Loading...
HomeMy WebLinkAboutShoshone Falls Grade Specifications 9-28-23 CITY OF 'WIN FALLS <� SFRv10G Q� PROJECT MANUAL SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 CITY OF TWIN FALLS TWIN FALLS COUNTY, IDAHO SPECIFICATIONS AND CONTRACT DOCUMENTS November 2023 l rJUS i ,-.00001F Prepared By J-U-B ENGINEERS, Inc. Engineers Surveyors Planners 2114 Village Park Ave, Suite 100 Twin Falls, ID 83301 J-U-B Project No. 60-20-088 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF TWIN FALLS SHOSHONE FALLS GRADE NOVEMBER 2023 J-U-B ENGINEERS, Inc. 2114 Village Park Ave, Suite 100 Twin Falls, ID 83301 208.733.2414 Add Chelsea's stamp Professional Engineer's Seal and Signature NOTICE AND DISCLAIMER THE PLANS AND/OR SPECIFICATIONS (DOCUMENTS) ARE THE PROPERTY OF J-U-B ENGINEERS, INC. ("J-U-B") AND BY USING THE DOCUMENTS YOU AGREE TO BE BOUND BY THE TERMS AND CONDITIONS IN THIS NOTICE AND DISCLAIMER. THE USE OF THE DOCUMENTS CREATES NO DUTY IN CONTRACT,TORT,EQUITY OR OTHERWISE OF J-U-B TO THE USER. THE USER SHALL NOT(I)DISSEMINATE THE DOCUMENTS,OR ANY PART THEREOF,TO OTHERS WITHOUT THE WRITTEN CONSENT OF J-U-B,OR(II)USE THE DOCUMENTS, OR ANY PART THEREOF, FOR ANY USE OTHER THAN AS DESIGNATED HEREIN FOR THE INTENDED PROJECT. THE DOCUMENTS ARE NOT INTENDED FOR USE IN CREATING DTM FOR GRADING OR EARTHWORK, SURVEY STAKING LAYOUT (UNLESS SPECIFICALLY IDENTIFIED AS SUCH IN THE DOCUMENTS),OR PROPERTY BOUNDARY LAYOUTS. J-U-B AND ITS AGENTS SHALL NOT BE LIABLE FOR ANY DAMAGES OR CLAIMS ARISING OUT OF THE UNAUTHORIZED USE OR MISUSE OF THE DOCUMENTS,OR ANY PART THEREOF,WHETHER SUCH DAMAGE OR CLAIM IS BASED IN CONTRACT,TORT OR OTHERWISE. THE USER HEREBY RELEASES AND SHALL DEFEND,INDEMNIFY AND HOLD J-U-B AND ITS AGENTS HARMLESS FROM ANY DAMAGES OR CLAIMS ARISING OUT OF, OR RELATED IN ANY WAY TO,THE USER'S UNAUTHORIZED USE OR MISUSE OF THE DOCUMENTS, OR ANY PART THEREOF. IF THE DOCUMENTS ARE PROVIDED IN ELECTRONIC FORMAT,THE ELECTRONIC DATA SOURCES OF THE DOCUMENTS ARE PROVIDED WITH NO WARRANTY OF ANY KIND,WHETHER EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY REPRESENTATION OR WARRANTIES OF ACCURACY, QUALITY, COMPLETENESS, COMPATIBILITY WITH SYSTEMS, DRAWINGS NOT PRINTING TO SCALE, TRANSLATION ERRORS,AND OTHER PROBLEMS WITH USE. CITY OF TWIN FALLS oA<� oQ SFRviN�'Q� SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 SPECIFICATIONS & CONTRACT DOCUMENTS Prepared by l fJoU*B i NOVEMBER 2023 TABLE OF CONTENTS CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 Contract Documents Advertisement for Bids......................................................................Document 00030 Instructions to Bidders.......................................................................Document 00100 BidForm............................................................................................Document 00300 BidBond............................................................................................Document 00410 Naming of Subcontractors.................................................................Document 00435 Standard Form of Agreement............................................................Document 00500 WH-5 Public Works Contract.............................................Document 00510 Performance Bond.............................................................................Document 00610 PaymentBond...................................................................................Document 00620 Contractor's Affidavit Concerning Taxes..........................................Document 00630 Notice to Proceed...............................................................................Document 00720 General Conditions.............................................................................ISPWC Division 100 Supplementary Conditions.................................................................Document 00810 Revisions to the ISPWC/Special Provisions......................................Document 00820 APPENDICES Appendix A—Geotechnical Engineering Report (Terracon) Add language that DOCUMENT 00030 clearly describes this ADVERTISEMENT FOR BIDS as a bid so we don't CITY OF TWIN FALLS, IDAHO accidentially open the SHOSHONE FALLS GRADE mail PROJECT NO. 60-20-088 parate SEALED BIDS for the City of Twin Falls, Shoshone Falls Grade will be received by The WNER, The Bid shall be addressed to City of Twin Falls Engineering Department, Attn: Troy Vitek, located at 203 Main Avenue East, Twin Falls, ID 83301 or PO Box 1907, Twin Falls, ID 83303. Until X:XX PM local time on Date,and then at said office publicly opened and read at that location. DESCRIPTION: The Shoshone Falls Grade project consists of four construction schedules in total. A.) The Shoshone Falls Grade Rock Removal schedule includes blasting operations to remove a rock face overhanging the roadway of Shoshone Falls Grade. A widened roadway pavement area and rock catchment area will also be constructed. B.) The Shoshone Falls Grade Roadway Reconstruction schedule includes widening and reconstructing Shoshone Falls Grade and Dierkes Road,constructing curb and gutter, constructing spring and storm water catchment and pipe systems, and constructing an asphalt path. Guardrail will also be placed in select areas. C.) The Shoshone Falls Grade Boat Ramp Road schedule includes widening and reconstructing the roadway, installing water and pressure irrigation pipe, and installing guardrail. D.) The Shoshone Falls Grade Pedestrian Pathway schedule includes construction of a shared use path and pathway bridge from the proposed sidewalk on Dierkes Road to the proposed Shoshone Falls Grade. The City of Twin Falls owns the right-of-way within the project limits. The Issuing Office for the Bidding Documents is: Questions can be directed to: J-U-B ENGINEERS, Inc. J-U-B ENGINEERS,Inc. 2114 Village Park Avenue, Suite 100 Contact: Chelsea James,P.E. Twin Falls,ID 83301 Phone: 208-733-2414 208-733-2414 Email: cjames@jub.com Printed copies of the Project Manual, Bidding Documents, Drawings, Exhibits and Appendices may be obtained at the Issuing Office for a non-refundable fee of twenty-five dollars $25.00. You may download the digital plan documents for$22.00 by logging in and imputing Quest Project# . Please contact QuestCDN.com at (952) 233-1632 or infokquestcdn.com for assistance in free membership registration, downloading, and working with this digital project information. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Friday between the hours of 8:00 a.m. and 5:00 p.m. Bidding Documents also may be examined at the following location during normal business hours,except Friday afternoons: J-U-B ENGINEERS, Inc. 2114 Village Park Ave, Suite 100,Twin Falls,ID 83301 208-733-2414 A Pre-Bid Meeting WILL be held on Date at Time PM at the Location 00030- 1 In determining the lowest responsive bid,the Owner will consider all acceptable bids on a basis consistent with the bid package. The Owner will also consider whether the bidder is a responsible bidder. All bids must be signed. Bids must be accompanied by Bid Security in the form of a bid bond, certified check, cashiers check or cash in the amount of 5%of the amount of the bid proposal. Said bid security shall be forfeited to the City of Twin Falls as liquidated damages should the successful bidder fail to enter into contract in accordance with their proposal as specified in the Instructions to Bidders. Date Troy Vitek,Project Engineer City of Twin Falls Dates Advertised: 00030-2 DOCUMENT 00100 INSTRUCTIONS TO BIDDERS CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 ARTICLE 1 —DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder—The individual or entity who submits a Bid directly to OWNER. B. Issuing Office—The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER'S evaluation as hereinafter provided)makes an award. D. Substantial CompletionIn addition to Article 1,1.01.44 of the General Conditions: Substantial completion specifically implies that project is substantially complete and only minor punch list items are outstanding. ARTICLE 2—COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. The deposit will not be refunded. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3—QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work,within five days of OWNER'S request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be requested. 3.02 Idaho Code 54-1902 requires Bidder and subcontractors to have the appropriate Public Works Contractor's License to submit a Bid or proposal for this project. If this project is financed in whole or in part with federal aid funds, a Public Works Contractor License is not required to Bid or propose,but will be required prior to award. 3.03 The Prime Contractor and his Subcontractor(s) must hold a State Public Works Contractor's License. 00100- 1 9/28/2023 ARTICLE 4—EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA,AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions, if any,identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site(except Underground Facilities)that ENGINEER has used in preparing the Bidding Documents. B.Copies of reports and drawings,if any,referenced in paragraph 4.0 LA will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data"contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A.The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site,if any,that ENGINEER has used in preparing the Bidding Documents. B.Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provide in paragraph 4.06 of the General Conditions has been identified and established in paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any"technical data"or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs,4.02,4.03 and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 On request, OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations,tests,and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations,investigations, tests, and studies. 00100-2 9/28/2023 4.06 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by OWNER or others (such as utilities and other prime contractors) that relates to the Work for which a Bid is to be submitted. On request, OWNER will provide to each Bidder for examination access to or copies of Contract Documents(other than portions thereof related to price)for such other work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B.visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost,progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost,progress, and performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. obtain and carefully study ( or assume responsibility for doing so) all investigations, explorations, tests, studies,and data concerning conditions(surface,subsurface,and Underground Facilities)at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents,and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, test, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations,test, studies,and data with the Bidding Documents; I.promptly give ENGINEER written notice of all conflicts, errors,ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required 00100-3 9/28/2023 by the Bidding documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to BIDDER,and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5—PRE-BID CONFERENCE 5.01 A pre-bid conference will be held at City of Twin Falls Engineering Department, 203 Main Avenue East in Twin Falls, Idaho on Date at Time PM local time. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to any questions arising. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6—SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction facilities,construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7—INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than seven days prior to the date for opening of Bids may not be answered. Only questions answered by Addends will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8—BID SECURITY 8.01 A Bid must be accompanied by Bid security made payable to OWNER in an amount of 5% of Bidder's maximum Bid price and in the form of a certified or bank check or cash or a Bid Bond issued by a surety meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract documents and furnish the required contract security within 15 days after the Notice of Award,OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening,whereupon Bid security furnished by such Bidders will be returned. 8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. 00100-4 9/28/2023 ARTICLE 9—CONTRACT TIMES 9.01 The number of days within which, or the dates by which,the Work is to be(a) Substantially Completed and (b)also completed and ready for final payment are set forth in the Agreement. ARTICLE 10—LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 —SUBSTITUTE AND"OR-EQUAL"ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or"or-equal"items. Whenever it is specified or described in the Bidding Documents that a substitute or"or-equal"item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12—SUBCONTRACTORS, SUPPLIERS,AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement,the apparent Successful Bidder,and any other Bidder so requested, shall within 5 days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each Subcontractor, Supplier,individual,or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation,has reasonable objection any proposed Subcontractor, Supplier, individual,or entity, OWNER may,before the Notice of Award is given request apparent Successful Bidder to submit a substitute, without an increase in the bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute ground for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, ore entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. 12.04 Bidder shall include in his Bid the name, or names and address, or addresses, and Idaho Public Works Contractor License Numbers of the Subcontractors who shall, in the event the Bidder secures the Contract, subcontract work under the general Contract. Failure to name Subcontractors as required by this section shall render any Bid submitted by the Bidder unresponsive and void. ARTICLE 13 —PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. Additional copies may be obtained from City of Twin Falls Engineering Department,203 Main Avenue East, Twin Falls, Idaho 83301. A copy available for 00100-5 viewing at the City but 9/28/2023 additional copies with JUB 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each Bid item listed therein. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner(whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturer in the manner indicted on the Bid form. The official address of the joint venture must be shown below the signature. Include evidence of authority to sign. 13.08 All names shall be typed or printed in ink in the space provided. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in Idaho. If the project is federally funded, signing the Bid Form constitutes a covenant to obtain such qualification prior to award of the contract. Bidder's Idaho Public Works Contractor License Number shall also be shown on the Bid Form. ARTICLE 14—BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 00100-6 9/28/2023 ARTICLE 15—SUBMITTAL OF BID 15.01 Each prospective Bidder is furnished one bound copy of the Bidding and Contract Documents. The Bid form, Bid security, listing of subcontractors and suppliers and other required Bidding Documents may be submitted without the accompanying bound contract documentation. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and, if applicable,the designated portion of the Project for which the Bid is submitted),the name and address of Bidder,and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system,the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation"BID ENCLOSED." [The Bid shall be addressed to City of Twin Falls,Engineering Department,PO Box 1907, Twin Falls,Idaho 83303.] ARTICLE 16—MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 Relief from Bids. (a) If an awarding authority for the public entity determines that a Bidder is entitled to relief from a Bid because of mistake, the authority shall prepare a report in writing to document the facts establishing the existence of each element required in Section 54-1904C, Idaho Code. The report shall be available for inspection as a public record and shall be filed with the public entity soliciting bids. (b) A Bidder claiming a mistake satisfying all the conditions of Section 54-1904C,Idaho Code, shall be entitled to relief from the Bid and have any Bid Security returned by the public entity. Bidders not satisfying the conditions found in Section 54-1904C,Idaho Code, shall forfeit any Bid Security. Bidders failing to execute a Contract and not satisfying the conditions of a mistake shall also forfeit any Bid Security. 16.03 Grounds for relief. The Bidder shall establish to the satisfaction of the public entity that: a)A clerical or mathematical mistake was made; b)The Bidder gave the public entity written notice within five(5)calendar days after the opening of the bids of the mistake, specifying the notice in detail how the mistake occurred; and c)The mistake was material. ARTICLE 17—OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any,will be made available to Bidders after the opening of Bids. ARTICLE 18—BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid form but OWNER may,in its sole discretion,release any Bid and return the Bid security prior to the end of this period. ARTICLE 19—AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, non-conforming, non - responsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds,after reasonable inquiry and evaluation,to be non-responsible. OWNER also reserves 00100-7 9/28/2023 the right to waive all informalities not involving price,time,or changes in the Work and to negotiate contract terms with the Successful Bidder. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids,OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates,unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders,proposed Subcontractors, Suppliers, individuals, ore entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the lowest responsible Bidder whose Bid is acceptable to the Owner. 19.07 The Contract will be awarded based on bid schedule, with the option for the OWNER to execute a change order adding bid alternate No. 1 to the Contract. ARTICLE 20—CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Performance and Payment Bonds and insurance. When the successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bonds. ARTICLE 21 —SIGNING OF THE AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within 10 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. Within 10 days thereafter, OWNER shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. ARTICLE 22—SALES AND USE TAXES 22.01 Refer to Article 6 of the General Conditions for tax requirements. ARTICLE 23—RETAINAGE 23.01 Provisions for retainage are as established in the Contract. 00100-8 9/28/2023 DOCUMENT 00300 BID FORM CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 PROJECT IDENTIFICATION: Shoshone Falls Grade,Project No. 60-20-088 CONTRACT IDENTIFICATION AND NUMBER: Shoshone Falls Grade,Project No. 60-20-088 THIS BID IS SUBMITTED TO: DELIVER TO: MAIL TO: City of Twin Falls City of Twin Falls Engineering Department Engineering Department 203 Main Avenue East P.O.Box 1907 Twin Falls,ID 83301 Twin Falls,ID 83303-1907 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in the Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders,including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening,or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid,Bidder represents,as set forth in the Agreement that: Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged. Addendum No. Addendum Date Signature or Initial Bidder has visited the Site and become familiar with and is satisfied as to the general,local and Site conditions that may affect cost,progress,and performance of the Work. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost,progress and performance of the Work. 00300-1 Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities),if any,which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions,and(2)reports and drawings of a Hazardous Environmental Condition,if any,which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. Bidder has obtained and carefully studied(or assumes responsibility for having done so)all additional or supplementary examinations,investigations,explorations,tests,studies and data concerning conditions(surface,subsurface and Underground Facilities)at or contiguous to the Site which may affect cost,progress,or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques, sequence,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and progress incident thereto. Bidder does not consider that any further examinations,investigations,explorations,tests, studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s)bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site,reports and drawings identified in the Bidding Documents, and all additional examinations,investigations,explorations,tests,studies,and data with the Bidding Documents. Prior to bid,Bidder has given ENGINEER written notice of all conflicts,errors,ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by ENGINEER is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group,association,organization or corporation;Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;Bidder has not solicited or induced any individual or entity to refrain from bidding;and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. 00300-2 5.01 BID SCHEDULE A: ROCK REMOVAL ITEM ISPWC# ITEM DESCRIPTION EST. UNIT UNIT PRICE EXTENDED PRICE No. QTY Division 200- Earthwork 1 202.4.1.A.1 Excavation 23 CY $ $ 2 202.4.2.A.1 Rock Excavation 878 CY $ $ 3 202.4.4.A.1 Controlled Blasting 1056 DF $ $ 4 202.4.6.A.1 Borrow 3 CY $ $ Division 800— Aggregates and Asphalt 5 802.4.1.A.1 3/4"Crushed Aggregate 19 CY for Base Type 1(15" $ $ Thickness) 6 810.4.1.A.1 Plant Mix Pavement%" 13.56 TON Superpave HMA SP-3 $ $ (5.5"Thickness) Division 1100--Traffic Signals and Street Lighting 7 1103.4.1.B.1 Traffic Control Signs,Type 102 SF $ $ B 8 1103.4.1.C.1 Traffic Control Barricades, 2 EA $ $ Type 3 9 1103.4.1.C.3 Traffic Control Barricades, 1 EA Type 2 10 1103.4.1.H.1 Portable Tubular Markers 39 EA $ $ 11 1103.4.1.1.1 Traffic Control Flaggers 80 MH $ $ 12 1103.4.111 Traffic Control 45 Day $ $ Maintenance Division 2000— Miscellaneous 13 2010.4.1.A.1 Mobilization (5%) 1 LS $ $ Division 3000—Special Provisions 14 SP-3001 2'x10' Precast Concrete 7 EA $ $ Traffic Barrier 15 SP-3003 Ditch 88 LF $ $ 16 SP-3005 Portable Changeable 1 EA $ $ Message Sign 17 SP-3007 Fiber Rolls 231 LF $ $ 18 SP-3009 Contractor Furnished 1 LS Construction Surveying $ $ and Staking TOTAL BID SCHEDULE A: $ 00300-3 TOTAL BID SCHEDULE A (written out): BID SCHEDULE B: ROADWAY RECONSTRUCTION ITEM ISPWC# ITEM DESCRIPTION EST. UNIT UNIT PRICE EXTENDED PRICE No. CITY Division 200- Earthwork 1 201.4.1.13.1 Clearing and Grubbing 1 LS $ $ 2 201.4.1.E.1 Removal of Idaho Power 644 LF $ $ Induction Conduit 3 201.4.1.E.3 Removal of Pipe 150 LF $ $ 4 201.4.1.F.1 Removal of Idaho Power 4 EA $ $ Junction Box 5 201.4.1.F.3 Removal of Idaho Power 8 EA $ $ Detector Loop 6 201.4.1.F.5 Removal of Storm Drain 1 EA $ $ Inlet 7 201.4.1.F.7 Removal of Headwall 1 EA $ $ 8 201.4.1.F.9 Removal of Gate 1 EA $ $ 9 202.4.1.A.1 Excavation 1478 Cy $ $ 10 202.4.6.A.1 Borrow 1850 Cy $ $ 11 202.4.8.A.1 Dust Abatement Water 27 MG $ $ (Per 1,000 Gallons) 12 205.4.1.A.1 Dewatering 1 LS $ $ 13 206.4.1.B.1 Seeding 0.77 ACRE $ $ 14 206.4.1.C.1 Mulching 0.77 ACRE $ $ 15 206.4.1.G.1 Fertilizing 0.77 ACRE $ $ 16 206.4.1.1-1.1 Loose Riprap 124 Cy $ $ Division 600--Culvert, Storm Drain and Gravity Irrigation Pipe 17 601.4.1.A.17.1 12"Storm Drain Pipe, 155 LF $ $ Corrugated Polyethylene 18 601.4.1.A.17.2 18"Storm Drain Pipe, 48 LF $ $ Corrugated Polyethylene 19 601.4.1.A.17.3 24"Storm Drain Pipe, 34 LF $ $ Corrugated Polyethylene 20 601.4.1.A.17.4 30"Storm Drain Pipe, 237 LF $ $ Corrugated Polyethylene 21 601.4.1.A.17.5 36"Storm Drain Pipe, 28 LF $ $ Corrugated Polyethylene 22 602.4.1.B.1 Storm Drain Manhole- 2 EA $ $ Type B 23 602.4.1.G.1 Inlet-Type IV 4 EA $ $ 24 602.4.1.G.3 Inlet-ITD Type 8 5 EA $ $ 25 602.4.1.G.5 Inlet-ITD Type 2A 1 EA $ $ Division 700--Concrete 00300-4 26 703.4.1.A.1 Concrete (Cast-in- 2.3 CY $ $ Place) -Class 3000 27 706.4.1.A.5 Standard 6"Vertical 2054 FT $ $ Curb& Gutter 28 706.4.1.F.1 Concrete Driveway 38 SY $ $ Approach Division 800-- Aggregates and Asphalt 29 802.4.1.6.1 Crushed Aggregate for 3598 TN $ $ Base—Y."Type 1 30 804.4.1.A.1 Sand Choker 72 CY $ $ 31 806.4.1.6.1 Diluted Emulsified 482 GL $ $ Asphalt for Tack Coat 32 807.4.1.A.1 Asphalt for Prime Coat 4 TN $ $ 33 810.4.1.A.1 Plant Mix Pavement 3047 TN $ $ Division 1000-- Construction Stormwater BMP's 34 1001.4.1.A.1 Sediment Control 1 LS $ $ 35 1003.4.1.13.1 Biofilter Bags 1,206 LF $ $ 17 1006.4.1.C.1 Inlet Protection 10 EA $ $ Division 1100--Traffic Signals and Street Lighting 18 1102.4.1.E.1 Conduit, 2" 664 LF $ $ 19 1102.4.1.F.1 Junction Box 4 EA $ $ 20 1103.4.1.A.1 Construction Traffic 1 LS $ $ Control 21 1103.4.1.13.1 Traffic Control Signs Type 113 SF $ $ B 22 1103.4.1.C.1 Traffic Control 2 EA $ $ Barricades,Type 3 23 1103.4.1.G.1 Traffic Control 60 Day $ $ Maintenance 24 1103.4.1.H.1 Portable Tubular 58 EA $ $ Markers 25 1103.4.1.1.1 Traffic Control Flaggers 960 MH $ $ 26 1135.01.07 Relocate Roadside Sign 4 EA $ $ Division 2000-- Miscellaneous 27 2010.4.1.A.1 Mobilization 1 LS $ $ 28 2050.4.1.6.1 Riprap/Erosion Control 70 SY $ $ Geotextile 29 2050.4.1.C.1 Subgrade Preparation 3,173 SY $ $ Geotextile 00300-5 Special Provisions 30 SP-1001 Cement Treated Base 865 CY $ $ 31 SP-1003 Recycled Asphalt Base 5,181 SY $ $ Stabilization (RABS) 32 SP-2050.1 Remove and Reset 341 FT $ $ Precast Concrete Barrier 33 SP-2050.3 Precast Concrete Barrier 25 FT $ $ 34 SP-2055.1 W-Beam Guardrail 1,454 FT $ $ 35 SP-2055.2 Guardrail Transition, Low 2 EA $ $ Speed 36 SP-2055.3 Guardrail Anchor 1 EA $ $ 37 SP-2055.4 Guardrail Terminal, 1 EA $ $ Tangent 38 SP-3001 Landscape Rock 344 SY $ $ 39 SP-3003 Crash Cushion 1 EA $ $ 40 SP-3005 Portable Changeable 2,880 HR $ $ Message Sign 41 SP-3007 Access Gate 1 EA $ $ 42 SP-3009 Galvanized Steel Pipe 2 EA $ $ Apron 43 SP-5001 Contractor Furnished 1 LS $ $ Construction Survey and Staking 44 SP-5003 Storm Water 1 LS $ $ Management TOTAL BID SCHEDULE B: $ TOTAL BID SCHEDULE B (written out): BID SCHEDULE C: BOAT RAMP ROAD ITEM ISPWC# ITEM DESCRIPTION EST. UNIT UNIT PRICE EXTENDED PRICE No. CITY Division 200- Earthwork 1 201.4.1.13.1 Clearing and Grubbing 1.00 LS $ $ 2 201.4.1.E.1 Removal of 1.5"Water 322 LF $ $ Line 3 201.4.1.E.3 Removal of 2" Pressure 297 LF $ $ Irrigation Line 4 201.4.1.F.1 Removal of Irrigation 1 EA $ $ Valve and Box 5 202.4.1.A.1 Excavation 114 CY $ $ 6 202.4.6.A.1 Borrow 9 CY $ $ 7 202.4.8.A.1 Dust Abatement Water 2 MG (Per 1,000 Gallons) $ $ Division 400--Water 00300-6 8 401.4.1.A.1 Water Main Pipe-Size 331 LF $ $ 1.5"-Type PE Division 800— Aggregates and Asphalt 9 802.4.1.13.1 Crushed Aggregate for 140 TN $ $ Base—%"Type I 10 804.4.1.A.1 Sand Choker 5 CY $ $ 11 806.4.1.13.1 Diluted Emulsified 34 GL $ $ Asphalt for Tack Coat 12 807.4.1.A.1 Asphalt for Prime Coat 0.22 TN $ $ 13 810.4.1.A.1 Plant Mix Pavement 198 TN $ $ Division 900--Pressure Irrigation 14 901.4.1.A.1 2" Diameter Pressure 293 LF $ $ Irrigation Main Type PVC 15 901.4.1.A.1 2" Diameter Pressure 1 EA $ $ Irrigation Valve-Gate Valve and Fiberglass Valve Box Division 1100—Traffic 16 1103.4.1.A.1 Construction Traffic 1 LS $ $ Control 17 1103.4.1.13.1 Traffic Control Signs Type 63 SF $ $ B 18 1103.4.1.C.1 Traffic Control Barricades, 2 EA Type 3 Division 2000— Miscellaneous 19 2010.4.1.A.1 Mobilization 1 LS $ $ 20 2050.4.1.C.1 Subgrade Preparation 49 SY $ $ Geotextile Special Provisions 21 SP-1001 Cement Treated Base 219 CY $ $ 22 SP-1003 Recycled Asphalt Base 596 SY $ $ Stabilization (RABS) 23 SP-2055.1 W-Beam Guardrail 296 FT $ $ 24 SP-2055.3 Guardrail Anchor 1 EA $ $ 25 SP-2055.5 Guardrail Terminal, Flared 1 EA $ $ 26 SP-3005 Portable Changeable 480 HR $ $ Message Sign 27 SP-5001 Contractor Furnished 1 LS Construction Survey and $ $ Staking 28 SP-5003 Storm Water 1 LS $ $ Management TOTAL BID SCHEDULE C: $ 00300-7 I'm sure this will be filled in as project progresses TOTAL BID SCHEDULE C itten out): BID SCHEDULED:PEDESTRIA PATHWAY ITEM ISPWC# IT DESCRIPTION EST. UNIT UNIT PRICE EXTENDED PRICE No. CITY Division 200- Earthwork 1 $ $ 2 $ $ 3 $ $ 4 $ $ Division 800— Aggregates and Asphalt 5 $ $ 6 $ $ Division 1100—Traffic 7 $ $ 8 $ $ 9 10 $ $ 11 $ $ 12 $ $ Division 2000— Miscellaneous 13 $ $ Division 3000—Special Provisions 14 $ $ 15 $ $ 16 $ $ 17 $ $ 18 $ $ TOTAL BID SCHEDULE D: $ TOTAL BID SCHEDULE D (written out): TOTAL BID SCHEDULE: $ TOTAL BID SCHEDULE (written out): 00300-8 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidate damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 6.03 Bidder agrees to comply with Idaho Code 44-1006,regarding employment of Idaho residents. 7.01 The following documents are attached to and made a condition of this bid: Required Bid security Bidder shall include in his Bid the name,or names and address,or addresses,and Idaho Public Works Contracts License Numbers of the Subcontractors who shall,in the event the Bidder secures the Contract,subcontract the plumbing,heating and air-conditioning work,and electrical work under the general Contract; Provide the names and addresses of the additional subcontractors,suppliers,individuals or entities called for in the Instructions to Bidders(include Public Works Contractor License Numbers for any subcontractors); 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on ,2023. Idaho Public Works Contractor License No. Expiration Date An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business address: Phone No.: FAX No.: A Joint Venture Joint Venturer Name: (SEAL) By: 00300-9 (Signature of joint venture partner—attach evidence of authority to sign) Name(typed or printed): Title: Business address: Phone No.: FAX No.: Joint Venturer Name: (SEAL) By: (Signature—attach evidence of authority to sign) Name(typed or printed): Title: Business address: Phone No.: FAX No.: Phone and FAX Number,and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual,partnership,and corporation that is a party to the joint venture should be in the manner indicated above.) A Corporation Corporation Name: (SEAL) By: (Signature—attach evidence of authority to sign) Name: (typed or printed): Title: (CORPORATE SEAL) Attest (Signature of Corporate Secretary) Business address: 00300-10 Phone No.: FAX No.: State of Incorporation: Type(General Business,Professional, Service,Limited Liability): Date of Qualification to do business is A Partnership Partnership Name: (SEAL) By: (Signature of general partner—attach evidence of authority to sign) Name(typed or printed): Business address: Phone No.: FAX No.: 00300-11 PENAL SUM FORM DOCUMENT 00410 BID BOND CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 BIDDER(Name and Address): SURETY(Name and Address of Principal Place of Business): OWNER(Name and Address): BID BID DUE DATE:Date-Time PROJECT(Brief Description Including Location): The Shoshone Falls Grade project consists of four construction schedules in total. A.) The Shoshone Falls Grade Rock Removal schedule includes blasting operations to remove a rock face overhanging the roadway of Shoshone Falls Grade. A widened roadway pavement area and rock catchment area will also be constructed. B.) The Shoshone Falls Grade Roadway Reconstruction schedule includes widening and reconstructing Shoshone Falls Grade and Dierkes Road,constructing curb and gutter, constructingspring pring and storm water catchment and pipe systems, and constructing an asphalt path. Guardrail will also be placed in select areas. C.) The Shoshone Falls Grade Boat Ramp Road schedule includes widening and reconstructing the roadway, installing water and pressure irrigation pipe, and installing_guardrail. D.) The Shoshone Falls Grade Pedestrian Pathway schedule includes construction of a shared use path and pathway bridge from the proposed sidewalk on Dierkes Road to the proposed Shoshone Falls Grade. The City of Twin Falls owns the right-of-way within the project limits. BOND BOND NUMBER: DATE(Not later than Bid due date): PENAL SUM: (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder,intending to be legally bound hereby,subject to the terms printed on the reverse side hereof,do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent,or representative. BIDDER SURETY (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal 00410-1 PENAL SUM FORM By: By: Signature and Title Signature and Title (Attach Power of Attorney) Attest: Attest: Signature and Title Signature and Title Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder,Surety,OWNER or other party shall be considered plural where applicable. 00410-2 PENAL SUM FORM 1. Bidder and Surety, jointly and severally, bind deemed to be effective upon receipt by the party themselves, their heirs, executors, administrators, concerned. successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this 9. Surety shall cause to be attached to this Bond a Bond. current and effective Power or Attorney evidencing the authority of the officer, agent or representative who 2. Default of Bidder shall occur upon the failure of executed this Bond on behalf of Surety to execute, seal Bidder to deliver within the time required by the and deliver such Bond and bind the Surety thereby. Bidding Documents(or any extension thereof agreed to in writing by OWNER) the executed Agreement 10. This Bond is intended to conform to all applicable required by the Bidding Documents and any statutory requirements. Any applicable requirement of performance and payment Bonds required by the any applicable statute that has been omitted from this Bidding Documents. Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts 3. This obligation shall be null and void if: with any applicable statute, then the provision of said 3.1. OWNER accepts Bidder's Bid and Bidder statute shall govern and the remainder of this Bond that delivers within the time required by the Bidding is not in conflict therewith shall continue in full force Documents (or any extension thereof agreed to in and effect. writing by O)NNER) the executed Agreement required by the Bidding Documents and any performance and 11. The term"Bid" as used herein includes a Bid, offer payment Bonds required by the Bidding Documents,or or proposal as applicable. 3.2. All Bids are rejected by OWNER,or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER,which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be 00410-3 DOCUMENT 00435 NAMING OF SUBCONTRACTORS AND SUPPLIERS CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 In addition to subcontractors for plumbing,heating and air-conditioning work,and electrical work,provide the names and addresses of the additional subcontractors,suppliers,individuals or entities called for in the Instructions for Bidders. Prior to the award of the contract,bidders shall possess or obtain a license issued in the state of Idaho by the Idaho Public Works Contractors License Board in the class and type specified for the value and scope of work to be done in accordance with the provision of Title 54,Chapter 19,Idaho Code, as amended. All subcontractors required to perform work under this contract shall be included below otherwise the bid shall be deemed non-responsive. (Public Works licenses is not required to bid,but required at time of or prior to award of contract for any subcontractors.) If no subcontractors are required to complete the work,mark"NONE". Name and Address Classification License Number(1) 00435-1 DOCUMENT 00520 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 THIS AGREEMENT is by and between the City of Twin Falls (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR,in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The Shoshone Falls Grade project consists of four construction schedules in total. A.) The Shoshone Falls Grade Rock Removal schedule includes blasting operations to remove a rock face overhanging the roadway of Shoshone Falls Grade.A widened roadway pavement area and rock catchment area will also be constructed. B.) The Shoshone Falls Grade Roadway Reconstruction schedule includes widening and reconstructing Shoshone Falls Grade and Dierkes Road,constructing curb and gutter,constructing spring and storm water catchment and pipe systems,and constructing an asphalt path. Guardrail will also be placed in select areas. C.) The Shoshone Falls Grade Boat Ramp Road schedule includes widening and reconstructing the roadway, installing water and pressure irrigation pipe,and installing guardrail. D.) The Shoshone Falls Grade Pedestrian Pathway schedule includes construction of a shared use path and pathway bridge from the proposed sidewalk on Dierkes Road to the proposed Shoshone Falls Grade. The City of Twin Falls owns the right-of-way within the project limits. ARTICLE 2-THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: The Shoshone Falls Grade Rock Removal schedule includes blasting operations to remove a rock face overhanging the roadway of Shoshone Falls Grade.A widened roadway pavement area and rock catchment area will also be constructed. The Shoshone Falls Grade Roadway Reconstruction schedule includes widening and reconstructing Shoshone Falls Grade and Dierkes Road,constructing curb and gutter,constructing spring and storm water catchment and pipe systems,and constructing an asphalt path. Guardrail will also be placed in select areas. The Shoshone Falls Grade Boat Ramp Road schedule includes widening and reconstructing the roadway, installing water and pressure irrigation pipe,and installing guardrail. The Shoshone Falls Grade Pedestrian Pathway schedule includes construction of a shared use path and pathway bridge from the proposed sidewalk on Dierkes Road to the proposed Shoshone Falls Grade. 00520-1 The City of Twin Falls owns the right-of-way within the project limits. ARTICLE 3-ENGINEER 1. The Design Engineer is J-U-B Engineers, Inc. The Construction Project Engineer is J-U-B Engineers, Inc. hereinafter called ENGINEER, and who is to act as OWNER'S representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4-CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. The Project will be completed in accordance with the following schedule requirements: Schedule A Phasing: The Shoshone Falls Grade Rock Removal Project is to be constructed in one phase.The contractor shall incur all costs associated with constructing the project including planning,scheduling,and mobilization. The project is defined as follows: The contractor shall utilize traffic control devices to close Shoshone Falls Grade as necessary for blasting operations.Advanced signing informing the public of the closure shall be in accordance with the approved temporary traffic control plan.The contractor may utilize traffic control devices and closures for Shoshone Falls Grade Roadway Reconstruction as described in Schedule B,Phase 1.This schedule will be substantially complete within thirty(30)calendar days of Notice to Proceed. Schedule B Phasing: The Shoshone Falls Grade and Dierkes Rd Project is to be constructed in three phases.The contractor shall incur all costs associated with constructing the project including planning,scheduling,and mobilization. The project is defined as follows: Phase 1: The contractor shall utilize traffic control devices and flaggers to close Shoshone Falls Grade at the limits of reconstruction.This phase includes reconstruction of Shoshone Falls Grade and the intersection of Shoshone Falls Grade and Dierkes Road. Shoshone Falls Park may be closed to the public between December through February.Beginning March 1 St,the park and Shoshone Falls Grade must be open to the public.Additional phasing and/or flagging may be required to maintain one-lane,two-way operation during paving operations after March 15t dvanced signing informing the public of the road work shall be in accordance with the approved temporary tra of lan. COStS borne by Phase 2: Contractor The contractor shall utilize traffic control devices and flaggers to close the south half of Dierkes Rd.and direct traffic in a one-lane,two-way operation during the road widening and re-construction.Full closure may be allowed for Dickers Road.Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan. Phase 3: The contractor shall utilize traffic control devices and flaggers to close the north half of Dierkes Rd. and direct traffic in a one-lane,two-way operation during the road widening and re-construction.Full closure may be allowed for Diekers Road.Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan. This schedule will be substantially complete within One Hundred Ten(110)calendar days of Notice to Proceed. 00520-2 Schedule C Phasing: The Boat Ramp Road Project is to be constructed in one phase.The contractor shall incur all costs associated with constructing the project including planning,scheduling,and mobilization. The project is defined as follows: The contractor shall utilize traffic control devices and advanced warning signs to close Boat Ramp Road to traffic. Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan.This schedule will be substantially complete within twenty(20)calendar days of Begin Construction after the completion of Schedules A&B. Schedule D Phasing: The Pedestrian Path Project is to be constructed in one phase.The contractor shall incur all costs associated with constructing the project including planning,scheduling,and mobilization. The project is defined as follows: The contractor shall utilize traffic control devices and advanced warning signs to close one lane on Shoshone Falls Grade and one lane on Dierkes Road to traffic for ingress and egress operations only.Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan.This schedule will be substantially complete within Thirty(30)calendar days of Begin Construction after the completion of Schedules A&B. The project will be substantially complete within One Hundred Sixty(160)calendar days of Notice to Proceed. 4.02 Dates for Substantial Completion and Final Payment A. The work will be substantially complete within one hundred sixty(160)calendar days after the date with the Contract Times commence to run as provided and completed and ready for final payment within one hundred seventy (170)calendar days after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays,expense, and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly,instead of requiring any such proof,OWNER and CONTRACTOR agree that as liquidated damages for delay(but not as a penalty),CONTRACTOR shall pay OWNER$1,000.00 for each day that expires after the time specified in paragraph 4.02 above. After Substantial Completion,if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER,CONTRACTOR shall pay OWNER$1,000.00 for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5-CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs 5.0l.A: A. For all Work,at the prices stated in CONTRACTOR's Bid,attached hereto as an exhibit. ARTICLE 6-PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments 00520-3 A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the ISPWC General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. Applications for Payment shall be sent to the attention of City of Twin Falls Engineering Department,PO Box 1907, Twin Falls,ID 83303. 6.02 Progress Payments;Retainage A. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment on or about the 301 day of each month during performance of the Work as provided in paragraphs 6.02.A.I and 6.02.A.2 below. All such payments will be measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed)or,in the event there is no schedule of values,as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold,in accordance with paragraph 14.02 of the ISPWC General Conditions: Ninety-five(95)percent of Work completed(with the balance being retainage): and Ninety-five(95)percent of cost of materials and equipment not incorporated in the Work(with the balance being retainage). 2. Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to Ninety-five(95)percent of the Work completed,less such amounts as ENGINEER shall determine in accordance with Paragraph 14.02.B.5 of the ISPWC General Conditions and less one-hundred (100)percent of ENGINEER's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. If at Substantial Completion,the character and progress of the work has been satisfactory,the OWNER may,at the OWNER's sole discretion,reduce the amount of retainage being held. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the ISPWC General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.07. ARTICLE 7-INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the ISPWC General Conditions shall bear interest at the rate of two(2.0)percent per annum. ARTICLE 8-CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost,progress,and performance of the Work. 00520-4 C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost,progress,and performance of the Work. D. CONTRACTOR has carefully studied all:(1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which, if applicable, have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the ISPWC General Conditions and (2) reports and drawings of a Hazardous Environmental Condition,if any,at the Site which,if applicable,have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the ISPWC General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction,if any, expressly required by the Contract Documents to be employed by CONTRACTOR,and safety precautions and programs incident thereto. F. CONTRACTOR does not consider that any further examinations,investigations,explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts,errors, ambiguities,or discrepancies that CONTRACTOR has discovered in the Contract Documents,and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Contractor shall comply with all Laws and Regulations applicable to the performance of the Work. Except were otherwise expressly required by the applicable Laws and Regulations, neither owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. L. The CONTRACTOR will submit within 30 days of the date of this agreement a Public Works Contract Report(Form WH-5)to the Idaho State Tax Commission in compliance with Section 54-1904A and 63-3624(D,Idaho Code. ARTICLE 9-CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement(pages 1 to 8,inclusive); 2. Performance Bond(pages 1 to 3,inclusive); 00520-5 3. Payment Bond(pages 1 to 3,inclusive); 4. Other Bonds(N/A); (pages to ,inclusive). (pages to ,inclusive). 5. Project Manual 6. General Conditions—ISPWC-Division 100 of the Idaho Standards for Public Works Construction. 7. Supplementary Conditions(pages 1 to 13,inclusive) 8. Special Provisions(pages 1 to 58,inclusive) 9. Drawings consisting of General, Civil Sheets (pages G-001 to TC-102, inclusive) with each sheet bearing the following General Title: Shoshone Falls Grade 10. Addenda(pages to ,inclusive) 11. Exhibits to this Agreement(enumerated as follows): a. CONTRACTOR's Bid(pages to ,inclusive) b. Documentation submitted by CONTRACTOR prior to Notice of Award(pages to ,inclusive); 12. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed(pages 1 to 1,inclusive); b. Written Amendments; c. Work Change Directives; d. Change Order(s). B. The documents listed in paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.05 of the General Conditions. ARTICLE 10-MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract 00520-6 A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment,no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns 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 Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05. 1. "corrupt practice"means the offering, giving receiving, or soliciting of anything of value to influence the action of a public official in the bidding proves or in the Contract execution; 2. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process or the execution of the Contract to the detriment of Owner,(b)to establish Bid or Contract prices at artificial non-competitive levels,or(c)to deprive Owner of the benefits of free and open competition; 3. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of Owner a purpose of which is to establish Bid prices at artificial,non-competitive levels;and 4. "coercive practice" means harming or threatening to harm, directly or in directly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 10.06 Other Provisions NA 00520-7 IN WITNESS WHEREOF,OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on OWNER: CONTRACTOR: City of Twin Falls By: By: Printed Name: [CORPORATE SEAL] [CORPORATE SEAL] Attest Attest Address for giving notices: Address for giving notices: City of Twin Falls 203 Main Avenue East Twin Falls,ID 83301 (If OWNER is a corporation,attach evidence of authority to sign. If OWNER is a public body, attach evidence of License No. authority to sign and resolution or other documents (Where applicable) authorizing execution of OWNER-CONTRACTOR Agreement.) Agent for service of process: (If CONTRACTOR is a corporation or a partnership,attach evidence of authority to sign.) Designated Representative: Designated Representative: Name: Name: Title: Title: Address:203 Main Avenue East Address: Twin Falls,ID 83301 Phone:(208) Phone: Facsimile:(208) Facsimile: 00520-8 DOCUMENT 00610 PERFORMANCE BOND CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name and Address of Principal Place of Business): OWNER(Name and Address): CONTRACT: City of Twin Falls, Shoshone Falls Grade Date: Amount: DESCRIPTION: The Shoshone Falls Grade project consists of four construction schedules in total. A.) The Shoshone Falls Grade Rock Removal schedule includes blasting operations to remove a rock face overhanging the roadway of Shoshone Falls Grade.A widened roadway pavement area and rock catchment area will also be constructed. B.) The Shoshone Falls Grade Roadway Reconstruction schedule includes widening and reconstructing Shoshone Falls Grade and Dierkes Road, constructing curb and gutter, constructing spring and storm water catchment and pipe systems, and constructing an asphalt path. Guardrail will also be placed in select areas. C.) The Shoshone Falls Grade Boat Ramp Road schedule includes widening and reconstructing the roadway, installing water and pressure irrigation pipe, and installing guardrail. D.) The Shoshone Falls Grade Pedestrian Pathway schedule includes construction of a shared use path and pathway bridge from the proposed sidewalk on Dierkes Road to the proposed Shoshone Falls Grade. The City of Twin Falls owns the right-of-way within the project limits. BOND Date(Not earlier than Contract Date): Amount: Modifications to this Bond Form: Surety and Contractor,intending to be legally bound hereby,subject to the terms printed on the reverse side hereof,do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: (Attach Power of Attorney) (Space is provided below for signatures of additional parties,if required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) 00610- 1 DOCUMENT 00610 PERFORMANCE BOND Signature: Signature: Name and Title: Name and Title: EJCDC No. 1910-28-A(1996 Edition) Originally prepared through the joint efforts of the Surety Association of America,Engineers Joint Contract Documents Committee,the Associated General Contractors of America,and the American Institute of Architects. 00610-2 DOCUMENT 00610 PERFORMANCE BOND 1. The CONTRACTOR and the Surety,jointly and severally,bind themselves,their liability,in whole or in part,without further notice the OWNER shall be entitled to heirs, executors, administrators, successors and assigns to the Owner for the enforce any remedy available to the OWNER. performance of the Contract,which is incorporated herein by reference. 6. After the OWNER has terminated the CONTRACTOR's right to complete the 2. If the CONTRACTOR performs the Contract,the Surety and the CONTRACTOR Contract,and if the Surety elects to act under paragraph 4.1,4.2,or 4.3 above,then the have no obligation under this Bond,except to participate in conferences as provided in responsibilities of the Surety to the OWNER shall not be greater than those of the paragraph 3.1. CONTRACTOR under the Contract, and the responsibilities of the OWNER to the Surety shall not be greater than those of the OWNER under the Contract. To a limit of 3. If there is no OWNER Default,the Surety's obligation under this Bond shall arise the amount of this Bond,but subject to commitment by the OWNER of the Balance of after: the Contract Price to mitigation of costs and damages on the Contract,the Surety is obligated without duplication for: 3.1. The OWNER has notified the CONTRACTOR and the Surety at the addresses described in paragraph 10 below,that the OWNER is considering declaring a 6.1. The responsibilities of the CONTRACTOR for correction of defective CONTRACTOR Default and has requested and attempted to arrange a conference with Work and completion of the Contract; the CONTRACTOR and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Contract. If the OWNER, the 6.2. Additional legal,design professional and delay costs resulting from the CONTRACTOR and the Surety agree, the CONTRACTOR shall be allowed a CONTRACTOR's Default,and resulting from the actions or failure to act of the Surety reasonable time to perform the Contract,but such an agreement shall not waive the under paragraph 4;and OWNER's right,if any,subsequently to declare a CONTRACTOR Default;and 6.3. Liquidated damages, or if no liquidated damages are specified in the 3.2. The OWNER has declared a CONTRACTOR Default and formally Contract,actual damages caused by delayed performance or non-performance of the terminated the CONTRACTOR's right to complete the Contract. Such CONTRACTOR CONTRACTOR. Default shall not be declared earlier than twenty days after the CONTRACTOR and the Surety have received notice as provided in paragraph 3.1;and 7. The Surety shall not be liable to the OWNER or others for obligations of the CONTRACTOR that are unrelated to the Contract,and the Balance ofthe Contract Price 3.3. The OWNER has agreed to pay the Balance of the Contract Price to: shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the OWNER or its 3.3.1. The Surety in accordance with the terms of the Contract; heirs,executors,administrators,or successors. 3.3.2 Another contractor selected pursuant to paragraph 4.3 to 8. The Surety hereby waives notice of any change,including changes of time,to the perform the Contract. Contract or to related subcontracts,purchase orders and other obligations. 4. When the OWNER has satisfied the conditions of paragraph 3,the Surety shall 9. Any proceeding,legal or equitable,under this Bond may be instituted in any court promptly and at the Surety's expense take one of the following actions: of competent jurisdiction in the location in which the Work or part of the Work is located and shall be instituted within two years after CONTRACTOR Default or within two 4.1. Arrange for the CONTRACTOR,with consent of the OWNER,to perform years after the CONTRACTOR ceased working or within two years after the Surety and complete the Contract;or refuses or fails to perform its obligations under this Bond,whichever occurs first. If the provisions of this paragraph are void or prohibited by law,the minimum period of 4.2. Undertake to perform and complete the Contract itself,through its agents or limitation available to sureties as a defense in the jurisdiction of the suit shall be through independent contractors;or applicable. 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable 10. Notice to the Surety,the OWNER or the CONTRACTOR shall be mailed or to the OWNER for a contract for performance and completion of the Contract,arrange delivered to the address shown on the signature page. for a contract to be prepared for execution by the OWNER and the contractor selected with the OWNER's concurrence,to be secured with performance and payment bonds 11. When this Bond has been furnished to comply with a statutory or other legal executed by a qualified surety equivalent to the Bonds issued on the Contract,and pay requirement in the location where the Contract was be performed,any provision in this to the OWNER the amount of damages as described in paragraph 6 in excess of the Bond conflicting with said statutory or legal requirement shall be deemed deleted here Balance of the Contract Price incurred by the OWNER resulting from the from and provisions conforming to such statutory or other legal requirement shall be CONTRACTOR Default;or deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 4.4. Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances; 12. Definitions. 4.4.1 After investigation,determine the amount for which it may be 12.1 Balance of the Contract Price:The total amount payable by the OWNER to liable to the OWNER and,as soon as practicable after the amount is determined,tender the CONTRACTOR under the Contract after all proper adjustments have been made, payment therefor to the OWNER;or including allowance to the CONTRACTOR of any amounts received or to be received by the OWNER in settlement of insurance or other Claims for damages to which the 4.4.2 Deny liability in whole or in part and notify the OWNER citing CONTRACTOR is entitled,reduced by all valid and proper payments made to or on reasons therefor. behalf of the CONTRACTOR under the Contract. 5. If the Surety does not proceed as provided in paragraph 4 with reasonable 12.2. Contract:The agreement between the OWNER and the CONTRACTOR promptness,the Surety shall be deemed to be in default on this Bond fifteen days after identified on the signature page,including all Contract Documents and changes thereto. receipt of an additional written notice from the OWNER to the Surety demanding that the Surety perform its obligations under this Bond,and the OWNER shall be entitled to 12.3. CONTRACTOR Default: Failure of the CONTRACTOR, which has enforce any remedy available to the OWNER. If the Surety proceeds as provided in neither been remedied nor waived,to perform or otherwise to comply with the terms of paragraph 4.4,and the OWNER refuses the payment tendered or the Surety has denied the Contract. 12.4. OWNER Default:Failure of the OWNER,which has neither been remedied nor waived,to pay the CONTRACTOR as required by the Contract or to perform and complete or comply with the other terms thereof. 00610-3 DOCUMENT 00620 PAYMENT BOND CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 Any singular reference to Contractor, Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name and Address of Principal Place of Business): OWNER(Name and Address): CONTRACT: CITY OF TWIN FALLS, SHOSHONE FALLS GRADE Date: Amount: DESCRIPTION: The Shoshone Falls Grade project consists of four construction schedules in total. A.) The Shoshone Falls Grade Rock Removal schedule includes blasting operations to remove a rock face overhanging the roadway of Shoshone Falls Grade. A widened roadway pavement area and rock catchment area will also be constructed. B.) The Shoshone Falls Grade Roadway Reconstruction schedule includes widening and reconstructing Shoshone Falls Grade and Dierkes Road, constructing curb and gutter, constructing spring and storm water catchment and pipe systems, and constructing an asphalt path. Guardrail will also be placed in select areas. C.) The Shoshone Falls Grade Boat Ramp Road schedule includes widening and reconstructing the roadway, installing water and pressure irrigation pipe, and installing guardrail. D.) The Shoshone Falls Grade Pedestrian Pathway schedule includes construction of a shared use path and pathway bridge from the proposed sidewalk on Dierkes Road to the proposed Shoshone Falls Grade. The City of Twin Falls owns the right-of-way within the project limits. BOND Date(Not earlier than Contract Date): Amount: Modifications to this Bond Form: Surety and Contractor,intending to be legally bound hereby,subject to the terms printed on the reverse side hereof,do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent,or representative. CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: (Attach Power of Attorney) (Space is provided below for signatures of additional parties,if required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) 00620- 1 DOCUMENT 00620 PAYMENT BOND Signature: Signature: Name and Title: Name and Title: EJCDC No. 1910-28-B(1996 Edition) Originally prepared through the joint efforts of the Surety Association of America,Engineers Joint Contract Documents Committee,the Associated General Contractors of America,the American Institute of Architects,the American Subcontractors Association,and the Associated Specialty Contractors. 00620-2 1. The CONTRACTOR and the Surety,jointly and severally,bind themselves, their heirs, executors,administrators, successors and assigns to the OWNER to 9. The Surety shall not be liable to the OWNER, Claimants or others for pay for labor,materials and equipment furnished for use in the performance of the obligations of the CONTRACTOR that are unrelated to the Contract. The Contract,which is incorporated herein by reference. OWNER shall not be liable for payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligations to make payments 2. With respect to the OWNER, this obligation shall be null and void if the to,give notices on behalf of,or otherwise have obligations to Claimants under this CONTRACTOR: Bond. 2.1. Promptly makes payment, directly or indirectly, for all sums due 10. The Surety hereby waives notice of any change,including changes of time,to Claimants,and the Contract or to related Subcontracts,purchase orders and other obligations. 2.2. Defends,indemnifies and holds harmless the OWNER from all claims, 11. No suit or action shall be commenced by a Claimant under this Bond other demands,liens or suits by any person or entity who furnished labor,materials or than in a court of competent jurisdiction in the location in which the Work or part equipment for use in the performance of the Contract,provided the OWNER has of the Work is located or after the expiration of one year from the date(1)on which promptly notified the CONTRACTOR and the Surety(at the addresses described the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3,or(2) in paragraph 12)of any claims,demands,liens or suits and tendered defense of on which the last labor or service was performed by anyone or the last materials such claims,demands,liens or suits to the CONTRACTOR and the Surety,and or equipment were furnished by anyone under the Construction Contract, provided there is no OWNER Default. whichever of(1)or(2)first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a 3. With respect to Claimants, this obligation shall be null and void if the defense in the jurisdiction of the suit shall be applicable. CONTRACTOR promptly makes payment,directly or indirectly,for all sums due. 12. Notice to the Surety,the OWNER or the CONTRACTOR shall be mailed or 4. The Surety shall have no obligation to Claimants under this Bond until: delivered to the addresses shown on the signature page. Actual receipt of notice by Surety,the OWNER or the CONTRACTOR,however accomplished,shall be 4.1. Claimants who are employed by or have a direct contract with the sufficient compliance as of the date received at the address shown on the signature CONTRACTOR have given notice to the Surety(at the addresses described in page. paragraph 12)and sent a copy,or notice thereof,to the OWNER,stating that a claim is being made under this Bond and,with substantial accuracy,the amount 13. When this Bond has been furnished to comply with a statutory or other legal of the claim. requirement in the location where the Contract was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed 4.2. Claimants who do not have a direct contract with the CONTRACTOR: deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is,that this Bond 1. Have famished written notice to the CONTRACTOR and shall be construed as a statutory Bond and not as a common law bond. sent 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 14. Upon request of any person or entity appearing to be a potential beneficiary stating,with substantial accuracy,the amount of the claim and the name of the of this Bond,the CONTRACTOR shall promptly furnish a copy of this Bond or parry to whom the materials were famished or supplied or for whom the labor was shall permit a copy to be made. done or performed;and 15. DEFINITIONS 2. Have either received a rejection in whole or in part from the CONTRACTOR,or not received within 30 days of furnishing the above notice 15.1.Claimant: An individual or entity having a direct contract with the any communication from the CONTRACTOR by which the CONTRACTOR had CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor, indicated the claim will be paid directly or indirectly;and materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms"labor,materials or 3. Not having been paid within the above 30 days,have sent a equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone written notice to the Surety and sent a copy,or notice thereof,to the OWNER, service or rental equipment used in the Contract,architectural and engineering stating that a claim is being made under this Bond and enclosing a copy of the services required for performance of the Work of the CONTRACTOR and the previous written notice furnished to the CONTRACTOR. CONTRACTOR's Subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were 5. If a notice required by paragraph 4 is given by the OWNER to the furnished. CONTRACTOR or to the Surety that is sufficient compliance. 15.2.Contract: The agreement between the OWNER and the 6. When the Claimant has satisfied the conditions of paragraph 4,the Surety shall CONTRACTOR identified on the signature page, including all Contract promptly and at the Surety's expense take the following actions: Documents and changes pthereto. 15.3.OWNER Default: Failure of the OWNER, which has neither been 6.1. Send an answer to the Claimant,with a copy to the OWNER,within remedied nor waived,to pay the CONTRACTOR as required by the Contract or 45 days after receipt of the claim,stating the amounts that are undisputed and the to perform and complete or comply with the other terms thereof basis for challenging any amounts that are disputed. 6.2. Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond,and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the performance of the Contract and to satisfy claims,if any,under any Performance Bond. By the CONTRACTOR furnishing and the OWNER accepting this Bond,they agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfy obligations of the CONTRACTOR and the Surety under this Bond,subject to the OWNER's priority to use the funds for the completion of the Work. 00620-3 DOCUMENT 00630 CONTRACTOR'S AFFIDAVIT CONCERNING TAXES CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 STATE OF COUNTY OF Pursuant to the Idaho Code, Title 63, Chapter 15, 1, the undersigned, being duly sworn, depose and certify that all taxes, excises and license fees due to taxing units in the State of Idaho, for which I or my property is liable then due or delinquent, have been paid, or secured to the satisfaction of the respective taxing units. (Name of Contractor) Address City and State By: (Signature) Subscribed and sworn to before me this day of , 20_ Notary Public Residing at Commission Expires 00630 - 1 DOCUMENT 00720 NOTICE TO PROCEED CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 Dated: 2023 TO: ADDRESS: CONTRACT: City of Twin Falls, Shoshone Falls Grade PROJECT: City of Twin Falls, Shoshone Falls Grade PROJECT NO.: 60-20-088 You are notified that the Contract Times under the above contract will commence to run on , 2023. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement the date of Substantial Completion is ,2024 and the date of readiness for final payment is 2024 Before you may start any Work at the Site, The Contractor and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. City of Twin Falls (OWNER) By: (AUTHORIZED SIGNATURE) City Engineer (TITLE) 00720- 1 DOCUMENT 00810 ISPWC— SUPPLEMENTARY CONDITIONS CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 SUPPLEMENTARY CONDITIONS OF THE CONSTRUCTION CONTRACT These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (2020 ISPWC Division 100). The General Conditions remain in full force and effect except as amended. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below,which are applicable to both the singular and plural thereof. The address system used in these Supplementary Conditions is the same as the address system used in the General Conditions,with the prefix "SC" added—for example,"Paragraph SC-4.05." ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01.A.2 Add the following language at the end of Paragraph 1.01.A.2: The Agreement may also be referred to as"Contract"within these Contract Documents. SC-1.01.A.3 Add the following language to the end of Paragraph 1.0I.A.3: The Application for Payment form to be used on this Project is included in the Bidding Documents. SC-1.01.A.8 Add the following language to the end of Paragraph 1.0I.A.8: The Change Order form to be used on this Project is included in the Bidding Documents. SC-1.01.A.22 Add the following language to the end of Paragraph 1.0l.A.22: The Engineer's consultants on this project are: • Not Applicable SC-1.01.A.23 Add the following language to the end of Paragraph 1.0l.A.23: The Field Order form to be used on this Project is included in the Bidding Documents. SC-1.01.A.42 Supplement Paragraph 1.0l.A.42 as follows: Substantial Completion is further defined as (i) that degree of completion of the Project's operating facilities or systems sufficient to provide the Owner the full time, uninterrupted, and continuous beneficial operation of the Work; and (ii) all required functional, performance, acceptance, and startup testing has been successfully demonstrated for all components, devices, equipment, and instrumentation and control to the satisfaction of the 00810- 1 Owner and Engineer in accordance with the requirements of the Specifications; and (iii) having all work completed, inspected, and tested such that it is ready for service; and (iv) having all defective Work replaced or corrected; (v) having all major portions of the surface repair completed and approved by the Owner and jurisdictional agencies; and (vi) having satisfied all provisions of any required permits, such that only minor punch list items remain to be completed (i.e., final cleaning, correction of minor surface restoration defects, restoration of staging areas, removal of unused equipment or materials, and any other minor item as determined by the Engineer or permitting agencies). Substantial Completion will be granted without verification of tax release,but verification will need to be completed prior to final completion. SC-1.0I.A.50 Add the following language to the end of Paragraph 1.0l.A.50: The Work Change Directive form to be used on this Project is included in the Bidding Documents. SC-1.01.A.51 Add the following paragraph immediately after Paragraph 1.0l.A.50: 51. Incidental — Work, Materials or Services required by the Contract which are not specifically identified as payment item(s). No specific measurement and/or payment will be made for incidental items. The cost thereof should be included in other items of work listed in the Bid Schedule. SC-1.01.A.52 Add the following paragraph immediately after Paragraph 1.0I.A.51: 52. Request for Information — A written request for information, requiring a written response, to Owner, Engineer, or Contractor, initiated by Owner, Engineer, or Contractor. ARTICLE 2—PRELIMINARY MATTERS SC-2.02.A Delete Paragraph 2.02.A in its entirety and insert the following in its place: A. Owner shall furnish to the Contractor three (3) printed copies and one (1) electronic PDF copy of the complete Drawings and Specifications. Additional printed copies will be furnished upon request at the cost of reproduction. Conformed documents incorporating responses and Addenda developed during the Bidding process will not be provided. SC-2.03.B Add the following paragraph immediately after Paragraph 2.03.A: B. Within the time frame noted in the Notice of Award,the Bidder to whom the award is made shall execute and return: 1. The Agreement in the required number of copies. 2. The required Payment and Performance Bonds. 3. A copy of the completed WH-5 Public Works Contract Report in accordance with Idaho Statutes 54-1904A and 63-3624(g). 4. Affidavit of Payment of Securement of all Taxes in accordance with Idaho Code. 00810 -2 5. The certificates of insurance (and other evidence of insurance which the Owner and any additional insured may reasonably request) with copies to each additional insured identified in the Supplementary Conditions, which Contractor is required to purchase and maintain in accordance with Article 6 of the General Conditions and Supplementary Conditions. SC-2.06 Delete Paragraphs 2.06.B and 2.06.0 in their entirety and insert the following in their place: B. Electronic Documents Protocol: The parties shall conform to the following provisions in Paragraphs 2.06.B and 2.06.0 and the Specifications, together referred to as the Electronic Documents Protocol ("EDP" or "Protocol") for exchange of electronic transmittals. 1. Basic Requirements a. To the fullest extent practical, the parties agree to and will transmit and accept Electronic Documents in an electronic or digital format using the procedures described in this Protocol. Use of the Electronic Documents and any information contained therein is subject to the requirements of this Protocol and other provisions of the Contract. b. The contents of the information in any Electronic Document will be the responsibility of the transmitting party. c. Electronic Documents as exchanged by this Protocol may be used in the same manner as the printed versions of the same documents that are exchanged using non-electronic format and methods, subject to the same governing requirements, limitations, and restrictions, set forth in the Contract Documents. d. Except as otherwise explicitly stated herein,the terms of this Protocol will be incorporated into any other agreement or subcontract between a party and any third party for any portion of the Work on the Project, or any Project- related services, where that third party is, either directly or indirectly, required to exchange Electronic Documents with a party or with Engineer. Nothing herein will modify the requirements of the Contract regarding communications between and among the parties and their subcontractors and consultants. e. When transmitting Electronic Documents, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the receiving party's use of software application packages, operating systems, or computer hardware differing from those established in this Protocol. f. Nothing herein negates any obligation 1)in the Contract to create, provide, or maintain an original printed record version of Drawings and Specifications, signed, and sealed according to applicable Laws and Regulations; 2)to comply with any applicable Law or Regulation governing the signing and sealing of design documents or the signing and electronic transmission of any other documents; or 3)to comply with the notice requirements of Paragraph 18.01 of the General Conditions. 00810 - 3 2. System Infrastructure for Electronic Document Exchange a. Each party will provide hardware, operating system(s) software, internet, e- mail, and large file transfer functions ("System Infrastructure") at its own cost and sufficient for complying with the EDP requirements. With the exception of minimum standards set forth in this EDP, and any explicit system requirements specified by attachment to this EDP, it is the obligation of each party to determine, for itself,its own System Infrastructure. 1) Each Party assumes full and complete responsibility for any and all of its own costs, delays, deficiencies, and errors associated with converting, translating, updating, verifying, licensing, or otherwise enabling its System Infrastructure, including operating systems and software, for use with respect to this EDP. b. Each party is responsible for its own system operations, security, back-up, archiving, audits, printing resources, and other Information Technology ("IT") for maintaining operations of its System Infrastructure during the Project, including coordination with the party's individual(s) or entity responsible for managing its System Infrastructure and capable of addressing routine communications and other IT issues affecting the exchange of Electronic Documents. c. Each party will operate and maintain industry-standard security software and systems that are intended to protect the other party from: software viruses and other malicious software like worms,trojans, adware; data breaches; loss of confidentiality; and other threats in the transmission to or storage of information from the other parties, including transmission of Electronic Documents by physical media such as CD/DVD/flash drive/hard drive. To the extent that a party maintains and operates such security software and systems, it shall not be liable to the other party for any breach of system security. d. In the case of disputes, conflicts, or modifications to the EDP required to address issues affecting System Infrastructure, the parties shall cooperatively resolve the issues; but, failing resolution, the Owner is authorized to make and require reasonable and necessary changes to the EDP to effectuate its original intent. If the changes cause additional cost or time to Contractor,not reasonably anticipated under the original EDP, Contractor may seek an adjustment in price or time under the appropriate process in the Contract. e. Each party is responsible for its own back-up and archive of documents sent and received during the term of the contract under this EDP, unless this EDP establishes a Project document archive, either as part of a Project website or other communications protocol, upon which the parties may rely for document archiving during the specified term of operation of such Project document archive. Further, each party remains solely responsible for its own post-Project back-up and archive of Project documents after the term of the Contract, or after termination of the Project document archive, if one is established, for as long as required by the Contract and as each party deems necessary for its own purposes. 00810 -4 f. If a receiving party receives an obviously corrupted, damaged, or unreadable Electronic Document, the receiving party will advise the sending party of the incomplete transmission. g. The parties will bring any non-conforming Electronic Documents into compliance with the EDP. The parties will attempt to complete a successful transmission of the Electronic Document or use an alternative delivery method to complete the communication. C. Software Requirements for Electronic Document Exchange;Limitations 1. Each party will acquire the software and software licenses necessary to create and transmit Electronic Documents and to read and to use any Electronic Documents received from the other party (and if relevant from third parties), using the software formats required in this section of the EDP. a. Prior to using any updated version of the software required in this section for sending Electronic Documents to the other party, the originating party will first notify and receive concurrence from the other party for use of the updated version or adjust its transmission to comply with this EDP. 2. The parties agree not to intentionally edit, reverse engineer, decrypt, remove security or encryption features, or convert to another format for modification purposes any Electronic Document or information contained therein that was transmitted in a software data format, including Portable Document Format (PDF), intended by sender not to be modified, unless the receiving party obtains the permission of the sending party or is citing or quoting excerpts of the Electronic Document for Project purposes. 3. Software and data formats for exchange of Electronic Documents will conform to the requirements set forth in Exhibit A to this EDP, including software versions, if listed. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,REQUIREMENTS,REUSE SC-3.01 Add the following paragraphs immediately after Paragraph 3.0l.G: H. The Specifications may vary in form, format, and style. Some specification sections are written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omissions of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of a section. The Contractor shall not take advantage of any variation of form, format, or style in making claims for extra work. 1. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire work under the Contract Documents and provide 00810 - 5 a complete Project whether the cross referencing is provided in each section or whether the cross referencing is complete. SC-3.03.13.2 Add the following paragraph immediately after Paragraph 3.03.B.1: 2. In cases of conflict in the requirements and provisions as set out by the Contract Documents, such conflict shall be generally reconciled by the acceptance of the following order of precedence for the Contract Documents (as verified by the Engineer): a. Permits from the Agencies b. Drawings C. Owners Revisions to the Standard Specifications and Drawings, and Special Provisions d. City of Twin Falls Standard Drawings and Specifications e. Idaho Standards for Public Works Construction f. Standard Form of Agreement g. Reference Specifications and Standards h. Supplementary Conditions to the General Conditions ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.01.A Delete Paragraph 4.01.A in its entirety and insert the following in its place: A. The Contract Times will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 60 days after the Effective Date of the Agreement. In no event, will the Contract Times commence to run later than the sixtieth day after the Effective Date of the Agreement unless a time extension is mutually agreed upon by the Owner and Contractor. SC-4.02.13 Add the following paragraph immediately after Paragraph 4.02.A: B. Submittals may be submitted to Engineer, but review of submittals will not start until the Notice to Proceed has been issued to the Contractor. SC-4.03.A.1 Add the following paragraph immediately after Paragraph 4.03.A: 1. At the discretion of the Owner, any stakes or benchmarks that are not protected by the Contractor and are ultimately destroyed or disturbed by the Contractor will be replaced by the Owner and the cost charged to the Contractor. SC-4.05.0 Add the following paragraphs immediately after Paragraph 4.05.C.4: 5. Weather-Related Delays 00810 - 6 a. If "abnormal weather conditions" as set forth in Paragraph 4.05.C.2 of the General Conditions are the basis for a request for an equitable adjustment in the Contract Times, such request must be documented by data substantiating each of the following: 1)that weather conditions were abnormal for the period of time in which the delay occurred, 2)that such weather conditions could not have been reasonably anticipated, and 3)that such weather conditions had an adverse effect on the Work as scheduled. b. The existence of abnormal weather conditions (i.e., wind, precipitation, temperature, flood, other natural phenomena, etc.) will be determined as follows: 1) An abnormal weather event above or below the historical upper or lower 951}i percentile values of the daily climatic rates for the same month(s) in which the event occurred for the preceding 5-year period (based on U.S. Weather Bureau statistics for the locality where the work is performed). ARTICLE 5—SITE, SUBSURFACE AND PHYSICAL CONDITIONS, HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.0l.A.1 Add the following paragraph immediately after Paragraph 5.0l.A: 1. Permanent and/or temporary construction easements upon which the Work will be completed, if any, have been secured by the Owner. Limits of these easements are shown on the Drawings and/or in the specifications. Any additional work areas or limits beyond the Owner's secured easements that Contractor deems necessary to complete the Work shall be provided and paid for the by the Contractor. SC-5.02.A.1 Add the following to Paragraph 5.02.A.1: For Work related to the Project, Contractor shall not enter upon, nor use, property that is not under the Owner's control until after the Contractor furnishes the Owner with a copy of a written agreement providing for such use. SC-5.02 Add the following paragraphs immediately after Paragraph 5.02.D: E. Contractor shall, at all times, conduct the Work as to insure the least possible obstruction to traffic patterns and inconvenience to the general public, and to ensure the safety of persons and property. No road or street shall be closed to the public except with the permission of the proper authorities and in accordance with the submitted traffic control plan. Fire hydrants on or adjacent to the Work shall be accessible to firefighting equipment at all times. Temporary provisions shall be made by the Contractor to ensure the use of access roads, drainage ditches, and irrigation ditches. F. Dust Control: Contractor shall be responsible for dust control on the Project at all times. Unless otherwise specified, the cost for dust control shall be incidental to other Bid items. Twin Falls Code Section 7-1-20 "Control of Particulate Matter (Dust)" shall apply, including enforcement standards and schedule of fines. SC-5.03 Add the following new paragraphs immediately after Paragraph 5.03.D: 00810 - 7 E. The following table lists the reports of explorations and tests of subsurface conditions at or adjacent to the Site that contain Technical Data, and specifically identifies the Technical Data in the report upon which Contractor may rely: Report Title Date of Technical Data Report None F. The following table lists the drawings of existing physical conditions at or adjacent to the Site, including those drawings depicting existing surface or subsurface structures at or adjacent to the Site (except Underground Facilities), that contain Technical Data, and specifically identifies the Technical Data upon which Contractor may rely: Drawings Title Date of Drawings Technical Data None G. Contractor may examine copies of reports and drawings identified in SC-5.03.E and SC-5.03.17 that were not included with the Bidding Documents at the Issuing Office of the Engineer during regular business hours, or may request copies from Engineer for a non-refundable price of fifty dollars ($50.00). Contractor is not entitled to rely upon other information and data utilized by Engineer and Engineer's Consultants in the preparation of the Drawings and Specifications. SC-5.05.A.6 Add the following new paragraph immediately after to Paragraph 5.05.A.5: 6. Contractor's responsibility for locating Underground Facilities shown or indicated in the Contract Documents shall include, as appropriate, using pipe locating equipment connected to the pipe and using pipe locating equipment connected to wire tracers for buried pipe or to conductors in buried conduits. Identification of potential utility conflicts shall be an ongoing process, occurring well ahead of trenching operations. Contractor shall locate and field verify utilities in locations where the tolerance on the location of the facilities could result in conflict with new facilities. Contractor shall perform exploratory excavations to locate the existing facilities and, as applicable, the size, materials, and other relevant characteristics of the existing facilities. Such exploratory excavations shall be performed in sufficient time ahead of proposed work to permit Engineer to determine if any modifications are needed for the proposed facilities and for Contractor to determine, at connection points, the location, materials and size of the existing utilities, and such other information needed to make the connection. SC-5.06.A Add the following new paragraphs immediately after Paragraph 5.06.A.3: 4. The following table lists the reports known to Owner relating to Hazardous Environmental Conditions at or adjacent to the Site, and the Technical Data (if any) upon which Contractor may rely: Report Title Date of Technical Data Report None 5. The following table lists the drawings known to Owner relating to Hazardous Environmental Conditions at or adjacent to the Site, and Technical Data (if any) contained in such Drawings upon which Contractor may rely: 00810- 8 Drawings Title Date of Drawings Technical Data None SC-5.06.D.1 Add the following new paragraph immediately after Paragraph 5.06.D: 1. For a Hazardous Environmental Condition created by the Contractor or by anyone for whom the Contractor is responsible, Contractor shall submit to Owner a clean-up plan to render the Hazardous Environmental Condition safe for resumption of the Work. After Owner's and any jurisdictional agencies concurrence with the clean-up plan, Contractor shall obtain any required permits related to the clean-up and provide a copy of such permits to the Owner. Contractor shall then proceed with the clean-up in accordance with the clean-up plan. Owner reserves the right to retain a qualified expert to evaluate Contractor's proposed clean-up plan prior to Contractor proceeding with clean-up (except in an emergency) and to monitor the clean-up work to assure that the affected area has been rendered safe. This Work shall be at no additional cost to the Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.01.A Add the following paragraphs immediately after Paragraph 6.0l.A: 1. Required Performance Bond Form: The performance bond that Contractor furnishes will be on the form included in the Bidding Documents. 2. Required Payment Bond Form: The payment bond that Contractor furnishes will be on the form included in the Bidding Documents. SC-6.03 Supplement Paragraph 6.03 with the following provisions after Paragraph 6.03.C: D. Other Additional Insureds: As a supplement to the provisions of Paragraph 6.03.0 of the General Conditions, the commercial general liability, automobile liability, umbrella or excess, pollution liability, and unmanned aerial vehicle liability policies must include as additional insureds (in addition to Owner and Engineer) the following: 1. Not Applicable. E. Workers' Compensation and Employer's Liability: Contractor shall purchase and maintain workers' compensation and employer's liability insurance, including, as applicable, United States Longshoreman and Harbor Workers' Compensation Act, Jones Act, stop-gap employer's liability coverage for monopolistic states, and foreign voluntary workers' compensation (from available sources, notwithstanding the jurisdictional requirement of Paragraph 6.02.B of the General Conditions). Workers' Compensation and Related Policies Policy limits of not less than: Workers' Compensation State Statutory Applicable Federal(e.g.,Longshoreman's) Statutory Foreign voluntary workers' compensation(employer's Statutory responsibility coverage), if applicable Employer's Liability 00810 - 9 Workers' Compensation and Related Policies Policy limits of not less than: Each accident $1,000,000 Each employee $1,000,000 Policy limit $1,000,000 F. Commercial General Liability—Claims Covered: Contractor shall purchase and maintain commercial general liability insurance, covering all operations by or on behalf of Contractor, on an occurrence basis,against claims for: 1. damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees, 2. damages insured by reasonably available personal injury liability coverage, and 3. damages because of injury to or destruction of tangible property wherever located,including loss of use resulting therefrom. G. Commercial General Liability—Form and Content: Contractor's commercial liability policy must be written on a 1996 (or later) Insurance Services Organization, Inc. (ISO) commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage. a. Such insurance must be maintained for three years after final payment. b. Contractor shall furnish Owner and each other additional insured (as identified in the Supplementary Conditions or elsewhere in the Contract) evidence of continuation of such insurance at final payment and three years thereafter. 2. Blanket contractual liability coverage, including but not limited to coverage of Contractor's contractual indemnity obligations in Paragraph 7.18. 3. Severability of interests and no insured-versus-insured or cross-liability exclusions. 4. Underground,explosion, and collapse coverage. 5. Personal injury coverage. 6. Additional insured endorsements that include both ongoing operations and products and completed operations coverage through ISO Endorsements CG 20 10 10 01 and CG 20 37 10 01 (together). If Contractor demonstrates to Owner that the specified ISO endorsements are not commercially available, then Contractor may satisfy this requirement by providing equivalent endorsements. 7. For design professional additional insureds, ISO Endorsement CG 20 32 07 04 "Additional Insured—Engineers, Architects or Surveyors Not Engaged by the Named Insured"or its equivalent. 00810 - 10 H. Commercial General Liability Excluded Content: The commercial general liability insurance policy, including its coverages, endorsements, and incorporated provisions, must not include any of the following: 1. Any modification of the standard definition of"insured contract" (except to delete the railroad protective liability exclusion if Contractor is required to indemnify a railroad or others with respect to Work within 50 feet of railroad property). 2. Any exclusion for water intrusion or water damage. 3. Any provisions resulting in the erosion of insurance limits by defense costs other than those already incorporated in ISO form CG 00 01. 4. Any exclusion of coverage relating to earth subsidence or movement. 5. Any exclusion for the insured's vicarious liability, strict liability, or statutory liability(other than worker's compensation). 6. Any limitation or exclusion based on the nature of Contractor's work. 7. Any professional liability exclusion broader in effect than the most recent edition of ISO form CG 22 79. 11. Commercial General Liability—Minimum Policy Limits Commercial General Liability Policy limits of not less than: General Aggregate $2,000,000 Products—Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Bodily Injury and Property Damage—Each Occurrence $1,000,000 J. Automobile Liability: Contractor shall purchase and maintain automobile liability insurance for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The automobile liability policy must be written on an occurrence basis. Automobile Liability Policy limits of not less than: Bodily Injury Each Person $1,000,000 Each Accident $1,000,000 Property Damage Each Accident $1,000,000 [or] Combined Single Limit Combined Single Limit(Bodily Injury and Property Damage) $1,000,000 K. Umbrella or Excess Liability: Contractor shall purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the 00810- 11 Paragraphs above. The coverage afforded must be at least as broad as that of each and every one of the underlying policies. Excess or Umbrella Liability Policy limits of not less than: Each Occurrence $1,000,000 General Aggregate $2,000,000 L. Using Umbrella or Excess Liability Insurance to Meet CGL and Other Policy Limit Requirements: Contractor may meet the policy limits specified for employer's liability, commercial general liability, and automobile liability through the primary policies alone, or through combinations of the primary insurance policy's policy limits and partial attribution of the policy limits of an umbrella or excess liability policy that is at least as broad in coverage as that of the underlying policy, as specified herein. If such umbrella or excess liability policy was required under this Contract, at a specified minimum policy limit, such umbrella or excess policy must retain a minimum limit of $1,000,000 after accounting for partial attribution of its limits to underlying policies, as allowed above. M. Contractor's Pollution Liability Insurance: Contractor shall purchase and maintain a policy covering third-party injury and property damage, including cleanup costs, as a result of pollution conditions arising from Contractor's operations and completed operations. This insurance must be maintained for no less than three years after final completion. Contractor's Pollution Liability Policy limits of not less than: Each Occurrence/Claim $1,000,000 General Aggregate $1,000,000 N. Contractor's Professional Liability Insurance: If Contractor will provide or furnish professional services under this Contract,through a delegation of professional design services or otherwise, then Contractor shall be responsible for purchasing and maintaining applicable professional liability insurance. This insurance must cover negligent acts, errors, or omissions in the performance of professional design or related services by the insured or others for whom the insured is legally liable. The insurance must be maintained throughout the duration of the Contract and for a minimum of two years after Substantial Completion. The retroactive date on the policy must pre-date the commencement of furnishing services on the Project. Contractor's Professional Liability Policy limits of not less than: Each Claim $1,000,000 Annual Aggregate $1,000,000 SC-6.04.1) Add the following paragraphs immediately after Paragraph 6.04.D: 1. All insurance required by the Contract Documents, or by law or regulations, shall remain in full force and effect on all phases of the Work, whether the Work is occupied or utilized by Owner, until all Work included in the Agreement has been completed and final payment has been made. 00810 - 12 2. Nothing contained in the insurance requirements shall be construed as limiting the extent of Contractor's responsibility for payment of damages resulting from Contractor's operations under the Contract. Contractor agrees that they alone shall be completely responsible for procuring and maintaining full insurance coverage as provided herein or as may be otherwise required by the Contract Documents. Any approval by Owner or Engineer shall not operate to the contrary. 3. The property insurance shall contain no partial occupancy restriction for utilization of the project by the Owner for the purpose(s)intended. SC-6.04.F Add the following new paragraph immediately after Paragraph 6.04.E: F. Builder's Risk Requirements: The builder's risk insurance must: 1. be written on a builder's risk "all risk" policy form that at a minimum includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment stored and in transit, and must not exclude the coverage of the following risks: fire; windstorm; hail; flood; earthquake, volcanic activity, and other earth movement; lightning; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; and water damage(other than that caused by flood). a. Such policy will include an exception that results in coverage for ensuing losses from physical damage or loss with respect to any defective workmanship,methods,design, or materials exclusions. b. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake, volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk policies, by endorsement or otherwise, such insurance will be provided through other insurance policies acceptable to Owner and Contractor. 2. cover, as insured property, at least the following: (a)the Work and all materials, supplies, machinery, apparatus, equipment, fixtures, and other property of a similar nature that are to be incorporated into or used in the preparation, fabrication, construction, erection, or completion of the Work, including Owner-furnished or assigned property; (b) spare parts inventory required within the scope of the Contract; and(c)temporary works which are not intended to form part of the permanent constructed Work but which are intended to provide working access to the Site, or to the Work under construction, or which are intended to provide temporary support for the Work under construction, including scaffolding, form work, fences, shoring, falsework, and temporary structures. 3. cover expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of contractors, engineers, and architects). 00810 - 13 4. extend to cover damage or loss to insured property while in temporary storage at the Site or in a storage location outside the Site (but not including property stored at the premises of a manufacturer or Supplier). 5. extend to cover damage or loss to insured property while in transit. 6. allow for the waiver of the insurer's subrogation rights, as set forth in this Contract. 7. allow for partial occupancy or use by Owner by endorsement, and without cancellation or lapse of coverage. 8. include performance/hot testing and start-up,if applicable. 9. be maintained in effect until the Work is complete, as set forth in Paragraph 15.06.D of the General Conditions, or until written confirmation of Owner's procurement of property insurance following Substantial Completion,whichever occurs first. 10. include as named insureds the Owner, Contractor, Subcontractors (of every tier), and any other individuals or entities required by this Contract to be insured under such builder's risk policy. For purposes of Paragraphs 6.04, 6.05, and 6.06 of the General Conditions, and this and all other corresponding Supplementary Conditions, the parties required to be insured will be referred to collectively as "insureds." In addition to Owner, Contractor, and Subcontractors of every tier, include as insureds the following: a. None. ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.03.0 Delete Paragraph 7.03.0 in its entirety,and insert the following: C. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed between 7:00 a.m. and 6:00 p.m. from Monday through Friday, excluding state and nationally recognized holidays, unless authorized in writing by the Engineer and Owner. Construction activities shall not be allowed during any other time periods without prior written approval from the Engineer and Owner. SC-7.03.1) Add the following new paragraph immediately after Paragraph 7.03.C: D. If during the course of the Project the Owner consents to allow Contractor to work outside the regular working hours, Contractor shall be responsible for the cost of any overtime pay or other expense incurred by the Owner for Engineer's services (including those of the Resident Project Representative, if any), Owner's representative, and construction observation services, occasioned by the performance of Work on Saturday, Sunday, any legal holiday, or as overtime on any regular work day. If Contractor is responsible but does not pay, or if the parties are unable to agree as to the amount owed, then Owner may impose a reasonable set-off against payments due under Article 15. 00810- 14 SC-7.12.A.1 Add the following paragraph immediately after Paragraph 7.12.A: 1. Contractor shall include accurate locations for buried and embedded items. Notify Owner and Engineer two (2) business days in advance of backfilling any buried and embedded items and provide access for survey of such items,as necessary. SC-7.16 Amend all paragraphs of 7.16 by deleting"review and approval"and replacing with"review for general conformance." SC-7.16.C.9 Add the following paragraphs immediately after Paragraph 7.16.C.8: 9. Engineer's review of Shop Drawings, Submittals, Samples, Standard Specifications, and descriptive literature submitted by Contractor will only be for general conformance with design concept, except as otherwise provided, and shall not be construed as: a. Permitting any departure from the Contract requirements; b. Relieving Contractor of the responsibility for any error in details, dimensions or otherwise that may exist in such submittals; C. Constituting a blanket approval of dimensions, quantities, or details of the material or equipment shown; or d. Approving departures from additional details or instructions previously furnished by Engineer. Such review shall not relieve Contractor of the full responsibility of meeting all the requirements of the Contract Documents. SC-7.16.D.3 Add the following to Paragraph 7.16.D.3: If a change of a previously approved submittal item is required due to circumstances beyond the control of the Contractor,the Owner will be responsible for Engineer's costs. SC-7.19.E Amend the first sentence in Paragraph 7.19.E by deleting "review, approval," and replacing with"review for general conformance." ARTICLE 8—OTHER WORK AT THE SITE No Supplementary Conditions. ARTICLE 9—OWNER'S RESPONSIBILITIES No Supplementary Conditions. ARTICLE 10—ENGINEER'S STATUS DURING CONSTRUCTION SC-10.03 Add the following new paragraphs immediately after Paragraph 10.03.13: C. The Resident Project Representative (RPR) will be Engineer's representative at the Site. RPR's dealings in matters pertaining to the Work in general will be with Engineer and Contractor. RPR's dealings with Subcontractors will only be through or with the full knowledge or approval of Contractor. The RPR will: 00810- 15 1. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences, and other Project-related meetings (but not including Contractor's safety meetings), and as appropriate prepare and circulate copies of minutes thereof. 2. Safety Compliance: Comply with Site safety programs, as they apply to RPR, and if required to do so by such safety programs, receive safety training specifically related to RPR's own personal safety while at the Site. 3. Liaison a. Serve as Engineer's liaison with Contractor. Working principally through Contractor's authorized representative or designee, assist in providing information regarding the provisions and intent of the Contract Documents. b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on-Site operations. C. Assist in obtaining from Owner additional details or information, when required for Contractor's proper execution of the Work. d. Coordinate with Engineer when clarification and interpretation of the Contract Documents is needed. 4. Review of Work;Defective Work a. Conduct on-Site observations of the Work to assist Engineer in determining,to the extent set forth in Paragraph 10.02, if the Work is in general proceeding in accordance with the Contract Documents. b. Observe whether any Work in place appears to be defective, will not produce a completed Project that generally conforms to the Contract Documents, or will imperil the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents.Notify Engineer of such observations. C. Observe whether any Work in place should be uncovered for observation, or requires special testing, inspection, or approval, and notify Engineer of such observations. 5. Inspections and Tests a. Observe Contractor-arranged inspections required by Laws and Regulations, including but not limited to those performed by public or other agencies having jurisdiction over the Work. b. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Work. C. Notify Engineer if any inspections or tests do not meet the requirements of the Contract Documents. 00810- 16 6. Payment Requests: Review Applications for Payment with Contractor. 7. Records a. Maintain at the Site orderly files for correspondence, construction meetings, reproductions of original Contract Documents including all Change Orders, Field Orders,Work Change Directives, Addenda, additional Drawings issued after execution of the Construction Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project-related documents. b. Prepare a daily report or keep a diary recording Contractor's time on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, deliveries of equipment or materials, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observed test procedures. C. Maintain records for use in preparing Project documentation. 8. Completion a. Participate in Engineer's visits regarding Substantial Completion. b. Assist in the preparation of a punch list of items to be completed or corrected. C. Participate in Engineer's visit to the Site in the company of Owner and Contractor regarding completion of the Work and prepare a final punch list of items to be completed or corrected by Contractor. d. Observe whether items on the final punch list have been completed or corrected and make recommendations to Engineer concerning acceptance of the Work. D. The RPR will not: 1. Authorize any deviation from the Contract Documents or substitution of materials or equipment(including"or-equal"items). 2. Exceed limitations of Engineer's authority as set forth in the Contract Documents. 3. Undertake any of the responsibilities of Contractor, Subcontractors, or Suppliers. 4. Advise on, issue directions relative to, or assume control over any aspect of the means,methods,techniques, sequences, or procedures of construction. 00810 - 17 5 Advise on, issue directions regarding, or assume control over security or safety practices, precautions, and programs in connection with the activities or operations of Owner or Contractor. 6. Participate in specialized field or laboratory tests or inspections conducted off-site by others except as specifically authorized by Engineer. 7. Authorize Owner to occupy the Project in whole or in part. ARTICLE 11—CHANGES TO THE CONTRACT SC-11.02.C. Add the following paragraph immediately after Paragraph 11.02.B: C. Change Orders must be authorized by the Owner in writing prior to beginning the additional work. SC-11.07.C.2.a Add the following to Paragraph 11.07.C.2.a: , said 15 percent shall include all taxes and any additional insurance and bond costs. SC-11.07.C.2.b Add the following to Paragraph 11.07.C.2.b: , said five percent shall include all taxes and any additional insurance and bond costs. SC-11.07.C.2.c Amend Paragraph 11.07.C.2.c by deleting "the maximum total fee to be paid by Owner will be no greater than 27 percent of the costs incurred by the Subcontractor that actually performs the work;" and replacing it with "the maximum collective aggregate fee to be paid by the Owner shall be no greater than 20 percent;". ARTICLE 12—CLAIMS No Supplementary Conditions. ARTICLE 13—COST OF WORK; ALLOWANCES,UNIT PRICE WORK SC-13.03.A.1 Add the following paragraph immediately after Paragraph 13.03.A: 1. Work described in the Contract Documents but not identified in the Unit Price Schedule shall be considered incidental. SC-13.03.E Delete Paragraph 13.03.E in its entirety and insert the following in its place: E. Adjustments in Unit Price 1. Contractor or Owner shall be entitled to an adjustment in the unit price with respect to an item of Unit Price Work i£ a. the extended price of a particular item of Unit Price Work amounts to 10 percent or more of the Contract Price (based on estimated quantities at the time of Contract formation) and the variation in the quantity of that particular item of Unit Price Work actually furnished or performed by Contractor differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement; and 00810 - 18 b. Contractor's unit costs to perform the item of Unit Price Work have changed materially and significantly as a result of the quantity change. 2. The adjustment in unit price will account for and be coordinated with any related changes in quantities of other items of Work, and in Contractor's costs to perform such other Work, such that the resulting overall change in Contract Price is equitable to Owner and Contractor. 3. Adjusted unit prices will apply to all units of that item. ARTICLE 14—TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCCEPTANCE OF DEFECTIVE WORK SC-14.02.11.1 Add the following paragraph immediately after Paragraph 14.02.B: 1. Owner to provide testing and special inspections required under Chapter 17 of the International Building Code. Contractor to arrange, schedule,pay for, and coordinate with appropriate independent testing laboratories and agencies for all other testing, inspections, and approvals required under the Contract Documents. SC-14.02.1) Add the following paragraphs immediately after Paragraph 14.02.D.5: 6. All costs incurred for any retesting of the Contractor's Work which did not pass initial tests due to unsatisfactory Contractor workmanship shall be the responsibility of Contractor including,unless otherwise approved by the Owner, any retesting costs incurred by the Engineer and Owner 7. The Engineer and, where applicable, utility purveyor, must witness all tests and inspections performed by the Contractor. The Contractor shall be responsible for notifying the Engineer and utility purveyor of the times and dates for such tests and inspections. SC-14.02 Add the following paragraphs immediately after Paragraph 14.02.F: G. For each test Contractor causes to be performed on-site, the Contractor shall furnish to Engineer a copy of the record and results of test(s) in accordance with the Specifications. H. Owner reserves the right to hire its own independent testing laboratory for quality assurance. SC-14.03.0 Amend Paragraph 14.03.0 by adding the following: Failure of Engineer or Owner to give notice of defective Work because they do not have actual knowledge of the defective work, shall not constitute acceptance of the defective Work. SC-14.07.A Amend Paragraph 14.07.A by deleting"a reasonable time" and replacing it with"fifteen days". 00810 - 19 ARTICLE 15—PAYMENTS TO CONTRACTOR, SET OFFS; COMPLETIONS; CORRECTION PERIOD SC-15.01.B.1 Delete Paragraph 15.0l.B.1 in its entirety and replace it with the following: I. By the 301}i of each month, the Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work as completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents and as Engineer may reasonably require. SC 15.01.D.1 Delete Paragraph 15.01.1).1 in its entirety and replace it with the following: 1. The Application for Payment with Engineer's recommendation will be presented to the Owner for consideration. If the Owner finds the Application for Payment acceptable, the recommended amount (subject to the provisions of Paragraph 15.01.E) will become due 30 days after approval by the Owner and will be paid by the Owner to the Contractor. SC-15.03.B.1 Add the following new subparagraph to Paragraph 15.03.B: 1. If some or all of the Work has been determined not to be at a point of Substantial Completion and will require re-inspection or re-testing by Engineer, the cost of such re-inspection or re-testing, including the cost of time,travel and living expenses,will be paid by Contractor to Owner. If Contractor does not pay, or the parties are unable to agree as to the amount owed, then Owner may impose a reasonable set-off against payments due under this Article 15. SC-15.06.A.2.f Add the following paragraph immediately after Paragraph 15.06.A.2.e: f. a written and signed statement from adjacent property owners indicating the Work has been satisfactorily completed and releasing the Contractor, Engineer, and Owner from future claims. Should the Contractor not be able to obtain the required release because of extended absence of the property owner or because of impractical demands by the property owner,the Engineer may waive this requirement. SC-15.06.A.3 Delete Paragraph 15.06.A.3 in its entirety. SC-15.06.E Add the following to Paragraph 15.06.E: Final payment shall not be made until the State Tax Commission issues and the Owner receives a tax release stating that all taxes have been paid and that the provisions of Idaho Statutes 54-1904A, 63-1501 through 63-1505, and 63-3624(g)have been met. ARTICLE 16—SUSPENSION OF WORK AND TERMINATION SC-16.04.A Amend Paragraph 16.04.A by deleting "Owner fails for 30 days to pay Contractor" and replacing it with"Owner fails for 45 days to pay Contractor". SC-16.04.11 Amend Paragraph 16.04.B by deleting"Owner has failed for 30 days to pay Contractor" and replacing it with"Owner has failed for 45 days to pay Contractor". 00810-20 ARTICLE 17—FINAL RESOLUTIONS OF DISPUTES SC-17.01.0 Add the following paragraphs immediately after Paragraph 17.01.13: C. Either Owner or Contractor may request mediation of any Change Proposal submitted to Engineer for a decision under Paragraph 11.09 before such decision becomes final and binding. The mediation will be governed by mediation rules that are mutually agreeable to the parties or the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the mutually agreeable mediator or the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 11.09. 1. All appealed or unsettled claims, disputes or other matters between Owner and Contractor arising out of or relating to the Contract Documents or the breach thereof, (except for claims which have been waived by the making or acceptance of final payment as provided by Paragraph 15.07) shall first be submitted to mediation under the mutually agreeable mediation rules or the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them exercising any rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. 2. Should the mediation be unsuccessful, (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 15.07) and is terminated by written notice to all involved by Mediator or Owner or Contractor, the dispute resolution process shall revert to Paragraph 11.09 in the General Conditions, as if the mediation had been a second phase of the unsuccessful negotiation. 3. Notice of demand for mediation shall be filed in writing with the other party to the Agreement and with the mutually agreeable mediator or the American Arbitration Association with a copy to the Engineer for information. Any demand for mediation of any appealed or unsettled claim, dispute or other matter that is required to be referred to Engineer initially for decision in accordance with Paragraphs 10.07 and 11.09 shall be filed by the appealing party within 10 days after the executive negotiation has been declared unsuccessful by the Owner or Contractor, and in all other cases within a reasonable time after the unsettled claim, dispute or other matter has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such unsettled claim, dispute or other matter would be barred by the applicable statute of limitations. Failure to demand mediation within said 10-day period will result in Engineer's decision being final. 4. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request.The date of termination of the mediation shall be determined by application of the mediation rules referenced above. ARTICLE 18—MISCELLANEOUS No Supplementary Conditions. 00810-21 EXHIBIT A—SOFTWARE REQUIREMENTS FOR ELECTRONIC DOCUMENT EXCHANGE Item Electronic Documents Transmittal Data Note Means Format (1) a.1 General communications,transmittal covers,meeting Email Email notices and responses to general information requests for which there is nospecific prescribed form. a.2 Meeting agendas,meeting minutes,RFI's and responses to Email w/ PDF (2) RFI's, and Contract forms. Attachment a.3 Contactors Submittals (Shop Drawings, "or equal" Email w/ PDF requests, substitution requests,documentation Attachment accompanying Sample submittals and other submittals)to Owner and Engineer, and Owner's and Engineer's responses to Contractor's Submittals, Shop Drawings, correspondence, and Applications for Payment. a.4 Correspondence;milestone and final version Submittals of Email w/ PDF reports, layouts,Drawings,maps, calculations and Attachment or spreadsheets, Specifications,Drawings and other LFE Submittals from Contractor to Owner or Engineer and for responses from Engineer and Owner to Contractor regarding Submittals. a.5 Layouts and drawings to be submitted to Owner for future Email w/ DWG use and modification. Attachment or LFE a.6 Correspondence,reports and Specifications to be submitted Email w/ DOC to Owner for future word processing use and modification. Attachment or LFE a.7 Spreadsheets and data to be submitted to Owner for future Email w/ EXC data processing use and modification. Attachment or LFE a.8 Database files and data to be submitted to Owner for future Email w/ DB data processing use and modification. Attachment or LFE Notes (1) All exchanges and uses of transmitted data are subject to the appropriate provisions of Contract Documents. 2 Transmittal of written notices is governed by Paragraph 18.01 of the General Conditions. Key Email Standard Email formats (.htm, .rtf, or.txt). Do not use stationery formatting or other features that impair legibility of content on screen or in printed copies LFE A eed upon Large File Exchange method FTP, CD,DVD,hard drive PDF Portable Document Format readable by Adobe®Acrobat Reader Version 2020.013.20074 or later DWG Autodesk®AutoCAD dwg format Version 13.3.854.0 DOC Microsoft®Word.docx format Version 16.0.13426.20308 EXC Microsoft®Excel .xls or .xml format Version 16.0.13426.20308 DB Microsoft®Access .mdb format Version 16.0.13426.20308 END OF SUPPLEMENTARY CONDITIONS 00810-22 DOCUMENT 00820 TABLE OF CONTENTS REVISIONS TO THE STANDARD SPECIFICATIONS (ISPWC) & SPECIAL PROVISIONS CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 REVISIONS TO THE STANDARD SPECIFICATIONS General Project Information, Schedule and Coordination.............................................................l Section 202—Excavation and Embankment.................................................................................4 Section205—Dewatering.............................................................................................................18 Section 206—Permanent Erosion Control....................................................................................18 Section 802—Crushed Aggregates................................................................................................18 Section805—Asphalt....................................................................................................................19 Section 806—Asphalt Tack Coat..................................................................................................19 Section 810—Plant Mix Pavement...............................................................................................20 Section 1103—Construction Traffic Control................................................................................24 SPECIAL PROVISIONS SP - 1001 —Cement Treated Base.................................................................................................24 SP - 1003—Recycled Asphalt Base Stabilization.........................................................................29 SP -2050—Precast Concrete Barrier............................................................................................33 SP -2055—W-Beam Guardrail.....................................................................................................34 SP -3001 —Landscape Rock.........................................................................................................36 SP -3003—Crash Cushion............................................................................................................36 SP -3004—Ditch..........................................................................................................................37 SP -3005—Portable Changeable Message Sign...........................................................................38 SP -3007—Access Gate...............................................................................................................38 SP -3009—Galvanized Steel Pipe Apron.....................................................................................39 SP - 5001 —Contractor Furnished Construction Surveying and Staking......................................39 SP - 5002—Construction Coordination, Scheduling, Phasing, Staging........................................43 SP - 5003—Storm Water Management.........................................................................................46 APPENDICES Appendix A—Geotechnical Engineering Report for Shoshone Falls Grade Project, Shoshone Falls and Dierkes Lake Park, Twin Falls,Idaho—,by Terracon Consultants Inc., Date APPENDIX A DOCUMENT 00820 REVISIONS TO THE STANDARD SPECIFICATIONS (ISPWC) & SPECIAL PROVISIONS CITY OF TWIN FALLS, IDAHO SHOSHONE FALLS GRADE PROJECT NO. 60-20-088 GENERAL PROJECT INFORMATION, SCHEDULE AND COORDINATION 1. All work shall conform to the requirements of the Construction Drawings, Contract Documents, 2020 Edition of the Idaho Standards for Public Works Construction(ISPWC), City of Twin Falls Revisions to the 2020 ISPWC, and Federal, State, and Local Permit requirements. In addition, all work shall conform to these revisions to the ISPWC Standard Specifications and Special Provisions. In the case of conflict,the more stringent requirements shall be adhered to. 2. The Shoshone Falls Grade Project consists of four construction schedules in total. A.) The Shoshone Falls Grade Rock Removal schedule includes blasting operations to remove a rock face overhanging the roadway of Shoshone Falls Grade.A widened roadway pavement area and rock catchment area will also be constructed. B.) The Shoshone Falls Grade Roadway Reconstruction schedule includes widening and reconstructing Shoshone Falls Grade and Dierkes Road, constructing curb and gutter, constructing spring and storm water catchment and pipe systems, and constructing an asphalt path. Guardrail will also be placed in select areas. C.) The Shoshone Falls Grade Boat Ramp Road schedule includes widening and reconstructing the roadway, installing water and pressure irrigation pipe, and installing guardrail. D.) The Shoshone Falls Grade Pedestrian Pathway schedule includes construction of a shared use path and pathway bridge from the proposed sidewalk on Dierkes Road to the proposed Shoshone Falls Grade. The City of Twin Falls owns the right-of-way within the project limits. 3. Project Phasing: A.) Schedule A Phasing: The Shoshone Falls Grade Rock Removal Project is to be constructed in one phase. The contractor shall incur all costs associated with constructing the project including planning, scheduling, and mobilization. The project is defined as follows: The contractor shall utilize traffic control devices to close Shoshone Falls Grade as necessary for blasting operations. Advanced signing informing the public of the closure shall be in accordance with the approved temporary traffic control plan. The contractor may utilize traffic control devices and closures for Shoshone Falls Grade Roadway Reconstruction as described in Schedule B,Phase 1. This schedule will be substantially complete within thirty (30)calendar days of Notice to Proceed. 00820 - 1 B.) Schedule B Phasing: The Shoshone Falls Grade and Dierkes Rd Project is to be constructed in three phases. The contractor shall incur all costs associated with constructing the project including planning, scheduling,and mobilization. The project is defined as follows: 1. Phase 1: The contractor shall utilize traffic control devices and flaggers to close Shoshone Falls Grade at the limits of reconstruction. This phase includes reconstruction of Shoshone Falls Grade and the intersection of Shoshone Falls Grade and Dierkes Road. Shoshone Falls Park may be closed to the public between December through February. Beginning March 1st,the park and Shoshone Falls Grade must be open to the public.Additional phasing and/or flagging may be required to maintain one-lane,two-way operation during paving operations after March 1st. Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan. 2. Phase 2: The contractor shall utilize traffic control devices and flaggers to close the south half of Dierkes Rd. and direct traffic in a one-lane,two-way operation during the road widening and re-construction. Full Closure of Dierkes Road may be allowed prior to March V. Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan. 3. Phase 3: The contractor shall utilize traffic control devices and flaggers to close the north half of Dierkes Rd. and direct traffic in a one-lane,two-way operation during the road widening and re-construction. Full Closure of Dierkes Road may be allowed prior to March V. Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan. This schedule will be substantially complete within One Hundred Ten(110)calendar days of Notice to Proceed. C.) Schedule C Phasing: The Boat Ramp Road Project is to be constructed in one phase. The contractor shall incur all costs associated with constructing the project including planning, scheduling, and mobilization. The project is defined as follows: The contractor shall utilize traffic control devices and advanced warning signs to close Boat Ramp Road to traffic. Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan. This schedule will be substantially complete within twenty(20)calendar days of Begin Construction after the completion of Schedules A&B. D.) Schedule D Phasing: The Pedestrian Path Project is to be constructed in one phase. The contractor shall incur all costs associated with constructing the project including planning, scheduling, and mobilization. The project is defined as follows: The contractor shall utilize traffic control devices and advanced warning signs to close one lane on Shoshone Falls Grade and one lane on Dierkes Road to traffic for ingress and egress operations only. Advanced signing informing the public of the road work shall be in accordance with the approved temporary traffic control plan. This schedule will be substantially complete within Thirty(30)calendar days of Begin Construction after the completion of Schedules A&B. 00820 - 2 For coordination, include the falls to falls run needs to be open City Engineer 208-735-7273 The project will be substantially complete within One Hundred Sixty( 0) calendar days of Notice to Proceed. 4. Coordinate all work activation with the Owner, City of Twin Falls Engineering Project Manager, Troy Vitek(208) 735-7256. The Contractor shall coordinate weekly meetings with the Owner, sub-contractors, and any other entities involved in the project.Weekly meetings shall include the 3-week look-ahead schedule(provided by the contractor)for activities. Meeting topics will include the project work schedule, status of submittals,inspection/test coordination,traffic control/access coordination,public media outreach and other items as appropriate. 5. Temporary traffic control plans have been prepared and included in the Project Plans (TC-xxx Sheets). The Contractor may choose to revise the plan in accordance with Section 1103 of the Special Provisions. The plan must be submitted to the City for review and approval. Approved traffic control must be in-place prior to construction. 6. All materials shall be supplied from an Approved Contractor Furnished Source. It shall be the Contractor's responsibility to obtain all clearances required for the use of the source(s). The Contractor will assume all costs incurred in obtaining approvals for the use of the source(s). 7. The City has a set budget for this project that cannot be exceeded. Once bids are opened and the apparent low bidder is identified,the City reserves the right to eliminate any items,reduce the construction limits, or reduce bid quantities or a combination thereof as they deem necessary to stay within budget. There will be no compensation to the Contractor for the elimination of items of work or change in construction limits or reduction in quantities or a combination thereof. The Contractor is advised to provide balanced bids for all items of work. 8. When Owner initiates a change,the Engineer will inform the Contractor of the proposed change in the work and will request a detailed price proposal for the change. The Contractor shall provide a detailed price proposal within five (5)work days. 9. Unsatisfactory work,whether the result of poor workmanship,use of defective materials, and damage through carelessness or any other cause found to exist prior to substantial completion, shall be removed immediately and replaced in an acceptable manner at the Contractor's expense. 10. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 11. All contractor employees represent the City of Twin Falls and will be courteous and helpful to the public. Any employee responding to a citizen in a rude or discourteous manner, shall,at the request of the city,be removed by the contractor from the project permanently. 12. The Contractor shall protect all Underground and Overhead Utilities during construction operations. It shall be the Contractor's responsibility to notify Dig Line and the City of Twin Falls for utility locations before any excavation. The Contractor shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protections as may be necessary. In the event,Dig Line and the City of Twin Falls have located the utilities in the area and unmarked utilities are damaged,the Contractor shall provide the equipment,labor, and materials necessary to complete the repairs at cost plus 10%. If the Contractor needs outside resources to complete the repairs,the Contractor will be reimbursed at cost. 00820 - 3 13. The Contractor shall take no advantage of any apparent error or omission in the Plans or other Contract Documents. In the event that the Contractor discovers such an error or omission,he shall immediately notify the Engineer. The Engineer will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the Plans and other Contract Documents. Division 200—EARTHWORK Section 202—Excavation and Embankment Subsection 3.2 Excavation Delete the following from Item A.2: "are visible or" Add Item A.5 as follows: No payment shall be made for excavation of any material,including,rock,below subgrade elevations. There shall be no payment for overbreak. Add Item C.6 as follows: At no time shall there be a cut in excess of six(6)inches in depth at the limits of construction, such as cross streets,unless the cross street is completely barricaded to prevent automobiles from high centering at the cut line. Replace Part 3.3 with the following: 3.3 Blasting. A. General. 1. Perform rock fragmentation blasting using production and controlled blasting techniques to construct engineered rock cuts. Plan and execute blasting operations in a safe and professional manner. The Engineer will review blasting plan submittals solely for compliance with the contract,plans, and specifications. The Engineer's blasting plan submittal reviews do not relieve the Contractor's responsibility for blasting accuracy,adequacy,and safety. B. Definitions. 1. Production Blasting. Blasting using wider spaced blast holes that typically contain larger explosive charges to expedite movement and fragmentation for rock removal from the main excavation area adjacent to the controlled blast line or from the production holes in a rock quarry. 2. Controlled Blasting. Blasting that includes presplit blasting or cushion blasting techniques. Controlled blasting uses closer spaced and carefully aligned blast holes 00820 - 4 that typically contain lighter charges than production blast holes to produce a stable, smooth surface or shear plane, along the specified line and grade of the final excavated backslope with minimal blast damage. Controlled blast holes are the first row of blast holes,normally located within 24 inches of the top of the staked slope. a. Presplit Blasting. Presplit blasting detonates a single line of lightly loaded, closely spaced,final backslope blast holes either before production blast drilling or before adjacent production blast hole detonation,to produce a highly controlled, smooth cut face. b. Cushion Blasting. Cushion blasting is similar to presplitting, except that cushion blast hole detonation along the final backslope is immediately after production and buffer blast hole detonation.Where the horizontal distance from the cut face to the existing rock face is less than 15 feet,the Contractor may cushion blast instead of presplitting.With the exception of these criteria, the requirements specified for presplitting also apply to cushion blasting. C. Regulations. Comply with federal, state, and local laws,regulations,and conditional use permits for blasting operations, including the purchase,transportation, storage, and use of explosive material. Federal regulations include the following: 1. Safety and Health. OSHA,29 CFR Part 1926, Subpart U. 2. Storage, Security, and Accountability.Bureau of Alcohol, Tobacco, and Firearms (BATF),27 CFR Part 555,Commerce in Explosives. 3. Shipment. DOT,49 CFR Parts 171-179, 390-397. D. Qualifications. Submit the following for acceptance at least 21 calendar days before the planned start of drilling and blasting operations: 1. Blaster-In-Charge. Provide a Blaster-In-Charge to supervise and direct blasting operations. Blasting material transportation, storage, drilling,loading, detonation, monitoring,reporting, and operations are under the Blaster-In-Charge's direct supervision. Provide the following minimum experience and qualifications: a.A r6sum6 showing at least 5 years of successful experience in similar construction blasting work adjacent to utilities,residential or commercial structures,transportation facilities, and critical habitats. Quarry work is not acceptable experience. b. Include a list of blasting projects with the following information: dates, affiliations to the Contractor, explosive suppliers,and owner reference names and current contact information. Include a brief narrative with each project describing controlled blasting techniques,controlling fly rock to within the right of way, scaling,pre-blast surveys,post-blast surveys,vibration/noise/air overpressure monitoring,blast design, and blasting adjacent to utilities, structures,transportation facilities, and critical habitats,and any major recommended blast plan modifications made during the projects. c. Include a complete list of blasting licenses held, current, lapsed, or revoked. 00820 - 5 d. Must have been responsible for 3 projects with at least 10,000 linear feet of documented successful presplit holes. e.Must be in good standing with licensing boards where they hold or have held licenses,regardless of state and federal regulatory agencies governing the use of explosives. £Five (5)references with knowledge of qualifications and reliability. Include name,relationship, and current telephone number for each reference. g. Pre-approved blasting consultants on Idaho Department of Transportation's Consultant Term Agreement List for Category G8. The blasting consultant service category would be acceptable as Blaster-In-Charge. 2. Blasting Crew Personnel. Personnel names and evidence they have completed at least 24 hours of blasting safety training in the last 5 years or have at least 2 years of blasting experience, along with proof of a Federal Employee Possessor Permit for each crew person. 3. Drillers.Names and evidence the drillers are proficient in the drilling methods required to perform the work. 4. Vibration Specialist.Name and r6sum6 showing at least 5 years of experience as a vibration specialist on projects with similar more complex work. Upon receipt of a complete qualifications submittal,the Engineer will have 10 business days to accept or reject the proposed Blaster-In-Charge and other personnel. Do not start work, mobilize equipment, or order materials until the qualifications submittal has been approved by the Engineer. An alternate Blaster-In-Charge requires Engineer prior-acceptance with the same submittal requirements as above.Work will be suspended if the Blaster-In-Charge is substituted without prior Engineer acceptance. The Contractor is fully liable for any additional costs and delays resulting from such work suspensions,with no adjustment in contract time or delay costs. E. Blasting Plans. A general blasting plan and site-specific blasting plan are required for production and controlled blasting operations. Blasting plans are not required for boulder reduction blasts(e.g.,mudcapping,blockholing). 1. General Blasting Plan. Submit a general blasting plan signed by the Blaster-In-Charge for review and acceptance by the Engineer at least 21 calendar days before beginning drilling and blasting operations. Upon receipt of a complete submittal,the Engineer will have 10 business days for general blasting plan review and acceptance. Do not deliver explosives to the project until the general blasting plan is accepted. If any approved general blasting plan revisions are required during construction,resubmit the entire general blasting plan package and allow 10 business days for Engineer review and acceptance. Include the following information in the general blasting plan: a. Safety Plan. Include procedures and safety precautions for transporting, handling, storing, loading,and detonating explosives,conducting pre-blast and 00820 - 6 post-blast surveys,monitoring blasts,managing misfires,and removing and disposing of excess explosives. Include the following information: i. Blaster-In-Charge name and current contact information. Certify the Blaster-In-Charge is responsible for the following: (a) Supervising and directing day-to-day drilling and blasting operations,including the transport, storage,handling, and loading of explosives and blasting agents(including primers and initiators). (b)Clearing the blast site before each blast. (c)Responsible person for required reports and documentation for blasting operations(e.g.,general blast plan, site-specific blast plans/reports,drill logs, daily explosive material consumption,loss reports,monitoring reports). (d)Checking for misfires and determining the blast site is safe to enter after each blast, including recovery and disposal of misfires or undetonated explosives. ii. Flyrock and blast debris prevention plan,including methods to control flyrock within the right of way, and to prevent personal injury and property damage. Provide flyrock containment system designs as a contingency. iii. Plan for recovery and disposal of misfires or undetonated explosives. iv. Plan for potential blast site electrical hazards, including lightning detection and protection. v. Emergency plan to address personal injuries,including hospital and EMS phone numbers. vi. Disposal plan for explosives packing materials. vii. Anticipated work schedule and blast time(s). Blasting is only allowed during daylight hours,within'/2 hour after sunrise and hour before sunset. b. Explosives transportation and storage plan, including: i. Explosives supplier names, addresses, and telephone numbers. ii. Explosives transport vehicle descriptions, license plate numbers,travel routes,proposed travel hours, and driver qualifications. iii. Magazine and day-box onsite locations. iv. Explosives and accessories inventory system. 00820 - 7 v. Contact information for person(s)responsible for security of blasting material and supplies. c.Area security plan, including explosives and general site security, site communication methods,pre-blast and post-blast signage, audible signaling systems,road closure requirements, and pre-blast notification methods for affected agencies or entities. d. Manufacturer's technical and safety data sheets for proposed explosives, primers,initiators,and related blasting devices and accessories. e. Pre-blast scaling,pioneered access road, and drilling and blasting operations bench excavation plans,methods,and equipment lists. Indicate if angle or fan- drilled holes are anticipated. f. Production and controlled blasting scaled typical plan and section views, including station and offset limits,maximum blast length, free face,burden, hole pattern,holes per blast,hole inclination,hole depth,hole diameter, and subdrill depth. g. Anticipated loading diagram showing type and amount of explosives,primers, initiators,powder factor, charge weight per delay, stemming depth, and material description. Show explosive quantity to be used per delay and per blast. h. Initiation Method Sequence. Anticipated blast hole-initiation sequence diagram and explanation, including delay times for each blast hole. Identify the delay system type and associated delay periods. i. Methods for limiting dust and noise. j. Fire prevention and protection plan,including post-blast observers and fire watch duration. k. Temporary traffic control plan for Engineer review and approval when blasting operations will occur within 1,000 feet of a roadway. Cover or remove blasting signs when there are no explosives in the area or the area is otherwise secure. The Blaster-In-Charge is required to determine whether road users in the blasting zone will be endangered by the blasting operation. If there is danger, do not permit road users to pass through the blasting zone during blasting operations. 1. Routine paperwork document templates(e.g.,drill logs, ground vibration and air overpressure monitoring reports,pre-blast and post-blast survey forms). 2. Site-Specific Blasting Plans(Using forms from the Idaho Transportation Department, ITD-1006 Blast Plan form and ITD-1008 Blast Report form).Upon Engineer acceptance of the general blasting plan, submit site-specific blasting plans for each controlled and production blast. The site-specific blasting plan consists of two primary documents: the ITD-1006 Blast Plan and its companion ITD-1008 Blast Report. 00820 - 8 Submit the ITD-1006 Blast Plan for Engineer review and acceptance at least 24 hours before loading any holes. Submit the companion ITD-1008 Blast Report with the same corresponding blast number within 24 hours after the blast. Include the following in the ITD-1006 Blast Plan: a.Proposed excavation sequence. b. Proposed blast station limits and plan view, showing how the proposed blast fits into the lift excavation sequence. c. Top and bottom elevations of each lift. d. Scaled drawings for each blast showing access, containment, drill pattern plan and section views,clearing limits, free face,burden,blast hole locations and hole identification number,blast hole spacing, subdrill depths,lift height,blast hole diameters, and blast hole inclinations. e. Proposed loading diagram for each blast showing powder factor, charge per delay,type and quantity of explosives,primers,and initiators, decking locations, and range of stemming depths for variations within the drill pattern. f. Proposed blast hole initiation method and sequence for each blast. Include delay times, delay system,and down hole firing times. g. Flyrock,air overpressure(noise), and ground vibration control measures. h. Estimated in-place rock volume to be blasted. Include the total length of production and controlled blast holes. i. Drill logs for each blast hole with the following information: date,time, driller name/signature,helper name,hole identification number,hole collar location, hole depth, collar elevation,tip elevation,hole orientation,penetration rate, color and character of cuttings, and other pertinent information or observations. Include geologic features that could affect the blast loading or performance (e.g., groundwater,voids larger than 6 inches, zones of soft or weathered rock, mud pockets,changes in drill effort,loss of drill water,drill rod drops). Provide the drill logs with the ITD-1006 Blast Plan Form. j. Location and orientation of rock joints, fractures,faulting,bedding planes, or other rock mass structural features. k. Post-blast rockfall containment designs and procedures. 1. Pre-blast condition survey records of nearby buildings, structures,utilities, and natural features for potential ground vibration or air overpressure,when applicable. m. Detailed description of materials used to protect the existing roadway surface from falling rock slabs during blasting and excavation. 00820 - 9 F. Pre-Blast Condition Survey and Vibration Monitoring and Control. The Contractor is responsible for damage resulting from blast related ground vibrations and air overpressure. Determine the need for vibration monitoring depending on soil and rock conditions,blasting parameters as outlined in the blasting plans, and proximity of buildings, structures,utilities, and sensitive natural features, including existing slopes and rock faces,that may be subject to damage from ground vibrations or air overpressure. In addition,conform to the following requirements: 1. As a minimum,the peak particle velocity shall not exceed 1 inch per second within 50 feet of the blast area and the blast induced air-overpressure shall not exceed 0.013 psi (133 dBL). Determine if more stringent requirements are appropriate. 2. Conduct a pre-blast condition survey of nearby buildings, structures,utilities,and natural features, including rock faces and slopes,that could become potentially damaged by blasting-related ground vibrations or air overpressure. Document the natural frequency of each affected structure. Use a survey method acceptable to the Contractor's insurance company. Document the condition of existing slopes and rock faces, as a minimum,with photographs in sufficient detail to allow the Engineer to determine if the Contractor's blasting operation has caused damage. Submit the pre- blast condition survey records with the ITD-1006 Blast Plan form. 3. Monitor each blast with digital recording seismographs and air overpressure monitoring equipment calibrated within the last year and approved. Locate monitoring equipment in accordance with the vibration specialist's directions,placing a minimum of 3 recording stations between the blast area and closest susceptible structures, utilities, or natural features,including slopes and rock faces, as well as at least 1 station on each susceptible structure. For ground vibration monitoring,use self- triggering seismographs capable of measuring peak air overpressure and recording particle velocity, displacement, and acceleration for three mutually perpendicular components of vibration in the range generally found for controlled blasting. The instrument will contain internal calibration and triaxial orthogonal transducers with flat frequency response from 2 to 250 hertz,with a minimum sampling rate of 1,000 data points per second with sufficient memory to store the full blasting sequence and their locations. Seismographs must be capable of producing a permanent digital time history file for each ground motion episode. Ensure blasting operations incorporate collected data and findings from vibration and air overpressure monitoring by having the vibration specialist interpret seismograph and air overpressure records. Submit the interpreted seismograph and air overpressure records with a certifying signature by the vibration specialist. If actual peak particle velocity versus peak frequency measurements exceed those predicted for a structure,adjust the site-specific blast plan for the actual structural response to the blasting. Such adjustments may include changes to pattern, loading,timing, flyrock measures. Record each blast using digital video equipment from 2 locations that clearly show the entire proposed blast site. G. Test Blasting.Before beginning drilling for production or controlled blasting, demonstrate acceptable performance of a site-specific blasting plan for both a production blast and a controlled blast,by drilling,blasting, and excavating a test blast up to 25 lineal feet in length, as measured along roadway centerline,with the proposed containment measures in-place. Production and controlled drilling and blasting operations are not allowed until test blasting is 00820 - 10 complete and accepted by the Engineer. Conduct test blasting at Engineer-approved locations within the planned excavation area. Excavate shot rock to expose the entire back slope for test blast evaluation. Space blast holes for controlled blasting(presplit or cushion)no more than 30 inches apart for the initial test blast.Adjust the spacing as necessary to produce acceptable results.Use the accepted spacing for future controlled blasting, or subsequent test blasts if necessary. A test blast is unacceptable when any of the following occurs: 1. Slopes are unstable. 2. Slopes exceed overbreak tolerances within the limits of the excavation, as shown in the plans, or as determined by the Engineer for the site geology. 3.Non-planar,irregular surface with overhangs,protrusions,ridges, or ledges are created. 4. Excessive blast damage occurs within the limits of the excavation, as shown in the plans, or as determined. 5. Poor fragmentation results in oversize material requiring secondary blasting and rehandling. 6. Safety of the public is jeopardized. 7. Property or natural features are endangered. 8. Excessive or uncontrolled flyrock is generated and not contained within the right of way. 9. Excessive ground vibration or air overpressure occur where damage to buildings, structures,utilities,or natural features is possible. 10. Desired slope or rock face conditions are not produced. Revise the site-specific blasting plan and conduct additional test blasts when a test blast is unacceptable. Production and controlled drilling and blasting may begin only after site- specific blasting plans are accepted by the Engineer. The Engineer has the authority to suspend the Contractor's blasting operations at any time throughout construction and require additional test blasts when the Contractor produces unacceptable results. H. Blasting Operations. 1. General. Use explosives and initiating devices that are less than 1 year old or in accordance with the manufacturer's recommendations for specialty products. Blast holes are not allowed to remain loaded with explosives overnight and must be detonated the same day they are loaded. Stage explosives at locations directed by the Blaster-In-Charge,and as accepted by the Engineer. Properly dispose of explosive packing materials and remove them from the project site before each blast. 00820 - 11 Establish survey control necessary for the drilling to meet the required horizontal and vertical control tolerances. Establish a survey control method for transferring the blasting plan grid pattern on the accepted site-specific blasting plan form to the field. Paint or stake the drill hole identification number and collar elevation next to each drill hole for field identification. Provide the drill logs with the ITD-1006 Blast Plan form for every blast. Ensure blast holes are drilled to the correct depth and free of obstructions for the entire depth before placing charges. Take necessary precautions when placing charges so caving of material from the walls of the holes and the hole collar will not occur. If drill hole conditions vary from dry to wet,use appropriate explosive type(s)and/or blasting accessories to accomplish the specified results. Protect blast holes with a temporary plug to keep overburden,drill cuttings, or other foreign material from falling into the holes after drilling.Fill unused drill holes with 'h"-minus crushed stone or approved materials. Mitigate uncontrolled gas pressure loss during blasting and excessive blast noise by stemming the upper portion of blast holes with appropriate dry granular material passing the 1/2-inch sieve. Do not stem holes with drill cuttings. Blast according to the accepted site-specific blasting plan.Use blasting mats,rockfall containment systems, and other protective devices to prevent damage to surrounding features,including the existing roadway surface, and contain flyrock within the right of way. Stop drilling and blasting operations immediately and perform additional test blasting when any of the below unacceptable results occurs: a. Slopes are unstable. b. Slopes exceed overbreak tolerances within the limits of the excavation, as shown in the plans, or as determined by the Engineer for the site geology. c.Non-planar, irregular surface with overhangs,protrusions,ridges, or ledges are created. d. Excessive blast damage occurs within the limits of the excavation, as shown in the plans, or as determined by the Engineer. e.Poor fragmentation results in oversize material requiring secondary blasting and rehandling. f. Safety of the public is jeopardized. g. Property or natural features are endangered. h. Excessive or uncontrolled flyrock is generated and not contained within the right of way. 00820 - 12 i. Excessive ground vibration or air overpressure occur where damage to buildings, structures,utilities, or natural features is possible. j. Desired slope or rock face conditions are not produced. The Engineer has the authority to suspend the Contractor's blasting operations at any time when any of the above unacceptable results occurs. Remove or stabilize cut face rock that is loose,hanging, or potentially dangerous after each blast. Scale by hand or machine methods as approved by the Engineer. Do not drill the next lift until slope stabilization and blast cleanup work is complete. Scaling and stabilization requirements also apply to excavated soil slopes, and ripped or blasted rock slopes associated with pioneer and access roads. 2. Production Blasting. Drill a lighter-loaded buffer row of production holes on a parallel plane adjacent to the controlled blast line to prevent blast damage to the final backslope face when performing controlled blasting. Detonate production holes in a controlled delay sequence. Drill production blast holes on the pattern in accordance with the accepted site- specific blast plan within two drill hole diameters of the planned collar location. If more than 5 percent of the drill hole collars in a lift are out of tolerance, fill each hole outside of the location tolerance with'/2-inch-minus crushed stone, or approved material, and redrill at the proper location,at no additional cost to the City. Drill production blast holes to the design depth on the accepted site-specific blast plan. Redrill shallow holes to the proper depth if more than 5 percent of the production blast holes in a lift do not conform to the design depth requirements. Except when subdrilling, do not drill production blast holes below the controlled blast hole base plane. 3. Controlled Blasting. Use angle-or fan-drilled holes for pioneering the tops of rock cuts and preparing working platforms. Use equipment or methods accepted by the Engineer for areas not accessible to track drill equipment. Remove potentially dangerous boulders or other material located beyond the excavation limits before drilling controlled blast holes.Removal of material located beyond the excavation limits is extra work. Before drilling, completely remove overburden, soil, and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut. Use controlled blasting to form the final backslope of rock cuts where the design slope ratio is 3/411:1 V or steeper and the slope height is more than 10 feet above the ditch grade. Control drilling operations by using equipment and techniques that accurately control the drill angle as it enters the rock,to ensure that no hole deviates from the excavated backslope planned final plane by more than 9 inches from the proposed spacing and alignment, either in the parallel or normal direction. If more than 5 percent of the 00820 - 13 holes exceed the variance,reduce the lift height and modify drilling operations until the holes are within tolerance. The maximum allowable horizontal offset bench width for drill equipment clearance for multilift blasts is 2 feet.Adjust the initial controlled blast hole locations to account for additional width needed for planned offset benches.Remove benches during excavation of the next lift to a slope of at least 45'below horizontal. The City will not pay for presplit holes exceeding these tolerances. Drill controlled blasting holes a maximum of 3 inches in diameter and within 3 inches of the staked collar location. Fill and redrill blast holes outside of the location tolerance when more than 5 percent of the hole collars in a lift are outside of the location tolerance.Use %2-inch-minus, crushed stone or other approved material to fill the blast holes before redrilling.Drill the controlled blast hole line at least 30 feet beyond loaded production holes or to the end of the cut. Do not exceed 30 feet for bench height or drill hole length,unless longer holes are accepted by the Engineer and can be successfully demonstrated in a test blast. Limit subdrilling to one-half of the hole spacing or 24 inches,whichever is deeper. Do not use bulk ammonium nitrate and fuel oil(ANFO)for controlled blasting.Use only standard explosives manufactured specifically for controlled blasting in controlled blast holes,unless approved by the Engineer. Use explosives in controlled blast holes with a maximum diameter of no greater than one-half the controlled blast hole diameter. As long as satisfactory presplit slopes are obtained,the Contractor may either detonate the presplit blasting holes forming the final backslope face before drilling for production blasting or detonate the presplit blasting holes within the same production blast event,provided the presplitting drill holes are detonated at least 25 milliseconds ahead of the adjacent production blast holes. If blasting operations cause fracturing of the final rock face,repair or stabilize it in an approved manner at no cost to the City. Repair or stabilization may include removal, rock bolting,rock dowels, or other slope stabilization techniques, as approved by the Engineer. I. Reporting. 1. Post-Blast Report(Using ITD-1008 Blast Report Form). For each site-specific blasting plan's ITD1006 Blast Plan form, submit a post-blast report on the ITD-1008 Blast Report form with the same corresponding blast number. Submit the complete blast report within 24 hours following a blast and before loading for the next blast. The purpose of the ITD-1008 Blast Report is to record the actual drill hole and loading configuration that took place in the field versus what was planned in the ITD-1006 Blast Plan form. The ITD-1008 Blast Report also serves as the official record for measurement and payment for controlled blasting. Include the following in the ITD- 1008 Blast Report: 00820 - 14 a. Brief blast results narrative (e.g., overbreak,blast damage,noise levels, flyrock, drill trace retention, fragmentation,material containment,material rehandling requirements,misfires). b. Proposed changes for future blasts that will improve results (e.g.,pattern, loading,timing). c. Proposed repairs or stabilization plan for unstable or blast damaged slopes. d. Blast hole depth measurements verified by the Blaster-In-Charge. e.Blast layout with station and offset limits,plan and section views,drill pattern, free face,burden,blast hole spacing,blast hole diameters,blast hole angles, lift height, and sub drill depth. £Actual loading diagram with type and amount of explosive,primers, initiators, and stemming depth. g. Actual blast hole-initiation sequence, including delay times and delay system in each blast hole. h. Trade names and sizes of explosives,primers, and initiators used. i. Measurement of any overbreak quantities following lift mucking. j. Ground vibration and air overpressure records as specified in Part 3.3 I.2. k. Daily explosive material consumption and report of loss report(e.g.,ATF daily summary of magazine transactions)with Blaster-In-Charge signature. 1. Blast loading and detonating date and time. in. Blaster-In-Charge name and signature. 2. Monitoring. Submit digital videos within 24 hours after each blast. Submit a vibration and air overpressure report for review within 24 hours following a blast and before loading for further blasting. Include the following: a.Vibration or air overpressure recording station type used and instrument identification numbers. b.Name of vibration specialist observing the blast and interpreting vibration and air overpressure data. c.Blast identification number and blast location. d. Distance and direction of ground vibration and air overpressure recording stations from the blast area. 00820 - 15 e. Type of material ground vibration recording stations were sitting on at the blast time. f. Maximum applicable charge weight per delay. g. Peak displacement,particle velocity, and frequency recorded at each ground vibration sensor location. h. Peak overpressure recorded at each air overpressure sensor location. i. Dated and signed copy of instrument records. j. Post-blast condition survey noting changes from the pre-blast survey. k. Comments on blasting success in terms of adherence to established ground vibration or air overpressure criteria and management practices. When failing to meet ground vibration and air overpressure criteria and management requirements, submit proposed changes to future site-specific blasting plans that will produce acceptable results. Submit the final post-blast survey reports with property owners' acknowledgement of receipt(e.g., email,letter)to the Engineer. Repair damage to public or private property caused by the use of explosives as a first order of work. This includes damage to the existing roadway surface. The City will not pay for damage repairs. 3. Close-out. Submit a written statement signed by the Blaster-In-Charge certifying: a.Blast holes loaded with explosive material have been either detonated or unloaded and disposed of properly. b. Blasting is complete and explosive material has been removed from the project site. Subsection 3.8 Embankment Construction Delete the last sentence of Item CA and replace it with the following: The testing frequency for materials placed in a roadway section shall be 1 test per each 300 linear feet of roadway per lane and 1 test per 10,000 square feet of general fill and embankment areas for each lift. The testing frequency for materials placed under the curb, gutter, and sidewalk shall be 1 test per each 300 linear feet per lift. Should a compaction test fail,rework and re-compact the area around the failed compaction test. The length of the area to be reworked and re- compacted shall be determined as half the distance from the failing test to the next passing test on both sides. 00820 - 16 Part 4—Measurement and Payment Replace Item 4.2.A with the following: A. Rock Excavation: By the cubic yard measured in its original position from field survey cross sections or photogrammetric cross sections,using the average end area method with no correction for curvature. Includes full compensation for all materials, labor and equipment necessary for completing the work and all appurtenances not itemized on the Bid Schedule. A measurement will not be made for rock excavation made below the roadbed,unless the excavation is required or directed. A measurement will not be made for borrow replacing unauthorized rock or soil excavation below roadbed. Overbreak will not be included in the measurement of excavation. Production blasting is incidental and included in Rock Excavation. Protection of the existing roadway surface is incidental to this item. Material removal and sweeping of the roadway surface is considered incidental to this item. 1. Bid Schedule Payment References: 202.4.2.A.1. 2. Bid Schedule Description: Rock Excavation...cubic yard(CY). Delete Item 4.2.11: Delete Item 4.2.C. Delete Item 4.2.D. Delete Item 4A.A. Delete Item 4A.B. Replace Item 4.4.0 with the following: C. Controlled Blasting: By the linear foot of drilled hole as shown on the blasting or driller logs. The City will measure only those holes drilled and detonated for creating a final excavation face as controlled blasting. Includes full compensation for all materials, labor and equipment necessary for completing the work and all appurtenances not itemized on the Bid Schedule including pre-splitting and/or cushion blasting. Blasthole locating and depth control is incidental to the blasting work. The City will not pay for post-blast cut slope stabilization or scaling made necessary because of the Contractor's blasting operations. The City will pay for the over-drill limits made necessary for offset benches in multi-lift cuts as described in Part 3.3 H.3. 00820 - 17 Protection of the existing roadway surface is incidental to this item. Material removal and sweeping of the roadway surface is considered incidental to this item. 1. Bid Schedule Payment References: 202.4.4.C.1. 2. Bid Schedule Description: Controlled Blasting...drilled foot(DF). Section 205—Dewatering Subsection 1.1 General—Section Includes Add the following: C. Ditches and roadside drainage areas.—Use the following specifications as applicable to dewatering ditches and drainage areas for roadway widening and placing inlets and pipes. Section 206—Permanent Erosion Control Subsection 3.1.E.3 Seeding and Mulching—Construction Requirements—Seeding Add the following: g. Use the following mix and rate of seed: Grasses Lbs/Ac "Secar" Blue Bunch Wheat Grass 6 Certified Sandberg Blue Grass (POSE) 8 "Covar" Sheep Fescue (FEOVO) 6 Siberian Wheatgrass (AGFR) 6 Lem Ranger Alfalfa(MESA) l Silky Lupine (LUSE) 2 Shrubs Rubber Rabbit Brush 2 Total 31 DIVISION 800—AGGREGATES AND ASPHALT Section 802—Crushed Aggregates Subsection 2.1 Description Modify Item E.2 as follows: Delete"AASHTO T35"and replace it with"AASHTO T 335". 00820 - 18 Subsection 2.3 Aggregate Control Add the following to Item B and Item C: In no case, shall the allowed variation be outside the limits shown in Table 1 —Crushed Aggregate for Base Gradations. Subsection 3.4 Compaction Add the following after the first sentence of Item G: Contractor shall provide one moisture density curve(proctor)with gradation every 2000 feet or fraction thereof in trenches or 500 cubic yards of aggregate and at any noticeable change in soil type. Section 805—Asphalt Subsection 2.1 Asphalt Cements Delete Item B and replace it with the following: PG 64-28 grade shall be used unless otherwise approved by the City Engineer. Subsection 3.1 Application of Asphalt Delete Item B and replace it with the following: Remove asphalt from any surfaces that are discolored and restore to original or better condition. Section 806—Asphalt Tack Coat Subsection 2.1 Description Modify Item A as follows: Delete the first sentence and replace it with: Asphalt to be CSS-1, except for chip seal projects, which is to be CRS-1,unless otherwise approved by the Engineer. Subsection 3.3 Application of Tack Coat Add Item E as follows: The spread rate is 0.08—0.12 gallons per square yard unless otherwise approved by the Engineer. 00820 - 19 Section 810—Plant Mix Pavement Subsection 2.3 Asphalt Delete item A.1 and replace with the following: 1. Asphalt Cement shall be PG 64-28 SP-3 for Plant Mix. All asphalt shall meet the requirements of Section 805. Subsection 2.5 Recycled Plant Mix(RAP) Modify Item A as follows: Replace"30"with"17". Modify Item H as follows: Replace"3"with"C". Subsection 2.6 Mix Design Approval Delete Item A in its entirety and replace it with the following: The Contractor shall furnish a job mix formula(JMF) for HMA pavement that complies with Hveem,Marshall or Superpave mixture requirements outlined below. The JMF shall be stamped by a Professional Engineer licensed in the State of Idaho. Submit the JMF design documentation for review a minimum of thirty (30)days prior to commencement of paving operations. Contactor may use what is commonly referred to as a"Contractor's JMF"as long as it has been approved in writing by a Professional Engineer licensed in the State of Idaho. Furnish a new JMF design if past results indicate difficulty in meeting existing JMF design requirements. Production paving shall not begin until the City Engineer or representative has found"no exceptions"with the JMF. The JMF that is accepted by the City will be the basis by which the testing requirements will be measured. Add Item E: Provide the City a minimum of one(1)40-pound split sample unless otherwise specified to be used to verify the JMF. Subsection 3.1 Mixing Plant Delete Item A.1.a and replace it with the following: Plant and trucks scales to conform to ITD Specifications Subsection 109.01 —Measurement of Quantities. Subsection 3.4 Rollers Add Item E.2.0 as follows: 00820 - 20 Rollers to be capable of applying up to ninety pounds per square inch(90 psi)ground contact. Subsection 3.6 Plant Mix Leveling Course Delete Subsection 3.6 in its entirety. Subsection 3.7 Spreading and Finishing Add the following to Item B: Maximum ratio of t/NMAS is 5 unless otherwise approved. Delete Item C in its entirety and replace it with the following: Apply a thin,uniform asphalt tack coat between plantmix pavement lifts and to the surfaces of curbing, gutters,manholes, asphalt cement pavement, Portland cement pavement, and other structures where pavement will abut. Add Item E as follows: The finished plant-mix pavement shall have a smooth,well-graded,dense surface. No loose or segregated particles shall be visible on the surface. No spilled oil, gas or other harmful substance shall be on the surface. Engineer will determine if there are locations with segregation or a loose graded surface. Contractor to chip or slurry seal areas where such defects occur at no additional cost to the owner. Logical termini of the chip or slurry to be determined by the Engineer. Add Item F as follows: At no time shall a pavement be laid in such a way as to either allow water to stand in puddles on the pavement or to prevent water from flowing off the pavement. If requested, at no additional cost to the owner, Contractor to provide full water truck and evaluate performance by drenching pavement prior to final acceptance. Subsection 3.8 Joints Add Item A.5 as follows: Broken edges on longitudinal joints to be cut back to a vertical edge and the longitudinal transition cut back edge shall allow the proper compaction be achieved. Delete Item EA and replace it with the following: Transverse Wedge Milling—Start at the surface and continue into the adjoining pavement on a 200:1 slope or flatter in the longitudinal direction until a vertical edge equal to 0.15 foot is reached. Longitudinal Wedge Milling—Start at curb at the desired inlay depth and continue into the adjoining pavement in the transverse direction without exceeding a 3%maximum finished grade cross slope on the road. 00820 - 21 Add Item H as follows: There shall be no transverse cold joints closer than one hundred(100) feet from an intersection. Add Item I as follows: Four to six(4-6)inches of the pavement shall remain unconfined along longitudinal hot joints until the adjacent pass has been paved. If a longitudinal cold joint is anticipated,the longitudinal joint must be rolled and compacted with a perpendicular edge. If not,the joint must be saw cut. All cold joints will be tacked prior to the paving of the next adjacent pass. Although less preferred,the Contractor may microsurface pave the areas where rollers pass over an unprotected edge. change to real crack Add Item J as follows: seal and not this spray All pavement to pavement joints to be sealed with CSS-1 asphalt after paving is complete at a rate of 0.05 gallons per square yard. Add Item K as follows: The pavement edge shall not vary more than three (3)inches from true alignment at any location. Add Item L as follows: Joints larger than 1/8"shall be crack sealed prior to sealing with CSS-1. Subsection 3.9 Weather Limitations Add the following to Item C: Progress schedule is to be accepted by the Engineer before removal or altering begins. Subsection 3.10 Compaction Delete Item C and replace it with the following: If Contractor proceeds with paving prior to the completion of compaction and smoothness requirements of the base,he accepts the responsibility for the outcome of his work. Add Item F as follows: When paving over existing pavement,the Contractor shall verify that the existing material is sufficient to achieve testing requirements. The Contractor shall express any concerns with the Engineer prior to paving. Add Item G as follows: Contractor shall use pneumatic rollers for intermediate rolling. Add Item H as follows: 00820 - 22 Compacting or recompacting the pavement after initial paving operation will not be allowed in order to increase pavement density. Subsection 3.12 Field Quality Acceptance Delete the subsection in its entirety. Subsection 3.13 Surface Smoothness Add the following to Item A.3 as follows: Surface variation not to exceed 0.25 inch when pulling a taut string line between 0 and 25 feet along the pavement either parallel or perpendicular to the centerline. Surface variation not to exceed 0.5 inch when pulling a taut string line between 25 and 50 feet along the pavement either parallel or perpendicular to the centerline Delete the following from Item B: "For roadways with a speed limit of greater than 40 miles per hour,profile" And replace it with the following: "Profile". Delete Item B.5.e Add Subsection 3.14 Testing Requirements: A. Contractor to test per General Conditions 13.03.13 and this section. Contractor shall take and have tested samples in accordance with Table 5: Number of Loose Asphalt Mixture Samples Required. All loose asphalt mixture samples need to be a minimum of 40-pounds. In addition to Contractor testing, Contractor shall take and provide the City with the same number of samples as required for the Contractor in accordance with Table 5: Number of Loose Asphalt Mixture Samples Required. The City, at their own discretion,may test some or all of the samples provided by the Contractor. B.Unless otherwise specified,the number of samples shall be obtained from the mix as follows: Table 5: Number of Loose Asphalt Mixture Samples Required Plan Quantity tons Number of Loose Mix Samples 0- 100 0 101 —750 1 751 —2250 3 2251+ 1 per 750 tons or fraction thereof Regardless of the plan quantity, a minimum of one loose mix sample per testing entity per day will be required when the quantity placed is over 100 tons. Samples shall be tested for asphalt cement content per AASHTO T 308 and gradation per AASHTO T 30. 00820 - 23 Subsection 4.2 Delete the second sentence. Section 1103—Construction Traffic Control Subsection 3.1 -General Add the following to Item C: Contractor shall not close a roadway more than three(3)hours before work is to begin on that particular roadway. SPECIAL PROVISIONS SP-1001 CEMENT TREATED BASE(CTB) PART 1-GENERAL 1.1 Cement-treated base(CTB)shall consist of soil/aggregate,Portland cement,and water proportioned,mixed,placed, compacted,and cured in accordance with these specifications; and shall conform to the lines,grades,thickness, and typical cross sections shown in the plans. PART 2-MATERIALS 2.1 Soil/aggregate. "Soil/aggregate"may consist of(1)any combination of gravel, stone, sand, silt, and clay; (2)miscellaneous material such as caliche, scoria, slag, sandshell, cinders,and ash; (3)waste material from aggregate production plants; (4)high-quality crushed stone and gravel base course aggregates; or(5)old flexible pavements, including the bituminous surface and stone or gravel base. The soil/aggregate shall not contain roots,topsoil, or any material deleterious to its reaction with cement. The soil/aggregate as processed for construction shall meet gradation requirements of a TYPE I-3/4"aggregate base per ISPWC requirements. 2.2 Referenced Documents: American Society for Testing and Materials (ASTM)with corresponding American Association of State Highway and Transportation Officials (ASSHTO)designations: ASTM C 150 Specification for Portland Cement(AASHTO M 85) C 309 Specification for Liquid Membrane-Forming Compounds for Curing Concrete (AASHTO M 148) C 595 Specification for Blended Hydraulic Cements(AASHTO M 240) 00820 - 24 C 618 Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete(AASHTO M 295) C 989 Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars(AASHTO M 302) C 1240 Specification for Silica Fume Used in Cementitious Mixtures(AASHTO M 307) D 558 Moisture-Density(Unit Weight)Relations of Soil-Cement Mixtures(AASHTO T 134) D 977 Specification for Emulsified Asphalt(AASHTO M 140) D 1556 Density and Unit Weight of Soil in Place by the Sand-Cone Method(AASHTO T 191) D 2167 Density and Unit Weight of Soil in Place by the Rubber Balloon Method D 2922 Density of Soil and Soil-Aggregate in Place by Nuclear Methods(Shallow Depth)(AASHTO T 310) PART 3-WORKMANSHIP 3.1. SUBMITTALS A. Submittal Requirements. The contractor shall submit the following to the engineer before start of any production of CTB: 1. Certifications. Certifications for portland cement and supplementary cementitious materials as required by engineer. 2. Proposed CTB Mix Design. If the proposed mix design is developed by the contractor, it must be submitted to the engineer for approval at least two weeks prior to CTB construction. This mix design shall include details on aggregate gradation,cementitious materials, compressive strengths, and required moisture and density to be achieved during compaction. 3.2. EQUIPMENT A.Description. CTB may be constructed with any machine or combination of machines or equipment that will produce completed CTB material meeting the requirements for gradation, cement and water application,mixing,transporting,placing, compacting, finishing, and curing as provided in these specifications. B.Mixing Methods.Mixing shall be accomplished in a central mixing plant or in place, using single-shaft or multiple-shaft mixers. C. Cement Proportioning.The cement meter for central-plant mixing and the cement spreader for in-place mixing shall be capable of uniformly distributing the cement at the specified rate. Cement may be added in a dry or slurry form. If applied in slurry form,the slurry mixer and truck shall be capable of completely dispersing the cement in the water to produce uniform slurry and shall continuously agitate the slurry once mixed. 00820 - 25 D.Application of Water.Water may be applied through the mixer or with water trucks equipped with pressure-spray bars. E. Compaction.The processed material shall be compacted with one or a combination of the following: tamping or grid roller,pneumatic-tire roller, steel-wheel roller,vibratory roller, or vibrating-plate compactor. 3.3. CONSTRUCTION REOUIREMENTS A. General 1. Preparation of Subgrade. Before CTB processing begins,the area to be paved shall be graded and shaped to lines and grades as shown in the plans or as directed by the engineer. During this process, any unsuitable soil/aggregate or material shall be removed and replace with acceptable material. The subgrade shall be firm and able to support without yielding or subsequent settlement the construction equipment and the compaction of the CTB hereinafter specified. Soft or yielding subgrade shall be corrected and made stable before construction proceeds. 2. Mixing and Placing. CTB material shall not be mixed or placed when the soil/aggregate or subgrade is frozen,or when the air temperature is below 40°F (4°C). Moisture in the soil/aggregate at the time of cement application shall not exceed the quantity that will permit a uniform and intimate mixture of the soil/aggregate and cement during mixing operations and shall be within 2%of the optimum moisture content for the CTB mixture at start of compaction. The operation of cement application,mixing, spreading,compacting and finishing shall be continuous and completed within 2 hours from the start of mixing. Any CTB mixture that has not been compacted and finished shall not be left undisturbed for longer than 30 minutes. B. Central-Plant-Mixed Method A. Mixing. The plant shall be equipped with metering and feeding devices that will add the soil/aggregate, cement,and water into mixer in the specified quantities. If necessary, a screening device shall be used to remove oversized material greater than 3 inches (75mm)form the raw soil/aggregate feed prior to mixing. Soil/aggregate and cement shall be mixed sufficiently to prevent cement balls from forming when water is added. The mixing time shall be that which is required to secure an intimate,uniform mixture of the soil/aggregate, cement,and water. Free access to the plant must be provided to the engineer at all times for inspection of the plant's operation and for sampling the CTB mixture and its components. If the actual quantities of the mix vary more than 3%by weight of the specified quantities,the engineer may require such changes in the plant operation as will provide the required accuracy. B. Handling. The CTB mixture shall be transported from the mixing plant to the paving area in trucks or other equipment having beds that are smooth, clean, and tight. Truck bed covers shall be provided and used at the engineer's discretion to protect the CTB material during transport from moisture variations due to weather conditions. Any CTB material 00820 - 26 wet excessively by rain,whether during transport or after it has been spread,will be subject to rejection. The total elapsed time between the addition of water to the mixture and the start of compaction shall be the minimum possible. Haul time shall not exceed 30 minutes, and the compaction shall start as soon as possible after spreading. In no case shall the total elapsed time exceed 60 minutes between the addition of water to the soil/aggregate and cement and the start of compaction. The contractor shall take all necessary precautions to avoid damage to completed CTB by the equipment. C. Placing. Immediately prior to placement of the CTB material,the receiving surface shall be in a moist condition. The mixture shall be placed without segregation at a quantity per linear foot(meter)that will produce a uniformly compacted layer conforming to the required grade and cross section. The mixture shall be spread by one or more of the approved spreading devices.Not more than 60 minutes shall elapse between placement of CTB material in adjacent lanes at any location except at longitudinal and transverse construction joints. C. Compaction. CTB material shall be uniformly compacted to a minimum of 95%of maximum dry density based on a moving average of five consecutive tests with no individual test below 93%. Field density of compacted CTB material can be determined by the 1)nuclear method in the direct transmission mode(ASTM D 2922,AASHTO T 310); sand cone method(ASTM D 1556,AASHTO T 191); or rubber balloon method (ASTM D2167). Optimum moisture and maximum dry density shall be determined prior to start of construction and also in the field during construction by moisture-density test (ASTM D 558 or AASHTO T 134). At the start of compaction,whether central-plant-mixed or mixed-in-place,the moisture content shall be within 2%of the specified optimum moisture.No section shall be left undisturbed for longer than 30 minutes during compaction operations. All compaction operations shall be completed within 2 hours from start of mixing D.Finishing.As compaction nears completion,the surface of the CTB shall be shaped to the specified lines, grades,and cross sections. If necessary or as required by the engineer,the surface shall be lightly scarified,or broom dragged to remove imprints left by equipment or to prevent compaction planes. Compaction shall then be continued until uniform and adequate density is obtained. During the finishing process the surface shall be kept moist by means of fog-type sprayers. Compaction and finishing shall be done in such a manner as to produce a dense surface free of compaction planes, cracks,ridges, or loose material. All finishing operations shall be completed within 4 hours from start of mixing. E. Curing.Finished portions of CTB that are traveled on by equipment used in constructing an adjoining section shall be protected in such a manner as to prevent equipment from marring,permanently deforming, or damaging completed work. After completion of final finishing,the surface shall be cured by application of a bituminous or other approved sealing membrane, or by being kept continuously moist for 00820 - 27 a period of 7 days with a fog-type water spray that will not erode the surface of the CTB. If curing material is used, it shall be applied as soon as possible,but not later than 24 hours after completing finishing operations. The surface shall be kept continuously moist prior to application of curing material. For bituminous curing material,the CTB surface shall be dense, free of all loose and extraneous materials, and shall contain sufficient moisture to prevent excessive penetration of the bituminous material. The bituminous material shall be uniformly applied to the surface of the completed CTB. The exact rate and temperature of application for complete coverage,without undue runoff, shall be specified by the engineer. Should it be necessary for construction equipment or other traffic to use the bituminous- covered surface before the bituminous material has dried sufficiently to prevent pickup, sufficient sand blotter cover shall be applied before such use. Sufficient protection from freezing shall be given the CTB for at least 7 days after its construction or as approved by the engineer. F. Traffic. Completed portions of CTB can be opened immediately to low-speed local traffic and to construction equipment provided the curing material or moist-curing operations are not impaired and provided the CTB is sufficiently stable to withstand marring of permanent deformation. The section can be opened up to all traffic after the CTB has received a curing compound or subsequent surface and is sufficiently stable to withstand marring or permanent deformation. If continuous moist curing is employed in lieu of a curing compound the CTB can be opened to all traffic after the 7-day moist curing period,provided the CTB has hardened sufficiently to prevent marring or permanent deformation. G. Surfacing. Subsequent pavement layers (asphalt concrete,bituminous surface treatment,or portland cement concrete) can be placed any time after finishing, as long as the CTB is sufficiently stable to support the required construction equipment without marring or permanent distortion of the surface. 3.4. INSPECTION AND TESTING A.Description. The engineer,with the assistance and cooperation of the contractor, shall make such inspections and tests as deemed necessary to ensure the conformance of the work to the contract documents. These inspections and tests may include,but shall not be limited to: 1. Obtaining test samples of the CTB material and its individual components at all stages of processing and after completion. 2. Observing the operation of all equipment used on the work. Only those materials,machines, and methods meeting the requirements of the contract documents shall be used unless otherwise approved by the engineer. All testing of processed material or its individual components,unless otherwise provided specifically in the contract documents, shall be in accordance with the 00820 - 28 latest applicable ASTM or AASHTO specifications in effect as of the date of advertisement for bids on the project. PART 4-MEASUREMENT AND PAYMENT 4.1 Measurement. This work will be measured: A. In Cubic yards of completed and accepted CTB base course as determined by truckload count as agreed to by Contractor and Engineer. 4.2 Payment.This work will be paid for at a contract unit price per cubic yard of CTB base course complete with cement furnished,multiplied by the quantities obtained in accordance with Section 8.1. Such payment shall constitute full reimbursement for all work necessary to complete the CTB base course, including preparation of CTB,haul,placement, grading,watering, cement, compaction, curing, inspection and testing assistance, and all incidental operations. 1. Bid Schedule Payment Reference: SP- 1001 2. Bid Schedule Description: Cement Treated Base ........Cubic Yard(CY) SP-1003 RECYCLED ASPHALT BASE STABILIZATION (RABS) PART 1-GENERAL A. This work shall consist of recycling the roadway to the full thickness of existing pavement and a portion of the underlying base in accordance with these specifications and in reasonably close conformity with the lines, grades,thicknesses, and typical cross sections shown on the plans or as established. B. Classification. RABS Class I shall be used for the purpose of grade control as specified in the plans. RABS Class I shall include the work described in this specification with Class I grade control requirements and field-established elevations. PART 2-MATERIALS Materials shall conform to the requirements specified in the following sections and subsections: A. Emulsified Asphalt: ISPWC Section 805 Part 2.3 B. Water. The water source shall be as approved by the Engineer. Water shall be reasonably clear and free from oil and other contaminates. PART 3-WORKMANSHIP A. Prior to mobilization,the Contractor shall submit a plan of operations for RABS processing, including traffic control, for review and comment by the Engineer. The Engineer's review and comments on the plan do not constitute approval. B. The percentage of moisture in the RABS layer shall be maintained during processing and compaction between 4 percent and 7 percent by weight of compacted material. 00820 - 29 C. Preparation of Roadbed. Prior to pulverization, any vegetation encountered inside the widths shown on the plans shall be stripped and disposed of as unsuitable material as approved by the Engineer. D. Placement of Additional Base Material. Within selected areas as designated on the plans, the addition of new aggregate base material will be required prior to pulverization.A uniform thickness of aggregate base will be placed on the surface of the existing roadway so that it is incorporated into the pulverization of the existing HMA and underlying base. E. Pulverize Existing Surface. The existing roadway material shall be loosened and pulverized the entire width(s) of the roadway,to the depth shown on the typical section, and to the extent it will conform to the following sieve size: Percent by Weight Sieve Sizes Passing Sieve 1 1/2" 100 The Contractor shall document the existing pavement thickness every 0.3 mile in each lane. This documentation shall be provided to the Engineer upon request. The measurements will be spot checked once or more per day as deemed necessary by the Engineer to ensure that accurate measurements are being made and that the full thickness of pavement is being pulverized. The fracture of aggregates shall be kept to a minimum during pulverization and blending. The Contractor shall stop pulverization and notify the Engineer as soon as any poor- quality base materials, soft spots, clays, silts, or organic materials are encountered. F. Blending. The road mix machine shall be a pugmill, auger, or cross-shaft type mixer capable of providing a uniform homogeneous mixture throughout the material to the depth indicated on the typical section. The Contractor shall document the blending thickness every 0.3 mile in each lane. This documentation shall be provided to the Engineer upon request. The measurements will be spot checked once or more per day as necessary for the Engineer to ensure that accurate measurements are being made. The pulverized and blended material shall be shaped and rolled where necessary to allow the roadway to be open to traffic (i.e., approaches to businesses and residences). In superelevated curve sections,the Contractor is advised to shape the material to the typical section specified in Shaping and Grade Control and the material shall be blended to obtain the required depth and width shown on the plans or as approved. The road mixing machine shall have provisions for introducing water through a metering device or by approved methods at the time of blending. The water shall be applied by means of controls that will supply the correct quantity of water to produce a completed mixture with uniform moisture content. Leakage of water from equipment will not be permitted. Care shall be exercised to avoid the addition of any excessive water. The resulting mixture shall be uniform and more than one(1)pass of the mixer through the material may be required. If equipment is used that requires more than one(1)pass 00820 - 30 of the mixer,water distribution on the roadway as approved shall be at the time of the final blending pass. G. Shaping and Grade Control. The Contractor shall be responsible for continuous grade control and cross slope control including any surveying(bluetopping or wire line control) as required. The Contractor shall furnish all labor,materials and equipment required to perform the grade control work. It is expected that the pulverized material will swell 15 to 30 percent prior to compaction, in addition to the thickness of any aggregate base added prior to pulverization. The typical section control line shall be vertically parallel to the centerline of the existing roadway unless otherwise shown in the plans. The cross-slope shall be constructed as shown on the plans or as directed by the Engineer. The Contractor shall also be required, as determined by the Engineer,to make adjustments to the existing roadway profile to provide a consistent grade and to avoid adding new material or wasting existing material in excess of that allowed in the contract. If necessary, as determined by the Engineer,the Contractor shall re-establish the roadway profile and cross slopes to provide a roadway section which is consistent with the typical section shown on the plans. Transverse grades of superelevated curves will be approved by the Engineer. Equipment used for shaping and setting of grades shall be capable of automated(either mechanical or electronic) setting of grade and cross slope angle. The grading operation shall be capable of accounting for the swell,which may leave the finished processed surface above the adjacent surface. All pulverized material not designated in the plans as shoulder material or for removal shall be incorporated into the RABS layer. The Contractor shall shape and finish the pulverized RABS surface without adding new material or wasting existing material. Pulverized material shall not be used as shoulder material unless specified in the plans. Material that is designated as shoulder material on the plans shall be graded to a location and elevation on the shoulder that is below the top of the RABS layer. Material designated in the plans for removal shall be bladed or otherwise windrowed adjacent to,but outside the limits of,pulverization shown on the typical section. Material shall be disposed of following final shaping to the elevation described above. H. Grade Control Requirements. On Class I projects,the final elevation of the RABS surface shall be established in the field by the Contractor. The final elevations shall be approved to minimize wasting existing materials. The RABS surface shall be finished to within 0.03' of the field-established elevation, and within 0.03' of the elevation required to provide the field-established or plan specified cross slope at 12' from centerline and at the edge of the RABS surface. The final RABS surface will require approval by the Engineer. I. Compacting and Finishing After the materials have been satisfactorily blended, a motor grader,mechanical spreader,paver, or grade trimmer of approved type shall shape the mixture. Equipment used for finishing shall be capable of automated setting of grade and cross slope. The typical section shall be as specified above. 00820 - 31 The compaction train shall include at least one pneumatic tired roller, one vibratory roller, and one vibratory pad-foot soil compactor. Use compaction equipment and/or rolling methods to produce the required compaction without damaging the work. The vibratory pad-foot soil compactor and its use shall meet the following requirements: The Contractor shall provide a vibratory pad-foot soil compactor with minimum operating weight of 15 Tons,minimum drum width of 60 inches, and pad height of 3 1/2 inches. This roller shall be used after the pulverization and blending and prior to shaping and grading. Three complete passes shall be required. Additional passes may be required to achieve compaction. Payment will be considered incidental to the Special Provision. The roller pattern shall be established by using in-place density from an uncorrected nuclear gauge. The required compaction is achieved and final process rolling is defined as when the final roller pass adds no more than 0.5 lb/ft3 to the previous in-place density. Sufficient additional roller passes shall be made to assure that a"false break"or leveling- off point is not used for compaction density. The roller pattern shall be re-established when mixture properties in the processed material change, and at a minimum of every 7,200 SY of finished surface. Additional tests shall be performed where subgrade soil conditions or RABS material have changed significantly, or at the discretion of the Engineer,to ensure that the required compaction is achieved. The surface shall be kept uniformly moist during the compaction process. The surface shall be satisfactorily maintained until the plant mix surface course has been placed. J. Protection. The surface shall be kept moist(but not wet)until the prime coat is placed. Water equipment shall be of a type that will apply moisture in a fog or mist type application free of pressure on the surface being treated. K. Prime Coat. Prior to placement of the initial lift of plant mix pavement, a prime coat shall be applied full width at a rate of 0.15 gallons per square yard or as directed. The RABS layer shall be free of standing water at the time of application of the prime coat. The completed recycled base material shall be covered with a bituminous prime coat as protection against drying. The prime coat shall be applied as soon as possible,but no later than twenty-four(24)hours after the completion of final rolling. Additional grading and/or rolling may be required prior to applying the prime coat due to surface deformation by traffic upon the processed surface. Any additional grading and/or rolling shall be considered incidental with no separate payment made. Prime coat shall be emulsified asphalt, Type CSS-1 or CSS-lh, or as directed. The prime coat shall be applied in accordance with the requirements of ISPWC Section 807 and in sufficient quantity to provide a continuous membrane over the surface. At the time of application of the prime coat,the surface shall be tightly knit and free from all loose material. If necessary to ensure this, sufficient water to fill the surface voids shall be applied immediately before the asphalt is applied. Equipment or traffic may be permitted on the recycled base stabilization when approved by the Engineer, after the prime coat has been applied. A uniform application of blotter shall be applied as required by the Engineer. The application rate of blotter will be 15 00820 - 32 pounds per square yard. Loose, excess blotter shall be broomed from the surface prior to paving. No separate payment will be made for brooming excess blotter. L. Paving. Keep the RABS surface sufficiently moist(but not wet)until paving occurs. Failure to keep the RABS surface sufficiently moist may result in the Engineer requiring paving to take place within forty-eight hours. The Contractor is advised to pave over the RABS surface as soon as possible after the required compaction is achieved and the surface is primed. Tight-blading and rolling, subsequent to final process rolling as defined in Compacting and Finishing,may be required before applying the initial lift of plant mix and/or prime coat due to surface deformation, raveling,or other irregularities created by traffic. At the time of placement of the initial lift of plant mix,the primed surface shall be free from all loose material and observable rutting. PART 4-MEASUREMENT AND PAYMENT A. Payment for this item will be measured by square yards complete in place. This item shall include the preparation of the roadbed, stripping and disposing of unsuitable materials,pulverizing and blending of materials, additional required pulverization and blending passes, documentation of existing pavement and processed material thickness, the wetting or drying of the material,relaying,grade control work, compaction of the mixture, finishing shaping of the completed surface,brooming,blending water and water required to keep the RABS surface moist, and dressing the shoulders. 1. Bid Schedule Payment Reference: SP-1003 2. Bid Schedule Description: Recycled Asphalt Base Stabilization(RABS)...Square Yards(SY) SP—2050 PRECAST CONCRETE BARRIER PART 1—GENERAL 1.1 Description. A. Furnish,transport, and place pre-cast concrete barrier to the lines and grades as shown on the construction drawings. B. Concrete barrier installation shall be in accordance with Idaho Transportation Department(ITD) standard specifications for highway construction and ITD Standard Drawing 612-18. C. Concrete barrier shall include drainage scuppers per ITD Standard Drawing 612- 18. D. Reuse existing concrete barrier as indicated on the plans. 00820 - 33 E. Furnish,transport, and place precast concrete barrier terminal ends to the locations shown on the plans. PART 2—MATERIALS 2.1 New precast concrete barrier and terminals shall meet the requirements of ITD Standard Specifications for Construction Section 612 for all concrete, connecting pins, reinforcement,wire rope,and all other materials required for construction of the pre-cast concrete barrier. PART 3—WORKMANSHIP 3.1 Supply precast concrete barrier and place as shown on the plans or as directed. 3.2 Supply the precast concrete barrier per ITD Standard Drawing 612-18,Precast Concrete Barrier. 3.3 Uniformly grade the foundation for the barrier. Install barrier plumb to lines and grades shown on the construction plans. 3.4 Reuse the existing concrete barrier where indicated on the plans. 3.5 Supply precast concrete barrier terminal and place as shown on the plans or as directed. PART 4—METHOD OF MEASUREMENT 4.1 Use the items listed below as indicated in the plans and Bid Schedule. Precast Concrete Barrier will be paid by the lineal foot of barrier installed to the lines and grades as indicated on the plans. Work shall include materials,reinforcing steel,equipment,haul, barrier, connecting pins, grading,placement, and all other items of expense required to install the precast concrete barrier and terminals in accordance with the construction plans and specifications. 1. Bid Schedule Payment Reference: SP-2050.1 2. Bid Schedule Description: Remove and Reset Precast Concrete Barrier ... lineal foot(LF). 3. Bid Schedule Payment Reference: SP-2050.3 4. Bid Schedule Description: Precast Concrete Barrier ... lineal foot(LF). END OF SECTION SP—2055 W-BEAM GUARDRAIL PART 1—GENERAL 1. Description. 00820 - 34 A. Furnish,transport, and install metal W-Beam guardrail to the lines and grades as shown on the construction drawings. Place backfill materials in layers and thoroughly tamp. B. All work shall be in accordance with Idaho Transportation Department(ITD) Standard Specifications for Highway Construction(latest edition) and in accordance with ITD standard drawings 612-1, 612-5, 612-8, and 612-10. Use wide-flange metal posts. PART 2—MATERIALS A. W-Beam guardrail shall meet the requirements of ITD Standard Specifications for Construction Section 612 for all metal,posts,bolts,connectors,wire rope, and all other materials required for construction of the W-Beam. PART 3—WORKMANSHIP A. Supply W-beam guardrail and place as shown on the plans or as directed. B. Supply the guardrail per ITD Standard Drawing 612-1, 3 1"W-Beam Guardrail. C. Uniformly grade the foundation for the barrier. Install guardrail plumb to lines and grades shown on the construction plans. D. Install guardrail per steep slope and curb application as outlined in ITD Standard Drawing 612-1. Install Guardrail Transitions and terminals per ITD Standard Drawing 612-5, 612-7, 612-8, and 612-10. E. Field drill relocated concrete barriers and connect new W-Beam guardrail to concrete barriers in accordance with ITD Standard Drawing 612-10, Guardrail Transition Low Speed. PART 4—METHOD OF MEASUREMENT A. Use the items listed below as indicated in the plans and Bid Schedule.W-Beam Guardrail will be paid per the lineal foot of guardrail installed to the lines and grades as indicated on the plans, including the length of anchors,terminals, and transitions. Work shall include materials, steel,posts, equipment,haul,guardrail, connecting to concrete guardrail,field drilling, grading,placement, and all other items of expense required to install the W-Beam guardrail in accordance with the construction plans and specifications. 1. Bid Schedule Payment Reference: SP-2055.1 2. Bid Schedule Description: W-Beam Guardrail ... lineal foot(LF) 3. Bid Schedule Payment Reference: SP-2055.2 4. Bid Schedule Description: W-Beam Guardrail Transition,Low Speed... each (EA) 5. Bid Schedule Payment Reference: SP-2055.3 6. Bid Schedule Description: Guardrail Anchor ... each(EA) 7. Bid Schedule Payment Reference: SP-2055.4 00820 - 35 8. Bid Schedule Description: Guardrail Terminal,Tangent ... each(EA) 9. Bid Schedule Payment Reference: SP-2055.5 10. Bid Schedule Description: Guardrail Terminal,Flared ... each(EA) END OF SECTION SP-3001 LANDSCAPE ROCK PART GENERAL 1.1 Provide,haul,and place landscape rock in the areas indicated on the plans. PART 2 MATERIALS 2.1 Provide landscape rock that is dark brown or black lava rock. 2.2 Provide sample to the city to approve before ordering or purchasing. PART 3 WORKMANSHIP 3.1 Place landscape rock in the areas indicated on the plans between the curb and bike path. 3.2 Place weed barrier or spray weed killer on ground under rock. 3.3 Place rock in a uniform layer to cover the ground. PART 4 METHOD OF MEASUREMENT 4.1 Use the pay item listed below. Includes all labor, materials and equipment required to provide and place landscape rock. A. Landscape Rock: by square yard in place. 1. Bid Schedule Payment Reference: SP-3001 2. Bid Schedule Description: Landscape Rock...square yard(SY) SP-3003 CRASH CUSHION PARTI GENERAL 1.1 Provide all parts necessary and install crash cushion. 1.2 Provide crash cushion that is sacrificial, redirective, gating, NCHRP 350 Test Level 3 or greater, and for permanent use. 00820 - 36 PART 2 MATERIALS 2.1 Provide crash cushion with pad or foundation as required by the manufacturer. PART 3 WORKMANSHIP 3.1 Assemble and install crash cushion and pad or foundation as specified and in accordance with the manufacturer's written installation instructions. 3.2 Submit an installation and repair manual specific to the installed crash cushion to the city. 3.3 Provide and install self-adhesive object marker sheeting to the nose of the crash cushion. PART 4 METHOD OF MEASUREMENT 4.1 Use the pay item listed below. Includes all labor, materials and equipment required to provide and install crash cushion. A. Crash Cushion: by each installed in place. 1. Bid Schedule Payment Reference: SP-3003 2. Bid Schedule Description: Crash Cushion...each(EA) SP-3004 DITCH PART 1-GENERAL A. Construct ditch to catch falling rock and convey water to adjacent natural drainages. PART 2-MATERIALS A. Not specified PART 3-WORKMANSHIP A. Construct ditch as specified in the plans by excavating and shaping material. B. Ensure outlet of ditch ties into the existing topography and drains away from roadway. PART 4-MEASUREMENT AND PAYMENT A. Payment for this item will be measured by the linear foot of constructed ditch 3. Bid Schedule Payment Reference: SP-3004 4. Bid Schedule Description: Ditch...Linear Feet(LF) 00820 - 37 SP-3005 PORTABLE CHANGEABLE MESSAGE SIGN PART 1-GENERAL A. Provide,install,maintain,remove, and relocate Portable Changeable Message Sign (PCMS)as necessary. PART 2-MATERIALS A. Provide portable changeable message signs with message sign, control system,power source, and mounting and transporting equipment components. PART 3-WORKMANSHIP A. Secure the PCMS control system with a lock and change the default control system password to prevent tampering. B. Update the PCMS text as shown in the plans or as directed by the City. PART 4-MEASUREMENT AND PAYMENT A. Payment for this item will be measured by hours of operation as shown on the hour meter. 1. Bid Schedule Payment Reference: SP-3005 2. Bid Schedule Description: Portable Changeable Message Sign...Days(DA) SP-3007 ACCESS GATE PART1 GENERAL 1.1 Provide all parts necessary and install gate as shown on ITD standard detail for Road Closure Drop Gate. PART 2 MATERIALS 2.1 Provide all parts and materials indicated in the plans. 2.2 Provide all material's manufacturer specifications to the Engineer fourteen (14) calendar days before purchasing for review and approval. PART 3 WORKMANSHIP 3.1 Install gate as indicated in the plans. 3.2 Coordinate placement of gate with the Engineer prior to installation. PART 4 METHOD OF MEASUREMENT 00820 - 38 4.1 Use the pay item listed below. Includes all labor, materials and equipment required to provide and install gate. A. Access Gate: by each installed in place. 1. Bid Schedule Payment Reference: SP-3007 2. Bid Schedule Description: Access Gate...each(EA) SP-3009 GALVANIZED STEEL PIPE APRON PART GENERAL 1.1 Provide and install aprons to the outlet ends of pipes at the locations shown in the plans. PART 2 MATERIALS 2.1 Provide metal apron the meets AASHTO M 36 or M 196 2.2 Use galvanized or stainless steel bolts, nuts, and washers. Galvanize other material to meet AASHTO M 232. 2.3 Use galvanized steel that meets AASHTO M 111. PART 3 WORKMANSHIP 3.1 Install aprons at locations shown on the plans. 3.2 Install in a manner that will prevent undercutting or erosion. PART 4 METHOD OF MEASUREMENT 4.1 Use the pay item listed below. Includes all labor, materials and equipment required to provide and install apron. A. Galvanized Steel Pipe Apron: by each installed in place. 1. Bid Schedule Payment Reference: SP-3009 2. Bid Schedule Description: Galvanized Steel Pipe Apron...each(EA) SP-5001 CONTRACTOR FURNISHED CONSTRUCTION SURVEYING AND STAKING PART 1 —GENERAL A. Work included: This specification describes the Contractor's responsibilities for surveying and Field Engineering necessary to construct the work. The Work shall consist 00820 - 39 of staking lines and grades for rock removal limits,roadway widening, and traffic control devices. It shall also include re-measurement or reestablishment work, as required, if the Engineer determines that any portion of the work has not been completed in conformity with line, grade and dimensions shown on the plans or as directed by the Engineer. The contractor is responsible to survey the existing asphalt grade prior to construction for verification of excavation quantities. B. Surveyor Qualifications: All surveying and construction staking shall be under the direction and supervision of a qualified surveyor knowledgeable of construction surveying and volumetric calculation for the work described in this specification. The standard of care and knowledge of the surveyor shall be that of a licensed surveyor, but being licensed as a surveyor in the State of Idaho is not required or a prerequisite of the surveyor. The Contractor shall submit evidence and qualifications of the surveyor(s) competency to the Engineer for review and comment at the preconstruction conference and prior to commencing with any surveying or staking activities at the site. PART 2—MATERIALS A. Documentation and Records: The Surveyor shall provide all field notebooks and forms to be used for construction staking. The field notebooks and forms shall become the property of the Engineer upon completion of the work. The field notebooks used for the work shall be made available to the Engineer upon request at any time during the execution of the work. Such request may be made verbally or in a written form and shall be complied with immediately by the Contractor or his Surveyor. B. Material and Equipment: The Surveyor shall furnish all stakes, surveying equipment, and other devices necessary for establishing, setting, marking and maintaining the required control and reference points to construct the work. All lumber shall have the following minimum dimensions in inches: Hubs 111x2"x8" Stakes 1117.2"xl6" Lath 'h"x2"x48" Plastic marking flagging and paint shall be highly visible type supplied in the colors of red,white,blue,yellow and orange. PART 3 -WORKMANSHIP 3.1 CONSTRUCTION STAKING A. Surveying Control and Tolerances: Construction staking by the Surveyor shall include the horizontal and vertical control points to set bench marks,right of way limits, culverts, sewer pipes,valley gutter,valve adjustments manholes, inlets, subgrade,base aggregates, retaining wall leveling pad,bridge foundations,piers, columns, abutments, superstructure and any other control or elevations deemed necessary for proper control to construct the work. The positional tolerances for staking shall conform to the following guidelines: Description Vertical Tolerance Horizontal Tolerance Blue Tops 0.02+/-foot N/A 00820 - 40 R-W Markers N/A 0.5 +/-foot Slope Stakes 0.1+/-foot 0.1+/-foot Paving Surfaces 0.02+/-foot N/A Bridge Structures 0.01+/-foot 0.05+/-foot B. Field Documentation Requirements: Field notes shall be kept in a standard format on forms supplied by the Surveyor and acceptable to the Engineer. Lettering shall be at least 0.15 inch and legible from a distance of 1.5 feet. Errors shall be deleted by lining the errors out and erasures in the field notes will not be an acceptable practice of correcting errors. After completion and acceptance of the work, the Surveyor shall submit to the Engineer all survey and design data. Crew names, positions, and dates shall be recorded in the field books on the beginning sheet of each day's work. All notes, including the originals, shall be signed and sealed by the licensed Surveyor and become the property of the Engineer. The Surveyor is required to complete daily diaries detailing the work completed each day, along with people on the project. Copies of all field notes and diaries shall be submitted to the Engineer on a weekly basis or as directed by the Engineer. C. Surveyor Technician Requirements: The Surveyor shall employ sufficient qualified personnel experienced in construction surveying to conduct the work as required. Supervision of such personnel is the responsibility of the Surveyor, and any error or omission by such personnel shall be corrected at the expense of the Contractor by his Surveyor. The Surveyor is responsible for the calculations of the grades and alignment for all staking. Any discrepancies in grade, alignment locations, and/or dimensions detected by the Surveyor shall immediately be brought to the attention of the Engineer. Major differences found between the horizontal or vertical alignment data shown on the plans and the alignment observed on the ground shall be referred to the Engineer immediately. Staking of these areas shall be deferred until these differences are reconciled by the Engineer. The Surveyor shall compare the staked centerline cut and fill depth with the design data. Differences exceeding one foot at any two or more consecutive points shall be reported to the Engineer for possible evaluation and correction. D. Construction Staking Requirements and Criteria: The Engineer may check the accuracy of the Surveyor's construction stakes, lines, grades and layouts, but will not assume responsibility for the accuracy of the final result of the construction stakes, lines, grades and layouts. All stakes shall be legibly marked with a stake pencil that leaves a depression or a waterproof black marker. The top two inches of all slope, guard, reference, clearing and structure stakes shall be painted or marked with plastic flagging. Stakes shall be painted or marked with the following colors: TYPES OF STAKES COLORS Right of Way Yellow Control Points Red/White/Blue Misc. Stakes Red/White Slope Stakes White Conduit Stakes Orange/White Centerline Stakes Red Reference Points/Easements Orange 00820 - 41 The Contractor and Surveyor shall maintain and protect all construction stakes and marks until the work is completed and accepted by the Engineer. In the event that the construction staking or control points are obliterated during the execration of the work the Surveyor shall establish or reestablish all construction stakes and controls points, as necessary. Minimum Control Points P.I. Point of Intersection of Tangents P.C. Point of Curvature P.O.C. Point on Curve P.T. Point of Tangency P.O.T. Point on Tangent R.P. Reference Point B.M. Bench Mark T.B.M. Temporary Bench Mark E. Surveying Control Items (minimum requirements) 1. Vertical Control: Bench marks established for the project by the Owner shall be checked and/or reestablished by the Surveyor. Benchmarks falling within the clearing limits of the project shall be reset in a safe location by the Surveyor. After resetting any a level circuit meeting the precision of the original survey shall be run to all benchmarks and datum elevations computed and/or checked. 2. Horizontal Control: Centerline stakes shall be set at 50-foot intervals (including all 100-foot stations), at significant breaks in the ground, at conduit locations, at P.C.'s and P.T.'s,points of radiuses, and at approaches. Stakes shall be marked with appropriate identification or location on the side of the stake facing the initial station on the project. 3. Cross-Sections: Cross-section measurements, original and re-measure, shall be taken at locations necessary for computing pay items that require volume calculations. This data shall be computed, checked, and plotted into cross- section format using both the original and re-measured section data by the Surveyor and signed and sealed by the Surveyor. The purpose of these cross- sections is for measurement and payment of quantities. The Surveyor shall compute the earthwork cut and fill volume quantities and submit these calculations to the Engineer to support the respective progress payment request by the Contractor. 4. Finishing Stakes: Finishing stakes shall be set when subgrade or base course is within 0.2 foot of the final grade. The stakes shall be set to the nearest 0.02 foot of the measured grade line. Finishing stakes shall be required for all surfaces requiring finish grading including (but not limited to) subgrade, base courses, approaches and pavement surfaces, as required. Finishing stakes shall be hubs placed transversely on the roadway template line at 12-foot intervals, in addition to centerline and at each shoulder. The finishing stakes shall be marked with guard stakes or with plastic blue top flags or chasers. 5. Miscellaneous Staking: Staking will be required for location and installation of all illumination and traffic control facilities including, but not limited to: poles, conduits,boxes,traffic signs, etc. PART 4-MEASUREMENT AND PAYMENT 00820 - 42 A. The lump sum payments by bid schedules for Contractor Furnished Construction Surveying and Staking services shall be full compensation for all cost associated for furnishing labor, tools, equipment and materials necessary for the setting, maintaining and verifying the alignment, grade and quantities as specified and shown on the plans, including all mobilization, surveying traffic control, and demobilization cost. 1. Bid Schedule Payment Reference: SP-5001 2. Bid Schedule Description: Contractor Furnished Construction Survey and Staking....lump sum (LS) SP-5002 CONSTRUCTION COORDINATION, SCHEDULING,PHASING, STAGING PART 1 -GENERAL 1.1 COORDINATION AND PROJECT CONDITIONS. A. Coordination of work is required and shall include, but not limited to: traffic control, construction scheduling, survey, and staging. All work and time associated with the coordination activities shall be considered incidental to the Shoshone Falls Grade Rock Removal Project and the appropriate pay items. There shall be no measurement and payment for this item and shall be considered incidental to other bid items. B. Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements,with provisions for accommodating items installed later. C. Pre-Bid Conference. 1. Pre-bid conference may be held if specified in Document 00200—Instructions to Bidders. 2. Agenda: a. Work Sequence. b. Special project conditions and coordination effort required. D. Pre-Construction Conference. 1. Engineer will schedule conference after Notice to Proceed. 2. Attendance Required: Owner,Engineer, Contractor and Subcontractors. 3. Agenda: a. Distribution of Contract Documents. b. Submission of list of Subcontractors, (not listed in Bid)list of Products, (not listed in Bid)schedule of values, and progress schedule. c. Submittal Format. d. Designation of personnel representing the parties in Contract,and the Engineer. 00820 - 43 e. Procedures and processing of field decisions, submittals, substitutions, applications for payments,proposal request, change orders, and contract closeout procedures. f. Project scheduling,phasing and coordination. E. Progress Meetings. 1. Schedule and administer meetings throughout progress of the Work at weekly intervals. Contractor is also required to attend the scheduled progress meetings to coordinate work items. 2. Owner's rep will make arrangements for meetings,prepare agenda with copies for participants, and preside at meetings. 3. Attendance Required: Job superintendent, Subcontractors and suppliers, as requested by Engineer, or Owner,Engineer, as appropriate to agenda topics for each meeting. 4. Agenda: a. Review minutes of previous meetings. b. Review of Work progress. c. Field observations,problems, and decisions. d. Identification of problems,which impede planned progress. e. Review of submittal schedule and status of submittals. f. Maintenance of progress schedule. g. Corrective measures to regain projected schedules. h. Planned progress during succeeding work period. i. Coordination of projected progress and other contractors mobilized under separate contracts with the Owner. j. Maintenance of quality and work standards. k. Effect of proposed changes on progress schedule and coordination. 1. Other business relating to Work. F. Phasing, Staging and Scheduling. 1. PHASING a. Submit a detailed project sequencing diagram for approval showing work areas and roadway or intersection closures or restrictions along with traffic flow diagrams and traffic control plans for each stage of work. Update the project sequencing diagram and resubmit if schedule or sequence changes after start of construction. b. The Owner reserves the right to make use of any portion of the Work prior to completion of the entire contract without invalidating the Contract and without constituting acceptance of any of the Work. Contractor shall cooperate, schedule,and coordinate all activities and minimize conflicts with Owner. 2. STAGING a. No construction staging areas have been secured for construction of this project. The Contractor is responsible to secure all necessary staging areas for construction. Stockpiling of materials within the public or private right- of-ways will not be allowed. 3. SCHEDULING 00820 - 44 a. Prepare a CPM schedule for the entire project and submit the schedule to the Engineer two (2)working days prior to the preconstruction conference. b. The schedule shall include start date, completion date,days for completion, float, and time restrictions as stated herein. The schedule shall be broken down into segments corresponding to each segment included in the plans. c. Provide a detailed week behind and two-week ahead of schedule at each weekly progress meeting. b. Provide an updated schedule along with monthly requests for payments. The updated schedule shall include the original schedule, actual completion to date for work completed, and anticipated completion dates for remaining work. If completion of work is behind the Contractor's original schedule, as modified by any approved changes in the contract time,provide a revised schedule and documentation of resources to be used to meet the contract times. Requests for payment will not be processed and will be returned to the Contractor unless the request is accompanied by an updated schedule, and if required, a revised schedule and documentation of resources. c. Construction Staking: The Contractor is responsible to provide construction staking necessary to facilitate work. Construction staking is all inclusive to the Contractor Furnished Construction Surveying and Staking pay item. G. Source Identification 1. Designated source(s)are not identified for this project. The Contractor shall furnish approved source(s) for all materials. PART 2 -MATERIALS None PART 3 -WORKMANSHIP 3.1 COORDINATION WITH UTILITIES A. OTHER COORDINATION ITEMS 1. The Engineer assumes no liability for the accuracy of the information shown, or conflicts due to inaccurate or incomplete utility information. Call Dig Line (811) a minimum of 48 hours (2 working days) prior to any excavation to request utility locations. 2. Utility Impacts/Conflicts/Relocations: Contractor shall notify the appropriate utility company and Owner's representative if required for the work. Contractor shall coordinate schedules and work together with Owner, Utility Company and Utility Contractor for the timely relocation of existing facilities. PART 4-MEASUREMENT AND PAYMENT 4.1 There shall be no measurement and payment for this item and shall be considered incidental to other bid items. END OF SECTION 00820 - 45 SP-5003 STORM WATER MANAGEMENT PART 1—GENERAL 1.1 SECTION INCLUDES A. The Contractor is required to submit/obtain an EPA General Construction Permit, SWPPP,NOI, and NOT. The Contractor shall submit a copy of the NOI to the City as well. All areas disturbed by construction activities must be permanently stabilized per the approved SWPPP and re-seeded per the provisions of Section 307. PART 2 -MATERIALS AS REQUIRED BY SWPPP PART 3 -WORKMANSHIP 3.1 STORM WATER POLLUTION PREVENTION MANAGEMENT A. Contractor shall be responsible for obtaining,paying for, implementing, maintaining, and complying with all local, State, and Federal permits required for stormwater pollution prevention as a result of construction activities. B. If normal construction practices are utilized,it is anticipated that construction of this Project will result in total land disturbance of greater than one(1) acre. If so, an EPA General Construction Permit, a Storm Water Pollution Prevention Plan (SWPPP),Notice of Intent(NOI), and Notice of Termination(NOT)will be required in addition to meeting all local and sediment control requirements. A copy of the SWPP,NOI and NOT shall be submitted to the City prior to any Work being completed. C. Prepare a Site Discharge Control Plan/Storm Water Pollution Prevention Plan (SWPPP) for review and acceptance by the Owner and regulatory entities. The Plan shall meet the requirements of the 2012 Construction General Permit(CGP) and those generally set forth in DEQ's Catalog of Storm Water Best Management Practices. Plan designer is to be certified by ITD and include a detailed compliance monitoring program. The Construction Site Discharge Control Plan shall include measures to protect the existing storm drain systems inside and outside the project boundaries from mud,dust,debris,and other pollutants generated or transported due to this project. Additionally,this item shall protect all"waters of the United States of America".Acceptable methods or"Best Management Practices"(BMPs)for controlling pollutant transport from this site can be found in a number of publications available including,but not limited to: Idaho Department of Environmental Quality: Phone: (208) 736-2190 or on the internet: http://www.deq.state.id.us/water/data_reports/storm water/catalog/index. a� 00820 - 46 United States Environmental Protection Agency Region 10: (800)424-4372 or on the internet: http://www.epa.gov/rIOearth/storrnwater.htin Idaho Transportation Department,Erosion and Sediment Control Manual,Phone: (208) 886-7800 http://www.itd.idaho.gov/manuals/Online ManualsBMP/ D. If required,prior to the beginning of construction, file the NOI and have the EPA approved SWPPP/Construction Site Discharge Control Plan in place. The CPM shall include the required City and Contractor waiting periods after NOIs are reported on the web site. E. The construction SWPPP shall include measures to protect"waters of the United States of America"inside and outside the project boundaries from stormwater pollution sedimentation and erosion. It is anticipated that check dams, straw bails or wattles, silt fences,jute mats, seeding and other BMP's may be required to meet performance stipulations of the reference permits. Temporary facilities may be constructed on-site,and will be required to be removed after completion. Install silt fences around soil or aggregate material stockpile areas to contain silts and prevent siltation of surface waters or runoff to adjacent properties. Employ erosion and siltation control necessary to complete the work and conform to these Specifications and permit provisions. Final stabilization of all disturbed areas and re-seeding is required per Section 307 prior to final project close-out. F. Implement the SWPP Plan and any required changes during the project and after substantial completion. Periodically inspect compliance of the SWPPP using an independent firm regularly engaged specifically in this work with personnel meeting ITD certification. Frequency of the periodic inspections shall be a minimum two(2)inspections per week or more if required by the EPA General Construction Permit, or when construction activities,means,methods or sequences change. Schedule inspections with the Owner's RPR a minimum 48 hours in advance. G. Implement a NOT and remove all related items after completion of the required work. H. The CGP does not relieve the Contractor from compliance with other regulations or Contract Document requirements regarding stormwater pollution prevention, including,but not limited to,protection of surface waters,prevention of soil runoff, dust control,prevention of tracking soils to adjacent streets, fuel containment, spill control,etc. or any other such additional requirements as may be required by IDEQ,EPA,U.S.Army Corps of Engineers,or other regulatory agency. 1. Engineer and Owner shall not be responsible for Contractor's failure to maintain compliance with such permits or additional requirements that may be required by regulatory agencies during execution of the Work. 00820 - 47 J. Fines and penalties imposed on the Project due to Contractor's failure to maintain the SWPPP and modifications to the SWPPP as required by the regulatory agencies shall be paid entirely by the Contractor at no additional cost to the Owner. PART 4-MEASUREMENT AND PAYMENT 4.1 There shall be no measurement for Storm Water Management. This item will include all necessary work to complete storm water management as required by local, state, and federal agencies and in accordance with the Contract Documents. All BMPs shall be included with this pay item. Payment shall be on a lump sum basis in the amount listed on the Bid Form, and shall be made 50%on the first monthly payment and pro-rated through the subsequent pay estimates. All permitting fees are to be included in this pay item. A. Storm Water Management 1. Bid Schedule Payment Reference: SP-5003 2. Bid Schedule Description: Storm Water Management ...Lump Sum (LS). END OF SECTION 00820 - 48