No preview available
HomeMy WebLinkAboutC15-336 EwingTrucking & Construction for East Eagle Beacon TowerFIXED BID CONSTRUCTION AGREEMENT BETWEEN EAGLE COUNTY, COLORADO AND EWING TRUCKING & CONSTRUCTION, LLC FOR EAGLE COUNTY EAST EAGLE BEACON TOWER SITE BUILDING AND SITE IMPROVEMENTS THIS AGREEMENT is made this 4' Nay of AVC,VAsT 2015, by and between Eagle County, (hereinafter "County" or "Owner "), and Ewing Trucking & Construction, LLC, a company organized and existing by virtue of the laws of the State of. Colorado ( "Contractor "). RECITALS WHEREAS, County desires to make certain improvements to the East Eagle Beacon Tower Site including installation of two prefabricated buildings and site improvements (the "Project "); and WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise necessary to perform said services for County; and WHEREAS, Contractor understands and acknowledges that the Project is for the installation of two prefabricated buildings and site improvements at East Eagle Beacon Tower Site and that Contractor's work under this Fixed Bid Construction Agreement (the "Agreement ") will be subject to the specifications, terms and requirements contained in the attached Exhibit A; and WHEREAS, County and Contractor intend by this Agreement to set forth the scope of the responsibilities of Contractor in connection with the Project and related terms and conditions to govern the relationship between Contractor and County in connection with this Agreement. AGREEMENT NOW, THEREFORE, in consideration of the foregoing premises and the following promises, County and Contractor agree as follows: ARTICLE 1— WORK 1.1 Contractor shall use licensed, skilled and competent laborers to complete all Work as specified or indicated in the Contract Documents. The "Work" is generally described as providing all labor, tools materials and services for the site improvements of the Eagle County Emergency Management, East Beacon Radio Site to complete the Project in accordance with Eagle County East Beacon Radio Site Drawings and Project Supplemental Conditions issued by Marcin Engineering, LLC — Sheets C 1.0, C2.0, C3.0, ci,�-33(a C4.0, C5.0, and all of which are Dated June 30, 2015, and Structural Drawings by- Glenwood Structural and Civil, Inc. Sheets S 1. 1, S2:1 dated June 30, 2015, and Electrical Drawings by Architectural Engineering Consultants Sheets E1.0, ELI dated June 30, 2015 including any Addendum thereto which may from time to time be issued, which are collectively attached hereto and incorporated herein as Exhibit A and in accordance with the representations made in Contractor's proposal dated July 21, 2015, attached hereto as Exhibit B and incorporated herein by this reference. As a component of the Work, Contractor will be required to protect all construction areas from the public to prevent interference with the Work to be provided hereunder. The Work may also be referred to herein as the "Construction Services." Absent a written change order or amendment complying with the requirements of Article 2 of this Agreement, the Work does not include Alternate #1 (Tenant Building and Improvements). ARTICLE 2 -EAGLE COUNTY'S REPRESENTATIVE 2.1 The Project is under the authority of the Eagle County Project Management Department, the Manager of which, or his designee, shall be County's Project Manager with Contractor with respect to the performance of the Work (hereinafter "Project Manager "). 2.2 The Eagle County Project Manager shall be authorized to sign change orders increasing the scope of work and associated compensation within the budget constraints set for the Project. Change orders in excess of the budgeted amount must be signed and approved by the Board of County Commissioners. ARTICLE 3 — CONTRACT TIME 3.1 This Agreement shall commence upon execution of this Agreement by both parties and, subject to the provisions of Article 11 hereof, shall continue in full force and effect until the Work has been completed. 3.2 The Eagle County Project Manager will issue a Notice to Proceed with the Construction Services for the Work. Contractor will commence Work with the applicable component of the Project within seven (7) days of the County's issuance of a Notice to Proceed for the applicable component of Work. Once a Notice to Proceed has been issued, Contractor will complete the Work in a diligent and expeditious manner and shall achieve Substantial Completion of the foundation and grounding rings work ready for placement of the two prefabricated buildings no later than September 15, 2015. Final completion of the Work in accordance with paragraphs 20 and 21(including subparts) of the General Conditions shall be achieved by Contractor on or before October 31, 2015. 3.3 Before a Notice to Proceed can be issued, County shall obtain a building permit from the Eagle County Building Department. ARTICLE 4 — CONTRACT PRICE 4.1 For Work on the Project, County shall pay Contractor for the Construction Services in current funds, . a sum not to exceed one hundred fifty thousand two hundred and four dollars ($150,204.00) in accordance with the unit prices set forth in Exhibit B. Contractor shall not be entitled to overtime or other costs and Contractor acknowledges that the compensation for, the Work hereunder shall not exceed the amount set forth in this paragraph. ARTICLE 5 — PAYMENT PROCEDURES 5.1 Contractor shall submit applications for payment in accordance with paragraph 18 of the General Conditions. The Contractor shall submit applications for payment and all back -up material (e.g. Subcontractor's invoices, vendor statements and receipts) as shall be reasonably required in accordance with the General Conditions. Applications for payment will be processed by the Project Manager as provided in the General Conditions. The application for payment shall list all general and sub -trade divisions with each division clearly showing the total construction cost and all increments for monthly payment requests for labor and materials and all monthly reconciliation totals for each division. The application shall also include a summary of all current changes to the contract through approved Change Orders and the cost impact for these changes. 5.2 PROGRESS PAYMENTS: County shall make monthly progress payments on account of the Contract Price on the basis of Contractor's applications for payments as recommended by the Project Manager, as provided below. All progress payments will be on the basis of the progress of the Work. County shall have the right to request and inspect supporting documentation for progress payments, including but not limited to receipts and invoices evidencing payments of charges associated with the Work. 5.2.1 Progress Payments will be in an amount equal to: Ninety -five percent of the calculated value of Work completed and materials and equipment not yet incorporated in the Work but delivered and suitably stored less in each case the aggregate of payments previously made. The withheld percentage of the Contract Price may be retained until the Work is completed satisfactorily and finally accepted by County as provided for herein. 5.3 FINAL PAYMENT: Except as provided in section 5.4 of this Agreement, within sixty (60) days of completion and acceptance of the Work by County in accordance with the General Conditions, County shall pay the remainder of the Contract Price as recommended by Project Manager as provided in par_ agraphs 20 and 21 including sub- parts) of the General Conditions. The final payment shall not be made until after final settlement of this contract has been duly advertised at least ten days prior to such 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 C.R.S. § 38 -26 -107, as amended. Final 3 payment shall be made in accordance with the requirements of aforesaid statute. 5.4 County may withhold from any payments due to Contractor, to such extent as may be necessary to protect the County from loss, because of defective work or material not remedied or the failure of Contractor to carry out the Scope of Work in accordance with this Agreement. ARTICLE 6 — CONTRACTOR'S REPRESENTATIONS In order to induce County to enter into this Agreement, Contractor makes the following representations: 6.1 - _ 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 may, in any manner, affect cost, progress, or performance of the Work. 6.2 Contractor has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress, or performance of the Work which were relied upon by Project Manager in the preparation of the plans and specifications as shown in Exhibit A. 6.3 Contractor has made, or caused to be made, examinations, investigations, and tests and studies of such reports and related data in addition to those referred to herein as he deems necessary for the performance of the Work at the contract price, within the contract time, and in accordance with other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are, or will be required by Contractor for such purposes. 6.4 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents. 6.5 Contractor has given Project Manager written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by Project Manager is acceptable to Contractor. ARTICLE 7 — CONTRACT DOCUMENTS The Contract Documents which comprise the entire Agreement, made a part hereof, and consist of the following: 7.1 This Agreement. 7.2 General Conditions. in 7.3 Eagle County Emergency Management East Beacon Radio Tower Site Improvements Drawings and Supplemental Conditions issued by Marcin Engineering Sheets Dated June 30, 2015, Structural Drawings by Glenwood Structural dated June 30, 2015 and Electrical Drawings by Architectural Engineering Consultants dated June 30, 2015 including any Addendum that may be issued thereafter, which are collectively attached hereto and incorporated herein as Exhibit A. 7.4 Contractor's Proposal and Bid Forms dated July 21, 2015 which are attached hereto and incorporated herein as Exhibit B. 7.5 Ground Engineering Consultants, Inc. Subsurface Exploration Program and Geotechnical Recommendations Study Report dated August 15, 2013 and Soil Resistivity Testing dated June 21, 2013 which are attached hereto and incorporated herein as Exhibit C. 7.6 There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended, or repealed by a Change Order or Modification (as defined in the General Conditions). 7.7 The intent of the Contract Documents is to include all items, components and services necessary for the proper execution and completion of all the Work outlined in paragraph 1.1 of this Agreement. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Words and abbreviations which have well known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. The Contract Documents are listed in order of priority. If a conflict exists in the terms of any of the Contract Documents, the document with a higher priority shall control. ARTICLE 8 — MISCELLANEOUS 8.1 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. 8.2 County and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.3 Notwithstanding anything to the contrary contained in this Agreement, Eagle County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. § 29 -1 -101 et seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 8.4 Contractor shall comply with the following provisions mandated by C.R.S. § 8- 17.5 -101 et seq. PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES: As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8 -17.5 -101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. § 8- 17.5 -101, et seq., and this Agreememt. By execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Contract and that Contractor -will participate in the E- verify Program or other Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Agreement. 8.4.1. Contractor shall not: (i) Knowingly employ or contract with an undocumented individual to perform work under this contract for services; or (ii) Enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. 8.4.2. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in the E- verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E- verify program can be found at: http://www.dhs.gov/xprevprot/programs/gc 1185221678150.shtm 8.4.3. The Contractor shall not use either the E- verify program or other Department Program procedures to undertake pre - employment screening of job applicants while the public contract for services is being performed. 8.4.4. If the Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, the Contractor shall be required to: n (1) Notify the subcontractor and the County within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; and (ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (D) the subcontractor does not stop employing or contracting with the undocumented individual; except that the Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. 8.4.5. The Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an - investigation that the department is undertaking pursuant to its authority established in C.R.S. § 8 -17.5- 102(5). 8.4.6. If a Contractor violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Contractor shall be liable for actual and consequential damages to the County as required by law. 8.4.7. The County will notify the office of the Colorado Secretary of State if Contractor violates this provision of this Contract and the County terminates the Contract for such breach. 8.5 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 in law or in equity to recover damages for breach of this Agreement, or an action in tort 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. 8.6 At all times during the term of this Agreement, Contractor shall maintain insurance on its own behalf in the minimum amounts required by paragraph 14 of the General Conditions. 8.7 Contractor shall require each subcontractor to be bound by the terms of the Contract Documents. All Work performed by a subcontractor shall be pursuant to the appropriate written agreement in accordance with the requirements of the Contract Documents. ARTICLE 9 - JURISDICTION AND VENUE 0 9.1 This Agreement shall be interpreted in accordance with the laws of the State of Colorado and the parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in the Fifth Judicial District for the State of Colorado. ARTICLE 10 - INDEMNIFICATION 10.1 The Contractor shall, to the fullest extent permitted by law, indemnify and hold harmless County and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County or any of its officers, agents, or employees may become subject to, insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor hereunder or any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder; and Contractor shall reimburse County for any and all legal and other expenses including attorney fees incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that the County is solely liable to such third party for such claim. This Article shall survive termination of this Agreement. ARTICLE 11- TERMINATION 11.1 County may terminate this Agreement, in whole or in part, for any reason, at any time, with or without cause. Any such termination shall be effected by delivery to Contractor of a written notice of termination specifying the date upon which termination becomes effective. Upon termination, Contractor shall deliver all redlined drawings and other illustrations, photos or documents entirely or partially completed, whether in electronic form or otherwise, together with all material supplied by Contractor or by County. In such event, Contractor shall be compensated for all Work satisfactorily completed up to the date of termination. Final payment, subject to the requirements of Article 5 of this Agreement, will be due within thirty (30) days after Contractor has delivered the last of the documents or records due the County. ARTICLE 12 - OWNERSHIP OF DOCUMENTS 12.1 All documents (including electronic files) which are obtained during or wholly or partially prepared in the performance of the Work shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. ARTICLE 13 NOTICE 13.1 Any notice required under this Agreement shall be personally delivered, mailed in the United States mail, first class postage prepaid, or sent via facsimile provided an original is also promptly delivered to the appropriate party at the following addresses: E:j The County: Eagle County Project Management Rick Ullom, Construction Manager P.O. Box 850 Eagle, Colorado 81631 (970) 328 -8881 (p) (970) 328 -8899 (f) and a copy to: Eagle County Attorney P.O. Box 850 Eagle, Colorado 81631 (970) 328 -8685 (p) (970) 328 -8699 (f) The Contractor: Ewing Trucking & Construction, LLC P.O. Box 2303 Edwards, CO 81632 (970) 926 -2770 (p) (970) 926 -4736 (f) Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted and confirmed received or, if transmitted after normal business hours, on the next business day after transmission, provided that a paper copy is mailed the same date; or three days after the date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service. ARTICLE 14 — INDEPENDENT CONTRACTOR 14.1 It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or be construed as establishing an employment relationship. Contractor shall be, and shall perform as, an independent contractor. No technician, agent, subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the employee, agent or servant of County. Contractor shall be solely and entirely responsible for its acts and for the acts of its subcontractors, technicians, agents, employees, and servants during the performance of this agreement. Contractor shall not represent, act, purport to act or be deemed the agent, representative, employee or servant of County. / / /THE REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY. SIGNATURE PAGE FOLLOWS. /// Gt IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate on the day and year first set forth above. One counterpart each has been delivered to County, Contractor and Project Manager. All portions of the Contract Documents have been signed or identified by County and Contractor. ATTI P. V. Teak Simonton Clerk to the Board PAGLE COUNTY, STATE OF COLORADO, 6wirlidler STATE OF COLORADO) ) SS COUNTY OF EAGLE ) CONTRACTOR: r 4 ' By: Name: BAP-7 U6 �' Title: V11 4 A-) +6rR The foregoing instrument was acknowledged before me by WLT I I° U as Z of i ° L4 , . on this day of 2015. My commission expires: DEBORAH L CHURCHILL � - ©Q NOTARY PUBLIC Notary Public STATE OF COLORADO NOTARY ID # 20034005464 MY COMMISSION EXPIRES MARCH 24. 2019 10 GENERAL CONDITIONS 11 EXHIBIT A DRAWINGS AND SPECIFICATIONS FOR EAGLE COUNTY EMERGENCY MANAGEMENT EAST BEACON RADIO TOWER SITE IMPROVEMENTS PREPARED BY MARCIN ENGINEERING, GLENWOOD STRUCTURAL AND ARCHITECTURAL ENGINEERING CONSULTANTS DATED JUNE 30, 2015 12 EXHIBIT B CONTRACTOR'S BID FORM 13 [To Be Inserted] 14 15 ACORt)r CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DDIYYYY) 3/16/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Moody - Valley Insurance Agency, Inc. 760 Horizon Dr, Suite 302 Grand Junction CO 81506 CONTACT TOn a Raymond NAME: Y Ym PHONE , (970) 248 -8300 FAX (970)292 -1894 AIC A/C No E-MAIL tra and @mood ADDRESS: Ym ins.com Y INSURER(S) AFFORDING COVERAGE NAIC # INSURER A .Cincinnati Insurance Companies LIMITS INSURED Ewing Trucking and Construction, LLC . PO BOX 2303 Edwards CO 81632 INSURERB:Pinnacol Assurance 41190 INSURER C: INSURERD: INSURER E: $ 1,000,000 INSURER F: X COMMERCIAL GENERAL LIABILITY COVERAGES CERTIFICATE NUMBER-15/16 with forms RPVICIr1Al All IMR1=0- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM /DDfYYYY POLICY EXP MMIDDNYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAG TO RENT D PREMISES Ea occurrence 100 00 $ i 0 A CLAIMS -MADE FxI OCCUR X EPP0171971 /1/2015 1/1/2016 MED EXP (Any one person) $ 5,000 PERSONAL BADVINJURY $ 1,000,000 Additional Insured GENERAL AGGREGATE $ 2,000,000 ndorsement per GE N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 orm GA233CO0511 X POLICY PRO LOC ttached $ AUTOMOBILE LIABILITY ECOM aBINED t SINGLE LIMIT 1,000,000 X BODILY INJURY (Per person) $ A ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS X BA0171971 1/1/2015 1/1/2016 HIRED AUTOS X NON -OWNED AUTOS X PROPERTY DAMAGE Per accident $ Medical payments $ 5,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 A EXCESS LIAB CLAIMS -MADE DED X RETENTION$ 10,000 $ EPP0171971 1/1/2015 1/1/2016 B WORKERS COMPENSATION X I WC ST- TH- DRY EMPLOYERS' LIABILITY YIN E.L. EACH ACCIDENT --° $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? ❑ (Mandatory lnNH) NIA 1856142 1/1/2015 1/l/2016 E.L. DISEASE - EAEMPLOYE ..__.._ $ 1,000,000 IfyS describe under E.L. DISEASE - POLICY LIMIT I $ 1,000,000 DESCRIPTION OF OPERATIONS below A Cargo PP0171971 1/1/2015 1/1/2016 $ 500,000 UL5cKIP I [UN Ut- UPEHATIVN5I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) RE: Eagle County - East Eagle FCC Beacon Tower Building & Site Improvements. As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations and exclusions: the Certificate Bolder is included as Additional Insured for work, acts or omissions which includes completed operations under the General Liability but only with respect to liability arising out of the Named Insured's work performed on behalf of the certificate holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Eagle County Government ACCORDANCE WITH THE POLICY PROVISIONS. 500 Broadway Eagle, CO 81631 AUTHORIZED REPRESENTATIVE Tonya Raymond /TONRAY w ACORD 25 (2010/05) ©1988 -2010 ACORD CORPORATION. All rights reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the fallowing: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Motive: Policy Number: 01.01 -2013 ERA 017 19 71 Named insured: EW7NG TRUCKING AND Countersigned by: With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION 11 - UABIUTY COVERAGE, A. Cover- age, I. Who is an Insured is amended to include as an insured any person or organization with which you have agreed In a valid written contract to provide insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury' or "property damage ". AA 41711105 C� NOTICE REQUEST FOR PROPOSALS FOR CONSTRUCTION SERVICES FOR EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS, EAGLE COUNTY, COLORADO Eagle, Colorado July 1, 2015 Eagle County is soliciting proposals for Construction Manager /General Contractors for construction services for the installation of two prefabricated buildings and site improvements on BLM property leased by Eagle County, known as "East Beacon Tower ", located south of Hwy 6 between Eagle and Gypsum, Colorado. Services to be provided include installation of two prefabricated buildings, new off -site cast concrete foundation for each building, installation of satellite dish and site improvements including, grading, fencing, pavers and grounding system. This Request for Proposals ( "RFP ") will be non - exclusive. Eagle County reserves the right to purchase supplies or services from other professionals. Selection will be based on an evaluation of a number of factors including, but not limited to: price, recent experience in radio tower sites, local knowledge of the region, reputation, background capacity to meet schedules and budgets, quality of previous projects, familiarity with Eagle County and degree of interest shown. A mandatory pre - proposal site visit is scheduled for Tuesday July 7, 2015 at 1:30 p.m. MDT. Meeting location is the Eagle County Maintenance Service Center Building A located at 3289 Cooley Mesa Road, Gypsum, Colorado. Proposals must be received by U.S. mail addressed to the Eagle County Project Management Department, ATTN: Rick Ullom, Construction Manager, P.O. Box 850, Eagle, CO 81631 -0850 or by FedEx, UPS, DHL, or hand delivered to the Eagle County Project Management Department Office, Eagle County Maintenance Service Center, ATTN: Rick Ullom, 3289 Cooley Mesa Road, Gypsum Colorado, 81637 or by email: rick.ullomAeaslecounty.us on or before 3:00 p.m., MDT on July 21, 2015. Any proposal received after this time will not be considered and will be returned to the respondent unopened unless good cause is shown as determined by Eagle County in its sole discretion. The proposal document may be obtained at the same location identified above for receiving proposals, during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday. The complete document is also available at www.eaglecounty.us. Contact information: Rick Ullom Rick.ullom(&eaglecounty.us 970 - 328 -8780 REQUEST FOR PROPOSALS INSTRUCTIONS TO PROPOSERS 1. Eagle County, Colorado will be receiving proposals at the office of Eagle County Project Management Department, Eagle County Maintenance Service Center, 3289 Cooley Mesa Road, Gypsum Colorado, 81637 and via email at rick.ullom a,eas!lecounty.us 2. Any question, interpretation or clarification regarding this Request for Proposals (RFP) is required 7 calendar days prior to the due date. Responses, if any, will be issued by addenda posted to www.earlecounty.us All questions regarding this proposal must be in writing to Rick Ullom, Construction Manager. Questions may be faxed to 970 - 328 -3539 or emailed to rick.ullom a,eaglecounty.us. Please call to verify receipt of your questions. No additional questions will be accepted after the date and time referenced above unless good cause is shown as determined by Eagle County in its sole discretion. Oral interpretations shall be of no force and effect. Three (3) copies of your proposal are required. If brochures or other supportive documents are requested, then it is required that three (3) sets be submitted with your proposal. 4. Eagle County reserves the right, in its sole discretion, to reject any and all proposals submitted in response to this RFP, to waive or not waive informalities or irregularities in proposals received or RFP procedures. Eagle County also reserves the right to re- advertise, or to otherwise provide the services as determined by Eagle County to be in its best interest, and to accept any portion of the proposal deemed to be in the best interests of Eagle County to do so, or further negotiate cost, terms or conditions of any proposal determined by Eagle County to be in its best interests. 5. Eagle County may, at its sole discretion, modify or amend any and all provisions herein. If it becomes necessary to revise any part of the RFP, addenda will be provided through posting at www.eaglecounty.us. Eagle County reserves the right to extend the RFP submittal date or to postpone the award of an agreement. All proposals will be reviewed by a selection committee and any other review as determined to be necessary. Respondents may be asked to supplement their initial proposals with additional written material. Eagle County may short-list respondents based upon an evaluation of the written submittals. Eagle County may arrange for in- person interviews with the short-listed respondents for a detailed presentation. 7. The selected proposal will be the one considered the most advantageous regarding price, quality of service, qualifications and capabilities of respondent to provide the specified service, respondent's familiarity with Eagle County and any other RFP Professional Services Eagle County Final 6/14 2 factors the County may consider as determined by Eagle County in its sole discretion. Eagle County may award a contract even if not the lowest priced proposal based upon a review of the identified factors. A mandatory pre - proposal site visit is scheduled for Tuesday July 7, 2015 at 1:30 p.m. MDT. Respondent is encouraged to clearly identify any proprietary or confidential data or information submitted with the proposal. Regardless of whether or not so marked, Eagle County will endeavor to keep that information confidential, separate and apart from the proposal. Notwithstanding the foregoing, respondent acknowledges that Eagle County may be required to release the information in accordance with the Colorado Open Records Act or order of the court. 9. Eagle County will not pay for any information requested herein, nor is it liable for any costs incurred by the respondent in connection with its response to this RFP. 10. No work shall commence nor shall any invoices be paid until the successful respondent has entered into a fully executed agreement with Eagle County and provides the requested proof of insurance. 11. As of August 7, 2006, state and local government agencies are prohibited from purchasing services from any contractor that knowingly employs illegal immigrants to help carry out publicly funded work. Pursuant to the provisions of Colorado Revised Statutes, 8- 17.5 -101, contractors must certify that they are using the E -Verify Program or Department Program to verify the employment eligibility of new employees. If a contractor awarded contract violates the provisions of Colorado Revised Statutes 8- 17.5 - 101(2), the state or local government agency may terminate the contract and the contractor will be liable for damages to such agency. 12. No telephone or oral proposals will be accepted. 13. Proposals must be clearly identified on the front of the envelope or in the email submittal by proposal title. Responsibility for timely submittal of proposals lies solely with the respondent. Proposals received after the closing time specified will not be considered unless good cause is shown as determined by Eagle County in its sole discretion. 14. Respondent(s) who submit a proposal are responsible for becoming fully informed regarding all circumstances, information, laws and any other matters that might, in any way, affect the respondent's role and responsibilities. Any failure to become fully knowledgeable shall be at the respondent's sole risk. Eagle County assumes no responsibility for any interpretations made by respondents on the basis of information provided in this RFP or through any other source. 15. All respondents must include a fully executed Proposal Form with their proposal. RFP Professional Services Eagle County Final 6/14 16. Eagle County reserves the right to award an agreement to the respondent that demonstrates the best ability to fulfill the requirements of the project based upon our evaluation of the selection criteria. 17. This RFP is not intended to completely define the contractual relationship to be entered into with the successful respondent(s). 18. Upon identification by Eagle County of the successful respondent, Eagle County will give the successful respondent the first right to negotiate an agreement acceptable to Eagle County. In the event that an agreement satisfactory to Eagle County cannot be reached, Eagle County may enter into negotiations with one or more of the remaining respondents. Eagle County may choose to discard all proposals and re -issue another RFP. 19. The successful respondent will perform all of the work or services indicated in the proposal in compliance with the negotiated agreement. 20. The successful respondent(s) shall comply with the following insurance language which shall be included in the agreement to be awarded unless otherwise agreed to in writing by Eagle County: A. Contractor shall purchase and maintain such insurance as will protect it from claims set forth below which may arise out of or result from Contractor's operations under the contract, whether such operations be by itself, or by any of its subcontractors, 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 addition, Contractor shall maintain such completed operations insurance for at least one year after final payment. B. Insurance coverages shall be as follows: Coverage for claims under Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in amounts as required by the laws of the State of Colorado; Coverage for claims for damage because of bodily injury, occupational sickness or disease, or death of its employees, and claims insured by usual personal injury liability coverage; Coverage for claims for damage because of bodily injury, sickness or disease, or death of any person other than its employees, and claims insured by usual injury personal liability coverage; and RFP Professional Services Eagle County Final 6/14 4 Coverage for claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. Coverage for Contractor's Liability Insurance issued to and covering the liability for damage imposed by law upon Contractor and each subcontractor with respect to all Work performed by them under this Agreement. Coverage for Contractor's Protective Liability Insurance issued to and covering the liability for damages imposed by law upon Contractor and each subcontractor with respect to all Work under this Agreement performed for Contractor by subcontractors. Coverage for Completed Operations Liability Insurance issued to and covering the liability for damage imposed by law upon Contractor and each subcontractor arising between the date of final cessation of the Work, and the date of final acceptance thereof out of that part of the Work performed by each. Comprehensive Automobile Insurance shall be carried in the amount of $500,000 1$1,000,000 for bodily injury and $500,000 for property damage, each occurrence. All liability and property damage insurance required hereunder shall be Comprehensive General and Automobile Bodily Injury and Property Damage form of policy. 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 herein set forth, subject to the approval of the County, will be permissible. Insurance covering claims for damages to persons or property required by the preceding paragraph shall be in the following minimum amounts: Bodily Injury Liability: Each Person: $1,000,000 Each Accident or Occurrence: $1,000,000 Property Damage Liability: Each Accident or Occurrence: $1,000,000 Aggregate: $2,000,000 Insurance shall be placed jointly in the names of the County, Contractor, and any and all subcontractors, and any and all others obliged by contract with the County to do Work on this Project, and, at the County's option, any other person or persons whom the County deems to have an insurable interest in said property, or any part thereof, payable as their several interests may appear. Any proceeds obtained from insurance provided for by this paragraph shall be paid to and held RFP Professional Services Eagle County Final 6/14 by the County as trustee. The County shall have the right to withhold payment of such proceeds until such time as the Work destroyed or damaged and covered by such insurance shall be reconstructed and shall pay such proceeds on an installment basis similar to that provided for by progress payments covering the original Work. C. Certificates of Insurance: Certificates of Insurance acceptable to the County shall be filed with the County with respect to each contractor and subcontractor prior to commencement of the Work. These Certificates shall contain provisions naming the County 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 canceled until at least thirty days prior written notice has been given the County. Contractor and its subcontractors shall not permit any of its subcontractors to start Work until all required insurance have been obtained and certificates with the proper endorsements have been filed with the County. Failure of Contractor to comply with the foregoing insurance requirements shall in no way waive the County's rights hereunder 21.Further, the successful respondent(s) shall comply with the following indemnification language which shall be included in the agreement to be awarded: "Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County may become subject to, insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its sub - Contractors hereunder; and Contractor shall reimburse County for reasonable attorney'fees and costs; legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof." RFP Professional Services Eagle County Final 6/14 REQUEST FOR PROPOSAL PROPOSAL FORM THIS PROPOSAL FORM MUST BE SUBMITTED WITH YOUR PROPOSAL TO: Eagle County Project Management Department Office ATTN: Rick Ullom, Construction Manager P.O. Box 850 Eagle, CO 81631 -0850 Eagle County Project Management Department Office Eagle County Maintenance Service Center ATTN: Rick Ullom 3289 Cooley Mesa Road Gypsum Colorado 81637 Rick.ullom(&eaglecounty.us Re: REQUEST FOR PROPOSALS FOR CONSTRUCTION SERVICES FOR EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS, EAGLE COUNTY, COLORADO The undersigned, having examined the Instructions to Proposers and any and all documents related to the above referenced RFP: (a) agree to comply with all conditions, requirements, and instructions of the Request for Proposal as stated or implied therein; (b) Acknowledges the right of Eagle County, Colorado in its sole discretion to reject any or all proposals submitted, and that an award may be made to a proposer even though not the lowest cost; (c) Acknowledges and agrees that the discretion of Eagle County, Colorado in selection of the successful proposers shall be final, not subject to review or attack; and (d) Acknowledges that this proposal is made with full knowledge of the foregoing and full agreement thereto. By submission of this proposal, and signature below, the respondent acknowledges that he has the authority to sign this Proposal Form and bind the company named below. The proposer further acknowledges that Eagle County, Colorado has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the proposal and related documents, and authorizes release to Eagle County of any and all information sought in such inquiry or investigation. Company Name: Title of Proposer: Signature of Proposer: RFP Professional Services Eagle County Final 6/14 7 REQUEST FOR PROPOSAL PROJECT DESCRIPTION Eagle County Emergency Services is constructing a Radio Tower site on East Beacon Hill between Eagle and Gypsum. An existing tower is on site. New prefabricated buildings and site work are required to fully develop the site SCOPE OF SERVICES Construction services to be provided include installation of two prefabricated buildings, new off -site cast concrete foundation for each building, installation of satellite dish and site improvements including, grading, fencing, pavers and grounding system. Eagle County will provide the prefabricated buildings. They will be delivered to the jobsite by the Army National Guard helicopter no later than September 30, 2015. Contractor will be responsible for setting the buildings on precast foundations and all site connections and completion of the project as identified in the contract documents. Access to the site is via non maintained BLM road that may require 4wheel drive to access the jobsite. PROPOSAL SUBMITTAL REQUIREMENTS 1. Proposal Form. Must be signed and submitted with response. 2. Qualifications. Briefly explain your company's qualifications to provide the services requested, e.g., years in business, staffmg, vehicles to be utilized and experience. 3. Experience. Briefly include experience in Radio Tower construction. In particular a familiarity with ice bridges. Provide evidence of the electrical contractor familiarity with grounding rings and R56 Standards and Guidelines for Communication Sites. 4. Schedule. The Project goal is to commence construction in late August upon execution of the agreement and Notice to Proceed. It is absolutely imperative the site is fully prepared and ready for delivery of the buildings no later than September 29, 2015 and that final completion of the project will occur no later than October 31, 2015. 5. 6. Pricing. Submit proposal on the Bid Form included in Exhibit A -Bid Form. 7. Familiarity with Eagle County. Provide a narrative describing familiarity with Eagle County. RFP Professional Services Eagle County Final 6/14 8. References. Please provide references from projects of similar type. Include name of entity, contact name and telephone number. 9. Legal Issues. Are there any lawsuits, federal, state or local tax liens, or any potential claims or liabilities against you, your company or the officers of the company at this time or within the last three years? If so, please explain. RFP Professional Services Eagle County Final 6/14 9 GENERAL CONDITIONS FOR CONSTRUCTION SERVICES AGREEMENT EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS - - I. Contractor shall provide and pay for labor, materials, equipment, tools, licenses, transportation, and other facilities and services necessary for proper execution and completion of the Work. 2. If Contractor fails to obtain the tax exemption(s) applicable to public works projects from sales, consumer, use and similar taxes, Contractor shall pay the same. County will cooperate with Contractor to obtain tax exemption for this project. 3. Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the Work, and the general and local conditions which can affect the Work or the cost thereof. Any failure by Contractor to do so will not relieve it from responsibility for successfully performing the Work without additional expense to the County. County assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, employees or agents prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Agreement. 4. Before commencing activities, Contractor shall: (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to Contractor with the Agreement; and (3) promptly report errors, inconsistencies or omissions discovered to County. 5. Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. 6. Contractor, as soon as practicable, shall furnish in writing to the County the names of subcontractors and suppliers for each portion of the Work. 6.1 Contractor shall be fully responsible for all acts and omissions of his subcontractors, and of persons and organizations directly or indirectly employed by them, and of persons and organizations for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by Contractor. Nothing in the Contract Documents shall create a contractual relationship between Owner and any subcontractor or other person or organization having a direct contract with Contractor, nor shall it create any obligation on the part of Owner to pay or to see to the payment of any monies due any subcontractor, or other person or organization, except as may otherwise by required by law. Owner may furnish to any subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to Contractor on account of specific Work done. 7. No charge shall be made by Contractor for hindrances or delays from any cause whatever during the progress of any portion of the Work. In any event, County may grant an extension of time for the completion of the Work, provided it is satisfied that delays or hindrances were due to causes outside Contractor's control, e.g., weather, or to acts of - - omission or commission by the County, provided that such extensions of time shall in no instance exceed the time actually lost to Contractor by reason of such causes, and provided further that Contractor shall have given County immediate (as determined by the circumstances, but not exceeding 72 hours) notice in writing of the cause of the detention or delay. 7.1 Contractor shall promptly notify County in writing of any latent physical conditions - at the site or in an existing structure differing materially from those indicated or referred to in the Contract Documents. County shall obtain the necessary additional investigations and tests and furnish copies to Contractor. If County fords that the results of such investigations or tests indicate that there are 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. The parties agree that, by way of example only, opening a wall and fording something that logically would be there, like an electrical run to a receptacle is not an unforeseen condition. 8. Contractor shall deliver, handle, store and install materials in accordance with manufacturers' instructions. 9. Contractor promises to perform the Work in a workmanlike manner and guarantees all Work against defects in material or workmanship for a period of one (1) year from the date of completion. Contractor warrants to County that the materials and equipment furnished under the Agreement will be new and of good quality; (2) the Work and materials will be free from defects; and (3) the Work will conform to the requirements of the Agreement. 9.1 All guarantees and warranties of equipment and other materials furnished to Contractor or subcontractors by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any equipment or material furnishes a guarantee or warranty for a period longer than one (1) year from the date of completion, Contractor's guarantee shall extend for a like period as to such equipment or materials. 9.2 Contractor shall correct at its own expense without cost to County and without interruption of County's occupancy, any defects in material or workmanship and any 2 damage to other Work or property caused by such defects or the repairing of such defects for one (1) year from the date of completion all as more fully set forth in paragraph 27 hereof. 10. Contractor shall comply with and give notices required by all federal, state and local laws, statutes, ordinances, building codes, rules and regulations applicable to the Work. If Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, rules or regulations without notice to and written approval of County, Contractor shall assume full responsibility for such Work and shall bear the attributable costs. Contractor shall promptly notify County in writing of any conflicts between the specifications for the Work and such governmental laws, rules and regulations. 11. Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to the Work. 12. Any Work that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied as part of the contract price whether or not it is specifically called for. 13. Contractor shall be solely responsible for the protection of the Work and material. Contractor shall have no claim against County because of any damage or loss to the Work (except that caused by negligence of County or those for whom County is responsible), and shall be responsible for the complete restoration of damaged Work to its original condition at its sole cost and expense. In the event Contractor's Work is damaged by another party, not under its supervision or control, Contractor shall make its claim directly with the party involved. If a conflict or disagreement develops between Contractor and another party concerning the responsibility for damage or loss to Contractor's Work, such conflict shall not be cause for delay in Contractor's restoration of the damaged Work. 14. Contractor's Insurance: A. Contractor shall purchase and maintain such insurance as will protect it from claims set forth below which may arise out of or result from Contractor's operations under the contract, whether such operations be by itself, or by any of its subcontractors, 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 addition, Contractor shall maintain such completed operations insurance for at least one year after final payment. B. Insurance coverages shall be as follows: Coverage for claims under Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in amounts as required by the laws of the State of Colorado; Coverage for claims for damage because of bodily injury, occupational sickness or disease, or death of its employees, and claims insured by usual personal injury liability coverage; Coverage for claims for damage because of bodily injury, sickness or disease, or death of any person other than its employees, and claims insured by usual personal injury liability coverage; and Coverage for claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. Coverage for Contractor's Liability Insurance issued to and covering the liability for damage imposed by law upon Contractor and each subcontractor with respect to all Work performed by them under this Agreement. , Coverage for Contractor's Protective Liability Insurance issued to and covering the liability for damages imposed by law upon Contractor and each subcontractor with respect to all Work under this Agreement performed for. Contractor by subcontractors. Coverage for Completed Operations Liability Insurance issued to and covering the liability for damage imposed by law upon Contractor and each subcontractor arising between the date of final cessation of the Work, and the date of final acceptance thereof out of that part of the Work performed by each. Comprehensive Automobile Insurance shall be carried in the amount of $500,000 1$1,000,000 for bodily injury and $500,000 for property damage, each occurrence. All liability and property damage insurance required hereunder shall be Comprehensive General and Automobile Bodily Injury and Property Damage form of policy. 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 herein set forth, subject to the approval of the County, will be permissible. Insurance covering claims for damages to persons or property required by the preceding paragraph shall be in the following minimum amounts: Bodily Injury Liability: Each Person: $1,000,000 Each Accident or Occurrence: $1,000,000 Property Damage Liability: Each Accident or Occurrence: $1,000,000 Aggregate: $2,000,000 Insurance shall be placed jointly in the names of the County, Contractor, and any and all subcontractors, and any and all others obliged by contract with the County to do Work on this Project, and, at the County's option, any other person or persons whom the County deems to have an insurable interest in said property, or any part thereof, payable as their several interests may appear. Any proceeds obtained from insurance provided for by this paragraph shall be paid to and held by the County as trustee. The County shall have the right to withhold payment of such proceeds until such time as the Work destroyed or damaged and covered by such insurance shall be reconstructed and shall pay such proceeds on an installment basis similar to that provided for by progress payments covering the original Work. C. Certificates of Insurance: Certificates of Insurance acceptable to the County shall be filed with the County with respect to each contractor and subcontractor prior to commencement of the Work. These Certificates shall contain provisions naming the County 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 canceled until at least thirty days prior written notice has been given the County. Contractor and its subcontractors shall not permit any of its subcontractors to start Work until all required insurance have been obtained and certificates with the proper endorsements have been filed with the County. Failure of Contractor to comply with the foregoing insurance requirements shall in no way waive the County's rights hereunder. 15. The County, at its option, may purchase and maintain such liability insurance as will protect it against claims which may arise from operations under this contract. Purchasing and maintaining such insurance, however, will not relieve Contractor from purchasing and maintaining the insurance hereinbefore specified. 16. Before permitting any of its subcontractors to perform any Work under this contract, Contractor shall either (a) require each of its subcontractors to procure and maintain during the life of its subcontracts, Subcontractor's General Liability and Property Damage Insurance of the types and in the amounts as may be applicable to its Work, which type and amounts shall be subject to the approval of the County, or (b) insure the activities of its subcontractors in its own policy. 17. 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 by Contractor, of a change order approved by Owner, Contractor shall proceed with the Work involved. All such Work shall be performed under the applicable conditions of the Contract Documents. The Contract Price may only be changed by a change order authorized by County. Failure of Contractor to obtain a change order prior to performing the Work shall result in non- payment for such Work. 18. Progress Payments: Not more often than once a month, Contractor shall submit to County an application for payment filled out and signed by Contractor covering the Work completed as of the date of the application, and accompanied by such supporting documentation as County may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the Work, but delivered and suitably stored at the site or at another location agreed to in writing, the application for payment shall also be accompanied by such data, satisfactory to County, as will establish County's title to the material and equipment, and protect County's interest therein, including applicable insurance. Each subsequent application for payment shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied to discharge in full all of Contractor's obligations reflected in prior applications for payment. The amount of retention with respect to progress payments will be as stipulated in the Agreement. County will, within ten (10) days after receipt of each application for payment, either indicate in writing a recommendation of payment, or return the application to Contractor indicating in writing its reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the application. County shall, within ten (10) days of a recommendation of payment, pay Contractor the amount recommended. 18.1 Substantial Completion shall mean when the Work (or a specified part thereof) has progressed to the point where it has received a temporary or final certificate of occupancy from Eagle County, and in the opinion of County as evidenced by a 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 with it is intended; or if there is no such certificate issued, when final payment is due in accordance with the Contract Documents. When Contractor considers the entire Work ready for its intended use, and a temporary or final certificate of occupancy has been issued for the Work; Contactor shall, in writing to County certify that the entire Work is substantially complete. Within a reasonable time thereafter, County, and Contractor shall make an inspection of the Work to determine the status of completion. If County does not consider the Work substantially complete, County will notify Contractor in writing giving its reasons therefore and Contractor shall complete or correct such items identified by County. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. 19. 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 County at the time of payment free and clear of all liens, claims, security interests, and encumbrances (in these General Conditions referred to as "Liens "). 20. Final Payment: A. Upon written notice from Contractor that the Work is complete, County will make a final inspection with 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. B. After Contractor has completed all such corrections to the satisfaction of County, and delivered all maintenance and operating instructions, guarantees, bonds, certificates of inspection, Contractor may make application for final payment following the procedure for progress payments. The final application for payment shall be accompanied by all documentation called for in the Contract Documents, and such other data and schedules as County may reasonably require, together with complete and legally effective releases or waivers (satisfactory to County) of all liens arising out of, or filed in connection with the Work. In lieu thereof, and as approved by County, Contractor may furnish receipts or releases in full; an 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 County or its property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any subcontractor, manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to County to indemnify County against any lien. 21. Final payment shall not become due until Contractor submits to County releases and waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security interests or encumbrances arising out of the Work. Final payment is subject to the Final Settlement requirements and time periods set forth in C.R.S. §38 -26 -107. 21.1 The County shall not authorize final payment until all items on the punch list have been completed and the County has received a Certificate of Occupancy from the local jurisdiction, the Notice of Acceptance is issued, and the Notice of Contractor's Final Settlement Date is published and at least 30 days have expired with no claims filed. 21.2. Before the County may advertise, Contractor shall: A. Deliver to the Eagle County Project Manager for review: All guaranties and warranties; 2. A letter confirming that sales taxes from which the County is exempt have not been paid; 3. Three (3) complete bound sets of required operations and maintenance manuals and instructions plus One (1) electronic copy placed on an archival quality compact disk; 4. Two (2) full size sets of as -built drawings plus One (1) electronic copy placed on an archival quality compact disk; 5. To the extent not already furnished, one copy of all corrected Shop Drawings; 6. Satisfactory evidence that all payrolls, material bills, and other indebtedness connected with the Work have been paid or otherwise satisfied; 7. A complete and final waiver and/or release of any and all lien rights and liens from each subcontractor of all tiers, material, men, supplier, manufacturer and dealer for all labor, equipment and material used or furnished by each on the Work; 8. Consent of the surety to final payment; and 9. Any other documents required to be furnished by the Contract Documents. B. Demonstrate to the operating personnel of the County the proper operation and maintenance of all equipment. 21.3. Upon completion of the foregoing, Contractor's Settlement shall be advertised in accordance with Colorado law. On the date of final settlement thus advertised, and after Contractor has submitted a written notice that no claims have been filed, final payment and settlement shall be made in full. 21.4. Pursuant to C.R.S. §38 -26 -107, if any unpaid claim for labor, materials, rental machinery, tools, supplies, or equipment is filed before payment in full of all sums due Contractor, County shall withhold from Contractor sufficient funds to insure the payment of such claim, until the same shall have been paid or withdrawn, such payment or withdrawal to be evidenced by filing a receipt in full or an order for withdrawal signed by the claimant or its duly authorized agent or assignee. 21.5. The making of final payment, after the Date of the Notice of Contractor Settlement of the Project, shall constitute a waiver of all claims by the County except those arising from: A. Unsettled Claims; B. Faulty or defective work appearing after Completion of the Work; C. Failure of the Work to comply with the requirements of the Contract Documents; or D. Terms of any warranties or special warranties required by the Contract Documents. 21.6. The acceptance of final payment, after the Date of the Notice of Contractor Settlement of the Project, shall constitute a waiver of all claims by Contractor except those previously made in writing and separately identified by Contractor as unsettled in the final Project Application for Payment. 21.7. All provisions of the Contract Documents including without limitation those establishing obligations and procedures, shall remain in full force and effect notwithstanding the making or acceptance of final payment. 22. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither the recommendation of any progress or final payment, nor the payment by County to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by County, nor any act of acceptance by County, nor any failure to do so, nor any correction of defective Work by County 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. 23. Any Work in accordance with the Contract Documents that the County finds improper, Contractor will correct said Work at its sole cost and expense and in a timely manner so as not to delay completion of the Project. 24. If Contractor defaults or neglects to carry out the Work in accordance with the Agreement and fails within a ten (10) day period after receipt of written notice from the County to correct such default or neglect with diligence and promptness, the County may, without prejudice to other remedies, correct such deficiencies and Contractor shall be responsible for the cost of such correction. 25. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including all those required by law in connection with performance of the Agreement. Contractor shall promptly remedy damage and loss to property caused in whole or in part by Contractor, or by anyone for whose acts Contractor may be liable. 26. Contractor shall promptly correct Work rejected by County as failing to conform to the requirements of the Agreement and Contractor shall bear the cost of correcting such rejected Work. 27. Contractor warrants and guarantees to County 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. If, within one (1) years after the date of completion, or such longer period of time as may be prescribed by law, prescribed by the terms of any applicable warranty given by a materials supplier or required by or a part of the Agreement, any Work is found to be defective, Contractor shall promptly, without cost to County, and in accordance with County's written instructions, either correct such defective Work, or, if it has been rejected by County, remove it from the site, and replace it with non - defective 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, County 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. 28. The performance of the Work may be terminated at any time in whole, or from time to time in part, by County for its convenience. Any such termination shall be effected by delivery to Contractor of a written notice ( "Notice of Termination ") specifying the extent to which performance of the Work is terminated and the date upon which termination becomes effective. After receipt of a Notice of Termination, and except as otherwise directed by County, Contractor shall, in good faith, and to the best of its ability, do all things necessary, in the light of such notice and of such requests in implementation thereof as County may make, to assure the efficient, proper closeout of the terminated Work (including the protection of County's property). Among other things, Contractor shall, except as otherwise directed or approved by County: A. stop the Work on the date and to the extent specified in the Notice of Termination; B. place no further orders or subcontracts for services, equipment or materials except as may be necessary for completion of such portion of the Work as is not terminated; C. terminate all orders and subcontracts to the extent that they relate to the performance of Work terminated by the Notice of Termination; D. assign to County, in the manner and to the extent directed by it, all of the right, title and interest of Contractor under the orders or subcontracts so terminated, in which case County shall have the right to settle or pay any or all claims arising out of the termination of such orders and subcontracts; 10 E. with the approval of County, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts; and F. deliver to County, when and as directed by County, all documents and all property which, if the Work had been completed, Contractor would be required to account for or deliver to County, and transfer title to such property to County to the extent not already transferred. In the event of such termination, Contractor shall be entitled to payment for the Work satisfactorily performed prior to the termination date. 29. The selection of bidders shall be in accordance with the laws of Colorado. In the event of Contractor's non - compliance with the Colorado labor laws, this Contract may be canceled, terminated or suspended, in whole or in part, without any liability to the County. 30. Contractor acknowledges that the Work is a public work financed in whole or in part by funds of the state of Colorado and/or County, and pursuant to section Title 8 -17- 101, C.R.S. (1973). Colorado labor shall be employed to perform the Work in the extent of not less than eighty percent (80 %) of each type or class of labor in the several classifications of skilled and common labor employed in the Work. For purposes of this provision, "Colorado labor" means "any person who is a resident of the state of Colorado at the time of employment, without discrimination as to race, color, creed, sex, age or religion except when sex or age is a bona fide occupational qualification." 31. Contractor agrees to comply with the letter and spirit of the Colorado Anti- discrimination Act of 1957, as amended, and other applicable laws respecting discrimination and unfair employment practices. Pursuant thereto, the following provision shall be contained in all contracts or subcontracts during the performance of this Contract: A. Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, marital status, religion, ancestry, mental or physical disability, sexual orientation, or age. Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to the above mentioned characteristics. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; lay -offs or terminations; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth provisions of this non - discrimination clause. 11 B. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor; state that all qualified applicants will receive consideration for employment without regard to race, creed, color, national origin, sex, marital status, religion, ancestry, mental or physical disability, or age. 32. In addition to the indemnification in the Agreement, and to the fullest extent permitted by law, Contractor shall indemnify and hold harmless County, and Eagle County Board of Commissioners, employees and the agents of any of them, from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions, of Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable. 33. Colorado Statutes do not provide for any right of lien against public buildings. In lieu thereof, Title 38 -26 -107 et seq. C.R.S., as amended, provides adequate relief for any claimant having furnished labor, materials, rental machinery, tools, equipment or services toward construction of the particular public work in that final payment may not be made to a Contractor until all such creditors have been put on notice by publication in the public press of such pending payment and given opportunity to stop payment to Contractor in the amount of such claims. 12 F Maw 41 t, �' I -- - i East Eagle FCC Beacon Tower Building & Site Improvements Proposal Submittal Requirements ProposalForm .. ............................... ...........................Page 1 Qualifications .. ............................... ...........................Page 2 Experience...... ............................... ...........................Page 3 Schedule......... ............................... ...........................Page 4 Pricing..................................... ............................... Page 5 -8 Familiarity with Eagle County .............. ...........................Page 9 References .......... ............................... ...........................Page 10 Legal Issues ...... ............................... ...........................Page 11 * P.O. Box 2303 Edwards, CO 81632 * (970) 926 -2770 * (970) 926 -4736 fax * info @ewingtrucking.com * REQUEST FOR PROPOSAL PROPOSAL FORM THIS PROPOSAL FORM MUST BE SUBMITTED WITH YOUR PROPOSAL TO: Eagle County Project Management Department Office ATTN: Rick Ullom, Construction Manager P.O. Box 850 Eagle, CO 81631 -0850 Eagle County Project Management Department Office Eagle County Maintenance Service Center ATTN: Rick Ullom 3289 Cooley Mesa Road Gypsum Colorado 81637 Rick.ullomgea lecoun .us Re: REQUEST FOR PROPOSALS FOR CONSTRUCTION SERVICES FOR EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS, EAGLE COUNTY, COLORADO The undersigned, having examined the Instructions to Proposers and any and all documents related to the above referenced RFP: (a) agree to comply with all conditions, requirements, and instructions of the Request for Proposal as stated or implied therein; (b) Acknowledges the right of Eagle County, Colorado in its sole discretion to reject any or all proposals submitted, and that an award may be made to a proposer even though not the lowest cost; (c) Acknowledges and agrees that the discretion of Eagle County, Colorado in selection of the successful proposers shall be final, not subject to review or attack; and (d) Acknowledges that this proposal is made with full knowledge of the foregoing and full agreement thereto. By submission of this proposal, and signature below, the respondent acknowledges that he has the authority to sign this Proposal Form and bind the company named below. The proposer further acknowledges that Eagle County, Colorado has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the proposal and related documents, and authorizes release to Eagle County of any and all information sought in such inquiry or investigation. Company Name: Title of Proposer: -Jr, y✓�+:, l Signature of Proposer: RFP Professional Services Eagle County Final 6/14 7 East Eagle FCC Beacon Tower Building & Site Improvements Qualifications Ewing Trucking & Construction is highly qualified to complete the work required for this project. As our portion of the project is to build a foundation for the new tower, in which we have many years of experience. Ewing Trucking & Construction was started in 1981; since which we have built foundations for both residential and commercial properties. We are familiar with special circumstances of all kinds and operate our business with only the highest of standards. We plan to pack road base up the road in a loader, so as not to require a trailer on the dangerously curvy road. The concrete will be precast off site and driven up the road on the back of a 1 -ton flatbed pick -up. Our crew will ride up in one truck to the top, however we will use a side -by -side ATV to run errands and /or communications down to the bottom, where another truck will stay. This will eliminate as much traffic as possible on the tight road. Page 2 * P.O. Box 2303 Edwards, CO 81632 * (970) 926 -2770 * (970) 926 -4736 fax * info @ewingtrucking.com East Eagle FCC Beacon Tower Building & Site Improvements Experience Although Ewing Tucking & Construction has never installed a cell tower of these specifications, we are 100% confident that we are well suited to handle the situation. We have had to overcome obstacles on many of our projects, whether foreseen or surprises. Some unique projects we have been a part of include building the foundations for the chair lift poles on Beaver Creek Mountain. The poles were then brought in and set by helicopter. We have also completed the foundation for the Ski School building on Beaver Creek Mountain. Our team is familiar with doing whatever it takes to complete the task, including carrying numerous pallets of grout by hand into a 72" culver to reseal the inside. Our electrical contractor will be Tri Phrase Electric, a reputable local company with extensive knowledge. Their qualifications are also included in this packet. Page 3 * P.O. Box 2303 Edwards, CO 81632 * (970) 926 -2770 * (970) 926 -4736 fax * info @ewingtrucking.com East Eagle FCC Beacon Tower Building & Site Improvements Schedule Ewing Trucking & Construction is aware this project has a tight time schedule. We are prepared to start work in late August and expect our portion of the project to last 3 weeks, ensuring we will be ready by the September 29, 2015 delivery date. This fits well with our previous commitments and foresee no complications in completing the project within the time constraints. Page 4 * P.O. Box 2303 Edwards, CO 81632 * (970) 926 -2770 * (970) 926 -4736 fax * info @ewingtrucking.com �a LL °o, 0 0 N 0 0 0 0 0 0 0 0 0 0 0 L ti N U- N 00ue- O 11a' LLO m 0 N M 60 r' } d N r M tf} N a) o v Ef} T- EF} Q W' O O _ a o 0 c O c 0 LLO c - fn LO ti E O 0 C a) N r U r ZD > O LL E m X w Q N CO 0 O- — O O (- U C N J J O O O 0 t4 on 0 00 0 mC:) 0 0 0 0 0 N N o LLr• U) U U c LO N r LL 0 (D 0 0 0 0 0 0 O 0 0 0 0 0 0 • U- N 00ue- O 11a' LLO m 0 N M M r' .1 6% N r M tf} N a) o b9 Ef} T- EF} 0 00 0 mC:) 0 0 0 0 0 N N o LLr• U) U U c LO N r LL X (D 1111- a O O • U- N 00ue- N O O LL O N O MMENSE p h- O O) s VW mO �= � o N a) o L� F- Q W' CD 0) _ : c O 0 00 0 mC:) 0 0 0 0 0 N N o LLr• U) U U c LO N r LL X (D a O O U- N 00ue- N O O LL O N O > c p h- O O) s VW mO �= � o N a) o L� F- Q W' CD 0) _ : c O c U) o c - fn E O 0 C a) U ZD > O LL E m X w Q N CO 0 O- — O O (- U Q N o O O O 0 t4 cn E M O U LC N N (o (Q > m > (6 > Q n Q to �Q N a) 2' V U 06 X X X L C O .FI O o W Y W � W Y O (a > C tm N U O U N CL 0 O O j j LL �+ O a Q O (� ¢ co W = = •C -C tf O E O m Co a, -'C U o W W W of 2 d to p ( j� _c W 2 N c� O U G v m ,Q r N �� c C AS F, O O O r r r Q r' r O Z O N N N a) c' v rn� o L � V- CO a c a a) a��i C7 Q N OL L N N C m V (D LL v U (D c C m o W d 0 m � Q (D co J N aa) ca 0 _ 010 Co J LL X (D a O O U- N 00ue- O O O N O > c p h- O O) s VW mO �= � o N a) o CD 0) _ : c O m C m U - c - fn E O 0 C a) U ZD O LL O LL X w X w L- O N CO 0 O- — O O (- U N cn O O O cn t4 LL p E M O U LC N N (o (Q > m > (6 > Q n Q to � O N a) 2' V U 06 X X X C= m O o W Y W � W Y ((f (a > C tm N ELL cm =1 Y C N 0 O O j j �+ O a Q O (� O _ n c .Q = •C -C tf O E O E O m Co a, -'C U fA W W W of 2 d to p ( j� U W 2 N O W ,Q r N F, O O O r r r r r r ;F+ N N N LO a 0 a a a O a a a O LO r O 4 N 4 N O O p O O c+i cv) N � ('') 64 00 CO 64 CY) 64 N O 64 r I- T T- 00 _ 6a c0 �N M O, 64 LO � LO � o) 64 LI7 r O p O O O O O O p O O O O O O O M d N r M N Lo 0 � 00 O O r O M T- 00 O O I` O O It LI LI 11 II LI JI JI WI V -I �I �I OI O) OI CD r) N) OI r) r F en i C � (0 0.. m O 0- L L O N� I m 0 p p o 0 LO p p o LO j M c U- W tl Ua°) C) U a) O. _ a� yam. L a m j M N (n L U d\ co N L U O UJ m m U CL 0 U C° N N m vi tl O LL LF CL ) S 0 'a m -0 C: m N L CL O C O U m U i) (D O LL c —' S m � ca Y C = c U (�'n ::3 ° O L (p �n O n a) L) C LL O LL rn O O tL O L) a O M m C U L (n r O :3 O LL a) U a O 03 — m > O U _0 M L) *L n N � :3 C� c m rn c O —! N cn (1) O F- M U w 0_ U a U U cu U) m m m m m m m m m m m CD (D (13 W U) U) N N (n En (D !Z N Z m OU) U a) LL L — C ca a) O U C N � S c O U O O O r N M O y, M M M m m m m m m m m m O m i0 U) c (n c (n � fn c (n c (n c (n c (n -E (n c — co p) c m L LL L LL L LL L Z3 LL L :3 LL L :3 LL L :3 IL L =S LL L .�. LL L LL CO NT M M O r N CO (0 (� N N N N N N N N N N N 0 p p o 0 LO p p o LO j O L M O � g M � O 00 � 64 64 N I po l 00 I O LO �I �I JI Lot �I r l r l 0 O LL O O O N E a) Y O .0 ✓ N U ~ O (n 06 E L U N :3 U X C CD (D C a) E � in (6 N O U Z m OU) U a) LL L — C ca a) O U C N � S c O U N [)� O O r N M O y, M M M M W O .0 ✓ N O O O O O O O O O O O O O O O O O tI) N O LO O O O O L{� O O O O O O r � O ti O O -q "i r O O O O Ln Cb r M � O C:) � oo0 U') dO� h �I �I �I II I 1 I UI UI �I �I run- I �I WI �I -i �I -I -I I E C) E .5 O O O O co o O O O O O O O O O O O O L O O O O O O O O O O O O O O O O N O� � C) N V- CN N a) O O LO N N N O O N N � (, O O 00 N co C') LO M LO O LO N (.C) � M L 64 m 64 {f} E M •` O O c-- L` j 664 a) 6% U O 6% ka � bN`} � 69 6% 64 6% 6% N C (� U a) Q CD c O O O O O O O O O O O O O O O O O tI) N O LO O O O O L{� O O O O O O r � O ti O O -q "i r O O O O Ln Cb r M � O C:) � oo0 U') dO� h �I �I �I II I 1 I UI UI �I �I run- I �I WI �I -i �I -I -I I E E .5 o co o m L LL U G � v' a) U U) °' L m U m E M •` O O LL a) U O N C (� U a) Q CD c a (13 + C a) :i N U W O 0 N W O c0 = CA = G m _� oO (II C�6 a) O O N m C U ~ a -c a) m U) (1) c a U L O c a) c n U) Uq -0 W 'a O _ N LL W O LL U f— 0) CO U u) c � c < Q E °� = aC) a) O O 0) � U m L L ° O = O -p c <C "O Y M_ Q c a% G 0_ LL �- > (0 a � U � c `/ cn C a) O m c c \� c U -C_ OL 00 m cu r D O C U E U _C U c_ CD •� Q CL c c V- J U: U m U) m � O O I �� i 0 EM a) C a) .) m p) C O U � U (L -p Cn tn<? II. CO C) r-+ 0_ O C a I— y � a) O a) a) c .a. m aI O LL O LL LLI O m (0 Q) (6 U (/) C6 U U G C m p a a) F- Q) M U U O O M U 0 0_ U LL UA (1) M 0 c) m m ) cu > 0 m cu m CII N C6 -m (6 L (B a) C U U C C: C C C C c C [A U) C W W -0 _0 -0 a -a -0 a O -0 -0 c � ca c co c co m CC m a) F- Y Lo Y Lo m c Q c Q c Q m o C: Q c Q m m m v cn u) U) cn cn F- `. .1r C N LL 00. LPL LL to E— W W W' u- LL LL U- LL LL Li CL Ln LL D � C LCD O r N C) ct LO t)C) cr :t:� LO LO LO LO LCD LC) Ln LC) LC) LO Ln LCj a 0 0 0 0 o 0 O 0 0 0 0 0 O ° O r ti CO M � CO O 64 Efl N M � (f} r O O q O O Lo O d O (� r N J LL J r 00 r m c = co a) O CO O n. O N Y a) U O _ i M a) a) U) Q) U U '� U C c O O (a C/) N N.0 cm c -a = - E U a) C +� " U O a) U N E F- 0 > 0 U) O — LL >+ Q cu '� O E m-0 CD — L a) U 0 -50 0 C (a > U a as -0 O � m o(l) L)� •L ^C, W Q W U O r CV _! (a 73 Z ca F- N C N c .0 U C F c c? c L W U (U O a) (Q ¢ LU c�6) �(n � c'ctca ,�, 0 c o LL LL m H d N r M r V r LO L1� Ln H co z `o U M `i (0 z Q) Q. Na) LL a) N 0 ME r O N N a) n cu O m ^a 4h 0 +' N m t �zzzz Q Q Q Q East Eagle FCC Beacon Tower Building & Site Improvements Familiarity with Eagle County Almost every member of our team has extensive knowledge of Eagle County. Bart Ewing and his sons, B.J., Mason, and Colt live only a short distance from the tower site. They have explored nearly all roads in the area in their Ford Broncos. Trent Eichler, a lifetime native of Eagle County, has hunted and 4- wheeled all over the county since he was a small child. Other team members have worked in similar situations at Alkali Creek and McHatten Reservoir. Over our 34 years of doing business in Eagle County, the Eagle County Government has been our customer many times. In the past few years we have worked for the Eagle County Open Space in the clean -up of the old ranch areas located in West Eagle County. We have worked with Road and Bridge on the construction of the boat ramps and parking lots along the Colorado River. We have also worked with Eco Trails on the construction of the bike path between Gypsum and Eagle. Page 9 * P.O. Box 2303 Edwards, CO 81632 * (970) 926 -2770 * (970) 926 -4736 fax * info @ewingtrucking.com r l � East Eagle FCC Beacon Tower Building & Site Improvements References Vail Resorts Contact: Bill Kennedy Address: 550 East Lionshead Circle Vail, CO 81658 Phone: 970 845 -2535 Town of Vail Contact: Charlie Turnbull, Public Works Address: 75 S. Frontage Road Vail, CO 81657 Phone: 970 477 -3425 Town of Avon Contact: Jamie Pappas Address: One Lake Street Avon, CO 81620 Phone: 970 524 -7514 Eagle River Water and Sanitation District Contact: Jim Boyd, Project Manager Address: 846 Forest Road Vail, CO 81657 Phone: 970 477 -5451 Page 10 * P.O. Box 2303 Edwards, CO 81632 * (970) 926 -2770 * (970) 926 -4736 fax * info @ewingtrucking.com r� East Eagle FCC Beacon Tower Building & Site Improvements Legal Issues Ewing Trucking & Construction has no lawsuits, federal, state or local tax liens, or any potential claims or liabilities, or otherwise against it, or it's officers at this time or within the last three years. Page 11 * P.O. Box 2303 Edwards, CO 81632 * (970) 926 -2770 * (970) 926 -4736 fax * info @ewingtrucking.com July 15, 2015 TRI PHASE ELECTRIC CO 325 HARDSCRABBLE RD. GYPSUM, CO 81637 PH: 970 - 524 -7135 / FAX 970 - 524 -7640 triphaseco @hotmail.com Tri Phase Electric is a Corporation doing business in the State of Colorado since 1974. We have done residential, commercial and industrial work in the Eagle Valley Area (with a peak work force of 70 employees). We also work in Summit, Routt, Pitkin and Garfield Counties. Terry Harris is the owner, and Master Electrician for the Company, license # 570 and our Colorado Contractors license number is # 1089. Terry started the business in 1974 and has personally supervised and overseen the residential, commercial and industrial work the company has ongoing and completed. We have a current and operating Safety Program in place. John Wahrer is our Safety Program coordinator. Our surety company is Granite RE, Inc., Oklahoma City, OK. Our Insurance Agent is Moody Insurance Agency, Denver, CO. We bank with Alpine Bank in Eagle, CO. Please feel free to contact our office with any questions or concerns. Sincerely, P.J. Harris Vice Pres. Tri Phase Electric Key Personnel: July 2015 John Wahrer — Project Manager — has worked for the company since 1984 and has managed various commercial, residential and industrial projects from the bidding process to close out; Safety manager Ronnie Book — Project Manager — has worked for the company since 1989 and has supervised various commercial, residential and industrial projects and specializes in motor and control work Colter Harris — Master Electrician — has worked for the company since 1999 and has been involved in planning and supervision of various residential, multi -unit, commercial and industrial projects, specializing in value engineering Ezra Velez - Field Foreman — has worked for the company since 2001 and has been involved in planning and supervision of various commercial and industrial projects, specializing in heavy equipment operations Ezra Selland - Office manager, comptroller and supplemental estimator has worked for the company since 1999 These are trusted, reliable and knowledgeable people who are familiar with all types of work and construction. Terry Harris — the President, owner of the company, is involved with every aspect of overseeing our projects from the executive position to hands on field supervision and training, since 1974 PJ Harris — V.P. executive duties, job analysis, insurance, etc., since 1974 Tri Phase Electric July 2015 Recent projects completed on Radio Tower repeater sites and other projects requiring grounding rings: Hudspeth and Associates: Completed the Cell Tower repeater site in Glenwood Canyon at Hanging Lake to their specifications. Project timeline: September 2013 to June 2014. Hudspeth and Associates 4775 S. Santa Fe Circle, Englewood, CO 80110 rsteffen@hudspethbiz.net / nworley@hudspethbiz.net Eagle Valley Water and Sanitation District: Have completed several projects requiring grounding rings around Pump Houses. ERW &S District 846 Forest Rd., Vail, CO 81657 gkanakis@erwsd.org / 476 -7480 Past Experience: MCI: Completed several Fiber Optic Repeater Sites from Los Angeles to San Francisco, California. Tri Phase Electric is familiar with grounding rings and R56 Standards and Guidelines for Communication Sites by using these practices on the above projects with the required personnel and equipment. Our Company has been doing business in all of the Eagle County region since 1974. Please see our introductory letter. puw�¢ � \tm� -up Brew tw�Wp \weV�i- s -ww,aa nay mu t. wrsei puxiw > \�[fn -[w v«�w revVw \sn4w�- f -[mui0 [mmiuiM oeeee� P. \INT -[w Gwen twWe \=wV�� -s -mnM I2 rr-- N om � a�i �Z n �o a� s� M �Cy=•C N � O O C n y 2 ��e € n �g m 'A ���A FpFp yg F n i III AI ®Z71 �Z n 'o W O m '^P a ° � !tz n ��n men ms =� o° O u�z UNME 1'I O F- m m 0 O 2 z 4 0 0 d sm� z r m oho 0 0 pA 9z M .zF o. m°x Nma z °K -DV�A p ' N..p>n K9 m x�v Z mzD ° ° < U Z ^D to OWN m ti m O ° 1 � vi o ° f+e0 Amy °A D�ocoD I'm ry* "z myF �oz -ecF mss" '" �.ZI Dz� DzD��n Vl DmA zy _py KZr8Zz— .5. i0 NO t'xz .'O Vl IZ,, ox v� zy °A� n yy ZUmI Oz O~OODAp eA SI V nApmD Tn .0 z z Cy A0,1,26 09 p ZO D y jn Cx y oo...N OA o A OO -i�jm z Am NZNOt -m �9 r H mTOmDD r A DA 'Mz% Z- O A 9 A A p m N A O m ~O m n A A p n A O O A oyDD y > Z <O< gF"IZ D1 D f'y1° Rl�oz?� px z0 A�°ZVII°/1=m zz A n B nc mOo�1r z! �a zACi '> p .Op Z1> 2� 2 r D ° $' A O zm N A AnZ e^cmin� > - zn D p A 2 r Z U A x A D o m x 0 0 n AZ mZ y0 mv'°eve n� Ay A A m C q A y l z r xA cT mmn=m yD AI I oz °A Z O O °U10. ?e it°+t rp u' r� Om m Aim rO D A �yZy AV1jAy(yA Oti A �pC D ( f z mTO °D -jO Vl1 G1 -per °VI D -1° Nr O— A >C- AA,O p� pf'm m M— °Nm O.m A Z O ;1=yt -MmO$?�8 na-Zlm m_o c�-1Tp(zll OxKAO?I 0- X m�D C $'KN22�y ZCcmn N,zynrO Amz mz1 VylAZ Az >r,'< °y°OF_ m-25d mj NZ° - Oytt -c11rO OKI AKm q - =oo Z Arm °p ngC -<y n ^Ctn2 CT000 2 =1 ON DDO x �Z'I nm,AAje � m O zn c9 ooA ^mm zzzom onpr�+nv vKA �m -izm zA zA�. Iwo vaoz - Z.MrI. KKKAVm m N X m y w nz CO zo Z A m ° moo omAm =yn O F v xv znm rangy r r raze rn:.. m x 6 Z �ij "" 5 1, c ®®omol ,Ni puwN6 n V WA -(W W°n iasVry \wa \11W1- s -uefny � M1NafaM ��a@ a ae�ase��F6 ns §a R @ g'w R$n'�.wc s�R -� �ue:ax R1 . N � s� Rs�� � r � � 0 1 —� TEL p m �8I g 8 �° 88 ea 6 '� 8 8F R Ru. Rga f _ ' m \/ n y _ ea as m =:N §a s& GE a o2ke� xTs €a at jsw _2 O Fr � NSF � �i ✓� n� ,.. i� O 8 E D _ II\ g jp '� as3 II 's ^g os 22- J. ox cz n n m S '° tl E Z I n� ... ��zozFI I I F g i -- -- F `SF- ...' -- SF IF .,. S91 t i'°i E'�F g SF — SF �-- SF SF — 5F —" SF SF -- SF SF S \. N \ N h N 1 dm 9 QO(. C i '{ t y} {t i -7 L t L Y` �X. r A ;� v 0m� {t �� o �z m z v- I V t oVA\ �\ iV AAr VA i ° o n r rn \ 7 ... ry \�•` \,r,A v � � r r E`fi,S7 N -FRAIL \ArVA AA.,' A v - __/ I \\ \ \,! \l,, \ \\ \ \\ \r\ \ \r \` \- s `° �' t y v ss i t �,`'£ s <7 � `' t � rz i +;r.•' (. Vv�i ,;` \Vv� -v rAi'vAAiVA t ti ry :AA \r AA \\ 5- / � �V��iv��`,AV \ \A� •V; AA \%v' VA AArV�� \`%AA\ v \ } \Af ��A��` � t z< + i it k �a � i �� + �� � � t _t�" _. � X� - VA- �''\,� \r `v AVAA,r\ V�%'A'V \AAA vA` VAA \A \•- ,,;AA \ \,>C' \ V \v � / co Z 0 o� DDm C7= now M mom_ om N I / vfzo yDN� \ zy V4 ;3n�o �o i 5 i GRADING AND EROSION CONTROL PLAN BID SET EAST BEACON EAGLE COUNTY, COLORADO zmi� 0 5d v-t! zI AAEsz- .0mD ZD�D 9O�zO AO K DZAN '-'o V m D 00ND �Omm t_ID N�i�rym Az -n cx'N vzn�GO mD r. A �W0 '-4momm-� 0 oz Dm °zD °�noym ZAOn y0� �2<m00 'OZT Aozil -2- VIDO<A<m �oDD 'mNp O�z jAm =AD >oOD NO XRA Z10 mz N myDy vm Nmos DyON mZN my yOm� ;m�� <Zr {—DrnVy y5`O �0mr oz �2mz Focm �oo�m'?mm rr-z N�zA 0 >K.Im oO Zz Z,`�+�D� mz. om z 'A'Z U�_I alv Z� I m2 o n z M UI r b x a r m MARCIN ENGINEERING LLC P.O. BOX 1062 AVON, COLORADO 970 - 748 -0274 \ f j - O A � 2 0 m l N � t o F" co Z 0 o� DDm C7= now M mom_ om N I / vfzo yDN� \ zy V4 ;3n�o �o i 5 i GRADING AND EROSION CONTROL PLAN BID SET EAST BEACON EAGLE COUNTY, COLORADO zmi� 0 5d v-t! zI AAEsz- .0mD ZD�D 9O�zO AO K DZAN '-'o V m D 00ND �Omm t_ID N�i�rym Az -n cx'N vzn�GO mD r. A �W0 '-4momm-� 0 oz Dm °zD °�noym ZAOn y0� �2<m00 'OZT Aozil -2- VIDO<A<m �oDD 'mNp O�z jAm =AD >oOD NO XRA Z10 mz N myDy vm Nmos DyON mZN my yOm� ;m�� <Zr {—DrnVy y5`O �0mr oz �2mz Focm �oo�m'?mm rr-z N�zA 0 >K.Im oO Zz Z,`�+�D� mz. om z 'A'Z U�_I alv Z� I m2 o n z M UI r b x a r m MARCIN ENGINEERING LLC P.O. BOX 1062 AVON, COLORADO 970 - 748 -0274 E�X TRAIL 2b ®gj § §:§: \\0\ , «K =®` \§ \) §\ \\ =q\/ }§ 10 V } }{ \\ 222@(2 R2§;!} 928@4; | \\\ m)) ) m \) }\ � 2 \7 \\ \\ 2! m 00 NO.1 m. I __, r UTILITY PLAN 2 s SET qM �® EAST BEACON oq EAGLE COUNTY, COLORADO n §Z; �\ \\ \\ \\ §;$/ § \ \ m 3 ENGINEERING we P.O. BOX 1062 AVON, COLORADO 93 - #8 -0274 ]° ° /\2 ) \\ \ \ 0'0 j \§) ,_ r C': , - ( q ;)m \ §f§ )§ �) \$, j ® : §]2 _ Z. \ ) ) § \ \ m 3 ENGINEERING we P.O. BOX 1062 AVON, COLORADO 93 - #8 -0274 � D N rm --I m O OZ m m Z r D Z ut D A_ u 0 (3Z T] Tm41A ocAm �IOTm oTOc C'-O ymCrA ZaA� PoA� c6N -o -zi. 5z"a� aam ZyAy2 mSS��oT mm ono oA g zioF A= °A T Tm y yo c=yi � 2 I 1 I I I I _ 1 �1iTm A mm Fm i � m CO y I I m � mr� 'r P o � i �. z I ° nr 1pi�s °A m 15' 4ID 114' m VI, F. I I ��iIy T m 0 d ryo~ m� m I I If Y I Ei I I I 2 Y4' 2 Y4' 3 p• -p 3 VLF X-p. VLF. CL. STEEL SKID VI F, CL. STEEL SKID R25 y 3 a 3 3 k o `mu 3 m n m a m 5a« zv - mana ° prn m a a ° T¢a 'e Qaa a as tgm �� ma a" _o � n a'N m3 a' �2. v, v t ¢ n Como o g�nWmy,oyoo tnma m- o�m� °�8m8' zi El Ez X35. Nm, N °a°�lst maa a_F �o" c 3 a Rl > ar ¢da a o SO al min y a _ H R °nom e aka 's Q m -• S A 3 o n ^mom n. m y m m m d a m g u N m °° m -• 17 as mN m� g v S m a m C m S 3 u o 3" Z °man yam a EP m w y n ^ '^ ^ r ° T Z `m e a ' � a. �- �oo�' am -'¢0mn no. o mu a�° °�.moa3m m v_ maa - @d'o - a. a a =3 > >3 o e n and X05- m y� m� m a a •' n a F'a^ °' n u a' m as a'' °m a aa°m ''a. �mda�c° Nm EP PL Ri ¢ £ a = v 3 �� �� do a n Fa °m3 a t °> E mmNm EL ip m$ n c o ap m s a a iF EL PL za EL Ei Ng aW Gs a o c - ma a o m g a b a p a ¢ 2 y a aaf 3e at 15 Ei T .'. m m a �' w 3 Nt c• o} >a a Qa am C 14 1� C T y y �. r f ( I I n N T T `I O S A 0 0 U V O 0 0 x O 0 ■ -1r Z n r r T rn m = O o �O !v b 2 ry m A m 1 x � Z m m r A A p lrl rM rn O O O O O A @ 2 y O T 'O Z T m Z D C - M fr O m O m m �J Tm n N p A m n< m �' o @e A ne � m= z . o c �' � rn A °z z z m rn to M c o m a A ao C) a Z w °z y z o z y n zy 'zy A n o p m v 0 m m i m o v z i z m z m czi czi A �' w x A �, o0 oo m w =' m < w O i ~ n o A C 2 z O O m Q a °Ne�m�$= a� O ®H ° 0 47 m y m �.�a "4 �a "' ' _z T°'�a m a mm Z m O r- ga b ma�I as 0 D jm cnNCna i'1 a ° ° o m � M r- � n IT1 m'im�c n � _ G7 �w� ➢o a o m° Z Z D O D -am ° °1 gym/ Z -I O Z a" mm O O® N A X Z fA D" TV r ea a v� E7 a W Fri r ° " Z- � '�- ocn m '�' n F m 6 •,x�;:', ? g 3'(� m lk ti � a o t b. S � m y fa'SaHRs R�aaa (/) ! mod'' m3 nS 3 3 Ap r Yf 3^ co cn Tp- rn .i e y or e �' C 2R °W 'g `` � e ee 3� a CIC 'daµQN b ZG7'n°>q?.f Vim= mz CCl) � D N 3' -0' 2' 4' ruehed..k �-1—mg 6 hearing 3 a 2tlia 3 ok S s• a• 2 z co � a� m� i t OVi " zrjj % �, e a °111 m?�� 3 CLR m m� x�m3?� nr' mN `= gsWg �a �a as ae Cn aom 5 n"Ay s 'a Ja RR ` a i�-- . -�—,0, RL 3�EW�A co D D mD rn m��ammaa� ° ° o m n D gd z.a g "`H co O 0 r � (C, m m acma a a a- ` W o r � o m � �o@ n� ='^� C) Z m g`°°Q �3Omc Z _ 3: of a cn m G) 17- 0 0 m G (20 CD m 1 • 174-1 4 C) CD 0 'o Ing 61 A 0 g X Fa 'S 0 E; :Eo aH F, C) a - M Al 9 > H M. (D > ' , P �; !�' P ! 9 m �. � I- r I IN 9- Nq m r a. i� o r- k z. aRke 'p? S a @D la Z G) CD WH 0 CD -n 0 m ; - = I :3 Z ' 0 3 Er C/) d .0 A Ki 0 ® a &I gin 1; aa U) A. 2 2 Q X W z A g gq F 9 A P, p z 7., o -0 Z > z 0 1 8 �-Ioo Z %r' � no. i i [13 10 .1 0 2 i fpm Z' z 0. >-Z p m 17- Mo. nim 71 X' 7, ms > Pom Z-m '0- 17— I�mlm F !2 aZOA zm z 11 z ?5 m A Fo 17- 22 0. . -W z P I M� z 0 K 0 m z > z z 1 T o .8 Ii 4 0 F 0> 2 0 0 C z mm 0 z 0 Z. z : 1 0 z 0 M M. Z� 0 0 z 00 ZRI � m 2 2z momg 0 =j 13 1 mo� 411- mz M :2 Ho `` i f Y Z. oz 0 .z Z. t'll 17 0 > " -.1 ra E m >;D EAST BEACON '"­' ��C x F. 0 M fi Architectural Engineering Consultants Mechanical, Electrical & Ughling Design Services Office with LEEDTM Accredited Professionals • .... .... . 41101 US H7 �6 24 Ste 2.14, Awn, Colorado, 81620 Tale Fax: : 970-7488521 EAGLE COUNTY, COLORADO www.aec- vail.com > > > > a. A �q z ; I a - I § > 9, R g g R T N > & a a > IL & > F ;L ft a > azz 9 10 0 10 co M'- 0 m 9 U3 X, ZO ZO 10 r— 0 om IL dz M c: Z tg M, -'i Nz� G) �1. MI Ez! L W-Som W- 0 G) 0 0" 0 z En MMO p P 1 2 –* �> � A > z Z G) A . 5 .4 > d Ii .0 lom� 0 > nOrn > > z OM 0 F. z. 0 0 . �> re 0 z . T . m Z' I z > I !! oog p 6 M. M 0 A2 C M M T, 0 0 21 p 'c 10 z m 00 :9. 2.. .0 .0 IT �mc z > ZO mmA -M z 0 z z z > > "2N gg zo 0 � z m al > yp z 0 z MI M. Mm o .'T d z =1 Ci z OM2-- R > z z 0 ij E RI c: zmyo�o z a 0 w Zz < �0 ;4 � m z m z z -0 0 IM 0 0 mffi� % ;r 0 > M z > 0 >2� H Z. Wofo z z .6. -<gv' Im > m — 1 9 -; '0 � '0 m > M�c X T 0 01 0 G) Z r— ;6 0 z c 0 5 z c 0 0 E z 0 m .0 A 0 �j m m cf) 4 M - 1 p G) m G) 2.41 2 0 ) 10 G) 0 1 C 0 0 0 A zz 2 0 0 0 z m 0 61M, 5 25 0z < mom 0 0. ZO Z m S Im m zo > 0 E-' . z I.. z z 0 . 2 z c z mm m me z M p 6 0 WO 0 . Z as , �z z .1 m 00 c M ;2 . -.11 m .1 Z! 0 Z. m M.41 z 8 c > 0 ri m ode x > m 0 EAST BEACON aeC mm C N 2 Architectural Engineering Consultants R q 4 - Mechanical, Electrical & Lighting Design Services An OM a with LEEDTM Accredited Professionals US Hwy 6 & 24, Ste 214, Avon, Colorado, 81620 > 4 801 Telephone: 970-748-852 0 Fax: 970-748-8521 -v Lcom www.aec a a EAGLE COUNTY, COLORADO SECTION 01001 BASIC REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Summary: 1. Contract description. 2. Work by Owner. 3. Critical Dates. 4. Specification conventions. B. Price and Payment Procedures: 1. Cash allowances. 2. Contingency allowances. 3. Testing and inspection allowances. 4. Schedule of values. 5. Applications for payment. 6. Change procedures. 7. Alternates. C. Administrative Requirements: 1. Coordination. 2. Field engineering. 3. Prebid, Preconstruction, Preinstallation meetings. 4. Progress meetings 5. Cutting and patching. D. Submittals: 1. Submittal procedures. 2. Construction progress schedules. 3. Product data. 4. Shop drawings. 5. Samples. 6. Manufacturer's instructions. 7. Manufacturer's certificates. E. Quality Requirements: 1. Quality control. 2. Tolerances. 3. References. 4. Testing and inspection laboratory services. 5. Manufacturer's field services and reports. 6. Examination. 7. Preparation. East Beacon 06 -30 -15 Basic Requirements 01001-1 F. Temporary Facilities and Controls: 1. Temporary electricity. 2. Temporary lighting for construction purposes. 3. Temporary heating and cooling. 4. Temporary ventilation. 5. Telephone. 6. Temporary water service. 7. Temporary sanitary facilities. 8. Field offices and sheds. 9. Access roads. 10. Staging area. 11. Parking. 12. Progress cleaning and waste removal. 13. Project identification. 14. Barriers and fencing. 15. Protection of installed work. 16. Security and safety. 17. Water control. 18. Pollution and environmental control. 19. Removal of utilities, facilities, and controls. G. Product Requirements: 1. Products. 2. Delivery, handling, storage, and protection. 3. Product options. 4. Substitutions. H. Execution Requirements: 1. Closeout procedures. 2. Final cleaning. 3. Starting of systems. 4. Demonstration and instructions. 5. Testing, adjusting and balancing. 6. Protecting installed construction. 7. Project record documents. 8. Operation and maintenance data. 9. Spare parts and maintenance materials. 10. Warranties. 1.2 CONTRACT DESCRIPTION A. Work of the Project includes the installation of two prefabricated buildings; new off -site cast concrete foundation for each building; installation of satellite dish; and site improvements including, grading, fencing, pavers and grounding system. B. Perform Work of Contract under a Guaranteed Maximum Price contract with Owner in accordance with Conditions of Owner - Contractor Construction Agreement. In the event of any discrepancies /conflicts between the specifications and the Instructions to Bidders East Beacon 06 -30 -15 Basic Requirements 01001-2 Construction Agreement and/or the General Conditions to Construction Agreement, the Instructions to Bidders, Construction Agreement and General Conditions shall govern. 1.3 WORK BY OWNER A. Owner will perform the following work: - 1. The purchase and delivery of both prefabricated buildings. Delivery will be via helicopter but does not include placement of structures onto the foundation. - Placement, and anchoring, of structures to foundations shall be performed by the contractor. 2. Ground resistivity test and other special inspections, if any. 3. Tower improvements, with exception of connection of ice bridge which shall be performed by the contractor. 4. Submittal of plans to the Building Department including the cost of the plan review fees and the building permit fees. All other permits and inspections which are necessary (e.g. electrical permit) to perform the proposed work shall be the responsibility of the contractor. 1.4 CONTRACTOR'S USE OF PREMISES A. Limit use of premises to allow: 1. Continued, uninterrupted operation of tower, satellite dish and all transmission equipment. Limit the downtime of the satellite dish operation to the minimum required to remove and reinstall the dish to the new location. Have new location ready to receive dish prior to disconnecting it from its current location. Coordinate with Owner with minimum 72 hours notice. 1.5 CRITICAL DATES A. All foundation and grounding rings work shall be completed no later than September 15, 2015. B. Delivery of both prefabricated buildings must be received no later than October 1, 2015. 1.6 SPECIFICATION CONVENTIONS A. These specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases. 1.7 CASH ALLOWANCES A. Costs Included in Allowances: Cost of Product to Contractor or subcontractor of specific products and materials selected by Architect under allowance and shall include freight and taxes. B. Costs Not Included in Allowances But Included in Contract Sum/Price: Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit, and East Beacon 06 -30 -15 Basic Requirements 01001-3 similar costs related to products and materials selected by Architect under allowance shall be included as part of the Contract Sum and not part of the allowance. C. Difference in cost will be adjusted by Change Order. D. Allowances Schedule: 1. Section 10 4010: Allow stipulated sum of $300 for purchase of identifying devices (signage) including room name plaques, wayfinding plaques and ADA plaques. Include address numbers, and installation, in bid in addition to allowance. 1.8 CONTINGENCY ALLOWANCES A. Include contingency allowance of $10,000 in the Contract Sum for unforeseen conditions or emergencies. Expenditure of the contingency must be expressly approved by the Owner, in writing, in advance of the expenditure. 1.9 TESTING AND INSPECTION ALLOWANCES A. Testing and Inspection Allowances: Refer to the Owner- Contractor Construction Agreement and the General Conditions to Construction Agreement Section 13.4. B. Include cost of scheduling, coordinating, incidental labor and facilities required to assist testing or inspection firm in bid. 1.10 SCHEDULE OF VALUES A. Submit schedule on AIA Form G703. B. Submit Schedule of Values in duplicate within 15 days after date of Owner- Contractor Agreement or Notice to Proceed or earlier if required by the Instructions to Bidders. 1.11 APPLICATIONS FOR PAYMENT A. Submit three copies, or one digital (PDF) copy, of each application on AIA Form G702 and G703. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: Monthly. 1.12 CHANGE PROCEDURES A. Per requirements of Owner - Contractor Construction Agreement. B. Change Order Forms: AIA G701. East Beacon 06 -30 -15 Basic Requirements 01001-4 1. 13 ALTERNATES A. _ B. C. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Coordinate related Work and modify surrounding Work as required. Schedule of Alternates: 1. Alternate No. 1: Add Alternate to include all work associated with Tenant Building and satellite dish including, but not limited to, foundations, placement of building and satellite, steel stair, grounding work, connection of ice bridge to Tenant Building, Tenant Building portion of concrete pavers, electrical work. a. Base Bid Item: Do not include work associated with Tenant Building and Satellite Dish. b. Alternate Item: Include all work associated with Tenant Building and Satellite Dish. 1. 14 COORDINATION A. Coordinate scheduling, submittals, and Work of-various sections of specifications to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Verify utility requirement characteristics of operating equipment are compatible with building utilities. C. Coordinate space requirements and installation of mechanical and electrical work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable. D. In finished areas, conceal pipes, ducts, and wiring within construction. 1.15 FIELD ENGINEERING A. Employ Land Surveyor to locate reference datum and protect survey control and reference points. B. Establish elevations, lines, and levels and certify elevations and locations of the Work conform with Contract Documents. C. Verify field measurements are as indicated on shop drawings or as instructed by manufacturer. 1.16 PREBID, PRECONSTRUCTION, PREINSTALLATION MEETINGS A. Owner will schedule a mandatory prebid meeting.. Owner will schedule preconstruction meeting after Notice of Award for affected parties East Beacon 06 -30 -15 Basic Requirements 01001-5 C. When required in individual specification section, convene preinstallation meeting at Project site,prior to commencing work of section. 1.17 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at weekly intervals or as required by Owner - Contractor Agreement. B. Preside at meetings, record minutes, and distribute copies within five days to those affected by decisions made. 1.18 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching new Work; restore Work with new Products. B. Submit written request in advance of cutting or altering structural or building enclosure elements. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill -timed Work. 3. Remove and replace defective and non - conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Cut masonry and concrete materials using masonry saw or core drill. Restore Work with new Products in accordance with requirements of Contract Documents. E. Fit Work tight to adjacent elements. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. F. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. G. Refinish surfaces to match adjacent finishes. 1.19 SUBMITTAL PROCEDURES A. Submittal form to identify Project, Contractor, subcontractor or supplier; and pertinent Contract Document references. B. Apply Contractor's stamp, signed or initialed, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of the Work and Contract Documents. C. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of completed Work. East Beacon 06 -30 -15 Basic Requirements 01001-6 D. Revise and resubmit submittals as required; identify changes made since previous submittal. E. Allow two weeks turnaround time for Architect/Engineer review of submittals, including shop drawings. 1.20 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Architect/Engineer review. B. Submit revised schedules with each Application for Payment, identifying changes since previous version. Indicate estimated percentage of completion for each item of Work at each submission. C. Submit horizontal bar chart with separate line for each section of Work, identifying first work day of each week. 1.21 PRODUCT DATA A. Product Data: 1. Submitted to Architect/Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. 2. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes as specified. B. Submit number of copies which Contractor requires, plus one copy which will be retained by Architect /Engineer. Electronic (PDF) submittals are acceptable. C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturer's standard data to provide information unique to this project. 1.22 SHOP DRAWINGS A. Shop Drawings: 1. Submitted to Architect/Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. 2. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes as specified. B. Submit number of opaque reproductions Contractor requires, plus one copy which will be retained by Architect/Engineer or PDF file. 1.23 SAMPLES A. Samples for Review: East Beacon 06 -30 -15 Basic Requirements 01001-7 1. Submitted to Architect/Engineer for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. 2. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes as specified. B. Samples For Selection: 1. Submitted to Architect/Engineer for aesthetic, color, or fmish selection. 2. Submit samples of finishes from full range of manufacturer's standard colors, textures, and patterns for Architect/Engineer selection. 3. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes as specified. C. Submit samples to illustrate functional and aesthetic characteristics of Product. D. Submit samples of finishes from full range of manufacturer's standard colors, textures, and patterns for Architect/Engineer's selection. 1.24 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit manufacturer printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. 1.25 MANUFACTURER'S CERTIFICATES A. When specified in individual specification sections, submit certifications by manufacturer to Architect /Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 1.26 QUALITY CONTROL A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturer's instructions. C. Comply with specified standards as minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 1.27 TOLERANCES A. Monitor fabrication and installation tolerance control of installed Products over suppliers, manufacturers, Products, site conditions, and workmanship, to produce acceptable Work. Do not permit tolerances to accumulate. East Beacon 06 -30 -15 Basic Requirements 01001-8 B. Comply fully with manufacturer's tolerances. 1.28 REFERENCES A. Conform to reference standards by date of issue current as of date of Contract Documents. B. When specified reference standard conflict with Contract Documents, request clarification from Architect /Engineer before proceeding. 1.29 TESTING AND INSPECTION LABORATORY SERVICES A. Owner will appoint, employ, and pay for specified services of independent firm to perform testing and inspection. B. Independent firm will perform tests, inspections, and other services as required. C. Cooperate and coordinate scheduling with independent firm; furnish samples as requested. D. Re- testing required because of non - conformance to specified requirements will be charged to Contractor. 1.30 MANUFACTURER'S FIELD SERVICES AND REPORTS A. When specified in individual specification sections, require material or Product suppliers or manufacturers to furnish qualified staff personnel to observe site conditions and to initiate instructions when necessary. B. Report observations and site decisions or instructions that are supplemental or contrary to manufacturer's written instructions. 1.31 EXAMINATION A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify utility services are available, of correct characteristics, and in correct location. 1.32 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. East Beacon 06 -30 -15 Basic Requirements 01001-9 1.33 TEMPORARY ELECTRICITY A. Owner will pay cost of electricity used at the two 110 -V outlets available on site. If contractor requires additional power it shall be provided by contractor at contractor's expense. B. Provide temporary electricity and power outlets for construction operations, connections, branch wiring, distribution boxes, and flexible power cords as required. Do not disrupt Owner's need for continuous service of tower and satellite equipment. 1.34 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain temporary lighting for construction operations. - B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. 1.35 TEMPORARY HEATING AND COOLING A. Provide heating and cooling devices and heat and cool as needed to maintain specified conditions for construction operations. 1.36 TELEPHONE A. Provide, maintain and pay for cellular telephone service to field office at time of project mobilization. Allow Architect/Engineer incidental use. 1.37 TEMPORARY WATER SERVICE A. There is no water service at the site. Provide clean water as needed for construction operations. 1.38 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Coordinate location with The Bureau of Land Management (BLM) if it needs to be located on BLM property at the bottom of the hill. B. Maintain in clean and sanitary condition. 1.39 FIELD OFFICES AND SHEDS A. Field office is not required. 1.40 ACCESS ROADS A. Existing on -site roads may be used for limited construction traffic. East Beacon 06 -30 -15 Basic Requirements 01001-10 B. The road leading to the site is not fully improved and does not accommodate large vehicles /trucks. It is the contractor's responsibility to get all necessary equipment to the site as part of the scope of work. Should contractor wish to make any improvements to the existing road and or trim tree branches it should be done with prior approval from The Bureau of Land Management (contact person: Monty Senor). 1.41 STAGING AREA A. There is a small staging area for contractor use at bottom of hill/road. B. At contractor's option, Owner will make a staging area available for contractor use for forming and pouring foundation components at the Eagle County Maintenance Service Center facility at 3289 Cooley Mesa Road, Gypsum, CO. Transport of components to the site shall be the contractor's responsibility. 1.42 PARKING A. Arrange for on -site temporary parking areas to accommodate construction personnel with Owner. 1.43 PROGRESS CLEANING AND WASTE REMOVAL A. Collect and maintain areas free of waste materials, debris, and rubbish. Maintain site in clean and orderly condition. 1.44 PROJECT IDENTIFICATION A. Provide project identification as may be required by Building Official. B. Erect on site at location established by Owner. 1.45 BARRIERS AND FENCING A. Fencing of construction areas is left to contractor's discretion and safety plan. It is not required by Owner. B. Construction: Contractor's option. 1.46 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification sections. B. Prohibit traffic or storage upon waterproofed or roofed surfaces. 1.47 SECURITY AND SAFETY A. Provide facilities to protect Work from unauthorized entry, vandalism, or theft. East Beacon 06 -30 -15 Basic Requirements 01001 -11 B. Provide safety training, signage, products, and traffic control services as needed to maintain project safety. 1.48 WATER CONTROL -A. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Provide erosion control. 1.49 POLLUTION AND ENVIRONMENTAL CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. B. Provide dust control, erosion and sediment control, noise control, pest control and rodent control to allow for proper execution of the Work. 1.50 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Final Application for Payment review. B. Grade site as indicated on Drawings. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 1.51 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work, but does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. B. Do not use materials and equipment removed from existing premises, except as specifically identified or allowed by the Contract Documents. C. Provide interchangeable components of same manufacture for components being replaced. 1.52 DELIVERY, HANDLING, STORAGE, AND PROTECTION A. Deliver, handle, store, and protect Products in accordance with manufacturer's instructions. East Beacon 06 -30 -15 Basic Requirements 01001-12 1.53 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any Product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with Provision for Substitutions: Submit request for substitution for manufacturers not named. 1.54 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution provides sustainable design characteristics that specified product provided. C. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution has received necessary approvals of authorities having jurisdiction. e. Requested substitution is compatible with other portions of the Work. f. Requested substitution has been coordinated with other portions of the Work. g. Requested substitution provides specified warranty. h. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 15 days after the Notice of Award. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. C. Requested substitution is consistent with the Contract Documents and will produce indicated results. East Beacon 06 -30 -15 Basic Requirements 01001-13 d. Requested substitution provides sustainable design characteristics that specified product provided. e. Requested substitution will not adversely affect Contractor's construction schedule. f. Requested substitution has received necessary approvals of authorities having jurisdiction. g. Requested substitution is compatible with other portions of the Work. h. Requested substitution has been coordinated with other portions of the Work. i. Requested substitution provides specified warranty.. j. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. 1.55 CLOSEOUT PROCEDURES A. Submit written certification Contract Documents have been reviewed, Work has been inspected, and Work is complete in accordance with Contract Documents and ready for Architect/Engineer's inspection. B. Submit final Application for Payment identifying total adjusted Contract Sum/Price, previous payments, and amount remaining due. 1.56 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior surfaces exposed to view. Vacuum carpeted and soft surfaces. C. Clean debris from site, roofs, gutters, downspouts, and drainage systems. D. Replace filters of operating equipment. E. Remove waste and surplus materials, rubbish, and construction facilities from site. 1.57 STARTING OF SYSTEMS A. Provide seven days notification prior to start-up of each item. B. Ensure each piece of equipment or system is ready for operation. C. Execute start-up under supervision of responsible persons in accordance with manufacturer's instructions. D. Submit written report stating equipment or system has been properly installed and is functioning correctly. East Beacon 06 -30 -15 Basic Requirements 01001-14 1.58 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of Substantial Completion. B. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. C. Demonstrate start-up, operation, control, adjustment, trouble- shooting, servicing, - maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. 1.59 TESTING, ADJUSTING, AND BALANCING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 1.60 PROTECTING INSTALLED CONSTRUCTION A. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. B. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. C. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. D. Prohibit traffic from landscaped areas. 1.61 PROJECT RECORD DOCUMENTS A. Maintain on site one set of Contract Documents to be utilized for record documents. B. Record actual revisions to the Work. Record information concurrent with construction progress. C. Specifications: Legibly mark and record at each Product section description of actual Products installed. D. Record Documents and Shop Drawings: Legibly mark each item to record actual construction. E. Submit documents to Architect/Engineer with claim for final Application for Payment. 1.62 OPERATION AND MAINTENANCE DATA A. Submit two sets prior to final inspection, bound in 8 -1/2 x 11 inch text pages, three D side ring binders with durable plastic covers and one electronic (PDF format) copy. East Beacon 06 -30 -15 Basic Requirements 01001-15 B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS" and title of project. C. Internally subdivide binder contents with permanent page dividers, logically organized, with tab titles legibly printed under reinforced laminated plastic tabs. D. Contents: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect/Engineer, Contractor, subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system. 3. Part 3: Project documents and certificates. 1.63 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide Products, spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Deliver to Project site and place in location as directed by Owner; obtain receipt prior to final payment. 1.64 WARRANTIES A. Provide duplicate copies. B. Execute and assemble transferable warranty documents from subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. PART 2 PRODUCTS, Not Used. PART 3 EXECUTION Not Used. END OF SECTION East Beacon 06 -30 -15 Basic Requirements 01001-16 BIDDING ADDENDUM NO. 1 July 15, 2016 PROJECT IDENTIFICATION: EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS Board of County Commissioners Eagle County 500 Broadway Eagle, Colorado 81631 Rick Ullom, Construction Manager Eagle County Project Management Department 590 Broadway P.O. Box 850 Eagle, CO 81631 THIS BIDDING ADDENDUM IS ISSUED FOR THE NOTICE TO ALL BIDDERS OF THE FOLLOWING CHANGED ITEMS: 1. Sheet C 1.0: General Notes; item 31. Owner /County to provide transportation of pre- fabricated buildings onto site. Contractor to receive buildings by helicopter transport at jobsite and place on foundations. 2. Bid Form: There are two line items for the Ice Bridge #4.2 and #6.14. Cloud shown on sheet C5.0 for portion to include in Tenant Building — Alternate 1. 3. Stairs require removable handrails on both sides of steps and removable guardrails on open side(s) of landing. 4. Alternate Pavers must comply with specified manufactures specifications and Basic Requirements 1.54 Substitutions. 5. Question: "Conflicting information regarding footer depth: Sheet S 1. 1, Foundations and Concrete Note #3: 'All bottom of footing excavations shall be a minimum of 48" below grade for frost protection. Sheet S2.1, Detail 1 shows 3' from finished grade to bottom of footer." a. Response: The documents are correct in referencing both a 48 -inch minimum excavation and 3 -foot dimension from grade to bottom of footing. The 3 -foot footing embedment plus the 12 -inch thick rock layer add up to the 48 -inch minimum excavation. The rock layer is used as part of the frost protection per the Geotechnical Engineer recommendations. 6. Question: "Conflicting information regarding electrical scope: Sheet E1.0, Note 1.A. calls to provide complete wiring system including wire, panelboards, control devices etc. These items are not specifically included in the bid schedule and elsewhere the panels are noted as provided by others (for example, also on sheet E1.0, the electrical site plan has a note stating, "county building panel by Y a !� others." Please clarify if the contractor is to supply wiring and added appurtenances for the wiring system." a. Response: "County building panel by others" is correct. 7. Question: "Detail requested: please provide detail on test wells, and fence post foundations." a. Response: For the fence post foundation refer to note #3 on the Typical High Fence (Drawing #1 -1140) which states "Footing width to be (4)X post width. Minimum Depth 36 ". In this case, the post width is 2.875" therefore footings shall be 12" diameter x 36" deep. For test well, provide #3/0 bar copper looped and exo- thereto welded to nearest ground rod. _ Route wire within 6" pvc -80 pipe to grade, provide removable cap flush with grade. Locate test well at nearest ground rod. For Fence posts, we will not provide grounding at foundation. Instead provide an exo - thermo weld at each jumper, weld to fencing material, weld to fence post and then to fencing material on other side of post 8. Question: Clarification: Sheet E1.1, Note 1.1.13 states that megger testing requires that grounding system be entirely exposed (not backfilled) for inspection, is this the case? a. Response: Backfill to 50 %. Owner wants the ability to rework system if the megger test fails. Question: Conflicting information regarding conductor bury depth: Sheet E1.1, Part 3. LB calls for underground conductors to be 36" below grade; the `Typical Grounding Ring' detail on the same sheet calls for 30" bury. a. Response: 30" depth is correct End of Addendum No. 2 BIDDING ADDENDUM NO.2 July 16, 2016 PROJECT IDENTIFICATION: EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS Board of County Commissioners Eagle County 500 Broadway Eagle, Colorado 81631 Rick Ullom, Construction Manager Eagle County Project Management Department 590 Broadway P.O. Box 850 Eagle, CO 81631 THIS BIDDING ADDENDUM IS ISSUED FOR THE NOTICE TO ALL BIDDERS OF THE FOLLOWING CHANGED ITEMS: 1. The WF (wide flange) found on Structural Sheet 52.1 in lighter line color is part of the prefabricated building. All other items shown, including but not limited to the plate shall be furnished and installed by the contractor. 2. The electrical pole, transformer and meter will be furnished and installed by Holy Cross Electric prior to delivery of the prefabricated building. All work beyond the meters located on the pole is the responsibility of the contractor as shown on Sheet El.l Electrical one -line diagram. End of Addendum No. 2 BIDDING ADDENDUM NO.3 July 17, 2016 PROJECT IDENTIFICATION: EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS Board of County Commissioners Eagle County 500 Broadway Eagle, Colorado 81631 Rick Ullom, Construction Manager Eagle County Project Management Department 590 Broadway P.O. Box 850 Eagle, CO 81631 THIS BIDDING ADDENDUM IS ISSUED FOR THE NOTICE TO ALL BIDDERS OF THE FOLLOWING CHANGED ITEMS: 1. The weight of the 10 x 16 County building the contractor will receive at the jobsite and place on the foundation is 8,850 lbs. 2. The weight of the 8 x 8 Tenant building the contractor will receive at the jobsite and place on the foundation is 5,000 lbs. End of Addendum No. 3 BIDDING ADDENDUM NO.4 July 20, 2016 PROJECT IDENTIFICATION: EAST EAGLE FCC BEACON TOWER BUILDING AND SITE IMPROVEMENTS Board of County Commissioners Eagle County 500 Broadway Eagle, Colorado 81631 Rick Ullom, Construction Manager Eagle County Project Management Department 590 Broadway P.O. Box 850 Eagle, CO 81631 THIS BIDDING ADDENDUM IS ISSUED FOR THE NOTICE TO ALL BIDDERS OF THE FOLLOWING CHANGED ITEMS: 1. Item 2 of Addendum 2 pertaining to the scope of work responsibility of the contractor is corrected as per Holy Cross standard procedures. You can locate these on the Holy Cross Electric website. All work related to the electrical service that is not performed by Holy Cross is the responsibility of the contractor identified on the contract documents including the plans and specifications. 2. Attached to this Addendum Number 4 is an updated Bid Form with acknowledgment of the four addendums at the bottom of the last page. End of Addendum No. 4 W � Q W � O MO W w 0 m a w N •C -I JI i _I I 0I 0I 8I -I JI W c- M O N > TT ca O U- U- 0 O cql m N r- N N lL = 3 _ J ~ Q C N Sc E 7 O N ca N N Q cn j O c C L C O O O N U Q Q- N M O Cl) C c U f6 •j m j C d otS Z O Q O C C rn �W L (� CL mcu `vi� c V co C� - Vi N U c N O W M J O V O '�A d¢ � J LL X O N CMO ^p d3 -aO U- J N W (%� (0 co y c Fo- m0 o :C. o O m > m 7 o O O :� O O. E O C .. o c O c L U L c � _ c � _ W O+� N N N 'O a) c o "C' U j I L U- W W L O d' CL 0 to iB N 0) c O c O c O a) to m cn �- c0 a C E 00 V a) n o N Y •f0 m N O. Q +" O O O c W V to U� 06 U) > X N X m X O � O � m N � C/3 C= v m c p W W W y > rnQ C ELL = Y Y Y t6 (6 C O O) 7 Y ?j N N j rL• w O 3 O O 3: N 0O N p N w y + U) N Q O O 0 cn c = C C V- t: E E Y CO (D o 0 ui = W W W d N L p o fn o ;= � (n U m W � N _ O W . N . E . N . . . . . . . � 0 O O . cn LL LL _ LL LL lL LL fn Q W Q W cn J cn _i LL J LL J fn J LL (n O 00 N O O N 0) a) aOj 0) O N �— N O cam- r" O N m 7 U W .O O O_ O_ Q cn cn LL O U 7 C O Q O F cu n `p LL O O O N cn > a. i L N O) C O CD E y U Q C D U L L i w M U U) • N O U C H C C m L N ` LOL CL N D N ° 't p ) ° `v c6 C9 z cn :3 L U �, M 6i G C c6 L L=L � N U) O (n m m ° O ° U co U U a C C c6 L y L LL U) > d o L Q '6 a� m O C U 6i C C c6 L N L LL L N W a N O U .r cn O U d a C C c6 L W c U N 0 C J C c6 U coo C C c6 L � c U- O co = C cn _ 3 0 O t. a C C m L U- O CL m O LL O O LL N N U C U m C C m L Ln LL m C O U g O m LO L O N U C U cu C C m L N L LL cn _ C O "0 _U '� m a) p C O c U _ m m p J C m C Ui N U) cn — C c0 L N L ti cQ '~ O Q to „ N m 0 +�' C O O ° C = in m U m C6 Q N m _ O U a U v N E C '.c�6 C U O C/3 L >p N N - (°) LD U cu 06 o V _ L p N X CD O > m z O O C c0 +' w (n "' N Lq N CD O N N N N ch N CO N I- N O Ch M N CO M M - W J LL J J i >- m LL LL LL Q U1 m m tL LL N ° co oO 00 ° 00 e- co N a0 O (U ` IL 3 co C IL N N YO Z o Z =o E o m n O 5 co LL 0 Li c U C > C N CC) N � N IL + (n F- U m O O O m CO O E 0 �-` O O LL LL �. O N U }' LL p• �- O U i Ill3 Y -W C a N > (6 Y W O _C _ G 0 m •-• W to O CB CO = 'O Cn C O O U > -O (1) m +' O O L N > m Q CU c U U Y N C U ~ N 3 C9 � r c _ d Cl) d O• N N U O U) m CL o t6 c c E +-� m LL w a) ~ cm a = -o c a c Q O LL O ^ > o c c O O cy Q 3- Q 0 LL Q m a t1) cm O - - io m o" >, __ d CO Q o m C C c- c ° U c m E a� = x co - Q m -_ m O o c O O)o cU U- rn c w Cn Q +. Ca a U c c LL m U U a m to m E m a) E sT S o o a� J> �> °) m '� od c U 0 0 Q cn C EL ° m a. •�' c Fa ufu _� y m y a� m CD m� ° CA c m O LL O LL i Cn cn o U m� U O U_ U O V •a c c t6 i� p O N m m N M 0 U O ;_- O U U Cn Q () LL (n fn M O c U +6 N X6 0 m 6 > co > O — 6 — C�6 — C�0 — YQ i N — co — cc — E•- fII — f0 CU Cn E c` y c to c m _ CO m N � Cn c Cn c Cn c U d N U N E Cn in "O y 'O G± to R C X W X W c •O 'O a c -O O c 'O c a c o c. 'O -0 fQ c m C6 R m m 4) �.., i -14 O Q Q Q w O Q Q s m C m to F- N � y+ .. V > .0 -C L L .0 L .c .c C= c U c c '� �+ �' t' E w c Cn c Cn c Cn c — Cn c Cn c Cn �— c N to :- c U) O O LL (L 3 LL 3 LL 0 tU m W CU W Cp Q_ > LL > LL 3 LL O LL to = O LL 3 LL 3 0 LL a. LL Q L O It Cn O N M t0 CO I� 00 O ° c- ',,,,. Q LO LO U') lf') lt) Ln to lf) LC) t0 LO Cn Pt" 0 U C O Cis (6 z cu C Q N fy -a N O L El ai co 0 _rn .O C.' "CS W 0 �zzzz gp'O'O'O'C x^o^d^o�o d¢¢¢Q J J J r 00 r � C - C6 C N f6 O Q O Cl) Y N Cm O O ` N U U) N U - .Z N C C O O N � U � N 'O C 7 C - O E U .. C 0O c _ U O U) N E i" p N W i June 21, 2013 Subject: Soil Resistivity Testing, Eagle Radio Tower, Eagle County, Colorado Job No. 13 -6011 Mr. Rick Ullom Eagle County, Construction Manager Project Management Department PO Box 850 Eagle, Colorado 81631 Dear Mr. Ullom: At your request, GROUND Engineering Consultants, Inc. (GROUND) performed 4 -point (Wenner) method soil resistivity testing at an existing Radio Tower site located north of Hwy 6 between the Towns of Gypsum and Eagle in Eagle County, Colorado. The observations, methods utilized and data obtained from the field testing are summarized below. WENNER RESISTIVITY TESTING The Wenner 4 -Pin Resistivity testing for the project was conducted at the radio tower site on June 18th 2013. Due to site constraints, an array of three tests were performed at various orientations in the general location of the proposed pre- fabricated equipment storage building in the open area just south of the radio tower. At the time of the testing, the air was mostly dry, it was cloudy and the ambient temperature was in the mid -70s °F. There had been no significant precipitation events over the last 72 hours. The project site existed mainly as undeveloped, mountainous terrain. There is an unimproved access road that approaches from the south and terminates at the existing radio tower. The site is primarily atop a small mountain outcrop, steeply sloping on the north side and overlooking the Eagle River Valley. The on -site soils appeared to consist mainly of sandy silts and clays with occasional gravel and cobble with numerous protrusions of dense bedrock materials scattered rZrRou1mn ENGINEERING CONSUL.TRNTS INC. PO Box 464, 101A Airpark Drive #9, Gypsum, CO 81637 Phone (970) 524 -0720 Fax (970) 524 -0721 www.groundeng.com Office Locations: Englewood Commerce City Loveland Granby Gypsum Grand Junction August 15, 2013 Subject: Subsurface Exploration Program and Geotechnical Recommendations, Eagle Radio Tower Equipment Building, Eagle County, Colorado Job No. 13 -6019 Mr. Rick Ullom Eagle County, Construction Manager Project Management Department PO Box 850 Eagle, Colorado 81631 11Z7Tiurag11ffe 11ii This letter presents the results of a subsurface exploration program to evaluate the bearing conditions of the proposed 10 foot by 16 foot, pre- fabricated equipment building for the existing radio tower site located , north of Hwy 6 between the Towns of Gypsum and Eagle in Eagle County, Colorado. SUBSURFACE EXPLORATION The subsurface exploration for the project was conducted on July 24, 2013. A total of two (2) test pits were excavated with a rubber -tire Komatsu WB 150 AWS backhoe to evaluate the bearing conditions in two locations for the equipment building. The test pits were advanced to depths ranging from approximately 3 to 7 feet below existing grades at which point practical excavator refusal was encountered. A GROUND engineer directed the subsurface exploration, logged the test pits in the field, and prepared the soil samples for transport to our laboratory. Samples of the subsurface materials from the sides of the test pits were retrieved with hand driven 2 -inch I.D. brass liners. Additionally, large disturbed samples were collected from the excavator spoils. Depths at which the samples were obtained are shown on the test hole logs. The approximate locations of the test pits are shown in Figure 1. Logs of the exploratory test pits are presented in Figures 2 and 3. Explanatory notes and a legend are provided in Figure 4. LABORATORY TESTING Samples retrieved from our test holes were examined and visually classified in the laboratory by the project engineer. Laboratory testing of soil samples obtained from the subject site included standard property tests, such as natural moisture contents, dry unit weights, grain size . analyses, liquid and plastic limits, and water - soluble sulfate. Standard Proctor testing was also ENGINEERING CONSULTANTS INC. PO Box 464, 101A Airpark Drive #9, Gypsum, CO 81637 Phone (970) 524 -0720 Fax (970) 524 -0721 www.groundeng.com Office Locations: Englewood Commerce City Loveland Granby Gypsum Grand Junction Radio Tower Equipment Building Eagle County, CO completed on a composite bulk sample. Laboratory tests were performed in general accordance with applicable ASTM protocols. Results of the laboratory testing program are summarized in Figures 5 through 8 and on Table 1. SUBSURFACE CONDITIONS The subsurface conditions encountered in the Test Pit 1 generally consisted of silt/clay, sand, gravel, and cobbles to practical drill rig refusal at depths of 3 and 7 feet. A layer containing what appeared to be fire altered silt was also encountered. This material generally consisted of black -- gravel to cobble sized rock in a silt/clay, sand, gravel and cobble matrix, but was otherwise similar in terms of engineering properties to the remainder of the materials encountered. The layer appeared to increase in thickness to the south and east, ranging from 2 feet below ground surface and 1.5 feet in thickness to 3 feet below ground surface and 4 feet in thickness. We understand there are anecdotal reports of various groups of local youth having periodic bonfires over the last several decades, which may be the source of possible alteration. The subsurface conditions in Test Pit 2 generally consisted of sand and silt with occasional gravels, and very hard bedrock at 3 feet and associated excavator refusal. Representative photos of the test pits are shown in Appendix A. Silt/Clay, Sand, Gravel, and Cobbles contained fine to coarse grained sand and fine to medium sized cobbles, were estimated to be loose to medium dense, slightly moist to moist, had medium to high plasticity, and were light brown in color. Possible Fire Altered Materials were generally the same as the silt/clay, sand, gravel, and cobbles, however the fire altered materials were somewhat friable to non - friable and generally broke down upon sieving in the laboratory, however some fragments were more durable. These materials were brown to dark brown to black in color. Sand and Silt were interlayered and had a fine to coarse sand fraction and occasional fine gravels, were estimated to be loose to medium dense or medium stiff to very stiff, slightly moist, had medium to high plasticity, and were light brown in color. SEISMIC CLASSIFICATION Based on extrapolation to depth of the subsurface data obtained for this study, and our experience in the project area, GROUND estimates that the site will likely meet the characteristics of a Site Class B site, according to the 2006/2009 IBC classification (Table 1613.5.2). To determine the site class quantitatively would require drilling and testing to a depth of at least 100 feet. Based on the site coordinates, the USGS's Earthquake Ground Motion Tool v.5.0.9a indicates an SDs value of 0.213 g and an SD1 value of 0.048 g, for a Site Class B. Job No. 13 -6019 GROUND Engineering Consultants, Inc. Page 2 Radio Tower Equipment Building Eagle County, CO FOUNDATION We were provided with a copy of the pre- fabricated building plans by Thermobond Buildings, dated August 14, 2013. Based on the provided plans, we understand the pre- fabricated building will rest on a slab foundation with thickened edges. The slab foundation will be six inches thick near the center and 18 inches along the edges and rest on top of a six inch layer of gravel. The in -place site soils appear suitable in general to support the proposed pre- fabricated building. Based on our observations and the available geotechnical data, we estimate that the soils represent an allowable bearing capacity of 1,500 psf at Test Pit 1 and between 750 and 1,000 psf at Test Pit 2. Items of note at Test Pit 1 include the possible fire altered materials. Although the materials encountered in the test pit appeared adequate to support the building, if the materials are associated with fire alteration it would stand to reason that it may be possible for buried loose deposits of ash and burned debris to be located nearby. Items of note at Test Pit 2 include the very low maximum dry density, high optimum moisture content, and high plasticity of the silt soils as shown on a Proctor of the material (Figure 8). This material is likely acceptable at the in -place moisture content, however once it has been disturbed it will require significant amounts of construction water to be placed as properly compacted fill and will be difficult to work with. We recommend foundations placed on these materials be placed on firm, undisturbed soils. Loose soils exposed during foundation excavation should be removed and replaced with non -silty on -site soils or imported fill. Alternatively, a lean concrete mud mat can be placed to achieve foundation subgrade where loose soils need to be removed. Given the shallow depth to bedrock at the Test Pit 2 location, it may be more feasible to found the building on short, circular drilled footings for a. building in that location. It should also be noted that the foundation will not be located below the local frost depth, and some seasonal frost heave should be anticipated from the silty soils. Frost heave magnitudes will likely not exceed 2 inches, and should typically be on the order of less than an inch. We recommend at least 2 inches of flex be provided for any connection to the building and ready access for periodic maintenance. Given the somewhat problematic nature of both locations, we generally recommend the bearing pressures be kept as low and uniform as possible. We also recommend that the building site be selected for positive drainage away from the foundation or be provided with positive drainage through grading. We anticipate a combination of low bearing pressures and adequate drainage will likely result in acceptable performance at either test pit location. WATER- SOLUBLE SULFATES The concentrations of water - soluble sulfates measured in a selected sample retrieved from the test pits was approximately 0.23 percent by weight (Table 1). Such concentrations of water - soluble sulfates represent a severe environment for sulfate attack on concrete exposed to these Job No. 13 -6019 GROUND Engineering Consultants, Inc. Page 3 Radio Tower Equipment Building Eagle County, CO materials. Degrees of attack are based on the scale of `negligible,' 'moderate,' 'severe' and `very severe' as described in the "Design and Control of Concrete Mixtures," published by the Portland Cement Association (PCA). The Colorado Department of Transportation (CDOT) utilizes a corresponding scale with 4 classes of severity of sulfate exposure (Class 0 to Class 3) as described in the published table below. REQUIREMENTS TO PROTECT AGAINST DAMAGE TO CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE Based on our test results and PCA and CDOT guidelines, GROUND recommends use of sulfate- resistant cement in all concrete exposed to site soils, conforming to one of the following Class 2 requirements: (1) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by weight (2) ASTM C 150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C 452 (3) ASTM C 1157 Type HS; Class C fly ash shall not be substituted for cement. (4) ASTM C 1157 Type MS plus Class F fly ash where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012. (5) A blend of Portland cement meeting ASTM C 150 Type II or III with a minimum of 20 percent Class F fly ash by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012. Job No. 13 -6019 GROUND Engineering Consultants, Inc. Page 4 Water - Soluble Sulfate (SO4) Water Severity of Sulfate (SO4) Cementitious Cementitious Sulfate In Water Ratio Material In Dry Soil Ex Exposure p Requirements (PPM) (maximum) Clash 0 J 0 00 to 0 0 to 150` "s�`vr� 0 45 3� �'•� C S�.i �,. ry mv�3 F'"' � $ �`...�'+`, �r� � ,2�.N 'a. `i ' -."% _.SS �.�' `�2."'=.»'"'y'�v -``� �'��"`�`a Class 1 0.11 to 0.20 151 to 1500 0.45 Class 1 L: �"-'� �»� - ��.,�,�- 'x�„,�'_C'�..�„',_s, �," <3 s�-�, `ti' ✓; d .� '��.. � �N'S2�m".sf�£`s�^�..- ."'�'� �. C."`.am.�r'. - a --:4,� ^..�af,.., � '. :...,w ... �� ...,:._ �.. � ���. �^r �h %�:2�,._��'�a»`�3 .� -- ..��.. �✓t'' ..? -... �:.-: s'�. „Jrr+,..wem'_,m`.p.-'_ -. ., "".< FT"�"�-t`'..':?`.�'- +v`�S` .""..+cS -.r.. �`.. ...�✓�i^n-': "5»5��...a se= Class 3 2.01 or greater 10,001 or greater 0.40 Class 3 Based on our test results and PCA and CDOT guidelines, GROUND recommends use of sulfate- resistant cement in all concrete exposed to site soils, conforming to one of the following Class 2 requirements: (1) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by weight (2) ASTM C 150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C 452 (3) ASTM C 1157 Type HS; Class C fly ash shall not be substituted for cement. (4) ASTM C 1157 Type MS plus Class F fly ash where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012. (5) A blend of Portland cement meeting ASTM C 150 Type II or III with a minimum of 20 percent Class F fly ash by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012. Job No. 13 -6019 GROUND Engineering Consultants, Inc. Page 4 Radio Tower Equipment Building Eagle County, CO (6) ASTM C 595 Type IP(HS); Class C fly ash shall not be substituted for cement. When fly ash is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C 1012, shall be the same source, and it shall have a calcium oxide content no more than 2.0 percent greater than the fly ash tested according to ASTM C 1012. All concrete exposed to site soil and bedrock should have a minimum compressive strength of 4,500 psi. The contractor should be aware that certain concrete mix components affecting sulfate resistance including, but not limited to, the cement, entrained air, and fly ash, can affect workability, set time, and other characteristics during placement, finishing and curing. The contractor should develop mix(es) for use in project concrete which are suitable with regard to these construction factors, as well as sulfate resistance. A reduced, but still significant, sulfate resistance may be acceptable to the owner, in ,exchange for desired construction characteristics. SOIL CORROSIVITY Reference is made to the Eagle Radio Tower Soil Resistivity letter dated June 21, 2013 (Job No. 13 -6011) for Wenner resistivity values for use in the evaluation of corrosion potential to buried metals. CLOSURE Materials Testing: The client should consider retaining a Geotechnical Engineer to perform materials testing during construction. The performance of such testing or lack thereof, in no way alleviates the burden of the contractor or subcontractor from constructing in a manner that conforms to applicable project documents and industry standards. The contractor or pertinent subcontractor is ultimately responsible for managing the quality of their work; furthermore, testing by the geotechnical engineer does not preclude the contractor from obtaining or providing whatever services they deem necessary to complete the project in accordance with applicable documents. Limitations: This report has been prepared for Eagle County as it pertains to the proposed project as described herein. It may not contain sufficient information for other parties or other purposes. The owner or any prospective buyer relying upon this report must be made aware of and must agree to the terms, conditions, and liability limitations outlined in the proposal. The geotechnical conclusions and recommendations in this report relied upon subsurface exploration at a limited number of exploration points, as shown in Figure 1, as well as the means and methods described herein. Subsurface conditions were interpolated between and extrapolated beyond these locations. It is not possible to guarantee the subsurface conditions Job No. 13 -6019 GROUND Engineering Consultants, Inc. Page 5 Radio Tower Equipment Building Eagle County, CO are as indicated in this report. Actual conditions exposed during construction may differ from those encountered during site exploration. If, during construction, surface, soil, bedrock, or groundwater conditions appear to be at variance with those described herein, a geotechnical engineer should be advised at once, so that re- evaluation of the recommendations may be made in a timely manner. In addition, a contractor who relies upon this report for development of his scope of work or cost estimates may find the geotechnical information in this report to be inadequate for his purposes or find the geotechnical conditions described herein to be at variance with his experience in the greater project area. The contractor is responsible for obtaining the additional geotechnical information that is necessary to develop his workscope and cost estimates with sufficient precision. This includes current depths to groundwater, etc. The materials present on -site are stable at their natural moisture content, but may change volume or lose bearing capacity or stability with changes in moisture content. Performance of the proposed structure and pavement will depend on implementation of the recommendations in this report and on proper maintenance after construction is completed. Because water is a significant cause of volume change in soils and rock, allowing moisture infiltration may result in movements, some of which will exceed estimates provided herein and should therefore be expected by the owner. This report was prepared in accordance with generally accepted soil and foundation engineering practice in the project area at the date of preparation. GROUND makes no warranties, either expressed or implied, as to the professional data, opinions or recommendations contained herein. Because of numerous considerations that are beyond GROUND's control, the economic or technical performance of the project cannot be guaranteed in any respect. ALL DEVELOPMENT CONTAINS INHERENT RISKS. It is important that ALL aspects of this report, as well as the estimated performance (and limitations with any such estimations) of proposed project improvements are understood by the Client, Project Owner (if different), or properly conveyed to any future owner(s). Utilizing these recommendations for planning, design, and /or construction constitutes understanding and acceptance of recommendations or information provided herein, potential risks, associated improvement performance, as well as the limitations inherent within such estimations. If any information referred to herein is not well understood, it is imperative for the Owner or anyone using this report to contact the author or a company principal immediately. Sincerely, GROUND Engineering Consultants, Inc. rmnrm Reviewed by Chris Hutto, C.E.T. Carl Henderson, P.E. Job No. 13 -6019 GROUND Engineering Consultants, Inc. Page 6 1 * Indicates test pit number and approximate location. 1 inch — 20 feet Test Pit 1 +1 0 0 0 0 Q o + + + + + t + + + + + + + + 5 .d . + + I + + + + + 10 GROUND 15 r=N(50 r =r=RlN5 CONSUL.TRNTS BOUNDARIES ARE APPROXIMATELY DRAWN TEST PIT PROFILES JOB NO.: 13-6019 FIGURE: 2 CADFILE NAME: 6019PIT1.DWG a� a� 1z a� 0 Test Pit +1 10 15 BOUNDARIES ARE APPROXIMATELY DRAWN LEGEND: RR Silt, Sand, Gravel, and Cobbles: Contained fine to coarse grained sand and fine to medium sized cobbles, were estimated to be loose to medium dense, slightly moist to moist, had medium to high plasticity, and were light brown in color. ++ Possible Fire Altered Materials: Were generally the same as the-silt/clay, sand, gravel, and cobbles, however the fire altered materials were somewhat friable to non - friable and generally broke down upon sieving in the laboratory, however some fragments were more durable. These materials were brown to dark brown to black in color. Sand and Silt: Were interlayered and had a fine to coarse sand fraction and occasional fine gravels, were Wstimated to be loose to medium dense or medium stiff to very stiff, slightly moist, had medium to high plasticity, and was light brown in color. Hand Drive sample, 2 -inch I.D. Brass liner sample r Large disturbed sample. Practical Excavator Refusal NOTES: 1) Test pits were excavated on 07/24/13 with a rubber tire Komatsu WB 150 AWS back hoe. 2) Locations of the test pits were measured approximately by pacing from features shown on the site plan provided. 3) Elevations of the test pits were not measured and the logs of the test pits are drawn to depth. 4) The test pit locations and elevations should be considered accurate only to the degree implied by the method used. 5) The lines between materials shown on the test pit to s represent the approximate boundaries between material types and the transitions may be gradual. 6) Groundwater was not encountered during excavating. Groundwater levels can fluctuate seasonally and in response to landscape irrigation. SIEVE ANALYSIS: ASTM C 136 with C 117 or D 1140 HYDROMETER ANALYSIS: ASTM D 422 Sieve Openings I U.S. Standard Sieves Time Readings 3- 2" 1.5" 1" 0.75" 0.5" 0.37" #4 #8#10 #16 #30 #40 #50 #100 #200 00 1 1 . I I I I . I I . I I I I-_-- -4 --l- L-L-L F_- 1-4L--A1 1-41L-41 90 J- . j J ..... . ....... 10 1. I J-' 80 — -J t 7 20 70 - 30 0 z 60 LLI U) < j_ 40 Z < F- 50 -T 50 It WZ -f �-T Z W40 - ------ 717 - ----- W 60 I- - F- -1- -- ------- W 30 r= 4- 70 80 j to so 1 7-7 0 -T­-ILI - 1 -4 -] I_ _JTT 100 100 5 2 10.0 5 2 1.0 5 2 0.1 5 2 0.01 5 2 0.001 DIAMETER OF PARTICLE IN MILLIMETERS Coarse Fine Coarse Medium Fine SILT CLAY GRAVEL SAND Sample Location: Test Pit 1 at 0-3 feet Gravel: 26 % Sand: 30% Silt and Clay: 9% ENGINEERING CONSLILTRNTN GRADATION TEST RESULTS - Sample Description: Gravelly, Very Clayey Sand LL = 31 PI=9 JOB NO.: 13-6019 1 FIGURE: 5 CADFILE NAME: 6019GRADOl.DWG 1. Coarse SIEVE ANALYSIS: ASTM C 136 with C 117 or D 1140 HYDROMETER ANALYSIS: ASTM D 422 Sieve Openings U.S. Standard Sieves Time Readings 3" 2. 1.5" 1" 0,75" 0.5" 0.37" #8 910 #16 #30 940 #50 #100 #200 100 1 0 ME W, �M!20 10 0 70 30 0 Z 60 140 300MEMUSOM U) LL 1--0 50 W W 0 W 4 z uJ 0 LLI _E60 LL (L W 170 30 80 10 90 =100 0 100 5 2 10.0 5 2 1.0 5 2 0.1 5 2 0.01 5 2 0.001 DIAMETER OF PARTICLE IN MILLIMETERS Fine Coarse Medium Fine SILT CLAY RAVEL SAND 0 GROUND Sample Location: Test Pit 1 at 3-7 feet Gravel: 34 % Sand: 24% Silt and Clay: 42 % ENGINEERING CONSLILTIFINTS GRADATION TEST RESULTS Sample Description: Sandy, Very Clayey Gravel LL= 33 PI=11 JOB NO.: 1�� CADFILE NAME: 6019GRAD02.DWG Coarse a Z U) U) a h z W U Ir W a SIEVE ANALYSIS: ASTM C 136 with C 117 or D 1140 HYDROMETER ANALYSIS: ASTM D 422 Sieve Openings U.S. Standard Sieves Time Readings DIAMETER OF PARTICLE IN MILLIMETERS Sample Location: Test Pit 2 at 0 -3 feet Sample Description: Slightly Gravelly, Sandy Silt Gravel: 12 % Sand: 17% Silt and Clay: 71 % LCADFILE Eq vv DATION TEST RESULTS LL= 48 PI = 7 3.6019 FIGURE: 7 AME: 6019GRAD03.DW G 0 W z Q w z W U Ir W (L Coarse Fine Coarse Medium Fine SILT CLAY GRAVEL SAND u Sample Location: Test Pit 2 at 0 -3 feet Sample Description: Slightly Gravelly, Sandy Silt Gravel: 12 % Sand: 17% Silt and Clay: 71 % LCADFILE Eq vv DATION TEST RESULTS LL= 48 PI = 7 3.6019 FIGURE: 7 AME: 6019GRAD03.DW G 0 W z Q w z W U Ir W (L COMPACTION TEST REPORT Project No.: 13 -6019 Date: 7/25/13 Project: Eagle Radio Tower Client: Eagle County Location: TH -2 Depth: 0 -3 feet Remarks: MATERIAL DESCRIPTION Description: Sl. Gravelly, Sandy Silt Classifications - USCS: (ML)s AASHTO: A -5 (9) Nat. Moist. = Sp.G. = 2.65 Liquid Limit= 48 Plasticity Index = 7 < No.200 = 71 % 140 130 120 CL 110 U) C a) 0 100 ME 70L 0 ROCK CORRECTED TEST RESULTS UNCORRECTED Maximum dry density = 85.2 pcf Optimum moisture = 29.9 % 79.9 pcf 33.6% Test specification: ASTM D 698 -07 Method A Standard ASTM D 4718 -87 Oversize Corr. Applied to Each Test Point 100% SATURATION CURVES FOR SPEC. GRAV. EQUAL TO: — 2.8 — 2.7 — 2.6 5 10 15 20 25 30 Water content, % —� -- Rock Corrected —o -- Uncorrected GROUND ENGINEERING CONSULTANTS. INC. 35 40 Figure 8 GROUND ENGINEERING CONSULTRNTS TABLE 1 SUMMARY OF LABORATORY TEST RESULTS Sample Location Natural Moisture Content %) Natural Dry Density c Gradation Percent Passing No. 200 Sieve Atterbe Limits Water Soluble Sulfates % USCS Classifi- cation AASHTO Classifi- cation (GI) Soil or Bedrock Type Test Hole No. Depth (feet) Gravel % Sand % Liquid Limit Plasticity Index TP -1 1 7.3 98.6 83 (ML )s A-4(0) Sandy Silt TP -2 2 15.9 SD 98 0.23 ML A-4(0) Silt TP -1 0 -3 8.6 SO 26 30 44 31 9 SC) A-4(1) Gravelly, v. Clayey Sand TP -1 3 -7 9.4 SO 34 24 42 33 11 (GC)s A-6(1) Sandy, v. Cla a Gravel TP -2 0 -3 *29.9 *85.2 12 17 71 48 7 (ML )s A-5(9) si. Gravelly, Sandy Silt *Opt WC and Max Dry Density ASTM D698; SO = Sample Disturbed Job No. 13 -6019 ■ . . PHOTOGRAPHS OF TEST PITS Test Pit 1 Test Pit 2 Soil Resistivity Testing Eagle County Radio Tower Eagle County, CO Job No. 13 -6011 Page 2 of 4 around the perimeter of the testing locations. According to geologic maps', the site is depicted as underlain by the Phanerozoic to Carboniferous Pennsylvanian Eagle Valley Formation consisting of gypsum, siltstone, and shale. The observed bedrock outcrops and site soils are interpreted to be part of, or derived from, the Eagle Valley Formation. In the specific testing area, we observed little to no topsoil on the surface which gently sloped away to the north, east and west sides. The approximate locations of the tests are shown below (Google® Maps 2010). In general, the site drainage appeared to be good. 1 Tweto, Ogden 1979, Geologic Map of Colorado: U.S. Geological Survey Special Geologic Map, scale 1:500,000. GROUND Engineering Consultants, Inc. Soil Resistivity Testing Eagle County Radio Tower Eagle County, CO Job No. 13 -6011 Page 3 of 4 A Nilsson Model 400 resistivity meter was used to perform testing. A 300 -foot long tape measure was utilized to layout the test probes and a tape measure was used to determine probe depth. A probe depth of 9 inches was used for each line and set of measurements. Testing was performed in general accordance with the Soil Resistivity Measurements Appendix B of the document titled, Motorola R56 Issue B, 2005, provided by the Client, as well as ASTM G057 -06 and Nilsson Model 400 manufacturer's recommendations. The observed resistance values and calculated resistivity test results are summarized on Table 1. We trust that this provides the information that you need at this time. If you have any questions, please contact this office. Sincerely, GROUND Engineering Consultants, Inc. Chris Hutto, C.E.T. GROUND Engineering Consultants, Inc. Carl Henderson, P.E. Soil Resistivity, Testing Eagle County Radio Tower Eagle County, CO Job No. 13.6011 Page 4 of 4 Table 1- Observed Resistance Values and Calculated Resistivity Location: Radio Tower Line # i Temperature: Nfid 79s Date: 6/18/2013 Approx. Direction: North to South Coordinates of Center: 390 38'38.71" N and 1060 51'37-09"W Elevation: 7019 n r gg" -gym: .o, 15 5 15 14,363 30 10 5.9 11,299 60 20 24 9,192 90 30 1.6 9,192 120 40 1.1 8,426 Location: Radio Tower Line # 2 Temperature: Nhd Ms Date: 611812013 Approx. Direction: Northwest to Southeast Coordinates of Center. 39° 38'38.71" N and 1060 51' 37.09"W Elevation: 7019 r gg" -gym: 15 5 13 12,448 15 5 69 66,0 30 10 15 28,725 60 20 5.8 22,214 90 30 42 24,129 126 40 17 28,342 Location: Radio Tower Line # 3 Temperature: NUd 70 °s Date: 6118/2013 Approx. Direction: North Northwest to South Southeast Coordinates of Center: 392 38'38-69" N and 1060 51'37.18" W Elevation: 7020 gg" -gym: 15 5 13 12,448 30 10 4.4 8,426 60 20 2.5 9,575 90 30 1.7 9,767 120 40 1.6 12,256 GROUND Engineering Consultants, Inc.