chemical, and physical orine, and who is trained and equipped to handle any emergency that en appropriate safety practices are observed to protect working lic. 111 rite is available in liquid form in glass, rubber -lined, or plastic ging in size from 1 qt to 5 gal; containers of 30 gal or larger sizes may areas. Sodium hypochlorite contains approximately 5 -percent to lorine, but care must be used in control of conditions and length of deterioration. (Available chlorine is expressed as a percent of weight n is 5 percent or less, and usually as a percent of volume for higher t X 10 = grams of available chlorine per litre of hypochlorite.) 111 II 1 111 1 SECTION 3: BASIC DISINFECTION PROCEDURE ■■w "I'he basic disinfection procedure consists of:, , 1. Preventing c Qntaminating materials from e' ink to water main during storage, construction, or repai 2. Removing, b flushing or other means, those Materials that may have entered the water main. 3. Chlorinating any residual contamination that may remain, and flushing the chlorinated water fro the main. 4. Determining the bacteriological quality by laboratory test after disinfection. *See AWWA B301—Stanand for Liquid Chlorine. tSee AWWA B300—Stanand for Ilypochlorites. 1 1 II DISINFECTING WATER MAINS 3 SECTION 4 PREVENTIVE AND CORRECTIVE MEASURES DURING CONSTRUCTION Heavy panic later generally contain bacteria and prevent even very high chlorine concentrations fro contacting and killing such organisms. It is, therefore, essential that the procedures of this section be observed to assure that a water main and its appurtenances are thoroughly clean or the final disinfection by chlorination. Sec. 4.1 Keeping Pipe Clean Precautions s contamination. Pi foreign material. I laying is stopped meal periods. Rod are not practicably means. Delay in placement of delivered pipe invites contamination. The more closely the rate of delivery is correlated to the rate of pipe laying, the less likelihood of contamination. and Dry all be taken to protect the interiors of pipes, fittings, and valves against e delivered for construction shall be strung so as to minimize entrance of 11 openings in the pipeline shall be closed with watertight plugs when pipe it the close of the day's work or for other reasons, such as rest breaks or ent-proof plugs may be used where it is determined that watertight plugs and where thorough cleaning will be performed by flushing or other Sec. 4.2 Joints Joints of all accumulates in th Sec. 4.3 Packing Materials Yarning or p treated paper or of Packing material s used, it shall be h water -carrying po Sec. 4.4 Sealing Materials No contamit microorganisms s in a manner that gaskets shall be si containers and sh Sec. 4.5 Cleaning and Swab If dirt enters the dirt will not t cleaned by mecha disinfecting solut undertaken only operation will not Sec. 4.6 Wet -Trench Constr If it is not pos be made to assure available -chlorine adding calcium h} into a wet trench, ipc in the trench shall be completed before work is stopped. If water trench, the plugs shall remain in place until the trench is dry. I 01 ;eking material shall consist of molded or tubular rubber rings, or rope of her approved materials. Materials such as jute or hemp shall not be used. hall be handled in a manner that avoids contamination. If asbestos rope is ndled in a manner that prevents asbestos from being introduced into the rtion of the pipe. ated material or any material capable of supporting prolific growth of all be used for sealing joints. Sealing material or gaskets shall be handled voids contamination. The lubricant used in the installation of sealing itable for use in potable water. It shall be delivered to the job in closed 11 be kept clean. Bing :he pipe, and in the opinion of the owner's engineer or job superintendent e removed by the flushing operation, the interior of the pipe shall be nical means and then shall he swabbed with a 1 -percent hypochlorite ion. Cleaning with the use of a pig, swab, or "go -devil" should be hen the owner's engineer or job superintendent has determined that such force mud or debris into pipe -joint spaces. uction Bible to keep the pipe and fittings dry during installation, every effort shall that any of the water that may enter the pipe -joint spaces contains an concentration of approximately 25 mg/I.. This may be accomplished by pochlorite granules or tablets to each length of pipe before it is lowered or by treating the trench water with hypochlorite tablets. i iiALL_ 4 AWWA C65I-86 Sec. 4.7 Flooding by Storm or Accident During Construction If the main is flooded during construction, it shall he cleared of the flood water by draining and flushing with potable water until the main i clean. The section exposed to the flood water shall then be filled with a chlorinated potab c water that, at the end of a 24-h holding period, will have a free chlorine residual of not les than 25 mg/L. The chlorinated water may then be draied or flushed from the main. Affer construction is completed, the main shall be disinfecteld using the continuous -feed or slug method. SECTION 5: M THODS OF CHLORI NATION Three methods of chlorination are explained in thiS section: tablet, continuous feed, and slug. Information i the foreword will be helpful in d tcrrnining the method to be used. The tablet method g es an average chlorine dose 4 f approximately 25 mg/L; the continuous -feed metho gives a 24-h chlorine residual of of less than 10 mg/L; and the slug method gives a 3-h exposure of not less than 50 mg/L f •e chlorine. Sec. 5.1 Tablet Method The tablet metho consists of placing calcium hypo hlorite granules and tablets in the water main as it is being installed and filling the main with potable water when installation is completed. This method may e used only if the pipes and appurtenances are kept clean and dry during construction. 5.1.1 Placing 0 calcium hypochlorite granules. During construction, calcium hypochlorite granules all be placed at the upstream end of the first section of pipe, at the upstream end of each b anch main, and at 500 -ft intervals. The quantity of granules shall be as shown in Table 1. WARNING: This ocedure must not be used on soh ent-welded plastic or on screwed - joint steel pipe becaus of the danger of fire or explosion from the reaction of the joint compounds with the c lcium hypochlorite. Table 1 Ounces of Calcium Hypochlorite Granules to be Placed at Beginning of Main and at Each 500 -ft Interval Pipe Diameter in. 16 a 4 8 12 id larger 5.1.2 Placing of hypochlorite tablets sh placed in each hydrant, required for each pipe s is the inside pipe diam shows the number of t Calcittrit ypochlorite IGra rules oz 0.5 1.0 10 4.0 �.0 calcium hypochlorite tablets. During construction, 5-g calcium 11 be placed in each section of pipe and also one such tablet shall be hydrant branch, and other appur enance. The number of 5-g tablets action shall be 0.0012 d2L rounde to the next higher integer, where d ter, in inches, and L is the length f the pipe section, in feet. Table 2 blcts required for commonly use sizes of pipe. The tablets shall be 1 1 1 1 1 1 1 1 1 1 1 1 t1 1 Table 2 Numbe 25 mg/L* 11 DISINFECTING WATER MAINS 5 - of 5-g Calcium Hypochlorite ablets Required for Dose of I'ipe Diameter in. 4 6 8 10 12 16 13 18 or less 2 3 4 ngth of ipe Secti on Number of 5-g Calciu Hypochlorite Tablets 1 1 2 3 4 6 1 1 2 2 3 4 4 5 6 7 10 13 *Based on 3.25 g availa Ic chlorine per tablet; any portion of ta.'et rounded to next higher number. attached by an adh sive such as Permatex No 1* or a ual. 'There shall be no adhesive on the tablet except on the broad side attached to the surface f the pipe. Attach all the tablets inside and at the top of the main, with approximately equal rt mbers of tablets at each end of a given pipe length. If the tablets are attached before the pi a section is placed in the trench, their position shall be marked on the section so it can b readily determined that the pipe is installed with the *blets at the top. 5.1.3 Filling and contact. When installation as been completed, the main shall be filled with water at a rate such that water within the ain will flow at a velocity no greater 1 than 1 ft/s. Precautions shall be taken to assure that air pockets are eliminated. This water shall remain in the pipe for at least 24 h. If the water temperature is less than 41°F (5°C), the water shall remain n the pipe for at least 48 h. Valves shall be positioned so that the strong chlorine solution i the treated main will not flow into water mains in active service. Sec. 5.2 Continuous -Feed M thod The continuo s -feed method consists of placin calcium hypochlorite granules in the main during const uction (optional), completely fill ng the main to remove all air pockets, flushing the compl ted main to remove particulates, nd filling the main with potable water chlorinated so that after a 24-h holding period in the main there will be a free chlorine residual of not less 5.2.1 Placing hypochlorite granu of this procedure i� water that flows do. of pipe is such that this first flow of water will flow 5.2.2 Prelimi wr v flushing. Before being ch. eliminate air pockets and shall be flushed to remove p main shall not be less than 2.5 ft/s unless the ow determines that conditions do not permit the required flow to be discharged to waste. Table 3 shows the rates of flow required to produce a velocity of 2.5 ft/s in pipes of various sizes. Note that flushing is no substitute for preventive easures during construction. Certain contaminants, such as caked deposits, resist flushin at any feasible velocity. In mains of 4 -in. or larger diameter, an ac eptable alternative to flushing is to broom -sweep the main, carefully removing all swee ings prior to chlorinating the main. than 10 mg/L. calcium hypochlorite granules. At the option of the engineer, calcium les shall be placed in pipe sections as specified in Sec. 5.1.1. The purpose to provide a strong chlorine con -entration in the first flow of flushing vn the main. This procedure is recommended particularly where the type nto annular spaces at pipe joints. urinated, the main shall be filled to rticulates. The flushing velocity in the J er's engineer or job superintendent II *.\ product of the fern atex Go.. Brooklyn, N.Y., and Kansas ty, Kan. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6 AWWA C65I-86 1 Table 3 Required Fl wand Openings to Flush Pipe in Water Main)* lines (40 psi Residual Pressure Pipe Diameter I)7. 4 6 8 I0 12 16 *With a 40 -psi p, approximately I tNumber of tap Flow Required to Produce .5 ft/s (approx.) clocity^in Main gnu essure in th 100 gpm an on pipe ba: 100 200 400 600 900 1600 Size of in. 11/2 Numb< Taps on rap r of Pipet 2 1 2 2 4 Number of 2'/2 -in. Hydrant Outlets* 2 •2 main with the hydrant flowing to atmosp a 41/22 -in. hydrant outlet will discharge a cd on discharge through 5 ft ofgalvaniz 5.2.3 Chlorinating the main. 1. Water from the existing distribution system o shall be made to flow It a constant, measured rate into absence of a meter, the rate may be approximated by meth the discharge, measuring the time to fill a container of trajectory of the discha 2. At a point not water entering the new the water will have not less than 25 mg/L free chlorine. 7 provided, measure the chlorine concentration at regular procedures described in the current edition of Standar Water or Wastewater of AWWA Manual M12, or using Appendix A.) 1i ere, a 21/2 -in. hydrant outlet will discharge proximately 2500 gpm. 1 iron (GI) pipe with one 90° elbow. other approved source of supply he newly laid water main. In the ds such as placing a Pitot gauge in nown volume, or measuring the "ge and using the formula shown in Figure 1. more than 10 ft downstream froi the beginning of the new main, main shall receive a dose of chlor ne fed at a constant rate such that o assure that this concentration is intervals in accordance with the ! Methods for the Examination of ppropriate chlorine test kits. (See Figure 1 Suggested Combination Blowoff and Sa pling Tap it 18 -in. ,. E 1/2 -in. hose bib __ minimum , to E for bacteria samples E III -TM 12 in. minimum. tme- .--- \ ,-- --'// I/I P/A.1.1/.4`,./1 /1 -Y/A .f i(, iY71 r7icv/,1..,'//I Formula for estimat tg rate of discharge 2.83d2S,, i III Q= where: S Q = discharge i gp t d = inside diamete of discharge pipe t d, Sx, Sy measurid in inches Figure 1 Suggested Combination Blowoff and Sa pling Tap Table Chlori by Dia eter II 11 flll )ISINFECTING WATER MAINS 11i 011,1III 'l• e Required to Produce 25-mg/LConcentratiorn in 100 ft of Pipe i Pipe 100 -percent 1)iatnct. Chlorine in lh 4 6 8 10 12 16 013 030 054 085 120 217 1 -percent Chlorine Solution gal .16 .36 .65 1.02 1.44 2.60 Tale 4 giv . the amount of chlorine required for each 100 ft of pipe of variou diamet. s. Soluti ns of I -percent chlorine may be prepared with sodium hypochlorite or calciu hypochlorite. The latter solution requires 1 lb of calcium hypochlorite in 8 gal of water. 3. During tete application of chlorine, valve$ shall be positioned so that the strong chlorin solution n the main being treated will not iflow into water mains in active service. Chlori applicat n shall not cease until the entire main is filled with heavily chlorinated water. i he chlori atcd water shall be retained in the main for at least 24 h, during which time all valvas and hyd ants in the treated section shall be operated to ensure disinfection of the appurt. ances. A the end of this 24-h period, the treated water in all portions of the main shall ha e a resid al of not less than 10 mg/L free chlorine. 4. Direct -feed chlorinators, which operate solely from gas pressure in the chlorine cylinde shall not a used for application of liquid chlorine. (The danger of using direct -feed chlorin• tors is th t water pressure in the main can exceed gas pressure in the chlorine cylinde This allows a backflow of water •into the cylinder, resulting in severe cylinder corrosi . n and escape of chlorine gas.) The preferred equipment for applying liquid chlorine is a solu ion -feed, 'acuum-operated chlorinator and a booster pump. The vacuum -operated chlorin • tor mixes the chlorine gas in solution water; the booster pump injects the chlorine - gas sol ion into the main to be disinfected. Hypochlorite solutions may be applied to the water in with a asoline or electrically powered chemical -feed pump designed for feeding chlorin; solutions Feed lines shall be of such material and strength as to safely withstand the corrosi . n caused y the concentrated chlorine solutions and the maximum pressures tha. : may be created b the pumps. All connections shall be checked for tightness before th solutio is applied to the main. Sec. 5.3 Slug Meth t d Th slug metktod consists of placing calcium hypochlorite granules in the main during constru tion, comiletely filling the main to eliminate all air pockets, flushing the main to remove • articulates, and slowly flowing through the main a slug of water dosed with chlorine to a co entration of 100 mg/L. The slow flow ensures that all parts of the main and its appurte ances will be exposed to the highly chlorinated water for a period of not less than 3 h. 5.3 1 Placin calcium hypochlorite granules. Sanne as Sec. 5.2.1. 5.3 2 Yrelin 'nary flushing. Same as Sec. 5.2.2. 5.3 3 Cltlort taring the main. 1. Same as ec. 5.2.3(1). 2. At a poi t not more than 10 ft downstream from the beginning of the new main, water e tering th new main shall receive a dose of chlorine fed at a constant rate such that the wat r will have not less than 100 mg/L free chlorine. To ensure that this concentration i li p� 1 Id 8 AWWA C651-86 provided, the chlorine 4oncentration should be measured at regular intervals. The chlorine shall be applid continuously and for a sufficient period to develop a solid column, or "slug," of chlorinate water th t will, as it moves through the main, expose all interior surfaces to a concentration of appro imately 100 mg/L for at least 3 h. 3. The free chlo ine residual shall be measured in the slug as it moves through the main. If at dny time i drops below 50 mg/L, the flow shall be stopped, chlorination equipment shall be relo atcd at the head of the slug, and, as flow is resumed, chlorine shall be applied to reltore the f ee chlorine in the slug to not less than 100 mg/L. 4. As the chlorin ted water flows past fittings and valves, related valves and hydrants shall be oper ted so as to disinfect appurtenances and pipe branches. ism= SECTION 6: FINAL FLUSHING Sec. 6.1 Clearing the M After th prolonged ce damage to th chlorine me higher than Sec. 6.2 Disposing of H The env If there is an then a reduci chlorine resi Where nece determine sti ain of Havily Chlorinated Water applicab a retention period, heavily chlorinated water should not remain in ntact with pipe. In order to prevent damage to the pipe lining or corrosion pipe itself, the heavily chlorinated water shall he flushed from the main until surements show that the concentration in the water leaving the main is no hat generally prevailing in the system or is acceptable for domestic use. avily Chlorinated Water ironment to which the chlorinated water is to be discharged shall be inspected. question that the chlorinated discharge will cause damage to the environment, ng agent shall be applied to the water to be wasted to neutralize thoroughly the dual remaining in the water. (See Appendix B for neutralizing chemicals.) sary, fed ral, state, and local regulatory agencies should be contacted to ecial prov cions for the disposal of heavily chlorinated water. SECTION 7: B CTERIOLOGICAL TESTS Sec. 7.1 Standard Conditions After fl shall be collected from accordance ith Stand show the ab ence of c option of th engineer. from each br along the len al flushing and bcfore the water main is placed in service, a sample or samples the end of the line, shall be tested for bacteriological quality in rd Methods for the Examination of Water and Wastewater, and shall liform organisms. A standard plate count may be required at the At least one sample shall be collected from the new main and one nch. In case of extremely long mains, it is desirable that samples be collected :th of the line as well as at its end. Sec. 7.2 Special Condit ons If, duri g construction, trench water has entered the main, or if in the opinion of the owner's engi eer or lob superintendent, excessive quantities of dirt or debris have entered the main, bacteriological samples shall be taken at intervals of approximately 200 ft and shall be identified by location. Samples shall be taken of water that has stood in the main for at least 16 h after final flushing has been completed. Sec. 7.3 Sampling Procedure Sample for bacteriological analysis shall be collected in sterile bottles treated with sodium thio ulfate as required by Standard Methods fir the Examination of Water and 1 1 1 1 1 r 1 1 1 1 1 1 1 t 1 DISINFECTING WATER MAINS 9 Wastew ter. No hose or fire hydrant shall be used in collection of samples. A suggested combination blowoff and sampling tap useful for mains up to and including 8 -in. diameter is shown ' Figure . A corporation cock may be installed in the main with a copper -tube goosen k assembly. After samples have been collected, the gooseneck assembly may be remove and retai led for future use. sommwi SECTION 8: REDISINFECTION ornmerarimommumumm If t e initial disinfection fails to produce satisfactory bacteriological samples, the mai may be eflushed and shall be resampled. If check samples show the presence of colifor organis s, then t main shall be rechlorinated by the continuous -feed or slug method o chlorination until atisfactory results are obtained. NOTE: High elocities in the existing system, resulting from flushing the new main, may disturb sediment that has accumulated in the existing mains. When check samples are taken, it is well to sample water entering the new main. , SECTION 9: DISINFECTION PROCEDURES WHEN CUTTING INTO OR REPAIRING EXISTING MAINS The followin procedures apply primarily when mains are wholly or partially dewatered. After he appropriate procedures have been completed, the main may b returned to servic prior to completion of bacteriological testing in order to minimize the time customers are out of water. Leaks or breaks that are repaired with clamping device while the mains remain full of pressurized water present little danger of contamination andt require no disinfe ion. Sec. 9.1 Trench Treatment Wh n an old ain is opened, either by accident be wet nd may be badly contaminated from hypochl rite appli to open trench areas will lessent have the advantag in such a situation because they hypochlorite as wa er is pumped from the excavatio Sec. 9.2 Swabbingwith Hyp. chlorite Solution The interiors f all pi pe and fittings (par the repai shall he s 'ahhed or sprayed with a installed Sec. 9.3 Flushing y design, the excavation will likely 1 1:,), sewers. Liberal quantities of e anger from such pollution. Tablets isolve slowly and continue to release i�1 Thorough flus ing is the most practical means during repairs. If alve and hydrant locations per from bot directio s is recommended. Flushing sh complete and shall be continued until discolored Sec. 9.4 Slug Chlori ation 10Ida Wh re practical, in addition to the procedures break is 1 cated s ha I be isolated, all service connect io chlorinat d as descibed in Sec. 5.3, except that the plings and sleeves) used in making pochlorite solution before they are (moving contamination introduced flushing toward the work location e started as soon as the repairs are is eliminated. ye, a section of main in which the ut off, and the section flushed and may be increased to as much as 10 AWWA C651-86 300 mg/L and the con shall be resu ed and c noticeable chlorine otic Sec. 9.5 Sampling act time reduced to as little as 15 mi ntinucd until discolored water is Blit Bacteriological sa ple � shall be taken after repairs are comp eted to provide a record for determining the proced re's effectiveness. If the direction of flow is unknown, samples shall be taken on each side o the main break. If positive bacteriological samples are recorded, the situation shat be evalu ed by a qualified engineer who can determine corrective action, and daily sampli g shall be continued until two consecutive negative samples are recorded. ter chlorination, flushing ted and the water is free of SECTION 10: PECIAL PROCEDURE FOR CAULKED TAPPING SLEEVES nommon Before tapping sleeve is installed, the exterior of the main to be tapped shall be thoroughly ceaned, an the interior surface of thesleeve shall be lightly dusted with calcium hypochlorite powder. Tappinsleeves a used to avoid shutting down the main to be tapped. After the tap is made, it is impossible ti disinfect the annulus without shutting down the main and removing the sleeve. The space between the tapping sleeve and the tapped pipe is normally 1/2 in., more or less, so that as little a 100 mg of calcium hypochlorite powder per square foot will provide a chlorine concentratio of over 50 mg/L. 11! APPENDIX A 41"11 Chlorine Residual Testing This appendix is for information on/V 1111,1 is nor (1 pint of AWWA C651. SECTION A.1: DPD DROP DILUTION METHOD (FOR FIELD TEST) imioNMEMIN e DPI) drop dilution method of approximating total residual chlorine is suitable for trations above 10 mg/L, such as are applied in the disinfection of water mains or T conce tanks. Appartus: 1. A graduated cylinder for measuring distilled water. 2. An automatic or safety pipette. 3. Two dropping pipettes that deliver a 1 -ml. sample in 20 drops. One pipette is dispen.ing the water sample and the other is for dispensing the DPD and buffer solutio The pieettes should not be interchanged. 4. A comparator kit containing a suitahlc range of standards. Reagen s: 1. DPI) i dicator solution. Prepare as prescribed in Standard Methods for t Exams anon 4 1 'ater and Wastewater, (16t11 cd.), tinction 408E, p. 309. 2. Phosph to buffer solution. Prepare as prescribed in Standard Methods for t Exams ation of I ater and Wastewater, (16th ed.). Section 408E, p. 309. Proced re: 1. Add 10 drops of DPD solution and 10 drops of buffer solution (or 20 drops combi ed DPD -buffer solution) to a comparator cell. 2. Fill the comparator cell to the 10 -mi. mark with distilled water. 3. With a dropping pipette, add the water sample one drop at a time, allowing mixin until a ed color is formed that matches one of the color standards. 4. Record the total number of drops used and the final chlorine reading obtained (th is, the hlorine reading of the matched standardl. 5. Calculate the milligrams per litre of free residual chlorine as follows: mg/L Chlorine �cal ing > 200 II drops of sample SEC Se to use, ION A.2: HIGH -RANGE CHLORINE TEST KITS eral manufacturers produce high -range chlorine test kits that are inexpensive, easy nd satisfactory for the precision required. 11 11 Sulfur Dioxide (S02) Sodium Bisulfate (NaHS0t 1. Che 2. Ch of the chemi Table B.1 1' Concentrat APPENDIX B Disposal of Heavily Chlorinated Water This appt•ndix is for information only and rs not a part of A it"WA 0651. ck with Iocal sewer department for conditions of disposal to sanitary sewer. trine residual of water being disposed will be neutralized by treating with one als listed in 'fable B. 1. II unds of Chemicals Required to Neu li ons in 100 000 gal of Water* Residual Chlorin Conccntrat on mg/L 2 10 50 *Except for rest 0.8 1.7 8.3 41.7 1.2 2.5 12.5 62.6 e Various Residual Chlorine Sodium Sulfite gNa2SO'l 1.4 2.9 14.6 73.0 ual chlorine foncentration, all amounts arc in pounds. 12 Sodium Thiosulfate (Na2S20t•5H20) 1.2 2.4 12.0 60.0 J CONSTRUCTION SPECIFICATIONS MI H.T. HYDROSTATIC TESTING 1. SCOPE: The work consists of the hydrostatic testing of water distribution lines. Pressure tests and leakage tests shall be conducted concurrently. The Contractor shall provide all required equipment, materials and labor. The Engineer shall witness tests. 2. GENERAL A. The Contractor shall notify the Engineer in writing 48 hours in advance of all hydrostatic testing. B. No tests shall be conducted until at least 7 days have elapsed after the last concrete thrust restraint has been cast. When approved by the Engineer a thirty-six hour minimum elapse time may be allowed if high -early -strength cement is used in thrust blocks. C. No allowance shall be made for pressure reductions accomplished by means of pressure reducing valves or other mechanical means. D. Prior to tests, inspect valves within the test section to make sure they are fully open. When fire hydrants are in the test section, the test shall be conducted with the hydrant main valve closed and the hydrant isolation valve open. 3. PRESSURE TEST A. Preparation. 1 Slowly fill the pipe section to be tested with water. Remove all air from the test section. Install corporation cocks at high points to evacuate the air if permanent air vents are not located there. The pipe filled with water shall stand a minimum of 24 hours prior to the hydrostatic pressure test, if cement mortar lined pipe is bein tested. i B. Test pressure. 1. The test pressure shall be 150% the working pressure measured at the highest elevation of the pipeline test section or the working pressure plus 50 psi, whichever is greater 2. Pressure shall be maintained within +5 psig of the required test pressure for at least 2 hours. 3. CAUTION: Contractor shall isolate test sections such that the test pressure at the lowest elevation in the test section is the minimum rating for the valves or 150 psi, whichever is less. HT -1 JEROME GAMBA & ASSOCIATES, INC. QONSULI1NG ENGINEERS & LAND SURVEYORS 4. LEAKAGE TEST T A. Definition: Leakage is the quantity of water that must he added to the pipeline to maintain pressure within 5 psi of the specified test pressure after the air has been expelled and the pipe is filled with water. B. Maximum allowable leakage: k L = ND IT- H 7,400 where: L = maximum allowable leakage in gallons N = number of joints in the length of pipeline tested D = nominal pipe diameter in inches P = average test pressure during the leakage test in psig H = number of test hours 1. When testing' against closed metal -sealed valves, an additional leakage per closed valve of 0.0078 gal/hour/inch of nominal valve size will be allowed. 2. Certainteed C-900 couplings with two gaskets shall be counted as one joint and not as two. 5. ACCEPTANCE A. Acceptance of the work shall be based on the successful completion of the hydrostatic tests. B. The contractor shall locate and repair defective materials and joints if the tests disclose leakage greater than that specified. C. Tests shall be repeated until the leakage is within the permitted allowance. D. All visible leaks shall be repaired re ardless of the amount of leakage. 6. Measurement and Payment The successful completion of the Project shall be dependent upon satisfactory compliance with the intent of this section. There shall be no extra payment for this Work, but it is construed to be a part of all phases and items of the Work involved in the Project. HT -2 1 AMBA & ASSOCIATES, INC. U1NG ENGINEERS & LAND SURVEYORS rpt CONSTRUCTION SPECIFICATIO SERVICE CONNECTIONS, SERVICE LINES, MET kS i OR AND APPURTENANCES 1. Scope. The work consists of the furnishing of all labor and equipment for and performing the work of the installation of corporation stops, service lines, meters, yokes, meter boxes and pressure reducing valves for services. Unless otherwise specified in SPECIAL CONDITIONS, the contractor shall furnish all materials and supplies for the work. 2. Materials. (a) Saddles --Saddles shall be brass (ASTM B-62 & AWWA C-800) with flattened, silicon bronze straps and brass alloy (ASTM B-62 & AWWA C-800) nuts or stainless steel with double flat stainless steel straps and nuts. Manufactured by Ford or Mueller or equal. (b) Corporation Stops --Corporation stops shall be all brass construction (AWWA C-800) with threads suitable for the coupling or saddle to which the connection is being made, and shall be Mueller H-15008 or Ford F-1000, no substitutes. (c) Service Lines --Service lines shall be Type K copper, soft, meeting ASTM B88-62 for service lines from 3/4 inch to 2 inch. Service connections larger than 2 inch shall be considered water mains and shall be as specified under the applicable sections. All copper service line connections shall e compression joints, or silver soldered joints. (d) Curb Stops --Curb stops shall be Mueil "B" 44 Ball valve, no substitutes. (e) Valve Boxes for Curb Stops-- Valve boxes Mueller buffalo pattern or equal. ly�� (f) Meters --Meters shall be Rockwell SR, SR2 or compound with ECR touch -read pad. (g) Pressure Reducing Valve --Pressure reducing valves (PRV) for service lines shall be Cash -Acme Type EB -74 (1/2" through 1") or, Type EB -86 (1-1/4" through 2"0 or approved equal with a range of adjustment of discharge pressure from 20 to 70 psi. (h) Isolation Valves --Isolation valves shall be brass, ball type valves similar or equal to (d) curb stops. H-1504 or Ford Model for curb stops shall, 3 Service Connection Installation (a) Service connection bury shall be at the depth called for on the plans and/or in the SPECIAL CONDITIONS specifications. W SERVICE 1 GAMBA & ASSOCIATES, INC. NG ENGINEERS & LAND SURVEYORS (b) A gooseneck shall be formed in the copper service line at the corporation stop. The Tap angle of the corporation stop shall be 22 1/2 deg. from the horizontal. The top of the gooseneck shall not be higher than the top of the water main. (c) The curb stop shall be located in an accessible location at the property line, adjacent to a right-of-way or easement. If a service connection is not to be immediately connected, the end location of the unconnected service shall be marked with a 4"x4"x 4 foot wooden post. The top of the post shall be painted light blue and the post shall be set vertically over the end of the service with the top two feet exposed. (d) The meter installation shall be in a freeze -proof, convenient and easily accessible area. If a meter is located in a crawl space, an access hatch is to be provided within 10 feet of the water meter. A telephone jack must be installed within five feet (5') of the meter to provide for future automated meter reading. (e) A pressure reducing valve is required on all services and shall be installed ahead of and adjacent to the meter. (f) Isolation valves of service line size shall be installed ahead of the pressure reducing valve (PRV) and after the meter (i.e. valve, PRV, meter, valve). (g) The touch -read pad shall be located on the front of the building, five feet (5') above ground in an all weather accessible location and connected to the meter installation with signal wire. 4. Pipe Bedding and Trench Backfill (a) All trenches shall be backfilled immediately after service pipe and fittings have been installed and inspected. (b) All trench backfill shall be free of frozen material, stumps, roots, brush, or other organic material, cinders or other corrosive material, debris and rocks greater in size than those noted in paragraphs (c) and (e) below. (c) Pipe bedding material placed around and up to a point six inches (6") over the pipe shall consist of select earth, sand, or fine gravel free from clods, lumps of frozen material or stones larger than 3/4 inch in their maximum dimension. In the absence of bedding material noted above, the bedding shall consist of granular material defined as well graded crushed stone or gravel meeting ASTM C33, gradation 67 (3/4 to No.4), or crushed rock or gravel with 95% passing 1/2" sieve and not more than 5% passing No. 4 sieve. Itl1 (d) The pipe bedding material shall be placed around the pipe by hand and compacted by hand tamping. Water settling of the trench backfill will not be allowed, and the addition of water shall be limited to that required for optimum compaction. W SERVICE 2 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 1 11111 i'i� Mt] (e) After the select pipe bedding material has been placed and, compacted as called for above, the remainder of the trench shall!, be backfilled. All backfillmaterial shall be free from cinders, ashes, refuse, organic and frozen material, boulders of other unsuitable material. From one foot above the pipe to a point 24 inches below the surface or road subgrade, stones which do not exceed 15 inches in maximum dimension may be included in the backfill. 5. Compaction Materials used for backfill shall be placed in the trench in layers suitable to the equipment used for compaction, wetted to optimum moisture content if necessary and compacted to the following minimum densities relative to Standard Proctor (ASTM (a) 100% for: subgrade under footings, foundations or structures, subgrade under paved and shoulder slopes of State highways and top; 2 feet of paved areas, sidewalks and other areas to received pavement, all bedding and backfill of pipelines in berms or dams which are intended to retain standing water on one or both sides. (b) 95% for: subgrade under gravel roadways, pipe trench barrier material, trench backfill and bedding below 100% compacted top. D698 or AASHTO T-99) optimum density. (c) 90% for: sodded or lawn areas and fields. (d) equal to density of undisturbed adjacent material for: field! areas as directed by the engineer. (e) Where granular materials are used in lieu of cohesive soils, ASTM D2049 shall apply and above percentages shall be reduced by 15% to arrive at relative density. (f) Field density tests to determine compliance with compaction requirements shall be made by methods meeting the following standards: ASTM D2922 (Nuclear), ASTM D1556 (Sand Cone) or ASTM 2167 (Rubber-Balloon)I.. I�I 6 Measurement and Payment 1 Measurement will be made by counting the number of units installed and payment will be made at the contract unit price(s) tabulated in the Bid Schedule.,o., W SERVICE 3 N 1 JEROME GAMBA & ASSOCIATES, INC.; CONSULTING ENGINEERS & LAND SURVEYORS? CONSTRUCTION SPECIFICA 11l1 ONS P.C.C. PORTLA EMENT CONCRETE 1. Scope 1' The work consists of the construction of Portland cement concrete structures and street pavement including all materials and labor necessary for the designed structures or pavement. 2. Materials HI I' (a) Cement. Cement shall conform to ASTM C 150, C 175 or C 595. The cement supplier shall submit to the Engineer a certification that the cement used on the project conforms to the applicable specifications with complete mill analysis. The following table illustrates the type of cement which shall be used for particular structures; TYPE IA --Slabs, pavement, sidewalks, driveways, curbs and gutters. TYPE II Pipeline encasements TYPE I, II, or III Thrust blocks, vaults, cut-off walls (b) Aggregate. Shall conform to ASTM C 33. Fine aggregate in the sieve size range of 3/8" to #100 shall comprise 34% to 39% by weight of the total aggregate and shall conform to AASHTO M-6. The coarse aggregate in the sieve size rang 1-1/2" to #4 shall conform to AASHTO M-80 fl II (c) Admixtures. Air entraining admixtures shall conform to ASTM C 260. Type A water reducing admixtures (normal setting) shall conform to ASTM C 494 and may be used when air temperature is between 40 and 80 degrees F. Type D water reducing admixtures (retarders) shall conform to ASTM C 494 and may be used when air temperature is over 80 degrees F. Type E water reducing admixtures (accelerating) shall conform to ASTM C 494. Fly -ash shall conform to ASTM C 618 and when fly -ash is used, the proportions of materials shall be determined in accordance with the American Concrete Institute (ACI) Standard 318-77 Section 4.2. (d) Materials for curing concrete. These materials shall be liquid membrane curing compound (white) conforming to ASTM C 309, or sheet material conforming to ASTM C171. (e) Joint filling compound. Where joints are required to be filled, material shall be hot poured rubber asphalt joint filling compound conforming to AASHTO-M-173 or Federal Specification SS -S-164 or SS -S -1401a. (f) Water. If water quality is questionable, it shall be tested in accordance with AASHTO-T-26. PCC -1 IN JE o MBA & ASSOCIATES, INC. NG ENGINEERS & LAND SURVEYORS 3. Proportioning cement air content coarse aggrega 470 pounds peer 4iI is yard minimum 5% to 8% lIt 1-1/2 inch maximum, but not greater than one-fourth of the thickness of the slab or structure wall. slump 2 to 4 inch maximum for surface vibrated or 1 to 3 inch maximum for internally vibrated. 4. Strength Required All concrete shall have a specified compressive strength of 4000 psi at 28 days. Conformance to strengtjrequirements shall be determined by ASTM C 94 Section 16.5.1. 1 5. Applicable Standards (a) "Specifications for Structural Concrete for Buildings" ACI 301. (b) "Building Code Requirements for Reinforced Concrete" ACI 318. (c) "Standard Specification for Ready Mixed Concrete" ASTM C 94 or ACI 304. 6. Reinforcement Steel All reinforcement steel bars shall confor 616 or ASTM A 617, Grade 60. 7. Mixing and Hauling All ready -mixed concrete shall meet the requirements of either ASTM C 94 or AASHTO-M-157. The maximum elapsed time from time water is added to the mix until the concrete is in place shall not exceed 1.5 hours when concrete is transported in revolving -drum truck bodies. ASTM A 615, ASTM A , 8. Forming The subgrade or subbase under the forms shall be compacted and cut to grade so that the forms when set will be at the required elevation. Forms shall be of such configuration as to produce the structure or pavement shown on the plans. They shall be of such strength and so secured as to resist the pressure of the concrete when placed and the impact and vibration of any equipment which they support, without springing or settlement. The method of connection between form sections shall be such that the joints shall not move in any direction. The maximum deviation of any final structure surface shall not exceed 1/4 inch in 10 feet. Forms shall be capable of being removed without causing damage to the structure or pavement. Flexible or curved forms of proper radius shall be used for pavement curves of 100 feet radius or less PCC -2 1� JEROME GAMBA & ASSOCIATES, INC,, CONSULTING ENGNEERS & LAND SURVEYORSi! When concrete is to be placed against rock, t be scaled and cleaned with a high press e loose material. e rock surface shall hose to remove all N All forms shall be cleaned to remove all mortar, grout or other foreign material from the surfaces and oiled prior to each use. Form oil shall be light colored paraffin oil, or other non -staining material. For exposed surfaces not in contact with earth backfill, acceptable chemical release agents are Protex Industries "Pro -Cote", Symons Corp., "Magic Kote", L & M "Debond" or equal. Form ties shall be commercially manufactured, permanently embedded type with removable ends for all exposed surfaces. The permanently imbedded portion of the tie shall terminate not less than one inch from the face of the concrete. Chamfer strips shall be placed in forms to bevel salient edges and concrete corners of exposed surfaces, except for the top edges of walls and slabs which are to be tooled. Unless otherwise noted on the Drawings, bevels shall be 3/4 inch wide. Forms shall remain in place a minimum of 12 hours after concrete is placed. The edge of previously placed concrete as grade for a road pavement slab. section may be used 9. Placing The concrete shall be deposited in the structure forms or on the pavement grade in such a manner as to require as little rehandling as possible. Necessary hand movement or placement of concrete shall be done with shovels, not rakes. All reasonable care shall be taken to prevent any segregation of the concrete materials. Workmen shall not be allowed to walk in freshly mixed concrete with boots or shoes which are coated with earth or foreign substances. `` 11 10. Vibrating The concrete shall be thoroughly consolidated throughout by means of vibrators inserted in the concrete.M Vibrators shall not be permitted to come in contact a joint assembly or the subgrade. Vibrators shall not be used to drag the concrete into place and shall not be operated longer than 10 seconds in one place. 11. Job Conditions Concrete shall not be placed during rain, protection is provided to prevent preci it concrete mix. PCC -3 now or sleet unless on from entering the JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS do LAND SURVEYORS N (a) Cold Weather Concreting. The work shall conform to the specifications of ACI 306, "Recommended Practice for Cold Weather Concreting". The Temperature of concrete when placed shall not be less than that shown in the following table. Air Temp. F 30 to 45 0 to 30 below 0 Minimum concrete temp. F in sections with least dimensions Under 12 inches 12 inches & over 60 65 70 50 55 60 Temperature of concrete when placed shall n t exceed 85 F. Prior to placing concrete, all ice, snow, surface and subsurface frost shall be removed from surfaces to be in contact with new concrete and said surfaces shall be at least 35 degrees F but less than 90 degrees F. 1h1 1, Concrete shall be protected from freezing during the specified curing period. Heated enclosures shall provide adequate protection of corners, edges and thin sections. Heating units shall not heat or dry concrete, or during the first 24 hours, expose the concrete to exhaust gasses containing carbon dioxide. I (b) Hot Weather Concreting. The work shall conform to specifications of ACI 305, "Recommended Practice for Hot Weather Concreting". Temperature of concrete when placed shall not exceed 85 F. Forms and reinforcing steel shall be cooled to a maximum of 90 F with water spray prior to placing concrete. Concrete shall not be placed when the actual or anticipated evaporation rate equals or exceeds 0.20 pounds per square foot per hour, as determined by Figure 2.1.4 of ACI 305. Approved set retarding and water reducing admixtures may be used when ambient air temperature is 90 F or above to offset the accelerating effects of high temperature. 11. Measurement and Payment Measurement shall be made by computing the volume contained within the designed or field modified and approved structure. Payment shall be made at the contract unit price per cubic yard for completed concrete structures or pavement. it JER E GAMBA & ASSOCIATES, INC. NG ENGINEERS & LAND SURVEYORS CONSTRUCTION 1. Scope The work consists of furnishing and installing a vacuum operated, solution feed type, direct cylinder mounted gas chlorinator complete with booster pump, tubing and miscellaneous equipment. CIFICATION CHL CHL R SYSTEM 2. Materials and Installation Chlorinator --the chlorinator system shall be ADVANCE SERIES 480 by CAPITAL CONTROLS COMPANY, INC., model 481C1 or approved equal. The chlorinator shall have a maximum capacity of 100 pounds per day of chlorine feed per day. The chlorinator system shall be complete with 1 vacuum regulator with chlorine gas flowmeter and rate valve, a chlorine Supply indicator and vent, 25 feet of vacuum and vent tubing with screen, and 1 ejector/diffuser with 10 feet of flexible rubber hose. Water Booster Pump --the water booster pump shall be GOULDS, 1/2 hp, 115/230, Model H B 05 or approved equal. Water Pressure Gauge --one water pressure gauge will be installed on each sides of the chlorine ejector as shown on the plan. The gauges shall register um to 200 psi in increments of 5 psi. The gauges shall be RYAN HERCO, Plast -O -Matic #5342 PVDF-030 or approved equal Ball Valve --the ball valve shall be RYAN HERCO True Union, Type 346 #5016-010 or approved equal. The ball valve shall be resistant to saturated chlorine solutions. Exhaust Fan --the exhaust fan shall be mounted as shown in the plans. The exhaust duct must take in air for exhausting at a point no more than 6 inches above the floor of the chlorine room. A louvered fresh air supply intake grille shall be located at ceiling level as illustrated in the plans. This exhaust system shall be capable of exhausting 110 cubic feet of air per minute from the chlorine room. The exhaust fan shall be wired to automatically activate when the light switch is turned to the "ON" position. The light switch shall be located outside the door to the chlorine room. Additionally, a pressure type switch shall be located to activate the exhaust fan when the door is opened. 111Chlorine Cylinder Scale --a scale shall be poided capable of weighing a single chlorine cylinder. li Chlorine Cylinder safety restraint --safety restraints shall be provided for the chlorine cylinder on the scale and for one spare cylinder. The restraints shall be capable of preventing tipping of the chlorine cylinders and shall not result in incorrect readings on the scale. CHL -1 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS Gas Mask --a canister type gas mask of a type approved by the U.S. Bureau of Mines must be provided and stored in a wall mounted cabinet in the metering and control room. Window in Door --the door shown in the plans for the chlorine room shall be equipped with a one -foot square "one light" window. The center of the window shall be approximately 65 inches above the floor of the room. Wall heater --the wall heater shall be installed as shown on the plans and shall be CHROMALOX HS022, 4,200 BTU, 120v, 1250w with integral thermostat or equal. 3. Operation and Maintenance Instructions The contractor shall furnish to the owner, 3 sets of operation and maintenance manuals of instructions for all mechanical and electrical equipment including electrical schematic drawings and pump operating curves. 4. Measurement and Payment This work shall be paid for chlorinator system. 11 1� 1 at the lump sum,unit price bid for CHL -2 JEROME GAMBA & ASSOCIATES, INC. ONSULTING ENGINEERS & LAND SURVEYORS CONSTRUCTION SPECIFICATION E. E VATION 1. Scone The work shall consist of the excavatrequired by the drawings and specification and disposal .f the excavated materials. 2. Classification Excavation will be classified as common cavation or rock excavation in accordance with the followi • 1efinition or will be designated as unclassified. Common excavation shall be defined as the excavation of all materials that can be excavated, transported, and unloaded by the use of heavy ripping equipment and wheel tractor -scrapers with pusher tractors or that can be excavated and dumped into place or loaded onto hauling equipment by means of excavators having a rated capacity of three cubic yards and equipped with attachments such as shovel, backhoe, bucket, dragline or clam shell) appropriate to the character of the materials and the site conditions. MII I Rock excavation shall be defined as the ex aviation of all hard, compacted or cemented materials the accomplishment of which requires blasting or the use of excavators larger than defined for common excavation. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials otherwise conforming to the definition of common excavation shall be classified as rock excavation. Excavation will be classified according to the above definitions by the engineer, based on His judgment of the character of the materials and the site conditions. The presence of isolated boulders or rock fragments larger than one cubic yard in size will not in itself be sufficient cause to change the classification of the surrounding material. For the purpose of this classification, the following definitions shall apply: Heavy ripping equipment shall be defined as rear -mounted, heavy duty, single -tooth, ripping attachment mounted on a tractor having a power rating of at least 300 horsepower (at the flywheel). Wheel tractor -scraper shall be defined as„a, self -loading (not elevating) and unloading scraper havingjl, s ruck bowl capacity of 12 to 20 cubic yards. E-1 MBA & ASSOCIATES, INC. NG ENGINEERS & LAND SURVEYORS Pusher tractor shall be defined as a trac a power rating of at least 300 net horspo equipped with appropriate attachments. ' 111 3. Unclassified Excavation Items designated as "Unclassified Excavatio ' shall include all materials encountered regardless of their nature or of the manner in which they are removed. When excavation is unclassified, none of the definitions or classifications stated in Section 2 of this specification shall apply. tractor having t the flywheel) 4. Blasting The transportation, handling, storage, and use of dynamite and other explosives shall be directed and supervised by a person of proven experience and ability in blasting operation and who shall be currently licensed and/or permitt'd for such work by all prevailing government agencies. 1 Blasting shall be done in such a way as prevent damage to the work or unnecessary fracturing of the undation and shall conform to any special requirements led for in the specifications. 5. Use of Excavated Materials To the extent that they are needed, all suitable materials from the specified excavations shall be used in, the construction of required permanent earth fill or rock fill. The suitability of materials for specific purposes will bei4etermined by the engineer. The contractor shall not waste jj!DD otherwise dispose of suitable excavated materials. 6. Disposal of Waste or Surplus Materials All surplus or unsuitable excavated materials will be designated as surplus or waste and shall be disposed of at the locations shown on the plans and/or staked in the field by the engineer. 7. Bracing and Shoring Excavated surfaces too steep to be s e and stable if unsupported shall be supported as necessary to safeguard the work and workmen, to prevent sliding or settling of the adjacent ground, and to avoid damaging existing improvements. The width of the excavation shall be increased if necessary to provide space for sheeting, bracing, shoring and other supporting installations. The contractor shall furnish, place and subsequently remove such supporting installations. 0' 4 E-2 ik JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 8. Structure and Trench Excavation Structure and trench excavation shall be completed to the specified elevations and to sufficient length and width to include allowance for forms, bracing and supports, as necessary, before any concrete forms, concrete, pipe, or other structures for which the excavations are iritended are placed in the excavation. 9. Borrow Excavation; ri When the quantities of suitable mate specified excavatio is are insufficient specified fills, additional materials sh the designated borrow areas. The extent pits shall be as directed by the engineer.fll Borrow pits shall be excavated and finall to eliminate steep or unstable side slopes or unsightly conditions. 10. Overexcavation Excavation in rock beyond be corrected by filling i ials obtained from construct the 11 be obtained from and depth of borrow II I dressed in a manner or other hazardous the specified line's and grades shall the resulting voids with portland cement concrete made of materials and mix proportions approved by the engineer. Concrete of this nature that will be exposed to the atmosphere when construction is completed shall contain not less than 6 sacks of cement per cubic yard of concrete. Concrete that will be permanently covered shall contain not less than 4 1/2 sacks of cement per cubic yard. The concrete shall be placed and cured as called for by the engineer. Excavation in earth beyond the specified lines and grades shall be corrected by filling the resulting voids with approved compacted earth fill, except that earth that is to become the subgrade for rip -rap, rock fill, sand and gravel fill, or drain fill may be filled with material conforming to the specifications for the rip -rap, rock, sand and gravel or drain material. 11. Measurement and Payment The work shall be paid for at the contract unit prices bid for the respective classifications and types of excavation. Quantities for payment shall be measured and computed to the nearest cubic yard by the method of average cross-sectional end areas. Regardless of quantities excavated, the measurement for payment will be made to the specified pay limits, except that excavation outside the specified lines and grades directed by the engineer to remove unsuitable material will be included, but only to the extent that the unsuitable condition is not a result of the contractor's operations. E-3 1 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGNEERS & LAND SURVEYORS I���, 1 The pay limits shall be as designated on not designated, the upper limit shall be surface as it existed prior to the st operations except that where excavation areas designated for previous excavation limit shall be the modified ground surface specified previous excavation or fill. Payment for each type and class of excavat contract unit price shall constitute full all labor, materials, equipment and all of and incidental to the performance of the w he drawings, or if he original ground t of construction performed within k. fill the upper �epulting from the made at the mpensation for items necessary k, except that extra payment for backfilling required overexcavation will be made in accordance with the following provisions: payment for backfilling overexcavation, as specified in Section 10 of this specification, will be made only if the excavation outside specified lines and grades is directed by the engineer to remove unsuitable material and :if the unsuitable condition is not the,result of the contrac or's operation. E-4 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS CONSTRUCTION SPECIFICATION F. E 1. Scope The work shall consist of the constructio and other earth fills required by specifications. I 2. Materials All fill materials shall be obtained fro and designated borrow areas. The select and disposition of materials in the ya subject to approval by the engineer. Fill materials shall contain no sod,b perishable materials. Rock particles 1a size specified for each type of fill sha compaction of the fill. The types of materials used in the va3i listed and described in the specification- ad 3. Foundation Preparation Foundations for earth fill shall be str'pped to remove vegetation and other unsuitable materials car s1 all be excavated TH ILL oe arth embankments the drawings and enquired excavations n,(( tending, routing ots fills shall be e s f roots or other han the maximum removed prior to lls shall be as drawings. as specified. Except as otherwise specified, earth foundation surfaces shall be graded to remove surface irregular$ties and shall be scarified parallel to the axis of the fill or otherwise acceptably scored and loosened to The moisture content of the controlled as specified for the materials of the foundation shall the first layer of earth fill layers of earth fill. a minimum depth of 6 inches. loosened material shall be earth fill, and the surface be compalcted and bonded with as spec fed for subsequent NI Earth abutment surfaces shall be free o earth in excess of 2 inches in depth nor shall be at such moisture content that t compacted against them to effect a good b and the abutment. odse, uncompacted a to the slope and e e rth fill can be n between the fill Rock foundation and abutment surfaces shall be cleared of all loose materials and shall be free of standing water when fill is placed upon them. Occasional rock outcrops in earth foundations for earth fill, shall not require special treatment if they do not interfere with compaction of the foundation or placement and compaction of layers of the fill. Foundation and abutment surfaces F-1 shall not be 111 steeper than JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 1 1/2 horizontal t Test pits or other earth fill conformin to be placed upon th 4. Placement Fill shall not be foundation preparati has been inspected not be placed upon frozen material be i Fill shall be place thickness of each la maximum thickness sp piles or windrows s the specified thickn fill including fil tampers, shall be compaction does not layers of fill compa Fill placed adjacent which will prevent d structures to assu uniformly. The hei shall be increased a of the structure. If the surface of a proper bond with th parallel to the axis inches before the ne The top surfaces approximately level cross -slope of not insure effective dr Embankments shall b where openings t specifically called 5. Control of Moist During placement an of the materials b specified range. vertical unle vities shall be f o the specifica.' o oundation. ced until the req have been complfte approved by th e. frozen surface, Ino rporated in the i1' n approximately hor before compaction fied Materials l be spread unifor before being corppa compacted by mann ced in layers who eed the maximum th d by manually direc structures shall ge.to the structur the loads from the of the fill adja pproximately the s layer becomes too ucceeding layer,, i the fill to a dep_ layer is placed. f embankments s -a in.g construction, epc s than 2 percent s 1 age and except as o onstructed in con facilitate othe in the plans and s Content ompaction of fil placed shall bi F-2 r ise specified. d with compacted o the earth fill d excavation and d the foundation eer. Fill shall all snow, ice or t 1 layers. The 1 not exceed the e by dumping in t not more than Hand compacted directed power t ickness before ess specified for power tampers. laced in a manner nil will allow the 1gradually and to a structure r.te on all sides d a f and smooth for 1 be scarified not less than 2 1 be maintained pt that a crown or •e maintained to ae wise directed. yup layers except o struction are if cations. moisture content awned within the ARIBA & ASSOCIATES, INC. L11NG ENGINEERS & LAND SURVEYORS The application of accomplished at the may be applied by s the fill, if necessa obtained by discing, compaction of the la Material that is to either removed or b prior to compaction. If the top surface o a foundation or abu the fill becomes to scarified and moiste content prior to pla 6. Compaction Earth fill shall requirements. Each necessary to make th the minimum density the portion of th particle size used otherwise specified, optimum standard pro Fill adjacent to st equivalent to that tamping or by man vibrators. Heavy eq of any structure. within 5 feet of an weights operating fr The passage of heav type of conduit unt placed to a height e 2 feet which ever is Compacting of fill a until the concrete engineer for this pu compression testing this purpose and cur in ASTM Method C 31 into service. 1 E j ater to the fi row areas insofa nkling the mater Uniform moistu ading or other a et when deposit ried to the so he preceding 14 ntsurface in t ry to permit su by sprinkling tea ent of the next e=ials shall be aeticable. Water f er placement of r bution shall be ethods prior to compacted accor•in ayer of fill Oa ensity of the fill ecified. The fill fill material fi41e the compaction tes e minimum densit s I ✓ density. tures shall be jc.o the surrounding i ly directed pe; ►ent shall not be o orating rollers !sh ructure. Compact s crane or hoistiwi quipment shall rot the backfill above 1 to 1/2 the di e tater. cent to structu attained the st se. The streng test cylinders at, the work site, determining wh F-3 p fill shall be oisture content mpacted fill or f contact with nd,it shall be ptable moisture fill. the following compacted as x not less than is defined as n the maximum cified. Unless e 95 percent of et to a density by means of hand a Pers or plate t d within 2 feet of be operated by means of drop of be permitted. allowed over any Conduit has been of the conduit or 11 not be started Opecified by the e determined by he engineer for anner specified cures may be put A v1BA & ASSOCIATES, I NC. A]1NG ENGINEERS & LAND SURVEYORS When the required stt described above, co shall not be starte elapsed after placerru Structure Retaining walls and Walls backfilled on simultaneously Precast, bedded cond 3 cath of the concri:et Ction of fill Ad ntil the followg of the concrete; nterforts h sides ent of Defective ies lower tha ure contents ,moisture con irements of the quirements or he replacement which it is to of this specif placement, 7. Removal and Repla i Fill placed at den density or at mo acceptable range conforming to the r reworked to meet the an acceptable fill. abutment surfaces up, to all requirement preparation, appro compaction. 8. Testing During the course o tests as are requi compaction character to determine density by the engineer wil to the requirements intended to provide him for the proper e. shall not relieve t4 tests for that purpo' 9. Limits of Contrac Unless otherwise spec approved by writte? contractor shall i boundaries defined "clearing and grub' When necessary, si 3 i 3 i h t e 0 1 he work, the engine to identify mate $.cs , to determif fill in place; used to verif'►IIth ‘he specificatidns contractor with in ution of the work contractor of t Work Activity ied in the plans: a authorization from fine all work a the construction g "excavation" a for material ;an F-4 not specified as nt to structures e intervals have Interval 14 days days day p cif ied minimum the specified otherwise not c tions shall be aid replaced with dJ foundation and ced shall conform for foundation el content and wf.11 perform such s, to determine ttire content, and e tests performed the fills conform uch tests are not anion required by their performance ssity to perform specifications or hej engineer, the i y within the k s which define r "earth fill". gUipment storage A IBA & ASSOCIATES, I NC. ENGINEERS & LAND SURVEYORS outside the work a ea will be designate, by the engineer. Destruction of construction stakes through careless activity of the contractor shall result in replacement of the stakes at the expense of the contractor. The engineer shall be the sole judge of whether construction stakes were lost through normal activity or carelessness. 10. Measurement and Payment Payment for each type and class of earth fill shall be made at the contract unit price for the specific terials computed to the nearest cubic yard by the method of ave age cross-sectional end areas. Unless otherwise specified, noodeduction in volume will be made for embedded conduits and appurtenances. The pay limits shall be as defined below), with the further provision that earth fill required to fill voids resulting from overexcavation of the foundation, outside the specified lines and grades, will be included in the measurement for payment only where such overexcavation is directed by the engineer to remove unsuitable material and where the unsuitable condition is not a result of the contractor's operations. The pay limits shallbe as designated on the drawings, and if not shall be the measured surface of e foundation when approved for placement of fill and the sp cified neat lines of the fill surface. ��I ISI ll i Payment for each type and class of earth ill at the contract unit price shall constitute full compensation for all labor, materials, equipment and all other i' ems necessary and incidental to the performance of the wk 1 F-5 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 1 l NP i iWi i L I i CONSTRUCTION SPECIFIC ON CMP. CORRUGATED 1. Scope The work shall consist of furnishing and arched or eliptical corrugated metal fittings. Ii AL PIPE CONDUITS la ing circular, B and necessary 2. Materials Pipe and fittings shall conform to the requirements of the following specifications: ASTM A 444, AASHO M 36, AASHO M 190, WW P 405b or the most recent revisions thereof. 3. Laying and Bedding the Pipe Unless otherwise specified, the pipe shall be installed in accordance with the manufacturer's recommendations. The pipe shall be laid with the outside laps of circumferential joints pointing upstream and with longitudinal laps at the sides at about the vertical midheight of the pipe. Field welding of corrugated galvanized iron or steel pipe will not be permitted. Unless otherwise specified, the pipe shall be firmly and uniformly bedded throughout its entire length to the depth and configuration shown on the drawings. Perforated pipe shall be laid with the perforations down and oriented symmetrically about a vertical center line. Perforations shall be clear of any obstructions as the pipe is laid. The pipe backfill bedding. ilf- - shall be loa ed sufficiently during the compaction of around the s des to prevent its being lifted from the I 4. Strutting ties shall � When required, struts and horizontal e installed to maintain shape and configuration of the pice during placement and backfilling. Struts and ties shall rens in place until the backfill has been placed to a height cf .5 ;feet above the top of the pipe, or has been completed if t e finished height is less than 5 feet above the top of the pipe, at which time they shall be removed „by the contractor. it 5. Handling the Pipe The Contractor shall furnish such equipment as is necessary to Place the pipe witho, damaging the pipe or coatings. The pipe shall be transported nd handled in such a manner as to prevent brusing, scaling or breaking of the spelter coating or bituminous coating. CMP -1 JEROME GAMBA & ASSOCIATES, INC. CONSUL] NG ENGINEERS & LAND SURVEYORS 6. Repair of Damaged Coatings Any damage to the zinc coatings shall be repaired by thoroughly wire brushing the damaged area to bright metal, removing all loose and cracked coating, removing all dirt and greasy material with solvent, and painting with 'two coats of zinc dust -zinc oxide primer conforming to the requirements of Federal Specification TT -P-641. If the coating is damaged in any individual area larger than 12 square inches, or if more than 0.2 percent of the total surface of a joint of pipe is damaged, then the joint will be rejected. Breaks or scuffs in bituminous coatings that are less than 36 square inches in area shall be repaired by the application of two coats of hot asphaltic paint or a coating of cold -applied bituminous mastic. The repair coating shall be at least 0.05 inches thick after hardening and shall bond securely and permanently to the pipe. The material shall meet the physical requirements called for in AASHO M 190 and WW P 405b. Whenever individual breaks exceed 0.5 percent of the total surface area of the pipe, the pipe will be rejected. 7. Measurement and Payment The work shall be paid for at the specific contract unit prices established in the contract. The quantity of each type, class, size and gage of pipe shall be determined to the nearest 0.1 feet of length. Such payment will constitute full compensation for furnishing, tr sporting and installing the pipe and fittings and all of �r items necessary and incidental to the completion of the wo CMP -2 111 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS CONSTRUCTI 1. SCOPE SPECIFICATION R D. RECORD DRAWINGS The work consist of preparation of project record drawings throughout the course of the project. The purpose of these drawings is to provide informatitp for the preparation of "as -built" drawings of the project. I A. The Contractor wibe provided with add.tional sets of prints of the design plans to use as base maps for record drawings B. The Contractor sh apart from documents 1 store the drawings sed for construction. c. The Contractor shall maintain the record legible condition an in good order. 11 2. RECORDING A. Each drawing sha printed letters. �I at the construction site I documents in a clean, dry, e labeled "DRAWING OF RECORD" in neat large � I B. Information sha be recorded concurrently with construction progress. Work shat not be covered until required information is recorded. C. Marking of Proje Records: Record drawings shall be made with pencil. I D. Drawings shall beIinarked to record actua `onstruction, and shall show: II 1. Field Dimensions, elevation, and details. 2. Changes made by Modification. 3. Details not on original Drawings. 4. Horizontal and vertical locations of underground utilities and appurtenances, referenced to a minimum of two permanent surface improvements. 5. Depths of vari s elements of work in relation to project datum. RD -1 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS 3. SUBMISSION A. At the completion drawings to the Eng containing: �f the work, the Contractor shall submit the eer with a transmittal letter in duplicate 1. Date. 2. Project title and number. 3. Contractor's name, address and telephone number. 4. Title and number of each Record Document. i 5. Signature of Contractor or his authorized representative. 4. MEASUREMENT AND PAYMENT The successful completion of the Project shall be dependent upon satisfactory compliance with the intent of this section. There shall be no extra payment for this Work, but it is construed to be a part of all phases and items the Work involved in the Project. RD -2 Ito 1,0 JEROME GAMBA & ASSOCIATES, INC. �I I I CONSULTING ENGNEERS do LAND SURVEYORS CONSTRUCTION SPE FICATIONS R.G. R 1. Scone of Work Restoration of grounds (also called clean-up) shall be a continuous process from project start-up to Final Acceptance of the work by the engineer. The Contractor shall, at all times, keep property on which Work is in progress free from an accumulation of waste material or rubbish caused by employees or caused by the Work, and he shall cax.ry op a constant program to maintain plant areas, structure sites, rights-of-way, and the surface of streets and roads in a condition satisfactory to the appropriate authority, grantor of the rights-of-way, and the Engineer. Upon completion of the W rk, the Contractor shall remove all remaining rubbish, tools, equipment, scaffolds and surplus materials from the job and leave the Work areas clean and free of debris. Unless other w se provided for in the construction specifications, clean-upi shall include the re -grading, re -surfacing , rebuilding and replacing of all oil, gravel and concrete on roads on which construction took place or affected. It shall also include the regadinq or rebuilding of all borrow pits, borrow ditches, irr.gation ditches and driveways disturbed by the constructioh. Clean-up shall commence as soon as the construction site is occupied and shall be a continuous pro'ess, if necessary; in rder that the site of the work shall ,�4ways have an appear nCeland/or utility equal to that which existed at start of the work. STORAT O, OF GROUNDS 1. Measurement and Payment The successful completion of the Project shall be dependent inte t of this section. nth Work, but it is an _tLms of the Work upon satisfactory compliance with the There shall be no extra payment fo construed to be a part of all phase involved in the Project RG -1 1 JEROME GAMBA & ASSOCIATES, INC. CONSULTING ENGINEERS & LAND SURVEYORS