No preview available
HomeMy WebLinkAboutC03-296 B&B Excavating�.a 's - CONTRACT AGREEMENT PROJECT NAME: Re air Joints / Seal Runway 07/25 THIS AGREEMENT is dated as of the L "&y of the year 2003 by and between Board of County Commissioners Eagle County, Colorado (hereinafter called OWNER) and B &B Excavating, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants set forth, agree as follows: PART 1 - WORK 1.01 CONTRACTOR shall complete all work as specified or indicated in The Construction Documents. The work is generally described as follows: Provide all labor, tools, materials and services to complete sealing of segregated / spalled areas and sealing / repairing joints at Runway 07/25, Eagle County Regional Airport as further described and identified in plans and specifications provided. PART 2 - OWNERS REPRESENTATIVE 2.01 The project is under the authority of the Eagle County Regional Airport Operations of which or his designee, shall be owner's liaison with respect to the performance of the work. PART 3 - CONTRACT TIME 3.01 Work will commence on October 8, 2003 and will be completed on or before October 14, 2003. All work must be performed during hours of runway closure (8:00 PM to 6:30AM). PART 4 - CONTRACT PRICE 4.01 The funds appropriated for this project are equal to or in excess of the contract amount. OWNER shall pay CONTRACTOR for performance of the work in accordance with the Contract Documents in current funds as follows: 4.02 Total base price shall be: $97,898.00 1 CADomments and Setlings\mifm\Lm 1 SettingslTempotery Imernet Fi1ee10LK51Conftw Agre==Ld= 0 CONTRACT AGREEMENT PART 5 - PAYMENT PROCEDURES 0 5.01 CONTRACTOR shall submit Application for Final (lump sum) Payment in accordance with Part 13 of the General Conditions. Application for Payment will be processed by the ENGINEER upon completion and final acceptance of all work as provided in the General Conditions. Due to the short duration of this contract, interim progress payments are not authorized. 5.02 The final payment shall not be made until after final settlement of this contract has been duly advertised at least ten days prior to final payment by publication of notice thereof at least twice in a public newspaper of general circulation published in Eagle County, and the Board of County Commissioners has held a public hearing, thereupon and complied with the Revised Statutes 1973, Section 38 -26 -107 as amended. PART 6 - CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.01 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, work, locality, and with all local conditions, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of the work. 6.02 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. PART 7 - CONTRACT DOCUMENTS The Contract Documents which comprise the entire Agreement, made a part hereof, and consist of the following: 7.01 This agreement 7.02 Bid form 7.03 General Conditions 7.04 Specifications 7.05 Drawings 7.06 Any modifications, including Change Orders, duly delivered after execution of Agreement. There are no Contract Documents other than those listed above. The Contract Documents may only be altered, amended, or repealed by a Modification (as defined in Part 1 of the General Conditions). Due to the short duration of this contract, any suspected / potential changes in contract work, price or duration identified by the CONTRACTOR must be brought to the attention of the ENGINEER immediately for resolution. F? CADocuments and SettingsbseifetsU —d Setungffca otary Internet Files \OLKS\ConUM Agreemeadoe J • • CONTRACT AGREEMENT ARTICLE 8 - MISCELLANEOUS 8.01 The terms used in this Agreement which are defined in Part 1 of the General Conditions shall have the meanings indicated in the General Conditions. 8.02 No assignment by a party hereto of any rights under, or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 ATTORNEY'S FEES: In the event of litigation between the parties hereto regarding the interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit otherwise is brought to recover damages for breach of this Agreement, or an action be brought for injunction or specific performance, then and in such events, the prevailing party shall recover all reasonable costs incurred with regard to such litigation, including reasonable attorney's fees. 8.05 APPLICABLE LAW: This Agreement shall be governed by the laws of the State of Colorado. Jurisdiction and venue of any suit, right, or cause of action arising under, or in connection with this Agreement shall be exclusive in Eagle County, Colorado. 8.06 It is expressly acknowledged and understood by the parties hereto that nothing contained in the Contract Documents shall result in, or be construed as, establishing an employment relationship between the CONTRACTOR and OWNER other that of an independent contractor. No agent, subcontractor, employee, or servant of CONTRACTOR shall be, or shall be deemed to be, the employee, agent or servant of OWNER. CONTRACTOR shall be solely and entirely responsible for its acts and for the acts of CONTRACTOR's agents, employees, servants and subcontractors during the performance of the Agreement. 8.07 The making, execution and delivery of this Agreement by the parties hereto has not been induced by any prior or contemporaneous representation, statement, warranty or agreement as to any matter other than those herein expresses. The Contract Documents embody the entire understanding and agreement of the parties, and there are not further or other agreements or understandings, written or oral, in effect between CONTRACTOR and OWNER relating to the subject matter hereof. 8.08 CONTRACTOR shall not discriminate against any employee or applicant for employment in the performance of this Agreement on the basis of race, color, religion, national origin, sex, or ancestry. 3 QUmcoments and Settings\osedmU. d Settmga \T=p=y Internet MWOLKS\Cont i Ag "miLdw • 0 CONTRACT AGREEMENT IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR, or by ENGINEER on their behalf. This Agreement will be effective on / - , 2003. OWNER: Eagle County Board of CONTRACTOR: B &B Excavating, Inc. County Commissioners low 1. A Address for giving notices: Eagle County Board of County Commissioners P.O. Box 850, 500 Broadway Eagle, Colorado 81631 CLO9dA90 C:\DOcwncnb and SenitW\— MMUAcal Setting\Tagm wy Imem.t Fl9S\0LK5Tmft a A ntdw Address for giving notices: B &B Excavating, Inc. P. O. Box 1729 Edwards, CO 81632 0 111111111111111 GRD UP, • %,,l�� c 3r;s�AR%� '- :� yi � 9� r^'°°= p' O —fit— ?'••....••. The undersigned Bidder, having carefully examined the Bidding Documents, and possessing full knowledge of the terms and conditions undm which the Work must be performed, hereby proposes to execute and perform the formal Agreement set forth in these Bidding Documents of which this Bid Form is a part, and offers to do the Work described in accordance with the terms and conditions set forth and will fi=sh all required materials and equipment, labor, supplies, and other facilities for said Work. In preparing the BID SCHEDULE, Bidder acknowledges: (1) The sum of all Bid items shall be disclosed at the time of Bid opening for purposes of identifying the apparent low Bid. However, the amount of individual line items shall take precedence over the sum, and the unit price of individual line items shall take precedence over line item amounts. The sum of all bid items shall be written in words and in numbers. (2) Lump sum items to be paid based on a Schedule of Values. (3) The amount bid for unit price and lump sum items shall-be full payment for the Work specified in the Bidding Documents for each item included in the Bid Schedule.and.shall include all of Bidder's costs of whatsoever nature. (4) This Bid is genuine and not made in the interest of or on 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; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not, solicited or induced any, pon, firm, or corporatior , to refrain from bidding; and Bidder has not sought by collusi� to obtain for itself any advantage over* any other Bidder. If notified (Notice of Award) of acceptanco of this Bid,; Bidder agrees to execute an Agreement 'for the above -named Work and the above - stated consideration on the form required, within ten (10) calendar days after Notice of Award. Bidder designates the office address stated in this Bid Form as the address to which a Notice of Award may be delivered and to which all office correspondence and notices may be mailed, telegraphed, 64-delivered, unless Bidder is otherwise notified in writing, Bidder agrees that the Work shall coMmenee by the date specified in the Notice to Proceed and shall be completed it, accordance with the ".Contrast Documents. Bidder acknowledges that the Instructions to Bidders have been complied with Iand that the accompanying Bidding Documents have been -carefully examined and considered. Bidder hereby acknowledges and • understands the Bidding Documents and Addenda pertaining to this Work. Bidder certifies that the Bidding Documents are, in its opinion, adequate, feasible, and complete for performing the Work and constructing the Work in a sound and suitable manner for the use specified and intended by the Bidding Doctumetits. III -1 u tero }oa zasdue awe char a � :ot_syaaa�s Bid fl m, am Respectfully Submitted: BID ,FORM Old=809 SW Group, Inc. Company Name: d.b.a. B & B excaMating Submitted By: V AU GA.) eAO<, Date- qllljal SW Group, Inc. Telephone: 4170 Q26 3311 IH-2 U:\Frgjects �=61 I8L_E*q-Cmty—AOPMA7.0i—SpoddcabmWtw BW FmaAm Title: C • 0.0. Fax:—, 92,6 23q4l- x WORPORATE ACKNOWLEDGEMIO STATE OF C OL *4vb County of . CA &Z, On this date: Gf / / /p3 before me appeared: VA06 AS P14CK. to me personally known, who, being by me duly sworn, did say that he is (title): of (company): Menge SW Group, IM d.b.a.13 & B 14(m� a corporation; that the seal affixed to the fore —". instrument is the corporate seal of said corporation; that said instrument was signed and sealed in behalf of said corporation by authority of its Board of Directors; and acknowledged said instrument to be the free act and deed of said corporation. WITNESS MY HAND AND NOTARIAL SEAL the day and year in this certificate first above written. % a� 0 0 0 ® o e ° (Seal) m My commission expires: $AI7 U:\Ptoof ede12YJ. ollkFWe_¢-ih_Aitw117.O SpoaHcdimMew Bid Fm aAw 15& 6�k-� Notary public v t , o or- q o- vs a kn - a � N o � w 10 GO 0 z kn t; in `^ o C> C) a a.a as da t , 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 other entity; (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 undersigned Bidder acknowledges receipt of the following Addenda, which have been considered in preparation of this Bid: No. Dated No. Dated No. Dated No. Dated Dated this I/ day of�P��(�^, 2003 SIGNATURE OF BIDDER: If an Individual: doing business as If a Partnership: (Name of Partnership) by General Partner If a Corporation Oldeasge SW Group, AC• azne, o orpo 'on) (State. of Incorporation) by Title: Cie � • Please Print Name A14AS PlqCV Title: p. G �U• �•irn� V� • eW. Attested by �„ FC . Title: (SEAL) 'R!-.WjeH 0 a 9 t7 Please Print Name J R7" 1�rbsFR5" Title: C3 . ``tit mN; r``��• III -5 U:1Pmjege197736118 F.�le Camty_AGpm\7.01_Sp�flcedmslNew Bid FGMdw (Name of Corporation) (State of Incorporation) 5•. U- WMOcis=61I8 Ee* Comty_AbPOA7.0t Sp=fimdmMa Bid F—.A. I 1 1 1 1 1 1 1 1 1 1 1 1 0 • CONTRACT DOCUMENTS TO REPAIR JOINTS / SEAL RUNWAY 07/25 EAGLE COUNTY REGIONAL AIRPORT IN GYPSUM COLORADO EAGLE COUNTY BOARD OF COMIVIISSIONERS 500 BROADWAY, P.O. BOX 850 EAGLE, COLORADO 81631 -0850 SEPTEMBER, 2003 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID FORM GENERAL CONDITIONS TECHNICAL SPECIFICATIONS MOBILIZATION CDOT PLANT MIX BITUMINOUS PAVEMENT JOINT SEALING FILLER APPENDICES APPENDIX A (CONSTRUCTION OPERATION PLAN) APPENDIX B (SIDA) DRAWINGS 1 -8 • Page I -1 thru I -1 II -1 thru II -4 III -1 thru III -6 IV -1 thru IV -24 V -1 thru V -1 VI -1 thru VI -9 VII -1 thru VII -4 U:1Pmjecta\M36118_Hegla Commty_AhWA7.01 Specifications \TOC.doc 0 0 F-j 1 �1 F 1 r, 1 • INVITATION TO BID (SECTION 00020) Engineer: Owner: URS Corporation Eagle .County Board of Commissioners 8181 E. Tufts Ave P. O. Box 850, 500 Broadway Denver, CO 80237 Eagle, CO 81631 -0850 ' Sealed bids will be received by the Office of the Airport Manager (ARRF Building, 0219 Eldon Wilson Road, Gypsum, CO 81637) until 11:00 AM (local time), September 11, 2003. Bids received after this time will not be accepted and will be returned unopened. At said place and time, and promptly thereafter, all bids that have been duly received will be opened publicly and read aloud. All interested parties are invited to attend. The Owner reserves the right to reject any and all bids and to waive irregularities or informalities in any bid. The work to be performed generally includes: All labor, tools, materials and services to complete sealing of segregated/spalled areas and sealing/repairing joints at Runway 07/25, Eagle County Regional Airport Gypsum, Colorado. Sealant to be provided by Owner. Project will commence no later than Sept 19, 2003 and be completed by October 9, 2003. Efficiency and the ability to meet deadlines will be integral to a successful project. Two copies of the Drawings and Project Specifications for use in preparing Bids will be provided by the Owner. A site visit may be arranged by contacting the Engineer at 303 - 796 -4721. 1 u 1 I -1 I.111.jeUg12223611E_F.f�le Comtr_Ait�ml7.ol SpeciBmd®s100020 invke m DMdjd ,*.noc 0 0 1 1 r, u INSTRUCTIONS TO BIDDERS IU -. p Jogs12T1961I8 We Co®4y_Ahpm17.01_SpWn=ims\ Shoc doo 0 0 INSTRUCTIONS TO BIDDERS (SECTION 00100) Engineer: Owner: URS Corporation Eagle County Board of Commissioners 8181 E. Tufts Ave P. O. Box 850, 500 Broadway Denver, CO 80237 Eagle, CO 81631 -0850 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 Two complete copies of the Drawings and Project Specifications for use in preparing Bids will be provided by the Owner. 2.02 No Partial sets of Bidding Documents will be issued. 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. 2.03 Owner and Engineer will make copies of Bidding documents available on the above terms for the purpose of obtaining Bids on the Work only and do not confer a license or grant-for any other purpose. PART 3 - QUALIFICATIONS OF BIDDERS 3.01 Each Bid must contain evidence of Bidder's qualification to do business in the State of Colorado. PART 4 - EXAMINATION OF CONTRACT DOCUMENTS; VISIT SITE 4.01 Before submitting a Bid, each Bidder must (a) examine the Contract Documents tthoroughly; (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; and (d) study and carefully correlate Bidder's observations with the Contract Documents. 4.02 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, General Requirements, or Drawings. 4.03 Access to the site may be arranged through the Owner by contacting Casey Henderson (3 03) 796 -4721. Site access may be limited by flight operations. II -1 1111.1e011222 s6us eagle Coanry_Aipm17.01 spari8cetloneloolgo to aosm S;aaas.Wktx�e¢.noc INSTRUCTIONS TO BIDDERS • (SECTION 00 100) 4.04 The submission of a Bid will constitute an incontrovertible 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 the Owner in writing. Replies will be issued only by Addenda. Questions received less than five (5) days prior to the date of opening of Bids will not be answered. Only 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 Owner as having received the Bidding Documents. No Addenda will be issued later than three (3) 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 shall be properly acknowledged in the space provided on the Bid Form. PART 6 - CONTRACT TIME 6.01 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 7 - SUBSTITUTE MATERIAL AND EQUIPMENT 7.01 The Contract, if awarded, will be executed with the Successful Bidder 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. PART 8 - BID FORM 8.01 One copy of the Bid Form is included herewith. 8.02 Bid forms must be completed in ink or be typewritten. 8.03 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. 8.04 Bids by partnerships must be executed in 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. II -2 U:Wrojecaet29936118 Eagle Comty _Aimm \7.01_Spedflcetim\00100 Jn=XdOne to Bidden Johd RqmirDW 1 1 I 1 C 1 1 . INSTRUCTIONS TO BIDDERS (SECTION 00100) 8.05 The names of all persons signing Bids must also be legibly printed or typed below the signature. A Bid by a person who affixes to his signature the word "president ", "secretary", "agent" or other designation without disclosing his principal may be held to the Bid of the individual signing. Evidence of the authority of the person signing shall be furnished. 8.06 The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be inserted on the Bid Form. 8.07 No alterations in Bids, or in the printed forms therefore, 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. 8.08 The address to which communications regarding the Bid are to be directed must be shown. PART 9 - SUBMISSION OF BID 9.01 Bids shall be submitted at 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 words: "Repair Joints and Seal Runway 07/25 at Eagle County Regional Airport". 9.02 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. 9.03 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. 9.04 Oral, telephone, or telegraph Bids 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. PART 10 - MODIFICATION AND WITHDRAWAL OF BIDS 10.01 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 facsimile; if by facsimile, 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 can prove his identity and authority. Withdrawn Bids may be resubmitted up to the time designated II -3 U.)ftojeasvM6118_ra&_ car_ nhpor\7.oLspedscauwmoi001nstrammemaiaa=Jointxqu&mc 0 INSTRUCTIONS TO BIDDERS • (SECTION 00100) for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 10.02 If, within twenty -four (24) hours after Bids are opened, and Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw his Bid and the Bid security will be returned. Thereafter, the Bidder will be disqualified from further Bidding on the Work. No right to claim mistake shall exist for Bidder following this twenty -for (24) hour period. PART 11 - OPENING OF BIDS 11.01 Bids will be opened publicly and read aloud. PART 12 - BIDS TO REMAIN OPEN 12.01 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 prior to that date. PART 13 - AWARD OF CONTRACT 13.01 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 the correct sum. 13.02 In evaluating Bids, Owner shall consider the qualifications of the Bidders and 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 alternates in any order or combination. 13.03 If the Contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within ten (10) days after the date of the Bid opening. II -4 U:1ProJats177736118_FaJ. Camiy_AhpoA7.01 Sped&atiam1001001a nna to BW.Jomt Rgisv.DM � i • I BID FORM 1 Cl I 11 IuNftmjecWM6118_Fjwjo caM31Y —Aup r70LSpmfic timAShp She Mft BID FORM 10 BID FOR: Repair Joints / Seal Runway 07/25 at Eagle County Regional Airport TO: Eagle County Board of Commissioners The undersigned Bidder, having carefully examined the Bidding Documents, and possessing full knowledge of the terms and conditions under which the Work must be performed, hereby proposes to execute and perform the formal Agreement set forth in these Bidding Documents of which this Bid Form is a part, and offers to do the Work described in accordance with the terms and conditions set forth and will furnish all required materials and equipment, labor, supplies, and other facilities for said Work. In preparing the BID SCHEDULE, Bidder acknowledges: (1) The sum of all Bid items shall be disclosed at the time of Bid opening for purposes of identifying the apparent low Bid. However, the amount of individual line items shall take precedence over the sum, and the unit price of individual line items shall take precedence over line item amounts. The sum of all bid items shall be written in words and in numbers. (2) Lump sum items to be paid based on a Schedule of Values. (3) The amount bid for unit price and lump sum items shall be full payment for the Work specified in the Bidding Documents for each item included in the Bid Schedule and shall include all of Bidder's costs of whatsoever nature. (4) This Bid is genuine and not made in the interest of or on 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; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder. If notified (Notice of Award) of acceptance of this Bid, Bidder agrees to execute an Agreement for the above -named Work and the above - stated consideration on the form required, within ten (10) calendar days after Notice of Award. Bidder designates the office address stated in this Bid Form as the address to which a Notice of Award may be delivered and to which all office correspondence and notices may be mailed, telegraphed, or delivered, unless Bidder is otherwise notified in writing. Bidder agrees that the Work shall commence by the date specified in the Notice to Proceed and shall be completed in accordance with the Contract Documents. Bidder acknowledges that the Instructions to Bidders have been complied with and that the accompanying Bidding Documents have been carefully examined and considered. Bidder hereby acknowledges and understands the Bidding Documents and Addenda pertaining to this Work. Bidder certifies that the Bidding Documents are, in its opinion, adequate, feasible, and complete for performing the Work and constructing the Work in a sound and suitable manner for the use specified and intended by the Bidding Documents. 1, III -1 U:1Projed \.6118 Eagle C..,_M p.\1 *01_Speaflc .\Ilew Bid 1.1 0 0 Business Address of Bidder Telephone Number of Bidder FAX Number of Bidder Contractor's License Number If Bidder is a joint venture, other party must sign below. If an Individual: doing business as If a Partnership: (Name of Partnership) by General Partner If a Corporation: by Attested by Contractor's License Number(s) oiP cMN22 i6,l8 EW? ComlY Ahpm%7.0�- SpaffkWmmWcw Wd FmmmM (Name of Corporation) (State of Incorporation) Title: Title: II (SEAL) 0 i GENERAL CONDITIONS 49 (SECTION 00700) PART 1 - DEFINITIONS Wherever used in these general conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof- ADDENDA: Written or graphic instruments issued prior to the opening of bids which clarify, correct, or change the bidding documents or the contract documents. �► AGREEMENT: The written agreement between OWNER and CONTRACTOR covering the work 'to be performed; other contract documents are attached to the agreement and made a part thereof as provided therein. APPLICATION FOR PAYMENT: The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting final payment, and which is to include such supporting documentation as is required by the contract documents. BID: The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. CHANGE ORDER: A written order to CONTRACTOR signed by OWNER authorizing an addition, deletion, or revision in the work, or an adjustment in the contract price or the contract time issued after the effective date of the agreement. CONTRACT DOCUMENTS: The Agreement, Addenda (which pertain to the contract documents), CONTRACTOR'S. Bid (including documentation accompanying the bid. and any post -bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications, the Drawings, as the same are more specifically identified in the Agreement, together with all Modifications issued after the execution of the Agreement. CONTRACT PRICE: The monies payable by OWNER to CONTRACTOR under the contract documents as stated in the agreement. CONTRACT TIME: The number of days (computed as provided in paragraph 15.2), or the date stated in the agreement for the completion of the work. Total time allowed for this project is 20 calendar days. However, only five (5) consecutive nights of runway i closure are allotted during this time. Runway closure is required for construction �I operations on the runway. Runway closure will be from 8:00 PM to 6:30 AM. CONTRACTOR: The person, firm, or corporation with whom OWNER has entered into the agreement. DAY: A calendar day of twenty -four hours measured from midnight to the next midnight. DEFECTIVE: An adjective which, when modifying the word "work ", refers to work that is unsatisfactory, faulty or deficient, or does not meet the requirements of any inspection, test, or approval referred to in the contract documents, or has been damaged prior to ENGINEER'S recommendation of final payment or prior to guarantee period under Article 12. V -1 GENERAL CONDITIONS • (SECTION 00700) DRAWINGS: The drawings which show the character and scope of the work to be performed, and which have been prepared or approved by ENGINEER, and are referred to in the contract documents. EFFECTIVE DATE OF THE AGREEMENT: The date indicated in the agreement on which it-becomes effective, but, if no such date is indicated, it means the date on which the agreement is signed and delivered by the last of the two parties to sign and deliver. ENGINEER: The person, firm, or corporation named as such in the Agreement. FIELD ORDER: A written order issued by ENGINEER which orders minor changes in the work in accordance with paragraph 9.2, but which does not involve a change in the contract price or the contract time. MODIFICATION: (a) A written amendment of the contract documents signed by both parties, (b) a change order, or (c) a field order. A modification may only be issued after the effective date of the agreement. NOTICE OF AWARD: The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the agreement. NOTICE TO PROCEED: A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the contract time will commence to run, and on which CONTRACTOR shall start to perform his obligation under the contract documents. OWNER: The public body or authority, corporation, association, partnership, or individual with whom CONTRACTOR has entered into the agreement, and for whom the work is to be provided. PROJECT: The total construction of which the work to be provided under the contract documents maybe the whole or a part, as indicated elsewhere in the contract documents. SPECIFICATIONS: Those portions of the contract documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the work, and certain administrative details applicable thereto. SUBSTANTIAL COMPLETION: The work (or a specified part thereof) has progressed to the point where, in the opinion, of ENGINEER as evidenced by his definitive certificate of substantial completion, it is sufficiently complete, in accordance with the contract documents, so that the work (or specified part) can be utilized for the purposes for which it was intended; or if there be no such certificate issued, when final payment is due. The terms "substantially complete" and "substantially completed" as applied to any work refer to substantial completion thereof. WORK: The 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 and incorporating materials and equipment into all construction, all as required by the contract documents. V -2 U:\rmjecta1=6118 Eagle Coody_Ahpm�7.o1 spazflceticlm\Cimaal C m hia dw GENERAL CONDITIONS 08 (SECTION 00700) PART 2 - PRELIMINARY MATTERS COPIES OF DOCUMENTS: 2.1 OWNER shall furnish to CONTRACTOR two copies (unless otherwise specified in the general requirements) of the contract documents as are reasonably necessary for the execution of the work. COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED: 2.2 The Contract Time will commence to run on the day indicated in the Notice to Proceed; but in no event shall the Contract Time commence to run later than the sixtieth day after the day of bid opening, or the thirtieth day after the effective date of the Agreement. A Notice to Proceed may be given at any time within ten (10) days after the effective date of the Agreement. STARTING THE PROJECT: 2.3 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. BEFORE STARTING CONSTRUCTION: 2.4 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. 2.4 Before any work at the site is started, CONTRACTOR shall deliver to OWNER, with a copy to ENGINEER, certificates of insurance (and other evidence of insurance requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with Part 5. PRE - CONSTRUCTION CONFERENCE: 2.5 Before CONTRACTOR starts the work at the site, a conference will be held for review of the schedule, safety concerns and other work restrictions and to establish a working understanding among the parties as to the work required. I V -3 U:\ t j=W= 6118 E*C City Akpm,7.OLSpm cgbnAGmas1 Caafflrommac GENERAL CONDITIONS (SECTION 00700) PART 3 - CONTRACT DOCUMENTS: INTENT AND REUSE INTENT: 3.1 The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the work. They may be altered only by written Modification. 3.2 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 the 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 conflicts, error, or discrepancy in the Specifications or Drawings unless CONTRACTOR had actual knowledge thereof, or should reasonably have known thereof 3.3 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. References to 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 duties 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 8.3. 3.4 The contract documents will be governed by the law of the place of the project. REUSE OF DOCUMENTS: 3.5 Neither CONTRACTOR nor any subcontractor, manufacturer, fabricator, supplier, or distributor shall have or acquire any title to or ownership rights in any of the drawings, specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER; and they shall not reuse any of them on extensions of the project, or any other project, without written consent of OWNER and ENGINEER, and specific written verification or adaptation by ENGINEER. V -4 U:1Projaga122736118_P.& Cmay_Airpm 7.01 SpcdflcomsXOm Cmditlmaft GENERAL CONDITIONS (SECTION 00700) PART 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS IAVAILABILITY OF LANDS: 4.1 Temporary laydown area for Contractor materials and equipment. Will be identified and provided by the Owner. UNFORESEEN PHYSICAL CONDITIONS: 4.2 CONTRACTOR shall promptly notify OWNER and ENGINEER in writing of any latent physical conditions at the site differing materially from those indicated or referred to in the contract documents. ENGINEER will promptly review those conditions and advise OWNER in writing if further investigation or tests are necessary. Promptly thereafter, OWNER shall obtain the necessary additional investigations and tests, and funush copies to ENGINEER and CONTRACTOR. If ENGINEER finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in the contract documents, and which could not reasonably have been anticipated by CONTRACTOR, a change order shall be issued incorporating the necessary revisions. IPART 5 - BONDS AND INSURANCE PERFORMANCE AND OTHER BONDS: 5.1 Performance / Payment Bonds are not required for this contract INSURANCE: 5.2 CONTRACTOR'S Liability Insurance: The CONTRACTOR shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S operations under the contract, whether such operations be by himself, or by any subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. All such insurance shall remain in effect until final payment, and at all times thereafter when CONTRACTOR may be correcting, removing, or replacing defective work in accordance with PART 12. In addition, CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment, and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. 5.2.1 Claims under Workmen's Compensation, disability benefits, and other similar employee benefit acts; 5.2.2 Claims for damage because of bodily injury, occupational sickness or disease, or death of his employees, and claims insured by usual personal injury liability coverage; k V -5 U:1Projags122736118_P.egle Comry AirpoA7.01_Spa©HmrionaUimaal Cmditionaduc GENERAL CONDITIONS is (SECTION 00700) CONTRACTOR MAY STOP WORK OR TERMINATE: 14.5 If, through no act or fault of CONTRACTOR, the work is suspended for a period of more than ninety days by OWNER, or under an order of court or other public authority, 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. The provisions of this paragraph shall not relieve CONTRACTOR of his obligations under Part 6 to carry on the work in accordance with the schedule and without delay during disputes and disagreements with OWNER. PART 15 - MISCELLANEOUS GIVING NOTICE: 15.1 Whenever any provision of the contract documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. COMPUTATION OF TIME: 15.2 When any period of time is referred to in the contract documents by days, it shall be calendar days and 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. GENERAL: 15.3 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 employees or agents, or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observances of such injury or damage. 15.4 The duties and obligations imposed by these general conditions and the rights and remedies available hereunder to the parties hereto, and, in particular, but without limitation, the warranties, guarantees, and obligations imposed upon CONTRACTOR by paragraphs and all of the rights and remedies available to OWNER and ENGINEER there under, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee, or by other provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligations, right and remedy to which they apply. All representations, warranties, and guarantees made in the contract documents shall survive final payment and termination or completion of this agreement. V -24 U:WmjedagM6118 P. a Caffiy_Aapa17.01 SpmflcmWmAGmaW Ca�itians.doc f t 1 GENERAL CONDITIONS (SECTION 00700) 5.3 Comprehensive Risk Policy Option: In lieu of the several policies specified for CONTRACTOR's Liability Insurance, a comprehensive liability and property damage insurance policy inclusive of all the insurance and requirements hereinafter set forth, with an umbrella covering of $1,000,000, subject to the approval of the OWNER, will be permissible. 5.4 Subcontractor's Insurance: Before permitting any of his subcontractors to perform any work under this contract, CONTRACTOR shall either (a) require each of his subcontractors to procure and maintain during the life of his subcontracts, Subcontractor's Public Liability and Property Damage Insurance of the types and in the amounts as may be applicable to his work, which type and amounts shall be subject to the approval of the OWNER (Eagle County), or (b) insure the activities of his subcontractors in his own policy. 5.5 Certificates of Insurance: Certificates of Insurance acceptable to the OWNER shall be filed with the OWNER prior to commencement of the work. These Certificates shall contain provisions naming the OWNER as an additional insured under CONTRACTOR'S insurance, as more fully required by the General Conditions herein, and that coverage afforded under the policies will not be cancelled until at least thirty days prior written notice has been given the OWNER. CONTRACTOR and his subcontractors shall not permit any of his subcontractors to start work until all required insurance have been obtained and certificates with the proper endorsements have been filed with the OWNER. Failure of the CONTRACTOR to comply with the foregoing insurance requirements shall in no way waive the OWNER'S rights hereunder. 5.6 Owner's Liability Insurance: The OWNER, at his option, may purchase and maintain such liability insurance as will protect him against claims which may arise from operations under this contract. Purchasing and maintaining such insurance, however, will not relieve the CONTRACTOR from purchasing and maintaining the insurance hereinbefore specified. 5.7 Loss of Use Insurance: The OWNER, at his option, may purchase and maintain such insurance as will insure him against loss of use of his property due to fire or other hazards, however caused. PART 6 - CONTRACTOR'S RESPONSIBILITIES SUPERVISION AND SUPERINTENDENCE: 6.1 CONTRACTOR shall supervise and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the contract documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but CONTRACTOR shall not be solely responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and U:WM=U122236115_Fagle Co mty_AtrpmV.01_5pmffcatimskamaal Cmdilimadoc V -7 GENERAL CONDITIONS • (SECTION 00700) any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any subcontractor under worker's or workmen's compensation acts, disability benefit acts, or other employee benefit acts. 6.23 The obligations of CONTRACTOR under paragraph 6.20 shall not extend to the liability of ENGINEER, his agents, or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications. PART 7 - OWNER'S RESPONSIBILITIES 7.1 OWNER shall issue all communications to CONTRACTOR through ENGINEER. 7.2 In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer whose status under the contract documents shall be that of the former ENGINEER. PART 8 - ENGINEER'S STATUS DURING CONSTRUCTION OWNER'S REPRESENTATIVE: 8.1 ENGINEER will be OWNER'S representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER'S representative during construction are set forth in the contract documents, and shall not be extended without written consent of OWNER and ENGINEER. VISITS TO SITE: 8.2 ENGINEER will be present during all CONTRACTOR operations on Runway 07/25. CLARIFICATIONS AND INTERPRETATIONS: 8.3 ENGINEER will issue, with reasonable promptness, such written clarifications or interpretations of the contract documents (in the form of drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with, or reasonably inferable from, the overall intent of the contract documents. If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the contract price or contract time, CONTRACTOR may make a claim therefore, as provided in Parts 9 and 10. REJECTING DEFECTIVE WORK: 8.4 ENGINEER will have authority to disapprove or reject work which is defective, and will also have authority to require special inspection or testing of the work as fabricated, installed, or completed. V -12 U1ftgJaM=61lk -Wt C=ty napm�7.oi_spMeCuWRAC�madC= m GENERAL CONDITIONS (SECTION 00700) DECISIONS ON DISAGREEMENTS: 8.5 ENGINEER will be the initial interpreter of the requirements of the contract documents and judge of the acceptability of the work there under. Claims, disputes, and other matters relating to the acceptability of the work, or the interpretation of the requirements of the contract documents pertaining to the execution and progress of the work, shall be referred initially to ENGINEER in writing with a request for a formal decision which ENGINEER will render in writing within a reasonable time. LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: 8.6 Neither ENGINEER's authority to act under this Part 9, or elsewhere in the contract documents, nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR, any subcontractor, supplier, or distributor, or any of their agents or employees, or any other person performing any of the work. 8.7 Whenever, in the contract documents, the terms "as ordered ", as directed ", as required ", "as allowed ", or terms of like effect or import are used, or the adjectives "reasonable ", "suitable ", "acceptable ", "proper ", or "satisfactory ", or adjectives of like effect or import are used to describe requirement, direction, review, or judgment of ENGINEER as to the work, it is intended that such requirement, direction, review, or judgment will be solely to evaluate the work for compliance with the contract documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective never indicates that ENGINEER shall have authority to supervise or direct performance of the work or authority to undertake responsibility contrary to the provisions of paragraphs 8.8 or 8.9. 8.8 ENGINEER will not be responsible for CONTRACTOR'S means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and ENGINEER will not be responsible for CONTRACTOR'S failure to perform the work in accordance with the contract documents. 8.9 ENGINEER will not be responsible for the acts or omissions of CONTRACTOR, or of any subcontractor, or of the agents or employees of any CONTRACTOR or subcontractor, or of any other persons at the site or otherwise performing any of the work. PART 9 - CHANGES IN THE WORK 9.1 Without invalidating the agreement, OWNER may, at any time or from time to time, order additions, deletions, or revisions 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 underlhe applicable conditions of the contract documents. If any change order causes an increase or decrease in the contract price, or an extension or shortening of the contract time, an equitable adjustment will be made as provided in Part 9 or Part 10 on the basis of a claim made by either party. 9.2 ENGINEER may authorize minor changes in the work, not involving an adjustment in the contract price or the contract time, which are consistent with the overall intent of the contract documents. These may be accomplished by a field order, and shall be binding V -13 U.Troj«asNxx 6118_Bp* coax _aapanzot_sceaacefim�omaaIcwffiaonsaoo GENERAL CONDITIONS (SECTION 00700) on OWNER, and also on CONTRACTOR who shall. perform the change promptly. If CONTRACTOR believes that a field order justifies an increase in the contract price or contract time, CONTRACTOR may make a claim in accordance with the contract documents. 9.3 Additional work performed without authorization of a change order will not entitle CONTRACTOR to an increase in the contract price, or an extension of the contract time, except in the case of an emergency. 9.4 OWNER shall execute appropriate change orders prepared by ENGINEER covering changes in the work which are required by OWNER, or required because of unforeseen physical conditions or emergencies, or because of uncovering work found not to be defective. PART 10 - CHANGE OF CONTRACT PRICE 10.1 The contract price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the work. All duties, responsibilities, and obligations assigned to or undertaken by CONTRACTOR shall be at his expense without change in the contract price. 10.2 The contract price may only be changed by a change'order. Any claim for an increase in the contract price shall be based on written notice delivered to OWNER and ENGINEER within ten (10) days of the occurrence of the event giving rise to the claim. Any change in the contract price resulting from any such claim shall be incorporated in a change order. 10.3 No change orders or other form of order or directive which requires additional compensable work to be performed may be issued or be effective unless accompanied by a written assurance to the CONTRACTOR that lawful appropriations to cover the costs of the additional work have been made. 10.4 The value of any work covered by a change order, or of any claim for an increase or decrease in the contract price, shall be determined in one of the following ways: 10.4.1 Where the work involved is covered by unit prices contained in the contract documents, by application of unit prices to the quantities of the items involved. 10.4.2 By mutual acceptance of a lump sum. 10.4.3 On the basis of the cost of the work (determined as provided in paragraphs 10.5 and 10.6), plus a contractor's Fee for overhead and profit (determined as provided in paragraph 10.7). COST OF THE WORK: 10.5 The term "Cost of the Work" means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the work; Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those V -14 U:1Rojays=6118 Esgla Cmmty_Ahpof17.01_$podficeffi=X( maM Cmdiliwadac • GENERAL CONDITIONS (SECTION 00700) prevailing in the locality of the project, shall include only the following items and shall not include any of the costs itemized in paragraph 10.6. 10.5.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the work shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages, plus the cost of fringe benefits which shall include social security contributions, ■ unemployment, excise and payroll taxes, worker's or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing work after regular working hours, or on Sunday or legal holidays, shall be included in the above only to the extent authorized by OWNER. 10.5.2 Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case, the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR ,* shall make provisions so that they may be obtained. am 10.5.3 Payments made by CONTRACTOR to the subcontractors for work performed by subcontractors. - If required by OWNER, CONTRACTOR shall obtain competitive bids from subcontractors acceptable to CONTRACTOR, and shall deliver ' such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids will be accepted. If a subcontract provides that the subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR'S Cost of the Work. All subcontracts shall be subject to the other provisions of the contract documents insofar as applicable. 10.5.4 Supplemental costs including the following: 10.5.4.1 The proportion of necessary transportation, travel, and subsistence expenses of CONTRACTOR'S employees incurred in discharge of duties connected with the work. 10.5.4.2 Cost, including transportation and maintenance, of all materials, supplies, equipment, machines, appliances, office and temporary facilities at the site, and hand tools not owned by the workmen, which are. consumed in the performance of the work, and cost less market value of such items used but not consumed which remain the property Iof CONTRACTOR V -15 U:�Pmjam�36118 Fade Comiy AapuA7.01_Speiiflmtionsl(i�ael Comlitionadoc 10.6 GENERAL CONDITIONS is (SECTION 00700) 10.5.4.3 Rentals . of all construction equipment and machinery, and the parts thereof, whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and' removal thereof, all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 10.5.4.4 Sales, use, or similar taxes related to the work, and for which CONTRACTOR is liable, imposed by any governmental authority. 10.5.4.5 Deposits lost for causes other than CONTRACTOR'S negligence, royalty payments, and fees for permits and licenses. 10.5.4.6 Losses and damages (and related expenses), not compensated by insurance or otherwise, to the work otherwise sustained by CONTRACTOR in connection with the execution of the work, provided they have resulted from causes other than the negligence of CONTRACTOR, any subcontractor, or anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's Fee. If, however, any such loss or damage requires reconstruction, and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 10.7.2. 10.5.4.7 The cost of utilities, fuel, and sanitary facilities at the site. 10.5.4.8 Minor expenses such as telegrams, long distance calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 10.5.4.9 Cost of premiums for additional insurance required because of changes in the work. The term "Cost of the Work" shall not include any of the following: 10.6.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorship), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR whether at the site or in his principal or a branch office for general administration of the work, and not specifically included in the agreed upon schedule of job classifications referred to in subparagraph 10.5.1, all of which are to be considered administrative costs covered by the CONTRACTORS Fee. V -16 U Vrojaas=61IIL a Camly__AkpmA7.01_SPOMCUWM\ maW C=Uonada GENERAL CONDITIONS (SECTION 00700) 10.6.2 Expenses of CONTRACTOR' principal and branch office, other than CONTRACTOR's office at the site. 10.6.3 Any part of CONTRACTOR's capital expenses including interest on CONTRACTOR's capital employed for the work, and charges against CONTRACTOR for delinquent payments. 10.6.4 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). 10.6.5 Costs due to the negligence of CONTRACTOR, any subcontractor, or anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable, including, but not. limited to, the correction of defective work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 10.6.6 Other overhead or general expense costs of any kind, and the costs of any item not specifically and expressly included in paragraph 10.5 CONTRACTOR'S FEE: ' 10.7 The Contractor's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 10.7.1 a mutually acceptable fixed fee; or, if none can be agreed upon, 10.7.2 a fee based on the following percentages of the various portions of the Cost of the Work: 10.7.2.1 for costs incurred under paragraphs 10.5.1 and 10.5.2, the CONTRACTOR's Fee shall be ten percent, 10.7.2.2 for costs incurred for work performed under paragraph 10.5.3, 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, and 10.8 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined adjustment to overhead and profit shall be figured on the basis of the net increase or decrease in allowable costs, if any. V -17 U:UhgegaV77361..L. l C. m Avpm17.01 SpadBcativnsl( .A CmdiBmadoc I GENERAL CONDITIONS (SECTION 00700) ADJUSTMENT OF UNIT PRICES: 10.9 Whenever the cost of any work is.to be determined pursuant to paragraphs 10.5 and 10.6, CONTRACTOR will submit, in form acceptable to ENGINEER, an itemized cost breakdown together with supporting data. 10.10 Where the quantity of work with respect to any item that is covered by a unit price differs materially and significantly from the quantity of such work indicated in the contract documents, an appropriate change order shall be issued on recommendation of ENGINEER to adjust the unit price. CASH ALLOWANCES: 10.11 It is understood that CONTRACTOR has included in the contract price all allowances so named in the contract documents, and shall cause the work so covered to be done by such subcontractors, manufacturers, fabricators, suppliers, or distributors, and for such sums within the limit of the allowances as may be acceptable to ENGINEER. Upon final payment, the contract price shall be adjusted as required, and an appropriate change order issued. CONTRACTOR agrees that the original contract price includes such sums as CONTRACTOR deems proper for costs and profit on account of cash allowances. No demand for additional cost or profit in connection therewith will be valid. PART 11 - CHANGE OF THE CONTRACT TIME 11.1 The contract time may only be changed by a change order. Any claim for an extension in the contract time shall be based on written notice delivered to OWNER and ENGINEER within ten days of the occurrence of the event giving rise to the claim. Any change in the contract time resulting from any such claim shall be incorporated in a change order. 11.2 All time limits stated in the contract documents are of the essence of the agreement. The provisions of Parts 10 and 11 are Contractor's sole remedies for delay by any cause whatsoever, including acts of Owner. PART 12 - WARRANTY AND GUARANTEE; TESTS AND INSPECTION; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK WARRANTY AND GUARANTEE: 12.1 CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all work will be in accordance with the contract documents and will not be defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this PART 13. ACCESS TO WORK: 12.2 ENGINEER, ENGINEER's representatives, other representatives of OWNER, testing agencies, and governmental agencies with jurisdictional interests will have access to the V -18 U.Wr ==sus e� comer_n�7.a_syooec&oos\cm�c�do=Aw • GENERAL CONDITIONS (SECTION 00700) work at reasonable times for their observation, inspection and testing. CONTRACTOR shall provide proper and safe conditions for such access. TESTS AND INSPECTIONS: 12.3 CONTRACTOR shall give ENGINEER timely notice of readiness of work for all required inspections, tests or approvals. 12.4 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction requires any work (or part thereof) to specifically be. inspected, tested, or approved, CONTRACTOR shall assume full responsibility therefore, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, testing, or approval. CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWNER'S or ENGINEER'S acceptance of a manufacturer, fabricator, supplier, or distributor of materials or equipment proposed to be incorporated in the work, or of materials or equipment submitted for approval prior to CONTRACTOR'S purchase thereof for incorporation of the work. The cost of all other inspections, tests, and approvals required by the contract documents shall be paid by OWNER (unless otherwise specified). 12.5 Any inspections, tests, or approvals, other than those required by law, ordinance, rule, regulation, code, or order of any public body having jurisdiction, shall be. performed by organizations acceptable to OWNER and CONTRACTOR (or by ENGINEER if so specified). 12.6 If any work that is to be inspected, tested, or approved is covered without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. Such uncovering shall be at CONTRACTOR'S expense, unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR'S intention to cover such work and ENGINEER has not acted with reasonable promptness in response to such notice. 12.7 Neither observations by ENGINEER nor inspections, tests, or approvals by others shall relieve CONTRACTOR from his obligations to perform the work in accordance with the contract documents. OWNER MAY STOP THE WORK: 12.8 If the work is defective, or CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment, OWNER may order CONTRACTOR to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CORRECTION OR REMOVAL OF DEFECTIVE WORK: 12.9 If required by ENGINEER, CONTRACTOR shall promptly, without cost to OWNER and as specified by ENGINEER, either correct any defective work, whether or not ■ fabricated, installed, or completed, or, if the work has been rejected by ENGINEER, V -19 U:Projecbl7?736I'k.& le C—ty Avp.A7.01_Spm flcad— Vk-mIC Atfi oc GENERAL CONDITIONS • (SECTION 00700) remove it from the site and replace it with nondefective work in a manner acceptable to the ENGINEER. ONE YEAR CORRECTION PERIOD: 12.10 If, within one year after the date of substantial completion, 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 other specific provision of the contract documents, any work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER, and in accordance with OWNER'S written instructions, either correct such defective work, or, if it has been rejected by OWNER, remove it from the site, and replace it with nondefective work. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective work corrected or the rejected work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by CONTRACTOR. ACCEPTANCE OF DEFECTIVE WORK: 12.11 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 recommendation of final payment, a change order shall be issued incorporating the necessary revisions in the contract price; or, if the acceptance occurs after such recommendation, an appropriate amount shall be paid by CONTRACTOR to OWNER. OWNER MAY CORRECT DEFECTIVE WORK: 12.12 If CONTRACTOR fails, within a reasonable time after written notice of ENGINEER, to proceed to correct defective work, or to remove and replace rejected work as required by ENGINEER in accordance with paragraph 12.9 or if CONTRACTOR fails to perform the work in accordance with the contract documents (including any requirements of the progress schedule), OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising his rights. under this paragraph OWNER shall proceed expeditiously. To.the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the work, and suspend CONTRACTOR'S services related thereto, take possession of CONTRACTOR'S tools, appliances, construction equipment, and machinery at the site, and incorporate in the work all materials and equipment stored at the site, or for which OWNER has paid CONTRACTOR, but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER'S representatives, agents, and employees such access to the site as may be necessary to 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 V -20 UA ft0JedA= 611geagleComty_ AhpoA7 .01_SpaWcEtloimXGmerelC.maart dM GENERAL CONDITIONS (SECTION 00700) the contract documents and a reduction in the contract price. Such direct and indirect costs shall include, in particular but without limitation, compensation for additional professional services required, and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR'S defective work. CONTRACTOR shall not be allowed and extension of the contract time because of any delay in performance of the work attributable to the exercise by OWNER of OWNER'S rights hereunder. PART 13 - PAYMENTS TO CONTRACTOR AND COMPLETION APPLICATION FOR PAYMENT: 13.1 Following completion and final acceptance of all required work, CONTRACTOR shall submit to ENGINEER for review an application for final payment filled out and signed by CONTRACTOR. CONTRACTOR'S WARRANTY OF TITLE: 13.2 CONTRACTOR warrants and guarantees that title to all work, materials, and equipment covered by any application for payment, whether incorporated in the project or not, will pass to OWNER at the time of payment free and clear of all liens, claims, security interests, and encumbrances (hereafter in these General Conditions referred to as "Liens "). PARTIAL UTILIZATION: 13.3 Use by OWNER of completed portions of the work may be accomplished prior to completion of all of the work. FINAL INSPECTION: 13.4 Upon written notice from CONTRACTOR that the work is complete, ENGINEER will make a final inspection with OWNER and. CONTRACTOR, and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. FINAL APPLICATION FOR PAYMENT: 13.5 After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER, and delivered all documents as required by the contract documents, and after ENGINEER has indicated that the work is acceptable (subject to the provisions of paragraph 13.7), CONTRACTOR may make application for final payment. The final application for payment shall be accompanied by all documentation called for in the contract documents, and such other data and schedules as ENGINEER may reasonably require, together with complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of, or filed in connection with the work. In lieu thereof, and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full; an V -21 U:1Rnjeda122236ll8 Pagle Co®ty_Artparq.01_Spaifl�ms \(imael Comltdamadnc GENERAL CONDITIONS (SECTION 00700) affidavit of CONTRACTOR that the releases and receipts include all labor, services, material, and equipment for which lien could be filed, and that all payrolls, material, and equipment bills, and other indebtedness connected with the work, for which OWNER or his property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. FINAL PAYMENT AND ACCEPTANCE: 13.6 If, on the basis of ENGINEER'S observation of the work during construction and final inspection, and ENGINEER'S review of the final application for payment and accompanying -documentation, all as required by contract documents, ENGINEER is satisfied that the work has been completed and CONTRACTOR has fulfilled all of his obligations under the contract documents, ENGINEER will, within ten days after receipt of the final application for payment, indicate in writing his recommendation of payment, and present the application to OWNER for payment. Thereupon, ENGINEER will give written notice to OWNER and CONTRACTOR that the work is acceptable subject to the provisions of paragraph 13.8. 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, OWNER shall, within thirty days after receipt thereof, pay CONTRACTOR the amount recommended by ENGINEER. CONTRACTOR'S CONTINUING OBLIGATION: 13.7 CONTRACTOR'S obligation to perform and complete the work in accordance with the contract documents shall be absolute. Recommendation of final payment by ENGINEER, 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 13.6 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. WAIVER OF CLAIMS: 13.8 The making and acceptance of final payment shall constitute: 13.8.1 a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective work appearing after final inspection pursuant to paragraph 13.4, or from failure to comply with the contract documents or the terms of any special guarantees specified therein; however, it shall not constitute a waiver by OWNER of any rights in respect of CONTRACTOR'S continuing obligations under the contract documents; and 13.8.2 a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and. still unsettled. V -22 U'WrojecJ8122236118 Fz*e Cammty_Ailpm\7.01 Sp,dflcati. \(kmaW Copdit.A. 1 1 1 1 U 1 1 1 1 1 k GENERAL CONDITIONS (SECTION 00700) PART 14 - SUSPENSION OF WORK AND TERMINATION OWNER MAY SUSPEND WORK: 14.1 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 may, at the OWNER'S sole discretion, be allowed an increase in the contract price, or an extension of the contract time, or both, directly attributable to any suspension. 14.2 Upon the occurrence of any one or more of the following events: 14.2.1 if CONTRACTOR is adjudged bankrupt or insolvent, 14.2.2 if CONTRACTOR makes a general assignment for the benefit of creditors, 14.2.3 if a trustee or receiver is appointed for CONTRACTOR or for any of CONTRACTOR'S property, 14.2.4 if CONTRACTOR files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws, 14.2.5 if CONTRACTOR repeatedly fails to supply sufficient skilled workmen, or suitable materials or equipment, 14.2.6 if CONTRACTOR repeatedly fails to make prompt payments to subcontractors, or for labor, materials, or equipment, 14.2.7 if CONTRACTOR disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction, 14.2.8 if CONTRACTOR disregards the authority of ENGINEER, or 14.2.9 if CONTRACTOR otherwise violates, in any substantial way, any provisions of the contract documents, OWNER may, after giving CONTRACTOR seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site, and take possession of the work and of all CONTRACTOR'S tools, appliances, construction equipment, and machinery at the site, and use the same to the full extent they could be used by CONTRACTOR. 14.3 Where CONTRACTOR's services have been so terminated by OWNER, the termination shall not affect any rights of OWNER against CONTRACTOR then existing, or which may thereafter accrue. Any retention or payment of monies due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 14.4 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 terminate the agreement. In such case, CONTRACTOR shall be paid for all work executed and expenses sustained plus reasonable termination expenses. U:1Pmjects\ 2 6118 We Cmnty__Abpm \7.01_Spedffcedm Wmael Ca4dmsdoc V -23 GENERAL CONDITIONS (SECTION 00700) CONTRACTOR MAY STOP WORK OR TERMINATE: 14.5 If, through no act or fault of CONTRACTOR, the work is suspended for a period of more than ninety days by OWNER, or under an order of court or other public authority, 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. The provisions of this paragraph shall not relieve CONTRACTOR of his obligations under Part 6 to carry on the work in accordance with the schedule and without delay during disputes and disagreements with OWNER. PART 15 - MISCELLANEOUS GIVING NOTICE: 15.1 Whenever any provision of the contract documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. COMPUTATION OF TIME: 15.2 When any period of time is referred to in the contract documents by days, it shall be calendar days and 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. GENERAL: 15.3 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 employees or agents, or others for whose acts the other party is legally liable, claim shall be made in writing to the other party within a reasonable time of the first observances of such injury or damage. 15.4 The duties and obligations imposed by these general conditions and the rights and remedies available hereunder to the parties hereto, and, in particular, but without limitation, the warranties, guarantees, and obligations imposed upon CONTRACTOR by paragraphs and all of the rights and remedies available to OWNER and ENGINEER there under, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guarantee, or by other provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligations, right and remedy to which they apply. All representations, warranties, and guarantees made in the contract documents shall survive final .payment and termination or completion of this agreement. V -24 UM4ecW2 aiie_r earn W.m_s„od&af am�c�aeonsaw • 0 1 1 1 u 0 0 • 1 ' U:1Projab1YJ236118 Pagje Corm ty_A'vpml7.Ol_Spsiflcetlms\Ciip Sheftdw MOBILIZATION (P -100) I� 1 1 i MOBILIZATION P -100 DESCRIPTION 100 -1.1 Mobilization shall consist of the preparatory work and operations in mobilizing for beginning work on the Project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the Project Site, and for the establishment of temporary offices, building facilities, utilities, testing laboratories, safety equipment and first aid supplies, sanitary and other facilities, as required by these Specifications, and State and local laws and regulations. The costs of bonds, permits and any required insurance and other pre - construction expense necessary for the start of the work, excluding the cost of construction materials, shall also be included in this section. BASIS OF PAYMENT 100 -2.1 The work and incidental costs covered under this item will be paid for at the Contract lump sum price for the item of Mobilization. Payment will be made subsequent to Engineer's approval and processing of application for final payment. U:1Pmjeds\=6118_EWC Co mry _Ai'pu\7.01_Sp=ficmi®s\NbWlbMm R® P- 100.4. LIVAI 0 0 • • � i 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 i ' CIO PLANT MIX BITUMINOUS PAVEONT ITEM P403 PART 1 - DESCRIPTION 1.01 This item shall consist of a paving course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance ' with Colorado Department of Transportation (CDOT) specifications. The modification of some specification sections indicates airport preference. PART 2 - MATERIALS ' 2.01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS The Contractor shall comply with the requirements of the CDOT Field Materials Manual, including notifying the CDOT of the proposed source(s) of materials prior to delivery. 2.02 SAMPLES, TESTS, CITED SPECIFICATIONS Contractor must have CDOT test results for bituminous materials used on site. 2.03 STORAGE OF MATERIALS Materials shall be stored to assure the preservation of their quality and fitness for the ' work. Stored materials, even though conditionally approved before storage, will be subject to inspection and testing prior to incorporation into the work. Stored materials shall be located to facilitate prompt inspection. With prior approval, portions of the airport may be used for storage of materials and equipment, and for the Contractor's plant. All storage sites shall be restored to their original condition at the Contractor's expense. 2.04 HANDLING MATERIALS All materials shall be handled so their quality and fitness for the work is preserved. ' Aggregates shall be transported to the work in vehicles constructed to prevent loss or segregation of materials. ' 2.05 BITUMINOUS MATERIAL Superpave Performance Graded Binders shall conform to the requirements listed in Table I. ' VI -1 _ U:�Projcas�7J736118 Eegta Coimty_Atrpmq.ol SpsiBmllms \CDO'C Plat M. Wml.. Pav P4 A.. CD *LANT MIX BITUMINOUS PAVE ITEM P-403 TABLE I SUPERPAVE PERFORMANCE GRADED BINDERS -t,oioraao rroceaure. * *If the creep stiffness (S) is below 300 MPa, the direct tension test is not required. If S is between 300 and 600 Mpa the direct tension failure strain requirement can be used in lieu of the creep stiffness requirement. The m -value requirement must be satisfied in both cases. VI -2 ' U- VMedsVM61l8_Eegle Comty__Ak)m17.01_4cdficdims \CI)M p1®t Nx Bipmlma® Pev®®1 P403.doc REQUIREMENT PROPERTY FOR AASHTO PG BINDER Test No. 64/28 Original Binder Properties Flash Point Temp, °C minimum 230 T48 Viscosity at 135 °C, Pass, maximum 3 TP 48 Dynamic Shear, Temperature °C, where G* /Sin @ 10 rad/d 1,000kPa 64 TP 5 Ductility,, 4 °C (5 cm/min), cm, minimum 50 T 51 Toughness, joules, minimum 12.4 *CP L -2210 Tenacity, joules, minimum 8.5 *CP L -2210 RTFO Residue Properties Mass Loss, percent maximum 1.00 T 240 Dynamic Shear, Temp, C, where G* /Sin @ 10 rad/s =2.20 kPa 64 TP 5 Elastic Recovery, 25 °C, percent minimum N/A *CP L -2211 Method A Ductility, 4 °C (5 cm/min) cm, minimum 25 T51 PAV Residue Properties Aging Temperature 100 ° Dynamic Shear, Temp, °C, where G* /Sin @ 10 rails /s = 5000 kPa 22 TP 5 Creep Stiffness, @ 60 s, Test Temp. in °C -18 S, maximum, Mpa 300 TP 1 m -value, minimum 0.300 TP 1 * *Direct Tension, Temp. in °C, @ 1 mm/min., where Failure Strain =1.0% _18 TP -3 -t,oioraao rroceaure. * *If the creep stiffness (S) is below 300 MPa, the direct tension test is not required. If S is between 300 and 600 Mpa the direct tension failure strain requirement can be used in lieu of the creep stiffness requirement. The m -value requirement must be satisfied in both cases. VI -2 ' U- VMedsVM61l8_Eegle Comty__Ak)m17.01_4cdficdims \CI)M p1®t Nx Bipmlma® Pev®®1 P403.doc ' CEO PLANT MIX BITUMINOUS PAVE*NT ITEM P-403 A complete quality control test report showing compliance with the requirements listed in Table I shall be submitted for the binder manufactured for this project. A copy shall be furnished to the Engineer prior to the time of placement. Blending of Superpave PG asphalt binders at the project site will not be allowed. The binder must be manufactured to the specification requirements prior to delivery to the project. 2.06 AGGREGATE FOR HOT PLANT MIX BITUMINOUS PAVEMENT Aggregates for hot plant mix bituminous pavement shall be of uniform quality, composed of clean, hard, durable particles of crushed stone, crushed gravel, natural gravel, or ' crushed slag and be graded in accordance with Table II. Excess of fine material shall be wasted before crushing. For Grading SX, 70 percent of the aggregate retained on the 4.75 mm (No. 4) sieve shall have at least two mechanically induced fractured faces and 85 percent by weight having at least one fractured face when tested in accordance with Colorado Procedure 45. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. Fractured faces shall be obtained by crushing. The angularity of the fine aggregate shall be a minimum of 45.0% when determined according to CP L -5113, Method A. Aggregate samples representing each aggregate stockpile shall be non - plastic if the percent of aggregate passing the Number 4 sieve is greater than or equal to 10 percent by weight of the individual aggregate sample. Plasticity will be determined in accordance with AASHTO T 90. The material shall not contain clay balls, vegetable matter, or other deleterious substances. The aggregate for Gradings SX shall have a percentage of wear of 40 or less when tested in accordance with AASHTO T 96. The sodium sulfate soundness loss shall ' not exceed 10 percent, or the magnesium sulfate soundness loss shall note exceed 13 percent, after five cycles, when tested in accordance with ASTM C 88. [I 11 r VI -3 U:1Pmjaga122236118_ Eagle _COmty_Avpa¢�7.01_Spmifl�tima \COOT Plat Mn M,, Po P,1.1 c CD *LANT MIX BITUMINOUS PAVE ITEM P-403 TABLE II MASTER RANGE TABLE FOR HOT BITUMINOUS PAVEMENT Sieve Size Percent by Weight Passing Square Mesh Sieves Grading SX 37.5 mm (1 %2 ") 25.0 mm (1 ") 19.0 mm (3/4") 100 12.5 mm (1/2 ") 90 -100 9.5 mm (3/8 ") 4.75 mm (#4)' 2.36 mm ( #8) 28-58 1.18 mm ( #16) 600 um ( #30) 300 um ( #50) 150 um ( #100) 75 um ( #200) 2-10 `These additional Form 43 Screens will initially.be established for Contractor's Quality Control Testing using values from the As Used Gradation Shown on the Design Mix. PART 3 - COMPOSITION 3.01 COMPOSITION OF MIXTURE The bituminous plant mix shall be composed of a mixture of well - graded aggregate, filler if required, and bituminous material. PART 4 - CONSTRUCTION METHODS 4.01 WEATHER LIMITATIONS The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table III. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. VI4 U:1Ptojags\72P3611s_P.aec Co =iy_Ahpml7.01_spodficmi®s \CDt7r Pim Mix Bft iw. P...w P40m. 1 r-1 1 I ii 1 1 1 1 CEO PLANT MIX BITUMINOUS PAV*NT ITEM P-403 A: limm BASE TEMPERATURE LIMITATIONS Mat Thickness Base Temperature (Minimum) Deg. F 3 in. or greater 40 Greater than 1 in. but less than 3 in. 45 1 in. or less 50 4.02 HAULING EQUIPMENT Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 4.04 ROLLERS Rollers of the vibratory steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. The use of equipment, which causes excessive crushing of the aggregate, will not be permitted. 4.05 BITUMINOUS MDCFURE The bituminous mixture must be prepared by a CDOT approved facility. 4.06 PREPARATION OF THE UNDERLYING SURFACE Before placing the bituminous mixture, the underlying course shall be approved by the Resident Project Representative. 4.07 TRANSPORTING, PLACING, AND FINISHING The bituminous mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 4.02. Adequate artificial lighting shall be provided for night placements. Hauling over freshly placed material shall not be U.WiujeM=36115_Fagle Comdy Artpm17A1 SpedficetlWmXCDM PImd Ma&Wmtuws Pevemml P403Aw CDOPPLANT MIX BITUMINOUS PAVE ITEM P -403 permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread and luted by hand tools. 4.08 COMPACTION OF MIXTURE After placing, the mixture shall be thoroughly and uniformly compacted by rolling. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened (and scrapers used), but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hand tampers. Any mixture that becomes loose and broken, mixed with dirt, contains check - cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. PART 5 - SAMPLING AND TESTING 5.01 ACCEPTANCE Acceptance of the pavement in place by the Engineer will be determined by the test result submitted by the Contractor for density. Mat density will be evaluated for acceptance on a job basis A job shall consist of total production required for project completion. Mat Density. Evaluation for acceptance of in -place pavement for mat density shall be based on in -place density being at least 95 percent of laboratory density. In .place density shall be determined in accordance with ASTM D2950. VI -6 U:1Pmjeps122736118_F.ejq Cmmty_Auporl7.Ot_SpmidcWoniCDOT Plat Piz Bi6®inous Pav®®t P403Aoc C4D PLANT MIX BITUMINOUS PAVEONT ITEM P -403 1 5.02 QUALITY CONTROL TESTING The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications. The testing program shall include, but is not necessarily limited to, tests for the control of temperatures, field compaction, and surface smoothness. In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. PART 6 - METHOD OF MEASUREMENT 6.01 MEASUREMENT Plant mix bituminous concrete pavement shall be measured by the number of tons of bituminous mixture shown on the weight tickets recorded in the accepted work. PART 7 - BASIS OF PAYMENT 7.1 PAYMENT Payment for accepted bituminous concrete pavement shall be made at the contract unit price per ton for bituminous mixture, in place and accepted under pay item P- 605 -5.2 Spall Repair. The price shall be full compensation for fin-nishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to satisfactorily complete the item. PART 8 - TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium 1 Sulfate ASTM C 117 Test Method for Materials Finer than 75 -um (No.200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling Hydraulic Cement ASTM C 566 Total Moisture Content of Aggregate by Drying VI -7 U:1PmjeGSl222361IB F,agla Coffiy_Airpm \7.01 Spem88ratlma \®OT PIeN Muc l;ag pgv�mt P403.dac CDAPLANT MIX BITUMINOUS PAVE ITEM P -403 ASTM D 75 Sampling Aggregates ASTM D 995 Requirements for Mixing Plants for Hot -Mixed Hot -Laid ASTM D 2726 Bituminous Paving Mixtures ASTM D 118 Bulk Specific Gravity of Compacted Bituminous Mixtures Using AASHTO T 30 Paraffin- Coated Specimens ASTM D 979 Standard Practice for Sampling Bituminous Pavement ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D 1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall ASTM D 3665 Apparatus ASTM D 2041 'Theoretical Maximum Specific Gravity and Density of Bituminous ASTM D 4125 Paving Mixtures ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D 2726 Bulk Specific Gravity of Compacted Bituminous Mixtures Using ASTM E 178 Saturated Surface -Dry AASHTO T 30 Specimens ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Manual No. 2 (MS -2) Paving Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Method ASTM D 3665 Random Sampling of Paving Materials ASTM D 3666 Inspection and Testing Agencies for Bituminous Paving Materials ASTM D 4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 4791 Flat or Elongated Particles in Coarse Aggregate ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D 6307 Asphalt Content of Hot Mix Asphalt by Ignition Method. ASTM E 178 Practice for Dealing With Outlying Observations AASHTO T 30 Mechanical Analysis of Extracted Aggregate The Asphalt Institute's Mix Design Methods for Asphalt Concrete Manual No. 2 (MS -2) kw: U:1Pto - W=6118_Ea& Cam —Ahpm17.01_Spocdkgims\CDOT PIM Ma Bh�i. P...1 P403.&. 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 CIO PLANT MIX BITUMINOUS PAVEONT ITEM P-403 PART 9 - MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 946 Asphalt Cement for Use in Pavement Construction ASTM D 3381 Viscosity - Graded Asphalt Cement for Use in Pavement Construction ASTM D 4552 Classifying Hot -Mix Recycling Agents CDOT Specifications Latest Edition VI -9 U.V-J cisX=611$_Em#c Comfy _Avpmk7.01_SpwiflcatkmlCDD'[ P1m Nz Ebminow Pwamon P403doe 0 0 0 a • JOINT SEALING FILLER ITEM P -605 PART 1 - DESCRIPTION 1.01 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavement. It shall also be used to seal areas where segregation has occurred in asphalt pavement. PART 2 - MATERIALS 2.01 JOINT SEALERS Joint sealing materials will be furnished by the Eagle County Regional Airport and shall meet the requirements of ASTM D 3405 — Joint Sealants, Hot - Poured, for Concrete and Asphalt Pavements. The contractor shall not be responsible for ensuring that each lot of sealing compound delivered to the jobsite is in the manufacturer's original sealed container. Information concerning the manufacturer's name, batch or lot number, and the safe heating temperature and the manufacturer's certification stating that the compound meets the requirements of this specification shall be obtained from the Owner. PART 3 - CONSTRUCTION METHODS 3.01 PREPARATION OF JOINTS Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by high- pressure water blast, hot air lance or similar equipment. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when seal is applied. The pavement temperature shall be above 40 F at time of installation of the poured joint sealant material. Prior to resealing joints, the existing joint material shall be removed. 3.02 INSTALLATION OF SEALANTS Joints shall be inspected for proper width, depth., alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as required and shall be nonadhesive to asphaltic concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20 °F below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into VII -1 U:1Projau122736116_Eeglo Cmmty_Avpm \7.01_SpwiBwLms1P1Q4, Bid Doc ft • JOINT SEALING FILLER • ITEM P -605 the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. The use of a backup material or bond breaker in the bottom of the joint to be filled is required to control the depth of the sealant, to achieve the desired shape factor, and to support the sealant against indentation and sag. Backup materials and bond breakers should be compatible with the sealant, should not adhere to the sealant, should be compressible without extruding the sealant, and should recover to maintain contact with the joint faces when the joint is open. 3.03 REPAIR OF SPALLED AREAS Spalled areas shall be removed by sawing outside the failed pavement a minimum of three (3) inches, but in no case, producing a width of repair of less than one foot. The length of removal will extend at least 4 inches beyond the failed area in the longitudinal direction. The area shall be sawed vertically to a depth of at least two (2) inches or to the bottom of the failed pavement layer (whichever is larger). The failed pavement shall be removed, the area swept and cleaned. Once. the area is cleaned and approved by the Engineer the walls and floor of the repair area shall have a tack coat of liquid bituminous asphalt applied. Once the tack coat breaks, CDOT Plant Mix Bituminous Pavement shall be placed in the repair area, rolled or compacted to the density specified. The Contractor shall then re- establish the grooves present in the pavement by sawing with an approved saw specifically made for the purpose of sawing grooves in pavement. The Contractor shall not remove more pavement area than can be placed, with grooving, in one night. 3.04 SEAL SEGREGATED AREAS The Engineer shall designate segregated areas of pavement. Areas selected shall receive a coating of sealant placed over the area at an application rate to be determined by test area prior to beginning work. Once the rate of application is determined and approved by the Engineer, the Contractor shall apply the sealant to the areas identified. 3.05 GROOVES Pavement grooving shall be performed while the runway is closed to aircraft traffic. Grooving equipment shall be self - propelled sawing or grinding equipment using diamond blades, suitable for the intended use, shall have a self contained vacuum system capable of removing the grooving residue and shall be subject to the approval of the Engineer. All grooves shall be cut parallel to each other and normal to the pavement centerline to within 10 feet of the runway pavement edge. Grooves shall be continuous for the entire runway length. Groove width and depth shall be Y -inch by '/ -inch with a nominal center -to- center spacing of 1 -1/2 inches. The grooving pattern shall be continuous for the complete area of the improvement as shown on the plans and as directed by the Engineer. The minimum depth shall be 3/16 -inch and the maximum depth shall be 5/16 -inch. The minimum width shall be 3/16 -inch and the maximum width shall be 5/16 -inch. Minimum center -to- center spacing is 1 -3/8 inch and the maximum center-to-center spacing between VII -2 Udprojeds12E236118 Begle Czunty_A6poA7.01_Spedfl.t}mM-M, Bid Doa- 1 1 JOINT SEALING FILLER ITEM P -605 adjoining sets of cuts is 1 -1/2 inch. Alignment tolerance shall be 1 -1/2 inches in alignment for 75 feet. The Contractor shall complete a test section of pavement grooving as and where directed by the Engineer, to demonstrate that the pavement and the proposed equipment provides the specified configuration within the prescribed tolerances, before approval is given to commence with grooving on the runway pavement. New pavement to be grooved is expected to be sufficiently cured for grooving prior to grooving operations. The Contractor and Owner may agree to begin grooving at any time within 30 days of placements of asphalt. PART 4 - METHOD OF MEASUREMENT 4.01 The linear foot of sealant in place, complete and accepted, shall measure joint sealing. This includes all labor, equipment, and materials other than the owner fiuished sealant to complete this item. 4.02 Spalled areas removed and replaced with P-403 CDOT Plant Mix Bituminous material shall be measured by the ton of asphalt in place, complete and accepted, including regrooving of airfield pavement. The asphalt material is to be procured by the contractor and is not owner furnished. 4.03 Areas designated as surface segregation and sealed shall be measured by the square feet of sealant in place, complete and accepted. The application rate shall be determined prior to placement by applied to a test area. The Engineer shall approve the application rate prior to placement. This includes all labor, equipment, and materials other than the owner furnished sealant to complete this item. PART 5 - BASIS OF PAYMENT 5.01 Payment for joint sealing material shall be made at the contract unit price per pound. The price shall be full compensation for furnishing all materials, for all preparation, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P- 605 -5.1 Joint Sealing Filler — per linear feet Item P- 605 -5.2 Spall Repair — per ton Item P- 605 -5.3 Seal. Segregated Areas — per square foot PART 6 - TESTING REQUIREMENTS ASTM D 412 Tests for Rubber Properties in Tension ASTM D 1644 Tests for Nonvolatile Content of Varnishes VII -3 UVmjecm=6118 E We C=W— Avpmq.01 Spe i9ml m\l? -605, Bid Dacdac JOINT SEALING FILLER • ITEM P -605 PART 7 - MATERIAL REQUIREMENTS ASTM D 1854 Jet -Fuel- Resistant Concrete Joint Sealer, Hot - Poured Elastic Type ASTM D 3405 Joint Sealants, Hot - Poured, for Concrete and Asphalt Pavements Fed. Spec. SS -S -200 Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet -Fuel Resistant, Cold Applied VII -4 U..VrOacISVM6118 Berle Caoaty_Avpmfl7.01_Spmfflca =XPfiO3, Bid D=doo 1 • • 1 L 1 1 [l t IUAWWede1=6118_Wc Conety_A4m17.01 SyedfieatieweS4 Shedadoc APPENDICES • • 1 1 t 1 1 1 1 1 1 1 t 1 1 1 1 1 0 APPENDIX A 0 CONSTRUCTION OPERATION PLAN PART 1— PURPOSE 1.01 The Construction Operation Plan (COP) sets forth requirements for the project to help ensure the highest levels of safety at the airport during periods of construction. Guideline requirements for the COP are developed from Advisory Circular No. 150/5370 -2E, FAR Part 139, and FAR Part 107 except as modified herein. The Construction Operation Plan is a single document to be used by all personnel involved in the project. This operational safety plan covers the actions of not only the construction personnel and equipment, but also the actions of inspection personnel and airport staff. The Construction Operation Plan has been developed to mitigate the adverse impacts of construction on aeronautical operations on the airport. Strict adherence to the provisions of the Construction Operation Plan by all personnel assigned to or visiting the construction site is mandatory for AIP and PFC funded construction projects. In the event contractor activities are found to not be in conformance with the provisions of the Construction Operation Plan, the engineer will direct the Contractor, in writing, to immediately cease those operations involved in the violation of the provisions of the Construction Operation Plan and conduct a safety meeting for the purposes of reviewing those provisions of the Construction Operation Plan that were violated. The contractor will not be allowed to resume any construction operations until the safety meeting has been conducted, and the violations resolved to the satisfaction of the Engineer. This project will be constructed in one. phase with a five (5) workday duration. All construction operations will take place during the hours of 8:00 P.M. to 6:30 A.M. while runway 07/25 is closed. A safety meeting will be required for all new contractors or subcontractors, prior to them beginning work on the project, in order to inform them of their responsibilities under this Construction Operation Plan. The Engineer will conduct the safety meetings. PART 2 — PROJECT DESCRIPTION 2.01 Contractor is to repair /seal joints and segregated/spalled areas on Runway 07/25. All work will take place in a single phase of five (5) workdays. Working hours will be during times of runway closure (8:00 PM to 6:30 AM). PART 3 - GENERAL 3.01 RESPONSIBILITY 1. The general conditions, provide that the contractor shall, at all times, abide by the guideline requirements and Eagle County Regional Airport Secured Identification Display Access (SIDA) plan (Appendix B) as specified in this document. The primary goal of this plan is to protect the flying public and the integrity of the airport/aircraft operation. U.*V'tgeds122Mlla_Eegle C LmtY— MWA7.01 SpeAcdo Amp revision Il.d- 0 APPENDIX A 0 CONSTRUCTION OPERATION PLAN 2. The Contractor is responsible for the health and safety of his employees, subcontractors and their employees and other persons on the work site. The contractor is also responsible for the protection and preservation of the work, all materials and equipment to be incorporated therein, and for the security of the work site and the area surrounding the work site. The Contractor shall take all necessary and reasonable precautions and actions to protect all such persons and property. 3. This Section shall be interpreted, in its broadest sense, for the protection of people and property by the Contractor. No action or omission by the Owner and/or Engineer or their authorized representatives shall relieve the Contractor of any obligations and duties hereunder. PART 4 - CONSTRUCTION OPERATIONAL PLAN 4.01 SCOPE This operational plan covers the actions of not only the construction personnel and equipment, but also the actions of inspection personnel and airport staff for the duration of construction activities. 1. DEFINITIONS: a. Advisory. Circulars: Documents produced by the FAA providing guidelines: Advisory Circulars are available at Internet address www.faa.gov/circdir.htm. Mailing Address: Federal Aviation Administration Flight Standards District Office 26805 East 68a' Ave. Denver, CO 80249 Phone (303) 844 -3964 US Government Book Store 1660 Wynkoop St. Denver, Co 80202 Phone (303) 844 -3964 b. Air Traffic Control Tower: (control tower or tower) Controlling agency for all aircraft and vehicular movement on the aircraft operation area. C. Aircraft Movement Area: (AMA) The restricted areas reserved specifically for aircraft and the arrival/departure operation of the airport; Runways, Taxiways, Ramps, Aprons, Deicing Pads, Maintenance Facilities, and the Transitional U'Vlrq de\71 —III Eagle Courdy— AtIMA7.01 AP.M sU.nsl.p re dd. ILdoo 1 k. Navigational Aids: (Navaids) Visual or electronic devices, in the aircraft or on land, which provide vector guidance information or position data to aircraft in flight. 1. Notice to Airmen: (NOTAM) u:1ProJede17723611e F�egle county�hpo�17.� spedfloedorelaop rewiawn ILaoo 0 0 APPENDIX A CONSTRUCTION OPERATION PLAN Surface controlled by the Tower and FAA. There is absolutely no access to these areas without first acquiring approval from the Air Traffic Control Tower Ground Controller. d. Airport Operations Area: (AOA) Any the intended be area of airport used or to used for landing, takeoff, or AMA. e. Apron: The area near the buildings where aircraft loading and unloading are serviced. Also referred to as the ramp or tarmac. f. Approach Surface: A surface longitudinally centered on the extended runway centerline and extending outward and upward from either a runway threshold or 200 feet behind a threshold. This surface is needed to define where unobstructed airspace above it begins. g. Eagle County Regional Airport: (EGE) Located between U.S. Highway 6 and Cooley Mesa Road the Airport lies approximately 5 miles West of the town of Eagle, Colorado and approximately 1 mile East of the town of Gypsum, Colorado. Comprising approximately 690 acres, 1 runway, and a terminal building. The Eagle County Regional Airport shares its airside facilities with the Colorado Army National Guard. h. Contractor: The independent entity, chosen through the bid process, and contracted with the Eagle County Regional Airport (Owner), responsible for the completion of the contract's scope of work. i. Federal Aviation Administration: (FAA) The federal agency that governs aviation, security and the related activities at civilian airports. j. Foreign Object Debris: (FOD) Foreign items found on the runways, taxiways and ramp areas that could cause damage to an aircraft, be ingested by an aircraft engine or become airborne and cause injury to airport personnel. 1 k. Navigational Aids: (Navaids) Visual or electronic devices, in the aircraft or on land, which provide vector guidance information or position data to aircraft in flight. 1. Notice to Airmen: (NOTAM) u:1ProJede17723611e F�egle county�hpo�17.� spedfloedorelaop rewiawn ILaoo 0 APPENDIX A 0 CONSTRUCTION OPERATION PLAN A notice to the flying public (airmen) through FAA's NOTAM system. Normally initiated by message to the nearest FAA Flight Service Station (FSS). Issuance of NOTAM's concerning this project will be coordinated through the Engineer and the Manager of Airport Operations. M. Object Free Area: A two - dimensional ground area surrounding runways, taxiways and taxi lanes that are clear of objects, except for objects whose location is fixed by function. n. Primary Surface Area: A zone extending 500 linear feet out either direction from the centerline of the runway. Construction activity in this area may require some or all of the ILS navaids to be shut off. The Contractor shall get approval from the Engineer and Manger of Airport Operations before accessing this area. o. Safety Area: The surface adjacent to runways, taxiways and taxi lanes, over which aircraft and emergency vehicles should, in dry weather, be able to cross at normal operation speeds without incurring significant damage, a safety area is graded, drained and compacted. It is free of any holes, trenches, or other significant surface variation or object. At no time will the contractor be allowed to cross into the safety area of any runway or taxiway without verbal communication and approval from the Air Traffic Control Tower. p. Secure Area: The area of the airport within the perimeter fencing, passenger sterile (screened) area, and secured facility exits separating landside and airside operations. q. Transition Surface: The surface extending outward and upward from the Primary and Approach Surfaces. r. Owner: The public body or authority for whom the work is to be provided (Eagle County Regional Airport) Owner Liaisons for project are the Engineer and the Manager of Airport Operations. 2. Airport Phone Numbers a. Fire, Rescue: (970) 524 -8250 b. Eagle Airport Security: (970) 977 -0276 C. Eagle Operations: (970) 524 -0850 d. Manager of Airport Operations (970) 977 -0276 Ovid Seifers (cell) U:V'roJ- wa2236 lq Fmle cou*- AkWV.C" Speolficaaurd=PmWonll.dw 0 APPENDIX A CONSTRUCTION OPERATION PLAN e. Engineer (303) 808 -9277 Casey Henderson (cell) 4.02 POLICY 1. Aviation Safety is the primary consideration during airport construction and repair. These activities shall be planned and scheduled to minimize disruption of normal aircraft activities. All work for this project will take place outside normal runway operational hours. Contractor working hours will be 8:00 PM to 6:30 AM. 2. This document provides information to Contractor on the requirements and procedures for accident Prevention, safety, security, and loss control. The objective of the FAA, the Eagle County Regional Airport, and the Engineer is to proceed forward with the project in a timely manner and achieve accident free construction. 3. Nothing contained herein is intended to relieve any contractor or supplier of the obligations assumed by the Contractor under their contract with the Owner or as required by Federal and State law and those having local jurisdiction. 4. Safety and Security, must be an integral part of each job. Full participation, cooperation, and support are necessary to ensure the safety and health of all persons and property involved in the project. 4.03 COORDINATION All coordination will take place through the Engineer and Manager of Airport Operations. NOTAMs will be issued, solely, by the Manager of Airport Operators. No closures will be permitted without the pertinent NOTAM in place for each closure. Runway 07/25 will be closed nightly for five (5) days to facilitate this project from 8:00 PM to 6:00 AM. Emergency access shall be available at all times. 4.04 SECURITY The Contractor shall immediately report the presence of unauthorized persons or vehicles on site to the Manager of Airport Operations. The contractor will receive three (3) airport security badges with escort endorsements. The badges will be issued to the Superintendent, Foreman, and Assistant Foreman in accordance with EGE Secured Identification Display Access (SIDA) requirements (Appendix B). All unbadged Contractor employees must be escorted in accordance with the attached SIDA requirements. All contractor vehicles must be clearly identified on both sides of the vehicle with company name or logo. Contractor vehicles must be appropriately lighted for nighttime operations. A vehicle that is equipped with the appropriate lighting devices shall escort vehicles that are not properly lighted. Lighting shall be in conformance with FAA AC 150/5210 -5, current edition. • APPENDIX A • CONSTRUCTION OPERATION PLAN PART 5 — SECURITY / BADGING 5.01 APPLICATIONS FOR BADGES 1. An application must be completed for each individual requesting an identification badge, and must be accompanied by a $50.00 refundable deposit for each badge requested. All applicants are required to be finger printed. There is a non- refundable charge of $50.00 per applicant for finger printing. 2. ID applications are available in the Eagle Airport Operations Office. The office is located in the ARFF building, West of the airport terminal. Telephone Number: (970) 524 -8246 Fax Number: (970) 524 -8247 3. All applications must be original. No copies will be accepted. 5.02 SECURITY VIOLATIONS 1. Should the Airport receive a fine resulting from a security violation committed by an employee of any contractor or subcontractor, the fine will be passed on to the general contractor. 2. Each individual who is issued an Airport ID Badge shall comply with all Airport Rules and Regulations and the Manager of Airport Operation's directives regarding Airport security. The failure of any individual to comply with such rules and directives will result in the issuance of a Violation Notice. 3. Any employee who commits a security violation will be immediately escorted out of the secure area, and his/her badge will not be returned until remedial actions have been taken (retraining, etc.). Based on the nature of the violation, the Airport may permanently revoke an airport identification badge and deny access to secure areas. 4. Critical security violations include but are not limited to the following: a. Loaning an airport issued ID badge to another individual or using another individuals badge. b. Failure ' to remain at a vehicle gate providing access to a restricted area until it has been secured. C. Leaving an escorted individual unattended in a Restricted Area. d. Failure to possess a valid airport issued identification badge while in the secure area (if unescorted). e. Propping open a door or gate that leads to a secure area and leaving it unattended. U.*VW8"2=118 Egle Cowty_pl weJ.01 Spedflaellonslwp mWon 11.doo APPENDIX A CONSTRUCTION OPERATION PLAN f. Bypassing the security system, passing back an Airport ID Badge, or providing access to unauthorized individuals. g. Altering the Airport ID badge. ? PART 6 — ADDITIONAL REQUIREMENTS .� 6.01 Contractor is responsible for clearing runway of all FOD hazards prior to securing the jobsite at 6:30 AM each morning. Superintendent or Foreman will personally conduct a physical inspection of runway (CONTRACTOR will notify Engineer and Manager of Airport Operations). Once the runway has been cleared of all FOD contractor employees and equipment. 6.02 Primary access will be through the gate adjacent to the ARFF Building (0219 Eldon Wilson Road). While not actively being used, the gate must be kept closed and locked. Gate must not be left unattended while open. _y L--% Q Vw, .-q U:1ProJeda1PP Ullo Eagle po udyJlhpmi7.01 8pedflodo -Xoop MVW- HAW t - r S'v -r k� , t �t I 11 J r'1 .J �. d y r .i ` a t x '' e- - P .11 i A d 3 _ J ' 3 r a �' F r i 1 v A- a J s F T J re f S h Y f J I\ r q., 1 ra, t ,* t J" °„ b ] , tl t t 1 1 4; - 1 - ` ". P ) } -r r 2 -! 1 , I F i y j =. I h v y r �. _ r4 - .1 , k 1 L. S ti; f f y ] I f 1 -� Y t "'+, t r� r r t 1. n r t° E '1 L F) t T J'4 r I 1 J, t) , ♦5, J I i^ Y r 1- f l t — F E 1 t. , 7 v t. -v4 c �,�q 1 < . 1 r 1 .l' t 4 ] f J t I j i* r, r4 � r r q l!" a 't a' 1 i S t a i .?>" S. x.k i' 4 .�. * J .t ( r.. r Sit t I ? i° :. 11 1? Y{ N ", '. f 1.5 k ,.t R- S' , i :, i J: )� .j .r .t. .t.- y d r, 0 i . _.y 7 av i -� J I. Y ° t t _. r t ; T ! 4 } ��yb ✓ 1 Y 1}'f ^ ) ; ,t 3. •n ,r�'1 4,k 1 1' :- 4 ..rr . I < - A V y \ 4. . vq { , j. �� y ? ,rt f t tir 1. s m t Sy r :,- t ti n- kx : i. ;" q ��'1 v a t r 'y� 'd 'n, w y: c to j +� A l Y I y l -tom J 4 f ,,'{ 1. „ 'b �, 7 t } f': r ` � s % }l i ' `� C , r 4:�.. a. I S.; I^ y. i, �.5 S , ' t _ , 4. r t l t. r d , r 5 'r r T �. b \; 11 I 11 11, yy M a- t, y s ' - a '' 1 ,a 5i. " '"< x '{ :w f ', ', t" aA� .o /f F ,:� ! 1 r F Y 7 v1 q x 1 '�j•{ ° a3 J. 2 1. '+,�.,y1. � 1 &." 5 r r I t t 1. i. .:qr 4 4, ` r r, 1 - i iL 1. A 'v i k , Y t' a < f d 5 t "I . 4 T =/ 5. e. {atd llrt� .ti. '` 'j _ t T: A. f t., s yf -: hY $ "r A ? , .:P;,%-,-.,,, r +,y;.- b 3 r 1. 1= 1 I 4 y y `r . r . 1 .. a r ¢ r S \ , `" h ,, t 0 }r. ? ( t', 't . ; f .Y {' I " t r + s f V r� e * t u y: q *- t ,+ r b " r to � ° Y ,� f �• Y °. . b t "I ° 4. r a A a r 6 liA q �, j ° } r ] . i (: f I ; +. F M ,4 t . � L ra •� r t P "+ 2 3 '. � . . r -r Y� r 1 ) �roY a1. ;yP .t r , , y x .al p " + i y ' a _ 4., 7 • t .r. ", F V.4' t w' J• r p • \ it _ . r r i 1 .: S. 1 i t 4• , '� A.t J ✓1' A �l S} E t M psi 1 y s ..t r X r r Sr ah a�F I' iJ M. S :� `r l 4 V, -1, 1 4yy 'l f 1 r j4 / r L�'� \ 1 r a `� t r i} I .�1 aF "r' t y -}. x .�. i�- s, v �fJ r� a ; o t - 11 yI Y t a r t A `4, %, 1 -.. y }:3 f ., 54 "I � t ' ' A E f #, a 4 r 1y�,"O,, I r "'t ps t s, Fc.:a` 1:. �, w r i 5 � i L.'..i .L T .A F '� 3 °'A I f, .J 1 5 J," ' \ 1 t. ^1 'x f J t .t r c4 $_. 4°' tr° y -.ems S;Fr`! " + �:M1 r S ° �, � f T � ' t v 1 e . ,, ➢ }� T 4 f. • c - r ""°f ° -r 11r Y.' ) . { j . b° , r! i i 1 4, ! I "\ r F } r 'F I• far r -_'v td- 4; 1 11 ht / J .r 1 r L i 4 7 ll: 1 r AA t i � t G' 4, � 1 I J. 3 } _?l ' t '.,,i'i F }. is tt,, d t. W iE_ r b F '� z r t t q 4 r .� +," F 1 '" t J• r 1 ;q f yC v 'S 1 t] x s a -, r �, ," h Y'- -r 'a Z 5. it . �..; ^' t, fi d:'r - *. {[ l , rl > J 1 , of a -r ;I .y 41 ,t 5 ,i, Jr 6 4 k r, 1 1 , 4; ' { b ) i ;1 g i tz lid q 4 > t� r ,, r f F { k '�. 1 1- i [ 11 i l * y ^ . � �- 'o c' '' , t ' f i k i, 4 .I 1 t ,s ,a. - 4( - i r * Ab