Loading...
HomeMy WebLinkAboutDDW-2024-007261SALT LAKE CITY CORPORATION THE DEPARTMENT OF PUBLIC UTILITIES PROJECT MANUAL FOR CONSTRUCTION OF Bonneville Blvd Water Pipe Liner Project PROJECT NO. 513505601 FISCAL YEAR 2023-2024 ENGINEERING DIVISION 1805 W. 500 S. SALT LAKE CITY, UTAH 84104 ERIN MENDENHALL Mayor City Council VICTORIA PETRO DARIN MANO ALEJANDRO PUY DAN DUGAN CHRIS WHARTON SARAH YOUNG EVA LOPEZ CHAVEZ LAURA BRIEFER Director JESSE STEWART Deputy Director JASON DRAPER, P.E. Chief Engineer JASON BROWN Deputy Director [This page was intentionally left blank.] Project Title Page 00 01 01 - 1 SALT LAKE CITY CORPORATION Salt Lake City, Utah PROJECT MANUAL FOR Bonneville Blvd Water Pipe Liner Project PROJECT NO. 513505601 PREPARED BY DEPARTMENT OF PUBLIC UTILITIES ENGINEERING DIVISION 1805 W. 500 S. SALT LAKE CITY, UTAH 84104 Project Engineer: Courtney Hamer Designer: J-U-B Engineers 2024 Project Title Page 00 01 01 - 2 [This page was intentionally left blank.] Seals Page 00 01 07 - 1 S E A L S P A G E Bonneville Blvd Water Pipe Liner Project Project No. 513505601 PROJECT MANUAL PREPARED UNDER THE DIRECTION OF: CIVIL Professional’s Name: [ _Courtney Hamer_________________ ] Company: _SLCDPU_________________________________ Address: __1805 W 500 S, SLC, UT 84104_______________ Phone Number: __801-483-6843_________________________ Seals Page 00 01 07 - 2 [This page was intentionally left blank.] Revised November 15, 2019 Table of Contents 00 01 10 - 1 T A B L E O F C O N T E N T S Bonneville Blvd Water Pipe Liner Project Project No. 513505601 Reference No. of Number Title Pages INTRODUCTORY INFORMATION 00 01 01 Project Title Page ............................................................................................................... 2 00 01 07 Seals Page ........................................................................................................................... 2 00 01 10 Table of Contents ............................................................................................................... 2 00 01 15 List of Drawing Sheets ....................................................................................................... 2 BIDDING AND CONTRACTING REQUIREMENTS 00 11 16 Invitation to Bid .................................................................................................................. 4 00 21 13 Instructions to Bidders ...................................................................................................... 10 00 22 13 Supplementary Instructions to Bidders .............................................................................. 2 00 22 18 Supplementary Instructions (VP) ....................................................................................... 2 00 41 00 Bid Form ............................................................................................................................. 6 00 42 00 Bidder Qualifications ......................................................................................................... 2 00 43 00 Bid Schedule ..................................................................................................................... 10 00 43 36 Proposed Subcontractor Form ............................................................................................ 2 00 43 37 Work Under Contract Report ............................................................................................. 2 00 43 38 Bidder Status Report .......................................................................................................... 2 00 43 40 Value Program Form .......................................................................................................... 2 00 52 00 Agreement .......................................................................................................................... 8 00 61 13 Performance Bond .............................................................................................................. 6 00 61 14 Payment Bond .................................................................................................................... 6 00 62 11 Submittal Transmittal Form ............................................................................................... 4 00 62 16 Certificate of Insurance ...................................................................................................... 2 CONDITIONS OF THE CONTRACT 00 73 00 Special Provisions .............................................................................................................. 6 00 73 10 Modifications to the General Conditions ......................................................................... 12 00 73 15 Modifications to APWA Standard Plans .......................................................................... 2 00 73 50 Requirements of the Department of Public Utilities ......................................................... 4 00 91 13 Addenda .............................................................................................................................. 2 DIVISION 1 – GENERAL REQUIREMENTS 01 11 00 Summary of Work .............................................................................................................. 4 01 14 40 Construction and Schedule Constraints…………………………………………………4 01 31 13 Coordination ....................................................................................................................... 4 Revised November 15, 2019 Table of Contents 00 01 10 - 2 01 32 17 Baseline and Progress Schedules ....................................................................................... 8 01 33 00 Submittal Procedure ........................................................................................................... 6 01 35 24 Contractors Certification of Compliance to Safety Plan ................................................... 2 01 45 00 Quality Control ................................................................................................................... 2 01 55 26 Traffic Control .................................................................................................................... 2 01 57 00 Temporary Controls ........................................................................................................... 2 01 58 00 Project Identification and Signs ......................................................................................... 4 01 67 00 Utility Materials.................................................................................................................. 4 01 71 13 Mobilization and Demobilization ...................................................................................... 2 DIVISIONS 32 EXTERIOR IMPROVEMENTS 32 12 05 S Bituminous Concrete .......................................................................................................... 2 33 UTILITIES 33 05 23.45 Flexible Fabric Reinforced Pipe ........................................................................................ 8 END OF DOCUMENT List of Drawing Sheets 00 01 15 - 1 DOCUMENT 00 01 15 LIST OF DRAWING SHEETS Bonneville Blvd Water Pipe Liner Project Project No. 513505601 REFERENCE DRAWINGS 1. Manual of Standard Plans published by the Utah Chapter of the American Public Works Association (most current version). 2. Manual of Standard Specifications published by the Utah Chapter of the American Public Works Association (most current version). 3. Standard Practices for Salt Lake City Public Utilities. END OF DOCUMENT List of Drawing Sheets 00 01 15 - 2 [This page was intentionally left blank.] Revised April 8, 2019 Invitation to Bid 00 11 16 - 1 DOCUMENT 00 11 16 INVITATION TO BID PART 1 GENERAL 1.1 CONSTRUCTION CONTRACT A. Bidders are invited to bid on the Construction Contract named and numbered as: Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 B. For information about the award of this Construction Contract, contact Jason Brown, P.E., Chief Engineer at 801-483-6888. C. All questions about technical requirements must be submitted through U3P. 1.2 DESCRIPTION OF WORK A. The location of the work is: Across the mouth of City Creek Canyon and centered at approximately 690 N Canyon Road, SLC, UT 84103. The west end of the project is located at approximately 698 N East Capitol Boulevard, and the east end of the project is located at approximately 351 E Red Brick Court. B. The work to be performed consists of furnishing and installing the equipment, facilities, services, and appurtenances indicated in the Contract Documents. The Work generally includes, but is not limited to, the following: Trenchless rehabilitation of the existing 12-inch diameter “Bonneville Boulevard” potable water pipe. Work includes complete flexible fabric reinforced pipe rehabilitation from the locations indicated on the plans, including all related work for installation as shown in the drawings and contract documents. Replace 2 existing fire hydrants and reconnect one existing 2-inch water service. Install (2) 3-inch air relief valves inside new manholes and install a precast valve vault with precast drain box with a discharge into City Creek. 1.3 BIDDERS' PRE-QUALIFICATION A. Bidders are not required to be pre-qualified for the Work but must meet a number of qualifications to be awarded the work. See Section 00 42 00 – Bidder Qualifications for qualification requirements. 1.4 BASIS OF BIDS A. Bids shall be on a unit price basis. Unsealed or segregated Bids will not be accepted. 1.5 CONTRACT TIME A. The Work will be Substantially Complete on November 29, 2024. Calendar days for winter shut downs are included above. 1. Shut down of the Bonneville Blvd water line can be for a maximum of 28 calendar days. This duration includes the initial water line draining, construction, testing, and commissioning. Revised April 8, 2019 Invitation to Bid 00 11 16 - 2 a. Line is available for shutdown between October 14, 2024, and December 13, 2024. Line must be in service by December 13, 2024. 1.6 EXAMINATION AND PROCUREMENT OF DOCUMENTS A. Complete sets of Contract Documents may be examined and obtained from the ENGINEER at 1805 West 500 South, Salt Lake City, Utah 84104 on April 19, 2024 or downloaded from U3P at the following web address: https://solutions.sciquest.com/apps/Router/SupplierLogin?CustOrg=StateOfUtah. A non-refundable deposit of $50 and one week notice will be required for each complete set of hard copy plans. The deposit must be a cashier's or company check payable to Salt Lake City Corporation. Major credit cards are also acceptable. CDs containing the Contract Documents will be provided at no cost. B. To ensure notification of addenda is received, BIDDERS should register as a plan holder on U3P- Utah Public Procurement Place (formerly SciQuest). 1.7 PRE-BID CONFERENCE A. A pre-bid conference will be held on Tuesday, April 30, 2024, at 11:00 a.m. on Webex. All contractors intending to submit a bid are invited to attend to obtain relevant information concerning the project. Bidders are advised that information affecting drawings, specifications, conditions, scope of the Work, etc. may be discussed. OWNER assumes no obligation to disclose information discussed at the pre-bid conference to Bidders who do not attend. Absent Bidders assume all risk of failure to attend. B. Please join SLCDPU for the Pre-Bid Meeting from the convenience of your computer, tablet, or smartphone using the link below: WHEN: Tuesday, April 30, 2024 TIME: 11:00 a.m. – 12:00 p.m. (MST) Pre-Bid Meeting for Bonneville Blvd Water Pipe Liner (513505601) Insert Meeting link here 1.8 BID SECURITY A. Bid security amount must equal 5 percent of the total amount of the Bid. A PDF of the Bid Security should be included in the bid documents. Bids utilizing cashier’s checks or cash equivalent may not be submitted electronically. Bid Security will be returned to each unsuccessful Bidder after tabulation and award of the Construction Contract. 1.9 BID LOCATION AND OPENING A. Sealed bids will be received at the office of the Salt Lake City Department of Public Utilities 1805 West 500 South, Salt Lake City, Utah 84104 no later than 2:00 p.m., local prevailing time, as conclusively established by the clock at the Bid opening location, on Friday, May 10, 2024. Bids delivered to any other location will not be accepted. Bids can also be submitted electronically no later than 2:00 p.m. on Friday, May 10, 2024, through U3P Utah Public Procurement Place. Bids received after 2:00 p.m. will not be Revised April 8, 2019 Invitation to Bid 00 11 16 - 3 accepted. Bids will be publicly opened and read in the same building, 1805 West 500 South, Salt Lake City, Utah 84104 at about 2:00 p.m., local prevailing time, on Friday, May 10, 2024, by a Public Utilities representative. B. On the outside of the envelope, Bidder shall indicate the project name, project number, and include Bidder's return mailing address. C. Please join SLCDPU for the Pre-Bid Meeting from the convenience of your computer, tablet, or smartphone using the link below: WHEN: Friday, May 10, 2024 TIME: 2:00 p.m. – 3:00 p.m. (MST) SLCDPUENG Construction Open Bid(s) Meeting Insert Meeting link here 1.10 RIGHT TO REJECT BIDS A. OWNER reserves the right to reject any or all bids or to waive any informality or technicality in any bid if OWNER deems it to be in its best interest. 1.11 VALIDITY PERIOD FOR BIDS A. Bids shall remain valid for 45 days after the day of Bid opening. A Bidder who receives a Notice of Intent to Award and who withdraws their bid after Bid opening, but before expiration of said period, shall forfeit their bid security. 1.12 GOVERNING LAWS AND REGULATIONS A. This project does not require the payment of specific wage rates. Payroll submittals will not be required. B. Bidders on this Work will be subject to the applicable provisions of all federal rules, laws, and regulations or orders. 1.13 AMERICANS WITH DISABILITIES (ADA) A. Assisted listening devices or interpreting services are available for all public meetings. Salt Lake City Corporation complies with the American Disabilities Act (ADA). For further information, contact the TDD Number 801-483-6820. 1.14 REPRESENTATION REGARDING ETHICAL STANDARDS FOR CITY OFFICERS AND EMPLOYEES AND FORMER CITY OFFICERS AND EMPLOYEES A. A bid will not be accepted unless it contains the following representation. THE BIDDER, OFFEROR OR CONTRACTOR represents that it has not: 1. Provided an illegal gift or payoff to a City officer or employee or former City officer or employee, or its relative or business entity. 2. Retained any person to solicit or secure this contract upon an agreement or understanding for a commission, percentage, or brokerage or contingent fee, Revised April 8, 2019 Invitation to Bid 00 11 16 - 4 other than bona fide employees or bona fide commercial selling agencies for the purpose of securing business. 3. Knowingly breached any of the ethical standards set forth in the City’s conflict of interest ordinance, Chapter 2.44, Salt Lake City Code; or 4. Knowingly influenced, and hereby promises that it will not knowingly influence, a City officer or employee or former City officer or employee to breach any of the ethical standards set forth in the City’s conflict of interest ordinance, Chapter 2.44, Salt Lake City Code. 1.15 AWARD A. The Construction Contract will be awarded in compliance with the City’s Value-Based Procurement Program which takes into account certain factors in the Bidder’s work environment. For more information about this Program please read SLC Administrative Rules, Procurement Rules Chapter 19. END OF DOCUMENT Revised April 16, 2020 Instructions to Bidders 00 21 13 - 1 DOCUMENT 00 21 13 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.1 DEFINED TERMS A. Terms used in the Bid Documents that are defined in Article 1.1 of the General Conditions will have the meanings indicated in the General Conditions. B. General Conditions: as published in Document 00 72 00 in the current edition of the Manual of Standard Specifications by the Utah Chapter of the American Public Works Association. 1.2 COPIES OF BID DOCUMENTS A. Complete sets of Bid Documents must be used in preparing Bids. OWNER and ENGINEER assume no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. B. Bid Documents are made available to Bidder only for the purpose of obtaining Bids on the Work. No license or grant for any other use is given. C. Bidding Document copyrights shall remain with OWNER. D. All provisions of the current edition of the Manual of Standard Specifications and Manual of Standard Plans published by the Utah Chapter of the American Public Works Association that are applicable to the Work are made a part of the Contract Documents by reference. Those publications are available on the web at http://utah.apwa.net. E. Salt Lake City Department of Public Utilities has a document entitled “Standard Practices for Salt Lake City Public Utilities”. (March 9, 2018 edition) The document is available from 1805 West 500 South, Salt Lake City, Utah 84104 1.3 PRE-BID CONFERENCE A. Representatives of OWNER and ENGINEER will be present at a pre-bid conference to discuss the Project. Bidders are encouraged to attend and participate in the conference. ENGINEER will publish to U3P copies of the Bid Documents Addenda as ENGINEER/OWNER considers necessary in response to questions arising at the conference. The location and time of the conference are identified in the Invitation to Bid (Document 00 11 16). 1.4 EXAMINATION OF SITE AND CONTRACT DOCUMENTS A. In General: Bidders are permitted to converse with ENGINEER or ENGINEER's personnel having knowledge of the Project, Plans, Specifications, material sites, or conditions generally prevailing in the area of the Project to aid in pre-bid investigations. OWNER is not bound by any statements or representations made by ENGINEER or ENGINEER's personnel before the Bid opening or award of the Construction Contract, nor for any assumptions or conclusions reached by a prospective Bidder as a result of such communication unless ENGINEER issues an Addendum to all prospective Bidders. B. Access to Site: The lands upon which the Work is to be performed, and rights-of-way and easements for access thereto and other lands designated for use by Bidder in performing the Work are identified in the Contract Documents. All additional off-site lands and access Revised April 16, 2020 Instructions to Bidders 00 21 13 - 2 thereto required for temporary construction facilities or storage of materials and equipment must be provided by Bidder. C. Contract Documents: The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 1.4; that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. D. Bidder's Obligations: The submission of a Bid constitutes acknowledgement that Bidder has complied with all bidding instructions. It is the responsibility of each Bidder, before submitting a Bid, to: 1. Examine the Contract Documents thoroughly; 2. Visit the site to become familiar with local conditions that may affect cost, progress, performance, or furnishing of the Work; 3. Consider federal, state, and local Laws and Regulations that may affect cost, progress, performance, or furnishing of the Work; 4. Study and carefully correlate Bidder's observations with the Contract Documents; and 5. Identify and notify ENGINEER in writing of all specific conflicts, errors, or discrepancies in the Contract Documents, and of any doubts of Bidder about their meanings. The failure or omission of any Bidder to receive or examine any form, instrument, Addendum, or other document, visit the site and become acquainted with conditions there existing, or attend the pre-bid conference, shall in no way relieve any Bidder from obligations with respect to Bidder's Bid or to the Construction Contract. E. Deviations from the Terms of the Contract Documents: OWNER will not accept any deviations whatsoever from the printed terms of the Agreement (Document 00 52 00) and the Contract Documents, except by Addendum or Change Order. 1.5 PHYSICAL CONDITIONS A. In General: Before submitting a Bid, each Bidder is responsible for review of OWNER's explorations, tests, and data concerning surface conditions, subsurface conditions, and Underground Facilities at or contiguous to the site, or otherwise, that may affect cost, progress, performance, or furnishing of the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. B. Surface and Subsurface Conditions: Provisions concerning surface and subsurface conditions, if any, are set forth in the Geotechnical Data (Document 00 31 32). That document provides the identification of: 1. Those reports of explorations and tests of subsurface conditions at the site that have been utilized by ENGINEER in preparing the Contract Documents; and 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. C. Underground Facilities: Information and data indicated in the Contract Documents regarding Underground Facilities at or contiguous to the site is based upon information and Revised April 16, 2020 Instructions to Bidders 00 21 13 - 3 data furnished to OWNER and ENGINEER by owners of such Underground Facilities. OWNER does not assume responsibility for the accuracy or completeness thereof other than as provided in paragraph 4.3A.2 of the General Conditions or unless expressly provided in the Modifications to the General Conditions (Document 00 73 10). D. Additional Explorations: On request in advance, and if possible, OWNER will provide to each Bidder access to the site to conduct any explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall obtain permits, fill all holes, and clean up and restore the site to its former condition upon completion of such explorations. Bidder shall indemnify and save OWNER harmless during and after the performance of additional explorations. E. Modifications to the Contract Documents: Provisions concerning the adequacy of the data furnished for subsurface structures and underground facilities and the possibility of changes in the documents due to differing conditions appear in Articles 4.2 and 4.3 of the General Conditions. PART 2 BIDDING PROCEDURES 2.1 INTERPRETATIONS AND ADDENDA A. All requests for interpretation of the Contract Documents shall be made in writing and delivered to ENGINEER no later than 72 hours before the Bid opening. If required, ENGINEER will send a written interpretation to all persons receiving a set of Bid Documents in the form of a written Addendum. If a Bidder's request for interpretation is not responded to by ENGINEER, Bidder shall not rely on any interpretation in the request that is contrary to the intent and terms of the Contract Documents. B. OWNER will not be responsible for any explanations or interpretations, except those duly issued in the form of written Addenda. C. Addenda may also be issued to modify the Bidding Documents as deemed advisable by ENGINEER. D. Any Addenda so issued during the time of bidding shall be deemed to be included in the Bid. All Addenda shall become a part of the Contract Documents. E. Except to postpone the Bid opening, no Addenda shall be issued within 48 hours before the Bid opening. 2.2 EQUIPMENT AND MATERIAL OPTIONS BEFORE OPENING A. If a Bidder or Supplier wishes to use items of equipment or materials other than those identified in the Contract Documents, said Bidder or Supplier shall submit a written request for approval to ENGINEER at least 10 days before the date set for the Bid opening. B. The procedure for submission of any such request shall be as follows: submit 1) two sets of the written request and technical brochures and 2) a statement of variances. The statement of variances must list all features of the proposed substitution that differ from the Contract Documents and must further certify that the substitution has no other variant features. The brochure and information submitted must be clearly marked showing make, model, size, options, and any other features and must include sufficient evidence for ENGINEER to evaluate each feature listed as a variance. If after installing the substituted Revised April 16, 2020 Instructions to Bidders 00 21 13 - 4 product, an unlisted variance is discovered, CONTRACTOR shall immediately replace the product with a specified product at no cost to OWNER. C. Any approval of such a request by ENGINEER must be made not later than 48 hours before the Bid opening. ENGINEER's failure to approve by such time shall be deemed a denial of the request. D. Any such approval is at the sole discretion of ENGINEER and will be in the form of an Addendum, issued to all Bidders holding Bid Documents, indicating that the additional equipment or materials are approved as equal to those specified for the Project. 2.3 BID SECURITY A. Delivery of Bid Security: Bidders must deliver Bid security, in the form of either a Bid Bond or a cashier’s check, to OWNER at the time they deliver their Bid. If Bid Security is not delivered with the Bid, the Bid shall not be read. B. Amount of Bid security: The Bid security amount must equal 5 percent of the total amount of the Bid. The total amount of the Bid shall be the sum of all items of the Bid, constituting the maximum amount of the possible award to the Bidder. C. Bid Bond: If a Bid Bond is used, the Bond shall guarantee that the Bidder, if awarded the Work, will promptly enter into the Construction Contract to perform the Work in the manner required by the Contract Documents. D. Cashier's Check: If a cashier's check is used, the cashier's check must be made payable to Salt Lake City Corporation and shall guarantee that the Bidder, if awarded the Work, will promptly enter into the Construction Contract to perform the Work in the manner required by the Contract Documents. A photocopy or facsimile transmission of the check will not be accepted. Personal or company checks will not be accepted. E. Return of Bid Security: OWNER will return the Bid security to all Bidders by the earlier of 45 days after the date of the Bid opening and 7 days after the effective date of the Construction Contract. The liability of OWNER in regards to cashier’s checks shall be limited only to the return of the checks. F. Default: If the Bidder fails, within the time limit described in Article 3.6A, to enter into the Construction Contract and to deliver to OWNER a Performance Bond, Payment Bond, or any other Bonds or documents required by the Contract Documents after Notice of Intent to Award by OWNER, the Bidder shall forfeit the amount of the Bid Bond or cashier's check as liquidated damages to OWNER. 2.4 CONTRACT TIME AND PUNCH LIST TIME A. Provisions concerning Contract Time and Punch List Time are set forth in the Agreement (Document 00 52 00). 2.5 LIQUIDATED DAMAGES A. Provisions concerning liquidated damages are set forth in the Agreement (Document 00 52 00). 2.6 BID FORM A. The Bid Form (Document 00 41 00) identifies all forms comprising the Bid Documents. Additional copies may be obtained from ENGINEER. Revised April 16, 2020 Instructions to Bidders 00 21 13 - 5 B. All names must be typed or printed under or near the signature. The signature must meet applicable State and City code.. C. The Bid must contain an acknowledgment of receipt of all Addenda. The Addenda numbers must be filled in on the Bid Form. D. The Bidder's address, telephone number, email address, and facsimile number for communications regarding the Bid must be shown on the first page of the Bid Form. E. The Bidder shall make no stipulations or alterations on the Bid forms. The Bidder must use only the Bid Form and Bid Schedules bound in the Contract Documents (unless updated forms are included in an addendum, in which cause the Bidder shall use the updated forms). F. OWNER may waive any failure to comply with the requirements of this paragraph 2.6 if OWNER determines that such failure (1) is not material to the terms of OWNER’s Bid Documents and process and does not render the Bid non-compliant with Laws and Regulations pertaining to bidding, or (2) involves ministerial or minor informalities that are evident from the Bid Documents or that can be waived without prejudice to other Bidders and that do not have a substantial effect on price. 2.7 BID SCHEDULE A. Any work or material that is specified in the Contract Documents or that is necessary because of the nature of the Work, but that is not listed separately in the Bid Schedule (Document 00 43 00), shall not be measured or paid for separately. The cost of such work or material shall be considered as included in the Contract Price. B. All blanks on the Bid Schedule (Document 00 43 00) must be completed in ink or by typewriter. If applicable, furnish both the unit and the total costs for each item. Numbers shall be stated in figures, and the signature of all persons signing shall be in longhand. Any corrections, alterations or erasures made by the Bidder to the information the Bidder entered on the Bid Schedule shall be initialed in ink by the Bidder. OWNER may waive any failure to comply with the requirements of this paragraph if OWNER determines that such failure (1) is not material to the terms of OWNER’s Bid Documents and process and does not render the Bid non-compliant with Laws and Regulations pertaining to bidding, or (2) involves ministerial or minor informalities that are evident from the Bid Documents or that can be waived without prejudice to other Bidders and that do not have a substantial effect on price. 2.8 SUBMISSION OF BIDS A. Bids shall be submitted at the time and place indicated in the Invitation to Bid (Document 00 11 16). B. Methods of submission a. Bids may be submitted in an enclosed opaque sealed envelope and marked with the Project title and the name and address of the Bidder. If the Bid is sent through the mail or other delivery system, the sealed envelope must be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. It is the sole responsibility of the Bidder to deliver the Bid before the scheduled time. b. Bids may be submitted electronically. Submit one (1) electronic copy via the U3P site. Compile your bid, and any other documents into one single PDF file except for the Bid Revised April 16, 2020 Instructions to Bidders 00 21 13 - 6 Security. Bid securities (Bid Bond) must be a separate file. Upload your file(s) for this event using U3P. Responses must be uploaded, and the electronic submission completed by the time and date specified. After uploading your response file(s), offerors MUST go to "Review and Submit" and click "SUBMIT RESPONSE" to complete the process. Responses submitted electronically through U3P require uploading of electronic attachments. U3P will accept a wide variety of document types as Word, Excel, and PDF attachments but not all. You MAY NOT submit documents that are embedded (zip files), movies, wmp and mp3 files or password protected files, etc. Such actions may cause your proposal to be deemed as "non-responsive". C. Alternate bids, other than those called for in the Bid form, will not be considered. D. No oral, facsimile, or modified bids will be considered. OWNER will not consider any attempted modification of a Bid written or made on the outside of the envelope containing the Bid or electronic submission. 2.9 MODIFICATIONS AND WITHDRAWAL OF BIDS A. At any time before the Bid opening, Bids may be modified or withdrawn if a written notice of the modification or withdrawal, as the case may be, is signed by Bidder and delivered to the place where Bids are to be submitted. B. Within two business days after Bids are opened, any Bidder may file written notice with OWNER that there was a substantial mistake made in the preparation of its Bid. Bidder must thereafter promptly demonstrate Bidder's mistake to the reasonable satisfaction of OWNER. If OWNER agrees, Bidder may withdraw its Bid and the Bid security will be returned to Bidder. 2.10 OPENING OF BIDS A. Bids will be opened and read aloud publicly unless obviously non-responsive. An abstract of the amounts of the base schedule of prices and any alternate schedules will be made available for review after the opening of Bids. B. Any Bids received after the time specified in the Invitation to Bid (Document 00 11 16) will be returned unopened. 2.11 BIDS SUBJECT TO ACCEPTANCE FOR 45 DAYS A. Subject to Paragraph 2.3E hereof, Bids remain subject to acceptance for 45 days after the day of the Bid opening. OWNER may, in its sole discretion, release any Bid and return the Bid security before that date. OWNER and Bidder may agree to extend the 45-day deadline. 2.12 NONDISCRIMINATION IN EMPLOYMENT A. Work under this Bid will obligate the Bidder and Subcontractors not to discriminate in employment practices. B. Bidders must, if requested, submit a compliance report concerning employment practices and policies in order to maintain their eligibility to receive the award of the Construction Contract. C. Equal opportunity employment shall be reflected in the racial and sexual composition of Bidder's work force and OWNER urges an affirmative action program to overcome under- utilization. D. Bidders are advised that the Construction Contract and its performance are subject to the Revised April 16, 2020 Instructions to Bidders 00 21 13 - 7 applicable provisions of all Laws and Regulations. Bidder will be obligated, upon written request, to give all applicable assurances of compliance in connection therewith. E. If federal nondiscrimination requirements are applicable, Bidder must be fully knowledgeable and comply with such requirements. Refer to Community Development Block Grant Supplementary Conditions (CDBG) (Document 00 73 12) or Federal Aviation Administration Supplementary Conditions as applicable. 2.13 SECTION 3, HOUSING AND URBAN DEVELOPMENT ACT OF 1968 A. If Work under this Bid is funded with a federal community development block grant the requirements of Section 3 of the Housing and Urban Development Act of 1968 may apply to the Bidder and its Subcontractors. OWNER encourages the use of the State of Utah Section 3 register for all subcontracting https://jobs.utah.gov/housing/affordable/owhlf/section3/hudsection3.html. B. Bidder will be obligated to give all applicable assurances of compliance in connection with this Section 2.13 at any time. PART 3 AWARD OF CONSTRUCTION CONTRACT 3.1 QUALIFICATIONS OF BIDDERS A. Within seven (7) calendar days of the Owner’s request, a bidder whose bid is under consideration for award shall submit to the Owner the following information for the bidder. The Owner may request like information on the bidder’s Subcontractors, or bidder's Suppliers or any other information the Owner may require. 1. A current financial statement for the Work (as provided to the bonding company); 2. A chronological list of "completed" construction work done by Bidder during the last 3 years, including project name, address, owner, contract name, and current telephone number; 3. Work Under Contract Report (Document 00 43 37); 4. The proposed organizational structure for the project: firm ownership, project manager, progress scheduler, and CONTRACTOR’s Resident Superintendent’s resume; 5. Owned and rented equipment that is to be used to do the Work; 6. Investigations, arbitrations, litigation, or claims that are pending, threatened, settled, or disposed of within the last 3 years; 7. Evidence of ability to perform and complete the Work in a manner and within the time limit specified. As a minimum, identify specific projects similar to the Work in physical size, cost, and commercial nature. If the work experiences of the project manager and Resident Superintendent designated to construct this project are different than that of Bidder, provide resumes of their work history. Include their actual project titles and indicate their actual responsibilities on each given project; 8. Names of three (3) projects of similar size and nature that the Resident Superintendent has completed. Include the name, address, and telephone number of the office contracting for each project. 9. Information so OWNER’s Labor Relations Specialist can certify that Bidder has an Revised April 16, 2020 Instructions to Bidders 00 21 13 - 8 acceptable Utilization Plan that offers economic opportunities to low and very low income persons and that Bidder qualifies as a Section 3 Contractor; and 10. Such other data as may be called for in the Supplementary Instructions to Bidders (Document 00 22 13) (if any).OWNER will hold all requested information confidential and, upon request, shall return such information to Bidder after acceptance or rejection of Bidder’s Bid. B. Untimely response by Bidder will release OWNER of any obligation to further negotiate or consider Bidder's Bid. 3.2 EVALUATION OF BIDS A. OWNER reserves the right: (1) to reject any and all Bids; (2) to waive minor informalities in the Bid Schedule and elsewhere so long as the informalities (a) are not material to OWNER’s Bid Documents and process and do not render the Bid non-compliant with Laws and Regulation pertaining to bidding, or (b) involve ministerial or minor informalities that are evident from the Bid Documents or that can be waived without prejudice to other Bidders and that do not have a substantial effect on price; (3) to negotiate and agree to contract terms with the successful Bidder; and (4) to disregard non-conforming, non- responsive, unbalanced, or conditional Bids. B. OWNER reserves the right to reject any Bid if OWNER believes that it would not be in the best interest of the Project or OWNER to make an award to that Bidder. Such rejection may be because the Bid is non-responsive, or Bidder is unqualified or of doubtful ability, or Bidder’s Resident Superintendent is unqualified or of doubtful ability, or the Bid or Bidder fails to meet any other pertinent standard or criteria established by OWNER in the Supplementary Instructions to Bidders (Document 00 22 13). C. OWNER will consider the qualifications of Bidder and such alternates, prices, and other data as may be requested in the Bid Form (Document 00 41 00), Bid Schedule (Document 00 43 00), or written requests issued prior to OWNER's Notice of Intent to Award the Construction Contract. OWNER will consider Bidder’s compliance with Section 3.24.115, Salt Lake City Code. See Document 00 22 16 Supplementary Instructions to Bidders. D. OWNER may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for portions of the Work as provided in the Proposed Subcontractor Form (Document 00 43 36). OWNER will consider Bidder’s compliance with Section 3.24.115, Salt Lake City Code. See Document 00 22 16 Supplementary Instructions to Bidders. E. OWNER may consider the operating costs, maintenance requirements, performance data, and guarantees of materials and equipment when such data is required to be submitted prior to the Notice of Intent to Award the Construction Contract. F. To establish qualifications of Bidder, OWNER may request such data indicated in Article 3.1 hereinabove and conduct such investigations as OWNER deems appropriate. G. If the Construction Contract is to be awarded, it will be awarded to the most responsive and lowest, qualified, responsible Bidder as determined by OWNER. Alternates may be accepted depending upon availability of OWNER funds. Bid alternates will be considered in determining the most responsive, lowest, qualified, and responsible Bidder. H. ENGINEER will evaluate Bid Schedules as follows: Revised April 16, 2020 Instructions to Bidders 00 21 13 - 9 1. ENGINEER will resolve discrepancies in the multiplication of quantities of Work items and unit prices in favor of the unit prices. 2. Prices written out in words shall govern over prices written out in numbers. 3. ENGINEER will resolve discrepancies between the indicated sum of any column of figures and the correct sum thereof in favor of the correct sum. 4. Bids shall not contain any recapitulations of or changes in the work to be done. 5. ENGINEER may accept a Bid despite obvious errors in a Bid Schedule, such as a failure to include unit prices or a misplaced decimal point, as long as ENGINEER reasonably can discern the intention of Bidder as to the amounts to be bid. 3.3 SUBCONTRACTORS, SUPPLIERS AND OTHERS A. Bidder shall not subcontract more than 75 percent of the dollar value of the total contemplated Work (exclusive of the supply of materials and equipment to be incorporated in the Work) without OWNER's written approval. B. Conflict of interest restrictions pertaining to Subcontractors are described in paragraph 6.5H of the General Conditions. 3.4 CONTRACT SECURITY AND OTHER SUBMITTALS A. Performance Bond (Document 00 61 13) and Payment Bond (Document 00 61 14): OWNER's requirements as to Performance and Payment Bonds are as set forth in the Modifications to General Conditions (Document 00 73 10). Specific requirements are set forth in the Performance Bond (Document 00 61 13) and the Payment Bond (Document 00 61 14). 1. Bidder should carefully examine the form of the Bonds. 2. When the successful Bidder delivers the executed Construction Contract to OWNER, it must be accompanied by the required Performance and Payment Bonds (using Documents 00 61 13 and 00 61 14, respectively). B. Proposed Subcontractor Form (Document 00 43 36): Bidder must provide this report form to OWNER within 24 hours after ENGINEER's request. See Bid Form, paragraph 1.5B (Document 00 41 00) for additional information. The form shall list the name and address of each Subcontractor who will perform work or labor or render service to Bidder at the site of the Work, or a Subcontractor who, off the job site, will specially fabricate a portion of the Work or improvement according to detail Drawings. In each instance, the nature and extent of any Work to be subcontracted in an amount in excess of 2 percent of the Bid sum shall be described. Bidder must have the written consent of OWNER to substitute for any of the Subcontractors or Suppliers designated or to employ any Subcontractor or Supplier that is not listed. C. Bidder Status Report (Document 00 43 38): Bidder must submit the completed form upon ENGINEER's request or after Bidder receives the Notice of Intent to Award. D. Other Information: When a determination has been made to award the Construction Contract, Bidder is required, before the award or after the award, or both, to furnish such other information as ENGINEER requests. 3.5 ADJUSTMENTS TO THE COST OF THE WORK AFTER OPENING OF BIDS Revised April 16, 2020 Instructions to Bidders 00 21 13 - 10 A. The Contract Price identified in the Agreement (Document 00 52 00) represents the Cost of the Work that is to be paid by OWNER to CONTRACTOR. Adjustments to the Contract Price that are agreed to between OWNER and the successful Bidder shall be effected by signing an Agreement Supplement. 3.6 SIGNING OF AGREEMENT A. Within 10 days, (or such longer period of time that OWNER in its discretion may allow) after OWNER gives Notice of Intent to Award the Construction Contract to the successful Bidder, Bidder shall pick up, sign, and return the required number of copies of the Agreement (Document 00 52 00) and attached documents to OWNER with the required Bonds. A minimum of 2 originals will be signed. One executed original will be returned to Bidder. B. Transfers, delegations, or assignments of interests in the Contract Documents are prohibited, unless prior written authorization is received from OWNER. C. At and from the time of Bidding through the completion of the Work, Bidder shall be properly licensed to do the Work and shall be in compliance with the license laws of the State of Utah, Salt Lake City and Salt Lake County. PART 4 MISCELLANEOUS 4.1 EQUIPMENT AND MATERIAL OPTIONS AFTER BID OPENING A. The Construction Contract, if awarded, will be on the basis of materials and equipment described in the Drawings, Specifications, and any Addenda. B. The procedure for submitting an application for substitution after the effective date of the Construction Contract is set forth in Article 6.4 of the General Conditions. END OF DOCUMENT Revised March 15, 2013 Supplementary Instructions to Bidders 00 22 13 - 1 DOCUMENT 00 22 13 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS Add the following paragraph to Article 3.3. 3.3 SUBCONTRACTOR, SUPPLIERS AND OTHERS C. The following firms, that have been under contract to the OWNER in the design phase of the Work, shall not be used as subcontractors by the CONTRACTOR. 1. Design Consultant: J-U-B Engineers . 2. Geotechnical Consultants: . 3. Surveying Consultant: . 4. Other: The Langdon Group . 5. Other: . Add the following article to Part 4. 4.2 PARTNERING A. Refer to Section 01 31 20 for description of partnering requirements. B. OWNER's consultants listed in this project manual will be partners to the project. END OF DOCUMENT Revised March 15, 2013 Supplementary Instructions to Bidders 00 22 13 - 2 [This page was intentionally left blank.] Revised April 8, 2019 Supplementary Instruction (VP) 00 22 18 - 1 DOCUMENT 00 22 18 SUPPLEMENTARY INSTRUCTIONS (Value Program) PART 1 GENERAL 1.1 INTRODUCTION A. OWNER has determined that it obtains better value from contracted services when certain practices enhance a Bidder’s work environment. OWNER has implemented a Value- Based Procurement Program (the “Value Program”) to obtain the benefit of those practices. 1.2 THE VALUE PROGRAM A. The Value Program is as set forth in Salt Lake City Procurement Rules Chapter 19 and can be found at the following web address: https://codelibrary.amlegal.com/codes/saltlakecityut Click on “POLICIES AND PROCEDURES MANUAL FOR SALT LAKE CITY, UTAH” click on “TITLE 53 FINANCE, RISK MANAGEMENT”, click on “CHAPTER 1 PROCUREMENT, CONTRACTS, INSURANCE”,- Click on “ARTICLE A. PROCUREMENT”; click on “53-1A-20: VALUE BASED PROCUREMENT PROGRAM”. B. Participation by a Bidder is voluntary. Failure to comply shall not render a bid non- responsive. C. If Bidder fails to participate in the Value Program at the time of submitting a bid, OWNER shall consider such bid as though Bidder had no factors under the Value Program. In such a case, 1. Bidder will receive no benefits allowable under the Value Program; 2. Bidder will NOT be allowed to submit additional information related to the Value Program; and 3. Bidder waives any and all rights to raise a protest related to the Value Program. D. If Bidder participates in the Value Program, Bidder shall provide the information shown in the Value Program Form (Document 00 43 40). In that form, Bidder certifies that the information given is true as of the time of submitting its bid. The information will be used in the manner stated in the Value Program to evaluate “responsibility” if bids are close. E. When the Value Program is applicable, the Program will only affect bids that fall within the following dollar range. 1. For contracts with an estimated value of $250,000 or less, the Value Program will apply to all bids or offers that fall within 2% of the lowest amount submitted. 2. For contracts with an estimated value of more than $250,000 but less than $1,000,000, the Program will apply to all bids or offers that fall within 1/2% of the lowest amount submitted plus $5,000. 3. For contracts with an estimated value of $1,000,000 TO $2,000,000, the Program will apply to all bids or offers that fall within $10,000 of the lowest amount submitted. Revised April 8, 2019 Supplementary Instruction (VP) 00 22 18 - 2 F. An award, if any, will be made in accordance with Salt Lake City Procurement Rules, Chapter 19. In general terms, Chapter 19 may apply based on the amount bid and other factors. If the Value Program applies, OWNER will first consider all matters relating to responsiveness and responsibility except the Value Program. OWNER will then further evaluate responsibility under the Value Program and will award the Contract to the Bidder who demonstrates the most points among the following factors. If two or more bidders have the same number of points, the award will be made to the bidder with the lowest bid price. Policy of nondiscrimination 1/2 point Sponsorship of state-compliant apprenticeship programs(s) 1/2 point Use of a pre-employment and “for cause” drug testing program 1/2 point Local small business 1/2 point 1. OWNER reserves the right to review or audit any information provided by Bidder to make its evaluation. 2. Bidder shall provide or furnish access to any necessary records or other information in order to permit OWNER to verify these certifications. 3. Bidder shall provide or furnish access to such records and information no later than 3 business days after OWNER issues a written request for the same. 1.3 VALUE-BASED PROCUREMENT PROGRAM A. In situations in which the factors listed in the Value Program Form affect the award of the Bid, the winning Bidder will be required to enter into a Value Program Supplemental Agreement (Document 00 54 15) with OWNER. END OF DOCUMENT Revised March 15, 2013 Bid Form 00 41 00 - 1 DOCUMENT 00 41 00 BID FORM PART 1 GENERAL 1.1 BIDDER A. Name: B. Address: C. Telephone number: D. Email address: E. Facsimile number: F. Tax identification number: G. Bidder holds license number ____________________________________, issued by the Utah State Department of Commerce, Division of Occupational and Professional Licensing. Bidder is licensed to practice as a _________________________________ Contractor. The license expiration date _____________________________________. 1.2 NOTICE A. Pursuant to Section 58-55-501(8), Utah Code Annotated (UCA), it is unlawful to submit a bid for any work for which a license is required under Chapter 55 of Title 58, UCA, by a person or other business entity not licensed or excepted from licensure as a contractor under Chapter 55 of Title 58, UCA. Pursuant to Section 58-55-503(1), UCA, contracts for the work may not be awarded to any person or other business entity that violates Sections 58-55-501(8) UCA, in submitting its Bid. 1.3 CONSTRUCTION CONTRACT A. Bonneville Blvd Water Pipe Liner Project, Project No. 513505601 B. The ENGINEER’s estimate for this project is not over $2,000,000.00. C. This project is not CDBG funded. D. This project does require a permit to work in the Public Way from Salt Lake City Engineering, 349 South 200 East, Suite 100. If such a permit is required, Section 6.7 (H) (1) (d) of Document 00 73 10 (Modifications to the General Conditions) shall apply. 1.4 ADDENDA A. Bidder hereby acknowledges receipt of the following Addenda. (list Addenda numbers here) Revised March 15, 2013 Bid Form 00 41 00 - 2 1.5 SUBMITTALS A. With Bid: 1. This Bid Form (Document 00 41 00). 2. Bidder Qualifications (Document 00 42 00). 3. Bid Schedule (Document 00 43 00). 4. Bid bond. 5. Voluntary Submittals: (If the documents noted below are included in the Project Manual). a. Economic Opportunities Form (Document 00 43 41 – CDBG Projects only). Bidder may be at a competitive disadvantage if it does not submit the Economic Opportunities Form. b. Value Program Form (Document 00 43 40) Bidder may be at a competitive disadvantage if it does not submit the Value Program Form. 6. Mandatory Submittals (If the documents noted below are included in the Project Manual). a. Qualified Health Insurance Certification Form (Document 00 43 45), checking “No” will not render the bid non-responsive. That form is used by Bidder to certify whether Bidder and all subcontractors of Bidder working on the project have and will maintain an offer of qualified health insurance in compliance with Salt Lake City Code Section 3.24.115 for the duration of the contract. b. Work Environment Certification Form (Document 00 43 46) If the Bidder does not certify yes to each question in Document 00 43 46 the bid will be rejected as non-responsive. That form is used by Bidder to certify that Bidder and all subcontractors of Bidder working on the project have and will maintain 1) a drug and alcohol testing policy; 2) a program to recruit and/or employ veterans; 3) a job training program; 4) a safety program; and 5) a formal policy of non- discrimination in compliance with Salt Lake City Code Section 3.24.115 for the duration of the contract. See Section 3.24.115 of the Salt Lake City Code and Article 1.4 of Section 00 22 16 Supplemental Instructions. B. Due diligence letter to Bidder: If Bidder receives a due diligence letter from OWNER after bid opening, Bidder must submit the following documents to OWNER after ENGINEER’s request. 1. Document 00 43 36: Proposed Subcontractor Form. 2. Document 00 43 37: Work Under Contract Report. 3. Document 00 43 38: Bidder Status Report. 4. Other information requested and as defined in Article 3.1 and 3.4 D of Document 00 21 13. C. After Notice of Intent to Award: If Bidder receives a notice of intent to award the Contract from OWNER after bid opening, Bidder must submit the following documents to OWNER. 1. Document 00 52 00: Agreement. Revised March 15, 2013 Bid Form 00 41 00 - 3 2. Document 00 61 13: Performance Bond. 3. Document 00 61 14: Payment Bond. 4. Document 00 62 16: Applicable Insurance Certificate. 5. Supplementary Submittals (if applicable): a. Copy of letter from OWNER’s Labor Relations Specialist certifying that Bidder has an approved utilization plan that offers economic opportunities to low and very low income persons. b. Document 00 54 00: Agreement Supplement. c. Document 00 54 15: Value Program Supplemental Agreement. d. Document 00 54 16: Qualified Health Insurance Supplemental Agreement. e. Document 00 54 17: Economic Opportunities Supplemental Agreement. 1.6 DEFINITIONS A. Bid Documents: The Bid Documents consist of the Invitation to Bid, the Instructions to Bidders, any Supplementary Instructions to Bidders, this Bid form, any supplements (or post-bid supplements), the Bid Schedule, any data listed by and limited to the provisions in the Geotechnical Data Document, and the Bid Bond. B. Bid Bond: AIA Document A310 as published by the American Institute of Architects, 1736 N. Y. Ave. N. W. Washington, D.C. 20006 or one substantially the same and acceptable to OWNER. C. HUD: United States Department of Housing and Urban Development. PART 2 COVENANTS 2.1 BIDDER TO ENTER INTO AN AGREEMENT A. In General: Bidder agrees, if this Bid is accepted, to enter into a Construction Contract with OWNER to perform and furnish all Work specified or indicated in the Contract Documents at the Contract Time and Contract Price identified in the Agreement (Document 00 52 00). B. Agreement Supplement: If it becomes necessary to further define the Work, Contract Price, Contract Time, or some other portion of the Construction Contract before signing the Agreement (Document 00 52 00), ENGINEER shall prepare an Agreement Supplement (Document 00 54 00) describing such change. OWNER shall have sole discretion in determining the necessity of preparing such a contract modification. If the Agreement Supplement is acceptable to Bidder, Bidder shall execute the Agreement Supplement before or concurrently with the execution of the Agreement (Document 00 52 00). C. If Bidder was awarded the Construction Contract in part as a result of OWNER’s Value- Based Procurement Program, Bidder shall enter into a Value Program Supplemental Agreement (Document 00 54 15) with OWNER concurrently with its execution of the Agreement (Document 00 52 00). Revised March 15, 2013 Bid Form 00 41 00 - 4 D. If Bidder was awarded the Construction Contact in part as a result of OWNER’s Qualified Health Insurance program, Bidder shall enter into a Qualified Health Insurance Supplemental Agreement (Document 00 54 16) with OWNER concurrently with its execution of the Agreement (Document 00 52 00). 2.2 BIDDER ACCEPTS TERMS AND CONDITIONS A. Bidder accepts all of the terms and conditions of the Bid Documents, including without limitation those dealing with the disposition of Bid security. B. Bidder must pick up, sign, and submit, the required number of copies of the Agreement (Document 00 52 00) with the Bonds and other documents required by the Agreement within 10 days (or such longer period of time that OWNER in its discretion may allow) after the date of OWNER's Notice of Intent to Award the Construction Contract. 2.3 REPRESENTATION OF BIDDER A. In submitting this Bid, Bidder represents, as more fully set forth in the Instructions To Bidders (Document 00 21 13), that: 1. Nature of the Work: Bidder has become familiar with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. 2. Surface and Subsurface Conditions: Bidder has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions that are identified in the Geotechnical Data (Document 00 31 32) (if any). 3. Underground Utilities: Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site. 4. Bidder Investigation: Bidder has correlated the results of all observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 5. Discrepancy Resolutions: Bidder has given ENGINEER written notice of all conflicts, errors, or discrepancies that Bidder has discovered in the Contract Documents and acknowledges that all written resolutions thereof issued by ENGINEER before Bid opening, are acceptable to Bidder. 2.4 OWNER'S RIGHTS AT BID AWARD A. Bidder agrees that OWNER has the right to reject this Bid or to award the Work or any part thereof to the undersigned at the prices stipulated. Bidder agrees to make no claim for damages for such rejection or award. B. If the Bid is rejected, then the Bid security shall be returned to Bidder. C. If the Bid is accepted, OWNER shall notify Bidder of OWNER's intent to award the Construction Contract to Bidder. Bidder shall have 10 days (or such longer period of time that OWNER in its discretion may allow) to sign and return the Agreement (Document 00 52 00) to OWNER. If Bidder fails to sign the Agreement, the Bid security, at OWNER's option, shall be claimed and cashed and the amount thereof paid to Revised March 15, 2013 Bid Form 00 41 00 - 5 OWNER as liquidated damages for the failure of Bidder to comply with the terms of the Bid. D. Bidder agrees that the Bid may be rejected if the submittals listed in this Document or the Notice of Intent to Award are not submitted within the time listed in the Notice of Intent to Award (or described in paragraph 2.4C hereof). 2.5 NON-COLLUSION; ETHICS A. Bidder represents that the Bid is genuine. The Bid is not made in the interest of or on behalf of any undisclosed person, firm, or corporation. B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. C. Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding. D. Bidder has not sought by collusion to obtain for itself any other advantage over any separate Bidder or over OWNER. E. REPRESENTATION REGARDING ETHICAL STANDARDS FOR CITY OFFICERS AND EMPLOYEES AND FORMER CITY OFFICERS AND EMPLOYEES Bidder represents that it has not: 1. Provided an illegal gift or payoff to a City officer or employee or former City officer or employee, or his or her relative or business entity. 2. Retained any person to solicit or secure this contract upon an agreement or understanding for a commission, percentage, or brokerage or contingent fee, other than bona fide employees or bona fide commercial selling agencies for the purpose of securing business. 3. Knowingly breached any of the ethical standards set forth in the City's conflict of interest ordinance, Chapter 2.44, Salt Lake City Code; or 4. Knowingly influenced, and hereby promises that it will not knowingly influence, a City officer or employee or former City officer or employee to breach any of the ethical standards set forth in the City's conflict of interest ordinance, Chapter 2.44, Salt Lake City Code. 2.6 BID PRICING A. Bidder will complete the Work for the prices listed in the Bid Schedule (Document 00 43 00). Bidder agrees that quantities for Unit Price Work are not guaranteed. (Refer to Article 11.7 of the General Conditions (Document 00 72 00). 2.7 SUBSTANTIAL COMPLETION, PROJECT COMPLETION, AND LIQUIDATED DAMAGES A. Bidder agrees that the Work will be Substantially Complete and ready for Final Inspection on or before the expiration of the Contract Time indicated in the Agreement (Document 00 52 00). Revised March 15, 2013 Bid Form 00 41 00 - 6 B. Bidder agrees that the Work will be complete and ready for final payment in accordance with Article 14.9 of the General Conditions (Document 00 72 00) on or before the expiration of the Punch List Time indicated in the Agreement. C. Bidder accepts the provisions of the Agreement (Document 00 52 00) as to liquidated damages in the event of failure to complete the Work on time and in accordance with the Contract Documents. PART 3 EXECUTION 3.1 EFFECTIVE DATE A. Bidder executes this Bid and declares it to be in effect as of the _____ day of _______- ________________________________________, 20 _____. 3.2 BIDDER'S SUBSCRIPTION A. Bidder's Signature: B. Please print Bidder's name here: C. Title: END OF DOCUMENT Bidder Qualifications 00 42 00 - 1 DOCUMENT 00 42 00 BIDDER QUALIFICATIONS PART 1 GENERAL 1.1 QUALIFICATIONS A. Contractor installing Flexible Fabric Reinforced Pipe shall demonstrate that it has sufficient previous project experience to successfully complete the project. The Owner shall be entitled to contact each and every reference listed by the contractor. The Contractor, by submitting this qualification document, expressly agrees that any information concerning the contractors in possession of said entities and references may be made available to the Owner. Contractor shall have: 1. 5 years of FFRP installations 2. 50,000 feet or more installation of FFRP for pressure rated applications in the United States and Canada 3. 50 Primus Line fitting terminations 4. Installation certificates for crew installing material 5. The installer shall be trained and certified by the manufacturer and shall submit their certifications along with the bid form. Provide completed Attachment A datasheets for each project submitted that demonstrates installer’s experience. Bidder Qualifications 00 42 00 - 2 Attachment A Contractor Project Experience Data Sheet (copies must be submitted for each project being claimed as qualifying experience) Project Name: Owner: Project Location: Size, Type, and Length of pipeline: Project Description: Date bid: Date completed: Contract bid price: Contract final price: Contract duration at bid: Final contract duration: Owner’s contact information: Engineer’s contact information: Revised March 15, 2013 Proposed Subcontractor Form 00 43 36 - 1 DOCUMENT 00 43 36 PROPOSED SUBCONTRACTOR FORM PART 1 GENERAL 1.1 BIDDER A. Name: Address: B. Telephone Number: 1.2 CONSTRUCTION CONTRACT A. Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 PART 2 REPORT 2.1 SUBCONTRACTOR AND SUPPLIER REPORT A. Failure of Bidder to specify a Subcontractor for any portion of the Work constitutes an agreement by Bidder that Bidder is fully qualified to perform that portion and that Bidder shall perform that portion. See Instructions to Bidders (Document 00 21 13, paragraph 3.4B for additional information concerning the subcontractors and the nature and extent of any work that must be listed on this form. B. Bidder will be fully responsible to OWNER for the acts and omissions of Subcontractors and Suppliers and of persons either directly or indirectly employed by them, as Bidder is for the acts and omissions of persons employed by Bidder directly. C. Nothing contained in the Contract Documents shall create any contractual relationship between any Subcontractor or Supplier and OWNER. Bidder agrees that each subcontract with Bidder's Subcontractor will disclaim any third party or direct relationship between OWNER and any Subcontractor or Supplier. D. The names and addresses of the Subcontractors and Suppliers who will work under the terms of the Contract Documents and the estimated dollar amount of each subcontract, as appropriate, are set forth in the following tables. Revised March 15, 2013 Proposed Subcontractor Form 00 43 36 - 2 SUBCONTRACTORS Name Nature and Extent of Work to be Subcontracted Amount 1. 2. 3. Total $ ________________ Percent of Total Contract _________% SUPPLIERS Name Nature and Extent of Work to be Supplied Amount 1. 2. 3. 4. PART 3 EXECUTION 3.1 EFFECTIVE DATE A. Bidder executes this Subcontractor and Supplier report and declares it to be a supplement to the Bid (Document 00 41 00) and in effect as of ___________________________, 20___ 3.2 BIDDER'S SUBSCRIPTION A. Bidder's signature: B. Please print Bidder's name here: C. Title: END OF DOCUMENT Revised March 15, 2013 Work Under Contract Report 00 43 37 - 1 DOCUMENT 00 43 37 WORK UNDER CONTRACT REPORT PART 1 GENERAL 1.1 BIDDER A. Name: Address: B. Telephone Number: 1.2 CONSTRUCTION CONTRACT A. Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 PART 2 REPORT 2.1 STATUS OF WORK UNDER CONTRACT A. The completion and submission to OWNER of the following table by Bidder is required within 7 calendar days after ENGINEER’s request per Article 3.1 of the Instructions to Bidders (Document 00 21 13). OWNER may declare Bidder non-responsive if this report is not submitted on time. B. The successful Bidder is required to notify OWNER in writing of any new contracts awarded before the execution of the Construction Contract. STATUS OF WORK UNDER CONTRACT Description of Contract And for Whom Performed Date of Award Amount of Contract Contract Completion Date Percent Complete Scheduled Completion Date Dollar Amount Outstanding 1 2 3 4 Revised March 15, 2013 Work Under Contract Report 00 43 37 - 2 Description of Contract And for Whom Performed Date of Award Amount of Contract Contract Completion Date Percent Complete Scheduled Completion Date Dollar Amount Outstanding 5 6 7 8 9 10 Total of Dollar Amount Outstanding $____________________________ CONTRACTOR’s Bid for this Project $____________________________ TOTAL $____________________________ C. Add supplemental sheets if necessary to account for all work under contract. PART 3 EXECUTION 3.1 EFFECTIVE DATE A. Bidder executes this Work Under Contract Report and declares it to be a supplement to the Bid (Document 00 41 00) and in effect as of _____________________________, 20____. 3.2 BIDDER'S SUBSCRIPTION A. Bidder's signature: B. Please print Bidder's name here: C. Title: END OF DOCUMENT Revised March 15, 2013 Bidder Status Report 00 43 38 - 1 DOCUMENT 00 43 38 BIDDER STATUS REPORT PART 1 GENERAL 1.1 BIDDER A. Name: B. Address: C. Telephone number: 1.2 CONSTRUCTION CONTRACT A. Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 PART 2 REPORT 2.1 BIDDER STATUS REPORT A. Bidder affirms that the following information is true and correct. 1. Number of employees: ____________________ 2. Bidder's firm is: (check all of the following that are applicable) [___] Independently owned and operated. [___] An affiliate of* [___] A subsidiary of* [___] A division of* [___] A business with gross revenue in excess of $__________________________ [___] A business with gross revenue below $ ______________________________ * PARENT COMPANY: Name: Address: Telephone Number: __________________________ Facsimile Number: ___________________________ Revised March 15, 2013 Bidder Status Report 00 43 38 - 2 PART 3 EXECUTION 3.1 EFFECTIVE DATE A. Bidder executes this status report and declares it to be a supplement to the Bid Form (Document 00 41 00) and in effect as of _________________________, 20 ____. 3.2 BIDDER'S SUBSCRIPTION A. Bidder's Signature: B. Please print Bidder's name here: C. Title: END OF DOCUMENT Revised March 15, 2013 Value Program Form 00 43 40 - 1 DOCUMENT 00 43 40 VALUE PROGRAM FORM PART 1 GENERAL 1.1 BIDDER A. Name: B. Address: C. Telephone Number: 1.2 CONSTRUCTION CONTRACT A. Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 1.3 AFFIDAVIT A. Bidder affirms that the following information is true and correct as of the time of submitting its bid. 1. Has the Bidder adopted a written company policy stating it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or sexual orientation (defined in the policy to mean being lesbian, gay, transgender, bisexual, or heterosexual)? Yes Initial No Initial 2. Has the Bidder conducted an apprenticeship during the twelve (12) months prior to submitting this Bid that is consistent with the requirements of Utah Code Title 35A, Chapter 6 and the requirements of the U.S. Department of Labor Bureau of Apprenticeship and Training? Yes Initial No Initial 3. Has the Bidder adopted and implemented a written company policy creating a drug-testing program for pre-employment, and for testing based on “cause,” consistent with the requirements stated in Utah Code Title 34, Chapter 38 (private employees), Title 34, Chapter 41 (local government), or Title 67, Chapter 19 (state)? Yes Initial No Initial Revised March 15, 2013 Value Program Form 00 43 40 - 2 4. Does the Bidder (i) have a fixed office or distribution point within Salt Lake City boundaries, (ii) possess a Salt Lake City business license stating a Salt Lake City address, (iii) employ no more than thirty (30) full-time employees (meaning employees working at least forty (40) hours per week for fifty (50) weeks per year), and (iv) have annual gross revenues not in excess of $1 million (must meet all four requirements to respond “yes”)? Yes Initial No Initial PART 3 EXECUTION 3.1 EFFECTIVE DATE A. Bidder executes this form, a supplement to the Bid Form (Document 00 41 00), and declares it to be true and correct and in effect as of ___________________, 20 ____. 3.2 BIDDER'S SUBSCRIPTION A. Bidder's Signature: B. Please print Bidder's name here: C. Title: END OF DOCUMENT Revised April 8, 2019 Agreement 00 52 00 - 1 DOCUMENT 00 52 00 AGREEMENT This Agreement is dated as of the date that the City Recorder attests the applicable City signature, which date shall be the recordation date, and is between Salt Lake City Corporation, a Utah municipal corporation, 1530 S. West Temple, Salt Lake City, Utah 84115-5223 (OWNER or City) and the following entity (CONTRACTOR) Name: Address: Telephone number: Facsimile number: For valuable consideration, the receipt of which the parties acknowledge, OWNER and CONTRACTOR agree to the following. PART 1 GENERAL 1.1 DEFINITIONS A. Words used in this Agreement, in any Qualified Health Insurance Supplemental Agreement (Document 00 54 16), in any Value Program Supplemental Agreement (Document 00 54 15), and in any Supplemental Agreement (Document 00 54 00) related hereto that are defined in Document 00 72 00 in the current Edition of the Manual of Standard Specifications published by the Utah Chapter of the American Public Works Association shall have meaning as defined therein. 1.2 WORK A. CONTRACTOR shall provide the construction and services specified in the Drawing and Specifications in the Construction Contract known as: Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 B. CONTRACTOR shall comply with its obligations under the Contract Documents. 1.3 ENGINEER A. JASON DRAPER, P.E. is OWNER’s representative and agent who has the rights, authority, and duties assigned to ENGINEER in the Contract Documents. 1.4 ASSIGNMENT NOT BINDING WITHOUT WRITTEN CONSENT A. No assignment of any right or interest in the Construction Contract shall be made without written consent of OWNER and CONTRACTOR. No assignment will release or discharge OWNER or CONTRACTOR from any duty or responsibility under the Revised April 8, 2019 Agreement 00 52 00 - 2 Construction Contract unless specifically stated to the contrary in any written consent to an assignment. B. CONTRACTOR shall make no assignment of money that is due without OWNER's written consent (except to the extent that the effect of this restriction may be limited by Law or Regulation). 1.5 BINDING TERMS A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Construction Contract. 1.6 REPRESENTATION REGARDING ETHICAL STANDARDS FOR CITY OFFICERS AND EMPLOYEES AND FORMER CITY OFFICERS AND EMPLOYEES A. CONTRACTOR represents that it has not: 1. Provided an illegal gift or payoff to a City officer or employee or former City officer or employee, or his or her relative or business entity. 2. Retained any person to solicit or secure this contract upon an agreement or understanding for a commission, percentage, or brokerage or contingent fee, other than bona fide employees or bona fide commercial selling agencies for the propose of securing business. 3. Knowingly breached any of the ethical standards set forth in City's conflict of interest ordinance, Chapter 2.44, Salt Lake City Code; or 4. Knowingly influenced, and hereby promises that it will not knowingly influence, a City officer or employee or former City officer or employee to breach any of the ethical standards set forth in City's conflict of interest ordinance, Chapter 2.44, Salt Lake City Code. PART 2 TIME AND MONEY CONSIDERATIONS 2.1 CONTRACT PRICE A. The Contract Price includes the cost of the Work specified in the Contract Documents, plus the cost of all bonds, insurance, permits, and fees, and all charges, expenses, and assessments of whatever kind or character. B. The Schedules of Prices awarded from the Bid Schedule (Document 00 43 00) are as follows. 1. 2. 3. 4. C. An Agreement Supplement (Document 00 54 00) [ ___ ] is, [ ___ ] is not attached to this Agreement. Revised April 8, 2019 Agreement 00 52 00 - 3 D. A Qualified Health Insurance Supplemental Agreement (Document 00 54 16) [ __ ] is, [ ___ ] is not attached to this Agreement. E. A Value Program Supplemental Agreement (Document 00 54 15) [ ___ ] is [ ___ ] is not attached to this Agreement. F. Based upon the above-awarded schedules and the Agreement Supplement (if any), the Contract Price awarded is: dollars and cents ($ ). 2.2 CONTRACT TIME A. Contract Time shall: 1. Be calendar days after the date of the Notice to Proceed; or 2. Terminate at mid-night of the 13th day of December, 20 24 . B. Any time specified in work sequences in the Summary of Work (Section 01 11 00) shall be a part of the Contract Time. 2.3 PUNCH LIST TIME A. CONTRACTOR shall complete all Work within 14 days after CONTRACTOR receives ENGINEER's Final Inspection Punch List unless ENGINEER grants additional time in writing or an exception has been specified in the Contract Documents. B. Permitting CONTRACTOR to continue and finish the Work or any part of the Work after the time fixed for its completion, or after the date to which the time for completion may have been extended, whether or not a new completion date is established, shall in no way operate as a waiver on the part of OWNER of any of OWNER's rights. 2.4 LIQUIDATED DAMAGES A. CONTRACTOR agrees that OWNER will suffer damage or financial loss if the Work is not completed within the Contract Time, if sequenced work is not completed on time, or if public services are interrupted. CONTRACTOR and OWNER agree that the exact amount of damage or loss is difficult to determine. B. OWNER shall be entitled to deduct and retain liquidated damages out of any money that may be due or become due CONTRACTOR. To the extent liquidated damages exceed any amounts due CONTRACTOR, CONTRACTOR shall be liable for such amounts and shall return such amounts to OWNER. C. Instead of requiring proof of damage or specific financial loss, CONTRACTOR shall pay the following sums to OWNER as liquidated damages and not as a penalty. Such liquidated damages shall relate only to the additional administrative costs and expenses incurred by OWNER and shall not prevent OWNER from pursuing other remedies or collecting actual damages for damage or loss other than administrative costs and expenses. 1. Late Completion: One thousand dollars and zero cents ($ 1,000.00) for each day or part thereof that expires after the Contract Time until the Work is Substantially Complete as provided in Article 14.5 of the General Conditions (Document 00 72 00). 2. Late Punch List Time Completion: 50 percent of the amount specified for Late Contract Time Completion for each day or part thereof that the Work remains Revised April 8, 2019 Agreement 00 52 00 - 4 incomplete after the Punch List Time. The Punch List shall be considered received by CONTRACTOR on the day it is transmitted by facsimile, email, or hand delivery or the day it is received by registered or certified mail. 3. Work Sequence Completion: If a Work sequence is specified, then for each day or part thereof that exceeds the specified time and until ENGINEER determines that such Work sequence is Substantially Complete, CONTRACTOR shall pay the following sums to OWNER. a. Work Sequence 1: dollars and cents ($ ) per day. b. Work Sequence 2: dollars and cents ($ ) per day. 4. Survey Monuments: $1,000.00 if a land survey monument is disturbed or moved and ENGINEER's surveyor has not referenced the survey monument for resetting. 5. Interruption of Public Services: No interruption of public services shall be caused by CONTRACTOR, its agents, or employees, without ENGINEER’s prior written approval. 2.5 RETAINAGE A. Retainage is at OWNER's Option: OWNER may, in its sole discretion, retain and withhold up to five percent of any payment due to CONTRACTOR under the Construction Contract, but the total retention may not exceed five percent of the total Contract Price. If, in ENGINEER's opinion, the Work is proceeding in accordance with CONTRACTOR's approved progress schedule, and all progress schedule submittals are current and up to date, and all required payrolls, Shop Drawings, and miscellaneous submittals are current and up to date, OWNER may choose not to withhold retainage. 1. Payments: At any time after 50 percent of the Work has been completed and if $50,000 or more has been retained, OWNER may make any of the remaining progress payments in full if, in OWNER's sole discretion, the Work is progressing satisfactori- ly. While CONTRACTOR is carrying on the Work, OWNER may pay monthly the balance not retained as aforesaid, after deducting all previous payments and all sums to be kept or retained under the provisions of the Construction Contract. No such payment shall be required to be made when, in the judgment of ENGINEER, the Work is not proceeding in accordance with the Contract Documents or when in ENGINEER's judgment the total value of the Work done since the last estimate amounts to less than $300. No such payment shall be construed to be an acceptance of any defective or improper Work or materials. 2. Reducing the Retainage: As the Work nears completion and solely at ENGINEER's discretion, OWNER may reduce the retainage to an amount more in line with the Work actually remaining. B. Interest: Any money retained by OWNER shall be placed in an interest-bearing account held by OWNER as of the date such money would have otherwise been payable. The interest accrued thereon shall be for the benefit of CONTRACTOR. C. Release of Retainage and Interest: Any retained moneys and any accrued interest thereon shall be released to CONTRACTOR pursuant to a billing statement from Revised April 8, 2019 Agreement 00 52 00 - 5 CONTRACTOR within 45 days after the later of: (1) the date that OWNER receives the billing statement from CONTRACTOR; (2) the date that a certificate of occupancy or final acceptance notice is issued to CONTRACTOR or OWNER; (3) the date that OWNER does not issue a certificate of occupancy but permits partial or complete occupancy of a newly constructed or remodeled building at the Project; or (4) the date that CONTRACTOR accepts the final pay quantities. D. Other Retainage: Notwithstanding paragraph 2.5A: (1) if CONTRACTOR is in default or breach of the terms and conditions of the Construction Contract, OWNER may withhold from payment for as long as reasonably necessary an amount necessary to cure the breach or default of CONTRACTOR; or (2) if the Project or a portion of the Project has been substantially completed, OWNER may retain until completion up to twice the fair market value of the Work of CONTRACTOR that has not been completed in accordance with the Construction Contract. 2.6 PAYMENT PROCEDURES A. Progress Payments: CONTRACTOR shall submit Applications for Payment in accordance with Part 14 of the General Conditions (Document 00 72 00). Payment shall not become due or payable for any contract item not provided or installed by CONTRACTOR. As work is performed, OWNER shall pay money due to CONTRACTOR. 1. Withholding Payment: OWNER reserves the right to withhold payment from CONTRACTOR for non-compliance with any provision of the Contract Documents. 2. Price Adjustments: OWNER will consider making partial payment to CONTRACTOR for certain non-conforming work in advance of any negotiated settlement reached between CONTRACTOR and OWNER, provided CONTRACTOR requests in writing that this be done. CONTRACTOR agrees that any such payments made by OWNER are "payments in advance" and that any money that becomes due when the final settlement is negotiated will not constitute payments "withheld" or "retained" under State law. 3. Pay Applications must be submitted to ENGINEER through SLCDPU Engineering’s Project Central SharePoint site. Access and use instructions are provided at the end of section 01 33 00 and must include, at a minimum, the following; a. Updated schedule; b. Schedule of values. B. Final Payment: After completion of all Work and Punch List items, OWNER shall pay the Contract Price due after deducting all previous payments, unit price quantity adjustments, penalties, liquidated damages, and other amounts to be retained. All prior progress payments shall be subject to correction in the final payment. The final payment shall not be due and payable until 30 days after approval of the request for final payment by OWNER's finance department. 1. Submittal: Final payment shall not be made until CONTRACTOR has delivered and ENGINEER has accepted all submittals specified in Article 14.8 of the General Conditions (Document 00 72 00). Revised April 8, 2019 Agreement 00 52 00 - 6 2. OWNER Released From Claims: The payment and acceptance of the final Contract Price due and the adjustment and payment for any Work done in accordance with any alterations of the same shall release OWNER from any and all claims of CONTRACTOR on account of Work performed under the Contract Documents or any Modification thereof, except for those claims specifically agreed to by OWNER as reserved and unresolved. 2.7 EXTRA WORK A. No money will be paid to CONTRACTOR for any additions, deletions, or revisions in the Work as stipulated in Article 10.1 of the General Conditions (Document 00 72 00), unless a Contract Modification for such has been made in writing and executed by OWNER and CONTRACTOR. PART 3 EXECUTION 3.1 EFFECTIVE DATE A. OWNER and CONTRACTOR executed this Agreement and declare the Effective Date of the Construction Contract to be the same as the recordation date. 3.2 CONTRACTOR'S SUBSCRIPTION AND ACKNOWLEDGEMENT A. Name of organization: B. Type of organization: (Corporation, partnership, limited liability company, individual, etc.) C. CONTRACTOR's Utah license number: D. CONTRACTOR's signature: E. Please print name here: F. Title: Revised April 8, 2019 Agreement 00 52 00 - 7 G. Business Entity Acknowledgement: STATE OF UTAH ) : ss. COUNTY OF SALT LAKE ) The foregoing instrument was acknowledged before me this _____ day of ______________, 20 , by _______________________________, the __________________ of [Name of signer] [Title of signer] ______________________________, a . [Name of entity] [State where organized and type of entity] Notary’s signature Residing in My commission expires: Notary’s seal Revised April 8, 2019 Agreement 00 52 00 - 8 H. Individual Acknowledgement: STATE OF UTAH ) : ss. COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 by , an individual. Notary’s signature Residing in My commission expires: Notary’s seal I. Signature Authority: At the request of OWNER, evidence satisfactory to OWNER shall be submitted that shows that the person executing this Agreement has the required authority to execute this Agreement. For a corporation such evidence will be in the bylaws or a resolution of the board of directors. For a limited liability company such evidence will be in the operating agreement. 3.3 OWNER'S SUBSCRIPTION AND ATTESTATION A. Approval as to form: (OWNER's attorney) B. Approval as to budget: (OWNER's financial officer) C. OWNER's signature: D. Name and Title: E. Attest: (Signature of City recorder or City recorder designee) END OF DOCUMENT Revised March 15, 2013 Performance Bond 00 61 13 - 1 DOCUMENT 00 61 13 PERFORMANCE BOND PART 1 GENERAL 1.1 BOND A. Number:______________________________. B. Amount: dollars ($ ______________). 1.2 SURETY A. Name: B. Address: C. Telephone number: _______________________________________________________ D. Facsimile number: _______________________________________________________ 1.3 CONTRACTOR A. Name: B. Address: C. Telephone number: _______________________________________________________ D. Facsimile number: _______________________________________________________ 1.4 OWNER A. Salt Lake City Corporation, a Utah municipal corporation, 1530 S. West Temple, Salt Lake City, Utah 84115-5223. 1.5 CONSTRUCTION CONTRACT A. Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 1.6 DEFINED TERMS A. Terms used in this Performance Bond which are defined in Article 1.1 of the General Conditions (Document 00 72 00) will have the meanings indicated in the General Conditions. Revised March 15, 2013 Performance Bond 00 61 13 - 2 PART 2 COVENANTS 2.1 SURETY'S AND CONTRACTOR'S RELATIONSHIP A. The Surety, as surety, and the CONTRACTOR, as principal, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the OWNER, as obligee, for the performance of the Construction Contract. B. If the CONTRACTOR performs the Construction Contract, the Surety and the CONTRAC- TOR shall have no obligation under this Bond; otherwise this Bond shall remain in full force and effect. 2.2 NOTICE A. Notice to the Surety, the OWNER, or the CONTRACTOR shall be sent by registered or certified mail, postage prepaid, by hand delivery, or by overnight delivery service for which a delivery receipt is required, to the address shown on this Bond. B. Notices sent as provided in Section 2.2A shall be effective on the date on which such notice was sent. C. Notice may be sent by facsimile. Facsimile notice shall be effective on the date of transmission provided that a confirmation establishing the successful transmission of the notice is sent by first-class mail, postage prepaid, along with a copy of the notice transmitted, no later than twenty-four (24) hours after the facsimile notice is transmitted. D. If any notice requires a period of less than seven (7) days for response, the notice shall be sent by facsimile. E. If the time for response to any notice expires on a Saturday, Sunday, or a legal holiday in the State of Utah, the time shall be extended to the next business day. 2.3 PROCEDURE TO INVOKE SURETY'S OBLIGATION A. If the CONTRACTOR fails to perform any of its obligations under the Construction Contract, and such failure to perform has not been waived by the OWNER, the OWNER may notify the CONTRACTOR and the Surety, at their addresses described above, that the CONTRACTOR is in default, and may formally terminate the CONTRACTOR’s right to perform its obligations under the Construction Contract. B. If the Construction Contract is terminated, the OWNER shall pay the unpaid Balance of the Contract Price to the Surety for completion of the Work in accordance with the terms of the Construction Contract or to a contractor selected by the Surety to perform the Work in accordance with the terms of the Construction Contract. 2.4 SURETY'S OPTIONS AT CONTRACTOR TERMINATION A. Surety Completes the Work: The Surety may undertake to perform and complete the Work itself, through its agents, or through independent contractors. B. Surety Obtains Bids or Proposals: The Surety may obtain bids or negotiated proposals from qualified contractors acceptable to the OWNER for a contract for performance and completion of the Work. Revised March 15, 2013 Performance Bond 00 61 13 - 3 1. Such bids or proposals shall be prepared by the Surety for execution by the OWNER and the completion contractor selected. 2. The Surety shall secure the contract with performance and payment bonds executed by a qualified surety equivalent to this Bond and the payment bond (Document 00 61 14). 3. The Surety shall pay to the OWNER the amount of damages as described in Section 2.6 in excess of the balance of the Contract Price incurred by the OWNER resulting from the CONTRACTOR's default. C. Surety to Pay OWNER: The Surety may determine the amount, not to exceed the amount of this Bond specified in Section 1.1B, for which the Surety believes it may be liable to pay, and tender payment therefore to the OWNER. The OWNER has sole discretion to accept payment. 2.5 PROCEDURE FOR OWNER TO DECLARE SURETY IN DEFAULT A. The OWNER may declare the Surety to be in default pursuant to the following procedures: 1. The OWNER shall issue an additional written notice to the Surety, after declaring the CONTRACTOR in default as provided in Section 2.3, demanding that the Surety perform its obligations under this Bond; and 2. The Surety shall respond to the OWNER within 15 days after receipt of the OWNER's additional notice, either denying the claim or accepting liability and exercising its options under Section 2.4. B. If the OWNER declines to accept the payment tendered by the Surety pursuant to Section 2.4(C), or if the Surety has denied the claim in whole or in part, the OWNER, without further notice, may pursue any remedies available to the OWNER. 2.6 SURETY'S OBLIGATIONS A. After the OWNER has terminated the CONTRACTOR's right to complete its obligations under the Construction Contract, and if the Surety elects to complete the Work under the Construction Contract as provided in Section 2.4, then the responsibilities of the Surety to the OWNER shall not be greater than those of the CONTRACTOR under the Construction Contract, and the responsibilities of the OWNER to the Surety shall not be greater than those of the OWNER under the Construction Contract. B. To the limit of the amount of this Bond, but subject to a commitment by the OWNER to pay all valid and proper payments made to or on behalf of the CONTRACTOR under the Construction Contract, the Surety is obligated, without duplication, for: 1. the responsibilities of the CONTRACTOR for correction of Defective Work and completion of the Work under the Construction Contract; 2. any additional legal, design professional, and delay costs resulting from the CONTRACTOR's default, and resulting from the actions or failure to act of the Surety under Section 2.4; and 3. liquidated damages that are or may become due for any reason. Revised March 15, 2013 Performance Bond 00 61 13 - 4 2.7 UNRELATED OBLIGATIONS OF THE CONTRACTOR A. The Surety shall not be liable to the OWNER for obligations of the CONTRACTOR that are unrelated to the Construction Contract, and the balance of the Contract Price shall not be reduced or changed on account of any such unrelated obligations. B. No right of action shall accrue on this Bond to any person or entity other than the OWNER or its heirs, executors, administrators, or successors. 2.8 SURETY WAIVES NOTICE OF ANY CHANGE A. Surety hereby waives notice of any change, including changes of Contract Time, Contract Price, and scope of Work, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 2.9 VENUE A. Any suit or action commenced by the OWNER under this Bond shall be in a court of competent jurisdiction in Salt Lake City, Utah. PART 3 EXECUTION 3.1 EFFECTIVE DATE A. The Surety and the CONTRACTOR executed this Bond and declared it to be in effect as of the ______day of _______________________, 20__. 3.2 CONTRACTOR'S SUBSCRIPTION AND ACKNOWLEDGMENT A. Name of organization: B. Type of organization: (corporation, partnership, limited liability company, individual, etc.) C. CONTRACTOR's signature: D. Print name here: E. Title: Revised March 15, 2013 Performance Bond 00 61 13 - 5 F. Business Entity Acknowledgement: STATE OF UTAH ) : ss. COUNTY OF SALT LAKE ) The foregoing performance bond was acknowledged before me this _____ day of ______________, 20 , by _______________________________, the [Name of signer] ________________________ of , [Title of signer] [Name of entity] a [State where organized and type of entity] Notary’s signature Residing in My commission expires: Notary’s seal G. Individual Acknowledgement: STATE OF UTAH ) : ss. COUNTY OF ) The foregoing performance bond was acknowledged before me this day of , 20 __ by , an individual. Notary’s signature Residing in My commission expires: Notary’s seal Revised March 15, 2013 Performance Bond 00 61 13 - 6 H. Signature Authority: At the request of OWNER, CONTRACTOR shall submit to OWNER evidence satisfactory to OWNER that shows that the person executing this Bond has the required authority to execute this Bond. For a corporation such evidence will be in the bylaws or a resolution of the board of directors. For a limited liability company such evidence will be in the operating agreement. 3.3 SURETY'S SUBSCRIPTION AND ACKNOWLEDGMENT A. Attach evidence of Surety's corporate authority to sign. B. Surety's signature: C. Please print name here: D. Title: E. Acknowledgment: STATE OF UTAH ) : COUNTY OF ) The foregoing performance bond was acknowledged before me this day of , 20 by , (Name of signee) the of , (Title of signee) (Name of entity) a . (State where organized and type of entity) Notary’s signature Residing in My commission expires: Notary’s seal END OF DOCUMENT Revised March 15, 2013 Payment Bond 00 61 14 - 1 DOCUMENT 00 61 14 PAYMENT BOND PART 1 GENERAL 1.1 BOND A. Number: B. Amount: dollars ($ _______________) 1.2 SURETY A. Name: B. Address: C. Telephone number: D. Facsimile number: 1.3 CONTRACTOR A. Name: B. Address: C. Telephone number: D. Facsimile number: 1.4 OWNER A. Salt Lake City Corporation, a Utah municipal corporation, 1530 S. West Temple, Salt Lake City, Utah 84115-5223. 1.5 CONSTRUCTION CONTRACT A. Bonneville Blvd Water Pipe Liner Project 690 N Canyon Road, SLC, UT 84103 Project No. 513505601 1.6 DEFINED TERMS A. Terms used in this Payment Bond that are defined in Article 1.1 of the General Conditions (Document 00 72 00) will have the meanings indicated in the General Conditions. Revised March 15, 2013 Payment Bond 00 61 14 - 2 PART 2 COVENANTS 2.1 SURETY's AND CONTRACTOR's RELATIONSHIP A. The Surety as surety, and the CONTRACTOR, as principal, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the OWNER, as obligee, to pay for labor, materials, and equipment furnished for use in the performance of the Construction Contract. B. If the CONTRACTOR makes payment for all labor, materials, and equipment furnished for use in the performance of the Construction Contract, the Surety and the CONTRAC- TOR shall have no obligation under this Bond; otherwise this Bond shall remain in full force and effect. 2.2 NOTICE A. Notice to the Surety, the OWNER, or the CONTRACTOR shall be sent by registered or certified mail, postage prepaid, by facsimile, by hand delivery, or by overnight delivery service for which a delivery receipt is required, to the address shown on this Bond. B. Notices sent as provided in Section 2.2A shall be effective on the date on which such notice was sent. C. Notice may be sent by facsimile. Facsimile notice shall be effective on the date of transmission provided that a confirmation establishing the successful transmission of the notice is sent by first-class mail, postage prepaid, along with a copy of the notice transmitted, no later than twenty-four (24) hours after the facsimile notice is transmitted. D. If any notice requires a period of less than seven (7) days for response, the notice shall be sent by facsimile. E. If the time for response to any notice expires on a Saturday, Sunday, or a legal holiday in the State of Utah, the time shall be extended to the next business day. 2.3 CONDITIONS OF SURETY'S LIABILITY A. With respect to the OWNER, this Bond shall be null and void if the CONTRACTOR promptly takes the following actions: 1. makes payment, directly or indirectly, for all sums due Claimants; and 2. defends, indemnifies, and saves harmless the OWNER from all claims, demands, Liens, or suits by any person or entity who furnished labor, materials, or equipment for use in the performance of the Work, provided the OWNER has tendered defense of such claims, demands, Liens, or suits to the CONTRACTOR and the Surety. 2.4 PROCEDURE TO INVOKE SURETY'S OBLIGATION A. Concerning Claimants who have a Direct Contract with the CONTRACTOR: The Surety shall have no obligation to Claimants under this Bond who are employed by or have a direct contract with the CONTRACTOR until such Claimants have given notice to the Surety at the address shown on this Bond and have sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and, with substantial accuracy, stating the amount of the claim. Revised March 15, 2013 Payment Bond 00 61 14 - 3 B. Concerning a Claimant who does not have a Direct Contract with the CONTRAC- TOR: The Surety shall have no obligation to a Claimant under this Bond who does not have a direct contract with the CONTRACTOR until such Claimant takes the following actions. 1. The Claimant furnishes written notice to the CONTRACTOR and sends a copy, or notice thereof, to the OWNER, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; 2. The Claimant either receives a rejection in whole or in part from the CONTRACTOR, or does not receive within 15 days after furnishing the above notice any communica- tion from the CONTRACTOR by which the CONTRACTOR indicates that the claim will be paid directly or indirectly; and 3. Not having been paid within the above 15 days, the Claimant sends a written notice to the Surety at the address described on this Bond and sends a copy, or notice thereof, to the OWNER stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the CONTRACTOR. 2.5 SURETY'S OPTION TO SETTLE CLAIMS A. When the Claimant has satisfied the conditions of Section 2.4, the Surety shall promptly and at the Surety's expense take the following actions: 1. Send an answer to the Claimant, with a copy to the OWNER, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 2. Pay or arrange for payment of any undisputed amounts. 2.6 SURETY'S OBLIGATION A. The Surety's total obligation under this Bond shall not exceed the amount of this Bond, and the amount of this Bond shall be reduced in the amount of any payments made in good faith by the Surety. 2.7 UNRELATED OBLIGATIONS OF THE CONTRACTOR A. The Surety and the OWNER shall not be liable to Claimants or others for obligations of the CONTRACTOR that are unrelated to the Construction Contract. B. The OWNER shall not be liable for payment of any damages, costs, or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 2.8 SURETY WAIVES NOTICE OF ANY CHANGE A. Surety hereby waives notice of any change to the Construction Contract including changes of Contract Time, Contract Price, and Scope of Work, or to related subcontracts, purchase orders, or other obligations. Revised March 15, 2013 Payment Bond 00 61 14 - 4 2.9 VENUE A. Any suit or action commenced by a Claimant under this Bond shall be in a court of competent jurisdiction in Salt Lake City, Utah. 2.10 COPIES OF THIS BOND A. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR or the OWNER shall promptly furnish a copy of this Bond or shall permit a copy to be made. PART 3 EXECUTION 3.1 EFFECTIVE DATE A. The Surety and the CONTRACTOR executed this Bond and declared it to be in effect as of the ______day of _______________________, 20__. 3.2 CONTRACTOR'S SUBSCRIPTION AND ACKNOWLEDGMENT A. Name of organization: B. Type of organization: (corporation, partnership, limited liability company, individual, etc.) C. CONTRACTOR's signature: D. Please print name here: E. Title: Revised March 15, 2013 Payment Bond 00 61 14 - 5 F. Business Entity Acknowledgement: STATE OF UTAH ) : ss. COUNTY OF ) The foregoing payment bond was acknowledged before me this _____ day of ______________, 20 , by _______________________________, the [Name of signer] ________________________ of , [Title of signer] [Name of entity] a [State where organized and type of entity] Notary’s signature Residing in My commission expires: Notary’s seal G. Individual Acknowledgement: STATE OF UTAH ) : ss. COUNTY OF ) The foregoing payment bond was acknowledged before me this day of , 20 __ by , an individual. Notary’s signature Residing in My commission expires: Notary’s seal Revised March 15, 2013 Payment Bond 00 61 14 - 6 H. Signature Authority: At the request of OWNER, CONTRACTOR shall submit to OWNER evidence satisfactory to OWNER that shows that the person executing this Bond has the required authority to execute this Bond. For a corporation such evidence will be in the bylaws or a resolution of the board of directors. For a limited liability company such evidence will be in the operating agreement. 3.3 SURETY'S SUBSCRIPTION AND ACKNOWLEDGMENT A. Attach evidence of Surety's corporate authority to sign. B. Surety's signature: C. Print name here: D. Title: E. Acknowledgment: STATE OF UTAH ) : COUNTY OF ) The foregoing payment bond was acknowledged before me this day of , 20 by , (Name of signee) the of , (Title of signee) (Name of entity) a . (State where organized and type of entity) Notary’s signature Residing in My commission expires: Notary’s seal END OF DOCUMENT Revised March 15, 2013 Submittal Transmittal Form 00 62 11 - 1 DOCUMENT 00 62 11 SUBMITTAL TRANSMITTAL FORM PART 1 GENERAL 1.1 SUMMARY A. Form is self-transmittal. Letter of transmittal is not required. B. All submittals must be submitted utilizing the OWNERS construction management software. A link will be provided in the letter of intent to award. C. ENGINEER's review of submittals does not release or relieve CONTRACTOR from complying with all requirements of the Contract Documents. 1.2 ENGINEER'S FORM A. An example of the ENGINEER's form is as follows: SUBMITTAL REVIEW [ ] NO EXCEPTIONS TAKEN [ ] REJECTED [ ] MAKE CORRECTIONS NOTED [ ] RESUBMIT [ ] SUBMIT SPECIFIED ITEM [ ] DO NOT RESUBMIT This review is for general conformance with the design concepts of the Work and general compliance with the Contract Documents and does not constitute an approval or variance. Corrections or comments, or the failure to make them, on this review does not relieve the CONTRACTOR from full contract compliance. The CONTRACTOR is responsible for compliance with all contract provisions, dimensions, sizes, capacities, fabrication and construction techniques, installation, coordinating work with others, and performing the Work in a safe and satisfactory manner. Date: ____________ By: ________________________________________ SALT LAKE CITY PUBLIC UTILITES ENGINEERING B. Meaning of ENGINEER's form: 1. No Exceptions Taken: Submittals have been reviewed and no corrections were noted. 2. Make Corrections Noted: Submittals that have only minor discrepancies. Resubmission will not be required unless the stamp is marked "Resubmit". 3. Submit Specified Item: Submittals that are incomplete or require more than minor corrections will be annotated to indicate necessary corrections. Resubmit the part of the submittal showing the corrections. 4. Rejected: Submittals that are fundamentally in error, cover wrong equipment or construction, or require extensive corrections. 5. Resubmit: Submittals that require resubmission. Make corrections required, note any changes by dating the revisions to correspond with the change require date, and resubmit the corrected material. 6. Do Not Resubmit: Submittals that are not necessary to resubmit. Revised March 15, 2013 Submittal Transmittal Form 00 62 11 - 2 [This page was intentionally left blank.] SUBMITTAL TRANSMITTAL FORM DATE [ ] NEW SUBMITTAL [ ] RESUBMITTAL Section I REQUEST FOR APPROVAL OF THE FOLLOWING ITEMS (This section will be initiated by the CONTRACTOR) TO FROM TRANSMITTAL No. PREVIOUS TRANSMITTAL No. SPECIFICATION SECTION NUMBER (See instructions) CONTRACT TITLE CONTRACT No. SUBMITTAL ITEM No. DESCRIPTION OF ITEM SUBMITTED (Type, size, model number, etc.) SAMPLE OR CERTIFICATE (See instructions) NO. OF COPIES CONTRACT REFERENCE DOCUMENT VARIATION (See instructions) SPEC. PARA. No. DRAWING SHEET No. a. b. c. d. e. f. g. REMARKS I certify that the above submitted items have been reviewed in detail and are correct and conform with the contract Drawings and specifications except as otherwise noted. _________________________________________________________ NAME AND SIGNATURE OF CONTRACTOR FORM 00 62 11.1 (Read Instructions on the reverse side prior to initiating this form) Revised March 15, 2013 Submittal Transmittal Form 00 62 11 - 4 INSTRUCTIONS 1. TRANSMITTAL No: Number each transmittal consecutively in the space entitled “Transmittal No.”. This number will identify each submittal. 2. PREVIOUS TRANSMITTAL No: Mark the box for re-submittal and insert the transmittal number of last submission as well as the new submittal number in the spaces provided. Each re-submittal will become a new transmittal. 3. SPECIFICATION SECTION NUMBER: Cover only one specification section with each transmittal. 4. Column “a”: For each entry on this form, the “SUBMITTAL ITEM No.” will be the same SUBMITTAL ITEM No. indicated on the Submittal Register (Form 01 33 00). 5. Column “c”: When a sample of material or Manufacturer’s Certificate of Compliance is transmitted, indicate “Sample” or “Certificate”. 6. Column “g”: CONTRACTOR will place a check mark in the “Variation” column when a submittal is not in accordance with the plans and specifications – also, a written statement to that effect shall be included in the space provided for “Remarks” or on a separate page. 7. ENGINEER shall return a Submittal Review Response form. END OF SECTION Revised March 15, 2013 Certificate of Insurance 00 62 16 - 1 DOCUMENT 00 62 16 CERTIFICATE OF INSURANCE PART 1 GENERAL 1.1 PROCEDURE A. For filing purposes, add Certificates of Insurance to the Contract Documents following this page. END OF DOCUMENT Revised March 15, 2013 Certificate of Insurance 00 62 16 - 2 [This page was intentionally left blank.] Revised March 15, 2013 Special Provisions 00 73 00 – 1 SECTION 00 73 00 SPECIAL PROVISIONS The following special provisions apply to all technical sections for the work in this Project Manual. 1. WARRANTY A. The following warranty conditions shall apply for all products unless otherwise modified in the individual specifications: 1. A written material warranty guarantee of 1 year minimum shall be provided by the manufacturer against any breakdown of the material effectiveness of the structural repair elements. CONTRACTOR shall submit a warranty document certifying the material is protected against defects for the entire length of the warranty period. 2. A written workmanship warranty guarantee of 1 year minimum shall be provided by the CONTRACTOR against any shortcomings of the workmanship. CONTRACTOR shall submit a warranty document certifying the workmanship is protected against defects for the entire length of the warranty period. 3. A warranty inspection may be conducted in the 11th month or anytime following the final acceptance of the work. At their option, the CONTRACTOR and a representative of the manufacturer may participate in the inspection. Inspection shall be conducted by OWNER. All deficiencies shall be repaired at CONTRACTOR 's expense in a manner mutually agreed by OWNER and CONTRACTOR. 2. CONTRACTOR'S RESPONSIBILITIES A. All work including creating of access points, access point repair work, and pipe liner installation shall be as indicated on the Drawings. All work designs, plans and proposals are to be submitted to the OWNER or ENGINEER for review and approval. All work will be in accordance with the APWA Standard Plans and Specifications and as required and approved by the OWNER or ENGINEER. B. The CONTRACTOR shall obtain access to water hydrants for cleaning, installation and other work items requiring water. CONTRACTOR shall comply with all connection and use requirements. The CONTRACTOR shall obtain a fire hydrant meter from Salt Lake City Public Utilities and pay a refundable one thousand dollar ($1000.00) deposit. There shall be no charge for water used through the fire hydrant meter for the project. C. Provide Blue Stakes locating and marking of all existing utilities in areas where excavation is to be performed prior to beginning any excavation. CONTRACTOR to field locate and mark limits of any excavation work required. Utilities are shown on the Drawings for informational purposes only. The indication of utilities in the Drawings shall not be construed by the CONTRACTOR to mean that all utilities are shown in the Drawings, or that those shown are in the exact location. D. Provide for protection of all existing facilities and restoration of all areas disturbed by the CONTRACTOR operations as specified. If utilities relocation is required, Revised March 15, 2013 Special Provisions 00 73 00 – 2 CONTRACTOR shall coordinate with utility owner to relocate utility under provisions of the Salt Lake City Utility franchise agreements. E. The installation of transition coupling onto existing cast iron and ductile iron piping requires the Contractor to measure the outer diameter and thickness of the existing piping. Contractor to perform this measurement as soon as possible after notice to proceed to allow for fabrication time for couplers. Contractor will be responsible for issues related to delays in construction due to fabrication time of coupler. F. Contractor will be required to perform the initial pipe draining and de-chlorination (AWWA C-655-18) at the beginning of the project and the pipe flushing and chlorination (AWWA C-651-23) as part of the testing and commissioning process. CONTRACTOR shall monitor all water being discharged into City Creek and ensure water is at or below the maximum allowable chlorine levels. 3. TRAFFIC CONTROL A. The Contractor shall follow all traffic control guidelines as specified in the Traffic Control section. B. See section 01 14 40 for Property Use and Coordination with Other Construction. 4. AVAILABILITY OF LANDS A. The lands upon which the Work is to be performed, and rights-of-way and easements for access thereto and other lands designated for use by Bidder in performing the Work are identified in the Contract Documents. All additional off-site lands and access thereto required for temporary construction facilities or storage of materials and equipment must be provided by Bidder. This includes the use of the Capitol Park Condominium Association property and private property adjacent to the existing water line. The CONTRATOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. The CONTRACTOR shall not enter upon nor use any property not under the control of the OWNER until a written temporary construction easement agreement or other appropriate agreement has been executed by the CONTRACTOR and the property owner, and a copy of the easement furnished to the ENGINEER prior to its use. Neither the OWNER nor the ENGINEER shall be liable for any claims or damages resulting from the CONTRACTOR’s unauthorized trespass or use of any properties. CONTRACTOR shall comply with all of the terms and conditions of all easements and agreements relating to the use of land. 5. FIELD VERIFICATION OF DIMENSIONS A. The CONTRACTOR shall verify the actual inner/outer diameter of existing pipes, lengths, bend locations before ordering or manufacturing any products to be used during the rehabilitation work. B. The manhole depths, manhole locations, and pipeline lengths indicated on the drawings are approximate. CONTRACTOR shall verify all dimensions before ordering or manufacturing any products to be used during the rehabilitation work. C. Air-Vac valves will be installed at the high points of the existing water line on the east and Revised March 15, 2013 Special Provisions 00 73 00 – 3 west ends of the project. The existing high point shall be verified via video during the CCTV process. 6. PHOTOGRAPHS AND DVD RECORDING A. Prior to start of construction, photographs and video recording shall be taken by the Contractor where excavations or entry onto private property are required during construction to show utility crossings, installation of bypass piping, excavations, installation of lining system, and repair or construction of manholes or access structures. The Contractor shall include all existing structures, vegetation, and general conditions of the work site. B. The video recording shall be high quality video .MP4 format with a minimum of 720p resolution on a digital media (flash drive or portable hard drive) formatted to be compatible with PC systems. The .MP4 file should contain an audio track that narrates the progression of the camera through the site. Photographs shall be digital (10.0 mega pixel minimum) of foundations, driveways and other areas of potential damage. C. After completion of the construction and restoration, photographs and video recordings shall be taken by the CONTRACTOR from the same points in the same direction as the pre-construction examination. D. Video recordings and photographs shall be submitted to the OWNER or ENGINEER within seven (7) days prior to substantial completion and prior to acceptance of the work by the OWNER or ENGINEER. 7. PRE-CONSTRUCTION SUBMITTALS A. The following shall be submitted for review prior to the start of construction: 1. Items listed in the individual sections. 2. Access points and pit locations and dimensions, as required. 4. Groundwater management plan and a State of Utah groundwater permit application. 5. Traffic Control plan submittal as specified. 6. Safety plan with a list of hazards and mitigation methods. 7. Quality Control and testing plan. 8. Salt Lake City permits. 9. Stormwater Pollution Prevention Plan (SWPPP). 10. De-chlorination plan. 11. Termination details per manufacturer’s details and specifications shall require review and approval by the OWNER and ENGINEER. B. Each submittal shall cover items from only one section of the specification unless the item consists of components from several sources. CONTRACTOR shall submit a complete initial submittal including all components. When an item consists of components from several sources, CONTRACTOR 's initial submittal shall be complete including all components. C. All submittals, regardless of origin, shall be approved by CONTRACTOR and clearly Revised March 15, 2013 Special Provisions 00 73 00 – 4 identified with the name and number of this Contract, CONTRACTOR 's name, and references to applicable specification paragraphs and Contract Drawings. Each copy of all submittals, regardless of origin, shall be stamped or affixed with an approval statement of CONTRACTOR. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on drawings and other descriptive data. D. CONTRACTOR shall be solely responsible for the completeness of each submittal. CONTRACTOR 's stamp or affixed approval statement of a submittal, per the Submittal Transmittal Form, is a representation to OWNER or ENGINEER that CONTRACTOR accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that CONTRACTOR has reviewed and coordinated each submittal with the requirements of the Work and the Contract Documents. E. All deviations from the Contract Documents shall be identified as deviations on each submittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by CONTRACTOR (including modifications to piping other facilities that may be a result of the deviation). F. OWNER or ENGINEER's review of submittals covers only general conformity to the Drawings and Specifications, external connections, and dimensions that affect the layout; it does not indicate thorough review of all dimensions, quantities, and details of the material, equipment, device, or item covered. OWNER or ENGINEER's review shall not relieve CONTRACTOR of sole responsibility for errors, omissions, or deviations in the drawings and data, nor of CONTRACTOR 's sole responsibility for compliance with the Contract Documents. H. OWNER or ENGINEER's submittal review period shall be 28 consecutive calendar days and shall commence on the first calendar day following receipt of the submittal or resubmittal in OWNER or ENGINEER's office. The time required to mail the submittal or resubmittal back to CONTRACTOR shall not be considered a part of the submittal review period. I. CONTRACTOR shall accept full responsibility for the completeness of each resubmittal. CONTRACTOR shall verify that all corrected data and additional information previously requested by OWNER or ENGINEER are provided on the resubmittal. J. When corrected copies are resubmitted, CONTRACTOR shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by OWNER or ENGINEER on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and correct sequence of each resubmittal 8. PERMITS REQUIRED A. All permits required for this project will be paid at cost. B. Supplement the permit list given in Section 01 33 00 1.5 to include: Revised March 15, 2013 Special Provisions 00 73 00 – 5 1. Traffic Control—Traffic Control plan approval is issued by the SLC Transportation Division. 2. Public Way Excavation—Permit issued by SLC Engineering Department based on the amount of excavation completed in the public right-of-way. 3. Noise—Issued by Salt Lake County Health Department (SLVHD), 788 E. Woodoak Lane, Murray, Utah 84107. a. The requirements of the SLCoHD noise permit is built around keeping noise in residential neighborhoods no more than 10 dB(A) above ambient between 7:00 AM to 10:00 PM and no more than 5 dB(A) above ambient outside those hours (nighttime). A waiver may be applied for to work outside the SLVHD specified regular working hours of 7:00 AM to 10:00 PM. 9. WORKING HOURS A. The work hours need to be controlled as much as possible to minimize disturbances to adjacent residences. Standard work hours are 7:00 AM to 6:00 PM, five days per week. The OWNER or ENGINEER may permit Work outside normal project work hours, but the CONTRACTOR shall still comply with appropriate noise, safety, environmental, odor and other requirements. B. CONTRACTOR may conduct nighttime work as allowed under applicable permitting authority (SLVHD) and based on prior schedule approval 2-weeks in advance by OWNER or ENGINEER and subject to local neighborhood coordination. Nighttime work will be limited to times when continuous operations are required for material curing (e.g. grout, resin curing) and not for CONTRACTOR convenience. CONTRACTOR will be allowed up to, but not more than, 16 separate extended work operation periods up to 72 hours each as noted herein. 10. ACCESS AND USE OF THE OWNER’s SHAREPOINT WEBSITE 1. The CONTRACTOR shall utilize the OWNER’s SharePoint website for all written CONTRACTOR correspondence, submittals, transmittals, pay applications, schedule updates, or other communication where feasible. CONTRACTOR shall utilize OWNER-established SharePoint workflows as directed. 2. The CONTRACTOR shall request access to the OWNER’s SharePoint website through the Project Manager, by providing the name, employer, e-mail address and phone number of each individual for which access is requested. 3. All SharePoint workflow functions require one (1) individual to be designated as the point of contact to receive workflow e-mail alerts from the system. The CONTRACTOR shall designate one individual as the point of contact for these workflows at the time access is requested. The point of contact can be changed upon the request from the CONTRACTOR at any time during the execution of the project. 4. The OWNER will determine the level of access to the SharePoint website that will be granted to each individual. Revised March 15, 2013 Special Provisions 00 73 00 – 6 5. The OWNER and or OWNER’s Representative shall provide SharePoint training to the CONTRACTOR(s). 6. The OWNER shall provide instruction sheets for the electronic workflows executed through the SharePoint site. 7. CONTRACTOR is required to have access to computer hardware and software that is compatible with the OWNER’s SharePoint system, capable of running automated process workflows, and supporting electronic signatures. Minimum system requirements include: a. Windows 7 or higher. b. Microsoft Internet Explorer version 8 or higher (Google Chrome preferred). c. Microsoft Office 2010 or higher. d. Latest version of Adobe Acrobat (at a minimum Reader, Standard or Professional for editing). e. Broadband internet connection. f. Open access to https://slcut.sharepoint.com 8. CONTRACTOR shall verify current system requirements at start of contract and may need to adjust requirements during the contract period to accommodate upgrades or changes to the SLCDPU’s system. END OF SECTION Revised August 2020 Modifications to the General Conditions 00 73 10 - 1 DOCUMENT 00 73 10 MODIFICATIONS TO THE GENERAL CONDITIONS (Supplementary Conditions) This document changes provisions specified in the General Conditions (Document 00 72 00) in the Manual of Standard Specifications published by the Utah Chapter of the American Public Works Association. Add the following paragraphs to Article 2.2 2.2 COPIES OF DOCUMENTS B. OWNER shall not furnish to CONTRACTOR published Contract Documents that include the current edition of the Manual of Standard Plans and the Manual of Standard Specifications. The CONTRACTOR shall purchase such documents separately. C. Copies of all Contract Documents including the current edition of the Manual of Standard Plans and the Manual of Standard Specifications shall be provided on site by the CONTRACTOR. Modify paragraph 2.5C 2.5 BEFORE STARTING CONSTRUCTION C. Field Office: An on-site field office is not required however, CONTRACTOR shall provide and maintain a telephone in the field during performance of the Work such that ENGINEER may always contact CONTRACTOR for transmittal of Plans and instructions and, for dissemination of project information. Modify Article 5.1 5.1 PERFORMANCE, PAYMENT AND OTHER BONDS A. Before OWNER executes the Agreement, CONTRACTOR shall file with OWNER a good and sufficient Performance Bond (using OWNER’s Document 00 61 13) and a Payment Bond (using OWNER’s Document 00 61 14), each in the sum of not less than 100 percent of the Contract Price. B. The Bonds shall be executed by CONTRACTOR and issued by a company duly and regularly authorized to do a general surety business in the State of Utah and either (i) named in the current U.S. Treasury Department's listing of approved sureties (Department Circular 570) (as amended), or (ii) with a current "A-" rating and a financial size category rating of at least a “VII” or better in A.M. Best Co., Inc.’s Best Insurance Reports, Property and Casualty Edition. C. The Performance Bond shall guarantee the faithful performance of the Construction Contract by CONTRACTOR and the Payment Bond shall guarantee the payment of labor and materials. The Bonds shall inure by their terms to the benefit of OWNER. Neither Revised August 2020 Modifications to the General Conditions 00 73 10 - 2 this nor any other provision requiring a Performance Bond shall be construed to create any rights in any third party Claimant as against OWNER for performance of the Work under the Construction Contract. D. If the surety on any Bond furnished by CONTRACTOR is subject to any proceeding under the Bankruptcy Code (Title 11, United States Code) or becomes insolvent or its right to do business is terminated in the State of Utah or it ceases to meet the requirements of this Article, CONTRACTOR shall, within 15 days thereafter, substitute another Bond and surety, both of which must be acceptable to OWNER. Modify Article 5.2 5.2 INSURANCE A. In General: 1. Any insurance coverage required herein that is written on a “claims made” form rather than on an “occurrence” form shall (i) provide full prior acts coverage or have a retroactive date effective before the date of the Agreement, and (ii) be maintained for a period of at least three (3) years following the end of the term of the Agreement or contain a comparable “extended discovery” clause. Evidence of current extended discovery coverage and the purchase options available upon policy termination shall be provided to OWNER. 2. All policies of insurance shall be issued by insurance companies licensed to do business in the state of Utah and either: a. Currently rated A- or better by A.M. Best Company; -OR- b. Listed in the United States Treasury Department’s current Listing of Approved Sureties (Department Circular 570), as amended. 3. CONTRACTOR shall furnish certificates of insurance, acceptable to OWNER, verifying the foregoing matters concurrent with the execution hereof and thereafter as required. 4. In the event any work is subcontracted, CONTRACTOR shall require its subcontractor, at no cost to OWNER, to secure and maintain all minimum insurance coverages required of CONTRACTOR hereunder. a. This project involves the creation of following elements of work that require the stamp of a professional engineer 1) pre-cast valve vault, and 2) pre- cast drain vault. CONTRACTOR shall obtain and submit to OWNER insurance certificates evidencing that the subcontractor or supplier has professional liability insurance coverage meeting the requirements in the Agreement and the limits identified in Article 5.2 B.5. Revised August 2020 Modifications to the General Conditions 00 73 10 - 3 5. All required certificates and policies shall provide that coverage thereunder shall not be canceled or modified without providing, in a manner approved by the OWNER’s Attorney, 30 days prior written notice to OWNER. B. Required Insurance Policies: CONTRACTOR, at its own cost, shall secure and maintain during the term of this Agreement, including all renewal terms, the following minimum insurance coverage: 1. Worker's compensation and employer’s liability insurance sufficient to cover all of CONTRACTOR’s employees pursuant to Utah law, unless a waiver of coverage is allowed and acquired pursuant to Utah law. In the event any work is subcontracted, CONTRACTOR shall require its subcontractor(s) similarly to provide worker’s compensation insurance for all of the latter’s employees, unless a waiver of coverage is allowed and acquired pursuant to Utah law. 2. Commercial general liability (CGL) insurance with Salt Lake City Corporation as an additional insured on a primary and non-contributory basis in comparison to all other insurance including OWNER’s own policy or policies of insurance, in the minimum amount of $1,000,000 per occurrence with a $2,000,000 general aggregate and $2,000,000 products completed operations aggregate. These limits can be covered either under a CGL insurance policy alone, or a combination of a CGL insurance policy and an umbrella insurance policy and/or a CGL insurance policy and an excess insurance policy. The policy shall protect OWNER, CONTRACTOR, and any subcontractor from claims for damages for personal injury, including accidental death, and from claims for property damage that may arise from Contractor’s operations under this Agreement, whether performed by Contractor itself, any subcontractor, or anyone directly or indirectly employed by either of them. Such insurance shall provide coverage for premises operations, acts of independent contractors, products and completed operations. 3. Commercial automobile liability insurance that provides coverage for owned, hired, and non-owned automobiles used in connection with this Agreement in the minimum amount of a combined single limit of $1,000,000 or $500,000 liability per person, $1,000,000 liability per accident, and $250,000 property damage. These limits can be reached either with a commercial automobile liability insurance policy alone, or with a combination of a commercial automobile liability insurance policy and an umbrella insurance policy and/or a commercial automobile liability insurance policy and an excess insurance policy. If the policy only covers certain vehicles or types of vehicles, such as scheduled autos or only hired and non-owned autos, Contractor shall only use those vehicles that are covered by its policy in connection with any work performed under this Agreement. 4. Builder's Risk: The Project involves construction that does not require the CONTRACTOR to provide builder's risk insurance. 5. Professional liability insurance in the minimum amount of $2,000,000 per claim made with a $2,000,000 annual aggregate limit. If CONTRACTOR is not eligible to obtain such insurance, CONTRACTOR’s obligation is satisfied if a subcontractor (or supplier) provides such insurance. Revised August 2020 Modifications to the General Conditions 00 73 10 - 4 Add the following paragraphs to Article 6.7 6.7 PERMITS H. Salt Lake City Permits: In addition to any other permits required for the Work, CONTRACTOR shall obtain permits from Salt Lake City Corporation for Work on the Project. 1. OWNER-Paid Permits: CONTRACTOR shall be responsible for submitting plans, scheduling inspections and paying all costs incidental to such actions as required for any permit required by Salt Lake City Corporation. Except for construction water meter fees, the fees for these permits shall be paid by OWNER and shall not be included in CONTRACTOR's bid. The following list is not exclusive and does not relieve CONTRACTOR of the responsibility of obtaining all permits. a. From Salt Lake City Community & Neighborhoods Department, Division of Transportation, 349 South 200 East, Suite 450, Salt Lake City, Utah 84111. Phone 801-535-6630 1. Parking meter bagging and removal permit 2. Street closure permit 3. Traffic control permit 4. Any other applicable Division of Transportation imposed fee b. From Salt Lake City Department of Public Utilities, 1530 South West Temple Street, Salt Lake City, Utah 84115 1. UPDES storm drain water discharge permit for sites 1 to 5 acres 2. SLC SWPPP permit 3. SLC City Stormwater Discharge permit 4. Fugitive Dust Control as required 5. All applicable water, fire, sewer and storm drainage impact and connection fees 6. ¾ inch meter permit for new and existing drinking fountain c. From Salt Lake City Building Services and Licensing, 451 South State Street, Salt Lake City, Utah 84111. Phone 801-535-7751 1. Building, plumbing, mechanical, electrical permit (as applicable) d. The CONTRACTOR or subcontractor (whichever is doing work in the public way) shall obtain from Salt Lake City Corporation Department of Community and Neighborhoods, Engineering Division, 349 South 200 East, Suite 100, Salt Lake City, Utah 84111a permit to work in the Public Way. To obtain such permit the CONTRACTOR or subcontractor, as the case may be, shall provide or have on file a $15,000.00 bond to work in the Public Way and applicable insurance. The insurance required is the same as that required for this contract. Revised August 2020 Modifications to the General Conditions 00 73 10 - 5 2. CONTRACTOR-Paid Permits: The fees for permits not paid for by OWNER shall be included in CONTRACTOR's Bid. The following list is not exclusive and does not relieve CONTRACTOR of the responsibility of obtaining all permits: a. Construction Water Meter: If water for construction is required to be taken from fire hydrants or a new water meter, CONTRACTOR shall be solely responsible for obtaining and paying for such permits and water usage to Salt Lake City Corporation Department of Public Utilities permit office, 1530 South West Temple Street, Salt Lake City, Utah. 1. Hydrant meters require a $1,000.00 deposit ($100.00, non-refundable). A refund will be returned to CONTRACTOR by the Department of Public Utilities if the meter and equipment is returned undamaged. I. Other Permits: All other permit fees required by Salt Lake County, the State of Utah, the United States of America, and any of their agencies, or by any private utility companies, shall be paid for and obtained by CONTRACTOR and included in CONTRACTOR's Bid. The following list is not exclusive and does not relieve CONTRACTOR of the responsibility of obtaining all permits: 1. UDOT Region 2: Digging permit in a UDOT roadway right of way. 2. Private Property Owner Permit: Written permission to use private water. 3. Private Property Owner Permit: Written permission to store product, equipment, materials, and supplies outside of the Work site boundaries. 4. General Permit for Storm Water Discharge (Sites greater than 1 acres): From the State of Utah, Department of Environmental Quality, Division of Water Quality, 288 North 1460 West Street. P.O. Box 144870, Salt Lake City, Utah 84114-4879. Fee varies; contact the State for a quote. 5. Construction Dewatering/Hydrostatic Testing (CDHT) permit: From the State of Utah, Department of Environmental Quality, Division of Water Quality, 288 North 1460 West Street. P.O. Box 144870, Salt Lake City, Utah 84114-4879. Fee varies; contact the State for a quote. 6. Flood Control Permit: From Salt Lake County, Department of Public Works, Division of Flood Control, 2001 South State Street, Salt Lake City, Utah. 7. Monument Permit: From Salt Lake County Surveyor, 2001 South State Street, Salt Lake City, Utah. Fee will be at least $100.00 per monument and is based upon time of performance. Modify paragraph 6.17A and add paragraph 6.17E 6.17 INDEMNIFICATION A. Indemnification of OWNER: Subject to paragraph 6.17E below, CONTRACTOR shall indemnify, save harmless, and defend OWNER, its officers and employees, from and against all losses, claims, demands, actions, damages, costs, charges, and causes of action of every kind or character, including attorney's fees, arising out of CONTRACTOR's Revised August 2020 Modifications to the General Conditions 00 73 10 - 6 wrongful, reckless, or negligent performance hereunder. CONTRACTOR’s duty to defend OWNER shall exist regardless of whether OWNER or CONTRACTOR may ultimately be found to be liable for anyone’s negligence or other conduct. If OWNER's tender of defense, based upon this indemnity provision, is rejected by CONTRACTOR, and CONTRACTOR is later found by a court of competent jurisdiction to have been required to indemnify OWNER, then in addition to any other remedies OWNER may have, CONTRACTOR shall pay OWNER's reasonable costs, expenses, and attorney's fees incurred in proving such indemnification, defending itself, or enforcing this provision. Nothing herein shall be construed to require CONTRACTOR to indemnify the indemnitee against the indemnitee's own negligence. E. Nothing herein shall be construed to require CONTRACTOR to indemnify OWNER, ENGINEER, or their agents or employees for any damages that are caused by or result from the fault of OWNER, ENGINEER, or their agents or employees. PART 10 CHANGES IN THE WORK 10.4 CHANGE ORDERS, ALLOWANCE WORK ORDERS, AND CONSTRUCTION CHANGE DIRECTIVES A DEFINITIONS 1. Construction Change Directive is a signed directive by the Owner’s designated representative, directing a change in Work prior to a Work Order or Change Order where there is a dispute as to the terms of the Work Order or Change Order and/or there is an urgency to proceed with the change without pricing being obtained from the Contractor at the time of the directive. 2. General Allowance shall mean the funds added to the Base Contract Price for unspecified extra or additional Work that was not foreseeable at time of the bid, but that is necessary to complete the Project as originally contemplated. The General Allowance is the Base Contract Price times a defined percentage. The use of the General Allowance shall be documented by a Work Order signed by Owner’s designated representative. 3. Specific Allowances include specified items of Work generally known to be required for the Project but whose quantities and/or pricing is unknown until after the items of Work have been identified. Specific Allowances should be used only for work related to the bid items specified by the Allowance. The use of the Specific Allowances shall be documented by a Work Order signed by Owner’s designated representative. 4. Work Orders are issued with an automated workflow from the Owner’s Project Management System, Project Central, to the Contractor and shall authorize the Contractor to perform Work for payment from the General Allowance and Specific Allowance(s), if any, set forth in the Contract between the Owner and Contractor for the Project. The content of these Work Orders is made up of previously defined RFP’s, as accepted by the Owner’s designated representative (as defined in Section 01 26 00 of APWA Standard Specifications). B PROCESS Revised August 2020 Modifications to the General Conditions 00 73 10 - 7 1. Work Orders a. Changes in the Work may be accomplished after execution of the Contract, and without invalidating the Contract and without notice to any surety, by Change Orders, Allowance Work Orders (both General Allowance and Specific Allowance) and Construction Change Directives. The Contract Sum and the Final Completion Date shall be adjusted accordingly, per Contract terms. b. Except for emergencies, a Work Order authorizing payment from the General Allowance or the Specific Allowance requires prior authorization from the Owner’s designated representative before starting the work. Work Orders are issued with an automated workflow from the Owner’s Project Management System, Project Central, to the Contractor. c. Work Order or Change Order signed by Contractor with no extension of time shall exclusively establish Contractor’s contract that there shall be no time extension in connection with that Work Order or Change Order Contractor acknowledges that any attempt to preserve a future request for a time extension due to the performance of any Work associated with a Work Order or Change Order or the cumulative effects of multiple Work Orders or Change Orders is ineffective and has no force or effect pursuant to this Contract. Except for emergencies, changes to the Final Completion Date may be made only by a signed Change Order signed by the Owner’s designated representative. Additional time associated with a General Allowance Work Order or a Specific Allowance Work Order must be processed with a change order. d. Work Orders and Change Orders shall use the Request for Proposal (RFP) automated workflow from the Owner’s Project Central system, specified by Owner and may be initiated by either party as follows: e. Contractor may initiate the process by submitting a proposal, using the automated workflow, to the Owner which shall fully describe the changes sought, the reasons for the changes, and the impact, if any, on the contract Final Completion Date or Contract Sum. If the Final Completion Date will be impacted by the proposed change, Contractor shall submit a schedule highlighting the anticipated impact resulting from the proposed change. If Contractor is seeking additional payment from the General Allowance, a Specific Allowance, a Bid Item Number that comprises Contractor’s Base Contract Price, or the Contract Sum, it shall submit a price proposal which identifies the basis and the net change for this proposal. Contractor shall also advise the Owner in writing the results of Contractor’s technical evaluation of the proposed change stating any undesirable consequences then known or reasonably foreseeable to Contractor. The Owner shall promptly respond to the proposal, within ten (10) calendar days, after reviewing the submitted material and shall either timely process the Work Order or Change Order or request additional information, clarifications or corrections until the Work Order or Change Order has been agreed upon by both Owner and Contractor. Revised August 2020 Modifications to the General Conditions 00 73 10 - 8 f. The Owner may initiate the process, with consultation from the Engineer, by submitting a request with an automated workflow to Contractor describing the change in sufficient detail to permit evaluation and Contractor shall promptly respond (within ten (10) Calendar Days) by submitting a price and time proposal to Owner. At the same time, Contractor shall also advise the Owner of Contractor’s technical evaluation of the requested change stating any undesirable consequences then known or reasonably foreseeable to Contractor. Contractor shall indicate the potential severity of impact and effect to the Contractor’s schedule, Base Contract Price or Contract Sum at the time the request is initially made. g. Any time during the Work Order or Change Order process, the Owner may elect to issue a Construction Change Directive requiring Contractor to immediately carry out the Work as defined in the Construction Change Directive or may cancel the proposed Work Order or Change Order. The Owner shall not be liable for any costs incurred by Contractor for proceeding with the contemplated Work Order or Change Order in anticipation of an approved Work Order or Change Order from the Owner’s designated representative. h. After the Owner’s approval has been obtained, the Work Order or Change Order will be prepared by the Owner for execution by the parties. The documents shall be transmitted to Contractor for signature signifying acceptance through the automated workflow from the owner’s Project Central system. The documents will be similarly signed by the Owner. The acceptance of a Work Order or Change Order constitutes a mutual contract with respect to all extensions of time and all direct or indirect costs related to the Work Order or Change Order. 2. Construction Change Directives a. A Construction Change Directive is a signed directive by the Owner, directing a change in Work prior to an authorized Work Order or Change Order where there is a dispute as to the terms of the Work Order or Change Order or agreement on the pricing has not been reached for the Work associated with the Work Order or Change Order. A Construction Change Directive shall be signed, using an Automated Workflow from the owner’s Project Central system, by Owner’s designated representative. b. An adjustment to the cost of the Work resulting from a Construction Change Directive shall be documented with an RFP and once accepted by the Owner’s designated representative, authorized in a specific allowance work order, general allowance work order, or change order. c. All Construction Change Directives shall be signed first by the Owner’s designated representative(s) followed by the Contractor, respectively. d. Upon receipt of a Construction Change Directive signed by Owner, Contractor shall promptly proceed with the Work provided in the Construction Change Directive. The Contractor will acknowledge and accept the work issued with an automated workflow within ten (10) calendar day. The Contractor shall promptly Revised August 2020 Modifications to the General Conditions 00 73 10 - 9 advise the Owner of disagreement with the method, if any, within ten (10 calendar days. e. A Construction Change Directive acknowledged and accepted by Contractor indicates the adherence of Contractor to its terms. Such contract shall be effective immediately and shall be subsequently defined by an RFP which is authorized by a Specific Allowance Work Order or General Allowance Work Order signed by Owner’s designated representative authorizing payment or a signed Change Order by Owner’s designated representative(s). f. Except as otherwise agreed by the Owner and Contractor, the method and the adjustment shall be initially determined by the Owner based on reasonable expenditures and savings of those performing the Work attributable to the Work Order or Change Order, including expenditures for design services and revisions to the Contract Documents. If the Contractor does not respond within ten (10) calendar days or disagrees with the method for adjustment, Contractor shall keep and present, in such form as Owner may prescribe, an itemized accounting together with appropriate supporting data to substantiate the accounting to the reasonable satisfaction of Owner. g. When the Owner and Contractor, subsequent to the issuance of a Construction Change Directive, agree concerning the adjustments to the Work, the Construction Change Directive shall be effective immediately and subsequently documented by an RFP and is authorized by the preparation and execution of an appropriate signed Specific Allowance Work Order or General Allowance Work Order by the Owner’s designated representative, or a Change Order signed by Owner’s designated representative. Modify paragraph 13.3C.3 13.3 TESTS AND INSPECTIONS C. Costs of Inspections Assessable to: 3. The cost of all inspections, tests, and approvals in addition to the above that are required by the Contract Documents shall be paid by CONTRACTOR. Modify paragraph 13.6A 13.6 CORRECTION OR REMOVAL OF DEFECTIVE WORK BY CONTRACTOR A. In addition to CONTRACTOR’s obligations under Article 6.16, if required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all Defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with non-Defective Work. No rejected material, the defects of which have been subsequently corrected, shall be used in the Work unless approval in writing has been given by ENGINEER. CONTRACTOR shall bear all direct, indirect, and consequential costs of such correction or removal (including but not limited to fees and charges of OWNER, engineers, architects, and other professionals) made necessary thereby. Revised August 2020 Modifications to the General Conditions 00 73 10 - 10 Modify paragraph 13.7A 13.7 CORRECTION PERIOD A. In addition to CONTRACTOR’s obligations under Article 6.16, if any portion of the Work is found to be defective within one year after the date of Substantial Completion, CONTRACTOR shall correct it or replace it with non-Defective Work. The one year correction period may be superseded by such longer period of time as prescribed in the Contract Documents or by special guarantee terms required by the Contract Documents. Add the following paragraph to Article 13.7 13.7 CORRECTION PERIOD E. Nothing contained in this Article 13.7 shall be construed to establish a period of limitation with respect to other obligations CONTRACTOR has under the Contract Documents, including Article 6.16. Establishment of the one year period for correction of Work as described in this Article 13.7 relates only to the specific obligation of CONTRACTOR to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be enforced, nor the time within which proceedings may be commenced to establish CONTRACTOR’S liability with respect to CONTRACTOR’s obligations other than specifically to correct the Work. Such times include the applicable statute of limitations or statute of repose, which may be longer than one year. Modify Article 14.5 14.5 SUBSTANTIAL COMPLETION A. CONTRACTOR to Certify Work is Substantially Complete: When CONTRACTOR considers the Work (or portion thereof) ready for its intended use, CONTRACTOR shall certify using the electronic workflow from SLCDPU’s Project Central from the corresponding project site to ENGINEER that the Work (or portion thereof) has been completed in accordance with the Contract Documents. Contractor shall include in such written certification a list of any items not finished. The following must be accomplished to achieve Substantial Completion: i. All systems and parts are tied-in/commissioned; critical equipment inspected and functioning normally ii. All applicable O&M Manuals have been provided and required Owner training on equipment and systems have been completed iii. All applicable required safety and security deliverables have been completed iv. Updated operating maps and diagrams including redlines, and all other applicable required operational updates have been received by Owner v. Punchlist developed and issued Revised August 2020 Modifications to the General Conditions 00 73 10 - 11 B. ENGINEER to Review CONTRACTOR’s Certification: Within five (5) Days after ENGINEER receives CONTRACTOR certification and list of Work items not finished (punchlist), ENGINEER will issue notice via the electronic workflow agreeing the Work is Substantially Complete or via email stating reasons why the Work is not Substantially Complete. C. Prior to CONTRACTOR submitting their certification of Substantial Completion, ENGINEER shall conduct site walk with the CONTRACTOR. During the site walk, the punchlist items will be identified, and shortly thereafter the ENGINEER will issue the punchlist to the CONTRACTOR. D. OWNER’s Rights: OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but owner shall allow CONTRACTOR reasonable access to complete or correct items on the Punch List. Add the following Articles to Part 16 PART 16 DISPUTE RESOLUTION 16.2 GENERAL A. Unless a decision is held by an appropriate court of law to have been procured by fraud or to be arbitrary and capricious or so grossly erroneous as necessarily to imply bad faith, any factual decision made under this dispute resolution procedure shall be final and binding in any suit or action arising under the Construction Contract, including any actions by CONTRACTOR or others against OWNER or any of OWNER's agents, consultants, or employees. B. Compliance by CONTRACTOR with provisions of this Part shall be a condition precedent to any legal action by CONTRACTOR or any of CONTRACTOR's Subcontractors and Suppliers against OWNER or any of OWNER's agents, consultants, or employees. C. The provisions of this Part shall not preclude or limit judicial review of issues of law. D. Ambiguities in or between Contract Documents shall be construed in favor of the OWNER. 16.3 DISPUTES NOT RELATED TO THE GUARANTEE OF THE WORK A. Any dispute arising under the Construction Contract concerning a question of fact, not related to the guarantee of the Work (Article 13.1 of the General Conditions (Document 00 72 00)), that is not disposed of by Contract Modification shall be decided pursuant to the following procedure. 1. Any decision by ENGINEER interpreting the requirements of the Contract Documents may be appealed in writing to the ENGINEER. The ENGINEER's decision, regarding that appeal shall be reduced to writing and a copy shall be mailed or otherwise furnished to CONTRACTOR within 10 days. The decision of ENGINEER shall be final and conclusive unless, within 30 days after the date of receipt of such copy, Revised August 2020 Modifications to the General Conditions 00 73 10 - 12 CONTRACTOR mails or otherwise furnishes to ENGINEER a written appeal to the head of OWNER's department responsible for constructing the project. 2. Within 15 days from the receipt of any such appeal, the department head shall issue a decision in writing and mail or otherwise furnish a copy thereof to CONTRACTOR. The decision of the department head shall be final and conclusive unless, within 15 days from the date of receipt of such decision, the CONTRACTOR mails or otherwise furnishes to the department head a written appeal to OWNER’s Committee. 3. The Dispute Committee shall consist of three persons selected by the department head who are knowledgeable about the Work. 4. OWNER and CONTRACTOR shall each have the opportunity to fully present its case to the Dispute Committee before the Dispute Committee’s deliberation. The Dispute Committee may request any other materials or written memoranda necessary to consider the issues, and may schedule other proceedings as necessary. 5. The decision of the Dispute Committee shall be rendered in writing within 15 days after the Dispute Committee’s final hearing of the issue and receipt of any supplemental material requested by the Dispute Committee. The decision shall be mailed or otherwise delivered to CONTRACTOR. 6. The decision of the Dispute Committee shall be the final binding interpretation of the facts that are the subject of the appeal. 16.4 DISPUTES RELATED TO THE GUARANTEE A. Except as otherwise provided by Contract Modification, any dispute concerning a question of fact involving or arising out of the guarantee required by the Contract Documents (Article 13.1 of the General Conditions (Document 00 72 00)), that is not disposed of by Contract Modification, shall be decided pursuant to the provisions of Paragraph 16.3 above, except that the initial factual decision shall be issued in writing by the ENGINEER, together with the department head. B. Any appeal therefrom shall be made within 15 days directly to the Dispute Committee where such disputes shall be governed by provisions in sub-paragraphs 3 to 6 in paragraph 16.3A above. 16.5 WORK DURING APPEAL A. Notwithstanding the pendency of any protest or appeal provided above, CONTRACTOR shall, if so ordered by ENGINEER, proceed with the Work under the Contract Documents according to ENGINEER's direction and according to the decision on any appeal. The existence of a claim or protest shall not excuse CONTRACTOR from the requirements of the Contract Documents, including, but not limited to, the Contract Time. 16.6 APPEALS OF TERMINATION OR SUSPENSION A. Any decision of OWNER to terminate or suspend the Work shall not be subject to the provisions of this Part. END OF DOCUMENT Revised March 15, 2013 Modifications to APWA Standard Plans 00 73 15 - 1 SECTION 00 73 15 MODIFICATIONS TO APWA STANDARD PLANS (Supplementary Conditions) PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. This Document specifies changes to the Standard Plans published by the Utah Chapter of the American Public Works Association. Not all of these modifications will apply to the Work. CONTRACTOR is to apply the appropriate modification to the appropriate Standard Plan. 1.2 CHANGES A. Modify the standard plans as follows. Table 1 – WATER APWA Standard Plan No. Description Modification 381 Trench backfill Refer to Salt Lake City Public Utility (SLCPU) - Standard Practice #1. Maximum depth for magnetic marking tape is 18 inches. 382 Pipe zone backfill Refer to SLCPU – Standard Practice #1 and notes given in Table 3 – Storm Drain. 502 27” frame & cover Use smooth surface “waffle” pattern class 35 lid. 511 Fire hydrant · Move the auxiliary valve to connect to the fitting at the fire hydrant. · If the pipe connecting to the main is greater than 16 feet, a second shutoff valve is required at the main. 521 3/4” & 1” meter No material is to be backfilled inside meter box. 522-529 Various sized meters See SLCPU standard drawings for Contractor checklist. 543 Not used 551 3/4” & 1” service taps · Depth of service line is 48” minimum. · Tap will be at 10 or 2 o’clock position. 552 1-1/2” & 2” service taps · B - 2-piece cast iron valve box with lid is required. · H – Type K–soft copper. 572 Detector check valve · Fitting D will be MJ x flange · The extra gate valve located in the vault on the same side as the main supply pipeline is not required. 574 Cover collar Concrete supports required under traffic box. 575 Air release valve Not used – refer to SLCPU drawing. Use PVC piping above air released valve Table 2 - SANITARY SEWER Standard Plan No. Description Modification 381 Trench backfill Refer to SLCPU - Standard Practice #1. 382 Pipe zone backfill Refer to SLCPU - Standard Practice #1 and notes given in Table 3 – Storm Drain. 402 30” frame & cover · Use smooth surface “waffle” pattern class 35 lid. · Low profile (1”) rings are not allowed. 411 Manhole · 5-foot minimum manhole diameter required. · Eccentric manhole cones are not allowed. · Lateral connections directly to the manhole are not allowed. Revised March 15, 2013 Modifications to APWA Standard Plans 00 73 15 - 2 · Ramneck manhole section joint sealant and concrete grouting of manhole section joints is required. · On precast manhole bases provide base with neoprene or rubber coupling system and stainless steel clamps 412 Invert cover · 2”x4” bracing only required at manholes with pipe entering above the mainline flowline. · Normal manholes will have the invert cover supported by the manhole “shelf”. 431 Sewer lateral connection · Prior Public Utilities approval and permit required for all lateral installations. · Salt Lake City will provide and install wye. · 24-hour notice required. · Stainless steel straps required. 432 Sewer lateral relocation · Note 2- Salt Lake City will provide & install wye. · Material under bottom of obstruction will be loosely compacted ¾”minus well graded granular material or sand. Flowable fill not allowed. 433 Pipe drop Alternate 2- not used unless approved in writing by Public Utilities Chief Engineer. Table 3 - STORM DRAIN Standard Plan No. Description Modification 302 30” frame & cover Use smooth surface “waffle” pattern class 35 lid. 303 44” frame & cover Use smooth surface “waffle” pattern class 35 lid. 310 48” grate & frame Not used 315 Catch basin Note: CONTRACTOR to make back wall of box behind curb face opening as detailed. 316 Catch basin Not used 320 Debris grate inlet Not used 321 Automatic flap gate Modify to include a clean-out box and lid over the flap gate. 361 Concrete grade rings minimum height 6-1/2” 381 Trench backfill Refer to SLCPU - Standard Practice #1. 382 Pipe zone backfill Refer to SLCPU - Standard Practice #1 · Pipe zone material will be ¾” minus material. An exception may be granted for concrete pipe being installed below the water table. In these cases, the fill material below the pipe springline may be 2 inches minus sewer rock when approved in advance by the Chief Engineer. Sewer rock is not allowed with PVC and HDPE-N12 pipe. · In all cases, backfill in the pipe zone above springline of pipe will be Grade ¾” minus material . · The thickness of Type B – haunch material will be 6 inches below the outside diameter of the pipe. PART 2 PRODUCT Not Used PART 3 EXECUTION Not Used END OF SECTION Revised March 15, 2013 Requirements of the Department of Public Utilities 00 73 50 - 1 DOCUMENT 00 73 50 REQUIREMENTS OF THE DEPARTMENT OF PUBLIC UTILITIES (Supplementary Conditions) PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Procedures for water line and sewer line construction. 1.2 RELATED WORK A. Salt Lake City Department of Public Utilities has published a document entitled Standard Practices for Salt Lake City Public Utilities (most current edition). The document is available from 1805 West 500 South, Salt Lake City, Utah 84104. In that publication there is a list of standard practices that apply to contractors. 1. The standard practices are as follows a. Trench Backfill Requirements (No. 1). b. Jordan and Salt Lake Canal Standards (No. 3). c. Flushing and De-chlorination (No. 4). d. Cable Installations (No. 8). e. Water Service Kills (No. 9). f. Commissioning Waterlines (No. 12). g. Commissioning Large Service and Fire Lines (No. 13). h. Hydrostatic Testing of Water Lines (No. 14). i. Tree Pruning and Root Cutting (No. 15). j. Raising Manholes, Cleanout and Water Valve Boxes (No. 16). k. Standard Fire Hydrant Colors (No. 17). l. Disinfection Large Water Connections (No. 18). m. Waterline Installation in Hydrocarbon Contaminated Areas (No. 19). 2. Use the appropriate standard practice when doing work on sewer, water, and storm drain facilities that are owned by the City Department of Public Utilities. 1.3 SUBMITTALS A. Prior to final payment, submit. 1. All Contract Documents as required by Article 6.11 of Document 00 72 00 in the Manual of Standard Specifications. 2. Water Service Work Performance Form. Use form at the end of this document. Revised March 15, 2013 Requirements of the Department of Public Utilities 00 73 50 - 2 PART 2 CHANGES TO THE APWA SPECIFICATIONS 2.1 SECTION 33 08 00 - COMMISSIONING OF WATER UTILITIES. A. Add a new paragraph to Article 1.2 1.2 REFERENCES C. AWWA C600, C602, and C606. 2.2 SECTION 33 08 00 – COMMISSIONING OF WATER UTILITIES. A. Replace Article 3.6 with the following. 3.6 PRESSURE TEST AND DISINFECTION A. Prevent contamination from entering the line during storage, construction, or repairs. For new construction, keep a plug on the end of the pipe except for installing the next section of pipe. B. Disinfect the line by placing granular or tablet chlorine (10 to 25 mg/l concentration for 24 hours) in the line during installation and filling the line with water. C. De-chlorinate the line or dispose of chlorinated water in an acceptable manner and flush the line (see Standard practice No. 4 and the following paragraphs. D. Provide air release taps at pipeline’s highest elevations and expel all air before test. Insert permanent plugs or air relief valves after test has been completed. E. Complete a hydrostatic test of the line according to AWWA for the type of pipe used (i.e. for ductile iron pipe; AWWA C600, PVC pipe AWWA C605). This will include connecting any external pump to the pipe and applying a hydrostatic pressure as established for the work by the Chief Engineer. This will be at least 200 psi at the lowest point of the line. This pressure will be maintained within 5 psi for two hours (2 hrs.) and the amount of makeup water will be measured. The amount of makeup water must be less than 1.5 gallons and 2.2 gallons per 1,000 feet of pipe for eight inch (8”) and 12 inch (12”) pipe respectively. No piping installation will be accepted until the leakage is less than the amount listed above. F. Locate and repair defective joints and retest until leakage rate is less than allowable. G. Repair any noticeable leakage even if the total leakage is less than allowable. H. Flush after hydrostatic test and let the line sit for at least 16 hours before collecting a water sample. I. A representative of the Chief Engineer will collect and deliver a water sample to the City laboratory. J. Earliest test results may be available the next day. K. If the test passes, a second sample will be collected by the City representative and delivered to the City laboratory. L. If the first sample is bad, then the line will be flushed and allowed to sit in chlorinated state for 16 hours before another sample is collected. Revised March 15, 2013 Requirements of the Department of Public Utilities 00 73 50 - 3 M. When two (2) acceptable samples have been obtained, the line is acceptable and services can be connected. 2.3 SECTION 33 11 00 – WATER DISTRIBUTION AND TRANSMISSION. A. Add a new paragraph to Article 2.1 2.1 PIPES AND FITTINGS E. Provide Chevron fm #1 non-oxide grease and 8 mil polyethylene wrap. B. Add a new paragraph to Article 3.4 3.4 INSTALLATION – PIPE AND FITTINGS I. Coat all exposed nuts and bolts with Chevron fm #1 non-oxide grease and 8 mil polyethylene wrap. 2.4 SECTION 33 13 00 – DISINFECTION. A. Add a new paragraph to Article 3.2 3.2 DISINFECTION OF WATER LINES H. Refer to Article 3.6 of Section 33 08 00 – Commissioning of Water utilities as amended in Section 00 73 50. END OF DOCUMENT WATER SERVICE WORK PERFORMANCE FORM Department of Public Utilities Salt Lake City, Utah 1 EX SERVICE COUNT Se r v i c e I n f o r m a t i o n 97 4 2 9 2 9 97 8 0 7 8 6 GIS FACILITY ID 63 5 N Bo n n e v i l l e Bl v d 80 0 V A N WI N K L E EX P W Y PROPERTY ADDRESS LW N No r m TYPE 27 + 5 7 . 0 0 50 + 5 2 . 8 9 PROJECT STATION 2" 2" SERVICE SIZE - CP R NEW PIPE MATERIAL C- 2 0 5 DT - 0 2 DRAWING SHEET S S STREET SIDE (SHORT/LONG) Y REPLACED (Y/N) Co n s t r u c t i o n F i e l d V e r i f i c a t i o n ( I n s p e c t o r / C o n t r a c t or t o Co m p l e t e ) N RECONNECTED (Y/N) N SERVICE OR METER MOVED (Y/N) N/ A NEW METER SIZE (IF APPLICABLE) N YOKE REPLACED (Y/N) GA L V PRIVATE SIDE MATERIAL CP R CITY SIDE MATERIAL N LEAD SERVICE LINE OBSERVED (Y/N) Y LEAD SERVICE LINE REMOVED (Y/N) Y LEAD CONNECTOR OBSERVED (Y/N) Y LEAD CONNECTOR REMOVED (Y/N) I CONNECTON WITNESSED BY: (Contractor, Inspector) le a d go o s e n e ck re m o v e d NOTES Revised June 1, 2015 Addenda 00 91 13 - 1 DOCUMENT 00 91 13 ADDENDA PART 1 GENERAL 1.1 PROCEDURE A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. B. All official Addenda and Modifications will be labeled, DOCUMENT 00 91 13.X, ADDENDUM NO. X Any other document will not be considered as an Addendum for purposes of acknowledgement. END OF DOCUMENT Revised June 1, 2015 Addenda 00 91 13 - 2 [This page was intentionally left blank.] Revised April 30, 2015 Summary of Work 01 11 00 - 1 SECTION 01 11 00 SUMMARY OF WORK PART 1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this Construction Contract comprises of but is not limited to the trenchless rehabilitation of the existing 12-inch diameter “Bonneville Boulevard” potable water pipe, including complete flexible fabric reinforced pipe rehabilitation from the locations indicated on the plans, replace 2 existing fire hydrants and reconnect one existing 2-inch water service, install (2) 3-inch air relief valves inside new manholes, install a precast valve vault with precast drain box with a discharge into City Creek, including all related work for installation as shown in the drawings and contract documents. The work to be performed consists of furnishing and installing the equipment, facilities, services, and appurtenances indicated in the Contract Documents. The location of the work is: Across the mouth of City Creek Canyon and centered at approximately 690 N Canyon Road, SLC, UT 84103. One pit will be located at approximately 698 N East Capitol Boulevard, and the other pit will be located at approximately 351 E Red Brick Court. B. The construction contract for this water main is being administered by Salt Lake City and these water mains and all appurtenances are subject to Salt Lake City Standards. All water shut downs shall be coordinated through Salt Lake City Department of Public Utilities. Trench backfill and surface restoration will be subject to the standards of the Salt Lake City and the CONTRACTOR shall obtain the required permits to conduct operation within those right-of-way. 1.2 CONTRACT METHOD A. Construct the Work under a single unit price contract. 1.3 COORDINATION WITH PROPERTY OWNERS – PUBLIC RELATIONS PLAN A. Maintaining good public relations with property owners and residents that use the streets affected by construction is an important component of this project. In order to maintain good public relations the CONTRACTOR shall prepare and employ a public relations plan. A written copy of the plan shall be prepared and presented to the OWNER for approval at the pre-construction conference and shall address the following minimum requirements. 1. The CONTRACTOR shall provide a Public Relations Supervisor. The Public Relations Supervisor shall be responsible for interfacing with the public throughout the project and resolving complaints and concerns of property owners adjacent to the work. The name and resume of the proposed Public Relations Supervisor shall be presented to the ENGINEER at the pre-construction conference for approval. The Public Relations Supervisor shall: a. have a 24-hour access phone number to respond to complaints. Revised April 30, 2015 Summary of Work 01 11 00 - 2 b. have the authority to direct the work as required to resolve concerns and complaints; c. provide an updated progress schedule to the ENGINEER on a weekly basis; d. ensure all notification to adjacent property owners are made as described in the contract documents; e. within 60 minutes of being notified, contact any property owners who have called with complaints or expressed concerns; f. resolve all complaints and expressed concerns within 24 hours; g. follow-up with individuals or entities making complaints 24 hours after resolution to ensure satisfactory results are obtained; h. document all complaints in a public relations log, including name, address and contact information of individual or entity, date and time of initial notification, nature of complaint, actions taken to resolve the complaint, date and time of complaint resolution, and date and time of follow-up actions; and i. provide a weekly copy of the public relations log to the ENGINEER of all complaints and actions taken to resolve them; j. be listed with name and phone number on all project flyers, notifications, and project signs. 2. The CONTRACTOR shall provide a professionally prepared, movable temporary project sign as outlined in Section 01 58 00, Project Identification and Signs at the work location of the project. 1.4 WORK SEQUENCE A. Work sequences are defined in Section 01 14 40. 1.5 PROJECT MEETINGS A. Preconstruction Conference: 1. Prior to the commencement of WORK at the site, a preconstruction conference will be held at a mutually agreed time and place and shall be attended by the CONTRACTOR’s Project Manager, its Superintendent, and its Subcontractor as the CONTRACTOR deems appropriate. Other attendees will be: ENGINEER, representative of the OWNER, others as requested by CONRACTOR, OWNER, or ENGINEER. 2. The purpose of the preconstruction is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The complete agenda will be furnished to the CONTRACTOR at the meeting. B. Progress Meetings: l. The OWNER shall schedule and hold regular on-site progress meetings weekly, or as needed, and at other times as requested by CONTRACTOR or as required by progress of the WORK. The CONTRACTOR, ENGINEER, and all Subcontractors active on the site must attend each meeting. CONTRACTOR can request attendance by supplier and manufacturer representatives and other Subcontractors at his discretion. 2. The OWNER shall preside at the meetings and will arrange for keeping and distributing Revised April 30, 2015 Summary of Work 01 11 00 - 3 the meeting minutes. The purpose of the meetings will be to review the progress of the WORK, maintain coordination efforts, discuss changes in scheduling, discuss and resolve issue that may impact work progress and schedule, and resolve any other problems that may develop. During each meeting the CONTRACTOR is required to present any issues that may impact his work with a view to resolve these issues expeditiously. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION Revised April 30, 2015 Summary of Work 01 11 00 - 4 [This page was intentionally left blank.] Construction and Schedule Constraints 01 14 40 - 1 SECTION 01 14 40 CONSTRUCTION AND SCHEDULE CONSTRAINTS PART 1 GENERAL 1.1 SUMMARY A. Schedule, sequence, and perform the Work in a manner, which minimizes disruption to the public and to the operation and maintenance of existing facilities. B. Allow for construction and schedule constraints in preparing the construction schedules required under Section 01 32 17 – Baseline and Progress Schedules. The schedules shall include al the activities necessary to satisfy all constraints included and references in the Contract Documents. 1.2 PROPERTY USE A. North Canyon Road is a gated road that can only be accessed from Bonneville Boulevard through a locked gate. Contractor shall coordinate with SLCDPU for road access. Contractor shall bring a combination lock that will be daisy chained into the gate lock. Contractor shall provide the combination to the lock to SLCDPU Distribution Supervisors Sean Lee and Steve Wiley. Gate needs to be secured during work and at the end of the working day. B. Maintain 24/7 safe, continuous vehicle access on North Canyon Road for SLCDPU maintenance and operation staff. C. The east end of the project is located within the Capitol Park Condominium Association. Any traffic control or detours planned for the roadways within the Association’s property shall be approved by the Association. 1.3 COORDINATION WITH OTHER CONSTRUCTION A. Be responsible for coordinating the Work depicted in the Contract Documents with Owner, Engineer, and all other contractors or suppliers working at, or near the Project Site in accordance with the General Conditions and Supplementary General Conditions. B. There will be ongoing construction at the SLCDPU City Creek Water Treatment Plant (CCWTP). The access to the treatment plant is City Creek Canyon Road, which is only accessible off Bonneville Boulevard. Construction vehicles for the CCWTP project will be using Bonneville Blvd during construction. A traffic control plan for the CCWTP project has been approved by SLC Transportation Department and can be found at: https://www.keepitpurecitycreek.com/construction-impacts Construction and Schedule Constraints 01 14 40 - 2 CONTRACTOR shall work with SLCDPU, SLC Transportation Department, and CCWTP project team and contractor to establish a traffic control plan that allows for: 1. 24/7/365 safe, continuous vehicle access to CCWTP for plant operators via Bonneville Blvd. There is a shift change at 6:00 a.m. and 6:00 p.m. during normal operating hours. 2. 24/7/365 safe, continuous vehicle access to the salt storage building for SLC Streets staff and snow removal vehicles via Bonneville Blvd. 3. 24/7/365 safe, continuous vehicle access for emergency vehicles on Bonneville Blvd. 4. Safe, continuous CCWTP construction vehicle access via the approved traffic control plan on the west leg of Bonneville Blvd during their standard working hours. CCWTP construction vehicle access to City Creek Canyon road cannot be re-routed and must be maintained on the west leg of Bonneville Blvd. CCWTP construction will perform all flagging for their traffic control plan. The standard CCWTP construction working hours are 6:00 a.m. to 6:00 p.m, Monday through Friday. Exceptions to these working hours may be made during the course of the CCWTP project. For bidding purposes, assume the CCWTP traffic control plan cannot change during normal working hours when CONTRACTOR is working on west side. This may require nighttime or weekend work when the CONTRACTOR is working on the west side. The CCWTP construction project will be performing demo work and large vehicles will be driving on the west leg of Bonneville Blvd. During the time period where the CONTRACTOR is working within the CCWTP traffic control plan, CONTRACTOR shall maintain a safe, drivable surface capable of supporting a loaded dump truck, estimated at 50k – 55k pounds. 5. Maintaining pedestrian and bicycle traffic on the Bonneville Blvd roadway between 11th Ave and City Creek Canyon Road. This includes the time period during which the CONTRACTOR is working on the east leg of Bonneville Blvd (~STA 28+00). 6. Maintaining pedestrian and bicycle traffic on the Bonneville Blvd roadway between East Capitol Blvd and City Creek Canyon Road. This includes the time period during which the CONTRACTOR is working on the west leg of Bonneville Blvd (~STA 20+20). 7. CONTRACTOR shall be responsible to provide all traffic control devices for this project. Construction coordination with other projects to gain site access shall not be made the basis of any claim for delay or damage, except as provided for in the General Conditions and Supplementary General Conditions. Construction and Schedule Constraints 01 14 40 - 3 1.4 SCHEDULE CONSTRAINTS A. Substantial Completion no later than November 29, 2024. B. Final Completion no later than December 13, 2024. C. The “Bonneville Blvd” water line can be shut down for a maximum of 28 calendar days. This duration includes the initial water line draining, construction, testing, and commissioning. D. Water line is available for shutdown between October 14, 2024, and December 13, 2024. Line must be in service by December 13, 2024. E. A 15-day notice is required to the OWNER prior to water line shutdown, and another notification is to be given within 72-hours of the water line shutdown. END OF SECTION Construction and Schedule Constraints 01 14 40 - 4 [This page was intentionally left blank.] Coordination 01 31 13 - 1 SECTION 01 31 13 COORDINATION This specification changes a portion of APWA Standard Specification Section 01 31 13. All other provisions of the Section remain in full force and effect. This project is in Salt Lake City so it will be necessary to have a good coordination effort. Add the following paragraph to Article 1.5 (page 100): 1.5 COORDINATION WITH ADJACENT PROPERTY OWNER F. 14-days prior to beginning work in any area and once each month during construction, hand deliver a written "Construction Status Update Notice" to all residents, businesses, schools and property owners adjacent to and affected by the Work. Notice shall be based on the template provided by the ENGINEER and be secured to door knob should occupants not be home. Obtain ENGINEER's final review of notice and distribution list/map prior to distribution. As a minimum the notice shall contain the following: 1. name and phone number of CONTRACTOR's representative for the project; 2. name and phone number of Public Relations Supervisor 3. name and phone number of OWNER’s project manager 4. work anticipated for the next 30 days including work locations and work by subcontractors and utility companies; 5. rough estimate of construction schedule through end of work affecting area; 6. anticipated impact to driveway approach access and closures; 7. anticipated water, sewer or power outages; 8. anticipated vehicular traffic impacts, rerouting or lane closures; 9. anticipated pedestrian impacts and sidewalk closures; 10. changes to public transportation bus routes; and 11. any other construction or work items which will impact or restrict the normal use of streets and amenities. Failure to comply with this contract provision is considered grounds for project suspension per Article 15.1 of the General Conditions (APWA Document 00 72 00, page 71). G. CONTRACTOR shall notify all businesses affected by water shutdowns 72-hours in advance of the shutdown H. CONTRACTOR shall notify all residents affected by water shutdowns 48-hours in advance of the shutdown. 1. In order to foster good public relations, it is anticipated that several neighborhood meetings will be held between the notice of award and commencement of work. The purpose of the meeting will be to explain the purpose of the project to local residents, Coordination 01 31 13 - 2 outline necessary closures and restrictions, and answer any questions the resident’s may have. The CONTRACTOR shall attend each of the meetings and be prepared to explain the work schedule to be followed, anticipated closures, notifications, emergency contact numbers and respond to questions from those attending. Add the following Article to Part 1 (page 100): 1.8 PUBLIC AGENCIES AND UTILITY PERSONNEL TO CONTACT A. Utility Companies: Utility companies generally require a minimum of 48 hours notice if their utility requires location, relocation or protection. Contact the following individuals to coordinate. (Please note Contractor must contact Blue Stakes before digging, phone (801) 208-2100.) 1. Dominion Energy Utah: a. Salvador Delgado Guerrero, Design: phone (801) 324-3640, email s.delgadoguerrero@dominionenergy.com b. Matt Bowles, Operations Supervisor: Phone (801) 324-3775, email: matt.bowles@dominionenergy.com Call 2 weeks prior to requiring Dominion work on gas mains and 1 week on service lines to property owners. A Dominion representative must be present at the pre- construction meeting and when working around high pressure gas mains. 2. Rocky Mountain Power Company: a. Call 1-888-221-7070 for a new work order. 3. Qwest CenturyLink: a. Jeff Stapley: office (801) 974-8505; fax (801) 974-8192 b. Darren Keller: (801) 356-6975 c. Deanne Powell: (801) 974-8165 4. The Salt Lake City Department of Public Utilities: Tammy Wambeam, G.I.S. & IT Manager, (801) 483-6746 – Mapping Questions 5. The Salt Lake City Department of Public Utilities to schedule inspection and survey of project of installed sanitary sewer mains, storm drain mains, street lighting and water mains prior to backfilling fittings, valves, washouts, etc.: Call (801) 483-6727. 6. The Salt Lake City Department of Public Utilities Industrial Storm Program Coordinator, Greg Archuleta, (801) 483-6821 7. The Salt Lake City Department of Public Utilities Street Lighting Program Manager, David Pearson, (801) 483-6738 8. Salt Lake City Corporation R.O.W. Inspector a. Ronny Casazza, (801) 514-5284 9. AT&T: Ken Howcroft, (801) 580-8005 Coordination 01 31 13 - 3 10. Comcast (Cable TV): Gary Goldstein, (801) 401-3041; Kent Johnson (801) 401-3039; Eric Patten eric_patten@cable.comcast.com; (801) 255-2711 11. Integra Telecom, Inc., (801) 924-3000; (801) 265-0928 12. Questar Infocomm, Inc.: Jeff Jerabek, (801) 324-1942 13. XO Communications: 14. Google Fiber a. Jeff Mckay, (801) 503-8245 b. Mike Page, (512) 4176021 B. Salt Lake County Flood Control, Aaron Murphy, AMurphy@slco.org, (385) 468-6626 C. Emergency Services 1. All affected emergency services shall be notified 48-hours prior to any street closures and/or water main work. a. Salt Lake City Public Safety Division: i. Fire: Dispatch, (801) 799-3668 ii. Police: Dispatch, (801) 799-3000 D. Salt Lake County Health Noise Ordinance – Sanitation and Safety, (385) 468-3835 E. Utah Transit Authority: Dispatch, phone (801) 287-3202. UTA generally requires 72 hours notice if it becomes necessary to move bus stops or make scheduling changes F. Salt Lake City Urban Forestry: (801) 972-7818, a minimum of 72 hours prior to removing trees. G. Salt Lake City Transportation Division: Mr. Scott Vaterlaus, (801) 535-6630, a minimum of 48 hours prior to: 1. Setting traffic barricades. 2. Removal and relocation of traffic regulation and information signs. H. Salt Lake City Traffic Signal: Cabot Jennings, (801) 535-6994; (801) 910-5720, a minimum of 48 hours prior to have Traffic Detector Loops marked. I. Salt Lake City, City Engineer, (801) 535-6248, a minimum of 48 hours prior to street closure. J. Chevron Pipe Line and Power Company: Concerning location and crossing crude oil lines. 1. Tom Denison, Senior Land Representative, office 801-975-2234, cell 801 903-7502 2. Manuel Meza, Facility Inspector, office 801-975-2329; cell 385-228-8735 Coordination 01 31 13 - 4 K. City Creek Water Treatment Plant Rebuild project 1. Dustin Gilgen, SLCDPU CCWTP Plant Manager: 801-347-7590 2. Jason Mietchen, SLCDPU CCWTP Plant Manager: 801-674-1158 3. CCWTP land line: 801-483-6875 4. Jared Carr, SLCDPU CCWTP Project Manager: Jared.Carr@slcgov.com 5. John Hamilton, CCWTP Construction Project Manager with Haskell Construction: 904-357-4246, john.hamilton@haskell.com END OF SECTION Baseline and Progress Schedules 01 32 17 - 1 SECTION 01 32 17 BASELINE AND PROGRESS SCHEDULES PART 1 GENERAL 1.1 PURPOSE A. The OWNER is committed to delivering quality, cost-effective infrastructure to its customers in a timely manner. One of the most important tools the OWNER uses to achieve this goal is accurate, updated, current schedules for its capital projects. Accurate and updated schedules allow the OWNER to effectively track and manage its projects both in aggregate (at the program or OWNER-wide level) and project-by-project. B. The OWNER’s goal is to take every reasonable step to ensure that projects finish on time and within budget. Project schedules are the fundamental building blocks to planning and executing projects efficiently and on time. These schedules are best prepared by those closest to the work. Because the vast majority of capital project delivery at the OWNER is performed by CONTRACTOR, it is critical that CONTRACTOR prepare schedules as part of performing their work for the OWNER. C. This Schedule Guidance Document is designed to guide CONTRACTOR in preparing and submitting acceptable schedules for use by the OWNER. 1.2 APPLICABILITY AND BASIC REQUIREMENTS A. CONTRACTOR is responsible for preparing schedules as defined herein and as required in their contracts. A waiver allowing a CONTRACTOR not to prepare a schedule in accordance with this Schedule Guidance Document may only be granted by the OWNER or designee. There are three (3) basic elements to schedule submittals. 1. Baseline Schedule: Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. The Baseline Schedule is prepared by the CONTRACTOR at the beginning of the project and submitted to the OWNER for review and approval. 2. Progress Schedule: Monthly submittal of a Progress Schedule documenting progress on the project and any changes anticipated. The Progress Schedule is prepared monthly by the CONTRACTOR and submitted to the OWNER. 3. Schedule Narrative: Concise narrative that highlights changes in the schedule, expected delays, key schedule issues, etc., along with a cash flow graph or summary table. The Schedule Narrative is submitted to the OWNER monthly in conjunction with the Progress Schedule. B. The schedules required herein will be prepared using the following software (or saved down in the following version) in order to be compatible with the OWNER’s schedule system, unless prior permission to use another software is requested and granted by the OWNER. a. Primavera Project Planner (now owned by Oracle) version 8.2 or later b. or Microsoft Project. Baseline and Progress Schedules 01 32 17 - 2 1.3 BASELINE SCHEDULE A. General: The CONTRACTOR will develop a cost loaded schedule using the software version required in Section 1.2 and the Critical Path Method (CPM). 1. The OWNER will inform the CONTRACTOR of the Project Code (Project Number) for the Project. The file naming convention is demonstrated in the examples below. · Baseline Format. ProjectCode (project number)_DocumentType_Date_ Example. 1701_ScheduleBaseline_03162017.XER · Monthly Update Format. ProjectCode (project number)_DocumentType_Date_ Example. 1701_ScheduleUpdate_03162017.XER · Monthly Schedule Narrative Format. ProjectCode (project number)_DocumentType_Date_ Example. 1701_ScheduleNarrative_03162017.DOC 2. The approved Baseline Schedule is a part of the contract by reference. The CONTRACTOR has the sole responsibility to correct any latent defects in the Baseline Schedule and perform to the subsequently revised schedule. 3. The CONTRACTOR will use the Baseline Schedule to coordinate and monitor the work (including the activities of subcontractors, equipment vendors and suppliers). 4. The CONTRACTOR must keep a copy of the approved Baseline Schedule. B. Schedule Work Breakdown Structure and Activities 1. Work Breakdown Structure (WBS): The OWNER’s Work Breakdown Structure is designed to meet the basic reporting needs for the OWNER’s financial and tracking systems. The CONTRACTOR’s project-specific WBS should work within this basic framework and provide additional detail to efficiently deliver and track the work. WBS elements that are definitely not a part of the scope of services need not be included in the schedule. Note that as many subtasks and activities as desired may be included underneath the WBS elements. 2. Activities: Activities are the discrete elements of work that make up the schedule. They should be organized underneath the umbrella of the WBS as described in Exhibit A. The following information should be provided for each activity: a. Activity ID Number · Use a four-digit number left justified in the activity I.D. field. · Alphanumeric activity numbers are NOT acceptable. b. Activity Description Baseline and Progress Schedules 01 32 17 - 3 · Activity descriptions should adequately describe the activity and in some cases the extent of the activity. Examples of acceptable descriptions might include “install pipeline between Avenue A and Avenue B”, “water line route layout”, etc.). c. Activity Durations · The activity duration will be based upon the physical amount of work that is to be performed for the stated activity and are limited to 20 working days. If work is to exceed 20 days, then break the work down so the work will be completed within a 20-day time frame. · The intent of this requirement is to ensure that the activities are segmented sufficiently to adequately track progress. d. Activity Start and Finish Dates · Activity start and finish dates will only be accepted if calculated by the software. · Actual activity start and finish dates may not be assigned in a baseline. However, they must accurately be assigned in the working version of the schedule (see Section 4 Progress Schedule). e. Activity Dependencies All activities will be logically tied with a predecessor and a successor. The only exception to this rule will be for the project start and project finish milestones. f. Milestone Activities · The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the OWNER and should be reflected in the Project Schedule for all phases of work, as applicable. Notice to Proceed (Construction) · Draft Baseline Schedule submittal · Preparation and submission of shop drawings, submittals, and any required re- submittals (if applicable) · Mobilization · Fabrication and delivery of equipment and materials (if applicable) · Substantial Completion · Construction Complete C. Baseline Schedule Development: The CONTRACTOR will designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. It is recommended that a qualified scheduler develop the Baseline Schedule. The CONTRACTOR’s initial schedule submittal will contain NO progress and represent the planned work for the duration of the project. Once approved by the OWNER, this schedule will become the baseline against which all future variance analysis will be performed. The use of activity external constraint dates and lags on relationships is discouraged unless specified or approved by the OWNER. An example of an external constraint date is Baseline and Progress Schedules 01 32 17 - 4 “concrete placement will begin no later than January 1.” The reason for this requirement is that it creates an artificial (rather than calculated) critical path. The Baseline Schedule will consider delivery lead times, construction and access constraints and the coordination of construction with OWNER operations. 1. Safety Requirements: Schedule performance should never take precedence over safety. Project schedules must allow work to be performed in a safe manner. The CONTRACTOR cannot reduce safety or worker protection in order to shorten schedules, recover lost time or accelerate the work. 2. Inclement Weather: Refer to climatology data for anticipating work that can be affected by inclement weather. Historical rain days can be reviewed from the following web site: http://www.noaa.gov/climate D. Changes to Approved Baseline Schedule: The approved Baseline Schedule is the basis for measuring progress on the project (see Paragraph 1.4, Progress Schedule). As such, the CONTRACTOR should develop the Baseline Schedule considering the realistic delivery of the work tasks and likely constraints. Total and free float is not for the exclusive use or benefit of either the OWNER or the CONTRACTOR, but is a resource available to both parties for the benefit of the project on a first needed basis. Changes to the Baseline Schedule will only be considered after all float has been consumed. Changes to the approved Baseline Schedule may only be considered under limited circumstances. If warranted, any changes will require PRIOR approval by the ENGINEER’s Designee and OWNER’s Program Manager. Project circumstances that could be considered by the OWNER as potentially warranting re-baselining include the following: · Change Orders to the contract affecting the scope of the work to be performed and the associated schedule completion date 1.4 PROGRESS SCHEDULE As described in Paragraph 1.3, the Baseline Schedule is used to coordinate and monitor the work. The CONTRACTOR is required to keep a copy of the approved Baseline Schedule. The Progress Schedule is simply a copy of the approved Baseline Schedule that will be statused monthly. In other words, progress on the project will be shown monthly as an update of the schedule that will be compared to the approved Baseline Schedule. Note that the Progress Schedule will be statused (data date) through month end, although the submittal date must comply with Paragraph 1.6 of this section. A. Progress Updates: The CONTRACTOR should show on the Progress Schedule updates of the following: · The actual dates that activities start · The actual dates that activities finish · The remaining duration of activities in progress · The percent complete of all activities on the schedule (0 percent to 100 percent complete) Baseline and Progress Schedules 01 32 17 - 5 B. Schedule Narrative: The Progress Schedule will be accompanied monthly by a concise Schedule Narrative that explains the submitted schedule. The purpose of the Schedule Narrative is to: · Speed review time · Explain variances from Baseline on critical path activities · Explain to the OWNER logic changes and potential schedule conflicts related to dependences. · Concisely summarize the projected cash flow for the project based on the statused schedule. If the project is on schedule, and no significant issues related to schedule exist, then the Schedule Narrative is extremely brief. On the other hand, if the project is falling behind, and/or there are significant conflicts and obstacles to meeting the Baseline Schedule, then the Schedule Narrative should describe the issues and what steps will be necessary for the project to recover. Sharing this information ensures that the entire project team will be aware of the issues and have opportunity to assist, where applicable. 1.5 ADDITIONAL GUIDANCE APPLICABLE TO CONSTRUCTION SCHEDULES ONLY In addition to the requirements in Sections 1.1 – 1.4 of this Schedule Guidance Document, the CONTRACTOR’s schedule will include the following. A. Schedule of Value Pay Items: Schedule of Values Pay Items (Work) shall be loaded into the scheduling software using the labor, materials, and equipment resource types showing the quantity of Work to be done along with the corresponding value of the Work measured in dollars. 1.6 SUBMITTAL OF SCHEDULES A. Submittal File Formats: Every time that a schedule or report is submitted (baseline and monthly progress) the following file formats are required. 1. Baseline Schedule: Submit the schedule in native file format (see below). Also submit a .pdf of the bar chart schedule consisting of the following columns: · Activity ID · Activity Name · Duration · Start Date · Finish Date · Float · Cost 2. Progress Schedule: Submit the schedule in native file format (see below). Also submit a .pdf of the bar chart schedule consisting of the following columns: · Activity ID · Activity Name · Physical Percent Complete · Duration Baseline and Progress Schedules 01 32 17 - 6 · Start Date · Finish Date · Total Float · Remaining Total Cost 3. Schedule Narrative: Submit the schedule narrative in .doc format. 4. Native Schedule File Formats: The native file structure is to save the schedule as follows: a. In Primavera 6, save the file as an .XER file. b. In Microsoft Project, save the file as an .MPP file. B. Submittal Process: All submittals of schedules must be made to the ENGINEER’s Designee. Draft project Baseline Schedules must be submitted within thirty (30) calendar days after the formal Notice to Proceed from the OWNER. All schedules must be submitted in their native format (.XER file or .MPP) as well as in a PDF format. The OWNER will review, accept or reject the schedule within five (5) days of submittal. Once the Baseline Schedule has been accepted, Progress Schedule updates will be due monthly prior to the monthly progress meetings. END OF SECTION Baseline and Progress Schedules 01 32 17 - 7 EXHIBIT A – OWNER WORK BREAKDOWN STRUCTURE WBS shown in gray are reserved for the OWNER. WBS shown in blue are reserved for CONTRACTOR. WBS Number Name 1 Pre-Design 1.1 Project Planning & Development 1.2 Design Consultant Procurement 1.3 RFP Development 1.3.1 OWNER Review Process & Consultant Negotiations 1.3.2 Consultant Selection 2 Project Design 2.1 Survey and Geotechnical 2.2 Design 2.2.1 30% Design 2.2.2 60% Design 2.2.3 90% Design 2.3 Bid Documents 3 Bidding 3.1 Bid & Award 4 Contract 4.1 Contract Negotiation 5 Project Construction 5.1 Mobilization 5.2 Construction 5.2.1 Task 1 5.2.2 Task 2 5.2.3 Task 3 5.2.4 Task 4 5.2.5 Task 5 5.2.6 Task 6 5.2.7 Task 7 5.2.8 Task 8 5.2.9 Task 9 5.2.10 Task 10 5.3 Testing and Commissioning 5.4 Construction Services 6 Closeout 6.1 Closeout Baseline and Progress Schedules 01 32 17 - 8 EXHIBIT B – EXAMPLE SCHEDULES Submittal Procedure 01 33 00 - 1 SECTION 01 33 00 SUBMITTAL PROCEDURE This specification changes a portion of APWA Standard Specification Section 01 33 00. All other provisions of the Section remain in full force and effect. Add the following article to Part 1. 1.8 PROCEDURE A. Transmit submittals to ENGINEER through SLCDPU Engineering’s Project Central SharePoint site. Access and use instructions are provided at the end of this section. 1.9 SUBMITTAL REGISTER A. List submittals required by Contract Documents on the attached Submittal Register form. Identify CONTRACTOR’s need dates and ENGINEER’s action dates. B. The following list identifies required submittal due dates. Submittals not identified in the list but specified in the Standard Specifications shall be submitted for information only. When Due Section Reference Submittal Responsible Pre-construction conference 01 33 00 Submittal Register 00 72 00 Preliminary Progress Schedule 00 72 00 Mobilization Plan 00 72 00 Safety and Protection Plan 00 72 00 Quality Control Program Prior to Starting Work 00 73 10 Permits for Work 33 13 00 De-chlorination plan 01 55 26 Traffic Control Plan 01 57 00 Storm Water Pollution Prevention Plan 01 71 23 Surveyor’s Name, Certificate of Assurance, License Number, Schedule of Values. 32 01 93 Arborist’s Certification and Registration Number 32 01 93 Tree Protection Plan 33 05 23.45 Flexible Fabric Reinforced Pipe Product Data, Storage and Handling Requirements, Installation Method, Product Warranty, and Liner Samples. Prior to Use 00 73 10 Written Permission to use Private Citizen's Property and Water Submittal Procedure 01 33 00 - 2 When Due Section Reference Submittal Responsible 31 05 13 Top Soil Supplier and Source Data 33 05 23.45 Water Line Pre-CCTV Prior to Delivery On Site 03 40 00 Precast Concrete Shop Drawings 31 05 13 Common Fill 32 11 23 Target Gradation Curve Crushed Aggregate 32 12 05 Asphalt Concrete Mix Design Supplier's Mix Number 33 12 16 Water Valves 33 12 19 Hydrants Prior to Delivery On Site 03 30 04 Portland Cement Concrete Source Data and Supplier's Mix Number. 33 11 00 Water System Product Data Upon Delivery to Site 32 12 16 Asphalt Concrete Batch Delivery Ticket 03 30 10 Portland Cement Concrete Batch Delivery Ticket Prior to Water Line Use 33 12 19 Water System Disinfection Report Prior to System Use 33 08 00 Pipeline Commissioning Prior to 1st Concrete Placement 03 30 10 Name, Certification Number and renewal date for all ACI Certified Finishers 03 30 10 Portland Cement Concrete Curing Compound Source, Type, and Data Daily as applicable 03 30 04 03 30 10 Portland Cement Concrete Quality Control Test Reports With Each Monthly Pay Request 01 32 16 Progress Schedule, Survey Schedule of Values 5 Working Days Prior to Substantial Completion 01 78 50 Certification of Compliance and Request for Final Inspection Prior to Final Payment 01 71 23 01 71 24 31 05 10 Land Survey Closeout Documentation of Un-classified Excavation Calculations Submittal Procedure 01 33 00 - 3 When Due Section Reference Submittal Responsible 01 78 50 Evidence of Payment to Suppliers and Sub-contractors 01 78 39 Contractor Redlines 01 78 39 Water Line Commissioning Test Reports NOTES: 1. Section references listed in this table that are not found in the Project Manual may be found in the APWA Standard Specifications. END OF SECTION Submittal Procedure 01 33 00 - 3 SUBMITTAL REGISTER PROJECT TITLE: LOCATION: CONTRACTOR: Job No. SC H E D U L E D A C T I V I T Y SU B M I T T A L I T E M N o . SP E C I F I C A T I O N P A R A G R A P H N o . DESCRIPTION OF MATERIAL TYPE OF SUBMITTAL REVIEW ACTION CONTRACTOR NEED DATES ENGINEER ACTION DATES OTHER SA M P L E S SH O P D R A W I N G S PA R T S L I S T PR O D U C T D A T A DE S I G N D A T A SP E C I F I C A I T O N S CE R T I F I C A T I O N S IN S T R U C T I O N S O& M M A N U A L OT H E R RE V I E W R E Q U I R E D B Y SU B M I T T A L D A T E AP P R O V A L N E E D E D B Y MA T E R I A L N E E D E D B Y DA T E R E C E I V E D AC T I O N C O D E FORM 01 33 00.1 Submittal Procedure 01 33 00 - 4 INSTRUCTIONS GENERAL 1. CONTRACTOR to complete electronic SLCDPU Project Central Submittal Form: Review the Contract Documents to insure completeness. Expand general category listings. Show individual entries on this form for each item. Attach each item properly labeled. a. As an example, a general category would be "Plumbing Fixtures" which the CONTRACTOR is to breakdown into individual entries such as "Toilet P-1, Lavatory P-2, etc.". Complete the Submittal Register, and submit it to ENGINEER. 2. Resubmittals: If a submittal is returned for correction, create a new Submittal workflow and reference the original SR ID number in the description and include the submittal register number. Do not amend the data already contained on the Submittal Register. SUBMITTAL REGISTER 1. SCHEDULED ACTIVITY: If an activity on the Progress Schedule is assigned to the submittal, place the schedule activity number in the "SCHEDULED ACTIVITY" column. 2. SUBMITTAL ITEM No.: Assign to each entry on the Submittal Register a sequential number in the "SUBMITTAL IDENTIFICATION (ITEM NUMBER)" column. 3. REVIEW ACTION: The "REVIEW ACTION" column identifies technical review responsibility of submittal. Review of all products and materials is the CONTRACTOR's responsibility; however, certain specified submittals will also require ENGINEER's review. a. If REVIEW ACTION Column is Blank: Identified submittal shall be approved by the CONTRACTOR and then submitted to the ENGINEER for information. b. If the "ENGINEER" is Identified in the REVIEW ACTION Column: Identified submittals shall be first approved by the CONTRACTOR and then submitted to the ENGINEER for review. 4. ENGINEER ACTION DATES: This column is for ENGINEER's use to record date submittal was received and the action code assigned in the submittal review process. 5. Upload the Submittal Register to the SLCDPU Project Central site ACCESS AND USE OF THE OWNER’s SHAREPOINT WEBSITE 9. The CONTRACTOR shall utilize the OWNER’s SharePoint website for all written CONTRACTOR correspondence, submittals, transmittals, pay applications, schedule updates or other communication where feasible. Submittal Procedure 01 33 00 - 5 CONTRACTOR shall utilize OWNER-established SharePoint workflows as directed. 10. The CONTRACTOR shall request access to the OWNER’s SharePoint website through the Project Manager, by providing the name, employer, e-mail address and phone number of each individual for which access is requested. 11. All SharePoint workflow functions require one (1) individual to be designated as the point of contact to receive workflow e-mail alerts from the system. The CONTRACTOR shall designate one individual as the point of contact for these workflows at the time access is requested. The point of contact can be changed upon the request from the CONTRACTOR at any time during the execution of the project. 12. The OWNER will determine the level of access to the SharePoint website that will be granted to each individual. 13. The OWNER and or OWNER’s Representative shall provide SharePoint training to the CONTRACTOR(s). 14. The OWNER shall provide instruction sheets for the electronic workflows executed through the SharePoint site. 15. CONTRACTOR is required to have access to computer hardware and software that is compatible with the OWNER’s SharePoint system, capable of running automated process workflows, and supporting electronic signatures. Minimum system requirements include: g. Windows 7 or higher. h. Microsoft Internet Explorer version 8 or higher (Google Chrome preferred). i. Microsoft Office 2010 or higher. j. Latest version of Adobe Acrobat (at a minimum Reader, Standard or Professional for editing). k. Broadband internet connection. l. Open access to https://slcut.sharepoint.com 16. CONTRACTOR shall verify current system requirements at start of contract and may need to adjust requirements during the contract period to accommodate upgrades or changes to the SLCDPU’s system. Contractors Certification of Compliance to Safety Plan 01 35 24 - 1 DOCUMENT 01 35 24 CONTRACTORS CERTIFICATION OF COMPLIANCE TO SAFETY PLAN PART 1 GENERAL 1.1 CONTRACTORS CERTIFICATION 1. The Contractor will certify that they will comply with the Safety and Protection Plan requirements of the City. A letter from the Contractor describing the hazards present on this project and their plan to mitigate those hazards is attached following this page. END OF DOCUMENT Contractors Certification of Compliance to Safety Plan 01 35 24 - 2 [This page was intentionally left blank.] Quality Control 01 45 00 - 1 SECTION 01 45 00 QUALITY CONTROL This specification changes a portion of APWA Standard Specification Section 01 45 00. All other provisions of the Section remain in full force and effect. Add the following Article to Part 1. 1.8 QUALITY CONTROL PROGRAM A. Quality Control Program: Provide a quality control program which includes procedures and organization so equipment, workmanship, fabrication, construction, operations, and inspections comply with the Contract Documents. B. Quality Control Program Manager Qualifications: 1. Not CONTRACTOR's work or site superintendent. 2. Quality control experience with projects of similar type and magnitude. 3. Authorized as CONTRACTOR's representative for all quality control and quality assurance matters. C. Quality Control Program Manager Responsibilities: 1. Manage and supervise quality control plan and quality control surveillance personnel. 2. Verify that testing procedures comply with contract requirements. 3. Verify that facilities and testing equipment are available and comply with testing standards. 4. Check test instrument calibration data against certified standards. 5. Verify that recording forms, including all the documentation requirements, have been prepared. 6. Prepare copies of each test result with all necessary data recorded and with documentation and computations compiled. 7. Provide more testing, if, in ENGINEER's opinion, work is not being adequately controlled. 8. Immediately report any non-compliance of materials and mixes to ENGINEER and CONTRACTOR. 9. When an out-of-tolerance condition exists, perform additional control testing until tolerance is attained. 10. Correlate CONTRACTOR's assurance testing program (APWA Section 01 43 00) with ENGINEER's acceptance testing program (APWA Section 01 45 00). END OF SECTION Quality Control 01 45 00 - 2 [This page was intentionally left blank.] Traffic Control 01 55 26 - 1 SECTION 01 55 26 TRAFFIC CONTROL This specification changes a portion of APWA Standard Specification Section 01 55 26. All other provisions of the Section remain in full force and effect. Change paragraph 1.2 D. to read as follows. 1.2 REFERENCES D. Manual on Uniform Traffic Control Devices for Streets and Highways published by the American Traffic Safety Services Association (ATSSA), 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia, 22406-1717, U.S. Department of Transportation Federal Highway Administration, 2009 Edition of MUTCD. END OF SECTION Traffic Control 01 55 26 - 2 [This page was intentionally left blank.] Temporary Controls 01 57 00 - 1 SECTION 01 57 00 TEMPORARY CONTROLS This specification changes a portion of APWA Standard Specification Section 01 57 00. All other provisions of the Section remain in full force and effect. Change the following paragraph in Article 3.2 DUST AND MUD CONTROL to: C. At a minimum, dust and mud control efforts shall include a daily sweeping of the work area streets. One sweeping shall take place at the end of the workday at a minimum, if needed additional sweeping shall take place midway through the workday. Additional efforts may be required as determined by the ENGINEER, OWNER, SWPPP inspector, or other representative. Add the following paragraph in Article 3.2 DUST AND MUD CONTROL: D. Contractor shall prepare, submit and implement a Fugitive Dust Control Plan with the Utah Department of Environmental Quality, Division of Air Quality. Change the following paragraph to Article 3.3 SURFACE WATER CONTROL to: A. Control all on-site surface water. Provide proper drainage so flooding of the site or changed flow conditions including path, quantity or quality onto an adjacent property does not occur. Add the following paragraph to Article 3.3 SURFACE WATER CONTROL: E. CONTRACTOR shall prepare a Storm Water Pollution Prevention Plan (SWPPP) specifically for this project in compliance with Salt Lake City and State of Utah requirements for Stormwater Discharges Associated with Construction and Land Disturbance Activities. CONTRACTOR shall comply with all Clean Water Act, City Ordinance and SWPPP requirements for the project. F. Some minimum erosion control and storm water protection components have been identified. These do not constitute all necessary components of a comprehensive SWPPP. 1. For projects less than one acre the CONTRACTOR shall provide all labor, equipment, materials, and services necessary to complete the work. a) Site Map: Showing boundaries and BMPs that will be implemented. b) Concrete washout: Describe in detail how concrete washout will be contained. c) Concrete/Road cutting (must be contained): Describe in detail how concrete & road cutting dust and pollutants will be contained. d) Housekeeping BMPs: Describe in detail general housekeeping e.g. restroom (port- a-potty), dumpster(s), roll off container or cans, etc. e) Erosion/sediment controls: Describe in detail the boundary controls to be used e.g. inlet protection, silt fence, fiber rolls, wattle, cut back, etc. f) Offsite tracking prevention: Describe in detail how you will mitigate tracking dirt/mud outside of construction boundaries in compliance with the City’s Clean Wheel Ordinance. g) De-watering: Describe in detail BMPs that will be used to de-silt the discharge before entering a waterway/storm drain e.g. de-watering bag, filter sock, check down dam, frac tank, etc. 2. The CONTRACTOR shall identify type and placement of BMPs. 3. The CONTRACTOR shall be responsible for implementation and maintenance of all BMPs. 4. The CONTRACTOR shall perform weekly inspections of the site for the duration of Temporary Controls 01 57 00 - 2 the project. Note: Inspection shall include housekeeping, placement and condition of all BMPs. 5. The CONTRATOR shall be responsible stabilizing and removing all temporary BMPs at the conclusion of the job. 6. If work is being performed outside the boundaries of Salt Lake City the CONTRACTOR shall contact the MS4 operator and comply to any additional stormwater pollution prevention requirements for that jurisdiction. G. If CONTRACTOR is assessed fines for not meeting permit requirements, those costs will not be passed onto the OWNER. Change the following paragraph to Article 3.4 GROUND WATER CONTROL to: C. Remove all dewatering facilities meeting inspector requirements when no longer required. Add the following Article 3.7 Sanitation to Part 3 – Execution 3.7 Sanitation A. Toilet Facilities: Provide portable chemical toilets at each active work site or staging area for the use of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction. 1. Furnish at least one portable toilet at each active work site. END OF SECTION Project Identification and Signs 01 58 00 - 1 SECTION 01 58 00 PROJECT IDENTIFCATION AND SIGNS PART 1 GENERAL 1.1 SECTION INCLUDED A. Temporary on-site identification and informational signs to identify key elements of construction facilities and traffic routing. 1.2 SUBMITTALS A. Sketch of informational signs. 1.3 QUALITY ASSURANCE A. Sign Painter: Professional experienced in type of work required. B. Finishes, Painting: Adequate to resist weathering and fading for scheduled construction period. PART 2 PRODUCTS 2.1 SIGN MATERIALS A. Structure and Framing: May be new or used, wood or metal, in sound condition, structurally adequate to work and suitable for specified finish. B. Sign Surfaces: Exterior grade plywood 1. Type 4’x4’: 4-feet high by 4-feet wide 2. Type 4’x8’: 4-feet high by 8-feet wide 3. Thickness: As required by standards to span framing members, resist wind loading, and to provide an eve, smooth surface without waves or buckles. C. Rough Hardware: Galvanized steel or equal. D. Paint: Exterior quality 1. Background: White 2. Lettering: Black 3. Accents: Green PART 3 EXECUTION 3.1 PROJECT INDENTIFICATON SIGNS A. Content to include: 1. Title of Project 2. City logo and motto 3. Name of Mayor 4. Names of City Council members and the district they represent 5. Names of professional consultants and their titles 6. Name of ENGINEER and title 7. Name of CONTRACTOR B. Graphic design, style of lettering, colors: See Drawing C. Paint exposed surfaces of supports, framing, and surface material; one coat of primer and one coat of exterior paint. Project Identification and Signs 01 58 00 - 2 D. Erect on the site at a lighted location of high public visibility, adjacent to the main entrance to the site, as approved by ENGINEER. 3.2 INFORMATIONAL SIGNS A. Size of signs and lettering: As required by regulatory agencies, or as appropriate to usage. B. Colors: As required by regulatory agencies, otherwise of uniform colors throughout project. C. Paint exposed surfaces: One coat of primer, and one coat of exterior paint. D. Paint graphics in styles, sizes, and colors selected. E. Install at a height for optimum visibility, on ground-mounted poles, or attached to temporary structural surfaces. 3.3 MAINTENANCE A. Maintain signs and supports in a neat, clean condition; repair damages to structure, framing, or sign. B. Relocate information signs, as required by progress of the Work. C. Remove graffiti from signs immediately. 3.4 REMOVAL A. Remove signs, framing, supports, and foundations at completion of Project. B. Repair landscaping, and surface improvements damaged by removal. Project Identification and Signs 01 58 00 - 3 PROJECT IDENTIFICATION SIGN USE WITHIN SALT LAKE CITY LIMITS Salt Lake City Corporation – Department of Public Utilities BONNEVILLE BLVD WATER PIPE LINER PROJECT 690 N CANYON RD – Project No. 513505601 BUILDING A BETTER CITY ERIN MENDENHALL, MAYOR CITY COUNCIL District 1 District 2 District 3 VICTORIA PETRO ALEJANDRO PUY CHRIS WHARTON District 4 District 5 District 6 EVA LOPEZ CHAVEZ DARIN MANO DAN DUGAN District 7 SARAH YOUNG LAURA BRIEFER, DIRECTOR CONSTRUCTION COMPANY NAME CONTACT: INSPECTOR NAME SALT LAKE CITY CORPORATION COMPANY ADDRESS SALT LAKE CITY INSPECTOR COURTNEY HAMER, PROJ MANAGER COMPANY PHONE NUMBER PHONE NO: 801-###-#### PHONE NO: 801-483-6843 PUBLIC UTILITIES DISPATCH 801-483-6700 4' x 4' PROJECT SIGN ATTACHED TO WOODEN OR METAL POSTS NOTE: SEE APWA SPECIFICATION 01 58 00 FOR DETAILED INFORMATION REGARDING PROJECT SIGNS. END OF SECTION 44” x 2” BAR “LIGHT GREEN” SEAL – 8” RADIUS “BLACK” BACKGROUND WHITE ¾” CDX PYLWOOD TEXT SIZE / COLOR ¾” – “BLACK” TEXT SIZE / COLOR ½” – “BLACK” TEXT SIZE / COLOR 2.5” – “BLACK” TEXT SIZE / COLOR 1.0” – “BLACK” Project Identification and Signs 01 58 00 - 4 [This page was intentionally left blank] Revised March 7, 2007 Utility Materials 01 67 00 - 1 SECTION 01 67 00 UTILITY MATERIALS PART 1 GENERAL 1.1 SECTION INCLUDES A. Manufactured units and components for utility services. 1.2 REFERENCES A. American Public Works Association (Utah Chapter). 1. APWA 01 25 00: Product Options and Substitutions. 2. APWA Publication: Manual of Standard Plans. PART 2 PRODUCTS 2.1 MANUFACTURED UNITS A. Provide products specified in the following tables. No substitutions permitted without ENGINEER’s written approval (see paragraph 6.4 of Document 00 72 00 GENERAL CONDITIONS): Table 1 – WATER STD PLAN # DESCRIPTION PART NUMBER All Main line pipe material · Ductile iron -- class 52 cement mortar lined · PVC -- SDR 18 (C-900) diameters 8” to 18”, C-905 and C-909 Note: Other materials can be used only after approval by Chief Engineer. All Service line pipe material Type K soft copper 502 27" Frame and cover -- smooth surface “waffle” pattern D&L A-1005, Olympic MHU-1000 503 38" Frame and double cover -- smooth surface “waffle” pattern Notes: (1) Valves larger than 16” require larger ring and cover. Size will be specified by Chief Engineer. (2) Contractor to provide 1” diameter lifting hole and pry notch in larger lids. D&L A-1426 Revised March 7, 2007 Utility Materials 01 67 00 - 2 511 Hydrant Mueller Centurion (A-423), M & H 129 (SLC Specs) Clow 2500, Clow Medallion, Waterous WB-67 511 Two piece cast iron valve box (screw type) Tyler 6850, D&L M-9042, Olympic VBU–8310 511 Two piece cast iron valve box (slip type) D&L M-8042, Olympic VBU–8210, Tyler 6855 511 Gate valve Resilient seat gate valve AWWA C509 NRS 511, 552, 574 Ductile iron traffic box Spanish Fork Foundry SVB 090 D&L M-9009 521 Meter box cover Ford X32 Tyler 6150 with 1-1/32" bronze bolt 521 Meter box (notched out) Rigid PVC Corrugated Polyethylene AMCO 1830 WMB concrete 521 3/4" meter setter Mueller B-2404 with tie bar – 21” riser Ford VB-73-21W-11-33 521 1" meter setter Mueller B-2404 with tie bar – 21” riser Ford VB-74-21W -11-44 521 Meter insulation Ford meter pit insulation blanket 523, 525, 529 Top section of valve box with lid D&L M-80 series 551 Corporation stop Mueller H-15000 Ford F600 551 Service saddle for DI pipe Ford 202B 551 Service saddle for PVC and AC pipe ROMAC 202N 552 Two piece cast iron valve box Tyler 6870 D&L M-9145 552 Locking compression adapter Or Mueller H-15428 Ford C84-66-G (1-1/2”) Revised March 7, 2007 Utility Materials 01 67 00 - 3 Brass copper flared male adapter Ford C84-77-G (2”) Mueller H-15425 Ford C28-66 (1-1/2”) Ford C28-77 (2”) 552 Ball valve corp. stop Ford B81-666 (1-1/2”) Ford B81-777 (2”) 552 Service Saddle (double strap) Ford 202B Romac 202N 572 Gate valve (MJ x flange) Gate valve AWWA C509 NRS 572 Detector check valve Hersey Model DC Table 2 - SANITARY SEWER STD PLAN # DESCRIPTION PART NUMBER All Pipe Materials Reinforced Concrete -- class III (18” through 96”) Non-reinforced Concrete -- class 3 (8” through 15”) PVC -- SDR 35 (4” through 27”) Notes: (1) Other materials can be used only after approval by Chief Engineer. (2) Special concrete mix may require a poly lining for additional protection for concrete pipe from hydrogen sulfide (H2S) gas may be required. (3) Rubber O-ring gaskets as per ASTM C-433. 402 30" Frame and cover -- smooth surface “waffle” pattern D&L Supply A-1180, Olympic MHU-1060 402 Special Lid D&L Supply A-1181, Olympic MHU-1070 Note: Required if surface water can enter manhole. 411 5’ diameter pre-cast concrete manhole bases Prior approval by Chief Engineer required. 411 Manhole section joint sealant Ramneck Note: Concrete grouting of manhole section joints is additionally required. 411 Manhole gaskets Elastomeric rubber (ASTM C 443) Revised March 7, 2007 Utility Materials 01 67 00 - 4 411 Manhole adapter/water stop gasket Romac LCT 431 Pipe coupling Fernco neoprene couplings, adapter, bushings 431 Inline integral wye fittings Factory fabricated 431 Lateral connections Note: For connections to 18” and larger sewer mains only. Inserta Tee Table 3 - STORM DRAIN STD PLAN # DESCRIPTION PART NUMBER All Pipe materials Reinforced Concrete -- class III HDPE-N12 pipe Note: Other materials can be used only after approval by Chief Engineer. 302 30" Frame and cover -- smooth surface “waffle” pattern D&L Supply A-1180 (vented) D&L Supply A-1181 (solid) Olympic MHU-1060 & MHU-1070 303 44" Frame and cover -- smooth surface “waffle” pattern D&L Supply A-1460, 304 48" Cover and frame -- smooth surface “waffle” pattern D&L Supply H-1801, 305 51" Cover and frame -- smooth surface “waffle” pattern D&L Supply H-1810 308 Grate and frame with adjustable curb box D&L Supply I-3518 309 47-3/4" Grate and frame D&L Supply I-1803 321 Automatic flap gate PART 3 EXECUTION 3.1 METERS A. ¾-inch and 1-inch meters are provided and installed by Salt Lake City Public Utilities Department. B. For meter installations greater than 1-inch, Salt Lake City Public Utilities Department will provide the meter and bypass assembly for installation by the CONTRACTOR. END OF SECTION Mobilization and Demobilization 01 71 13 - 1 SECTION 01 71 13 MOBILIZATION AND DEMOBILIZATION This specification changes a portion of APWA Standard Specification Section 01 71 13. All other provisions of the Section remain in full force and effect. Add the following paragraph: 1.5 SUBMITTALS A. Project Video Recording: Video record the project area prior to commencing construction. The ENGINEER’s representative shall be present during recording. The recording shall be performed on foot, noting all salient existing features in the project area and the location of the recording shall be clearly indicated. “Drive-by” video recording will not be accepted. The video recording shall be submitted to the ENGINEER a minimum of 5 days prior to starting construction. END OF SECTION Mobilization and Demobilization 01 71 13 - 2 [This page was intentionally left blank] Bituminous Concrete 32 12 05 S - 1 BITUMINOUS CONCRETE SECTION 32 12 05 S PROJECT SPECIFIC SURFACING REQUIREMENTS This specification changes a portion of APWA Standard Specification Section 32 12 05. All other provisions of the Section remain in full force and effect. 1.2 REFERENCES A. American Public Works Association (APWA), 2012 with Amendments. 1.4 SUBMITTALS A. General 3. Testing Report: Submit Quality Control data to the Engineer within 1 working day after completion of each day of paving and prior to the start of the next paving day. 4. Plant Production Report: Submit daily plant production records to the Engineer within 1 working day after completion of each day of paving and prior to the start of the next paving day. 1.5 QUALITY ASSURANCE C. HMA Mixing Plant: Use a UDOT 514 QMP certified Asphalt Mix Plant. 1. Submit plant certification documentation with mix design. 2. Submit daily plant production records within 1 working day after completion of each day of paving and prior to the start of the next paving day. D. Perform Quality Control efforts sufficient to demonstrate material produced meets requirements of this specification. 1. Submit Quality Control data to the Engineer within 1 working day after completion of each day of paving and prior to the start of the next paving day. 2.3 REQUIRED ADDITIVES A. Mineral Filler: . N/A B. Recycle Agent: . 1. Must meet Hamburg Wheel-Tracker Test Requirements for Superpave Mixes. Bituminous Concrete 32 12 05 S - 2 C. Anti-strip Agent: . 1. Must meet TSR Requirements for Marshall Mixes. D. RAP or ROSP: 15%, Max . 1. By weight of RAP or binder, whichever is lesser E. Other: 1. Fiber – Not Required 2. Warm Mix Asphalt (Evotherm) – At Supplier’s Discretion 2.4 MIX DESIGN A. Road Category: II . B. Mix Compaction: 50 Blow . C. Binder Grade: PG 58-28 . D. Master Grading Band: DM-1/2” . E. Voids in the Mineral Aggregate (VMA), minimum using Gsb(dry) SuperPave Marshall 1” - 12.5% ¾” - 13.5% ½” - 14.5% ⅜” - 15.5% 1” - 13.5% ¾” - 14.5% ½” - 15.5% ⅜” - 16.5% END OF DOCUMENT [This page was intentionally left blank.]