Loading...
HomeMy WebLinkAboutBID - 10204 Mountain Vista Bridge Replacement Project w Exhibits BID INFORMATION AND CONTRACT DOCUMENTS FOR Mountain Vista Bridge Replacement Project BID NO. 10204 September 5, 2025 Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 fcgov.com/purchasing CONTRACT DOCUMENTS TABLE OF CONTENTS BID INFORMATION 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410 Bid Bond 00420 Statements of Bidders Qualifications 00430 Schedule of Subcontractors 00440 Safety Form CONTRACT DOCUMENTS 00500 Agreement Forms 00510 Notice of Award 00520 Agreement 00525 Scope of Work 00530 Notice to Proceed 00600 Bonds and Certificates 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions 00900 Addenda, Modifications, and Payment 00950 Contract Change Order 00960 Application for Payment ADDITIONAL CONTRACT DOCUMENTS EXHIBIT A - Project Plan Set EXHIBIT B - Project and Standard Special Provisions EXHIBIT C - Terracon Geotechnical Engineering Report SECTION 00020 INVITATION TO BID BID DUE: 3:00 PM MT (MT our clock), September 26, 2025 As part of the City’s commitment to sustainability, sealed Bids must be submitted online through the Rocky Mountain E-Purchasing System (RMEPS) at http://bidnetdirect.com/colorado/city-of- fort-collins. Public Bid Opening: The bid opening will be conducted by video conference per the following information. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. To access the public Bid opening, please follow the link to join the Microsoft Teams meeting: Join the meeting now Meeting ID: 290 611 823 879 0 Passcode: KC7Ac7uE Dial in by phone +1 970-628-0892,,85847409# United States, Grand Junction Find a local number Phone conference ID: 858 474 09# The Contract Documents provide for the construction of Bid 10204 Mountain Vista Bridge Replacement Project. The Work consists of removing an existing corrugated metal culvert and replaces it with cast-in place concrete box culvert. Major items include ditch grading, removal of 24” metal pipe, installing PVC pipe, shoring, HMA paving. A pre-bid conference and job walk with representatives of prospective Bidders will be held at 10:30 AM MT on September 11, 2025, at the project site, see map below for location: All questions should be submitted, in writing via email, to Adam Hill, Senior Buyer at adhill@fcgov.com, no later than 3:00 PM MT on September 18, 2025. Please format your e- mail to include: Bid 10204 Mountain Vista Bridge Replacement Project in the subject line. Questions received after this deadline may not be answered. Responses to all questions submitted before the deadline will be addressed in an addendum and posted on RMEPS. The Contract Documents and Construction Drawings may be examined online at: http://www.bidnetdirect.com/colorado/city-of-fort-collins Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Prohibition of Unlawful Discrimination: The City, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, affirmatively ensures that for all contracts entered into with the City, disadvantaged business enterprises are afforded a full and fair opportunity to bid on the contract and are not to be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. For the purpose of this policy “sexual orientation” means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that he or she has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The City requires its Contractors to comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party Contractors and their subcontractors/subconsultants at every tier. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Contractor Registration: The City requires new Contractors receiving awards from the City to submit IRS form W-9 and requires all Contractors to accept Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com /purchasing under Vendor Reference Documents. Please do not submit these documents with your proposal, however, if you take exception to participating in Direct Deposit (Electronic) payments please clearly note such in your proposal as an exception. The City may waive the requirement to participate in Direct Deposit (Electronic) payments at its sole discretion. Colorado Open Records Act: The City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted hereunder is subject to public disclosure by the City pursuant to CORA and City ordinances. All submitted bids, Bid Forms, and the awarded contract will be considered public records subject to disclosure under CORA. By responding to this Bid, Contractor hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. Collusive or Sham Bid: Any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. City of Fort Collins Gerry Paul Purchasing Director SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub-bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall 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. 2.3. The submitted Bid proposal shall include Sections 00300 and 00400, fully executed. 2.4. OWNER and ENGINEER, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications provided in Section 00420. As applicable, Bidder must possess all required state and local licenses. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that any Work previously performed by the Bidder has no claims pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair their ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize itself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize itself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify ENGINEER of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. 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 Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project and submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or ENGINEER. 5.4. Responses to all questions submitted before the deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing System webpage. 6.0 BID BOND 6.1. Each Bid must be accompanied by Bid Security in an amount no less than five (5) percent of the Bid. The Bid Bond must be executed by a SURETY meeting the requirements of the General Conditions for surety bonds. If a SURETY does not issue electronic Bid Bonds, a scanned copy of the Bid Bond must be submitted electronically through Rocky Mountain E-Purchasing System at the time of bidding, and the hard copy Bid Bond must be mailed to the Purchasing Department at PO Box 580, Fort Collins CO 80522 and received by OWNER prior to contract execution. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or forty-five days after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned. 7.0 CONTRACT TIME The number of days within which, or the date by which the Work is to reach Substantial Completion and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES Provisions for liquidated damages are set forth in Section 00520. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions which may be further defined in the Supplementary Conditions. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors proposed for use in the Work. Refer to Section 00430 contained within the Contract Documents. The Bidder may only utilize the subcontractors stated in Section 00430 except in the event that the OWNER requires a change in accordance with Section 10.2 below. Should the Bidder request a change to the subcontractor list, OWNER approval shall be required. Proposed subcontractor/supplier qualifications and references may be requested to be submitted within 3 business days after bid opening. Subcontractor/supplier responsibility will be determined in accordance with Section 8-160 of the Code of the City of Fort Collins. 10.2. If OWNER or ENGINEER after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or ENGINEER does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 11.0 BID FORM 11.1. A copy of the Bid Form will be posted at http://www.bidnetdirect.com/colorado/city- of-fort-collins. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. In the event that there are unit price items in a bid schedule and the "extended amount" indicated for a unit price of a bid item does not equal the product of the unit price and quantity listed, the unit price shall govern, and the extended amount will be corrected accordingly. If there is more than one bid item in a bid schedule, and the total indicated for the schedule does not agree with the sum of prices of the individual bid items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly. The Contractor will be bound by said corrections. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and 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 corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, the title must appear under signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 12.0 BID PRICING Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS 13.1. Bids shall be submitted prior to the time and date stated in the Bid Documents or any extension thereof made by addendum, electronically using Rocky Mountain E- Purchasing System at the time and place indicated in the Invitation to Bid and accompanied by the documents identified as required in Sections 00300 & 00400. Bids received after the time and date for receipt of Bids will not be accepted. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.2. Oral, telephonic, telegraphic, physically mailed or delivered or facsimile Bids are invalid and will not receive consideration. 13.3. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS 14.1. Bids may be modified or withdrawn at any time prior to the opening of Bids on RMEPS. 14.2. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 BID OPENING Bids will be opened and read aloud publicly as indicated in the Invitation to Bid. A Bid Tally of the amounts of the Base Bids and major alternates (if any) will be made available on RMEPS after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid prior to that date. 17.0 AWARD OF CONTRACT 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive, or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, 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. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. The basis for award shall be as noted in Section 00300. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening, or a mutually agreed upon date. 18.0 PERFORMANCE & PAYMENT BONDS The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to Performance and Payment Bonds. When the awarded CONTRACTOR delivers the executed Agreement to the OWNER, it shall be accompanied by the required contract bonds. 19.0 SIGNING OF AGREEMENT When OWNER gives a Notice of Award to the awarded CONTRACTOR it will be accompanied by the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the AGREEMENT and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver the executed AGREEMENT to CONTRACTOR. 20.0 TAXES OWNER is exempt from Colorado State Sales and Use Tax as applicable. Said taxes shall not be included in the Contract Price. 21.0 RETAINAGE Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 BID RESULTS Bid results will be posted at http://www.bidnetdirect.com/colorado/city-of-fort-collins. 24.0 SCHEDULE The anticipated schedule for this project is as follows: Item Dates Bid Issue Date September 5, 2025 Pre-Bid Meeting Deadline for questions Addendum issued September 22, 2025 Bid Due Tentative start date Mid-October 2025 END OF SECTION SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: 10204 Mountain Vista Bridge Replacement Project Date: 1. In compliance with your Invitation to Bid dated , 20 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Contract Documents pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a Bid Bond in the sum of ($ ) in accordance with the Invitation to Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written Notice of Award is delivered to the address given on this Bid. The name and address of the corporate SURETY with which the Bidder proposes to furnish the specified Performance and Payment Bonds is as follows: 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule(s) subject to change(s) as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through . 8. COLORADO OPEN RECORDS ACT The undersigned Bidder acknowledges that the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bids submitted hereunder is subject to public disclosure by the City pursuant to CORA and City ordinances. All submitted bids, Bid Forms, and the awarded contract will be considered public records subject to disclosure under CORA. By responding to this Bid, Contractor hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. 9. The undersigned Bidder hereby acknowledges the documents listed below are required elements of the Bid and must be submitted with the Bid. The City may reject any incomplete Bids as non-responsive. Bid Form (this Section 00300) Electronic Bid Bond (Item 3 above and Section 00410) for five (5) percent of the base Bid amount Acknowledgement of Bid Addenda (Item 7 above) Statement of Bidder's Qualifications (Section 00420) Schedule of Subcontractors (Section 00430) Safety Form (Section 00440) 10. BID SCHEDULE (Base Bid) At the City’s option the basis of award is the low responsive and responsible Bidder based on the total price for Base Bid or the total price for the Base Bid plus selected Alternates. 11. PRICES The foregoing prices shall include but is not limited to all labor, materials, overhead, profit, insurance, etc., for completion of the Work. Bidder acknowledges that the OWNER has the right to change items prior to award or during Construction at their sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: Legal Firm Name: Physical Address: Remit to Address: Phone: Name of Authorized Agent of Firm: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: (Seal - if Bid is by corporation) Attest: Address Telephone Email SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 00440 Safety Form SECTION 00410 BID BOND KNOW ALL PEOPLE BY THESE PRESENTS: that we, the undersigned as PRINCIPAL, and , as SURETY, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ ($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the PRINCIPAL has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 10204 Mountain Vista Bridge Replacement Project. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the PRINCIPAL shall execute the Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for their faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the SURETY for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The SURETY, for value received, hereby stipulates and agrees that the obligations of said SURETY and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said SURETY does hereby waive notice of any such extension. SURETY Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. IN WITNESS WHEREOF, the PRINCIPAL and the SURETY have hereunto set their hands and seals this day of , 20 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name: Address: By: By: Title: Title: ATTEST: By: (SEAL) (SEAL) SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered, and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information if needed. 1. Name of Bidder:: 2. When was Bidder’s firm organized: 3. If your firm is a corporation, where is the firm incorporated: 4. How many years has the firm been engaged in the contracting business under the present firm or trade name? 5. Provide a list of the contracts on hand: (list these, showing the amount of each contract and the appropriate anticipated dates of completion.) 6. What is the general character of Work performed by your company: 7. Have you or a firm for which you were a principal ever failed to complete any Work awarded to you? If so, where and why? 8. Has the firm ever defaulted on a contract? If so, where and why? 9. Is the firm debarred by any government agency? If yes, list agency name. 10. Provide the background and experience of the principal members of your organization, including officers: 11. Credit available: $ 12. Bank Reference: 13. Will you, upon request, provide a detailed financial statement for your Company and furnish any other information that may be required by the OWNER? 14. Is the firm licensed as a General Contractor, if applicable, in the City of Fort Collins? 15. Are any lawsuits pending against you or your firm at this time? If yes, provide detail 16. REFERENCES The undersigned Bidder shall provide three (3) completed or under construction project references of similar scope and price from the past three (3) years. It is the City’s preference that the reference projects use the same Project Manager as the CONTRACTOR is proposing for this project. It is preferred that references are from three separate owners and shall include a brief project description, owner contact information (name, title, email, and phone number), and total contract value. References may be checked by the City and bids that do not include the required and satisfactory references may be deemed non-responsive. The City reserves the right to request additional project references at its sole discretion. Project 1 Name: Brief Description: Contract Value: Client: Contact Name: Title: Phone: Email: Project 2 Name: Brief Description: Contract Value: Client: Contact Name: Title: Phone: Email: Project 3 Name: Brief Description: Contract Value: Client: Contact Name: Title: Phone: Email: 17. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. By signing below, the Contractor agrees that the answers to the foregoing questions and all statements therein contained are true and correct. Company: By: Printed: Title: State of ____________________ County of ____________________ Signed before me on _______________________, 20____ by __________________________________ (name(s) of individual(s) making statement). ____________________________________ (Notary’s official signature) ____________________________________ (Title of office) ____________________________________ (Commission Expiration) SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors and their corresponding Work items when performing over 10% of the total bid. WORK ITEM SUBCONTRACTOR SECTION 00440 SAFETY FORM Please complete the following form to provide information about your Company’s safety records and procedures. This information will be included in the evaluation of the submitted proposal. We reserve the right to request additional documentation, at any point, that supports the accuracy of this form. Contractor(s) safety record will be evaluated by the evaluation team as an element of determining whether the Contractor(s) is responsible. Contractor(s) whose safety record is above 1.0 for Experience Modification Rating (EMR) and 5.0 for Total Recordable Incident Rate (TRIR) will be reviewed in depth and may be deemed ineligible to be considered for award at the City’s sole discretion. Section 1. General Information Company Name Number of Employees Full Time: Part Time: Seasonal: Insurance Carrier Self-insured for Workers Compensation? Y ☐ N ☐ Section 2. Health and Safety Professional Information Does your company have a full-time dedicated Safety Officer? Y ☐ N ☐ If yes, provide the following information for the dedicated Safety Officer: Name: Title: Phone Number: Email: If no, provide the following information of the person responsible for safety in your company: Name: Name: Section 3. Health and Safety Program ☐ N ☐ Does the written Company Safety Program cover the work activities proposed by your company for this project? ☐☐ ☐☐ Employee/Management Responsibility Y ☐ N ☐ Hazard Recognition and Control Y ☐ N ☐ Incident Reporting and Investigation Y ☐ N ☐ Describe a typical job site safety briefing (time, location, frequency, topics, documentation). project? them? ☐☐ ☐☐ Section 4. Training and Certifications List required safety training ALL employees receive: ☐☐ Section 5. Safety Equipment (Engineered Controls) Will your company be performing any Trenching/Excavation and Confined Space Activities? Y ☐ N ☐ If yes, list what protective shoring equipment you will have available for the job site? Section 6. Health and Safety Records List the Company’s Experience Modification Rate (EMR) for the previous 3 years Year: EMR: Year: EMR: Year: EMR: Calendar Year Number of Fatalities Number of OSHA recordable cases Number of OSHA modified duty cases Number of OSHA lost time cases (TRIR) Number of recordable cases x 200,000 Number of hours worked OSHA DART Rate (Days Away Restricted or Transferred) Number of DART cases x 200,000 Number of hours worked Average number of employees on payroll ☐☐ citation, the penalty issued, and describe the corrective action taken by the Company. Limit your response to projects that have occurred in the Rocky Mountain region. Use additional pages if needed. SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD DATE: [Date] TO: [Contractor] PROJECT: 10204 Mountain Vista Bridge Replacement Project OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") CONTRACTOR is hereby notified that your Bid dated [CONTRACTOR'S Bid Date] for the above project has been considered. CONTRACTOR is the apparent successful Bidder and has been awarded an Agreement for 10204 Mountain Vista Replacement Project. The Price of the Agreement is ($ ). One (1) copy of all Contract Documents accompany this Notice of Award. Additional copies of the drawings may be requested from the Project Manager. CONTRACTOR must comply with the following conditions within fifteen (15) days of the date of this Notice of Award, that is by [Date]. 1. CONTRACTOR must deliver to the OWNER a fully executed Agreement complete with authorized signature on the signature page. 2. CONTRACTOR must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. City of Fort Collins OWNER By: Gerry Paul Purchasing Director SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the [Day] day of [Month] in the year of 20[Year] and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and [Contractor] (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 10204 Mountain Vista Bridge Replacement Project . ARTICLE 2. CHANGE ORDERS The City, may, at any time during the term and without invalidating the Agreement, make changes to the particular services. Such changes shall be agreed upon in writing by the parties by Change Order, a sample of which is attached hereto as 00950, consisting of one (1) page and incorporated herein by this reference. ARTICLE 3. ENGINEER The Project has been designed by Alfred Benesch & Company. However, all references in the CONTRACT Documents to the ENGINEER shall be the City’s Project Manager, Jin Wang, who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the CONTRACT Documents in connection with completion of the Work in accordance with the CONTRACT Documents. The Project Manager is subject to change by the OWNER by written notice via email to the CONTRACTOR. ARTICLE 4. CONTRACT TIMES 4.1. The Work shall be Substantially Completed by the CONTRACTOR, as evidenced by the issuance of the Certificate of Substantial Completion, within one hundred eighty (180) calendar days after the date of the Notice to Proceed. 4.2. The Work must be completed by the CONTRACTOR and ready for Final Payment and Acceptance in accordance with Article 14 of the General Conditions within fourteen (14) calendar days after Substantial Completion. 4.3. Liquidated Damages. OWNER and CONTRACTOR 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 paragraphs 4.1 and 4.2 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal 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 penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion. Two thousand, five hundred dollars and zero cents ($2,500.00) for each calendar day or fraction thereof after one hundred eighty (180) calendar days after the date of the Notice until the work is Substantially Complete. 2) Final Payment and Acceptance: After Substantial Completion, Two thousand, five hundred dollars and zero cents ($2,500.00) for each calendar day or fraction thereof after fourteen (14) calendar days from Substantial Completion until the Work is ready for Final Payment and Acceptance. 3) All Work in the channel, including the box culvert, final grading, and seeding, and all other work necessary for the conveyance of the No. 8 Ditch shall take place between November 1, 2025 and April 1, 2026. Work not completed by April 1, 2026 that may impede the flow of water in the ditch will be a charge to the Contractor of twenty-five thousand dollars and zero cents ($25,000.00) per calendar day until water is able to flow in the ditch without obstruction by the Contractor. ARTICLE 5. CONTRACT PRICE 5.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents as follows: ($ ), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 6. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 6.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be calculated on the basis of the progress of the Work. I In the case of Unit Price Work, progress payments will be based on the number of units completed and pricing will be in accordance with the Bid Form, Section 00300. 6.1.1. APPLICATION FOR PAYMENT Applications for Payment should be emailed monthly to invoices@fcgov.com with a copy to the Project Manager. The cost of the work completed shall be paid to the Contractor each month following the submittal of a correct invoice completed in accordance with the Application for Payment, Section 00960. Payments will be made using the prices stated in the Work Order. In the event a service is requested that is not stated in the Work Order, the Contractor and the City will negotiate an appropriate unit price for the service prior to the Contractor initiating such work. The City pays invoices on Net 30 terms. 6.1.2. Prior to Substantial Completion, OWNER will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Article 14.7 of the General Conditions. If, in the sole discretion of OWNER, on recommendation of ENGINEER, OWNER determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in Article 14.2 of the General Conditions) may be included in the Application for Payment 00960. 6.1.3. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with Article 14.7 of the General Conditions or as provided by law. 6.2. FINAL PAYMENT AND ACCEPTANCE. Upon Final Payment and Acceptance of the Work in accordance with Article 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Article 14.13. ARTICLE 7. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, local conditions, and all applicable Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 7.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, studies, and subsurface or physical conditions, identified in the Supplementary Conditions, at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of Article 4.3 of the General Conditions. 7.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 7.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 8. CONTRACT DOCUMENTS 8.1. The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions and Supplementary Conditions. Contract Documents are further defined in Article 1.10 of the General Conditions and other items as stated below, all of which are incorporated herein by this reference. 8.2. Forms for use by CITY and/or CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 8.2.1. Section 00300 Bid Form 8.2.2. Section 00420 Statements of Bidders Qualifications 8.2.3. Section 00430 Schedule of Subcontractors 8.2.4. Section 00440 Safety Form 8.2.5. Section 00510 Notice of Award 8.2.6. Section 00520 Agreement 8.2.7. Section 00525 Scope of Work 8.2.8. Section 00530 Notice to Proceed 8.2.9. Section 00610 Performance Bond 8.2.10. Section 00615 Payment Bond 8.2.11. Section 00630 Certificate of Insurance 8.2.12. Section 00635 Certificate of Substantial Completion 8.2.13. Section 00640 Certificate of Final Acceptance 8.2.14. Section 00650 Lien Waiver Releases 8.2.15. Section 00660 Consent of SURETY 8.2.16. Section 00700 General Conditions 8.2.17. Section 00800 Supplementary Conditions 8.2.18. Section 00960 Application for Payment 8.3. Specifications, Reports & Drawings, consisting of the following: EXHIBIT A - Project Plan Set EXHIBIT B - Project and Standard Special Provisions EXHIBIT C - Terracon Geotechnical Engineering Report ARTICLE 9. MISCELLANEOUS 9.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights, obligations or interests in or under the Contract Documents will be binding on another party hereto without the prior written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Documents. Any such assignment without the required prior written consent of the OWNER, shall be deemed null and void and have no effect. 9.3. 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, promises, and obligations in this Agreement and in the Contract Documents. 9.4 To the extent this Agreement or any provision in it constitutes a multiple fiscal year debt or financial obligation of the OWNER, it shall be subject to annual appropriation by OWNER’S City Council as required in Article V, Section 8(b) of the City Charter, City Code Section 8-186, and Article X, Section 20 of the Colorado Constitution. The OWNER shall have no obligation to continue this Agreement in any fiscal year for which no such supporting appropriation has been made. 9.5 The laws of the State of Colorado shall govern the construction, interpretation, execution, and enforcement of this Agreement. The Parties further agree that Larimer County District Court is the proper venue for all disputes. If the OWNER subsequently agrees in writing that the matter may be heard in federal court, venue will be in Denver District Court. 9.6 All notices provided under this Agreement shall be effective immediately when emailed or three business days from the date of the notice when mailed to the following addresses: Contractor: City: Copy to: Attn: Email Address Attn: Jin Wang PO Box 580 Fort Collins, CO 80522 jwang@fcgov.com Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 purchasing@fcgov.com OWNER: CITY OF FORT COLLINS CONTRACTOR: [CONTRACTOR] By: By: Kelly DiMartino, City Manager (over $1,000,000) PRINTED By: Gerry Paul, Purchasing Director Title: Date: Date: Attest: (CORPORATE SEAL) Attest: Approved as to Form: SECTION 00525 SCOPE OF WORK The Contract Documents provide for the construction of Bid 10204 Mountain Vista Bridge Replacement Project. The Work consists of removing an existing corrugated metal culvert and replacing it with cast-in place concrete box culvert. Major Work items include ditch grading, removal of 24” metal pipe, installing PVC pipe, shoring, HMA paving. SECTION 00530 NOTICE TO PROCEED Original Bid Number & Name: 10204 Mountain Vista Bridge Replacement Project Description of Work: To: [CONTRACTOR] This notice is to advise you: That the Contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. Therefore, as the CONTRACTOR for the above described Work, CONTRACTOR is hereby authorized and directed to proceed with the Work to begin on . The dates for Substantial Completion and Final Acceptance shall be , 20 and , 20 , respectively. Dated this day of , 20 . City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20__. CONTRACTOR: [CONTRACTOR] By: Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of SURETY 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL PEOPLE BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation) (a Limited Liability Company), hereinafter referred to as the "PRINCIPAL" and (Firm) (Address) hereinafter referred to as "the SURETY", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522, a home rule municipality, hereinafter referred to as the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the PRINCIPAL entered into a certain Agreement with the OWNER, dated the [Day] day of [Month] in the year of 20[Year], a copy of which is hereto attached and made a part hereof for the performance of the City of Fort Collins Project, 10204 Mountain Vista Bridge Replacement Project . NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without any notice to the SURETY and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the PRINCIPAL shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the SURETY Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed this _____ day of _____ ____, 20__. IN PRESENCE OF: PRINCIPAL (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other PARTNERS _____________________________ By: _____________________________ By: IN PRESENCE OF: SURETY _____________________________ By:_____________________________________ _____________________________ (Address) (SURETY Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Attach to form when submitted: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact SECTION 00615 PAYMENT BOND Bond No. KNOW ALL PEOPLE BY THESE PRESENTS: that (firm) (address) (an Individual), (a Partnership), (a Corporation) (a Limited Liability Company), hereinafter referred to as the "PRINCIPAL" and (Firm) (Address) hereinafter referred to as "the SURETY", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 , a home rule municipality, a home rule municipality, hereinafter referred to as "the OWNER", in the penal sum of ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the PRINCIPAL entered into a certain Agreement with the OWNER, dated the [Day] day of [Month] in the year of 20[Year], a copy of which is hereto attached and made a part hereof for the performance of the City of Fort Collins Project, 10204 Mountain Vista Bridge Replacement Project . NOW, THEREFORE, if the PRINCIPAL shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including but not limited to, all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the PRINCIPAL shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the SURETY Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed this day of , 20__. IN PRESENCE OF: PRINCIPAL (Title) (Title) (Corporate Seal) (Address) IN PRESENCE OF: Other PARTNERS _____________________________ By: _____________________________ By: IN PRESENCE OF: SURETY _____________________________ By:_____________________________________ _____________________________ (Address) (SURETY Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Attach to form when submitted: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact SECTION 00630 CERTIFICATE OF INSURANCE The CONTRACTOR will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the CONTRACTOR shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies. In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the CONTRACTOR under this Agreement. Insurance certificates should show the certificate holder as follows: City of Fort Collins Purchasing Division PO Box 580 Fort Collins, CO 80522 The City, its officers, agents and employees shall be named as additional insureds on the Service Provider 's general liability and automobile liability insurance policies by marking the appropriate box or adding a statement to this effect on the certificate, for any claims arising out of work performed under this Agreement. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The CONTRACTOR shall maintain during the life of this Agreement for all of the CONTRACTOR’s employees engaged in work performed under this agreement. Workers' Compensation & Employer’s Liability insurance shall conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee, or as required by Colorado law. B. General Liability. The CONTRACTOR shall maintain during the life of this Agreement such General Liability as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for General Liability, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. C. Automobile Liability. The CONTRACTOR shall maintain during the life of this Agreement such Automobile Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for Automobile Liability, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. D. Subcontractors. In the event any work is performed by a subcontractor, the CONTRACTOR shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. E. Primary Coverage. For any claims related to the Agreement, CONTRACTOR’s insurance shall be primary coverage, and any insurance or self-insurance maintained by the City, its officers, agents and employees shall be in excess of the CONTRACTOR’s insurance and shall not contribute with it. F. Waiver of Subrogation. CONTRACTOR will grant to the City a waiver of any right of subrogation which any insurer of CONTRACTOR may acquire against the City by virtue of any payment of any loss. CONTRACTOR agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City has received a waiver of subrogation endorsement from the insurer. In the event any work is performed by a subcontractor, the CONTRACTOR shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 10204 Mountain Vista Bridge Replacement Project PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: [Contractor] CONTRACT DATE: [Date] The Work performed under this AGREEMENT has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the Project or specified part of the Project, as indicated above is hereby declared to have achieved Substantial Completion on the above date. Pursuant to the Contract Documents, CONTRACTOR has provided the following items, where applicable: Record Drawings (ie. final as-builts) Other: Other: A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. OWNER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list on or before the Final Acceptance and Completion date of , 20 . CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the Project or specified area of the Project as substantially complete and will assume full possession of the Project or specified area of the Project at 12:01 a.m., on , 20 . CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE AND COMPLETION Month, day , 20 ITB Number & Name: 10204 Mountain Vista Bridge Replacement Project TO: [CONTRACTOR] You are hereby notified that on the day of , 20__, the City of Fort Collins, Colorado, has accepted the Work completed by [CONTRACTOR] for the City of Fort Collins Project, 10204 Mountain Vista Bridge Replacement Project. Pursuant to the Contract Documents, CONTRACTOR has provided the following items: A. All documentation called for in the Contract Documents, including without limitation certified payrolls as required for state or federally funded projects; B. Consent of the SURETY, if any, to final payment; C. Satisfactory evidence that all title issues have been resolved such that title to all Work, materials, and equipment has passed to OWNER free and clear of any Liens or other title defects or will so pass upon final payment. D. A list of all disputes that CONTRACTOR believes are unsettled; and E. Complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of the Work, and of Liens filed in connection with the Work. Your continuing obligations and guarantees for the Project will be as provided in the Contract Documents. OWNER: City of Fort Collins By: Title: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: [CONTRACTOR] (CONTRACTOR) PROJECT: 10204 Mountain Vista Bridge Replacement Project 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the SURETY on the project against and from any claim hereinafter made by the CONTRACTOR'S subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorney’s fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes an adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and SURETY on any Payment and Performance Bonds for the project. Signed this date , day of month , 20 . CONTRACTOR: [CONTRACTOR] By: Title: ATTEST: Secretary STATE OF ) )ss. COUNTY OF ) Subscribed and sworn to before me this date day of month 20 , by printed name of notary . Witness my hand and official seal. Signed and sworn to [or affirmed] before me on _______________________, 20____ by __________________________________ (name(s) of individual(s) making statement). ____________________________________ (Notary’s official signature) ____________________________________ (Title of office) ____________________________________ (Commission Expiration) SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: [CONTRACTOR] PROJECT: 10204 Mountain Vista Bridge Replacement Project CONTRACT DATE: [Date] In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for . (SURETY) on bond numbers hereby approves of the Final Payment to the CONTRACTOR and agrees that Final Payment to the CONTRACTOR shall not relieve the SURETY of any of its obligations to the OWNER, as set forth in the said SURETY's Bonds. IN WITNESS WHEREOF, the SURETY has hereunto set its hand this date day of month , 20 . (SURETY) By: ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. State of County of ____________________ This record was acknowledged before me on _________________________, 20 _____ by _________________________ as (type of authority, such as officer or trustee) of (name of party/entity on behalf of whom record was executed). (name of officer or agent, title of officer or agent) of (name of corporation acknowledging) a (state or place of incorporation) corporation, on behalf of the corporation. ____________________________________ (Notary’s official signature) ____________________________________ (Title of office) ____________________________________ (Commission Expiration) SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE SECTION 00700 GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-1.46 Work Order A. Add the following new paragraph immediately after paragraph 1.43 of the General Conditions: 1.43 Work Order - A Contract Document once executed by OWNER and CONTRACTOR, that provides for the construction of all or a portion of the Work, pursuant to the Agreement and Contract Documents. SC-2.8 Preliminary Matters A. Delete paragraph 2.8 of the General Conditions entirely and replace it with the following paragraph: Preconstruction Conference. Within ten days after the Contract Times for a Work Order start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working relationship among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. Unless otherwise agreed by the parties, the CONTRACTOR shall be responsible for documenting the meeting minutes which shall be subject to the OWNER’S approval. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: EXHIBIT C - Terracon Geotechnical Engineering Report Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. SC-5.4.7 Additional Insureds. Include the following parties or entities as additional insureds, as provided in paragraph 5.4.7 of the General Conditions: 5.4.7.1 City of Fort Collins, PO Box 580, Fort Collins, Colorado 80522 SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed in paragraphs 5.4.1 through 5.4.10 of the General Conditions are as outlined in Section 00630 of the Agreement. The limits of liability for the insurance required by paragraphs 5.4.1 through 5.4.6 inclusive and requirements of 5.4.7 through 5.4.10 shall be in accordance with Section 00630 of the Agreement. SC-8.0 Owner’s Responsibilities A. 8.1 Change reference to ENGINEER to PROJECT MANAGER B. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a project manager (the Project Manager). The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER's representative during the construction of the project. The Project Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the CONTRACTOR to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Construction Inspector(s) (CI) may be assigned to assist the Project Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any CI assignments. The CI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The CI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The CI's dealings in matters pertaining to the on-site work will be to keep the Project Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project Manager until the same are reduced to writing. SC-11.6.2 Change of Contract Price A. Add the following new paragraph to paragraph 11.6.2 of the General Conditions: 11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up prescribed by Article 5 of the Agreement shall be used in lieu of any CONTRACTOR'S fee, overhead, profit or mark-up allowances as prescribed in paragraphs 11.6.2.1, 11.6.2.2, and 11.6.2.3. SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions. Lost days due to abnormal weather conditions will be allocated as required. Should there be a day with abnormal weather conditions, Contractor and the City Project Manager will consult, before start of Work, and determine whether Work should begin or not, documenting the decision in writing. In the event the parties mutually agree to suspend Work due to weather, the Project Schedule may be extended on a day for day basis equivalent to the period of time the Work was suspended for weather. SC-13.12 Correction Period: 13.12.1 If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, and Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER’s written instructions . . . SECTION 00900 CHANGE ORDERS AND PAYMENT 00950 Contract Change Order 00955 Work Change Directive 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 10204 Mountain Vista Bridge Replacement Project CONTRACTOR: Company Name PO NUMBER: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Price: 4. Change in Time: ORIGINAL PRICE $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGINAL WORK ORDER % ADJUSTED COST $ .00 SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Jin Wang, Project Manager REVIEWED: Date: Adam Hill, Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) SECTION 00955 WORK CHANGE DIRECTIVE A. GENERAL INFORMATION This document was developed for use in situations involving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Times. This is not a Change Order, but only a directive to proceed with the Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Times a Field Order should be used. B. COMPLETING THE WORK CHANGE DIRECTIVE FORM Engineer initiates the form, including a description of the items involved and attachments. Based on conversations between the Engineer/Owner and Contractor, Engineer completes the following: METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the estimated net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed Work is completed, another Work Change Directive must be issued to change the estimated price or Contractor may stop the changed Work when the estimated time is reached. If the Work Change Directive is not likely to change the Contract Price, the space for estimated increase (decrease) should be marked “Not Applicable”. Once Engineer has completed and signed the form, all copies should be sent to Owner for authorization because Engineer alone does not have authority to authorize changes in Price or Times. Once authorized by Owner, a copy should be sent by Engineer to Contractor. Price and Times may only be changed by Change Order signed by Owner and Contractor with Engineer’s recommendation. Article 10 of the General Conditions requires that a Change Order be initiated and processed to cover any undisputed sum or amount of time for Work actually performed pursuant to this Work Change Directive. Once the Work covered by this directive is completed or final cost and times are determined, Contractor should submit documentation for inclusion in a Change Order. IF THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR CONTRACT TIMES. A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. WORK CHANGE DIRECTIVE NO. PROJECT TITLE: 10204 Mountain Vista Replacement Project CONTRACTOR: Name ENGINEER: Jin Wang PO NUMBER: You are directed to proceed promptly with the following change(s): Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER OR CONTRACTOR believe that the above change has affected Contract Price, any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Price: Unit Prices Lump Sum Cost of the Work Estimated increase (decrease) in Contract Price: $ If the change involves an increase, the estimated amount is not to be exceeded without further authorization. Estimated increase (decrease) in Contract Times: Substantial Completion: days; Ready for Final Acceptance: days REQUESTED: Name CONTRACTOR AUTHORIZED REPRESENTATIVE DATE RECOMMENDED: ENGINEER AUTHORIZED REPRESENTATIVE DATE AUTHORIZED: OWNER AUTHORIZED REPRESENTATIVE DATE Section 00960 OR The undersigned CONTRACTOR certifies that to the best of its knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all accounts have been paid for Work for which previous Applications for Payment were issued and payments comprising the above Application, the ENGINEER certifies to the OWNER that the Work has progressed to the point indicated; that to the best of its knowledge, information and belief, the quality of the Work is generally in accordance with the Contract Documents, and that the CONTRACTOR is ent subject to any set-offs set forth on the attached exhibit. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: CONTRACT AMOUNTS APPLICATION FOR PAYMENT PAGE 2 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 FOR BURIED UTILITY INFORMATION UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) www.uncc.org (or 1-800-922-1987) THREE (3) BUSINESS DAYS BEFORE YOU DIG CALL 811 0.00 Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 1 EXHIBIT A STANDARD Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 2 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 3 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 · · · · · · · · · 4 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 “” “” ’ ’ ’’ ’ ’ ’ ’ ’ 5 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 6 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 7 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 8 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 9 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 10 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 11 EXHIBIT A ETR E E24096110405008.30 EEBX BL TV OF T E E.D.=2'-4' E.D.=3'-5' E.D.=2'-4' 24" D I 24 " D I 24 " D I 24" DI E. D . = 3 ' - 5 ' E. D . = 3 ' - 5 ' E. D . = 2 ' - 6 ' E. D . = 2 ' - 4 ' E. D . = 2 ' - 6 ' E.D.=2'-6' 24 " D I 24 " D I 10" PVC 10 " P V C E.D.=3'-5' Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 12 EXHIBIT A ETR E E24096110405008.30 EEBX BL TV OF T E E.D.=2'-4' E.D.=3'-5' E.D.=2'-4' 24" D I 24 " D I 24 " D I 24" DI 24" DI E. D . = 3 ' - 5 ' E. D . = 3 ' - 5 ' E. D . = 2 ' - 6 ' E. D . = 2 ' - 4 ' E. D . = 2 ' - 6 ' E.D.=2'-6' 24 " D I 24 " D I 10" PVC 10 " P V C E.D.=3'-5' Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 13 EXHIBIT A -1.85% -0.71% Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 14 EXHIBIT A Fou n d B r a s s C a p E.D.=2'-4' E. D . = 2 ' - 4 ' E.D.=3'-5' E.D.=3'-5' E. D . = 2 ' - 4 ' E.D.=2'-6' E.D.=2'-6' 24" DI 24" D I 24" DI 24" DI 24 " D I E.D.=3'-5' E.D.=3'-5' E.D.=2'-6' E.D.=2'-4' E.D.=2'-6' E. D . = 2 ' - 6 ' 24" DI 24" DI 10" PVC E. D . = 3 ' - 5 ' Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 15 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 16 EXHIBIT A 24" D I o o o oo o o o o o oo o o o o o oo o o o o 24 " D I 10 " P V C Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 17 EXHIBIT A 24" DI E.D.= 2 ' - 6 ' Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 18 EXHIBIT A ⅞ SINGLE CELL CAST-IN-PLACE CONCRETE BOX CULVERT (8'X7'). OVER DITCH NO. 8. 38'-0" CURB TO CURB, 6°02'33" SKEW B01 GENERAL INFORMATION & SUMMARY OF QUANTITIES B02 GENERAL LAYOUT B03 ENGINEERING GEOLOGY B04 CULVERT SECTION AND DETAILS B05 WINGWALL PLAN, PROFILE, AND SECTIONS B06 MANHOLE CONNECTION DETAILS Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 0601 K24010 STRUCTURAL FMA KJP GENERAL INFORMATION AND SUMMARY OF QUANTITIES 19 EXHIBIT A 90°0'0" TYP. ℄ CBC STA. 102+11.75 = HCL STA. 0+57.57 NE WINGWALL EXISTING 24" WATER LINE EXISTING 24" WATER LINE EXISTING 2-4" FIBER LINE EXISTING SW LINE EXISTING CULVERT EXISTING OH ELECTRIC LINE 5000' 4990' 86'-5" 168'-53 4" ℄ CBC S 5°43'22" E 83°57'27" 7' SHLDR 12' LANE 12' LANE 7' SHLDR TO N. T I M B E R L I N E R D . TO N. C O U N T Y R D . 9 NO. 8 DITCH MO U N T A I N V I S T A D R . EXISTING SW LINE END CBC STA 102+97.18 INVERT ELEV: 4984.14 BEGIN CBC STA 101+28.69 INVERT ELEV: 4985.81 NW WINGWALL 10'-0 " 13'-0 " 10'-0 " REMOVE EXISTING C M P SW WINGWALL SE WINGWALL 13'-0 " 4990' 5000' HO R I Z O N T A L C O N T R O L L I N E S 8 9 ° 4 0 ' 4 9 " E 48" MANHOLE SEE C B C DETAILS FOR MANH O L E PENETRATION AND S E E MANHOLE CONNECTI O N DETAILS FOR MANH O L E CONNECTION 12" RCP 12" RCP MANHOLE CONNECTI O N STA. 101+81.76 RIM ELEV: 5002.50 BEGIN CBC STA 101+28.69 INVERT ELEV: 4985.81 END CBC STA 102+97.18 INVERT ELEV: 4984.14 102+00 103+00 EXISTING 24" WATER LINE HCL 5010' 5000' 4990' 4980' 5010' 5000' 4990' 4980' EXISTING G.L. EXISTING 2-4" FIBER CABLE HEADWALL (TYP.) VARIES EXISTING SW LINE (TYP.) -1.00% -2.00%-2.00% 3:1 2.00%2.00% 3:1 82'-03 4"86'-5" 168'-53 4" NORTH WINGWALLS SOUTH WINGWALLS EXISTING 24" WATER LINE SEE ROADWAY PLANS FOR CROSS SECTION DETAILS 48" MANHOLE SEE B06 FOR MANHOLE CONNECTION DETAILS PLAN N.T.S. SECTION N.T.S. Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 0602 K24010 STRUCTURAL FMA KJP GENERAL LAYOUT 1 TAKEN AT HORIZONTAL CONTROL LINE 20 EXHIBIT A ℄ CBC STA. 102+11.75 = HCL STA. 0+57.57 ℄ CBC 83°57'27" TO N. C O U N T Y R D . 9 NO. 8 DITCH MO U N T A I N V I S T A D R . END CBC STA 102+97.18 INVERT ELEV: 4984.14 BEGIN CBC STA 101+28.69 INVERT ELEV: 4985.81 HO R I Z O N T A L C O N T R O L L I N E S 8 9 ° 4 0 ' 4 9 " E TO N. T I M B E R L I N E R D . B-1 B-2 B-3 BEGIN CBC STA 101+28.69 INVERT ELEV: 4985.81 102+00 103+00 HCL 5010' 5000' 4990' 4980' 4975' END CBC STA 102+97.18 INVERT ELEV: 4984.14 5010' 5000' 4990' 4980' 4975' B-3B-2B-1 6-8-9 N = 17 8-8 16/12" 3-4-5 N = 9 3-5 8/12" 2-3-3 N = 6 3-4 7/12" 3-4-6 N = 10 2-4 6/12" 5-11 16/12" 3-5-7 N = 12 4-5 9/12" 3-3-4 N = 7 3-4 7/12" 6-10 16/12" 3-4-6 N = 10 3-3 6/12" 3-5-6 N = 11 4-7 11/12" 2-2-3 N = 5 3-4 7/12" Asphalt Aggregate Base Course Clayey Sand (SC) Lean Clay with Sand (CL) Sandy Lean Clay (CL) Weathered Claystone Bedrock Vegetative Layer Test Boring Hole Size Blows per ft Standard Penetration Test Blows per 6" for 1ft Modified California Ring Sampler Location of Test Boring4 Water Level R = Refusal Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 0603 K24010 STRUCTURAL FMA KJP ENGINEERING GEOLOGY 21 EXHIBIT A 8'-0" CLEAR ℄CBC 7' - 0 " 8'X7' CONCRETE BOX CULVERT (CIP) 10 " 9" 4'-0"4'-0"10"10" 7'-7" 3'-1" 2'-4" 3'-5" #5 @ 6" (TYP.) #5 @ 6" (TYP.) 7'-7" 1'-11" #4 @ 6" (TYP.) #4 @ 6" (TYP.) #4 @ 1 ' - 0 " C O N T . E A C H F A C E ( T Y P . ) 2" (TYP.) 2" (TYP.) #4 (TYP.) 2" CLEAR (TYP.) 3" CLEAR TOP SLAB #4 @ 1'-0" CONT. TOP AND BOTTOM BOT SLAB #4 @ 1'-0" CONT. TOP AND BOTTOM CONSTRUCTION JOINT SEE JOINT DETAIL (TYP.) #5 @ 6" #4 @ 6" #4 @ 6" #5 @ 6" 3 4" CHAMFER (TYP.) 6" SIKA FLAT RIBBED WATERSTOP #679 OR APPROVED EQUAL CENTERED IN JOINT (TYP.) ℄CBC #5 @ 6" TOP SLAB #4 @ 1'-0" CONT. TOP AND BOTTOM BOT SLAB #4 @ 1'-0" CONT. TOP AND BOTTOM #5 @ 6" TO P S L A B # 5 @ 6 " B O T . BO T . S L A B # 4 @ 6 " B O T . TO P S L A B # 4 @ 6 " C O N T . T O P BO T . S L A B # 4 @ 6 " C O N T . T O P SEE WINGWALL SHEET FOR DETAIL 8'-7" 2'-4" #4 (CONT.) (3) #4 @ EACH END OF HEADWALL 1' - 0 " 9" TOP OF TOP SLAB #4 @ 1'-0" 2'-0" LENGTH OF CONCRETE BOX CULVERT 1'-0" (3) #4 CONT. TOP AND BOT. (TYP) 4"4" 1'-0" 9" FINISHED SLOPE 10" 3'-0" TOP SLAB REINFORCING 8" #4 CONT. (3) TOTAL #4 BY 2'-0" @ 1'-6" AT APRON (PROJECTED OUT 1'-0") #4 CONT. PLACE AS SHOWN (2) TOTAL #4 @ 1'-0" 3" CLEAR BOTTOM SLAB REINFORCING ℄CBC #4 CONT. PLACE AS SHOWN (2) TOTAL #4 @ 1'-0" 6" 3" CLEAR 3" CLEAR #4 @ 1'-0"3' - 0 " M I N . VARIES SEE WW PLAN #4 @ 1'-0" SECTION B-B N.T.S. Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 0604 K24010 STRUCTURAL FMA KJP CBC SECTION AND DETAILS REINFORCING PLAN N.T.S. SECTION C-C N.T.S. SECTION A-A N.T.S. 22 EXHIBIT A 10'-0 " 13'-0 " NORTHEAST WINGWALL NORTHWEST WINGWALL 116°11'41" 123°35'22" 8' X 7' CBC SEE DETAIL 2 FOR NORTHWEST AND SOUTHEAST WINGWALL CONNECTION 13'-0 " 10'-0 " 123°34'46" SEE DETAIL 1 FOR NORTHEAST AND SOUTHWEST WINGWALL CONNECTION FLOW SOUTHEAST WINGWALL SOUTHWEST WINGWALL CONCRETE APRON (TYP.) ℄ CBC 116°11'18" L H K 1' - 0 " #4 @ 10" OUTSIDE FACE #5 @10" INSIDE FACE ELE. A ELE. B ELE. C #5 PLACE ALONG TOP OF WALL (2) TOTAL 2" (TYP) 3" CLR. #4 @ 12" TOP AND BOT.3'-0"3'-0" #5 @ 10" TOP AND BOT. MAT ℄℄ ℄ 3" DRAIN 6" MIN. b' 10 " a' b 10 " a L a b #4 @ 12" EACH FACE (TYP.) #5 @ 10" #4 @ 12" TOP AND BOT. (TYP.) #4 @ 12" (TYP) OR #5 AT CBC SEE WINGWALL CONNECTION DETAIL M-601-10 MOISTURE CONDITIONED COMPACTED ENGINEERED FILL (TYP) 1' - 0 " 1' - 0 " 1:2 SLOPE (TYP) FILL, SEE GRADING PLAN 5" RADIUS 3" C L R . 3 1 2" X 1 1 2" CONSTRUCTION KEY PLASTIC DRAINAGE CORE LINED WITH CLASS 2 GEOTEXTILE 3" DIA. DRAIN HOLE (2) MIN. PER WINGWALL EQUALLY SPACED 3' - 0 " ( T Y P . ) 1' - 0 " M I N . 10" H #5 ALONG TOP OF WALL (2) TOTAL #4 @ 10" #5 @ 10" #5 @ 10" 1'-1" 4" SIKA FLAT RIBBED WATERSTOP #781 OR APPROVED EQUAL CENTERED IN JOINT (TYP.) ELE. C ELE. A ELE. B H K L a b a' b' NE 4984.81 4994.00 4988.50 8.19 2.69 13.00 2.17 4.00 1.33 2.33 NW 4984.81 4994.23 4989.39 8.42 3.58 10.00 2.17 4.00 1.33 2.33 SE 4983.15 4992.25 4988.15 8.10 4.00 13.00 2.17 4.00 1.33 2.33 SW 4983.15 4992.25 4986.85 8.10 2.70 10.00 2.17 4.00 1.33 2.33 3'-4" 1' - 8 " (3) LONGITUDINAL #4 FOOTING BARS (TOP MAT), PROJECT 1'-9" MIN. INTO CULVERT FLOOR. (3) LONGITUDINAL #4 FOOTING BARS (TOP MAT), PROJECT 1'-9" MIN. INTO CULVERT FLOOR. EA. FACE: BARS PROJECT 1'-9" INTO WINGWALL STEM TO SPLICE WITH HORIZONTAL #4 BARS. 1'-9 "1'-9"#4 X @ 1'-0" 2'-6" 2' - 2 12" a b 3'-7" 1' - 4 " (3) LONGITUDINAL #4 FOOTING BARS (TOP MAT), PROJECT 1'-9" MIN. INTO CULVERT FLOOR. (3) LONGITUDINAL #4 FOOTING BARS (TOP MAT), PROJECT 1'-9" MIN. INTO CULVERT FLOOR. EA. FACE: BARS PROJECT 1'-9" INTO WINGWALL STEM TO SPLICE WITH HORIZONTAL #4 BARS. 1'-9 "1'-9"#4 X @ 1'-0" 2'-814" 1' - 9 " b a Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 0605 K24010 STRUCTURAL FMA KJP WINGWALL PLAN, PROFILE, AND SECTIONS PLAN N.T.S. SECTION A-A N.T.S.SECTION B-B N.T.S. TYPICAL WINGWALL PLAN N.T.S. WINGWALL INFORMATION DETAIL 2 N.T.S. DETAIL 1 N.T.S. 23 EXHIBIT A 10 " 8' - 0 " 10 " #4 @ 1'-0" MAX. TOP #7 @ 1'-0" MAX. BOT. #4 @ 1 ' - 0 " M A X . T O P #7 @ 1 ' - 0 " M A X . B O T . 5/8" DOWELS @ 10" MAX. SEE DOWEL DETAIL. (TYP.) #4 @ 10" MAX. (TYP.) #4 @ 10" MAX. (TYP.) 2" (TYP.) 2" (TYP.)5"5" SUPPORT SLAB (CAST-IN-PLACE) 2'-0" MANHOLE RING CAST-IN-PLACE MANHOLE/INLET RISER WALL. SEE M-604-20 AND SEE NOTE 1. BOX CULVERT BEYOND 7'-10" INLET CONTROL POINT 3" (TYP.) 2'-0 " M I N . (2) #5 2" (TYP.) 2'-0"8" 2" (TYP.) 2" (TYP.) 4" (TYP.) 2" (TYP.) 8" 9" #4 @ 1'-0" MAX. EACH WAY (TYP.) 1' - 6 " M I N . 3" (TYP.) 5/8" DOWELS @ 10" MAX EACH SIDE. SEE DOWEL DETAIL. (TYP.) #7 @ 1'-0" MAX. EACH WAY (TYP.) CAST-IN-PLACE MANHOLE/INLET RISER WALL. SEE NOTE 1 #4 @ 10" MAX. (TYP.) CONSTRUCTION JOINT SUPPORT SLAB BOX CULVERT TOP SLAB 1'-11"1'-11"8"4"4" 7'-10" 2% (TYP.) GROUT (2) #5 3" (TYP.) MANHOLE RING, PER CDOT M-604-20 2'-0"1'-0"8"1'-0"8" 1' - 6 " M I N . 8" 9" 3" (TYP.) 5/8" DOWELS @ 10" MAX EACH SIDE. SEE DOWEL DETAIL. (TYP.) 4" (TYP.) 5" (TYP.) 2'-2"2'-2" 2" (TYP.) 2" (TYP.)2" (TYP.) 10"10"8'-0" #4 @ 10" MAX. (TYP.) CONSTRUCTION JOINT #7 @ 1'-0" MAX. EACH WAY (TYP.) CAST-IN-PLACE BOX CULVERT GROUT SUPPORT SLAB CAST-IN-PLACE MANHOLE/INLET RISER WALL, SEE M-604-20. #4 @ 1'-0" MAX. TOP EACH WAY ℄CBC AND MANHOLE SEE B04 FOR CBC REINFORCING 5'-4" 2% (TYP.) (2) #5 3" (TYP.) MANHOLE RING, PER CDOT M-604-20 8" 9" 6" 312" SUPPORT SLAB BOX CULVERT TOP SLAB 5/8" DOWEL DRILL 3/4" X 3/4" HOLE SECURE DOWEL WITH HIT-HY 100 OR APPROVED EQUAL. DOWEL REINFORCING SHALL BE INCLUDED IN ITEM 602-00000 REINFORCING STEEL 2' - 3 " 5" Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 0606 K24010 STRUCTURAL FMA KJP MANHOLE CONNECTION DETAILS SECTION A-A N.T.S. N.T.S. SECTION B-B N.T.S. PLAN VIEW N.T.S. DOWEL DETAIL N.T.S. #4 BARS L 24 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 25 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 26 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 27 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 28 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 29 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 30 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 ’ “” ’ ’ 31 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 ’ “” 32 EXHIBIT A E240 9 6 1 1 0 4 0 500 8 . 3 0 EEB X B L Fou n d B r a s s C a p E.D.=2'-4' E. D . = 2 ' - 4 ' E.D.=3'-5' E. D . = 2 ' - 4 ' E.D.=2'-6' E.D.=2'-6' 24" DI 24" D I 24" DI 24" DI 24 " D I E.D.=3'-5' E.D.=3'-5' E.D.=2'-6' E.D.=2'-4' E.D.=2'-6' E. D . = 2 ' - 6 ' 24" DI 24" DI 10" PVC E. D . = 3 ' - 5 ' Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 LDA 33 EXHIBIT A E240 9 6 1 1 0 4 0 500 8 . 3 0 EEB X B L Fou n d B r a s s C a p E.D.=2'-4' E. D . = 2 ' - 4 ' E.D.=3'-5' E. D . = 2 ' - 4 ' E.D.=2'-6' E.D.=2'-6' 24" DI 24" D I 24" DI 24" DI 24 " D I E.D.=3'-5' E.D.=3'-5' E.D.=2'-6' E.D.=2'-4' E.D.=2'-6' E. D . = 2 ' - 6 ' 24" DI 24" DI 10" PVC E. D . = 3 ' - 5 ' Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 LDA 34 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 35 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 36 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 37 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 38 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 39 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 40 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 41 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 42 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 43 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 44 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 45 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 46 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 47 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 48 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 49 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 50 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 51 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 52 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 53 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 54 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 55 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 56 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 57 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 58 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 59 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 60 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 61 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 62 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 63 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 64 EXHIBIT A MOUNTAIN VISTA AND TIMBERLINE FORT COLLINS, COLORADO SUBSURFACE UTILITY ENGINEERING PLAN 6501 E. BELLEVIEW AVENUE SUITE 300 ENGLEWOOD, CO 80111 (720) 259-9321 PROJECT ENGINEER: JEREMY GARCIA-GLASSCOCK, PE PH: (817) 841-9358 JGARCIAGLASSCOCK@SURVWEST.COM Vicinity Map Not to Scale CERTIFICATION NOTE: THE UTILITY INFRASTRUCTURE DEPICTED HEREIN HAVE BEEN INVESTIGATED IN GENERAL COMPLIANCE WITH CI/ASCE 38-22, “STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES”, AND THEY ARE DEPICTED AT THEIR ACHIEVED QUALITY LEVELS. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. TOPOGRAPHIC SURVEY PROVIDED BY BENESCH IS SHOWN AS BACKGROUND INFORMATION, AND IS NOT A PART OF THIS CERTIFICATION. PROJECT LOCATION SURVWEST 6501 E Belleview Ave Denver, Colorado 80111 720-259-9319 BENESCH 7979 E. TUFTS AVE SUITE 800 DENVER, COLORADO, 80237 JJ WIEREMA, P.E. (303) 517-0028 JWIEREMA@BENESCH.COM Digitally signed by Jeremy W. Garcia-Glasscock 10/03/2024; 2:31:15 PM 65 65 EXHIBIT A GENERAL NOTES 1. SUBSURFACE UTILITY ENGINEERING (SUE) IS A PROFESSIONAL PRACTICE DEFINED BY THE AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE). SURVWEST PERFORMS SUE INVESTIGATIONS IN CONFORMANCE WITH THE COLORADO SENATE BILL 18-167 AND THE CONSTRUCTION INSTITUTE (CI) / ASCE 38-02 (OR LATEST REVISION BY SAME OR DIFFERENT TITLE), “STANDARD GUIDELINE FOR THE COLLECTION AND DEPICTION OF EXISTING SUBSURFACE UTILITY DATA”. IDENTIFYING AND DOCUMENTING UNDERGROUND UTILITIES IS THE RESULT OF GATHERING EVIDENCE FROM VARIOUS SOURCES AND IS LIMITED TO THE ACCURACY OF THE GEOPHYSICAL TOOLS USED, SURVEYING CONTROL AND EQUIPMENT USED, FIELD METHODOLOGIES USED, AND WEATHER CONDITIONS ENCOUNTERED. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. IF ANY UTILITIES CONFLICT WITH THE PROPOSED DESIGN BY OTHERS, SURVWEST RECOMMENDS THAT THE OWNER AND/OR DESIGN ENGINEER COMPLETE A QUALITY LEVAL A TEST HOLE AT EACH CONFLICT LOCATION PRIOR TO FINAL DESIGN AND CONSTRUCTION TO DETERMINE THE EXACT HORIZONTAL AND VERTICAL POSITION OF THE SUBJECT UTILITY INFRASTRUCTURE. 2. UTILITIES ARE DEPICTED IN THESE PLANS IN ACCORDANCE WITH THEIR ACHIEVED QUALITY LEVELS AS DEFINED IN THE CI/ASCE 38-02 (OR LATEST REVISION BY SAME OR DIFFERENT TITLE), “STANDARD GUIDELINE FOR THE COLLECTION AND DEPICTION OF EXISTING SUBSURFACE UTILITY DATA”. BASED ON TYPICAL TASKS LEADING TO UTILITY DEPICTION, ASCE DEFINES THE QUALITY LEVELS AS FOLLOWS. ·QUALITY LEVEL D (QL-D): “INFORMATION DERIVED FROM EXISTING RECORDS OR ORAL RECOLLECTION.” ·QUALITY LEVEL C (QL-C): “INFORMATION OBTAINED BY SURVEYING AND PLOTTING VISIBLE ABOVE-GROUND UTILITY FEATURES AND BY USING PROFESSIONAL JUDGEMENT IN CORRELATING THIS INFORMATION TO QUALITY LEVEL D INFORMATION.” ·QUALITY LEVEL B (QL-B): “INFORMATION OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE EXISTENCE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. QL-B DATA SHOULD BE REPRODUCIBLE BY SURFACE GEOPHYSICS AT ANY POINT OF THEIR DEPICTION. THIS INFORMATION IS SURVEYED TO APPLICABLE TOLERANCES DEFINED BY THE PROJECT AND REDUCED ONTO PLAN DOCUMENTS.” ·QUALITY LEVEL A (QL-A): “PRECISE HORIZONTAL AND VERTICAL LOCATION OF UTILITIES OBTAINED BY ACTUAL EXCAVATION (OR VERIFICATION OF PREVIOUSLY EXPOSED AND SURVEYED UTILITIES) AND SUBSEQUENT MEASUREMENT OF SUBSURFACE UTILITIES, USUALLY AT A SPECIFIC POINT. MINIMALLY INTRUSIVE EXCAVATION EQUIPMENT IS TYPICALLY USED TO MINIMIZE THE POTENTIAL FOR UTILITY DAMAGE. A PRECISE HORIZONTAL AND VERTICAL LOCATION, AS WELL AS OTHER UTILITY ATTRIBUTES, IS SHOWN ON PLAN DOCUMENTS. ACCURACY IS TYPICALLY SET TO 15-MM VERTICAL AND TO APPLICABLE HORIZONTAL SURVEY AND MAPPING ACCURACY AS DEFINED OR EXPECTED BY THE PROJECT OWNER.” 3. RELIANCE UPON THESE DATA FOR RISK MANAGEMENT PURPOSES DURING BIDDING DOES NOT RELIEVE THE PROJECT OWNER, ONWER'S ENGINEER, CONTRACTOR, OR UTILITY OWNER FROM FOLLOWING ALL APPLICABLE UTILITY DAMAGE PREVENTION STATUTES, POLICIES, AND/OR PROCEDURES DURING EXCAVATION. IT IS IMPORTANT THAT THE CONTRACTOR INVESTIGATES AND UNDERSTANDS THE SCOPE OF WORK BETWEEN THE PROJECT OWNER(S) AND THEIR ENGINEER REGARDING THE SCOPE AND LIMITS OF THE UTILITY INVESTIGATIONS LEADING TO THESE UTILITY DEPICTIONS. 4. THESE PLANS HAVE BEEN PREPARED FOR THE USE OF SURVWEST'S CLIENT AND MAY NOT BE USED, REPRODUCED OR RELIED UPON BY THIRD PARTIES EXCEPT BY THE EXPRESS WRITTEN CONSENT OF SURVWEST AND THEIR CLIENT, OR AS REQUIRED BY LAW. 5. THIS SUE INVESTIGATION DEPICTS UTILITIES FOR PLANNING AND DESIGN PURPOSES ONLY - NOT FOR CONSTRUCTION. SUE NOTES PERIOD OF DATA COLLECTION 1. SUE INVESTIGATION FIELD WORK WAS PERFORMED BETWEEN 03/28/2024 - 04/04/2024, 08/02/2024 - 08/05/2024, AND 9/06/2024. 2. SURVWEST WILL NOT BE HELD LIABLE FOR THE DEPICTION OF ANY CHANGES IN FIELD CONDITIONS RELATED TO THESE PLANS, INCLUDING UTILITIES AND APPURTENANCES THAT WERE INSTALLED, REMOVED, OR ADJUSTED AFTER THE FIELD WORK WAS COMPLETED. RECORDS RESEARCH & SITE RECONNAISSANCE 1. SURVWEST REQUESTED UTILITY INFORMATION SUCH AS FACILITY MAPS AND RECORD DRAWINGS FROM KNOWN UTILITY OWNERS (CO 811 MEMBERS) AND APPLICABLE CUSTODIANS OF UTILITY RECORDS. 2. SURVWEST SCANNED THE LIMITS OF INVESTIGATION FOR EVIDENCE OF ADDITIONAL UTILITIES NOT MADE KNOWN DURING RECORDS RESEARCH. 3. UTILITIES NOT DISCOVERED THROUGH RECORDS RESEARCH OR SITE INVESTIGATION SHALL BE REFERRED TO AS UNDOCUMENTED UTILITIES. SURVWEST IS NOT RESPONSIBLE FOR DEPICTING UNDOCUMENTED/UNKNOWN UTILITIES. 4. UTILITIES DOCUMENTED IN RECORDS, IF AVAILABLE TO SURVWEST, ARE DEPICTED AS QL-D UNLESS A HIGHER QUALITY LEVEL WAS ACHIEVED. 5. THE UTILITY COMPANIES PRESENTED IN TABLE 1 - UTILITY OWNER INFORMATION BELOW WERE EITHER CONTACTED DIRECTLY OR NOTIFIED OF THE PROJECT VIA THE CO 811 ENGINEERING TICKET SYSTEM. THIS INFORMATION IS CURRENT AS OF THE ORIGINAL ISSUE DATE OF THESE PLANS. THE SYSTEM GENERATED 811 TICKET NUMBER IS B407804752-00B (03/18/2024). TABLE 1 - UTILITY OWNER INFORMATION GEOPHYSICAL INVESTIGATION 1. SURVWEST PERFORMED THE GEOPHYSICAL SUE INVESTIGATION FOR THIS PROJECT IN ACCORDANCE WITH ITS STANDARD OF PRACTICE WHICH GENERALLY CONFORMS TO CI/ASCE 38-02 (OR LATEST REVISION BY SAME OR DIFFERENT TITLE) AND ALIGNS WITH GENERALLY ACCEPTABLE INDUSTRY STANDARDS. THIS INVOLVED THE TRACING OF DISTINCT, KNOWN, AND DETECTABLE UTILITY ALIGNMENTS WITHIN THE LIMITS OF INVESTIGATION. HOWEVER, THIS EFFORT IS NOT A TOTAL GEOPHYSICAL SWEEP OF THE LIMITS OF INVESTIGATION. 2. FOR UTILITIES WHERE A TRACER WIRE IS PRESENT IN A USUABLE CONDITION, THOSE UTILITIES HAVE BEEN DESIGNATED AND LABELED AS QL-B HEREIN UPON SUCCESSFUL DESIGNATION. HOWEVER, DUE TO THE UNKNOWN METHODS USED TO INSTALL THE TRACER WIRE DURING CONSTRUCTION, THE LOCATION OF THE TRACER WIRE MAY BE DIFFERENT THAN THE ACTUAL LOCATION OF THE SUBJECT UNDERGROUND UTILITY LINE, WHICH MAY NECESSITATE THE NEED FOR FURTHER SUE INVESTIGATION OR QL-A TEST HOLES. 3. NON-TRACEBLE FIBER OPTIC CONDUITS WERE RODDED USING A TRANSMITTER OR TRACER WIRE TO INTRODUCE CONDUCTIVE MATERIAL INTO THE LINES AND ALLOW FOR DESIGNATION. ELECTRONIC DEPTHS 1. ELECTRONIC DEPTHS SHOWN IN THESE PLANS ARE APPROXIMATE, CANNOT BE RELIED UPON FOR DESIGN OR CONSTRUCTION PURPOSES, AND ARE ONLY PROVIDED AS GUIDELINES FOR ADDITIONAL SUE WORK. THE PROJECT OWNER AND THEIR ENGINEER MUST VERIFY ALL ELECTRONIC DEPTHS WITH QL-A TEST HOLES PRIOR TO FINAL DESIGN OR CONSTRUCTION. 2. THE ELECTRONIC DEPTH, IF SHOWN HEREIN, IS A RANGE (FEET TO FEET), WHICH REFERS TO THE BEST AVAILABLE INFORMATION ON BURIED DEPTH AS COLLECTED FROM THE DESIGNATING EQUIPMENT. FOR METALLIC UTILITY LINES, THE DESIGNATING EQUIPMENT GENERALLY ESTIMATES THE BURIED DEPTH OF THE UTILITY BASED ON THE DISTANCE BETWEEN THE EQUIPMENT AND THE CENTER OF THE MAGNETIC FIELD (SIGNAL) FORMED AROUND THE UTILITY LINE. FOR NON-METALLIC LINES INTO WHICH A ROD OR SONDE WAS INTRODUCED, ESTIMATED DEPTHS ARE NOT PROVIDED. 3. SURVWEST HAS NOT STATED, IMPLIED, OR OTHERWISE COMMUNICATED TO ANY PARTY ANY ACCURACY OR RELIABILITY OF ANY ELECTRONIC DEPTHS BECAUSE THEY ARE DEPENDENT ON THE CALIBRATION AND MANUFACTURER'S SPECIFICATIONS OF THE DESIGNATING EQUIPMENT USED, THE DESIGNATOR'S EXPERIENCE AND ABILITIES, THE SITE CONDITIONS ENCOUNTERED DURING THE FIELD WORK, AND OTHER FACTORS SUCH THAT NO SPECIFIC ACCURACY OR RELIABILITY CAN BE DETERMINED. DATA LIMITATIONS 1. ALL QL-D, QL-C, AND/OR QL-B DATA DEPICTED IN THESE PLANS ARE INTENDED AS GUIDELINES FOR QL-A TEST HOLES OR OTHER UTILITY INVESTIGATION PRIOR TO FINAL DESIGN AND CONSTRUCTION BY OTHERS. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. REFERENCED FILE: (MtnVista-Timberline-Bridge 2010 Topo NGVD88 ELEV) 2. SURVWEST PERFORMED THIS SUE PROJECT IN ACCORDANCE WITH THE ASCE 38-22 GUIDELINES (OR LATEST REVISION BY SAME OR DIFFERENT TITLE) AND CURRENT GENERALLY ACCEPTED INDUSTRY STANDARDS. HOWEVER, THE POSSIBILITY STILL EXISTS THAT SOME UTILITIES WERE NOT FOUND OR DEPICTED. 3. THE DEPICTED HORIZONTAL LIMITS OF BURIED UTILITIES ARE NOT NECESSARILY INDICATIVE OF THE UNDERGROUND HORIZONTAL LIMITS, WHICH CAN EXTEND SIGNIFICANTLY BEYOND WHAT IS SHOWN IN THESE PLANS. 4. SOME UTILITIES MAY BE DEPICTED OUTSIDE OF THE LIMITS OF THE SUE INVESTIGATION; THIS IS NOT AN INDICATION THAT ALL EXISTING UTILITIES ARE DEPICTED BEYOND THESE SUE INVESTIGATION LIMITS. 5. UTILITY ATTRIBUTE INFORMATION SUCH AS UTILITY OWNERSHIP, PIPE SIZE, OR PIPE MATERIAL ARE BASED ON INFORMATION GATHERED FROM AVAILABLE RECORDS. IN SOME CASES, THIS INFORMATION MAY BE OBSOLETE OR INACCURATE. THE USER OF THESE PLANS MUST VERIFY UTILITY ATTRIBUTE INFORMATION BY CONTACTING UTILITY OWNERS DURING THEIR UTILITY COORDINATION PROCESS. DESIGNATING EQUIPMENT 1. GEOPHYSICAL UTILITY DESIGNATION WAS PERFORMED USING THE RD 8100 RDL RECEIVER AND THE RD TX10 TRANSMITTER. 2. ADDITIONAL UTILITY INFORMATION WAS COLLECTED USING STANDARD FIELD EQUIPMENT SUCH AS SONDE, MEASURING TAPE, AND METAL DETECTORS. FIELD CONDITIONS 1. FIELD CONDITIONS WERE UNREMARKABLE THROUGHOUT THE DATA COLLECTION PERIOD. RECOMMENDATIONS FOR FURTHER INVESTIGATION 1. FURTHER UTILITY INVESTIGATION IS RECOMMENDED FOR UTILITIES DOCUMENTED IN RECORDS AND DEPICTED HEREIN AS QL-D BUT NOT INSPECTED OR DESIGNATED DURING FIELD WORK. SURVEY NOTES 1. THIS LOCATION SURVEY OF THE EXISTING UTILITY INFRASTRUCTURE DOES NOT REPRESENT A LAND SURVEY PLAT, AN IMPROVEMENT SURVEY PLAT, OR A BOUNDARY SURVEY. THIS LOCATION SURVEY IS BASED ON EXISTING PHYSICAL EVIDENCE THAT WAS PERFORMED ON 04/05/2024, BETWEEN 08/05/2024 - 08/06/2024, AND ON 09/06/2024. 2. THE SURVEY EQUIPMENT USED TO RECORD DESIGNATING MARKS, APPURTENANCES, AND OTHER SURFACE FEATURES IS KNOWN TO HAVE AN ACCURACY OF +/-0.2'. THIS SURVEY ACCURACY DOES NOT APPLY TO THE ACCURACY OF QLB DESIGNATING, ONLY TO THE ACCURACY OF THE SURVEYED MARKS. THE VERTICAL ACCURACY FOR QLA TEST HOLES IS KNOWN TO HAVE AN ACCURACY OF +/- 0.1', UNLESS OTHERWISE STATED HEREIN 3. THE NON-SUE PROJECT SURVEY WAS PERFORMED BY SURVWEST. 4. THE PROJECT SURVEY INFORMATION, INCLUDING COORDINATE SYSTEM, CONTROL POINTS, AND THE BASE FILE WAS PROVIDED TO SURVWEST BY THE CLIENT. ORTHOMETRIC HEIGHTS (ELEVATION) WERE ESTABLISHED BY GPS METHODS INCORPORATING A HIGH-RESOLUTION GEOID MODEL (GEOID18), NAD83(2011) DATUM. 5. HORIZONTAL COORDINATES ARE BASED ON CITY OF FORT COLLINS GROUND MASTER COORDINATE SYSTEM ; VALUES BEING REPORTED ARE GRID VALUES. 6. CONTROL POINTS ARE AS DESCRIBED IN TABLE 2 - SURVEY CONTROL POINTS BELOW. TABLE 2 - SURVEY CONTROL POINTS CERTIFICATION NOTE: THE UTILITY INFRASTRUCTURE DEPICTED HEREIN HAVE BEEN INVESTIGATED IN GENERAL COMPLIANCE WITH CI/ASCE 38-22, “STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES”, AND THEY ARE DEPICTED AT THEIR ACHIEVED QUALITY LEVELS. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. TOPOGRAPHIC SURVEY PROVIDED BY BENESCH IS SHOWN AS BACKGROUND INFORMATION, AND IS NOT A PART OF THIS CERTIFICATION. SURVWEST 6501 E Belleview Ave Denver, Colorado 80111 720-259-9319 Digitally signed by Jeremy W. Garcia-Glasscock 10/03/2024; 2:31:30 PM 66 66 EXHIBIT A © 2024 Microsoft Corporation © 2024 Maxar ©CNES (2024) Distribution Airbus DS E.D.=2'-4' E.D.=2'-4' E.D.=2'-4' E.D.=3'-5' E.D.=3'-5' E.D.=2'-4' E.D.=2'-6' 24" D I 24 " D I RIM ELEV.=5004.36' 24" COR PLAS INV. IN (W)=5001.16' 24" COR PLAS INV. OUT (E)=5001.01' 24 " D I 24" DI E. D . = 3 ' - 5 ' E. D . = 3 ' - 5 ' E. D . = 2 ' - 6 ' E. D . = 2 ' - 4 ' E. D . = 2 ' - 6 ' E.D.=2'-6' MOUNTAIN VISTA DR / E CO RD 50 N T I M B E R L I N E R D NO . 8 DI T C H CONNEXION LINE RIM ELEV.=5002.91' 10" PVC INV. IN (W)=4998.66' 10" PVC INV. OUT (N)=4998.56' SUE LIMITS FROM THIS VALVE TO THE SOUTH SINGLE OWNERSHIP. VENT PIPE 24 " D I 24 " D I 10" PVC 10 " P V C T.H. #5 DEPTH: 3.1' T.O.P.=5000.52' T.H. #2 DEPTH: 3.89' T.O.P.=4999.26' T.H. #1 DEPTH: 3.3' T.O.P.=5001.07' T.H. #3 DEPTH: 4.2' T.O.P.=4999.28' T.H. #4 DEPTH: 5.25' T.O.P.=4997.91' OUTLET ELEV.=4993.32' SIZE: 24" PPL APPROX. EXTERIOR LIMITS OF WATER VAULT PER TOPO SURVEY. INTERNAL DIMENSIONS = 10' LONG x 7' WIDE x 9' TALL INVERT ELEV.=4997.64' SIZE: 16" CMP INVERT ELEV.=4995.62' SIZE: 8' CMP INVERT ELEV.=4994.25' SIZE: 8' CMP INVERT ELEV.=4996.03' SIZE: 16" CMP INVERT ELEV.=5001.36' SIZE: 12" PPL INVERT ELEV.=5000.67' SIZE: 12" CMP T.O.P. ELEV.=4999.64' SIZE: 16" PCP DEBRIS IN INVERT INVERT ELEV.=4998.26' SIZE: 16" CMP T.H. #9 DEPTH: 8.05' BEND NOT FOUND APPROX. EDGES OF EXIST. CMP. APPROX. EDGES OF PROP. CMP. APPROX. EDGES OF PROP. CMP. E.D.=6'6"-6'8" 4-WIRE OH ELECTRIC COLLECTED BY COFC SURVEYING DEPARTMENT. LOWEST ELEV. AT POLE=5031.83'4-WIRE OH ELECTRIC COLLECTED BY CoFC SURVEYING DEPT. LOWEST ELEV. = 5025.66'; DEPTH TO GROUND = +/-22.7' T.H. #7 DEPTH: 4.47' T.O.P.=5000.18' T.H. #6 DEPTH: 4.29' T.O.P.=5000.41' T.H. #8 DEPTH: 8.0' 20" DI RIM ELEV.=5005.27' TRAFFIC LIGHT WATER VAULT WATER VALVE WATER METER WATER MANHOLE FIRE HYDRANT WASTE WATER CLEANOUT WASTE WATER MANHOLE GAS VALVE GAS METER GAS TEST STATION STORM SEWER MANHOLE STORM SEWER INLET CATV PEDESTAL CATV CABINET CATV HANDHOLE LIGHT POLE ELECTRIC POLE (POWER) ELECTRIC POLE W/RISER TRANSMISSION POLE ELECTRIC HANDHOLE/PULL BOX ELECTRIC MANHOLE SIGNAL POLE SIGNAL HANDHOLE/BOX ELECTRIC METER GUY WIRE/GUY ANCHOR ELECTRIC TRANSFORMER/BOX RAILROAD CROSSING SIGNAL ARM RAILROAD SIGNAL SWITCH SIGNAL CONTROL PANEL WATER FAUCET ELECTRIC SERVICE POLE (POWER) MONITORING WELL IRRIGATION WELL IRRIGATION VALVE GAS VENT PIPE (GAS RISER) LEGEND OF UTILITY SYMBOLS TELEPHONE PEDESTAL TELEPHONE HANDHOLE (VAULT) TELEPHONE MANHOLE TELEPHONE POLE TELEPHONE POLE W/RISER FIBER HANDHOLE FIBER MANHOLE GAS HANDHOLE GAS MARKER SIGN GAS MANHOLE SURVEY CONTROL TEST HOLE END CAP UTILITY CONTINUATION TELEPHONE CABINET/JUNCTION BOX ELECTRIC PEDESTAL I W MW CO QLB QLC QLD Water LEGEND OF UTILITY TYPES Communications Sanitary Sewer QLC/D LINEWORK IS BASED ON AVAILABLE RECORDS AND ABOVE-GROUND FEATURES SUE Quality Level ABANDONED UNKNOWN CONDUCTOR SUE LIMITS Electric / Power FORT COLLINS CENTURYLINK - TELEPHONE Storm Drain BOXELDER SANITATION DISTRICT CITY OF FORT COLLINS ELCO/NWCWD CENTURYLINK - FIBER OPTIC NWCWD CONNEXION - FIBER OPTIC PRPA PROPOSED (BY OTHERS) XCEL ENERGY CERTIFICATION NOTE: THE UTILITY INFRASTRUCTURE DEPICTED HEREIN HAVE BEEN INVESTIGATED IN GENERAL COMPLIANCE WITH CI/ASCE 38-22, “STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES”, AND THEY ARE DEPICTED AT THEIR ACHIEVED QUALITY LEVELS. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. TOPOGRAPHIC SURVEY PROVIDED BY BENESCH IS SHOWN AS BACKGROUND INFORMATION, AND IS NOT A PART OF THIS CERTIFICATION. MATCHLINE A MA T C H L I N E B SURVWEST 6501 E Belleview Ave Denver, Colorado 80111 720-259-9319 67 67 EXHIBIT A © 2024 Microsoft Corporation © 2024 Maxar ©CNES (2024) Distribution Airbus DS E. D . = 2 ' - 4 ' E. D . = 3 ' - 5 ' E. D . = 3 ' - 5 ' E. D . = 2 ' - 6 ' E. D . = 2 ' - 6 ' 24 " D I N T I M B E R L I N E R D NO . 8 D I T C H SUE LIMITS E.D.=3'-5' TRAFFIC LIGHT WATER VAULT WATER VALVE WATER METER WATER MANHOLE FIRE HYDRANT WASTE WATER CLEANOUT WASTE WATER MANHOLE GAS VALVE GAS METER GAS TEST STATION STORM SEWER MANHOLE STORM SEWER INLET CATV PEDESTAL CATV CABINET CATV HANDHOLE LIGHT POLE ELECTRIC POLE (POWER) ELECTRIC POLE W/RISER TRANSMISSION POLE ELECTRIC HANDHOLE/PULL BOX ELECTRIC MANHOLE SIGNAL POLE SIGNAL HANDHOLE/BOX ELECTRIC METER GUY WIRE/GUY ANCHOR ELECTRIC TRANSFORMER/BOX RAILROAD CROSSING SIGNAL ARM RAILROAD SIGNAL SWITCH SIGNAL CONTROL PANEL WATER FAUCET ELECTRIC SERVICE POLE (POWER) MONITORING WELL IRRIGATION WELL IRRIGATION VALVE GAS VENT PIPE (GAS RISER) LEGEND OF UTILITY SYMBOLS TELEPHONE PEDESTAL TELEPHONE HANDHOLE (VAULT) TELEPHONE MANHOLE TELEPHONE POLE TELEPHONE POLE W/RISER FIBER HANDHOLE FIBER MANHOLE GAS HANDHOLE GAS MARKER SIGN GAS MANHOLE SURVEY CONTROL TEST HOLE END CAP UTILITY CONTINUATION TELEPHONE CABINET/JUNCTION BOX ELECTRIC PEDESTAL I W MW CO QLB QLC QLD Water LEGEND OF UTILITY TYPES Communications Sanitary Sewer QLC/D LINEWORK IS BASED ON AVAILABLE RECORDS AND ABOVE-GROUND FEATURES SUE Quality Level ABANDONED UNKNOWN CONDUCTOR SUE LIMITS Electric / Power FORT COLLINS CENTURYLINK - TELEPHONE Storm Drain BOXELDER SANITATION DISTRICT CITY OF FORT COLLINS ELCO/NWCWD CENTURYLINK - FIBER OPTIC NWCWD CONNEXION - FIBER OPTIC PRPA PROPOSED (BY OTHERS) XCEL ENERGY CERTIFICATION NOTE: THE UTILITY INFRASTRUCTURE DEPICTED HEREIN HAVE BEEN INVESTIGATED IN GENERAL COMPLIANCE WITH CI/ASCE 38-22, “STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES”, AND THEY ARE DEPICTED AT THEIR ACHIEVED QUALITY LEVELS. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. TOPOGRAPHIC SURVEY PROVIDED BY BENESCH IS SHOWN AS BACKGROUND INFORMATION, AND IS NOT A PART OF THIS CERTIFICATION. MATCHLINE A SURVWEST 6501 E Belleview Ave Denver, Colorado 80111 720-259-9319 Digitally signed by Jeremy W. Garcia-Glasscock 10/03/2024; 2:31:30 PM 68 68 EXHIBIT A © 2024 Microsoft Corporation © 2024 Maxar ©CNES (2024) Distribution Airbus DS E.D.=2'-6' 24" DI MOUNTAIN VISTA DR / E CO RD 50 SUE LIMITS TRAFFIC LIGHT WATER VAULT WATER VALVE WATER METER WATER MANHOLE FIRE HYDRANT WASTE WATER CLEANOUT WASTE WATER MANHOLE GAS VALVE GAS METER GAS TEST STATION STORM SEWER MANHOLE STORM SEWER INLET CATV PEDESTAL CATV CABINET CATV HANDHOLE LIGHT POLE ELECTRIC POLE (POWER) ELECTRIC POLE W/RISER TRANSMISSION POLE ELECTRIC HANDHOLE/PULL BOX ELECTRIC MANHOLE SIGNAL POLE SIGNAL HANDHOLE/BOX ELECTRIC METER GUY WIRE/GUY ANCHOR ELECTRIC TRANSFORMER/BOX RAILROAD CROSSING SIGNAL ARM RAILROAD SIGNAL SWITCH SIGNAL CONTROL PANEL WATER FAUCET ELECTRIC SERVICE POLE (POWER) MONITORING WELL IRRIGATION WELL IRRIGATION VALVE GAS VENT PIPE (GAS RISER) LEGEND OF UTILITY SYMBOLS TELEPHONE PEDESTAL TELEPHONE HANDHOLE (VAULT) TELEPHONE MANHOLE TELEPHONE POLE TELEPHONE POLE W/RISER FIBER HANDHOLE FIBER MANHOLE GAS HANDHOLE GAS MARKER SIGN GAS MANHOLE SURVEY CONTROL TEST HOLE END CAP UTILITY CONTINUATION TELEPHONE CABINET/JUNCTION BOX ELECTRIC PEDESTAL I W MW CO QLB QLC QLD Water LEGEND OF UTILITY TYPES Communications Sanitary Sewer QLC/D LINEWORK IS BASED ON AVAILABLE RECORDS AND ABOVE-GROUND FEATURES SUE Quality Level ABANDONED UNKNOWN CONDUCTOR SUE LIMITS Electric / Power FORT COLLINS CENTURYLINK - TELEPHONE Storm Drain BOXELDER SANITATION DISTRICT CITY OF FORT COLLINS ELCO/NWCWD CENTURYLINK - FIBER OPTIC NWCWD CONNEXION - FIBER OPTIC PRPA PROPOSED (BY OTHERS) XCEL ENERGY CERTIFICATION NOTE: THE UTILITY INFRASTRUCTURE DEPICTED HEREIN HAVE BEEN INVESTIGATED IN GENERAL COMPLIANCE WITH CI/ASCE 38-22, “STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES”, AND THEY ARE DEPICTED AT THEIR ACHIEVED QUALITY LEVELS. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. TOPOGRAPHIC SURVEY PROVIDED BY BENESCH IS SHOWN AS BACKGROUND INFORMATION, AND IS NOT A PART OF THIS CERTIFICATION. MA T C H L I N E B SURVWEST 6501 E Belleview Ave Denver, Colorado 80111 720-259-9319 Digitally signed by Jeremy W. Garcia-Glasscock 10/03/2024; 2:31:30 PM 69 69 EXHIBIT A CERTIFICATION NOTE: THE UTILITY INFRASTRUCTURE DEPICTED HEREIN HAVE BEEN INVESTIGATED IN GENERAL COMPLIANCE WITH CI/ASCE 38-22, “STANDARD GUIDELINE FOR INVESTIGATING AND DOCUMENTING EXISTING UTILITIES”, AND THEY ARE DEPICTED AT THEIR ACHIEVED QUALITY LEVELS. THE EXACT LOCATIONS OF INDIVIDUAL SUBSURFACE UTILITY INFRASTRUCTURE SHOWN IN THESE PLANS ARE NOT CONFIRMED UNLESS THEY WERE VISUALLY EXPOSED AND SURVEYED, AND SUCH INFORMATION OBTAINED ONLY APPLIES TO THOSE SPECIFIC EXPOSED LOCATIONS OF THE SUBJECT UTILITY INFRASTRUCTURE. TOPOGRAPHIC SURVEY PROVIDED BY BENESCH IS SHOWN AS BACKGROUND INFORMATION, AND IS NOT A PART OF THIS CERTIFICATION. SURVWEST 6501 E Belleview Ave Denver, Colorado 80111 720-259-9319 Digitally signed by Jeremy W. Garcia-Glasscock 10/03/2024; 2:31:30 PM 70 70 EXHIBIT A E.D.=2'-4' E.D.=3'-5' E.D.=2'-4' 24" D I 24 " D I 24 " D I 24" DI E. D . = 3 ' - 5 ' E. D . = 3 ' - 5 ' E. D . = 2 ' - 6 ' E. D . = 2 ' - 4 ' E. D . = 2 ' - 6 ' E.D.=2'-6' 24 " D I 24 " D I 10" PVC 10 " P V C E.D.=3'-5' Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 71 EXHIBIT A © 2024 Microsoft Corporation © 2024 Maxar ©CNES (2024) Distribution Airbus DS Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 72 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 73 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 74 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 75 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 76 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 77 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 78 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 79 EXHIBIT A Alfred Benesch & Company 7979 E. Tufts Avenue, Suite 800 Denver, Colorado 80237 303-771-6868 80 EXHIBIT A PROJECT AND STANDARD SPECIAL PROVISIONS Mountain Vista Drive and Timberline Road Culvert Replacement Bid No. 10204 Prepared for: 281 North College Avenue Fort Collins, CO 80522-0580 (970)221-6605 Prepared by: Benesch 7979 E Tufts Ave. Suite 800 Denver, CO 80237 August 2025 EXHIBIT B City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 1 The 2025 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Name Date Page No. Project Special Provisions Index 1 Standard Special Provision Index 2 EXHIBIT B City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 2 No. Name Date of Pages Revision of Section 105 Dispute Resolution, Dispute Review Board and (June 11, 2025) 24 Claims for Unresolved Disputes Revision of Section 207 Topsoil (July 1, 2025) 1 Revision of Section 212 Soil Amendments, Seeding, and Sodding (July 1, 2025) 1 Revision of Section 401 Plant Mix Pavements – General (Subsection 401.17) (July 1, 2025) 1 EXHIBIT B City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 3 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier’s check, or bid bond in the amount of 5% of the Contractor’s total bid. A payment and performance bond on the part of the contractor for 100% of the contracted amount is required. The cost of the bond must be included in the proposed price. Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site and plan details with an authorized City representative. Prospective bidders shall contact one of the following listed authorized Department representatives at least 12 hours in advance of the time they wish to go over the project. City of Fort Collins Jin Wang Office Phone (970) 416-2292 City of Fort Collins, Purchasing Adam Hill Office Phone (970) 221-6777 The above referenced individuals are the only representatives of the Department with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. Where reference is made in the plans and specifications to Owner, Department, Chief Engineer, Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the City of Fort Collins, Colorado, representative. Bidders must be listed on the current Colorado Department of Transportation’s qualifications list to qualify. Contractor hereby proposes to furnish all labor, machinery, equipment, materials (except onsite materials to be repurposed or materials provided by the City) and supplies, and to sustain all the expenses incurred in doing the work per the proposal schedule, and in pursuance of a certain advertisement of the City of Fort Collins, of the State of Colorado, and in accordance with the full details, Plans, and Specifications as prescribed by said City Engineer. The Colorado Department of Transportation’s Standard Specifications for Road and Bridge Construction (2025), and as revised by the special provisions, shall be used to control work on this project. The items of work and the unit prices contained in the Proposal Schedule are described in and are a part of the Standard Specifications and are to be the method of measurement of the project quantities and the basis of payment. EXHIBIT B City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 4 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract by the City in the “Notice to Proceed”. The Contractor shall have 180 calendar days from the “Notice to Proceed” for substantial completion of all tasks. All work in the channel, including the box culvert, final grading and seeding, and all other work necessary for the conveyance of the No. 8 Ditch shall take place between November 1 and April 1. Liquidated damages are $25,000 per day for work not completed that may impede the flow of water in the ditch. Substantial completion is defined as the completion of construction of all major features in the contract plans. The Contractor shall have 14 calendar days from substantial completion for final completion, including all punch list items and demobilization. Liquidated damages are $2,500 per day for final completion. The Contractor will be permitted to perform work between 7:00 AM and 7:00 PM, Monday through Friday. Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule may be a Bar Chart Schedule. Salient features to be shown on the Contractor's progress schedule are: · Mobilization · Detour · Removals · Roadway Earthwork · Erosion Control · Structure Construction · Hot Mix Asphalt Paving · Seeding & Mulching EXHIBIT B City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 5 GENERAL INFORMATION 1. The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", 2025 (hereafter referred to as the "Standard Specifications") are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding, the preceding Sections shall govern. 2. The Contractor shall have a copy of the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", 2025 on the project site at all times. 3. The Contractor is responsible for obtaining a CDPS-SCP (Colorado Discharge Permit System - Stormwater Construction Permit) from the CDPHE (Colorado Department of Public Health) prior to construction. 4. If dewatering is required the Contractor is responsible for obtaining the required permits. 5. The Contractor is responsible to obtain any additional permits, license and/or certification required by City or State agencies required to complete the work included in the Contract Documents. 6. The Contractor is responsible for determining access locations, staging areas, and refueling areas in accordance with Special Contact Provisions for Items 208 Erosion Control and 626 Mobilization for permit applications to perform the work. 7. The contractor is responsible for preparation of redline As-Built drawings. As-Built drawings will provide documentation of all as-built conditions at a level of detail and accuracy to the satisfaction of the Project Engineer. The As-Built drawings shall be provided to the City within 30 days of completion of the project. 8. The contractor shall provide a minimum of 48 hours’ notice to the Project Engineer for onsite materials testing. 9. The contractor and subcontractors shall have the name of their company displayed and clearly visible on all vehicles. Contractor and subcontractors shall obey all speed signs, speeding through detour routes neighborhoods, and project limits will not be tolerated. EXHIBIT B City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 6 REVISION OF SECTION 101 DEFINITION AND TERMS Section 101 of the Standard Specifications is hereby revised for this project as follows: Technical Specifications related to construction materials and methods for the Work embraced under this Contract shall consist of the “Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction” dated 2025, along with the Larimer County Urban Area Street Standards and the City of Fort Collins Utility Standards. If there is a conflict apparent between the two, the more stringent specification shall be used. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of the Contract. A summary of redefinitions follows: The terms Project Engineer and Project Manager shall be interchangeable in this contract. Revise the definitions in Section 101.02 as follows: a. Department. City of Fort Collins Engineering Department, Colorado b. Engineer. The Construction Engineer for the City of Fort Collins, Colorado, or designated representative. c. Laboratory. City of Fort Collins, Colorado, or their designated representative. d. Project Engineer. The Project Manager, City of Fort Collins, Colorado or designated representative. e. State. City of Fort Collins, Colorado (where applicable) EXHIBIT B City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 7 REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: Contract documents and supporting information will be available for review until the date set for opening of bids at the following locations: Online at the City of Fort Collins Webpage: http://www.bidnetdirect.com/colorado/city-of-fort-collins EXHIBIT B 8 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: In Subsection 105.02 add the following to Table 105-1: Section No. Description Type Contractor P.E. Seal Required? 601 Precast Concrete Unit Shop Drawing No 601 Temporary shoring Working Drawing Yes 601 Working Drawing Yes In Subsection 105.11 delete the first paragraph and replace with the following: The utilities have been located with the Quality Level (A-D) as indicated in the plans. Any potential conflicts are identified in the plans. It is the Contractor’s responsibility to verify the location of all utilities within the project limits and coordinate conflicts as necessary. Utility companies and City Utility providers have been notified of this project. Additional utilities may be identified by the Contractor during the utility locate process. The work described in these plans and specifications requires coordination between the Contractor and any utility company(s), it shall be the responsibility of the Contractor to notify the respective utility company(s) and schedule the necessary adjustments. It is anticipated that utilities conflicting with construction will be moved or adjusted in coordination with the Contractor's activities by the respective utility company’s forces at no charge to the project. The Contractor shall keep the utility company(s) advised of any work being done to their facility, such that the utility company(s) can coordinate their inspections for final acceptance of the work by the Engineer. EXHIBIT B 9 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 2 REVISION OF SECTION 105 CONTROL OF WORK The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two business days, not including initial day of contact, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC registered lines marked by member companies. Calls originating within the Denver metro area use phone number 303-534-6700; calls originating outside the Denver area use 1-800-922-1987. All other underground facilities shall be located by contacting the respective company(s). Utility service laterals shall also be located prior to beginning work. The Contractor shall perform potholing, as required, to locate utilities that may conflict with the construction. As stated in Section 105 of the Specifications, the Contractor shall consider in the bid proposal, all of the permanent utility facilities in their present positions as shown in the Contract and as revealed by site investigation. Additional compensation will not be allowed for foreseeable coordination from the utility facilities or the adjustment operations as indicated in the plans. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. EXHIBIT B 10 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications is hereby revised as follows: Section 107.07 shall be revised as follows: Include the following in the list of safety critical work elements on page 107-6 and 107-7: (16) Removal of the existing culvert. (17) Work and the use of cranes near the existing overhead electric line. (18) Work requiring the use of cranes or other heavy lifting equipment to set structures. Include the following in item (10) on page 107-8 H. Work that cannot be completed in time for the roadway to be reopened for the ditch to receive water EXHIBIT B 11 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 107 PROTECTION OF EXISTING VEGETATION Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.13 shall include the following: A. The Contractor shall save all existing vegetation in this area, except for those trees and shrubs which have been designated for removal within the plans. B. The Contractor shall perform all the work in such a manner that the least environmental damage will result. All questionable areas or items shall be brought to the attention of the Engineer for approval prior to removal or any damaging activity. Trees and/or shrubs that are damaged during construction but could have been saved shall be replaced at the expense of the Contractor. C. The following measures shall be taken to protect existing trees adjacent to the project: 1. Fencing material shall encircle any trees whose outer drip line edge is within 20 feet of any construction activities. The fencing material shall be bright, contrasting color, durable, and a minimum of 4 feet in height. Posts used shall be comparable to metal T-post or heavier weight and placed to a depth of no less than 2 feet below ground level. Fencing material shall be placed at the drip line or 15 feet from tree trunk, whichever is greater, and maintained in an upright position throughout the duration of construction activities. 2. No material shall be placed or piled within the drip line of existing trees. No heavy objects such as wood pallets, metal railings, etc., shall lean against or come into contact with tree trunks. 3. When root cutting is unavoidable, a clean sharp cut shall be made to avoid shredding or smashing. Exposed roots shall be covered immediately to prevent desiccation. Where roots will be cut in a straight line, such as behind a curb or along a sidewalk, a saw such as a concrete saw with a sharp blade that penetrates 1 foot shall be used on top of the ground prior to excavating so that the roots are not torn or smashed during excavation. 4. Sidewalk and pavement should be contoured sufficiently to avoid cutting surface tree roots. Whenever possible, tree roots should be bridged or floated over with walks. 5. With the approval of the City of Fort Collins representative, if foot traffic or equipment is unavoidable within the drip line, the area within the drip line shall be mulched with wood chips to a depth of six inches prior to construction activity. Six-inch mulch depth shall be maintained for the duration of the project, and shall be removed upon completion of the project. 6. Construction of Boulder walls around tress will occur prior to grading activities adjacent to existing trees. D. Measurement and Payment: All work necessary as defined in the specifications to protect the existing trees shall not be paid for separately but shall be included in the cost of the work. EXHIBIT B 12 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: Project Meetings A. Pre-Construction Conference: A Pre-Construction Conference will be held after Notice of Award and before the Notice to Proceed, the date, time and location will be determined after Notice of Award. The conference shall be attended by: 1. Contractor and Contractor’s Superintendent 2. Contractor shall designate/introduce Superintendent 3. At this time the Superintendent will be expected to show that he has sufficient knowledge of the specifications and plans to orchestrate and coordinate the construction activities for this job. 4. Contractor’s Subcontractors (including the Traffic Control Supervisor and Surveyor) 5. Contractor shall designate/introduce Major Subcontractor’s supervisors assigned to the project 6. Engineer 7. Owner 8. Utility Companies 9. Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedule 10. Others as requested by the Contractor, Owner, or Engineer. B. Unless previously submitted to the Owner, the Contractor shall bring to the conference a tentative schedule of the construction project. Include in the schedule shop drawings and other submittals. Any submittals requiring long lead times and therefore must be expedited shall be submitted at the pre-construction conference, or as soon thereafter as possible. C. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. Contractor’s tentative Schedule a. The Contractor shall submit a detailed project schedule showing milestones and the critical path. This schedule shall be agreed to by both the Owner and Contractor. It shall be made in writing and signed by both parties. 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control Plan, and Traffic Control Plan 3. Transmittal, review and distribution of Contractor’s submittals 4. Processing applications for payment 5. Maintaining record documents 6. Field decision and change orders 7. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner’s needs 8. Proposed daily construction hours for the Engineer’s approval 9. Designation of access roads and parking 10. Contractor’s assignment of safety and first aid EXHIBIT B 13 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 2 REVISION OF SECTION 108 PROSECUTION AND PROGRESS D. Construction Progress Meetings: 1. Progress meetings will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor’s representative and any others invited by these people. 2. The Engineer will conduct the meeting, and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 3. The agenda of these project meetings will include construction progress, the status of submittal reviews, and the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. 4. The Contractor will prepare a “two-week look ahead” schedule to facilitate coordination of work items. 5. The schedule shall be monitored closely during construction and may be updated by written agreement of the parties as changes occur in the project progress. If the milestones are not met, the Owner may utilize the remedies provided in the General Conditions as well as any other remedy provided by the Contract 6. Documents or provided by law or equity. The Owner may also assess liquidated damages as outlined in Article 3, Section 3.2 of the Agreement. E. The Engineer or Engineer’s Field Representative and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. F. The Engineer may hold coordination conferences, to be attended by all parties involved, when the Contractor’s operations affect, or are affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer. Construction Schedules A. The Contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre-construction conference. This schedule will show how the Contractor intends to meet the milestones set forth. B. No work is to begin at the site until Owner’s acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. EXHIBIT B 14 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 3 REVISION OF SECTION 108 PROSECUTION AND PROGRESS C. Format and Submissions 1. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. 2. Submit two copies of each schedule to Owner for review. a. Owner will return one copy to contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. 3. The Contractor will be required to submit a weekly progress schedule showing work to be completed, labor, equipment, work hours and methods of construction for the upcoming week. This schedule will be required every Thursday in a daily calendar format. 4. The schedule must show how the street, underground utilities, concrete, and paving work will be coordinated. D. Content 1. Construction Progress Schedule a. Show the complete work sequence of construction by activity and location. b. Show changes to traffic control c. Show project milestones 2. Equipment, Materials and Submittals Schedule a. Show delivery status of critical and major items of equipment and materials b. Include a critical path schedule for Shop Drawings, tests, and other submittal requirements for equipment and materials. E. Owner’s Responsibility 1. Owner’s review is only for the purpose of checking conformity with the Contract Documents and assisting the Contractor in coordinating the Work with the needs of the Project. 2. It is not to be construed as relieving contractor from any responsibility to determine the means, methods, techniques, sequences and procedures of construction. Modifications to Time of Completion in the Approved Schedule A. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. B. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. C. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates "Normal" weather and climate conditions in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor’s work and thus required additional time to complete the work. EXHIBIT B 15 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 4 REVISION OF SECTION 108 PROSECUTION AND PROGRESS D. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions A. The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays accepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. B. An actual adverse weather day must prevent work for 50 percent or more of the Contractor’s workday, delay work critical to the timely completion of the project and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing of any disagreement as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. C. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5- day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, and then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. D. The Contractor’s schedule must reflect the above-anticipated adverse weather delays on all weather- dependent activities. E. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe" weather condition. F. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. G. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. EXHIBIT B 16 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 5 REVISION OF SECTION 108 PROSECUTION AND PROGRESS No compensation or liquidated damages will be considered for actual Calendar Days lost, not in excess of the Anticipated Calendar Days lost identified in this section. A. To any preference, priority, or allocation order duly issued by the Owner. B. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner C. Fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above. D. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. Subsection 108.05 shall include the following: The contractor shall schedule all work between 7:00 A.M. and 7:00 P.M. Monday through Friday, unless otherwise authorized by the Engineer The Contractor may make emergency repairs to provide protection of the work and traveling public at any time. All on- roadway work or work that indirectly or directly interferes with the flow of traffic shall be in accordance with an approved Traffic Control Plan. Unless waived by the Engineer, failure to meet these milestones will require assessment of liquidated damages for each milestone listed above and in accordance with Subsection 108.08. Meetings will be required to review progress and to plan upcoming activities. Representatives from the Contractor and all active subcontractors shall attend the meetings. Such meetings will be required on a weekly basis at a time to be determined by the City of Fort Collins and the Contractor. Additional meetings will be held when required by the City of Fort Collins or the Contractor. The Contractor shall submit at the weekly progress meeting a written statement of planned work activities and anticipated inspection, testing, and surveying requirements of the upcoming week. A 24 hour notice shall be provided to the City of Fort Collins by the Contractor if the Contractor elects to change the planned work activities. EXHIBIT B 17 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: In Subsection 201.02 delete the second paragraph and replace with the following: The Contractor will establish construction limits in accordance with City requirements. Clearing and grubbing shall be within the limits of the project, as directed by the Engineer. In Subsection 201.02 delete the sixth paragraph and replace with the following: No material or debris shall be disposed of within the project limits. Removal of waste materials and unsuitable or excess topsoil shall be legally disposed of. The Contractor shall make all arrangements to obtain written permission from property owners for disposal locations outside the limits of the project. Copies of this written agreement shall be furnished to the Engineer before the disposal area is used. Subsection 201.02 shall include the following: Buried perishable objects shall be removed to a depth of 3 feet below the existing ground or subgrade, whichever is lower. EXHIBIT B 18 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 202 REMOVAL OF PIPE (WATERLINE) Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of portions of the existing ELCO/NWCWD 24-inch waterline as necessary to accommodate construction of the box culvert. Subsection 202.02 shall include the following: Removal of the existing waterline shall be done according to East Larimer County Water District specifications, included in the appendix to these project specifications. Subsection 202.11 shall include the following: Removal of Pipe (Waterline) will be measured by the length of pipe removed, measured along the centerline of the pipe. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Pipe (Waterline)_ Linear Feet EXHIBIT B 19 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the City Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed mat with underlying material. The removed mat shall become the property of the Contractor and shall be legally disposed of offsite. Subsection 202.02 shall include the following: All required traffic control devices and signs shall be in place, with detours in operation, prior to the beginning of removal operations each day. Night work is not permitted. During removal of the existing asphalt mat, the Contractor shall survey the existing pavement thickness and condition with the City Engineer to determine the required depth of removal and confirm the proposed full depth pavement section. No tracked vehicles shall be permitted on streets unless approved by the City Engineer. The Contractor shall at all times take proper precautions and be responsible for the protection of existing street surfaces not designated for removal. Any damage, even superficial, to the existing asphalt surface to remain shall be repaired at the expense of the Contractor, including but not limited to gouges, scrapes, outrigger marks, and backhoe bucket marks, etc. A slurry seal type covering will be considered the minimum repair. Patching may be required, at the discretion of the City Engineer. Subsection 202.11 shall include the following: Removal of asphalt mat will be measured in square yards of pavement removed, regardless of depth. The cutting of asphalt mat to a neat line where removal of asphalt mat will abut new pavement will not be paid for separately but shall be included in the work. The contractor shall perform necessary investigations required to determine the thickness of existing asphalt pavements designated for removal. These investigations will not be paid for separately, but shall be included in the work. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Asphalt Mat Square Yard EXHIBIT B 20 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.03 shall include the following: Embankment material shall consist of approved materials that are free of organic matter and debris. Frozen material shall not be used and fill shall not be placed on frozen subgrade. Embankment material shall meet the requirements of the following two tables: Gradation Percent finer by weight (ASTM C136) 3” 100 1” 70-100 No. 4 Sieve 30-100 No. 200 Sieve 60 (max.) Soil Properties Percent finer by weight (ASTM C136) Liquid Limit 35 max. Plasticity Index 15 max Replace the fifth paragraph of Section 203.06 with the following: Where fill is placed on existing slopes steeper than 5H:1V, cut benches into the existing slopes prior to fill placement. The benches should have a minimum vertical face height of 1 foot and a maximum vertical face height of 3 feet and should be cut wide enough to accommodate the compaction equipment. Section 203.07(a) shall include the following Engineered fill shall be compacted to at least 95% of the maximum dry unit weight as determined by AASHTO T99. For fills 8 feet in height or greater, achieve at least 98% of the maximum dry unit weight as determined by AASHTO T99 for the entire depth of fill. Section 203.12 shall include the following Removal of existing riprap, if required, and filling the void with Embankment Material will not be measured and paid for separately but shall be included in the work. EXHIBIT B 21 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 206 STRUCTURAL BACKFILL (SPECIAL) Section 206 of the Standard Specifications is hereby revised for this project as follows: Subsection 206.01 shall include the following: This work includes constructing a clay lining for the ditch as shown on the plans. Subsection 206.02(d) shall be added: 206.02(d) Structure Backfill (Special). Where the existing sides or bottom of the ditch are disturbed and are to be replaced, the top two feet of backfill material shall be clay containing at least 40 percent by dry weight passing the #200 sieve (fines) and a plasticity index of 15 or greater. As an alternative, the existing material can be mixed with two percent powdered dry bentonite (by dry weight) provided the existing soils contain at least 25 percent fines. the materials upon compaction shall have a permeability less than or equal to 1x10-6 cm/sec as determined by ASTM D 5084. Materials grain size analysis (ASTM D422), Atterberg limits (ASTM D4318), and moisture-density relationship tests (ASTM D1557) shall be completed, as a minimum, on each soil type or at a rate of 300 cy of material placed, whichever is greater. Subsection 206.03 shall include the following: Structure Backfill (Special) shall be compacted to 90% of the modified proctor (ASTM D1557) and within -2% to +2% of the optimum moisture content. It shall be placed in thin lifts with maximum loose lift thickness of 12 inches. Placement on ditch slopes may require overbuilding and cutting back to obtain the required compaction. This method will create an overbuilt section that will be cut back to form the design slope. Compaction of bedding, clay lining and all types of backfill shall be tested at a rate of at least four tests per 1,000 square feet of fill material per lift. This frequency may be altered by the engineer or company representative depending on the project, the methods by which the city is using to obtain compaction, or if the company determines circumstances warrant additional testing. The testing shall be at various depths and locations. The Engineer or the company’s representative reserves the right to request additional tests and determine the location of testing. The testing may be completed either by sand cone density test (ASTM D1556) or by the nuclear gauge (ASTM D6938) methods. Test results shall be submitted to the company’s representative within 24 hours of the test or on the next working day. Subsection 206.07 shall include the following: Payment will be made under: Pay Item Pay Unit Structure Backfill (Special) Cubic Yards EXHIBIT B 22 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 209 DUST PALLIATIVES Section 209 of the Standard Specifications is hereby revised for this project as follows: Subsection 209.05 shall include the following: Application of dust palliative may be required when work is in progress and not in progress, including weekends, holidays, and nighttime. Delete subsections 209.07 and 209.08 and replace with the following: All labor, equipment, materials and all other work required for dust palliatives shall not be measured and paid for separately but shall be included in Section 203, Excavation and Embankment. EXHIBIT B 23 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 211 DEWATERING Section 211 of the Standard Specifications is hereby added to the Standard Specifications for this project as follows: 211.01 This work consists of dewatering excavations for the construction of retaining walls, channel grading, and riprap placement. 211.02 The Contractor shall be responsible for the quality and adequacy of all pumping and discharge equipment. 211.03 The Contractor shall dewater, by pumping or by excavating trenches leading to a positive gravity outlet, to a depth below the lowest concrete of other structures prior to exposing the proposed bearing surface. The dewatering process shall be commenced a sufficient amount of time in advance of placing excavation equipment thereon to prevent undue disturbance of the foundation soil. If in the opinion of the Engineer, equipment is causing undue disturbance, the Engineer may require further drying of the bearing area or place limitations on the type of equipment permitted on the bearing area. The Engineer may require the Contractor to place (at its own expense) additional filter material beyond that shown on the plans to compensate for the loss of bearing capacity. When working with concrete near flowing water, it is imperative that flowing water does not come into contact with wet concrete. For grouted structures, the water level shall be maintained below the level of placed concrete for at least three days before the water level is allowed to rise. The water level shall be maintained below the level of placed concrete for at least three days before the water level is allowed to rise. The Contractor’s method of dewatering and of water disposal, including pumping and discharge equipment, must be approved by the Engineer prior to implementation. The provisions of Section 107.25 (b)8 shall apply. 211.04 Payment will be made under: Pay Item Pay Unit Dewatering Lump Sum EXHIBIT B 24 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: Table 403-1 Property Test Method Value For Grading SX(75) Air Voids, percent at: N (design) CPL 5115 3.5 – 4.5 Lab Compaction (Revolutions): N (design) CPL 5115 75 Stability, minimum CPL 5106 28 on the 2.36mm (No. 8) Sieve for ST and SF with at least 2 Mechanically Induced fractured faces, % minimum* CP 45 60 Accelerated Moisture Susceptibility Tensile Strength Ratio (Lottman), CPL 5109 Method B 80 Minimum Dry Split Tensile Strength, kPa (psi) CPL 5109 Method B 205 (30) Grade of Asphalt Cement, Top Layer PG 64-22 Grade of Asphalt Cement, Layers below Top PG 64-22 Voids in the Mineral Aggregate (VMA) % minimum CP 48 See Table 403-2 Voids Filled with Asphalt (VFA), % AI MS-2 65-80 Dust to Asphalt Ratio Fine Gradation Coarse Gradation CP 50 0.6 – 1.2 0.8 – 1.6 Note: AI MS-2 = Asphalt Institute Manual Series 2 Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes with a nominal maximum aggregate size of one-inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of 3/4” to 3/8” are considered a coarse gradation if they pass below the maximum density line at the #8 screen. Gradations for mixes with a nominal maximum aggregate size of #4 or smaller are considered a coarse gradation if they pass below the maximum density line at the #16 screen. *Fractured face requirements for SF may be waived by RME depending on project conditions. EXHIBIT B 25 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 2 REVISION OF SECTION 403 HOT MIX ASPHALT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. Table 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal Maximum Size*, mm (inches) ***Design Air Voids ** 3.5% 4.0% 4.5% 5.0% 37.5 (1½) 11.6 11.7 11.8 N/A 25.0 (1) 12.6 12.7 12.8 19.0 (¾) 13.6 13.7 13.8 12.5 (½) 14.6 14.7 14.8 9.5 (⅜) 15.6 15.7 15.8 * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. *** Extrapolate specified VMA values for production air voids beyond those listed. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. A maximum of 20% reclaimed asphalt pavement (RAP) by weight is allowed in the mix. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading SX). A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Acceptance samples shall be taken as agreed between the project engineer and the contractor. Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. EXHIBIT B 26 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 3 REVISION OF SECTION 403 HOT MIX ASPHALT Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grading SX) (75) (PG 64-22) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall be included in the work. Sawcutting, excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. EXHIBIT B 27 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 506 GROUTED RIPRAP Section 506 of the Standard Specifications is hereby revised for this project as follows: Subsection 506.01 shall include the following: This work consists of the construction of grouted riprap per these specifications and in conformity with the lines and grades shown on the plans or established. Subsection 506.02 shall include the following: Grouted riprap shall meet the requirements of section 507.05. The riprap designation shall be d50 = 18” (Type MG) as specified in Table 507-2. Subsection 506.03 shall include the following: Placement of concrete mortar shall be according to section 507.11. Subsection 506.05 shall include the following: Measurement and payment for grouted riprap includes the total volume, complete in place of both the riprap and the concrete mortar. Payment will be made under: Pay Item Pay Unit Grouted Riprap Cubic Yard EXHIBIT B 28 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 509 PROVIDE TEMPORARY SUPPORT Section 509 of the Standard Specifications is hereby revised for this project as follows: Subsection 509.01 shall include the following: This work consists of temporarily supporting the 24” PRPA waterline during construction of the box culver underneath it. See Revision of Section 105 Control of Work. The temporary support plan must be stamped by a professional engineer. Materials and methods used for supporting the PRPA waterline must be approved by PRPA prior to excavating around the waterline. Add Subsection 509.311 after 509.31 as follows: 509.311 Temporary Support. Support method shall ensure maximum allowable deflection angle of 2° when pipe is being supported. Maintain a minimum of 24” of separation between proposed culvert and existing waterline. Subsection 509.32 shall include the following: All materials and work, including professional engineering services to design, construct, maintain and remove the temporary support system will be measured as a single lump sum that will be paid after installation of the temporary support system. Subsection 509.33 shall include the following: Payment will be made under Pay Item Pay Unit Provide Temporary Support Lump Sum EXHIBIT B 29 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 REVISION OF SECTION 619 WATER LINES Section 619 of the Standard Specifications is hereby revised for this project as follows: Subsection 619.01 shall include the following: This work consists of the construction of portions of the ELCO/NWCWD 24” waterline, including fittings and thrust blocks as necessary to accomplish the work per East Larimer County Water District specifications, included in the appendix to these project specifications. Subsection 619.02 shall include the following: Materials will be provided by ELCO/NWCWD. Subsection 619.03 shall include the following: All work, including trenching, backfill, waterline construction, and pressure testing shall be according to East Larimer County Water District specifications. Subsection 619.05 shall include the following: Payment will be made under Pay Item Pay Unit 24 Inch PVC Pipe (Install Only) Linear Feet Structure excavation, structure backfill, Bac-T, and pressure testing will not be measured and paid for separately but shall be included in the work. EXHIBIT B 30 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the Department's estimate for force account items included in the Contract. The estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Descriptions: F/A Minor Contract Revisions – Consists of minor work authorized and approved by the Engineer, which is not included in the contract plans or specifications, and is necessary to accomplish the scope of work of this contract. F/A Utilities – Consists of minor utility relocation and coordination work authorized and approved by the Engineer, which is not included in the contract plans or specifications, and is necessary to accomplish the scope of work of this contract. F/A Erosion Control – Supplemental erosion control measures suggested by the Erosion Control Supervisor, but not provided for in the contract plans or specifications. All items shall be approved by the Engineer prior to installation or they will be at no cost to the project. EXHIBIT B 31 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 TRAFFIC CONTROL PLAN – GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10(a). The Contractor shall follow the City of Fort Collins traffic control plan requirements. The components of the TCP for this project are included in the following: (1) Subsection 104.04 and Section 630 of the specifications (2) Standard Plan S-630-1, Traffic Controls for Highway Construction and Standard Plan S-630-2 and all revisions thereto (3) Striping and Signing Plans (4) CDOT Region 4 Lane Closure Strategy or the approved Citywide Variance to the Lane Closure Strategy (5) City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices. Below is a link to CDOT’s Region 4 Lane Closure Strategy. http://www.coloradodot.info/library/traffic/traffic-manuals-guidelines/lane-close-work-zone-safety/lane- closure-strategies/R4_Lane_Closure_Report.pdf/view Unless otherwise approved by the Engineer, the Contractor’s equipment shall follow normal and legal traffic movements. The Contractor’s ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the work zone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. No separate payment will be made for removal of existing pavement markings necessary for temporary lanes shifts or other conditions proposed in the Contractor’s Method of Handling Traffic. All pavement markings, interim and permanent, shall be installed in accordance with Section 627, the approved plans and the Manual on Uniform Traffic Control Devices. Removal of existing pavement markings, if required, shall be considered incidental to Pavement Marking Paint (Waterborne) (Temporary) and other related pay items. Blacking out existing pavement markings will not be allowed. City of Fort Collins may have entered into operating agreements with one or more law enforcement organizations for cooperative activities. Under such agreements, at the sole discretion of City of Fort Collins, law enforcement personnel may enter the work zone for enforcement purposes and may participate in the Contractor’s traffic control activities. The responsibility under the Contract for all traffic control resides with the Contractor and any such participation by law enforcement personnel in Contractor traffic control activities will be referenced in either the Special Provisions or General Notes of the plans depending on whether the Contractor is to contract with City of Fort Collins Police for uniformed traffic control. Nothing in this Contract is intended to create an entitlement, on the part of the Contractor, to the services or participation of the law enforcement organization. Special Traffic Control Plan requirements for this project are as follows: A. The Contractor will provide all construction traffic control for the project. The Contractor shall coordinate all construction phasing and construction traffic control requests with the City Traffic Dept. Submittals EXHIBIT B 32 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 2 TRAFFIC CONTROL PLAN - GENERAL for major project phases shall be made at least three weeks before implementation of any element of the plan. Adjustments to the approved plan may be required by the Owner based on actual traffic operation. B. A City of Fort Collins Traffic Dept. approved traffic control plan will be required for all work that interferes with existing traffic flow. C. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. D. Keep fire hydrants and water control valves free from obstruction and available for use at all times. E. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. F. Provide and maintain continual temporary access for businesses and residences. G. Roadway Usage Between Operations – At all times when work is not actually in progress, Contractor shall make passable and shall open to traffic such portions of the project and temporary roadways or portions thereof as may be agreed upon between Contractor and Owner and all authorities having jurisdiction over any properties involved. H. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. I. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic, Engineering, and Electric Departments to assure that work activities by those departments are coordinated with the Contractor’s activities. At least 48 hours notice is required. J. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment entering or leaving the construction area into traffic at all times. Prior to starting construction, the Contractor shall notify the City of Fort Collins Traffic Engineer of the date the Contractor intends to start construction. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. WORK HOURS Standard work hours are 7 AM to 7 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of 5 working days prior to the request date. Work performed and material placed that interferes with traffic during the times and in the locations that the roadway is specified to remain open will not be paid for unless the work is directed by the Engineer to be done during those times. At least one week prior to starting construction, the Contractor shall notify the City’s Engineer of the date the Contractor intends to start construction. EXHIBIT B 33 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 3 TRAFFIC CONTROL PLAN – GENERAL The Contractor shall provide a Traffic Control Supervisor (TCS) with at least one year experience, as accepted by the Engineer, as the Traffic Control Supervisor. A copy of the certification of the Traffic Control Supervisor shall be provided to the Engineer at least two days prior to the project preconstruction conference. A full time TCS will be required onsite whenever construction activities are underway. All lane closures shall be subject to the approval of the City Traffic Department. A MHT shall be approved by the City Traffic Department prior to any request for a lane closure. Request for each lane closure shall be made at least twenty-four hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being utilized continuously for the intended purpose for which they were set up. The Contractor shall remove and reset all existing signs prior to performing any work that affects those signs. All signs damaged due to Contractor operations shall be replaced in kind or repaired by the Contractor at no cost to the project. An inventory of all existing signs shall be made with the Engineer prior to beginning work. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project. EXHIBIT B 34 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 UTILITIES Known utilities within the limits of this project are: Stephanie.rich@xcelenergy.com 970-396-4828 LUMEN/ CENTURY LINK Telephone and Fiber Optic Nicole Trupp nicole.trupp@lumen.com 970-689-6550 PLATT RIVER POWER AUTHORITY Water Preston Johnson johnsonp@prpa.org 970-229-1724 NORTH WELD COUNTY WATER DISTRICT Water Garret Mick garretm@nwcwd.org 970-356-3020 EAST LARIMER COUNTY WATER DISTRICT Water Randy Siddens randys@elcowater.org 970-493-2044 CITY OF FT COLLINS - POWER Electric Jin – Provide the contact info 970-416-2292 CITY OF FT COLLINS – STORMWATER Storm Sewer Jin – Provide the contact info 970-416-2292 The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations so the utility work can be completed with minimum delay to all parties concerned. The Contractor shall be required to meet with each utility owner impacted by the work a minimum of (30) days in advance of any construction operations to coordinate required utility work with the construction activity. Coordination with utility owners includes, but is not limited to, providing and periodically updating an accurate construction schedule that includes all utility work elements. Surveying and/or staking of utility relocations or adjustments to be performed by the owner shall be the responsibility of the owner. The Contractor shall provide traffic control for any utility work expected to be coordinated with construction operations as directed by the Engineer. However, traffic control for utility work outside of typical project work hours or outside of project limits shall be the responsibility of the utility owner. The Contractor shall be compensated for traffic control as per the bid items for traffic control as established on this project. FOR EACH UTILITY OWNER SHOWN BELOW, THE WORK LISTED UNDER “CONTRACTOR RESPONSIBILITIES” SHALL BE PERFORMED BY THE CONTRACTOR IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS, OR AS DIRECTED BY THE ENGINEER. EACH UTILITY OWNER, OR THEIR AGENTS, WILL PERFORM THE WORK LISTED UNDER “UTILITY COMPANY RESPONSIBILITIES”. EXHIBIT B 35 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 -2- UTILITIES The Contractor shall keep each utility owner advised of any work being done to its facility so that each utility owner can coordinate its inspections for final acceptance of the work with the Engineer. NOTE: The contractor shall provide written notice to each utility owner, with a copy to the Engineer, immediately prior to each utility work element expected to be coordinated with construction, and shall allow the expected number of working days for utilities to complete necessary work. The number of days’ prior notice is noted for each utility owner. The tentative construction start date is Fall 2025 after No. 8 Ditch is shutdown. XCEL ENERGY (Overhead Electric) – Prior Notice: 20 working days Contractor Responsibilities – The Contractor is responsible for protecting in place all overhead /underground electric lines and facilities from damage due to the Contractor’s operations. The Contractor shall coordinate as necessary with XCEL ENERGY on any issues that may arise during construction. XCEL ENERGY has the following facilities within the project limits identified not to be in conflict with the proposed improvements. The Contractor shall protect them from damage during construction: Electric Utility Pole · One Electric Utility Pole - CL Mt Vista Dr Sta. -0+30, 31’ Lt (Construction near existing utility pole must be completed within two (2) days/ max allowable pole hold by XCEL ENERGY) Overhead Electric · One Three Phase Primary Overhead Electric - CL Mt Vista Dr Sta. Range 0+00 – 1+25, 31’ Lt · One Three Phase Primary Overhead Electric - CL No. 8 Ditch Sta. Range 101+50 – 102+50, 99’ Rt Utility Company Responsibilities – XCEL ENERGY will coordinate as necessary with the Contractor and the City of Fort Collins during the course of the project. LUMEN/ CENTURYLINK (Telephone and Fiber Optic) – Prior Notice: 7 working days Contractor Responsibilities – The Contractor is responsible for protecting in place all underground telephone/ fiber optic lines and facilities from damage due to the Contractor’s operations. The Contractor shall coordinate as necessary with LUMEN on any issues that may arise during construction. LUMEN has the following facilities within the project limits identified to be in conflict with the proposed improvements. LUMEN does not require onsite monitoring during excavation and or construction. Approximately 50’ of the existing telephone and fiber lines will be exposed across the open trench for the culvert installation. This will require supporting the existing lines in place during trenching. LUMEN does not have any specifications, standards, or requirements as it relates to supporting or protecting the existing telephone or fiber conduit during construction. The Contractor shall protect in place from damage during construction: EXHIBIT B 36 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 -3- UTILITIES Underground Telephone/ Fiber · One Fiber Conduit - CL Mt Vista Dr Sta. Range 0+00 – 1+25, 20-30’ Lt o Crossing at 0+27 · One Copper Wire - CL Mt Vista Dr Sta. Range 0+00 – 1+25, 20-30’ Lt o Crossing at 0+31 LUMEN has the following facilities within the project limits identified not to be in conflict with the proposed improvements. The Contractor shall protect them in place from damage during construction: Underground Telephone/ Fiber · Two Fiber Conduits - CL No. 8 Ditch Sta. Range 101+45 – 104+50, 20-50’ Rt (Note: Approx. depth is 2-3’ below existing grade. Contractor to take precaution during sawcut and full depth removal of Mt Vista Dr as not to damage existing facilities) · One Fiber Manhole – CL No. 8 Ditch Sta. 101+44, 97’ Rt (Note: Manhole is outside of proposed construction limits) · One Fiber Vault – CL No. 8 Ditch Sta. 101+34, 121’ Rt (Note: Manhole is outside of proposed construction limits) Utility Company Responsibilities – LUMEN has the following facilities within the project limits identified to be in conflict with the proposed improvements. LUMEN has relocated a pedestal and lines 30’ west prior to initial construction at no cost to the project. LUMEN will coordinate as necessary with the Contractor and the City of Fort Collins during the course of the project. · One Pedestal – Surveyed location was CL Mt Vista Dr Station 0+33, 28’ Lt (Note: LUMEN relocated said pedestal and associated lines 30’ west of surveyed location so it will not be within the construction limits) PLATTE RIVER POWER AUTHORITY (Water) – Prior Notice: 20 working days Contractor Responsibilities – The Contractor is responsible for protecting in place all underground water lines and facilities from damage due to the Contractor’s operations. The Contractor shall coordinate as necessary with PLATTE RIVER POWER AUTHORITY on any issues that may arise during construction. PLATTE RIVER POWER AUTHORITY has the following facilities within the project limits identified to be in conflict with the proposed improvements. PLATTE RIVER POWER AUTHORITY will require onsite monitoring during excavation and or construction. PLATTE RIVER POWER AUTHORITY will need to coordinate and perform any coating repairs while the line is shut down and exposed. Approximately 50’ of the existing 24” water main will be exposed across the open trench for the culvert installation. This will require supporting the existing line in place during trenching. The existing 24” water main is coated with asbestos and Contractor shall take caution as not to disturb the coating. The Contractor to inform and acquire approval from PLATTE RIVER POWER AUTHORITY of pipe support and protection methods to be used prior to commencing construction. There are no trench width limitations if support method shall ensure maximum allowable deflection angle of 2° when pipe is being supported. The Contractor shall maintain a minimum of 24” of separation between proposed culvert and existing waterline. EXHIBIT B 37 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 -4- UTILITIES See Revision of Section 105 Control of Work. The temporary support plan must be stamped by a professional engineer. See Revision of Section 509 Provide Temporary Support for measurement and payment. The Contractor shall protect in place from damage during construction: Water Line · One 24” Welded Steel, Cement Lined - CL Mt Vista Dr Sta. Range 0+00 – 1+25, 17’ Lt o Crossing at 0+39 PLATTE RIVER POWER AUTHORITY has the following facilities within the project limits identified not to be in conflict with the proposed improvements. The Contractor shall protect them from damage during construction: Water Line · One 24” Welded Steel, Cement Lined - CL No. 8 Ditch Sta. Range 102+27 – 104+50, 40- 50’ Rt Utility Company Responsibilities – PLATTE RIVER POWER AUTHORITY will coordinate and perform any coating repairs while the line is exposed during construction (estimated one (1) day to complete recoating and wrapping). PLATTE RIVER POWER AUTHORITY will coordinate as necessary with the Contractor and the City of Ft Collins during the course of the project. NORTH WELD COUNTY WATER DISTRICT (NWCWD)/ EAST LARIMER COUNTY WATER DISTRICT (ELCO) (Water) – Prior Notice: 20 working days Contractor Responsibilities – The Contractor is responsible for removing and replacing the existing 24” water main that is in conflict with the proposed construction. The Contractor is responsible for protecting in place the existing vault and vault bypass from damage due to the Contractor’s operations. The Contractor shall coordinate as necessary with NWCWD and ELCO on any issues that may arise during construction. NWCWD and ELCO have the following facilities within the project limits identified to be in conflict with the proposed improvements. The Contractor shall protect in place from damage during construction: · One Vault w/ 20” DIP Bypass Line - CL Mt Vista Dr Sta. 0+96, 19’ Rt (Note: Contractor to take precautions during sawcut and full depth removal of Mt Vista Dr as not to damage existing facilities. Contractor to take precautions during open trench excavation to prevent undermining of vault structure as not to damage existing facilities.) NWCWD and ELCO have the following facilities within the project limits identified to be in conflict with the proposed improvements. The Contractor shall remove and replace during construction: Underground Water Line · One 24” DIP - CL Mt Vista Dr Sta. Range 0+00 – 1+25, 22’ Rt o Crossing at 0+14 EXHIBIT B 38 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 -5- UTILITIES The NWCWD and ELCO 24” water main will be shut off between October 1 and April 1. NWCWD and ELCO require onsite monitoring during excavation and or construction. Approximately 50’ of the existing 24” water main will be removed and replaced with PVC during construction. NWCD/ ELCO will provide materials for the Contactor to replace said water main. The Contractor shall maintain a minimum of 24” of separation between proposed culvert and new water main. The contractor shall protect in place the existing vault and vault bypass line during construction. NWCWD and ELCO have the following facilities within the project limits identified not to be in conflict with the proposed improvements. The Contractor shall protect them from damage during construction: Underground Water Line · One 24” Ductile Iron Pipe - CL No. 8 Ditch Sta. Range 102+39 – 104+50, 43 - 50’ Lt (Note: Pipeline is outside of proposed construction limits) Utility Company Responsibilities – NWCWD and ELCO will shut down the waterline during construction of the proposed improvements. NWCWD and ELCO will perform onsite monitoring of their facilities throughout the duration of construction. NWCWD and ELCO have provided example utility support systems in specs for Contractor to reference. NWCWD and ELCO will coordinate as necessary with the Contractor and the City of Fort Collins during the course of the project. CITY OF FORT COLLINS (Stormwater and Electric) – Prior Notice: 20 working days Contractor Responsibilities – The Contractor is responsible for protecting in place all underground stormwater, electric lines, and facilities from damage due to the Contractor’s operations. The Contractor shall coordinate as necessary with CITY OF FORT COLLINS on any issues that may arise during construction. CITY OF FORT COLLINS has the following facilities within the project limits identified to be in conflict with the proposed improvements. Contractor to shorten existing storm drain outfalls and construct new manhole and pipe configuration per approved construction plans. The Contractor shall adhere to all specifications and design requirements as shown on said construction plans. The Contractor shall protect in place from damage during construction: Stormwater · One 24” CMP – CL No. 8 Ditch Sta. 101+20, 41’ Rt (Remove 38 LF of existing pipe) · One 16” CMP – CL No. 8 Ditch Sta. 101+77, 20’ Rt (Remove 29 LF of existing pipe) · One 16” CMP – CL No. 8 Ditch Sta. 101+87, 28’ Lt (Remove 30 LF of existing pipe) · One 16” CMP – CL No. 8 Ditch Sta. 106+61, 33’ Rt (Remove 21 LF of existing pipe) EXHIBIT B 39 City of Ft Collins August Mountain Vista Drive and Timberline Road Culvert Replacement Bid Number: 10204 -6- UTILITIES Contractor to take precaution to avoid overhead facilities near and around existing storm culverts. Contractor to coordinate directly with CITY OF FORT COLLINS. CITY OF FORT COLLINS has the following facilities within the project limits identified not to be in conflict with the proposed improvements. The Contractor shall protect them from damage during construction: Underground Electric · One Electric Conduit – CL No. 8 Ditch Sta. Range 102+92 – 104+50, 114’ Rt (Note: Conduit is outside of proposed construction limits) · One Electric Conduit – CL No. 8 Ditch Sta. Range 101+36 – 102+92, 43’ Rt (Note: Conduit is outside of proposed construction limits) · One Electric Transformer – CL No. 8 Ditch Sta. 102+94, 127’ Rt (Note: Transformer is outside of proposed construction limits) · One Electric Transformer – CL No. 8 Ditch Sta. 102+87, 118’ Rt (Note: Transformer is outside of proposed construction limits) · One Electric Transformer – CL No. 8 Ditch Sta. 102+82, 118’ Rt (Note: Transformer is outside of proposed construction limits) · One Electric Meter on Utility Pole – CL No. 8 Ditch Sta. 102+61, 117’ Rt (Note: Transformer is outside of proposed construction limits) Utility Company Responsibilities – CITY OF FORT COLLINS will coordinate as necessary with the Contractor during the course of the project. GENERAL: The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained from the best available information. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. EXHIBIT B Appendix A PRPA Pipe Support Example EXHIBIT B EXHIBIT B Appendix B East Larimer County Water District And North Weld County Water District Standard Construction Specifications And Detail Drawings EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS for the 24-Inch Water Line Replacement for the City of Fort Collins Mountain Vista Drive Over No. 8 Ditch Project EAST LARIMER COUNTY WATER DISTRICT And NORTH WELD COUNTY WATER DISTRICT August 22, 2025 EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 01 10 TABLE OF CONTENTS 08/22/2025 PAGE 1 OF 1 TABLE OF CONTENTS DIVISION 01—GENERAL REQUIREMENTS 01 11 00 .................................................................Summary 01 33 00 .................................................................Submittals 01 42 17 .................................................................Definitions, Abbreviations, and Acronyms 01 45 16 .................................................................Quality Requirements 01 61 10 .................................................................Approved Product List 01 74 00 .................................................................Cleaning 01 78 39 .................................................................Record Documents DIVISION 03—CONCRETE 03 30 00 .................................................................Cast-In-Place Concrete DIVISION 31—EARTHWORK 31 23 35 .................................................................Trenching, Backfilling, and Compacting DIVISION 33—UTILITIES 33 05 06 .................................................................Testing Piping System 33 05 20 .................................................................Ductile Iron Pipe, Fittings, and Couplings 33 05 29 .................................................................Plastic Pressure Pipe 33 13 00 .................................................................Disinfection of Water Lines 33 14 10 .................................................................Water Distribution System EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 11 01 SUMMARY 08/22/2025 PAGE 1 OF 5 SECTION 01 11 00 SUMMARY PART 1 - GENERAL 1.01. SCOPE A. The purpose of these Standard Construction Specifications (Specifications) for the City of Fort Collins Mountain Vista Drive Over No. 8 Ditch (Project) is to present East Larimer County Water District (ELCO) and North Weld County Water District (NWCWD) (Districts) specifications needed for the portion of the Project that involves replacing a section of the existing ELCO/NWCWD 24-inch water line as necessary to accommodate construction. 1. ELCO/NWCWD will provide the pipe and fittings for the Contractor to replace the removed portions of the water line. a. Replacement pipe shall be 24-inch plastic pressure pipe AWWA C900 DR18 (pressure class 235) with all joints fully restrained. Refer to Section 33 05 29 – Plastic Pressure Pipe. b. Any exposed existing bends and/or thrust blocks shall be replaced. Refer to Section 03 30 00 – Cast-In-Place Concrete and Standard Construction Details drawings. 2. If there are any specifications or sections, standard details, design criteria, etc. referenced herein but not included or any other information needed for the Districts’ portion of the Project, contact the Districts. B. Version in Effect 1. The most recent version of the Specifications shall be in effect at the time of construction of any water lines, water services, and appurtenances, regardless of the date of Construction Drawing approval. 2. Other standards and specifications referenced throughout these Specifications shall mean the most recent version of the Specifications. C. These Specifications are intended to be sufficiently detailed to provide adequate definition of the work to be performed and to ensure the quality of that work. D. The Contractor shall be thoroughly familiar with the provisions and the content of these Specifications. 1. These Specifications are composed of written material specifications and Standard Construction Details drawings. The interpretation of any section or of differences between sections shall be made solely by the Districts. 2. When a conflict occurs between or within standards, individual specifications, or drawings, an interpretation shall be made solely by the Districts. 1.02. SPECIFICATION DOCUMENTS EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 11 01 SUMMARY 08/22/2025 PAGE 2 OF 5 A. Acronyms 1. Reference Section 01 42 13 – Abbreviations and Acronyms. B. Definitions 1. Reference Section 01 42 16 – Definitions. C. Interpretation 1. These Specifications contain many command sentences which are directed at the Contractor unless otherwise stated. 2. The Contractor shall request clarification in writing to the Districts of all apparent conflicts within these Specifications and/or between these Specifications and other controlling project documents such as the Construction Drawings. The Districts will not be responsible for any explanations, interpretations, or supplementary data provided by others. 1.03. COORDINATION WITH THE DISTRICTS A. The Contractor is responsible for coordinating the Work with the Districts. B. Connections to existing pipelines: 1. All connections shall be made at a time authorized by the Districts that will least interfere with service to existing Districts’ customers. 2. Only the Districts shall operate existing valves, hydrants, curb stops, and other control units, including those used for filling and testing. 3. Reference Section 33 14 10 – Water Distribution System. 1.04. WORK SEQUENCE A. The Owner shall deliver to the Districts the required number of Construction Drawings a minimum of 48 hours prior to start of the Work. Final Construction Drawings as delivered to the Districts must be accepted or approved by all entities with jurisdiction over the Work. B. The Contractor shall coordinate the sequence of construction activities, considering work by others, easement requirements, local, state, and federal permit requirements, and Districts requirements for construction sequencing. 1.05. QUALITY CONTROL A. Inspection 1. The Districts’ Inspector shall make periodic checks to verify the quality and progress of the Work. The Districts’ Inspector has full authority to reject any portion of the Work deemed to not comply with the Construction Drawings or meet the Specifications, Standard Construction Detail Drawings, or general industry standards for quality and workmanship. 2. The Districts’ Inspector, Districts’ Engineer, Districts’ authorized agents, and representatives of the Districts, shall be provided with safe access to the work EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 11 01 SUMMARY 08/22/2025 PAGE 3 OF 5 whenever it is in preparation or progress. The Contractor shall provide for such access and for inspection, including maintenance of temporary and permanent access. 3. Materials and equipment rejected by the Districts shall be identified and marked for removal, removed, and disposed of by the Contractor. 1.06. PERMITS A. The Contractor or Owner shall be responsible for obtaining all permits necessary for the installation of the Work. B. Road access, cuts, or crossing permit(s) as required for the Work shall be the responsibility of and obtained by the Contractor or Owner. If any agency requires the Districts to acquire such permits, the Contractor or Owner shall coordinate that permitting with the Districts and be responsible for all fees and costs required by the permitting agency and all Districts costs associated with the permitting. 1.07. ACCEPTANCE OF WORK A. Preliminary Acceptance 1. The Districts will issue Preliminary Acceptance after all Work has been completed and proper documentation of such has been submitted to the full satisfaction of the Districts’ Inspector and Districts’ Engineer. 2. The Contractor shall coordinate a final inspection of the Work with the Districts’ Inspector. 3. Cost of Work: The Owner shall deliver to the Districts a verification of the total cost of the Work prior to the issuance of Preliminary Acceptance. 4. Record Drawings: Record Drawings, completed to the full satisfaction of the Districts, shall be delivered to the Districts in PDF and AUTOCAD format at a minimum of one week prior to the issuance of preliminary acceptance. 5. A punch list will be created during the final inspection, and the Contractor must complete all punch list work to the satisfaction of the Districts’ Inspector. Preliminary Acceptance will be issued by the Districts after all punch list items have been completed. 6. The Warranty Period shall begin at the date of the issue of the Preliminary Acceptance. During this warranty period, the Contractor shall repair any defects in the work and maintain the work area. B. Final Acceptance 1. At the close of the two-year warranty period and upon satisfactory correction of any deficiencies noted, the Districts shall inspect the Work and if, at the sole discretion of the , determined to be acceptable to the Districts, issue Final Acceptance of the Work. Upon issuance of Final Acceptance, all installed infrastructure shall become the sole property and responsibility of the Districts. 1.08. NOTIFICATIONS EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 11 01 SUMMARY 08/22/2025 PAGE 4 OF 5 A. Preconstruction Meeting: The Contractor shall schedule a preconstruction meeting with the Districts a minimum of 48 hours (working days, exclusive of holidays and weekends) prior to the start of any Work. B. The Contractor shall be responsible for contacting 811 for utility locates. C. The Contractor shall give the Districts a minimum of 24 hours (working days, exclusive of holidays and weekends) notice prior to commencing any construction or testing activities. 1.09. SAFETY AND PROTECTION A. The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to the following: 1. The Contractor’s employees and other persons who may be affected. 2. The Work and materials or equipment to be incorporated therein whether in storage on or off the site. 3. Other property at the site or adjacent thereto, including but not limited to trees, shrubs, lawns, walks, pavements, roadways, structures, utilities not designated for removal, and relocation or replacement during construction. B. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. 1.10. SPECIAL REQUIREMENTS A. Easements and Rights-of-Way: 1. Permanent Use Areas: The Owner shall be responsible for acquiring all permanent easements, rights-of-way, or other permission document as may be required for the permanent placement of any Districts infrastructure. 2. Temporary or Construction Use Areas: The Owner shall be responsible for acquiring all construction (temporary) easements, rights-of-way, or other permission document as may be required for the construction of any Districts infrastructure. 3. Requirements of Easements: The Owner and/or its Contractor shall be responsible for meeting all requirements of any easement (permanent or temporary), right-of- way, or other permission documents as may be required for the construction of the Districts infrastructure. 4. Construction Limits: The Owner/Contractor is solely responsible for properly identifying the Project construction limits (i.e., easement, right-of-way. or other limits of access as granted), marking, and assuring all activity associated with the Project is within those construction limits. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 11 01 SUMMARY 08/22/2025 PAGE 5 OF 5 B. The Contractor shall pothole and verify location of all existing utilities prior to commencing construction to avoid conflicts. 1. Any utility damaged by the Contractor shall be repaired or replaced by the Contractor at no expense to the Districts. C. Any employee(s) of the Contractor, or any Contractor-assigned sub-contractor, who does not perform work in a proper and skillful manner, shall, at the written request of the Districts, be removed from the project by the Contractor and shall not be on the Project without written approval of the Districts. 1. Should the Contractor fail to furnish skilled and experienced personnel or proper personnel for the successful performance of the work, the Districts may request, and the Contractor shall remove identified individuals, or the Districts may request, and the Contractor shall suspend the work by written notice until compliance is achieved. D. All items and Work not covered by these Specifications shall be discussed with the Districts, and the Contractor shall receive approval from the Districts, in writing, prior to commencing the Work. E. All Work must receive Preliminary Acceptance by the Districts prior to being placed in service. F. Landscaping Adjacent to Districts Water Lines 1. No landscaping (bushes, shrubs, trees, or other plantings) that has a mature height of over three (3) feet shall be placed within ten (10) feet of any Districts water line or appurtenance (distribution main, service line, fire hydrant, meter, etc.) or within any Districts easement. 2. Bushes or shrubs with a mature height of less than three (3) feet shall be placed a minimum five (5) feet from any Districts water line or appurtenance. 3. The Districts shall have the right to remove any landscaping that violates these standards at any time such landscaping is discovered and shall not be required to replace the removed landscaping. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 33 00 SUBMITTALS 08/22/2025 PAGE 1 OF 4 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.01. DESCRIPTION A. General Submittals 1. This Section specifies the general method and requirements of submissions applicable to the Project Work-related Submittals which can include Shop Drawings and Samples. 2. Submit general submittals in accordance with this Section. 3. The use of Contract Drawing reproductions for shop drawings is subject to rejection. 4. Clearly indicate the specification section and drawing number to which each submittal is referenced. 1.02. SUBMITTAL REQUIREMENTS A. Make submittals promptly in such sequence as to cause no delay in the Work. Schedule submission a minimum of 14 calendar days prior to the preconstruction meeting and before approved submittals will be needed. The Contractor shall initiate transmission of submittals. The Districts will return submittals and/or resubmittals within 14 calendar days of receipt. B. Submittals shall contain the following: 1. The date of submission and the date(s) of any previous submission. 2. The Project title and/or number. 3. The names of: a. Contractor. b. Supplier. c. Manufacturer. 4. Identification of the product with the specification section number. 5. A letter from each supplier stating that the product meets the requirements if the specifications state any exceptions or and approved equal is being submitted. 6. Field dimensions clearly identified as such. 7. Relationship to adjacent or critical features of the Work or materials as relevant. 8. Identification of deviations from contract documents or specifications. 9. Identification of revisions on resubmittals. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 33 00 SUBMITTALS 08/22/2025 PAGE 2 OF 4 C. The Contractor ’s stamp, initialed or signed, shall certify Contractor ’s review of submittal, verification of products, field measurements, field construction criteria, and coordination of the information within the submittal that the product meets the requirements of the Work and of the Specifications. D. Shop Drawings 1. Include the following pertinent information for each submittal: a. Field dimensions clearly identified as such. b. Applicable standards, such as ASTM or local jurisdiction requirements. c. Manufacturer’s standard drawings, schematics, and diagrams. i. Clearly mark each copy to identify pertinent products and models and to describe exactly which parts apply to the equipment being furnished. ii. Delete information not applicable to the Work. d. All pertinent information required by each section for each submittal shall be highlighted in yellow and/or circled with a cloud outline. E. Samples 1. If requested, samples shall be of sufficient size and quantity to clearly illustrate the functional characteristics of the product with integrally related parts and attachment devices and the full range of color, texture, and pattern. 2. Number of Samples a. Submit three (3) to each District which will be retained by the Districts, unless required otherwise by individual specification sections. 1.03. SUBMITTAL FORMAT A. Submittals (including shop drawings if required) shall be made in electronic format unless specified otherwise by the Districts. B. Electronic submittals shall be in Adobe Acrobat Portable Document Format (PDF). Use the latest version available at the time of construction. C. Electronic files that contain more than 10 pages in PDF format shall contain internal bookmarking from an index page to major sections of the document. PDF files shall be set to open “Bookmarks and Page” view. D. PDF files shall be set up to print legibly at 8.5” by 11” or 11” by 17”. No other paper sizes will be accepted. E. Submit new electronic files for each resubmittal. F. Each submittal shall have a transmittal form which will be the cover sheet for each submittal. Every page in a submittal shall be numbered in sequence. G. Where product data from a manufacturer is submitted, clearly mark which model is proposed, with all pertinent data, capacities, dimensions, clearances, diagrams, controls, connections, anchorage, and supports. Present a sufficient level of detail for assessment of compliance with the Districts’ specifications. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 33 00 SUBMITTALS 08/22/2025 PAGE 3 OF 4 H. Submittals shall be numbered sequentially. The submittal numbers shall be clearly noted on the transmittal cover sheet. Original submittals shall be assigned an alphanumeric submittal number followed by the specification section to which the submittal pertains. Resubmittals shall bear the number of the alphanumeric system of the original submittal followed by the subsequent letter of the alphabet to represent that it is a subsequent submittal of the original. For example, if the original submittal for cast-in-place concrete, “001A-033000-Cast-in- Place Concrete” requires a resubmittal, the first resubmittal will bear the designation “001B-033000-Cast-in- Place Concrete;” the second resubmittal will bear the designation “001C-033000- Cast-in-Place Concrete,” and so on. I. Disorganized submittals that do not meet the requirements above will be returned without review as a rejected submittal. 1.04. DISPOSITION OF SUBMITTALS A. The Districts or authorized representative will review and comment on submittals and may use the following dispositions: 1. NO EXCEPTION TAKEN - Signified material or equipment represented by the submittal conforms with the design concept and complies with the information given in the Specifications. The Contractor is to proceed with fabrication or procurement of the items and with related Work. 2. MAKE CORRECTIONS NOTED - Signified material or equipment represented by the submittal conforms with the design concept and complies with the information given in the Specifications. The Contractor is to proceed with the Work in accordance with the notations. 3. REVISE AND RESUBMIT - Signified material or equipment represented by the submittal conforms with the basic design concept; however, it does not comply with the information given in the Specifications. The Contractor is to submit a revised submittal responsive to the notations marked on the returned submittal and to the information in the Specifications. 4. REJECTED - Signifies material or equipment represented by the submittal does not conform with the design concept to comply with the information given in the Specifications and is not acceptable for use in the Work. The Contractor is to submit material or equipment responsive to the Specifications. 5. SUBMIT SPECIFIED ITEM - Signifies material or equipment represented by the submittal is not the item specified in the Specifications and is not to be incorporated into the Work. The Contractor is to submit only the material or equipment specified in the Specifications. 6. RECORD INFORMATION ONLY - Disposition indicates no review by the Districts was necessary; the submittal was solely for the purposes of the Project record. 1.05. RESUBMITTALS A. Clearly identify each correction or change made. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 33 00 SUBMITTALS 08/22/2025 PAGE 4 OF 4 B. Resubmittals will be reviewed and returned in the same review period as for the original submittal. C. It is considered reasonable that the Contractor shall make a complete and acceptable submittal by the second submission of a submittal item. 1.06. DISTRIBUTION A. Distribute reproduction or copies of Submittals, Shop Drawings, and Samples that carry the Districts’ stamp of acceptance to the Contractor’s personnel, the job site file, the project record document file, the subcontractors, the suppliers, the manufacturers, and other affected parties. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 42 17 DEFINITIONS, ABBREVIATIONS, AND ACRONYMS 08/22/2025 PAGE 1 OF 5 SECTION 01 42 17 DEFINITIONS, ABBREVIATIONS, AND ACRONYMS PART 1 - GENERAL 1.01. DEFINITIONS A. Agreement: A written document that formulates a general understanding or arrangement between two or more parties to perform the Work. B. Approved Equal: Material, equipment, or other substitution to that as specified in these Specifications, or other controlling project documents, that is approved to being equal by the Districts (reference Section 01 45 16 – Quality Requirements). C. As-Built Drawings: The Contractor’s mark-ups (in red ink or ‘redlined’) to the Construction Drawings that document on-site changes to the waterline construction which deviate from the Construction Drawing (reference Section 01 78 39 – Record Documents). D. Construction Drawings: Detailed drawings, including water line plan, profile, and detail sheets of proposed utility improvements, as accepted by the Districts. E. Consultant (or Design Engineer): The partnership, corporation, or individual who is registered as a professional engineer, according to Colorado statutes, and who is hired by the Owner and is empowered to act as their agent. F. Contract (or Construction Contract): A legally binding set of documents typically between a Contractor that is performing the Work and the Owner that is requiring the work, which includes cost and payment terms, schedule, scope, specific tasks to be performed, and any other contract terms required by one of the two parties. G. Contractor (or Owner’s Contractor, or Developer’s Contractor): The corporation, association, partnership, or individual who has entered into an Agreement or Contract with the Owner or Developer to perform the Work. H. Contract Documents: The written documents that define the roles, responsibilities, and Work under the Construction Contract and are legally-binding on the parties (Owner and Contractor). I. Design Criteria Manual: Refers to the most current version of Districts’ Water Distribution System Design Criteria Manual that presents information needed for the design and construction of 6- inch through 12-inch water lines, water service lines, and all appurtenances associated with these water lines and services as designed and constructed for new development. This document, along with the Specifications and Standard Construction Detail Drawings, are to be used by Owners, Developers, Consultants, Design Engineers, and Contractors as the Districts’ criteria, standards, and specifications for the design and construction of said water lines, services, and appurtenances. J. Districts: The East Larimer County Water District and North Weld County Water District. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 42 17 DEFINITIONS, ABBREVIATIONS, AND ACRONYMS 08/22/2025 PAGE 2 OF 5 K. Districts’ Engineer: The engineers of the Districts or its authorized representative. L. Districts’ Inspector: Authorized representative of the Districts who is assigned to make inspections of the Work for conformance to the Districts’ Specifications, criteria and requirements. M. Final Acceptance: Acceptance of the Work by the Districts following the Warranty Period. N. Leakage: The quantity of water that must be added to the pipeline to maintain a pressure of within 5 psi of the specified test pressure after the air has been expelled and the pipe has been filled with water (reference Section 33 05 06 – Testing Piping Systems). O. Notice of Award: A formal document usually issued by the Owner to notify the Contractor that it is the successful proposer and is awarded the Contract. P. Owner: The developer, corporation, association, partnership, or individual who proposes to install water lines, services and associated appurtenances within the Districts service area and, as applicable, has entered into an Agreement or Contract with the Districts to install water system infrastructure, in this case, the City of Fort Collins. Q. Preliminary Acceptance: Initial acceptance by the Districts of Work and start of the Warranty Period. R. Project: Project refers to the Owner’s proposed development, waterlines or appurtenances, and/or any other proposed water infrastructure improvement that are intended to become part of the Districts water system after completion of construction and Final Acceptance of the Work, in this case, the City of Fort Collins’ Mountain Vista Drive Over No. 8 Ditch Project. S. Project Drawings (or Contract Drawings): Contract drawings, along with other documents like Specifications and project manuals, are part of the Contract Documents, visually depicting the Project's design and construction requirements, outlining what the Contractor is to build or install. T. Provide: To furnish and install complete in place. U. Record Drawings: Drawings prepared by the Project’s Design Engineer that reflect on-site changes the Contractor noted in the As-Built Drawings (reference Section 01 78 39 – Record Drawings). V. Remove: To remove and dispose of per applicable regulatory requirements. W. Shall: A mandatory condition. X. Shop Drawings: Detailed plans, usually contained within a submittal (reference Section 01 33 00 – Submittals) created by contractors, fabricators, and engineers that provide precise technical information, including dimensions, materials, and assembly instructions, for the manufacturing, fabrication, assembling, and installation of specific project components. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 42 17 DEFINITIONS, ABBREVIATIONS, AND ACRONYMS 08/22/2025 PAGE 3 OF 5 Y. Specifications: Refers to the most current version of the Districts’ Standard Specifications. Z. Squeegee: Bedding material specified in these Specifications per CDOT Section 703 Specifications for Coarse Aggregates No. 8 used for pipes, service lines, and precast concrete products. AA. Standard Construction Detail Drawings: Refers to the most current version of the Districts’ Standard Construction Detail Drawings. BB. Standard Street Specifications: The current City of Fort Collins, Larimer County, or State Department of Transportation design criteria for streets, as project location dictates. CC. Warranty Period: The Contractor shall warrant all work associated with the waterline installation including, but not limited to the materials, installation workmanship, and surface or subsurface restoration for a period of two (2) years from the date of Preliminary Acceptance. DD. Washed Gravel (3/4-Inch): Bedding material specified in these Specifications per CDOT Section 703 Specifications for Coarse Aggregates No. 67 used for meter vaults, prefabricated manholes with open floors, and for fire hydrants. EE. Water Service Line (or Service Line, or Service): All pipe, fittings, and appurtenances used to convey water from the Districts water line to the individual customer’s water meter. FF. Work: The entire completed construction or the various separately identifiable parts required to be furnished and installed. Work is the result of performing services, furnishing the labor, and furnishing and incorporating materials and equipment into the construction to provide a complete and operable system. 1.02. ABBREVIATIONS AND ACRONYMS A. Abbreviations for Trade Organizations and Government Agencies: Following is a list of construction industry organizations and government agencies to which references may be made: 1. AASHTO: American Association of State Highway and Transportation Officials. 2. ACI: American Concrete Institute. 3. ANSI: American National Standards Institute. 4. API: American Petroleum Institute. 5. APWA: American Public Water Works Association. 6. ASME: American Society of Mechanical Engineers. 7. ASTM: American Society for Testing and Materials. 8. AWPA: American Wood Products Association. 9. AWS: American Welding Society EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 42 17 DEFINITIONS, ABBREVIATIONS, AND ACRONYMS 08/22/2025 PAGE 4 OF 5 10. AWWA: American Water Works Association. 11. CDOT Standards: Colorado Department of Transportation (Standard Specifications for Road and Bridge Construction). 12. CDPHE: Colorado Department of Public Health and Environment. 13. DIPRA: Ductile Iron Pipe Research Association. 14. FM: Factory Mutual (for Fire Protection). 15. ISO: International Organization for Standardization. 16. MSS: Manufacturers Standardization Society. 17. NACE: National Association of Corrosion Engineers (NACE). 18. NFPA: National Fire Protection Association. 19. NEC: National Electrical Code. 20. NEMA: National Electric Manufacturers Association. 21. NSF: National Sanitation Foundation. 22. SSPC: Society for Protective Coatings. 23. UL: Underwriters Laboratory. B. Other Abbreviations and Acronyms 1. CAD: Computer Aided Design, Computer Assisted Design, or Computer Assisted Drafting. 2. CTS: Copper Tubing Size. 3. CLSM: Controlled Low Strength Material, or Cementitious Low Strength Material. 4. ELCO: East Larimer County Water District. 5. FNPT: Female National Pipe Thread. 6. HDPE: High Density Polyethylene (Pipe). 7. IPS: Iron Pipe Size. 8. MJ: Mechanical Joint. 9. NWCWD: North Weld County Water District. 10. O&M: Operation and Maintenance (Manual). 11. PVC: Poly Vinyl Chloride (Pipe). 12. SDR: Size Dimension Ratio (Pipe). 13. UHMW: Ultra High Molecular Weight (Polyethylene). 14. VOC: Volatile Organic Compound. 15. WOG: Water, Oil, Gas. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 42 17 DEFINITIONS, ABBREVIATIONS, AND ACRONYMS 08/22/2025 PAGE 5 OF 5 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 45 16 QUALITY REQUIREMENTS 08/22/2025 PAGE 1 OF 4 SECTION 01 45 16 QUALITY REQUIREMENTS PART 1 - GENERAL 1.01. DESCRIPTION A. This Section covers Quality Control and Quality Assurance requirements. B. The Contractor is responsible for controlling the quality of Work, including Work of its subcontractors and suppliers and for assuring the quality specified in these Specifications is achieved. C. The Districts reserves the right to perform Quality Assurance on the Work being performed by the Contractor and its subcontractors and suppliers. 1.02. CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to the Districts for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to the Districts for a decision before proceeding. 1.03. REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit the following certified written reports specified in other Sections as relevant: 1. Date of issue. 2. Project title. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Name(s) of individual(s) making tests and inspections and name and signature of laboratory inspector. 6. Description of the Work and test and inspection method. 7. Identification of project and Specification Section. 8. Complete test or inspection data, test and inspection results, and interpretation of test results. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 45 16 QUALITY REQUIREMENTS 08/22/2025 PAGE 2 OF 4 9. Record of temperature and weather conditions at time of sample taking and testing and inspection. 10. Comments or professional opinion on whether tested or inspected Work comply with the Specifications or Contract Documents requirements, and any recommendations on retesting and/or reinspection. B. Permits, Licenses, and Certificates: As may be requested by the Districts for its records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents required for compliance with standards and regulations bearing on performance of the Work. 1.04. MATERIALS AND EQUIPMENT A. The Contractor shall furnish all materials, equipment, labor, and all other facilities and incidentals necessary for the execution, disinfection, testing, and completion of the work and shall comply with manufacturer's printed instructions for Contractor supplied and owner furnished materials, regarding all facets of materials and/or equipment movement, storage, installation, testing, startup, and operation. B. All materials and equipment shall be of good quality and new, except as otherwise provided in these Specifications. 1. When requested by the Districts, the Contractor shall furnish satisfactory evidence (including manufacturer's certification) as to the kind and quality of materials and equipment, and compliance with these specifications. a. The Districts shall test any manufacturer's materials it deems necessary. b. It is the Contractor's sole responsibility to ensure the manufacturer's materials meet these Specifications. C. All materials and equipment shall be installed and used in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in these Specifications. D. The specification of materials and equipment shall be understood to be representative of the quality of performance, operation, and construction acceptable to the Districts. 1. The Districts shall evaluate all written requests for product substitution. a. Such requests shall include detailed product literature and a description of benefits which might be achieved by this substitution. b. The acceptance or rejection of proposed product substitutions shall be at the sole discretion of the Districts. E. In approving materials or equipment for installation, the Districts assumes no responsibility for failure of the materials or equipment or injury or claims resulting from failure of the materials or equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship. 1.05. QUALITY ASSURANCE EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 45 16 QUALITY REQUIREMENTS 08/22/2025 PAGE 3 OF 4 A. All work shall be performed as specified and in accordance with the latest revisions of the applicable codes and standards or as required by local jurisdiction, federal, state, and local codes, regulations, and ordinances. B. Contractor Responsibilities: The Contractor shall perform quality control tests and inspections over construction and installation processes to verify that the Work complies with requirements, whether specified or not. 1. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality and comply with manufacturers' instructions, including each step in sequence. 2. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 3. The Contractor shall engage a qualified testing agency to perform quality-control services. a. The Contractor shall submit a certified written report of each quality- control service. b. Costs for retesting and reinspecting construction that replaces or is necessitated by Work that failed to comply with the Specifications or Contract Documents will be paid by the Contractor. C. The Contractor shall provide adequately trained, competent, disciplined, suitably qualified personnel to lay out the work and perform the construction. D. All equipment and material installed shall be, as appropriate, plumb, level, square, straight or of otherwise high-quality workmanship and per the accepted Construction Drawings. The Districts’ Inspector shall have sole authority to determine if the Work meets acceptable standards of workmanship. E. The construction standards, tests and methods outlined in these Specifications are considered adequate to produce the product desired by the Districts. 1. The Districts may evaluate alternative methods of construction upon written request. a. Requests for alternative methods of construction shall include detailed descriptions of the equipment, methods and controls needed for the alternative, and a description of the benefits which might be achieved by this substitution. F. Means and methods of construction and installation processes are the responsibility of the Contractor, and at no time is it the intent of the Districts to supersede or void that responsibility. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 45 16 QUALITY REQUIREMENTS 08/22/2025 PAGE 4 OF 4 3.01. TEST AND INSPECTION LOG A. Prepare a record of tests and inspections (reference Paragraph 1.03.A.). 3.02. REPAIR AND PROTECTION A. On completion of testing, inspecting, sampling, and similar services, repair impacted construction and restore substrates and finishes. 1. Provide repair materials and comply with installation requirements specified in other Specification Sections, match existing substrates and finishes and/or comply with other jurisdiction’s requirements (e.g., road repair). 2. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. B. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 61 10 APPROVED PRODUCTS LIST 08/22/2025 PAGE 1 OF 4 SECTION 01 61 10 APPROVED PRODUCTS LIST PART 1 - GENERAL 1.01. DESCRIPTION A. This Section lists the required manufacturers and/or products referred to in the following sections of Specifications. This is to be used as a summarized list (alphabetized) of approved products and manufacturers. B. An “Approved equal” is determined by the Districts or authorized representative. PART 2 - PRODUCTS 2.01. SECTION 31 23 35 – TRENCHING, BACKFILLING, AND COMPACTING A. Stabilization Material 1. Geotextile Fabric a. TenCate, Mirafi. b. Approved equal. 2.02. SECTION 33 05 20 – DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS A. Ductile Iron Pipe a. American Ductile Iron Pipe Co. b. McWane Ductile. c. U.S. Pipe. d. Approved equal. B. Fittings a. American Ductile Iron Pipe Co. b. McWane Ductile. c. Sigma Corp. d. Star Pipe Products. e. Tyler Pipe & Coupling. f. U.S. Pipe. g. Approved equal. C. Nuts and Bolts a. Star Pipe Products, “Star Blue Coated T-Bolts and Nuts” (for fluoropolymer coated items). b. Farwest Corrosion Control Co., MARS Zinc Cap (for zinc anode caps). c. Approved equal. D. Couplings EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 61 10 APPROVED PRODUCTS LIST 08/22/2025 PAGE 2 OF 4 1. Non-Restrained a. PowerSeal Pipeline Products Corp., PowerMax 3506/3506LB (2 through 16 inches). b. Romac Industries Inc., Macro HP (2 through 12 inches). c. Romac Industries Inc., XR501 (4 through 12 inches). d. Approved equal. 2. Restrained a. Romac Industries Inc., Model Alpha. b. Romac Industries Inc., Model 400RG. c. Approved equal. 3. Flanged Coupling Adaptor a. EBAA Iron Sales Inc., 2100 Megaflange. b. Romac Industries Inc., Model FCG. c. Romac Industries Inc., Model RFCA (Restrained DIP). d. Romac Industries Inc., Model RFCA-PVC (Restrained PVC). e. Approved equal. E. Restrained Joints 1. Push-On Joints a. EBAA Iron Sales Inc., 1700 Megalug. b. Ford Meter Box Co., Uniflange Series, UFR 1390-C. c. Romac Industries Inc., 600 Series, Style 611. d. Sigma Corp, One-Lok. e. Star Pipe Products, Stargrip, Series 3100. f. Approved equal. 2. Mechanical Joints a. EBAA Iron Sales Inc., 1100 Megalug. b. Ford Meter Box Co., Uniflange, 1400 Series. c. Romac Industries Inc., GripRing. d. Sigma Corp., One-Lok. e. Star Pipe Products, Stargrip, Series 3000. f. Approved equal. 2.03. SECTION 33 05 29 – PLASTIC PRESSURE PIPE A. Plastic Pressure Pipe a. Diamond Plastics Corp. b. JM Eagle Inc. c. North American Pipe Company. d. Approved equal. B. Fittings and Couplings – Restrained Joints 1. Push-On Joints EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 61 10 APPROVED PRODUCTS LIST 08/22/2025 PAGE 3 OF 4 a. EBAA Iron Sales Inc., Megalug, Series1600. b. Ford Meter Box Co., Uniflange Series UFR 1390-C. c. Romac Industries Inc., 600 Series Style 611. d. Sigma Corp., One-Lok. e. Star Pipe Products, Stargrip, Series 4100. f. Approved equal. 2. Mechanical Joints a. EBAA Iron Sales Inc., 2000PV Megalug or 2000SV Megalug. b. Ford Meter Box Co., Uniflange Series 1500. c. Romac Industries Inc., GripRing. d. Sigma Corp., One-Lok. e. Star Pipe Products, Stargrip, Series 4000. f. Approved equal. 2.04. SECTION 33 14 10 – WATER DISTRIBUTION SYSTEM A. Metal Surface Protective Coating – Spray-On Rubberized Coating for Bolts a. NAPA, Mac’s Rubberized Undercoat. b. TiteSeal Rubberized Undercoating. c. Approved equal. B. Tracer Wire and Accessories 1. Direct Bury Installations a. Copperhead Industries, HS-CCS HDPE 30-mil. b. Performance Wire & Cable Inc. c. Pro-line Safety Products Company. d. Approved equal. 2. Trenchless Installations a. Performance Wire and Cable, Inc., Solid SS /45 mil HD-HMWPE. b. Approved equal. C. Water Line Marking Tape a. Pro-Line Safety Products, Detectable Underground Marking Tape. b. Approved equal. D. Cathodic Protection Systems and Accessories 1. Anodes a. Northtown Company, SuperMAG Product No. H-MG-60 HP. b. Approved equal. 2. Weld Seals a. Royston Roy Bound 747 (for primer). b. Royston Handy Cap (for seal). c. Approved equal. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 61 10 APPROVED PRODUCTS LIST 08/22/2025 PAGE 4 OF 4 3. Adaptor Sleeves a. ThermOweld. b. Approved equal. 4. Test Stations a. Handley Industries Inc., 2-inch Cathodic Test Stations. b. Approved equal. E. Stainless Steel Repair Clamps a. Ford Meter Box Co., Model FS1/FS2. b. PowerSeal Pipeline Products Corp., Model 3122AS. c. Romac Industries Inc., Model SS1/SS2. d. Approved equal. F. Connections to Existing Pipe 1. For connection to existing PVC, ductile iron, or cast-iron pipe (solid sleeves, restrained): a. EBAA Iron Sales Inc., 3800 Mega-Coupling. b. EBAA Iron Sales Inc., Series 1100CH. c. Approved equal. 2. For connection to existing asbestos-cement (AC) pipe: a. For normal AC pipe: Romac Industries Inc., XR501 coupling. b. For Simplex AC pipe: Romac Industries Inc., MACRO coupling. c. Approved equal. PART 3 - EXECUTION (NOT USED) EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 74 00 CLEANING 08/22/2025 PAGE 1 OF 2 SECTION 01 74 00 CLEANING PART 1 - GENERAL 1.01. DESCRIPTION A. This Section includes cleaning during construction and final cleaning of the water infrastructure on completion of the Work. B. The Contractor is responsible for all site maintenance and clean up during construction activity and disposing of excess and waste material from the Project. C. Site cleanup shall be executed continuously during the progress of the work and at the completion of the work. 1.02. CLEANING DURING CONSTRUCTION A. During execution of Work, the Contractor shall be responsible for maintaining the water infrastructure material as stored and installed in a clean condition so as to facilitate filling, flushing, testing and acceptance by the Districts. 1.03. FINAL CLEANING A. At the completion of Work and prior to testing and inspection for Preliminary Acceptance, the Contractor shall remove all temporary structures and materials, equipment, and appurtenances not required as a part of or appurtenant to the completed Work. PART 2 - PRODUCTS 2.01. EQUIPMENT A. The Contractor is responsible for supplying all material and equipment necessary to meet the requirements of this Section. B. All equipment and materials shall be new. PART 3 - EXECUTION 3.01. GENERAL A. Construction materials shall be neatly stored. B. Containers shall be provided for the collection of waste materials and debris. 1. Containers shall be stored out of the right-of-way. C. Volatile waste shall be stored in clearly marked, covered metal containers and removed daily. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 74 00 CLEANING 08/22/2025 PAGE 2 OF 2 D. Construction material, equipment, waste containers, construction buildings, parking, etc., shall only be allowed within the limits of the construction easement. 1. Any off-site storage of construction material, equipment, waste containers, construction buildings, parking, etc. shall be allowed only after the Contractor has obtained the written permission of the property owner. E. Upon completion of the construction, the job site shall be restored to its original condition. 1. The Contractor shall restore any land that will not be paved with asphalt or concrete to its original condition or as dictated by easements or other controlling documents. a. All topsoil shall be restored to its original quality. b. Any areas which are stripped of vegetation prior to or during construction shall be reseeded with seed mix approved by property owner as directed by easements or other controlling documents. 2. All exterior paved surfaces shall be broom cleaned and left in good repair. 3.02. DISPOSAL A. To maintain an orderly site, waste material and debris shall be removed periodically. B. Volatile waste shall be removed daily. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 78 39 RECORD DOCUMENTS 08/22/2025 PAGE 1 OF 3 SECTION 01 78 39 RECORD DOCUMENTS PART 1 - GENERAL 1.01. DESCRIPTION A. This section describes the requirements related to maintaining and submitting record documents. 1.02. DOCUMENTS A. Maintain one set of the following at the Contractor’s on-site facility: 1. Documents and samples called for in the Contract Documents. 2. Quality Control and Quality Assurance Field Test Records. 3. Certificates of Compliance. 4. Redlined Construction Drawings (As-Built Drawings) and Specifications. 5. Reviewed Shop Drawings/Product Data. 6. Permits. PART 2 - PRODUCTS 2.01. AS-BUILT DRAWINGS A. Accurate As-Built Drawings shall be maintained by the Contractor and provided to the Consultant for creation of Record Drawings prior to Preliminary Acceptance of the Work. B. As-Built Drawings shall identify, in legible redline marking, on-site construction conditions that vary from the design drawings and shall include, at minimum: 1. Installed dimensions, elevations, and details that differ from those shown on the Construction Drawings including but not limited to: a. Changes which are made by modification. b. Details which are not in the original Construction Drawings. c. Horizontal and vertical locations of underground utilities and appurtenances, and where possible, referenced to permanent surface improvements. d. Depths of various elements of work in relation to project datum. 2. As-Built Survey Information: a. Pipeline Line and Grade: The Contractor’s surveyor shall record, at minimum, horizontal position (x-y coordinates) and line and grade of pipeline(s) installed and deliver this information as as-built survey data for inclusion in Record Drawings. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 78 39 RECORD DOCUMENTS 08/22/2025 PAGE 2 OF 3 b. Other Appurtenances: The Contractor’s surveyor shall record location information (vertical and horizontal) of all other appurtenances installed below and above grade which shall include but not be limited to water infrastructure items such as fittings, valves (and valve boxes), air-vac vaults, vent pipes and curb stops/meter pits. C. Each sheet of the As-Built Drawings shall be labeled “AS-BUILT DRAWING” in neat, large-printed letters. D. As-built information shall be recorded concurrently with construction progress. E. Maintenance of As-Built Drawings During Construction: 1. Project As-Built Drawings shall be stored apart from other documents used for construction. 2. Project As-Built Drawings shall be maintained in a clean, dry, legible condition and in good order. F. Submittal of As-Built Survey Information and Drawings: 1. As-built survey information shall be submitted to the water line design engineer for incorporation into the Record Drawings. 2. As-Built Drawings shall be submitted to the Districts for review and acceptance as a complete set of drawings showing Districts’ infrastructure (regardless of whether changes occurred during construction) with a transmittal letter (reference Paragraph 3.01.). 3. Following acceptance by the Districts of the As-built drawings, the Consultant shall use the As-Built survey and drawing information, and all other information created during the Project and its construction, to create the Project Record Drawings. 2.02. RECORD DRAWINGS A. Project Record Drawings shall be prepared by the Owner’s Consultant and shall reflect as-built conditions as shown on the As-Built Drawings, as-built survey data, and all other as-built information created during the Project and its construction. 1. Plan and profile drawings shall be redrawn (in CAD) to reflect significant as-built changes in alignment or grade. 2. As-built alignment and grades shall be noted on Record Drawings or redrawn in red text or linework or other suitable method(s) to clearly identify changed conditions. B. Each sheet of the Record Drawings shall be labeled "RECORD DRAWING" in neat, large-printed letters. C. Each sheet of the Record Drawings shall be stamped by a Colorado registered professional engineer (P.E.). D. Submittal of Record Drawings EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 01 78 39 RECORD DOCUMENTS 08/22/2025 PAGE 3 OF 3 1. Owner’s Consultant shall deliver Record Drawings to the Districts in hard copy and electronic format (pdf, CAD, and GIS) acceptable to the Districts as follows (reference Paragraph 3.01.): a. One hard copy in 24” x 36” format if requested by Districts b. One hard copy in 11" x 17" format if requested by Districts c. One Adobe PDF set (electronic) d. CAD and GIS georeferenced files of all lines, appurtenances, property lines (as per recorded plat), easements, road curb lines, and any other line work deemed necessary by the Districts in as-built locations. e. Coordinate system shall be as follows: i. Horizonal Datum: Colorado State Plane North Zone NAD 83. ii. Vertical Datum: NAVD 88. E. Project As-Built and Record Drawings in a complete and acceptable format must be received by the Districts a minimum of one week before Preliminary Acceptance is requested. PART 3 - EXECUTION 3.01. DELIVERY OF AS-BUILT AND RECORD DRAWINGS A. Accompany any submittal with transmittal letter containing the following: 1. Date, Project Title, Project Number (as applicable). 2. Contractor’s name, address, and telephone number. 3. Index containing title and number of each Record Drawing (or Document). 4. Signature of the Contractor and/or Contractor’s authorized representative. B. Deliver to the Districts or Districts’ designated representative. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 03 30 00 CAST-IN-PLACE CONCRETE Version 08/22/2025 PAGE 1 OF 3 SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01. DESCRIPTION A. This Section covers cast in place concrete for thrust restraints (or blocks), encasements, cut-off walls, protective pads, and concrete fills, including forms, reinforcing steel, finishing and curing, and other appurtenant work. 1.02. RELATED WORK SPECIFIED ELSEWHERE A. Section 03 40 00 – Precast Concrete. 1.03. QUALITY ASSURANCE A. All work shall be performed as specified herein and in accordance with the latest revisions of the following applicable codes and standards or as required by local jurisdiction: 1. Federal, state, and local codes, regulations, and ordinances. 2. ACI 306 – Guide to Cold Weather Concrete. 3. ASTM A185 – Welded Steel Wire Fabric for Concrete Reinforcement. 4. ASTM A615 – Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 5. ASTM A617 – Axle-Steel Deformed and Plain Bars for Concrete Reinforcement. 6. ASTM C33 – Concrete Aggregates. 7. ASTM C94 – Ready-Mixed Concrete. 8. ASTM C150 – Portland Cement. 9. ASTM C206 – Finishing Hydrated Lime. 10. ASTM C494 – Chemical Admixtures for Concrete. 11. ASTM C618 – Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. B. In the case of conflict or disagreement between codes, standards, laws, ordinances, rules and regulations, or within any document itself, the more stringent requirements, as determined by the Districts, shall govern. PART 2 - PRODUCTS 2.01. CONCRETE EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 03 30 00 CAST-IN-PLACE CONCRETE Version 08/22/2025 PAGE 2 OF 3 A. Mix Design: All concrete shall have a mix design that demonstrates a minimum compressive strength of 3,000 psi at 28 days. B. Submittals: Submit the concrete mix design if requested by the Districts. 2.02. MATERIALS A. Cement 1. All cement shall be Portland Cement. 2. Portland Cement shall conform to ASTM C150 Type 1/II. B. Aggregates 1. All fine and coarse aggregate shall conform to ASTM C33. C. Water 1. All water shall be free from objectionable quantities of silt, organic matter, alkali, salts, and other impurities or conform to ASTM C94. D. Admixtures 1. An air-entraining agent may be used in all concrete. a. All air-entraining agents shall conform to ASTM C260. 2. A water-reducing admixture may be used if approved by the Districts. a. A water reducing admixture shall conform to ASTM C494, for Type A or Type D chemical admixture. b. The water reducing admixture shall not contain any calcium chloride. c. The water reducing admixture shall be compatible with the cement being used. E. Accelerators 1. Accelerators shall conform to ASTM C494 and ACI 306. a. If calcium chloride is used as an accelerator, the amount used should not exceed 2%, by weight, of the cementitious material. b. Calcium chloride shall be in solution prior to adding it to the batch process. F. Fly-Ash 1. When fly-ash is used in concrete, the cement replacement shall not exceed 20%. a. Class C or Class F fly-ash shall conform to ASTM C618. G. High-Early Strength Concrete 1. The Contractor may use high-early strength concrete for scheduling purposes with prior approval from the Districts. 2. Provide specific methods for curing to limit temperature and shrinkage cracking caused by higher heat of hydration caused by high-early strength concrete. H. The Contractor shall be responsible for any difficulties arising or damages occurring because of the selection and use of any of the above materials. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 03 30 00 CAST-IN-PLACE CONCRETE Version 08/22/2025 PAGE 3 OF 3 2.03. CONCRETE REINFORCEMENT A. All deformed reinforcing bars shall conform to ASTM A615 or ASTM A617. 1. All bars shall be either Grade 40 or Grade 60. B. All welded steel wire fabric shall conform to ASTM A185. PART 3 - EXECUTION 3.01. GENERAL A. Concrete shall have a maximum allowable water/cement ration of 0.50 by weight. 1. The water/cement ration may be increased to 0.56 by weight if a water-reducing agent is used (reference Paragraph 2.02.D.2.). 3.02. PLACING A. Concrete shall not be placed if the air temperature is less than 40 degrees Fahrenheit, or greater than 90 degrees Fahrenheit. 1. The temperature of the mix shall not be less than 50 degrees Fahrenheit, nor more than 90 degrees Fahrenheit at the time of the placement. 2. If heated water and/or an accelerator is used, the above temperature restrictions may be waived if approved by the Districts. a. Water shall not be heated to a temperature exceeding 150 degrees Fahrenheit. 3.03. CURING A. Finished concrete shall be protected for a minimum of three days after placement and maintained at a minimum temperature of 50 degrees Fahrenheit during that period. 1. The Contractor is responsible for protecting the concrete from traffic and the elements. a. Backfill may be placed over thrust blocks as soon as the concrete has set, but compaction will not be allowed for a minimum of 24 hours after the concrete is placed. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 1 OF 11 SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING PART 1 - GENERAL 1.01. DESCRIPTION A. This section covers construction staking, excavation, and trenching, including subsurface drainage, dewatering, preparation of subgrades, pipe bedding, backfilling, compacting, and finish grading for underground pipelines, service lines and appurtenances. 1.02. QUALITY ASSURANCE A. All work shall be performed as specified herein and in accordance with the latest revisions of the following applicable codes and standards or as required by local jurisdiction: 1. Federal, state, and local codes, regulations, and ordinances 2. AASHTO T 99 – Standard Method of Test for Moisture-Density Relations of Soils. 3. ASTM D698 – Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (Standard Proctor). 4. ASTM D1557 – Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (Modified Proctor). 5. ASTM D2049 – Test Method for Relative Density of Cohesionless Soils. 6. ASTM D2922 – Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods. 7. ASTM D4253 – Standard Test Methods Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. 8. ASTM D4254 – Standard Test Methods Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. 9. AWWA C605 – Underground Installation of Polyvinyl Chloride (PVC) and Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings. 10. CDOT Section 703 – Aggregates. B. Construction Staking: 1. Construction staking shall be performed by or under the direct supervision of a Colorado licensed Professional Land Surveyor (PLS). 2. The Contractor shall be responsible for engaging, directing, and scheduling the surveyor. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 2 OF 11 3. Staking of the work shall be at a maximum of 50-foot stations along straight runs of water line. 4. Offsets shall be staked so that vertical and horizontal alignment may be checked. 5. All survey data, which is developed by the Contractor or the Owner's Engineer in performing surveys which are required by the work, shall be available to the Districts for examination throughout the construction period. C. In the case of conflict or disagreement between codes, standards, laws, ordinances, rules and regulations, or within any document itself, the more stringent requirements, as determined by the Districts, shall govern. 1.03. SUBMITTALS A. Test Results 1. Submit all testing certificates and reports to the Districts to verify compliance with these Specifications. 2. Reference Section 01 45 16 – Quality Requirements. 1.04. MAINTENANCE AND CORRECTION A. The Contractor shall maintain and correct any settlement or other damage associated with the water line installation (trench or otherwise) and make necessary repairs to pavement, sidewalks, other structures, other utilities or any other damaged or impacted property during the warranty period. B. The Contractor may perform such maintenance and corrections by subcontract given conditions of the following: 1. If the contractor chooses to subcontract the warranty work, a copy of the subcontract shall be delivered to the Districts. 2. Acceptance of a subcontractor to perform the work shall be at the sole discretion of the Districts. 3. All subcontractors shall provide proof of insurance, performance bonds, or any other surety as deemed necessary by the Districts. 1.05. JOB CONDITIONS A. Drainage and Groundwater 1. The Contractor shall be responsible for all dewatering operations, acquisition of all necessary permits, and follow all requirements as stipulated in any permit. a. Submit copies of approved permits to the Districts, if requested, prior to commencement of any dewatering activities. 2. All excavations and trenches shall be kept free from excess groundwater during construction. 3. Any water which is encountered in the trench shall be removed to the extent necessary to provide a firm subgrade. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 3 OF 11 4. Surface runoff shall be diverted as necessary to keep excavations and trenches free from water during construction. 5. The excavation or trench shall be kept free from water until the structure, or pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. 6. Water shall be prevented from entering any previously installed pipe. 7. The pipe under construction shall not be used for dewatering. B. Sequencing 1. Pipeline installation shall be performed within 300 linear feet of trench excavation limit. a. If construction is occurring in an open field, this distance may be amended at the Districts’ discretion. 2. Initial trench backfill shall be performed within 50 linear feet of pipeline installation. a. If construction is occurring in an open field, this distance may be amended at the Districts’ discretion. 3. Where excavation is a hazard to vehicle or pedestrian traffic, the amount of open trench and the time duration of that opening is to be minimized. a. The Contractor shall coordinate the extent and duration of road closure with the appropriate traffic department. C. Underground Obstructions 1. It shall be the responsibility of the Contractor to field verify all existing Drawing of Record information obtained from the Districts. 2. The Contractor shall be responsible for all locating and potholing required to adequately identify any and all existing utilities. 3. In situations where conflicts may exist, the Contractor shall expose and verify the size, location, and elevation of underground utilities and other obstructions, sufficiently in advance of construction to permit changes to be made to the Construction Drawings. a. In the case of a conflict, the Contractor shall notify the Districts and the affected utility company. b. In the case of a conflict, the proposed work may be modified at the Districts’ discretion. 4. Existing improvements, adjacent property, utilities, trees, and plants that are not to be removed shall be protected from injury or damage resulting from the Contractor's operations. 5. If the Contractor removes any underground obstructions, the following shall apply: EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 4 OF 11 a. Drainage culverts may be salvaged, stored, and reused in the original location if prior approval is obtained from the property owner or appropriate agency. b. All other underground obstructions shall be replaced with new materials. c. The area in which the underground obstruction was located shall be restored to original condition or better. PART 2 - PRODUCTS 2.01. STABILIZATION MATERIAL A. If the existing soil in the trench bottom is judged to be unsuitable by the Districts, the top 6 inches (or depth as determined adequate by the Districts’ Inspector or Engineer, or as may be recommended by a geotechnical engineer or other qualified expert) of the trench subgrade shall be removed and replaced with stabilization material. B. Stabilization material shall be crusher run rock conforming to ASTM D448, CDOT Section 703 Specifications for Coarse Aggregates No. 357 as defined in the table below or approved equal. 1. CDOT Coarse Aggregate No. 357: Size Percent Passing 2-1/2” 100 2” 95 – 100 1” 35 – 70 1/2” 10 – 30 #4 0 – 5 C. Geotextile Fabric: If based on site conditions and as requested by the Districts’ Inspector and at their sole discretion, geotextile fabric shall be installed in conjunction with stabilization material. Acceptable types of filter fabric and their manufacturers are as follows: 1. TenCate, Mirafi. 2. Approved equal. 2.02. BEDDING MATERIAL A. Pipe Bedding 1. All pipe 4” diameter and larger shall be bedded in uniformly graded material conforming to either of the following materials: (a) “Squeegee” per CDOT Section 703 Specifications for Coarse Aggregates No. 8 as defined in the table below; or (b) “Structural Backfill” per CDOT Section 703 Specifications for Class 1 structural backfill as defined in the table below. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 5 OF 11 a. CDOT Coarse Aggregate No. 8, “Squeegee:” Size Percent Passing 1/2” 100 3/8” 85 – 100 #4” 10 – 30 #8 0 – 10 #16 0 – 5 b. CDOT Class 1 Structural Backfill: Size Percent Passing 2” 100 #4 30 – 100 #50 10 – 60 #100 5 - 20 B. Service Line or Small Diameter Pipe Bedding 1. All service lines or small diameter pipe (pipe of less than 4” nominal diameter) shall be bedded in CDOT Coarse Aggregates No. 8 “Squeegee” as specified above for Pipe Bedding (reference Paragraph 2.02.A.1.a). C. Precast Concrete Products 1. Meter pits, prefabricated manholes, and meter vaults with closed floors shall be bedded in CDOT Coarse Aggregates No. 8 “Squeegee” as specified above for Pipe Bedding (reference Paragraph 2.02.A.1.a). 2. Meter vaults, air/vacuum relief valve vaults, and prefabricated manholes with open floors shall be bedded in “3/4-inch Washed Gravel” per CDOT Section 703 Specifications for Coarse Aggregates No. 67 as defined in the table below. a. CDOT Coarse Aggregate No. 67, “3/4” Washed Gravel:” Size Percent Passing 1” 100 3/4” 90 – 100 3/8” 20 – 55 #4 0 – 10 #8 0 – 5 2.03. CUT-OFF WALLS (BARRIERS) A. Cut-off walls may be constructed to keep groundwater out of excavation areas and to reduce or eliminate the need for dewatering using pumping and other methods. B. If compacted soil is used for cut-off walls (e.g., “trench plugs”), it shall meet the following soil classifications: 1. SC – Clayey sands, sand-clay mixtures; or, 2. CL – Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 6 OF 11 3. CH – Inorganic clays of high plasticity; fat clays may be considered on a case-by- case basis with approval of the Districts. C. Controlled Low Strength Material (CLSM) may be used for cut-off walls with approval by the Districts. a. Refer to Section 31 23 25 – Controlled Low Strength Material Backfill. 2.04. HYDRANT GRAVEL A. Refer to Section 33 14 22 – Hydrants. 2.05. TRENCH BACKFILL MATERIAL A. Trench backfill material shall be placed from a point 12 inches above the pipe to: 1. For non-roadway areas: a. 12 inches below the ground surface; or, b. To the bottom elevation of topsoil being replaced. 2. For roadway areas: To the bottom of the pavement subgrade. B. Trench backfill material shall be either soil excavated from the trench or imported soil. 1. Any soil used for trench backfill shall be free from frozen matter, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and any rocks or stones which are larger than 6 inches in any dimension. a. Rocks or stones which are larger than 3 inches in any dimension shall not be placed within one foot of pavement subgrade or within one foot of the finished surface of unpaved areas. 2. If imported soil is used for trench backfill, it shall meet CDOT Section 703 Specifications for Aggregate Base Course, Class 5 or 6, as shown in the tables below. a. CDOT Class 5: Size Percent Passing 1-1/2” 100 1” 95 – 100 #4 30 – 70 #200 3 – 15 EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 7 OF 11 b. CDOT Class 6: Size Percent Passing 1” 100 3/4" 95 – 100 #4 30 – 65 #8 25 – 55 #200 3 – 12 PART 3 - EXECUTION 3.01. PREPARATION A. Topsoil shall be stripped from areas which are to be disturbed by construction and stockpiled. 1. Topsoil shall be segregated from non-organic trench excavation material and debris. 3.02. TRENCHING A. Trenches shall be excavated by open cut methods, except where boring or tunneling is indicated, shown on drawings, or approved by the Districts. B. Care shall be used when operating mechanical equipment in locations where it may cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. C. Excavation and/or shoring equipment shall be designed and operated in such a manner that the bottom elevation of the trench can be controlled with uniform trench widths and vertical sidewalls which extend from the bottom of the trench to an elevation one foot above the top of the installed pipe. D. Trench alignment shall be sufficiently accurate to permit pipe to be aligned properly with an 8-inch minimum clearance between the pipe and the sidewalls of the trench. 1. The trench sidewall shall not be undercut to obtain clearance. E. The Contractor shall over excavate a minimum of 6 inches below the bottom of the pipe wherever the trench bottom is rock, shale, or other unsuitable material as may be determined by the Districts’ Inspector or Design Engineer. 1. Over excavation shall be backfilled and compacted with acceptable granular material (reference Paragraph 2.05.). F. Preparation of Trench Bottom 1. Trench bottoms shall be graded uniformly to provide clearance for each section of pipe. 2. Loose material, water, and foreign objects shall be removed from the trench. 3. The Contractor shall provide a firm suitable subgrade for application of bedding material. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 8 OF 11 4. Wherever unstable material is encountered in the bottom of the trench, said material shall be over excavated to a depth suitable for construction of a stable subgrade. a. The depth suitable for construction of a stable subgrade shall be determined by the Districts’ Engineer or as directed by the Districts’ Inspector. b. The over-excavation shall be backfilled with stabilization material and compacted as required by the Districts (reference Paragraph 2.01.). G. Stockpiling Excavated Materials 1. Suitable material for backfilling shall be stockpiled in an orderly manner and at a minimum of 2 feet from the edge of the trench. 2. Excess excavated materials that are not suitable or not required for backfilling shall be removed and disposed. 3. Excavated material shall not be stockpiled against existing structures or appurtenances. H. Limiting Trench Widths 1. The minimum clear width of the trench measured at the spring-line of the installed pipe should be 1 foot greater than the outside diameter of the pipe. 2. The maximum trench width at an elevation of 12 inches above the top of the installed pipe shall be equal to the pipe outside diameter plus two feet or 32 inches, whichever is greater. 3. If PVC pipe is used and the maximum cover over the pipe exceeds 17 feet, a granular material shall be placed to an elevation of 1 foot above the top of the pipe and compacted to 95% of maximum relative density per ASTM D2049. 4. See Districts’ Standard Construction Details drawings. 3.03. PIPE BEDDING A. Placement and Compaction 1. Reference pipe bedding specification (Paragraph 2.02.) and Districts’ Standard Construction Details drawings. 2. Bedding material shall be distributed and graded to provide uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. a. Pipe shall not be supported by the bells. 3. 4” Diameter and Larger Pipe a. Bedding material shall be deposited and compacted uniformly and simultaneously a minimum of 6 inches under and on each side of the pipe and 1 foot minimum above the pipe. 4. Service Line or Small Diameter Pipe EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 9 OF 11 a. Bedding material shall be deposited and compacted uniformly and simultaneously a minimum of 6 inches under and on each side of the pipe and 12 inches minimum above the pipe 5. Granular bedding material shall be compacted in accordance with these Specifications. B. Cut-off walls (reference Paragraph 2.03.) shall be constructed in such a manner as to impede passage of water through bedding material for the full depth of the granular bedding material to a minimum of 1-foot above the groundwater’s maximum elevation and the full width of the trench. 1. Cut-off walls shall be located as follows: a. Along the length of the water line where the water line is located in groundwater. b. Cut-off walls shall be spaced not more than 400 feet apart. c. The top of the cut-off wall shall be a minimum 1-ft above the high groundwater elevation. d. At locations shown on the construction drawings. e. As required by the Districts’ Inspector based on site conditions. 2. Cut-off walls at ditch crossings may be different from the above requirements as may be specified by the ditch company. The Contractor shall follow all ditch company requirements. 3.04. BACKFILLING AND COMPACTION A. Trenches shall be backfilled promptly after the pipe has been installed and inspected. 1. Backfill around valve boxes and any other appurtenance shall be compacted with hand operated equipment. B. Sheeting Removal (if the Contractor elects to use sheeting) 1. Do not remove sheeting prior to backfilling. 2. Use effective methods to protect the construction, other structures, utilities, and properties during sheeting removal. 3. Voids left by sheeting removal shall be filled with dry sand. 4. Sheeting which is left in place shall be cut off at an elevation 1.5 feet below the finish grade of unpaved areas or the subgrade of paved areas. C. Backfill material shall be deposited in uniform horizontal layers which may not exceed 6 inches (compacted depth) in all areas. 1. Other thickness may be used with the prior approval of the Districts. D. Methods and equipment which are appropriate for the backfill of material shall be employed. 1. Backfill equipment or backfilling methods which transmit damaging shocks to the pipe are not to be used. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 10 OF 11 E. Compaction shall not be performed by jetting or water settling. F. If compaction cannot be obtained with job excavated material, trench backfill material shall be imported. G. Topsoil shall be replaced to the depth of stripping over all areas which are to receive vegetation. H. Excess excavated materials and materials not suitable for backfill shall be removed from the site. 3.05. FIELD QUALITY CONTROL A. Field Compaction Control 1. Field tests will be conducted to determine compliance with compaction methods and specified density in accordance with ASTM D2922. 2. Compaction tests shall be performed at: a. Depth: 1.5 feet above the top of the pipe. b. Vertical Increments: At 1-foot vertical increments up to the finish grade. c. Frequency of Compaction Testing: i. Water Lines: Compaction tests shall be performed at least once every 100 linear feet as measured along the length of the pipe ii. Service Lines: Compaction tests shall be performed: 1. Frequency: On at least 50 percent of the service lines. 2. Locations: All tests shall be performed in locations where the service line is under/within roadways. d. If the Districts determines that reliable and uniform results are produced by the Contractor’s construction techniques, the frequency of testing may be changed to once every 300 feet with written approval from Districts. B. Compaction shall be to the following minimum densities (reference ASTM D698 or AASHTO T99 unless otherwise indicated): 1. Cut-off wall material: a. 95% of maximum density. 2. Pipe and service line bedding: a. Compacted granular material: 80% of maximum relative density (ASTM D2049). 3. Trench backfill (water lines and service lines): a. Paved roadways, sidewalks, and other areas which are to be paved: i. 95% of maximum density. ii. Or as required by the local road authority having jurisdiction of the road. b. Gravel roadways: 95% of maximum density. c. Fields and all other areas: 95% of maximum density. d. Under footings, foundations, or structures: 98% of maximum density. e. All other locations: 95% of maximum density. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 31 23 35 TRENCHING, BACKFILLING, AND COMPACTING 08/22/2025 PAGE 11 OF 11 C. Moisture Content: 1. All compacted backfill shall be within 2% (±) of the optimum moisture content of the soil as determined by ASTM D698. 2. Water shall be added to the material, or the material shall be harrowed, disced, bladed, or otherwise worked to ensure a uniform moisture content as specified. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 06 TESTING PIPING SYSTEMS 08/22/2025 PAGE 1 OF 3 SECTION 33 05 06 TESTING PIPING SYSTEMS PART 1 - GENERAL 1.01. DESCRIPTION A. This Section covers the hydrostatic testing of water distribution lines, appurtenances, and water service lines greater than 2-inch diameter. B. All water lines, appurtenances, and water service lines greater than 2-inch diameter shall be tested. 1. For water service lines greater than 2-inch diameter the service line piping up to the meter vault and including the bypass line and isolation valves on the downstream side of the meter vault shall be tested. The water meter shall not be in place during the testing. C. Once the pipeline has been filled and disinfected and backfilling has been completed and approved, a hydrostatic pressure test shall be conducted. 1. The Contractor shall provide all equipment and personnel to perform the hydrostatic test. Pressure testing equipment shall be approved by the Districts prior to commencing testing. a. Test equipment shall be able to maintain a continuous internal pipe test pressure and accurately measure leakage from the pipe over the required test period. b. The maximum allowable pressure gauge increment shall be 5 psi. c. A water meter shall be used to measure the amount of water used in pressurizing the system. Water meters shall have been calibrated within the last six (6) months with calibration results available upon request by the Districts. 2. The Districts will record times, leakage readings, and pressure over the test period. D. Testing shall not occur until at least 7 days have elapsed since the last concrete thrust restraint was cast. 1. A minimum of 72 hours shall have elapsed if high-early-strength concrete was used. E. Testing shall not occur until after the pipeline has been chlorinated, bacteriological tests have passed, and the water line flushed. F. The water line shall remain filled with water for a minimum of 24 hours prior to the hydrostatic pressure test. 1.02. QUALITY ASSURANCE EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 06 TESTING PIPING SYSTEMS 08/22/2025 PAGE 2 OF 3 A. All work shall be performed as specified herein and in accordance with the latest revisions of the following applicable codes and standards or as required by local jurisdiction: 1. Federal, state, and local codes, regulations, and ordinances. 2. American Water Works Association (AWWA). B. In the case of conflict or disagreement between codes, standards, laws, ordinances, rules and regulations, or within any document itself, the more stringent requirements, as determined by the Districts, shall govern. PART 2 - PRODUCTS 2.01. EQUIPMENT A. The Contractor shall provide all equipment and water required to perform the test. PART 3 - EXECUTION 3.01. PRESSURE TEST A. "Leakage" shall be defined as the quantity of water that must be added to the pipeline to maintain a pressure of within 5 psi of the specified test pressure after the air has been expelled and the pipe has been filled with water. B. Test Pressure and Duration 1. For steel pipe, ductile iron pipe, cast iron pipe, and PVC pipe, the minimum test pressure shall be 200 psi. 2. A residual pressure of within 5 psi of the test pressure shall be maintained for a minimum of 2 hours. C. Allowable Leakage 1. The maximum allowable leakage for each test section of ductile iron pipe, cast iron pipe, steel pipe, and PVC pipe shall be determined by the following formula: 𝐿=𝑁𝐷√𝑃 7,400 Where: L = Maximum allowable leakage (gallons). N = Number of joints in pipeline being tested. D = Nominal diameter of pipe (inches). P = Average test pressure during the leakage test (psi). a. Reference AWWA C600. D. Test Section Length 1. The maximum length of pipe per test shall be 1,000 feet unless otherwise written approval for an alternate length is provided by the Districts’ Inspector. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 06 TESTING PIPING SYSTEMS 08/22/2025 PAGE 3 OF 3 E. Testing Against Valve 1. Unless written approval is given by the Districts’ Inspector, the hydrostatic pressure test shall be performed against all valves within the new water line system. a. Variances may be granted with written approval from the Districts’ Inspector. 3.02. PASSING A. If the tests disclose leakage greater than that specified or if any leak is visible, the defective materials and joints shall be located and repaired. 1. The tests shall be repeated until the leakage is less than the maximum allowed or there is no visible leak. B. All visible leaks shall be repaired regardless of maximum allowable leakage. C. Except for visible leaks, passing of the pressure test shall be based on maximum allowable leakage per pipe section tested. 3.03. WET TAP PRESSURE TEST A. All wet taps of live water lines shall be pressure tested after the tapping valve has been installed but before the tap is completed. B. Test Pressure 1. The pressure test of the tapping valve shall be completed with a minimum test pressure of 200 psi. 2. A residual pressure of within 5 psi of the test pressure shall be maintained for a minimum of 5 minutes with no additional water added. C. Passing 1. If the residual pressure drops more than 5 psi below the test pressure the test is considered to have failed. a. The pressure test shall then be repeated until the test section passes. b. All visible leaks shall be repaired regardless of a test passing based on residual pressure drop. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 1 OF 11 SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS PART 1 - GENERAL 1.01. DESCRIPTION A. This Section addresses ductile iron pipe, fittings, flanges, special couplings, and other accessories. B. Pipe shall be furnished completely with all fittings, flanges, specials, and other accessories. 1.02. QUALITY ASSURANCE A. All work shall be performed as specified herein and in accordance with the latest revisions of the following applicable codes and standards or as required by local jurisdiction: 1. Federal, state, and local codes, regulations, and ordinances. 2. American National Standard Institute (ANSI). 3. American Water Works Association (AWWA). 4. American Society for Testing and Materials (ASTM). 5. American Society of Mechanical Engineers (ASME). 6. Ductile Iron Pipe Research Association (DIPRA). 7. National Sanitation Foundation (NSF). B. In the case of conflict or disagreement between codes, standards, laws, ordinances, rules and regulations, or within any document itself, the more stringent requirements, as determined by the Districts, shall govern. 1.03. SUBMITTALS A. Submit in accordance with Section 01 33 00 – Submittals. B. Submit manufacturer’s certification that products meet the referenced standards. C. Submit manufacturer’s certification that products are NSF 61 certified for potable water service. 1.04. PRODUCT DELIVERY, STORAGE, AND HANDLING A. Storage 1. Lubricant shall be stored and used in a manner which will avoid contamination. 2. Rubber gaskets shall be stored in a cool, dark location away from grease, oil and ozone producing electric motors. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 2 OF 11 3. The maximum stacking heights of pipe as listed in Tables 1 and 2 of AWWA C600 shall not be exceeded. B. Handling 1. Slings, pipe tongs, or skids shall be used for handling pipe. 2. Pipe or fittings shall not be dropped. a. Dropping pipe or fittings onto cushions is also forbidden. 3. Pipe or fittings shall not be handled in any manner which will cause damage. a. Damaged pipe or fittings shall not be installed and shall be immediately removed from the work site. PART 2 - PRODUCTS 2.01. DUCTILE IRON PIPE A. General 1. Ductile iron pipe shall conform to ANSI/AWWA C151/A21.51 subject to the following supplemental requirements: a. The pipe shall be of the diameter shown, furnished complete with gaskets, all required appurtenances, and fittings, as indicated on the Construction Drawings. b. All ductile iron pipe with flanged, flat faced joints shall be manufactured in accordance with ANSI A21.15 (AWWA C115). 2. Thickness Class a. Flanged ductile iron pipe with threaded flanges shall be Thickness Class 53 pipe. b. Ductile iron pipe which is less than 12 inches in diameter shall be Thickness Class 52 pipe. c. Ductile iron pipe which is 12 inches in diameter or larger shall be Thickness Class 51 pipe. 3. Pressure Class a. Ductile iron pipe which is 12 inches and smaller in diameter shall have a working pressure rating of 350 psi. b. Ductile iron pipe which is larger than 12 inches in diameter shall have a working pressure rating of 250 psi. B. Laying Length 1. Pipe laying lengths shall be provided in 20-foot nominal lengths with allowable trim pipe lengths in accordance with ANSI/AWWA C151/A21.51 and special shorter lengths provided as required by the Construction Drawings. a. Random lengths shall not be acceptable. C. Lining EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 3 OF 11 1. Except otherwise provided herein, interior surfaces of all ductile iron pipe shall be lined with cement mortar lining applied in conformity with ANSI/AWWA C104/A21.4. 2. Minimum lining thickness shall be the “double” thickness, per ANSI/AWWA C104/A21.4. D. Coating 1. Underground Locations (e.g., Buried) a. All ductile iron pipe shall have a bituminous coating on the pipe exterior. The minimum thickness of the bituminous coating shall be 1 mil. b. All buried ductile iron pipe shall be polyethylene encased (reference Paragraph 2.06.A.). 2. Exposed Locations (e.g., Above Ground or in Vaults) a. Reference 09 90 00 – Painting and Coating, System No. 10. E. Acceptable Manufacturers 1. American Ductile Iron Pipe Co. 2. McWane Ductile. 3. U.S. Pipe. 4. Approved equal. 2.02. FITTINGS A. General 1. Fittings shall be ductile iron in accordance with ANSI/AWWA C111/A21.11, ANSI/AWWA C110/A21.10, or ANSI/AWWA C153/A21.53. 2. Pressure Rating a. Buried service for push-on, restrained push-on, or mechanical joints: i. 4 inch through 24 inches: 350 psi. b. Exposed service for flanged joints: i. 4 inch through 64 inches: 250 psi. 3. Acceptable Manufacturers: a. American Ductile Iron Pipe Co. b. McWane Ductile. c. Sigma Corp. d. Star Pipe Products. e. Tyler Pipe & Coupling. f. U.S. Pipe. g. Approved equal. B. Joints 1. Buried locations: Mechanical joint with restraining gland. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 4 OF 11 2. Exposed locations: Flanged joint. C. Lining 1. Except otherwise provided herein, interior surfaces of all fittings and specials shall be lined with: a. Fusion-bonded epoxy, per AWWA C116. D. Coatings 1. Underground Locations a. Fusion-bonded epoxy, per AWWA C116. 2. Exposed Locations (e.g., Above Ground or in Vaults) a. Reference 09 90 00 – Painting and Coating, System No. 10. E. Nuts and Bolts 1. All nuts and bolts shall be manufactured in accordance with ANSI A21.11(AWWA C111). 2. All bolts, T-bolts, and nuts for buried service shall: a. Have a fluoropolymer coating which is VOC compliant, resin bonded, thermal cured, and dry lubricant properties. i. Acceptable products and manufacturers: 1. Star Pipe Products, “Star Blue Coated T-Bolts and Nuts” 2. Approved equal. b. Be installed with zinc anode caps. i. Acceptable products and manufacturers: 1. Farwest Corrosion Control Co., MARS Zinc Cap. 2. Approved equal. 2.03. COUPLINGS A. General 1. The manufacturer of the coupling shall be experienced in design and construction, shall be regularly engaged in manufacture, and shall have produced couplings of the sizes specified which have given successful service for a period of at least 5 years. B. Mechanical Couplings and Transition Couplings 1. Mechanical couplings shall conform to ANSI/AWWA C219. 2. Type: Mechanical compression sleeve. 3. Materials a. Center Barrel: Ductile Iron in accordance with ASTM A536. b. End Ring: Ductile Iron in accordance with ASTM A536. c. Hardware: High-strength low alloy steel. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 5 OF 11 i. Stainless steel hex nuts shall be furnished with fusion bonded coating to prevent seizing and galling. ii. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. 4. Coating and Lining a. Coating and lining shall conform to ANSI/AWWA C550. i. Epoxy coated, interior and exterior ferrous surfaces. 5. Gaskets a. Gaskets shall conform to ASTM D 2000. i. Gasket material shall be styrene-butadiene. 6. Uses a. Connect Asbestos Cement (AC) or IPS PVC pipe to C900 PVC or DI pipe. b. Locations where angular deflection greater than the specified joint offset limitations or less than an elbow is required. 7. Acceptable Manufacturers and Models a. Non-Restrained i. PowerSeal Pipeline Products Corp., PowerMax 3506/3506LB (2 through 16 inches) ii. Romac Industries Inc., Macro HP (2 through 12 inches) iii. Romac Industries Inc., XR501 (4 through 12 inches) iv. Approved equal. b. Restrained i. Romac Industries Inc., Model Alpha. ii. Romac Industries Inc., Model 400RG. iii. Approved equal. C. Flanged Coupling Adapters 1. Mechanical couplings shall conform to ANSI/AWWA C219. 2. Material a. Body shall be ductile iron in accordance with ASTM A536. i. Flange coupling adapters with pipe penetrating anchor or locking pins will not be allowed. b. Hardware: Refer to Paragraph 2.0.E. for requirements. 3. Flanges a. Flanges shall be compatible with ASME B16.1, Class 125. 4. Coating and Lining a. Coating and lining shall conform to ANSI/AWWA C550. i. Epoxy-coated, interior and exterior ferrous surfaces. 5. Gaskets a. Gaskets shall conform to ASTM D 2000. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 6 OF 11 i. Gasket material shall be styrene-butadiene. 6. Acceptable Manufacturers a. EBAA Iron Sales Inc., 2100 Megaflange. b. Romac Industries Inc., Model FCG. c. Romac Industries Inc., Model RFCA (Restrained DIP). d. Romac Industries Inc., Model RFCA-PVC (Restrained PVC). e. Approved equal. 2.04. JOINTS A. General 1. Ductile iron pipe and fittings shall be furnished with push-on joints, push-on restrained joints, mechanical joints, restrained mechanical joints, and flanged joints as required. 2. Provide joint restraint for all mechanical joints. B. Push-on Joints 1. Push-on joints shall conform to ANSI/AWWA C111/A21.11. 2. Gasket material shall be styrene-butadiene. 3. Gasket material for air shall be EPDM or Viton as required for operating temperature. 4. Lubricant shall be furnished by pipe manufacturer. 5. Pressure rating for push-on joints shall be a minimum specified pressure rating of the pipe. C. Flanged Joints 1. Flanged joints shall conform to ANSI/AWWA C115/A21.15, ANSI/AWWA C153/A21.53, ANSI/ASME B16.5, and ANSI/ASME B16.1. 2. Threaded companion flanges for ductile iron pipe shall be ductile iron in accordance with ANSI/AWWA C115/A21.15, not ANSI/ASME B16.1. 3. Bolt circle and bolt holes shall be of ANSI/ASME B16.1 for Class 125 and ANSI/ASME B16.5 for Class 150 flanges. 4. Flanges shall be rated for at least 250 psi working pressure. 5. Bolts, gaskets, and installation shall be in accordance with ANSI/AWWA C115/A21.15 requirements. 6. Gasket material shall be styrene-butadiene. 7. Flanged joints are not acceptable for use in buried service, unless shown otherwise on the Construction Drawing and approved by the Districts. D. Restrained Joints 1. General EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 7 OF 11 a. Restrained joints and restrained joint pipe shall be rated for the specified pressure rating of the pipe. b. Gasket material shall be styrene rubber (SBR). 2. Restrained Push-on Joints a. Joint design to provide method of joint restraint that prevents disengagement. b. Design shall permit deflection of the joint after assembly. c. Ductile iron locking components inserted into the bell face to provide positive axial lock between bell interior surface and retainer weldment on spigot end. i. Design shall allow disassembly without damage to components. d. Provide all specialty gaskets and accessories that are required for the system. e. The connecting tie rods that join the two rings shall be made of low alloy steel that conforms to ANSI/AWWA C111/A21.11. Side clamp bolts shall be of SAE J429 Grade 5 material. 3. Push-on joints shall be restrained with any of the following (reference Paragraph 2.02.E. for Nuts and Bolts): a. EBAA Iron Sales Inc., 1700 Megalug. b. Ford Meter Box Co., Uniflange Series, UFR 1390-C. c. Romac Industries Inc., 600 Series, Style 611. d. Sigma Corp, One-Lok. e. Star Pipe Products, Stargrip, Series 3100. f. Approved equal. 4. Mechanical joints shall be restrained with any of the following (reference Paragraph 2.02.E. for Nuts and Bolts): a. EBAA Iron Sales Inc., 1100 Megalug. b. Ford Meter Box Co., Uniflange, 1400 Series. c. Romac Industries Inc., GripRing. d. Sigma Corp., One-Lok. e. Star Pipe Products, Stargrip, Series 3000. f. Approved equal. 2.05. PIPE LINING A. All ductile iron pipe shall have a standard thickness cement mortar lining. 1. Ductile iron pipe less than 12 inches in diameter shall have a cement mortar lining with a minimum thickness of 1/16 inch. 2. Ductile iron pipe larger than 12 inches in diameter shall have a cement mortar lining with a minimum thickness of 3/32 inch. B. All ductile iron pipe lining shall conform to ANSI A21.4(AWWA C104). 2.06. ACCESSORIES A. Polyethylene Encasement 1. Conform to AWWA C105/A21.5. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 8 OF 11 2. Raw material used to manufacture polyethylene film shall be in accordance with ASTM D1248: Type 1, Class A, Grade E-1. 3. Polyethylene encasement shall consist of three layers of co-extruded linear low- density polyethylene fused into a single layer. 4. The inside surface of the polyethylene encasement to be in contact with the pipe, fitting, or valve exterior shall be infused with a blend of anti- microbial biocide to mitigate microbiologically influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. 5. Properties a. The polyethylene film shall meet the following properties and requirements: Property Min. Requirements Tensile Strength 3,600 psi per ASTM D882 Elongation 800% per ASTM D882 Dielectric Strength 800 V/mil thickness per ASTM D149 Impact Resistance 600 g per ASTM D709 Method B Thickness 8 mil Propagation Tear Resistance 2,550 grams force per ASTM D1922 6. Reference Paragraph 3.01.E. 7. Color a. Potable water: clear or white. B. Tracer Wire 1. Refer to Section 33 14 10 – Water Distribution System. PART 3 - EXECUTION 3.01. INSTALLATION A. Pipe and fittings shall be examined for cracks, dents, abrasions or other flaws prior to installation. 1. Defective pipe and fittings shall be marked and removed from the site. B. Reference Section 33 14 10 – Water Distribution System. C. Cutting the Pipe 1. The pipe shall be cut smooth, straight and at right angles to the pipe axis with a saw or an abrasive wheel. 2. The pipe or cement lining shall not be damaged during the cutting operation. 3. The cut ends and rough edges of the pipe shall be ground off so they are smooth. 4. The cut end of the pipe shall be beveled for push on joints. D. Field Joints EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 9 OF 11 1. Push on joints shall be used in underground locations unless indicated otherwise on the Construction Drawings. 2. All joints shall be watertight and free from leaks. 3. Joints shall not be deflected beyond the maximum values as specified in Tables 5 and 6 of AWWA C600. 4. After initial acceptance of the water line, the Contractor shall be responsible for the repair of any leak which is discovered within a two-year period. E. Polyethylene Encasement 1. All ductile iron pipe, fittings, and couplings shall be double wrapped in polyethylene encasement. 2. Polyethylene encasement may be installed by Methods A, B or C, of ANSI 21.5 82 (AWWA C105). 3. Rips, punctures, or other damage to the polyethylene encasement shall be repaired with adhesive tape or with a short length of polyethylene wrapped around the pipe and secured in place with tape. 4. A sealed encasement shall be maintained on the pipe with the polyethylene. a. The polyethylene shall be taped to existing lines and to the ends of other overlap sections. b. Sections of polyethylene shall overlap each other by a minimum of 1 foot. 5. Bedding and backfilling shall be controlled so that the polyethylene is not torn or damaged. 6. Polyethylene encasement shall be used at these additional, buried locations: a. Valves and fitting with flanged or mechanical joints. b. Bolted fitting, such as couplings. c. Tie rods and joint harness. 3.02. JOINT INSTALLATION A. Push-on Joints 1. Dirt, oil, grit, excess coatings, and other foreign matter shall be removed from the inside of the bell and the outside of the spigot. 2. The gasket shall be inserted. 3. A thin film of lubricant shall be applied to the inside surface of the gasket and the spigot end of the pipe. 4. The joint surface shall not be allowed to come in contact with the ground. 5. The pipe shall have a depth mark prior to assembly to ensure that the spigot end is inserted at the full depth of the joint. 6. The joint shall be completed, taking care that the spigot is inserted to the depth mark. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 10 OF 11 a. Stabbing of pipe shall not be allowed. b. Under no circumstances shall joints be seated utilizing powered mechanical equipment. B. Mechanical Joints 1. Dirt, oil, grit, excess coating, and other foreign matter shall be removed from the inside of the bell and the outside of the spigot. 2. A thin film of lubricant shall be applied to the inside of the bell, the outside of the spigot, and the gasket. 3. Nuts shall be alternately tightened on opposite sides of the pipe to produce equal pressure on all parts of the gland. 4. Holes in mechanical joint bells shall straddle the top centerline. 5. A torque limiting wrench shall be used, and bolts shall be tightened to torque values per the manufacturer’s requirements or the following, whichever is more stringent: Joint Size Bolt Size Torque (ft. lbs.) 3” 5/8” 45 – 60 4 - 24" 3/4" 75 – 90 30 - 36” 1” 100 – 120 42 - 48” 1-1/4” 120 - 150 C. Mechanical Couplings 1. Dirt, oil, grit, excess coating, and other foreign matter shall be removed from each end of the pipe. 2. Any cut ends or rough edges of the pipe shall be ground off so that they are smooth. 3. The gap between pipe ends being coupled shall be less than 1 inch and greater than 1/4 inch. D. Flanged Joints 1. Pipe shall be extended completely through screwed on flanges. 2. The pipe and the flange face shall be machine finished in a single operation. 3. Any restraints on the pipe which will prevent uniform gasket compression or cause unnecessary stress in the flanges shall be eliminated. 4. Mechanical connections shall not be assembled until all flanged joints, which are affected, have been tightened. 5. Bolts spaced on opposite sides of the pipe shall be alternately tightened to ensure uniform gasket compression. 6. Holes in flanges shall straddle the top centerline. 3.03. MECHANICAL JOINT RESTRAINT EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 20 DUCTILE IRON PIPE, FITTINGS, AND COUPLINGS 08/22/2025 PAGE 11 OF 11 A. Reference Section 33 14 10 – Water Distribution System. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 29 PLASTIC PRESSURE PIPE 08/22/2025 PAGE 1 OF 5 SECTION 33 05 29 PLASTIC PRESSURE PIPE PART 1 - GENERAL 1.01. DESCRIPTION A. This Section covers plastic pressure pipe. 1. All pipe shall be furnished complete with all fittings, specials, and other accessories. 1.02. USE A. Unless otherwise approved by the Districts, plastic pressure pipe shall be utilized for all new water main installation. 1.03. QUALITY ASSURANCE A. All work shall be performed as specified herein and in accordance with the latest revisions of the following applicable codes and standards or as required by local jurisdiction: 1. Federal, state, and local codes, regulations, and ordinances 2. American Water Works Association (AWWA) C900. 3. NSF 61 rated for potable water service. 4. Material shall meet ASTM D 1784. 5. Dimensions shall meet AWWA C900. 6. Joints gaskets shall meet ASTM F477. 7. Joints shall meet ASTM D3139 for tightness. B. In the case of conflict or disagreement between codes, standards, laws, ordinances, rules and regulations, or within any document itself, the more stringent requirements, as determined by the Districts, shall govern. 1.04. SUBMITTALS A. Submit manufacturer’s certification that products meet the referenced standards. B. Submit manufacturer’s certification that products are NSF 61 certified for potable water service. C. Reference Section 01 33 00 – Submittals. 1.05. PRODUCT DELIVERY, STORAGE, AND HANDLING A. Storage 1. Lubricant shall be stored and used in a manner which will avoid contamination. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 29 PLASTIC PRESSURE PIPE 08/22/2025 PAGE 2 OF 5 2. Rubber gaskets shall be stored in a cool, dark location away from grease, oil and ozone producing electric motors. 3. Pipe shall not be stacked higher than 5 feet. 4. Pipe shall be stored on a flat surface which provides even support for the pipe barrel. a. Pipe shall not be stored in such a way as to be supported by the bell. 5. Any pipe which exhibits any signs of deterioration or damage shall not be used. 6. Pipe which exhibits any signs of ultraviolet deterioration shall not be used. B. Handling 1. Pipe shall be handled with slings, pipe tongs or skids. 2. Pipe or fittings shall not be dropped. a. Dropping pipe or fittings onto cushions is also forbidden. 3. Care must be taken to prevent damage to the pipe and fittings by impact, bending, compression, or abrasion. 4. Damaged pipe or fittings shall not be installed. PART 2 - PRODUCTS 2.01. PLASTIC PRESSURE PIPE A. All plastic pressure pipe shall be manufactured in accordance with AWWA C900. B. Plastic pressure pipe rating (pressure class) shall be: 1. 4- to 30-inch diameter pipe: AWWA C900 DR18 (pressure class 235). C. All joints on plastic pressure pipe shall be push-on using an integral bell with an elastomeric gasket. D. Pipe color shall be blue to distinguish as potable water. E. All plastic pressure pipe shall have a nominal laying length of 20 feet. 1. Random pipe lengths are not acceptable. F. Acceptable manufacturers: 1. Diamond Plastics Corp. 2. JM Eagle Inc. 3. North American Pipe Company. 4. Approved equal. 2.02. PIPE JOINTS A. Direct Bury 1. Bell ends with elastomeric gaskets. Solvent cement joints are prohibited. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 29 PLASTIC PRESSURE PIPE 08/22/2025 PAGE 3 OF 5 B. Horizontal Directional Drilling 1. Fusible C900 manufactured by Underground Solutions, Inc. 2. Low profile restrained joint pipe such as C900/RJ system manufactured by CertainTeed or approved equal. 2.03. FITTINGS AND COUPLINGS A. All fittings and couplings shall be manufactured in accordance with AWWA C153, C111, C550, C116 and C104. B. All fittings and couplings shall have one of the following types of connections: 1. Flanged joint (not for buried services). 2. Mechanical joint with mechanical restraints. C. Restrained Joints 1. Push-On Joints (reference Section 33 05 20 – Ductile Iron Pipe and Fittings, Paragraph 2.02.E. for Nuts and Bolts): a. EBAA Iron Sales Inc., Megalug, Series1600. b. Ford Meter Box Co., Uniflange Series UFR 1390-C. c. Romac Industries Inc., 600 Series Style 611. d. Sigma Corp., One-Lok. e. Star Pipe Products, Stargrip, Series 4100. f. Approved equal. 2. Mechanical Joints (reference Section 33 05 20 – Ductile Iron Pipe and Fittings, Paragraph 2.02.E. for Nuts and Bolts): a. EBAA Iron Sales Inc., 2000PV Megalug or 2000SV Megalug. b. Ford Meter Box Co., Uniflange Series 1500. c. Romac Industries Inc., GripRing. d. Sigma Corp., One-Lok. e. Star Pipe Products, Stargrip, Series 4000. f. Approved equal. D. Reference Section 33 05 20 – Ductile Iron Pipe and Fittings. 2.04. ACCESSORIES A. Tracer Wire 1. Reference Section 33 14 10 – Water Distribution System. B. Polyethylene Encasement 1. Reference Section 33 05 20 – Ductile Iron Pipe and Fittings. C. Warning Tape 1. Tape to read: CAUTION: BURIED WATER LINE BELOW. 2. Colors: Blue with black text. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 29 PLASTIC PRESSURE PIPE 08/22/2025 PAGE 4 OF 5 3. APWA and AASHTO compliant. 4. Tape shall be detectable 5 mil foil for plastic piping or other detectable non- degradable material. 5. Reference Section 33 14 10 – Water Distribution System. PART 3 - EXECUTION 3.01. INSTALLATION A. Pipe and fittings shall be examined for cracks, dents, abrasions, or other flaws prior to installation. 1. Defective pipe and fittings shall be marked and removed from the site. B. Cutting the Pipe 1. The pipe shall be cut smooth, straight, and at right angles to the pipe axis with saws or pipe cutters designed specifically for the material. 2. When installation involves spigot joints, the pipe end shall be beveled in accordance with the manufacturer's recommendations. 3. When installation involves mechanical joints, the pipe end shall remain smooth and straight. 4. Burrs shall be removed, and all dust shall be wiped off of the jointing surfaces. C. Field Joints 1. Push on joints shall be used. 2. All joints shall be watertight and free from leaks. 3. Joints shall not be deflected beyond the maximum values as recommended by the pipe manufacturer. 4. After the initial acceptance of the water line, the Contractor shall be responsible for the repair of any leak which is discovered within the warranty period. D. Tracer Wire 1. Reference Section 33 14 10 – Water Distribution System. 3.02. JOINT INSTALLATION A. Push-on Joints 1. Dirt, oil, grit, excess coatings, and other foreign matter shall be removed from the inside of the bell and the outside of the spigot. 2. The gasket shall be inserted into the bell of the pipe. 3. A thin film of lubricant shall be applied to the inside surface of the gasket and the spigot end of the pipe. 4. The joint surface shall not be allowed to come in contact with the ground. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 05 29 PLASTIC PRESSURE PIPE 08/22/2025 PAGE 5 OF 5 5. The pipe shall have a depth mark prior to assembly to ensure that the spigot end is inserted at the full depth of the joint. 6. The joint shall be completed, taking care that the spigot is inserted to the depth mark. a. Stabbing of pipe shall not be allowed. b. Under no circumstances shall joints be seated utilizing powered mechanical equipment. 7. Previously completed joints shall not be disturbed during the jointing operation. 8. All pipe sections shall be installed with manufacturer lettering facing up to facilitate installation inspection. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 13 00 DISINFECTION OF WATER LINES 08/22/2025 PAGE 1 OF 4 SECTION 33 13 00 DISINFECTION OF WATER LINES PART 1 - GENERAL 1.01. DESCRIPTION A. This section covers the filling and disinfection of potable water lines, fire hydrants, and appurtenances. B. The Contractor is responsible for disinfection and testing of water lines. C. The District alone shall operate existing valves to prevent the disinfectant solution from flowing back into the line supplying the water or into adjacent parts of the distribution system in service. 1.02. PRODUCT DELIVERY, STORAGE, AND HANDLING A. The forward of AWWA Standard C651 will be helpful in determining the best disinfection method to be used. B. The forwards of AWWA B300 contain information and additional reference material regarding the safe handling of hypochlorites and liquid chlorine. The Contractor shall familiarize itself with this information prior to performing any disinfection work. C. Storage shall be in a cold, dark, dry, and secure area. Extreme care shall be exercise in handling of hypochlorites. PART 2 - PRODUCTS 2.01. MATERIALS A. Hypochlorites 1. Reference AWWA B300. PART 3 - EXECUTION 3.01. GENERAL A. All newly constructed pipelines must be flushed, chlorinated, and dechlorinated. Bacteriological testing must be performed, and results must pass before pressure testing and placing pipeline in service. B. All water line disinfection and testing shall consist of a whole-system procedure that will include all water lines and water service lines up to the curb stop as installed for each proposed lot within the development or as is a part of an installed water system. C. The Contractor shall, with the District Inspector ’s acceptance, flush and satisfactorily disinfect new water lines prior to placing them in service in accordance with AWWA C651 EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 13 00 DISINFECTION OF WATER LINES 08/22/2025 PAGE 2 OF 4 D. Filling New Water Lines 1. The District shall operate existing valves and hydrants to fill the water lines and open existing air blowoffs. 2. The Contractor shall operate new valves, air valves, blowoffs, and hydrants. 3.02. PRELIMINARY FLUSHING A. The District shall flush pipelines at a minimum velocity of 2.5 ft./sec., to remove foreign material prior to disinfection. B. Disposing of Chlorinated Water During Flushing Activities 1. Dechlorination: A reducing agent shall be applied to the water to be disposed to thoroughly neutralize the remaining chlorine residual. Where necessary, federal, state, and local regulatory agencies should be contacted to determine special provisions for the disposal of chlorinated water. 2. Permitting: The Contractor shall acquire all permits required for flushing/disposing of water. 3. Chlorine residual of water being flushed/disposed shall be reduced to a concentration of less than 0.1 mg/l. 4. The water to be disposed of shall have a pH of between 6.5 and 9 Standard Units (S.U.). 5. Reference Appendix B of AWWA C651 for a list of neutralizing chemicals. 3.03. METHODS A. General 1. The District shall conduct the following: a. Review and accept the disinfection method to be used. b. Sample and test flows from the pipe system extremities until clear, potable water is obtained. 2. The Contractor shall conduct the following: a. Propose the method of disinfection subject to District review and acceptance. b. Properly dispose of all flushed water (reference Paragraph 3.02.B.). c. Reimburse the District for all costs of disinfection and flushing including sampling, testing, and flushed water use. B. Granular Method 1. The granular method consists of placing calcium hypochlorite granules in the water line during construction and filling the water line with potable water when installation is complete. a. Reference Table 1, AWWA B651 for quantity of granules. b. During construction calcium hypochlorite granules shall be placed at the upstream end of the first section of pipe, at the upstream end of each branch EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 13 00 DISINFECTION OF WATER LINES 08/22/2025 PAGE 3 OF 4 water line, in each section of pipe and in hydrant laterals, and any other appurtenance or section of pipe necessary to attain full chlorination of the new water line. c. Granules shall be placed in sufficient number and amount to produce a minimum chlorine concentration in the treated water of 50 milligrams per liter. d. The District shall introduce water into the water line at a velocity of less than 1 ft/sec. e. The chlorinated water shall be retained in the water lines for a minimum of 24 hours at which time the treated water must contain no less than 25 milligrams per liter of chlorine throughout the entire length of the water line. i. Reference Table 4, AWWA B651. 2. The granular method shall not be used if trench water or foreign material has entered the water line, if the water main extensions are over 1000 feet in length, if the water main is larger than 12-inches in diameter, or if the water temperature is below 41 degrees Fahrenheit. C. Continuous Feed Method 1. The continuous feed method of disinfecting water lines consists of placing calcium hypochlorite granules in the water line during construction, completely filling the water line to remove all air pockets, flushing the completed water line to remove the particulates, and filling the water line with potable water chlorinated so that after a 24 hour holding period in the water line, there will be a free chlorine residual of not less than 10 milligrams per liter. a. The Contractor shall place Calcium hypochlorite granules in the pipe sections during construction. i. Reference Paragraph 3.03.B.1.c. b. Preliminary flushing shall occur. i. Reference Paragraph 3.02. and AWWA C651. c. Chlorinated water shall be introduced into the water lines at a constant measured rate so that the chlorine concentration is maintained at a minimum of 25 milligrams per liter of free chlorine. i. The entire water line shall be filled with the chlorine solution. ii. Reference Table 4, AWWA B651. d. The chlorinated water shall be retained in the water line for a minimum of 24 hours, at which time the treated water must contain no less than 10 milligrams per liter of free chlorine residual throughout the entire length of the water line. D. Slug Method 1. The slug method consists of completely filling the water line to eliminate air pockets, flushing the water line to remove particulates, then slowly flowing through the water line a slug of water dosed with chlorine to a concentration of 100 milligrams per liter. The slow rate of flow ensures that all parts of the water line and its appurtenances will be exposed to the highly chlorinated water for a period of not less than 3 hr. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 13 00 DISINFECTION OF WATER LINES 08/22/2025 PAGE 4 OF 4 2. The slug method of disinfecting water lines shall be used only at the direction of the District. 3. Reference AWWA C651. 3.04. FINAL FLUSHING A. After chlorination, the District shall assist the Contractor to flush the chlorinated water from the water lines until the chlorine concentration is no higher than that prevailing in the system or less than 1 milligram per liter, whichever is higher. B. The Contractor shall be responsible for dechlorination of the flushed water including all permitting that may be required. C. Reference Paragraph 3.02.B. for disposing of chlorinated water. 3.05. BACTERIOLOGICAL TESTS A. The District shall coordinate sampling from the water line after chlorination and final flushing but prior to pressure testing and placing the water line in service. Samples shall be analyzed for bacteriological presence to verify the absence of coliform organisms in the water line before the water line is placed in service. B. Sample location and number shall be determined by the District based upon AWWA C651. In no case shall the number of samples be less than one. C. Samples may only be collected Monday through Thursday, holidays excluded. D. Samples shall be collected by the Contractor and delivered to an accredited water quality control laboratory as approved by the District. E. Payment for testing shall be the responsibility of the Contractor. 3.06. REPETITION OF PROCEDURE A. If the initial disinfection or subsequent disinfections fails to produce passing results, the water line shall be reflushed and resampled. 1. If the samples are still not satisfactory, the water line shall be re-chlorinated by the continuous feed or the slug method of chlorination as stated in Paragraph 3.03 until satisfactory results are obtained. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 1 OF 11 SECTION 33 14 10 WATER DISTRIBUTION SYSTEM PART 1 - GENERAL 1.01. DESCRIPTION A. This Section addresses the acceptable products, materials, and construction practices which may be used in the installation of water distribution mains. 1.02. QUALITY ASSURANCE A. Water system installations shall conform to the regulations of the Colorado Department of Public Health and Environment, and the Water Quality Control Commission. B. Construction staking: Reference Section 31 23 35 – Trenching, Backfilling, and Compacting, Paragraph 1.02.B. C. Horizontal alignment shall not deviate more than 6 inches. D. Vertical alignment shall not deviate more than 3 inches as measured from the pipe invert. E. All work shall be performed as specified herein and in accordance with the latest revisions of the following applicable codes and standards or as required by the local jurisdiction: 1. Federal, state, and local codes, regulations, and ordinances. 2. American National Standard Institute (ANSI). 3. American Water Works Association (AWWA). 4. American Society for Testing and Materials (ASTM). 5. National Association of Corrosion Engineer ’s International (NACE). 6. National Electrical Code (NEC). 7. National Electric Manufacturers Association (NEMA). 8. Underwriters Laboratory (UL). F. In the case of conflict or disagreement between codes, standards, laws, ordinances, rules and regulations, or within any document itself, the more stringent requirements, as determined by the Districts, shall govern. 1.03. PRODUCT DELIVERY, STORAGE, AND HANDLING A. Reference sections: 1. Section 33 05 20 – Ductile Iron Pipe. 2. Section 33 05 29 – Plastic Pressure Pipe. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 2 OF 11 3. Section 33 14 20 – Valves. 4. Section 33 14 18 – Service Lines, Meters, and Appurtenances. 5. Section 33 14 22 – Hydrants. 1.04. JOB CONDITIONS A. Foreign material, including trench water, shall not be permitted to enter the pipe. B. Debris, tools, clothing, or other material shall not be permitted in the pipe. C. To prevent water, debris, and animals from entering the pipe, the open ends of the pipe shall be plugged with a blocked, watertight plug when pipe laying is not in progress and at the end of each working day. D. Effective measures shall be used to prevent uplifting or floating of the pipeline prior to completion of the backfilling operations. E. Pipe shall not be installed under the following conditions: 1. When the trench contains water. 2. When the weather conditions are unsuitable: a. Temperature less than -5 degrees Fahrenheit. b. Snowing. c. Raining. d. High winds. 3. When the trench bottom is unstable. F. Pipe and appurtenances shall be protected against dropping and damage. 1. Pipe and appurtenances shall not be used if they are damaged. PART 2 - PRODUCTS 2.01. PIPE A. Reference sections: 1. Section 33 05 20 – Ductile Iron Pipe. 2. Section 33 05 29 – Plastic Pressure Pipe. B. The same type of pipe material shall be used for each size pipe. 1. Pipe material shall not be interchanged except where another type of pipe material is specifically indicated. 2.02. VALVES A. Reference Section 33 14 20 – Valves. 2.03. HYDRANTS A. Reference Section 33 14 22 –Hydrants. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 3 OF 11 2.04. SERVICE LINES, METERS, AND APPURTENANCES A. Reference Section 33 14 18 – Service Lines, Meters, and Appurtenances. 2.05. DUCTILE IRON FITTINGS, AND MECHANICAL JOINT RESTRAINT A. Reference Section 33 05 20 – Ductile Iron Pipe. 2.06. TAPPING SLEEVES AND VALVES A. Reference Section 33 05 10 – Tapping Sleeves and Valves. 2.07. PRECAST CONCRETE STRUCTURES A. Reference Section 03 40 00 – Precast Concrete. 2.08. FASTENERS A. Fasteners for use with flanged joints shall conform to AWWA C111 and AWWA C115 latest editions. 2.09. METAL SURFACE PROTECTIVE COATING A. Polyethylene Encasement 1. Reference Section 33 05 20 – Ductile Iron Pipe and Fittings. 2. Reference Section 33 05 29 – Plastic Pressure Pipe. B. Spray-On Rubberized Coating for Bolts 1. Shall be a rubberized spray-on undercoating. 2. Acceptable manufacturers: a. NAPA, Mac’s Rubberized Undercoat. b. TiteSeal Rubberized Undercoating. c. Approved equal. 2.10. TRACER WIRE AND ACCESSORIES A. Water distribution lines shall be installed with tracer wire as follows: 1. 12-gauge solid, insulated copper tracer wire taped to the top of all pipe using vinyl “E” tape (Winmore #413-E or approved equal). B. Tracer wire shall be connected at all piping intersections to form one continuous system and shall be watertight. C. The type of tracer wire installed shall depend upon the method of installation as follows: 1. Direct-Bury Installations: a. Single-conductor, 12-gauge, insulated solid copper wire rated for 600-volt service. b. Suitable for underground service and buried directly with the pipe. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 4 OF 11 c. THHN, THWN, or approved equal. d. Acceptable manufacturers: i. Copperhead Industries, HS-CCS HDPE 30-mil. ii. Performance Wire & Cable Inc. iii. Pro-line Safety Products Company. iv. Approved equal. 2. Trenchless Installations: a. Tracer wire shall be a 304 stainless steel alloy, 12-gage solid, annealed conductor insulated with 45-mil, high molecular weight, high density polyethylene (HMW-HDPE) and rated for direct bury use at 30 volts. b. Insulator shall be 0.045 inch. c. Insulator color shall be blue for potable water pipes. d. Acceptable manufacturers: i. Performance Wire and Cable, Inc., Solid SS /45 mil HD-HMWPE. ii. Approved equal. 2.11. WATER LINE MARKING TAPE A. Thickness shall be 5 mils with no less than 0.00035-inch (0.35 mil) aluminum foil thickness. B. Width shall be 6 inches. C. Markings shall bear the printed identification of the utility below it such as, “Caution Buried Water Line Below.” D. Color shall be blue for potable water. E. Acceptable Manufacturer: 1. Pro-Line Safety Products, Detectable Underground Marking Tape. 2. Approved equal. 2.12. CATHODIC PROTECTION SYSTEMS AND ACCESSORIES A. Anodes Acceptable Manufacturers: 1. Northtown Company, SuperMAG Product No. H-MG-60 HP. 2. Approved equal. B. Weld seals acceptable manufacturers: 1. Primer a. Royston Roybound 747. b. Approved equal. 2. Seal a. Royston Handy Cap. b. Approved equal. C. Adapter Sleeves Acceptable Manufacturers: EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 5 OF 11 1. ThermOweld. 2. Approved equal. D. Test Stations Acceptable Manufacturers: 1. Handley Industries Inc., 2-inch Cathodic Test Stations. 2. Approved equal. 2.13. STAINLESS STEEL REPAIR CLAMPS A. General 1. The manufacturer of repair clamps shall be experienced in its design and construction, shall be regularly engaged in their manufacture, and shall have produced repair clamps which have given successful service for a period of at least 5 years. B. Service 1. The repair clamps shall be installed only on pipes that have structural integrity. The operating pressure for all types of pipes is 150 psi. Repair clamps shall not be installed on Ductile Iron Pipe that has developed a leak due to corrosion. C. Material 1. All stainless steel repair clamps and fabrications shall be Type 304 stainless steel per ANSI 21.11. All welds shall be fully passivated by a chemical technique which restores the corrosion resistant characteristics of stainless steel. D. Gasket 1. Shall be made of virgin styrene butadiene rubber (SBR) or Nitrile (Buna-N, NBR) compounded for water service. Gasket shall be bonded to stainless steel by suitable means. E. Bolts and Hex Nuts 1. All bolts shall be of Type 304 stainless steel per ASTM A193 and A194. Stainless steel hex nuts shall be furnished with a coating to prevent seizing and galling. F. Acceptable Manufacturers: 1. Ford Meter Box Co., Model FS1/FS2. 2. PowerSeal Pipeline Products Corp., Model 3122AS. 3. Romac Industries Inc., Model SS1/SS2. 4. Approved equal. 2.14. REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY A. General 1. All reduced-pressure backflow assemblies shall be manufactured in accordance with AWWA C511 with the following additional requirements or exceptions. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 6 OF 11 2. All Reduced Pressure Backflow Prevention Assemblies shall comply with the Districts’ most recent Cross-Connection Control and Backflow Prevention Manual. B. Testing 1. The manufacturer shall test all reduced-pressure backflow assemblies according to AWWA C511. C. Lining and Coating 1. All reduced-pressure backflow assemblies shall be epoxy coated inside and out according to AWWA C550 for sizes 2.5 inches and larger. 2.15. DOUBLE CHECK BACKFLOW ASSEMBLY A. General 1. All double check backflow assemblies shall be manufactured in accordance with AWWA C510 with the following additional requirements or exceptions. 2. All Double Check Backflow Assemblies shall comply with the Districts’ most recent Cross-Connection Control and Backflow Prevention Manual. B. Valves 1. Sizes 2.5 inches and larger shall have Non-Rising Stems. C. Testing 1. The manufacturer shall test all double-check backflow assemblies according to AWWA C510. D. Lining and Coating 1. All backflow assemblies shall be epoxy-lined and coated according to AWWA C550 for sizes 2.5 inches and larger. 2.16. CONNECTIONS TO EXISTING PIPE A. All connections to existing pipe shall be made as follows: 1. For connection to existing PVC, ductile iron, or cast-iron pipe (solid sleeves, restrained): a. Acceptable manufacturers: i. EBAA Iron Sales Inc., 3800 Mega-Coupling. ii. EBAA Iron Sales Inc., Series 1100CH. iii. Approved equal. 2. For connection to existing asbestos-cement (AC) pipe: a. For normal AC pipe: Romac Industries Inc., XR501 coupling. b. For Simplex AC pipe: Romac Industries Inc., MACRO coupling. c. Approved equal. PART 3 - EXECUTION EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 7 OF 11 3.01. INSPECTION A. Pipe barrel and fittings shall be free of dirt or other foreign objects prior to installation. B. Pipe and fittings shall be inspected for cracks, dents, abrasions, or other flaws prior to installation. C. Pipe and fittings with damaged linings or coatings shall be rejected. 1. Defective pipe shall be marked and removed from the site. 3.02. PREPARATION A. Trenching, Backfilling, and Compacting 1. Reference Section 31 23 25 – Trenching, Backfilling, and Compacting. B. Connections 1. The location and elevations of the existing pipe shall be verified prior to construction. 3.03. PIPE INSTALLATION A. All pipe shall be installed with the bells pointing in the direction that the work is progressing. B. All pipe shall be installed with the manufacturer’s lettering on the top of the pipe to facilitate inspection and verification of pipe material being installed. C. The Contractor shall employ effective measures to prevent the opening of joints during bedding and backfilling operations. D. The joint shall be completed in accordance with the applicable pipe material specification and the pipe shall be adjusted to the correct line and grade as each length of pipe is placed in the trench. E. The pipe shall be secured in place with the specified bedding tamped under and around the pipe. F. The pipeline shall be installed so that a uniform positive or negative grade is maintained between the designed high and low points. G. The minimum depth of cover shall be 4.5 feet from the finished grade to the top of the pipe except as otherwise indicated on the Drawings. H. The maximum depth of cover shall be 5.5 feet from the finished grade to the top of the pipe, except as otherwise indicated on the Drawings. I. Concrete encasement of water mains shall not be allowed. J. Ductile iron pipe and fittings shall be installed with a double layer of polyethylene encasement. K. Water mains crossing sanitary sewers: EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 8 OF 11 1. At any location where water mains cross below sewer lines and there is less than 18 inches of clearance between the water main and sewer, the water main shall be installed in a casing per the Districts’ Standard Construction Detail Drawings for water main lowering. The casing shall be per Section 33 05 08 – Pipe Boring and Jacking. 2. Suitable backfill or other structural protection shall be provided to prevent settling or failure of all pipe in the crossing area. 3.04. CONNECTION TO EXISTING PIPE A. Coordinate each connection with the Districts such that it will least interfere with existing service. B. Do not contaminate existing potable water lines. 1. Do not permit trench water, mud, or other contaminating substances to enter pipelines. C. Swab the interior of new pipe, fittings, and valves installed in existing pipelines with a solution of 5 percent (50,000 ppm) chlorine solution prior to installation. D. Only the Districts shall operate existing valves, hydrants, blowoffs, curb stops, and other control units unless approved by the Districts’ Inspector. 3.05. THRUST RESTRAINT A. General 1. All mechanical joints shall be restrained, inclusive of all push-on joints, fittings, valves, appurtenances, dead ends, etc. 2. Thrust blocks are required at all fire hydrants per the Districts’ Standard Construction Detail Drawings. a. Thrust blocks shall additionally be used where specified on the project drawings or where job site conditions require such (with approval or direction from Districts’ Inspector). B. Mechanical Joint Restraints 1. Joint restraint lengths a. Minimum joint restraint lengths along the water lines are given in Districts’ Standard Construction Detail Drawings unless specified with longer restraint lengths by the Design Engineer or required by the Districts’ Inspector per site specific conditions. b. Restraint lengths for lowerings or fittings not listed in the Districts’ Standard Construction Detail Drawings shall be calculated by the Design Engineer and called out on the Construction Drawings. c. Criteria for joint restraint length calculations is given in the Districts’ Water Distribution System Design Criteria Manual. 2. Installation EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 9 OF 11 a. All mechanical joint restraint devices shall be installed per the manufacturer’s recommendations. C. Thrust Blocks and Anchors 1. Reference Districts’ Standard Construction Details Drawings - Typical Thrust Blocks. 2. Concrete thrust blocks shall only be used under the following conditions: a. At all fire hydrants as shown on the Districts’ Standard Construction Detail Drawings. b. When specified on the Project Drawings. c. When job specific conditions do not allow for adequate restraint of pipe using mechanical joint restraints. d. When required by the Districts’ Inspector based on site specific conditions. 3. The minimum size of thrust blocks shall be determined from the table in the Districts’ Standard Construction Details drawings – Typical Thrust Blocks. 4. Thrust block bearing surface shall be excavated into undisturbed soil. a. All loose soil shall be disposed of, and the location where the thrust block is to be placed shall be carefully shaped to provide a uniform bearing surface of the required size. b. Thrust block bottom shall be flat, and sides shall be vertical. 5. Thrust blocks shall be formed to provide access to fittings, valves, hydrants (and their weep holes), and other appurtenances. 6. Thrust blocks shall be extended from the fitting or valve to be blocked to solid undisturbed earth. a. Thrust blocks shall be constructed so that joints, bolts, and mechanical restraints at the fittings and drain holes are clear and accessible. 7. Concrete shall be separated from fittings, valves, hydrants, and appurtenances by a double layer of 8-mil polyethylene film. a. Concrete shall not be poured directly on or over fittings. 8. The Districts shall be notified 24 hours before concrete is placed. 9. Anchor blocks: a. All anchor blocks shall be designed and sized by the Design Engineer. 3.06. TRACER WIRE A. Tracer wire shall be installed with all water lines regardless of size or material. B. Route wire to the surface at all required tracer wire test stations. C. Install tracer wire test stations at all fire hydrants or along every 500 feet of pipe if there are no fire hydrants. EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 10 OF 11 D. Terminate tracer wire in accordance with the applicable Districts’ Standard Construction Detail Drawings. E. The tracer wire shall be one piece, installed in a continuous run between access points (tracer wire terminal boxes located either right or left of all new project fire hydrant assemblies) and connected to any existing tracer wire at ends of project to form a continuous loop. F. At points where wiring splices may be required, exposed ends of the tracing wire shall be securely twisted together and secured with a watertight epoxy splicing adapter to prevent separation. The spliced section shall then be securely attached to the top of the pipe with vinyl “E” tape. G. Continuity: Contractor shall check tracer wire installation for continuity at each access point (trace wire terminal box installed adjacent to each new project fire hydrant assembly) as the project progresses and prior to compacting previously installed piping. 1. If a continuity test fails, the Contactor shall locate the break and repair damage prior to proceeding on with the installation of further piping and tracer wire. 2. Upon substantial completion of the project, the complete tracer wire installation shall be checked for continuity by the Districts. 3. The project will not be approved for service until such time as all continuity tests pass. 3.07. INSTALLATION OF PIPELINE APPURTENANCES A. Valves, meters, hydrants, and other appurtenances to the water distribution lines shall be installed at the locations shown on the Construction Drawings or as approved by the Districts to accommodate field conditions. 1. Measurements of the actual location of appurtenances shall be made prior to backfilling for recording in the project’s Record Drawings. a. Reference Section 01 78 39 – Record Documents. B. Dead-End Water Lines 1. All dead-end water lines will be plugged and restrained. 2. Temporary dead-ends a. Dead-end water lines that are intended to be extended in the future shall: i. Be installed a minimum distance of 20 feet unless less distance is authorized by the Districts due to property line constraints. ii. Include an installed valve that controls that section of water line and positioned in the off position. iii. Include a temporary fire hydrant or blowoff. iv. Include tracer wire and a terminal box at the end of the piping (reference Paragraph 2.10.). 3. Permanent Dead-End Water Lines EXHIBIT B STANDARD CONSTRUCTION SPECIFICATIONS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch SECTION 33 14 10 WATER DISTRIBUTION SYSTEM 08/22/2025 PAGE 11 OF 11 a. Blowoffs will not be allowed to be permanently installed on dead-end water lines. b. Permanent dead-end water lines shall have a fire hydrant installed at its end to facilitate the discharge of air and water. 3.08. PROTECTION OF METAL SURFACES A. All metal piping fittings shall be provided and installed with fusion bond epoxy coating and lining. B. If the surface epoxy coating of any supplied fitting has been damaged by installation, the material shall be rejected and removed from the job site. C. All fittings and associated metallic fasteners shall be protected with double-wrapped polyethylene covering. 3.09. STORM SEWER AND CULVERT CROSSING A. Clearance 1. Water mains shall be installed with a minimum of 1.5 feet clearance from a storm sewer or culvert. B. Protection from Freezing 1. Water mains installed over or under storm sewer (drainage) culverts shall be freeze protected using 4’x 8’x1/2” blueboard sheet insulation where specified or directed by Districts’ Inspector. 2. Water mains installed over storm sewer (drainage) culverts with less than minimum 4.5 feet cover from surface shall be blueboard insulated both above and below the water main. In such an event, blueboard insulation above the water main shall extend each way until such point that minimum surface cover of 4.5 feet is obtained. END OF SECTION EXHIBIT B STANDARD CONSTRUCTION DETAIL DRAWINGS for the 24-Inch Water Line Replacement for the City of Fort Collins Mountain Vista Drive Over No. 8 Ditch Project EAST LARIMER COUNTY WATER DISTRICT And NORTH WELD COUNTY WATER DISTRICT August 22, 2025 EXHIBIT B STANDARD CONSTRUCTION DETAIL DRAWINGS City of Fort Collins Mountain Vista Drive Over No. 8 Ditch TABLE OF CONTENTS Version 08/22/2025 PAGE 1 OF 1 TABLE OF CONTENTS DRAWING TITLE DRAWING NO. Trench and Bedding Detail ..........................................................................................001 Cut-Off Wall ................................................................................................................002 Insulated Water Main at Storm Sewer or Culvert Crossing ........................................003 Typical Thrust Block Detail ........................................................................................004 Tracer Wire Box Detail ...............................................................................................005 EXHIBIT B BEDDING ZONE 12" MIN. SQUEEGEE BEDDING OR STRUCTURAL BACKFILL SEE SPECIFICATION 31 23 35 UNDISTURBED SOIL 12" (TYP) PAVEMENT IF REQUIRED TRENCH ZONE (BACKFILL) PIPE SUBGRADE; STABILIZATION MATERIAL IF REQUIRED 6" MIN. TRENCH MAXIMUM WIDTH TABLE PVC OR DUCTILE IRON PIPE PIPE DIAMETER (INCHES) MAXIMUM TRENCH WIDTH* (INCHES) 4 32 6 32 8 32 12 36 24 48 SEE TRENCH MAX. WIDTH TABLE PIPE TRACER WIRE SEE SPECIFICATION 33 14 10 MIN. TRENCH WIDTH PIPE O.D. + 12" *PER AWWA 605 SEE SPECIFICATION 31 23 35 WATER LINE MARKING TAPE SEE SPECIFICATION 33 14 10 2'-6" MIN. ELCO & NWCWD TRENCH AND BEDDING DETAIL EXHIBIT B NOTES: 1. CLAY SHALL BE COMPACTED TO 95% MAXIMUM DENSITY. 2. CLAY MATERIAL TO BE CLASSIFIED AS SC, CL, OR ML-CL. 3. FLOWFILL MAY BE USED INSTEAD OF CLAY MATERIAL IF APPROVED BY DISTRICT. SEE SPECIFICATION 31 23 25. 4. SEE SPECIFICATION 31 23 35. WATER LINE CLAY CUT-OFF WALL (NOTES 1 - 3) 3' M I N . TRENCH O-RING OR WATERSTOP GASKET REQUIRED IF FLOWFILL IS USED 2' (MIN) (TYP.) A A 1' MIN. ABOVE MAX. GROUNDWATER ELEV. SECTION A-A LIMITS OF TRENCH WATER LINE LIMITS OF CLAY CUT-OFF WALL (NOTES 1 - 3) 1' (M I N . ) 2' (MIN.) UNDISTURBED SOIL ELCO & NWCWD CUT-OFF WALL EXHIBIT B SURFACE LESS THAN MIN. (4.5' NORMAL MIN. COVER) WATER MAIN CONSTRUCTION: IF WATER MAIN IS BEING CONSTRUCTED OVER A STORM SEWER CULVERT WITH LESS THAN MINIMUM COVER, INSTALL BLUEBOARD COVER AT TOP OF WATER MAIN THE FULL WIDTH OF TRENCH EACH WAY UNTIL 4.5' MINIMUM COVER IS ATTAINED. SEE SPECIFICATION 33 14 10. 1" MIN. BLUEBOARD WATER MAIN 1.5' MIN.1" MIN. BLUEBOARD (FULL TRENCH WIDTH) STORM SEWER CULVERT STORM SEWER CULVERT CONSTRUCTION: IF STORM SEWER CULVERT IS BEING CONSTRUCTED UNDER EXISTING WATER MAIN, INSTALL BLUEBOARD COVER AT TOP OF CULVERT THE FULL WIDTH OF TRENCH TO 4.5' EACH WAY FROM CROSSING. SEE SPECIFICATION 33 14 10. ELCO & NWCWD INSULATED WATER MAIN AT STORM SEWER OR CULVERT CROSSING EXHIBIT B TYPICAL BEND TEE POLYETHYLENE BOND BREAKER 3" MIN UNDISTURBED SOIL POLYETHYLENE BOND BREAKER 3" MIN UNDISTURBED SOIL POLYETHYLENE BOND BREAKER BEARING SURFACE UNDISTURBED SOIL POLYETHYLENE BOND BREAKER 2 3 DIA. BEDDING MATERIAL BEARING SURFACE UNDISTURBED SOIL PLUG TYPICAL CROSS-SECTION BEARING AREAS FOR VARIOUS FITTINGS (FT²) SIZE TEE & PLUG 90° BEND 45° BEND 22 1 2° BEND 11 1 4° BEND 6"4.0 5.5 3.0 1.5 1.0 8"6.5 9.0 5.0 2.5 1.5 12"14.0 20.0 11.0 5.5 3.0 16"25.0 35.0 19.0 10.0 5.0 20"38.0 54.5 29.5 15.0 7.5 24"55.5 78.5 42.5 22.0 11.0 30"86.5 122.0 66.0 34.0 17.0 36"124.0 175.5 95.0 48.5 24.5 42"168.0 237.5 128.5 65.5 33.0 NOTES: 1. ALL CONCRETE SHALL BE POURED AGAINST UNDISTURBED EARTH 2. ALL FITTINGS & PLUGS MUST BE WRAPPED WITH POLYETHYLENE TO PREVENT CONCRETE FROM ADHERING TO THE BOLTS OR PIPE. 3. THRUST BLOCKS TO BE INSTALLED ONLY IF ADEQUATE MECHANICAL THRUST RESTRAINT CANNOT BE PROVIDED OR AS REQUIRED BY DESIGN ENGINEER OR ELCO. 4. SEE SPECIFICATION 33 14 10. MJ FITTING WITH MECHANICAL JOINT RESTRAINT (TYP. ALL BURIED FITTINGS) SEE NOTE 3 SEE NOTE 3 SEE NOTE 3 SEE NOTE 3 ELCO & NWCWD TYPICAL THRUST BLOCK EXHIBIT B INSTALLATION DETAIL BOX INSTALLED TO GRADE TO EITHER RIGHT OR LEFT OF ALL NEW FIRE HYDRANT ASSEMBLIES NOTES: 1. BOX & LID ASSEMBLY SHALL BE CAST IRON TYLER SLIP-TYPE MODEL 6865 (TOP ONLY) OR APPROVED EQUAL. 2. TRACER WIRE SHALL NOT BE INSTALLED (BROUGHT TO SURFACE) IN VALVE BOXES. 3. SEE SPECIFICATION 33 14 10. LOOP TRACER WIRE INTO BOX NOTE 1 COMPACTED BACKFILLTRACER WIRE 12-GUAGE INSULATED SOLID COPPER. SEE SPECIFICATIONS 33 14 10. ELCO & NWCWD TRACER WIRE BOX DETAIL EXHIBIT B Report Cover Page Prepared for: Alfred Benesch & Company, Inc. 7979 East Tufts Avenue, Suite 800 Denver, Colorado 80237 Timberline Culvert Replacement Geotechnical Engineering Report Timberline Road and Mountain Vista Drive August 27, 2024 | Terracon Project No. 20245020 1901 Sharp Point Drive, Suite C Fort Collins, Colorado 80525 P (970) 484-0359 Terracon.com Facilities | Environmental |Geotechnical |Materials Report Cover Letter to Sign August 27, 2024 Alfred Benesch & Company, Inc. 7979 East Tufts Avenue, Suite 800 Denver, Colorado 80237 Attn: Justin Wierema P: (303) 517-0028 E: jwierema.benesch.com Re: Geotechnical Engineering Report Timberline Culvert Replacement Timberline Road and Mountain Vista Drive Fort Collins, Colorado Terracon Project No. 20245020 Dear Mr. Wierema: We have completed the scope of Geotechnical Engineering services for the project referenced above in general accordance with Terracon Proposal No. P20245020 dated April 1, 2024. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of foundations for the proposed project. We appreciate the opportunity to be of service to you on this project. Materials testing and construction observation services are provided by Terracon as well. We would be pleased to discuss these services with you. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Andrea L. Wahls Eric D. Bernhardt, P.E. Field Engineer Regional Geotechnical Manager Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials i Table of Contents Report Summary .............................................................................................. i Introduction .................................................................................................... 1 Project Description .......................................................................................... 1 Site Conditions ................................................................................................ 3 Geotechnical Characterization ......................................................................... 3 Seismic Site Class ............................................................................................ 4 Corrosivity ...................................................................................................... 4 Geotechnical Overview .................................................................................... 5 Earthwork ....................................................................................................... 6 Shallow Foundations ..................................................................................... 13 Lateral Earth Pressures ................................................................................. 15 General Comments ........................................................................................ 17 Figures GeoModel Attachments Exploration and Testing Procedures Site Location and Exploration Plans Exploration and Laboratory Test Results Supporting Information Note: This report was originally delivered in a web-based format.Blue Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the logo will bring you back to this page. For more interactive features, please view your project online at client.terracon.com . Refer to each individual Attachment for a listing of contents. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials i Report Summary Topic 1 Overview Statement 2 Project Description A geotechnical exploration has been performed for the proposed culvert and wing walls to be constructed near the intersection of Timberline Road and Mountain Vista Drive in Fort Collins, Colorado. Three borings were performed to depths of approximately 20 to 25½ feet below existing grades. Geotechnical Characterization Subsurface conditions encountered in our exploratory borings generally consisted of about 19 to 20 feet of lean clay with varying amounts of sand over about 5 feet of weathered claystone bedrock. Boring No. B-3 has about 9 feet of clayey sand, over sandy lean clay. Groundwater not observed during our field exploration. Geotechnical Overview Expansive soils and weathered claystone bedrock are present on this site; however, swell test results for samples obtained from our borings were generally low swelling to compressible. This report provides recommendations to help mitigate the effects of soil movement/heave associated with these materials. The risk can be mitigated by careful design, construction and maintenance practices; however, it should be recognized these procedures will not eliminate risk. The owner should be aware and understand pavements and/or utilities may be affected to some degree by the expansive soils and bedrock on this site. Comparatively loose, low relative density sand soils were encountered at a depth of approximately 7 feet below existing grade in Boring No. B-3. These materials present a risk for potential settlement of shallow foundations and other surficial improvements. These materials can also be susceptible to disturbance and loss of strength under repeated construction traffic loads and unstable conditions could develop. Rework or stabilization of loose soils may be required at some locations to provide adequate support for construction equipment and the proposed structure. Terracon should be contacted if these conditions are encountered to observe the conditions exposed and to provide guidance regarding stabilization (if needed). Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials ii Topic 1 Overview Statement 2 Earthwork On -site soils typically appear suitable for use as engineered fill and backfill on the site provided they are placed and compacted as described in this report. Import materials (if needed) should be evaluated and approved by Terracon prior to delivery to the site. Shallow Foundations We believe the wing walls for the proposed box culvert can be supported on a shallow, spread footing foundation system, provided the soils beneath the wing walls and the box culvert are over-excavated to a depth of at least 1 foot below the bottom of footings and replaced with moisture conditioned, properly compacted engineered fill. Allowable bearing pressure = 1,500 psf Expected settlements: 1-inch total, ½ to ¾-inch differential General Comments This section contains important information about the limitations of this geotechnical engineering report. 1.If the reader is reviewing this report as a pdf, the topics above can be used to access the appropriate section of the report by simply clicking on the topic itself. 2.This summary is for convenience only. It should be used in conjunction with the entire report for design purposes. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 1 Introduction This report presents the results of our subsurface exploration and Geotechnical Engineering services performed for the proposed culvert to be located near the intersection of Timberline Road and Mountain Vista Drive in Fort Collins, Colorado. The purpose of these services was to provide information and geotechnical engineering recommendations relative to: Subsurface soil and rock conditions Groundwater conditions Seismic site classification Site preparation and earthwork Demolition considerations Dewatering considerations Foundation design and construction Lateral earth pressures The geotechnical engineering Scope of Services for this project included the advancement of test borings, laboratory testing, engineering analysis, and preparation of this report. Drawings showing the site and boring locations are shown in the Site Location and Exploration Plan section of this report. The results of the laboratory testing performed on soil and bedrock samples obtained from the site during our field exploration are included on the boring logs and as separate graphs in the Exploration Results section. Project Description Our initial understanding of the project was provided in our proposal and was discussed during project planning. A period of collaboration has transpired since the project was initiated, and our final understanding of the project conditions is as follows: Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 2 Item Description Information Provided The project information described below is based on the following: Email and phone communication with Benesch. Mountain Vista and Timberline.kmz, provided by Benesch. Timberline Mountain Vista Culvert Replacement Scope.pdf, provided by Benesch and dated February 20, 2024. Preliminary site plans provided by Benesch, dated June 7, 2024 Project Description We understand a new culvert is planned to replace the existing 6-foot by 9-foot arch pipe for the Number 8 Outlet Ditch at the intersection of Mountain Vista Drive and Timberline Road. We understand the planned box culvert will be approximately 8 feet wide, 7 feet in height, and 160 feet long. Grading/Slopes Grading plans were not provided to Terracon at the time of this report. We anticipate cuts and fills on the order of about 5 feet or less will be required to achieve proposed grades. Deeper excavations could be required for some structural elements. Free-Standing Retaining Walls Wing walls are planned to be constructed at the ends of the culvert to achieve final grades. Wing walls are anticipated to be designed and constructed as reinforced concrete, cantilevered walls. Pavements No new pavements requiring design are anticipated. We anticipate existing roadway pavements/surfacing will be demolished as part of the installation of the culvert will be replaced per Larimer County specifications to a minimum thickness at least equal to the existing pavement/surfacing thickness. The asphalt core that was observed during this project was approximately 6 inches thick. Design Code AASHTO LRFD Bridge Design Specifications Terracon should be notified if any of the above information is inconsistent with the planned construction, especially the grading limits, as modifications to our recommendations may be necessary. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 3 Site Conditions The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description Parcel Information The project site is located near the intersection of Timberline Road and Mountain Vista Drive in Fort Collins, Colorado. Latitude/Longitude (approximate): 40.61022° N, 105.02905° W See Site Location Existing Improvements Mountain Vista Drive spans over the ditch and has two, asphalt-paved drive lanes, with approximately 6-foot-wide shoulders on each side. Current Ground Cover The existing roadways are paved with asphalt, and shoulders are vegetated with native grasses and weeds. Existing Topography The alignment slopes towards the Number 8 Outlet Ditch. The interpolated ground surface elevations at the boring locations range from about El. 5,001 to El. 5,003 feet AMSL. Geotechnical Characterization We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of the site. Conditions observed at each exploration point are indicated on the individual logs. The individual logs can be found in the Exploration Results and the GeoModel can be found in the Figures attachment of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 4 Model Layer Layer Name General Description 1 Lean Clay Lean clay with varying amounts of sand; medium stiff to very stiff 2 Clayey Sand Clayey sand; very loose to medium dense 3 Weathered Bedrock Weathered claystone bedrock; medium stiff to stiff Groundwater Conditions The boreholes were observed while drilling and shortly after completion for the presence and level of groundwater. Groundwater was not observed during or after drilling. Groundwater conditions may change because of water levels within Number 8 Outlet Ditch, seasonal variations in rainfall, runoff, and other conditions not apparent at the time of drilling. Long-term groundwater monitoring was outside the scope of services for this project. Seismic Site Class The seismic design requirements for buildings and other structures are based on Seismic Design Category. Site Classification is required to determine the Seismic Design Category for a structure. The Site Classification is based on the upper 100 feet of the site profile defined by a weighted average value of either shear wave velocity, standard penetration resistance, or undrained shear strength in accordance with Section 20.4 of ASCE 7 and the International Building Code (IBC). Based on the soil and bedrock properties observed at the site as described on the exploration logs and laboratory test results, our professional opinion is a Seismic Site Classification of D be considered for the project. Subsurface explorations at this site were extended to a maximum depth of 25½ feet. The site properties below the boring depth to 100 feet were estimated based on our experience and knowledge of geologic conditions of the general area. Additional deeper borings or geophysical testing may be performed to confirm the conditions below the current boring depth. Corrosivity Results of water-soluble sulfate testing indicate Exposure Class S0 according to ACI 318. ASTM Type I, IL, or II portland cement should be specified for all project concrete on and below grade. Foundation concrete should be designed for low sulfate exposure in accordance with the provisions of the ACI Design Manual, Section 318, Chapter 4. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 5 Numerous sources are available to characterize corrosion potential to buried metals using the parameters above. ANSI/AWWA is commonly used for ductile iron, while threshold values for evaluating the effect on steel can be specific to the buried feature (e.g., piling, culverts, welded wire reinforcement, etc.) or agency for which the work is performed. Imported fill materials may have significantly different properties than the site materials noted above and should be evaluated if expected to be in contact with metals used for construction. Consultation with a NACE certified corrosion professional is recommended for buried metals on the site. Mapping by the NRCS includes qualitative severity of corrosion to concrete and steel. Based on this source, the near-surface materials are rated “Low” for corrosion to concrete and “Moderate” for corrosion of steel. Geotechnical Overview Based on subsurface conditions encountered in the borings, the site appears suitable for the proposed construction from a geotechnical point of view provided certain precautions and design and construction recommendations described in this report are followed. We have identified several geotechnical conditions that could impact design, construction and performance of the proposed structures and other site improvements. These included expansive soils and weathered claystone bedrock, and potentially loose, low relative density sand soils. These conditions will require particular attention in project planning, design and during construction and are discussed in greater detail in the following sections. Expansive Soils and Bedrock Expansive soils and weathered claystone bedrock are present on this site; however, swell test results for samples obtained from our borings were generally low swelling to compressible. This report provides recommendations to help mitigate the effects of soil shrinkage and expansion. However, even if these procedures are followed, some movement and cracking in the structures, pavements, and flatwork (if any) is possible. The severity of cracking and other damage such as uneven flatwork will probably increase if modification of the site results in excessive wetting or drying of the expansive clays and/or weathered claystone bedrock. Eliminating the risk of movement and cosmetic distress is generally not feasible, but it may be possible to further reduce the risk of movement if significantly more expensive measures are used during construction. It is imperative the recommendations described in section Grading and Drainage section of the Earthwork section of this report be followed to reduce potential movement. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 6 Low Strength Soils Comparatively loose, low relative density sand soils were encountered at a depth of approximately 7 feet below existing grade in Boring No. B-3. Loose and/or soft soils could also exist at other locations on the site and extend to greater depths particularly within the ditch itself. These materials present a risk for potential settlement of shallow foundations and other surficial improvements. These materials can also be susceptible to disturbance and loss of strength under repeated construction traffic loads and unstable conditions could develop. Stabilization of soft soils may be required at some locations to provide adequate support for construction equipment and proposed structures. Terracon should be contacted if these conditions are encountered to observe the conditions exposed and to provide guidance regarding stabilization (if needed). Foundation Recommendations Based on the results of the borings and our understanding of the project, we believe the wing walls for the proposed box culvert can be supported by a shallow, spread footing foundation system provided the soils are over-excavated to a depth of at least 1 foot below the bottom of footings and replaced with moisture conditioned, properly compacted engineered fill. On-site soils free of any deleterious materials are suitable for use as engineered fill below foundations. Design recommendations for foundations for the proposed structure and related structural elements are presented in the following sections of this report. To reduce the potential for differential movements between the culvert and wing walls due to the presence of potentially loose soils at/near the anticipated culvert floor elevation, we recommend the soils be over-excavated to a depth of at least 1 foot below the bottom of the culvert and replaced with moisture conditioned, properly compacted engineered fill. The recommendations contained in this report are based upon the results of field and laboratory testing (presented in the Exploration Results), engineering analyses, and our current understanding of the proposed project. The General Comments section provides an understanding of the report limitations. Earthwork Earthwork is anticipated to include demolition, site preparation, excavations, subgrade preparation, soil stabilization (if needed), and engineered fill placement. The following sections provide recommendations for use in the preparation of specifications for the project. Recommendations include critical quality criteria, as necessary, to render the site in the state considered in our geotechnical engineering evaluation for foundations. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 7 Demolition Demolition of the existing roadway and drainage structure should include complete removal of all foundation systems, any other below-grade structural elements, and existing roadway pavements/surfacing within the proposed construction area. This should include removal of any utilities to be abandoned along with any loose utility trench backfill or loose backfill found adjacent to existing foundations or structures. All materials derived from the demolition of existing structures and roadways should be removed from the site. Site Preparation Prior to placing fill, existing vegetation, topsoil, and root mats, and any other deleterious materials should be removed from the proposed construction area. Complete stripping of the topsoil should be performed in areas of new construction. While not encountered in our borings, any existing, undocumented fill if encountered should also be completed removed from within the proposed construction area. Stripped organic materials should be wasted from the site or used to re-vegetate landscaped areas or exposed slopes after completion of grading operations. Prior to the placement of fills, the site should be graded to create a relatively level surface to receive fill, and to provide for a relatively uniform thickness of fill beneath proposed structures. Where fill is placed on existing slopes steeper than 5H:1V (Horizontal:Vertical), benches should be cut into the existing slopes prior to fill placement. The benches should have a minimum vertical face height of 1 foot and a maximum vertical face height of 3 feet and should be cut wide enough to accommodate the compaction equipment. This benching will help provide a positive bond between the fill and natural soils and reduce the possibility of failure along the fill/natural soil interface. Although no evidence of fill or underground facilities (such as septic tanks, cesspools, basements, and utilities) was observed during the exploration and site reconnaissance, such features could be encountered during construction. If unexpected fills or underground facilities are encountered, such features should be removed, and the excavation thoroughly cleaned prior to backfill placement and/or construction. Excavation We anticipate excavations for the proposed construction can be accomplished with conventional earthmoving equipment. Excavations into the on-site soils will encounter loose soil conditions with possible caving conditions. The bottom of excavations should be thoroughly cleaned of loose/disturbed materials prior to backfill placement and/or construction. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 8 Any over-excavation that extends below the bottom of culvert and wing wall foundation elevations should extend laterally beyond all edges of the foundations at least 8 inches per foot of over-excavation depth below the foundation base elevation. The over- excavation should be backfilled to the foundation and culvert base elevation in accordance with the recommendations presented in this report. Depending upon depth of excavation and seasonal conditions, surface water infiltration and/or groundwater may be encountered in excavations on the site. We anticipate pumping from sumps may be utilized to control water within excavations. Well points may be required for significant groundwater flow, or where excavations penetrate groundwater to a significant depth. Groundwater was not encountered during the time of our field exploration; however, we anticipate groundwater levels in the Number 8 Outlet Ditch to rise in different times of the year. The subgrade soil conditions should be evaluated during the excavation process and the stability of the soils determined at that time by the contractors’ Competent Person as defined by OSHA. Slope inclinations flatter than the OSHA maximum values may have to be used. The individual contractor(s) should be made responsible for designing and constructing stable, temporary excavations as required to maintain stability of both the excavation sides and bottom. All excavations should be sloped or shored in the interest of safety following local, and federal regulations, including current OSHA excavation and trench safety standards. As a safety measure, we recommend all vehicles and soil piles be kept a minimum lateral distance from the crest of the slope equal to the slope height. The exposed slope face should be protected against the elements. Subgrade Preparation After site preparation, removal of existing, undocumented fill (if necessary), and completion of the recommended over-excavation, the top 10 inches of the exposed ground surface should be scarified, moisture conditioned, and compacted to at least 95 percent of the maximum dry unit weight as determined by AASHTO T99 before any new fill, roadway embankment, or foundation is placed or constructed. Large areas of prepared subgrade should be proof rolled prior to new construction. Proof rolling is not required in areas which are inaccessible to proof rolling equipment. Subgrades should be proof rolled with an adequately loaded vehicle such as a fully- loaded tandem-axle dump truck. Proof rolling should be performed under the observation of the Geotechnical Engineer or representative. Areas excessively deflecting under the proof roll should be delineated and subsequently addressed by the Geotechnical Engineer. Excessively wet or dry material should either be removed or moisture conditioned and compacted. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 9 After the bottom of the excavation has been prepared as recommended above, engineered fill can be placed to bring the subgrade to the desired grade. Engineered fill should be placed in accordance with the recommendations presented in subsequent sections of this report. The stability of the subgrade may be affected by precipitation, repetitive construction traffic or other factors. If unstable conditions develop, workability may be improved by scarifying and drying. Alternatively, over-excavation of wet zones and replacement with granular materials may be used, or crushed gravel and/or rock can be tracked or “crowded” into the unstable surface soil until a stable working surface is attained. Use of geosynthetics could also be considered as a stabilization technique. Lightweight excavation equipment may also be used to reduce subgrade pumping. Subgrade Stabilization Methods of subgrade stabilization/improvement, as described below, could include scarification, moisture conditioning and compaction, removal of unstable materials and replacement with granular fill (with or without geosynthetics), and chemical treatment. The appropriate method of improvement, if required, would be dependent on factors such as schedule, weather, the size of area to be stabilized, and the nature of the instability. More detailed recommendations can be provided during construction as the need for subgrade stabilization occurs. Performing site grading operations during warm seasons and dry periods would help reduce the amount of subgrade stabilization required. If the exposed subgrade is unstable during proof rolling operations, it could be stabilized using one of the methods described below. Scarification and Compaction - It may be feasible to scarify, dry, and compact the exposed soils. The success of this procedure would depend primarily upon favorable weather and sufficient time to dry the soils. Stable subgrades likely would not be achievable if the thickness of the unstable soil is greater than about 1 foot, if the unstable soil is at or near groundwater levels, or if construction is performed during a period of wet or cool weather when drying is difficult. Crushed Stone - The use of crushed stone or crushed concrete is a common procedure to improve subgrade stability. Typical undercut depths would be expected to range from about 6 to 24 inches below finished subgrade elevation. Crushed stone and/or concrete can be tracked or “crowded” into the unstable subgrade until a stable working surface is attained. The use of high modulus geosynthetics (i.e., geotextile or geogrid) could also be considered after underground work such as utility construction is completed. Prior to placing the geosynthetic, we recommend all below-grade construction, such as utility line installation, be completed to avoid damaging the geosynthetic. Equipment should Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 10 not be operated above the geosynthetic until one full lift of crushed stone fill is placed above it. Chemical Treatment - Improvement of subgrades with portland cement, or fly ash could be considered for improving unstable soils. Chemical treatment should be performed by a pre-qualified contractor having experience with successfully treating subgrades in the project area on similar sized projects with similar soil conditions. Results of chemical analysis of the chemical treatment materials should be provided to the Geotechnical Engineer for review prior to use. The hazards of chemicals blowing across the site or onto adjacent properties should also be considered. Additional testing would be needed to develop specific recommendations to improve subgrade stability by blending chemicals with the site soils. Additional testing could include, but not be limited to, determining the most suitable chemical treating agent, the optimum amounts required, the presence of sulfates in the soil, and freeze-thaw durability of the subgrade. Further evaluation of the need and recommendations for subgrade stabilization can be provided during construction as the geotechnical conditions are exposed. Fill Material Types Fill for this project should consist of engineered fill. Engineered fill is fill that meets the criteria presented in this report and has been properly documented. On-site soils free of deleterious materials or approved granular and low plasticity cohesive imported materials may be used as fill material. Weathered bedrock excavated during site development and construction can be reused as fill provided the material is broken down and thoroughly processed to a “soil-like” consistency, with no particles greater than 2 inches in size. The earthwork contractor should expect significant mechanical processing and moisture conditioning of the site soils and/or bedrock will be needed to achieve proper compaction. Imported fill materials (if required) should meet the following material property requirements. Regardless of its source, compacted fill should consist of approved materials that are free of organic matter and debris. Frozen material should not be used, and fill should not be placed on a frozen subgrade. Gradation Percent Finer by Weight (ASTM C136) 3 ”100 1 ”70-100 No. 4 Sieve 30-100 No. 200 Sieve 60 (max.) Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 11 Soil Properties Values Liquid Limit 35 (max.) Plasticity Index 15 (max.) Other import fill material types may be suitable for use on the site depending upon proposed application and location on the site and could be tested and approved for use on a case-by-case basis. Fill Placement and Compaction Requirements Engineered fill should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift. Item Description Maximum Lift Thickness 9 inches or less in loose thickness when heavy, self-propelled compaction equipment is used 4 to 6 inches in loose thickness when hand-guided equipment (i.e., jumping jack or plate compactor) is used Minimum Compaction Requirements 1 Engineered Fill : At least 95% of the maximum dry unit weight as determined by AASHTO T99. Engineered Fill 8 Feet or Greater: At least 98% of the maximum dry unit weight as determined by AASHTO T99 for the entire depth of fill in areas receiving 8 feet of fill or greater. Aggregate Base Course: At least 95% of maximum dry unit weight as determined by AASHTO T180. Water Content Range 2,3 Cohesive (clay): -1% to +3% of optimum moisture content Granular (sand): -3% to +3% of optimum moisture content 1.We recommend engineered fill be tested for moisture content and compaction during placement. If the results of the in-place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. 2.Moisture conditioned clay materials should not be allowed to dry out. A loss of moisture within these materials could result in an increase in the material’s expansive potential. Subsequent wetting of these materials could result in undesirable movement. 3.Specifically, moisture levels should be maintained low enough to allow for satisfactory compaction to be achieved without the fill material pumping when proof rolled. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 12 Utility Trench Backfill Any loose, soft, or unsuitable materials encountered at the bottom of utility trench excavations should be removed and replaced with engineered fill or bedding material in accordance with public works specifications for the utility to be supported. This recommendation is particularly applicable to utility work where settlement control of the utility is critical. On-site materials are considered suitable for backfill of utility and pipe trenches provided the material is free of organic matter and deleterious substances. Utility trench backfill should be placed and compacted as discussed earlier in this report. Compaction of initial lifts should be accomplished with hand-operated tampers or other lightweight compactors. Flooding or jetting for placement and compaction of backfill is not recommended. We recommend a representative of the Geotechnical Engineer provide full-time observation and compaction testing of trench backfill within construction areas. Grading and Drainage Grades should be adjusted to provide effective drainage away from the proposed structure and roadway during construction. Infiltration of water into foundation excavations must be prevented during construction. Backfill against foundations and walls should be properly compacted and free of all construction debris to reduce the possibility of moisture infiltration. After construction of the proposed structure and prior to project completion, we recommend verification of final grading be performed to document positive drainage, as described above, has been achieved. Maximum grades practical should be used for roadways to prevent areas where water can pond. Care should be taken to prevent the infiltration of surface water into the roadway subgrade and behind the culvert wing walls. Earthwork Construction Considerations Upon completion of filling and grading, care should be taken to maintain the subgrade water content prior to construction. Construction traffic over the completed subgrades should be avoided. The site should also be graded to prevent ponding of surface water on the prepared subgrades or in excavations. Water collecting over or adjacent to construction areas should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the affected material should be removed, or the materials should be scarified, moisture conditioned, and recompacted. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 13 Construction site safety is the sole responsibility of the contractor who controls the means, methods, and sequencing of construction operations. Under no circumstances shall the information provided herein be interpreted to mean Terracon is assuming responsibility for construction site safety or the contractor's activities; such responsibility shall neither be implied nor inferred. Construction Observation and Testing The earthwork efforts should be observed by the Geotechnical Engineer (or others under their direction). Observation should include documentation of adequate removal of surficial materials (vegetation, topsoil, and existing pavements), subgrade stabilization, as well as proof rolling and mitigation of unsuitable areas delineated by the proof roll. Each lift of compacted fill should be tested, evaluated, and reworked, as necessary, as recommended by the Geotechnical Engineer prior to placement of additional lifts. In areas of foundation excavations, the bearing subgrade and exposed conditions at the base of the recommended over-excavation should be evaluated by the Geotechnical Engineer. If unanticipated conditions are observed, the Geotechnical Engineer should prescribe mitigation options. In addition to the documentation of the essential parameters necessary for construction, the continuation of the Geotechnical Engineer into the construction phase of the project provides the continuity to maintain the Geotechnical Engineer’s evaluation of subsurface conditions, including assessing variations and associated design changes. Shallow Foundations If the site has been prepared in accordance with the requirements noted in Earthwork, the following design parameters are applicable for shallow foundations. Spread Footings – Design Recommendations Item Description Maximum Net Allowable Bearing Pressure 1 1,500 psf Required Bearing Stratum 2 1 foot of moisture conditioned ,properly compacted engineered fill Minimum Foundation Dimensions Continuous: 18 inches Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 14 Item Description Lateral Earth Pressure Coefficients 3 On -site clay soil: Active, Ka = 0.36 Passive, Kp = 2.77 At-rest, Ko = 0.53 Sliding Resistance 4 On -site clay soil: = 0.43 Moist Soil Unit Weight On -site clay soil and engineered fill: = 100 pcf Minimum Embedment Below Finished Grade 5 36 inches Estimated Total Movement 6 About 1 inch or less Estimated Differential Movement 6 About ½ to ¾ of total movement 1.The maximum net allowable bearing pressure is the pressure in excess of the minimum surrounding overburden pressure at the footing base elevation. Values assume exterior grades are no steeper than 20% within 10 feet of structure. The design bearing pressure applies to a dead load plus design live load condition. The design bearing pressure may be increased by one-third when considering total loads that include wind or seismic conditions. 2.Unsuitable or soft/loose soils should be over-excavated and replaced with engineered fill per the recommendations presented in Earthwork. 3.Use of lateral earth pressures require the sides of the excavation for the spread footing foundation to be nearly vertical and the concrete placed neat against these vertical faces or the footing forms be removed and compacted engineered fill be placed against the vertical footing face. Assumes no hydrostatic pressure. The lateral earth pressure coefficients are ultimate values and do not include a factor of safety. The foundation designer should include the appropriate factors of safety. 4.For fine-grained materials, lateral resistance using cohesion should not exceed ½ the dead load. 5.Embedment necessary to minimize the effects of frost and/or seasonal water content variations. For sloping ground, maintain depth below the lowest adjacent exterior grade within 5 horizontal feet of the structure. 6.The estimated movements presented above assume the maximum footing width is 5 feet for continuous footings. Larger foundation footprints will likely require reduced net allowable soil bearing pressures to reduce risk for potential settlement. Footings should be proportioned to reduce differential foundation movement. As discussed, total movement resulting from the assumed structural loads is estimated to be on the order of about 1 inch. Additional foundation movements could occur if water from any source infiltrates the foundation soils; therefore, proper drainage should be provided in the final design and during construction and throughout the life of the structure. Failure to maintain the proper drainage as recommended in the Grading and Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 15 Drainage section of the Earthwork section of this report will nullify the movement estimates provided above. Any over-excavation that extends below the bottom of foundation elevation should extend laterally beyond all edges of the foundations at least 8 inches per foot of over- excavation depth below the foundation base elevation. The over-excavation should be backfilled to the foundation base elevation in accordance with the recommendations presented in this report. Shallow Foundation Construction Considerations As noted in Earthwork, foundation excavations should be evaluated under the observation of the Geotechnical Engineer. The base of all foundation excavations should be free of water and loose soil, prior to placing concrete. Concrete should be placed soon after excavating to reduce bearing soil disturbance. Care should be taken to prevent wetting or drying of the bearing materials during construction. Excessively wet or dry material or any loose/disturbed material in the bottom of foundation excavations should be removed/reconditioned before foundation concrete is placed. To reduce the potential of “pumping” and softening of the foundation soils at the foundation bearing level and the requirement for corrective work, we suggest the foundation excavation be completed remotely with a track-hoe operating outside of the excavation limits. Foundation elements should be reinforced as necessary to reduce the potential for distress caused by differential foundation movement. Unstable subgrade conditions encountered in foundation excavations should be observed by Terracon to assess the subgrade and provide suitable alternatives for stabilization. Typical methods of stabilization/improvement are presented in the Subgrade Stabilization section of Earthwork. Lateral Earth Pressures Design Parameters Structures with unbalanced backfill levels on opposite sides should be designed for earth pressures at least equal to values indicated in the following table. Earth pressures will be influenced by structural design of the walls, conditions of wall restraint, methods of construction, and/or compaction and the strength of the materials being restrained. Two wall restraint conditions are shown in the diagram below. Active earth pressure is commonly used for design of free-standing cantilever retaining walls and assumes wall Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 16 movement. The “at-rest” condition assumes no wall movement and is commonly used for basement walls, loading dock walls, or other walls restrained at the top. The recommended design lateral earth pressures do not include a factor of safety and do not provide for possible hydrostatic pressure on the walls (unless stated). Lateral Earth Pressure Design Parameters Earth Pressure Condition 1 Coefficient for Backfill Type 2 Surcharge Pressure 3 p1 (psf) Equivalent Fluid Pressures (psf)2,4 Unsaturated 5 Submerged 5 Active (Ka)Fine Grained -0.36 (0.36)S (35)H (75)H At-Rest (Ko)Fine Grained -0.53 (0.53)S (50)H (80)H Passive (Kp)Fine Grained – 2.77 --------- 1.For active earth pressure, wall must rotate about base, with top lateral movements 0.002 H to 0.004 H, where H is wall height. For passive earth pressure, wall must move horizontally to mobilize resistance. Fat clay or other expansive soils should not be used as backfill behind the wall. 2.Uniform, horizontal backfill, with a maximum unit weight of 100 pcf for cohesive soils. 3.Uniform surcharge, where S is surcharge pressure. 4.Loading from heavy compaction equipment is not included. 5.To achieve “Unsaturated” conditions, follow guidelines in Subsurface Drainage for Below-Grade Walls below. “Submerged” conditions are recommended when drainage behind walls is not incorporated into the design. To control hydrostatic pressure behind the walls, we recommend a drain be installed at the foundation and wing walls with a collection pipe leading to a reliable discharge. If this is not possible, then combined hydrostatic and lateral earth pressures should be calculated for backfill using the submerged equivalent fluid pressures presented in the above table for active and at-rest conditions. These pressures do not include the influence of surcharge, equipment, or traffic loading, which should be added. Heavy Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 17 equipment should not operate within a distance closer than the exposed height of retaining walls to prevent lateral pressures more than those provided. The lateral earth pressure recommendations given in this section are applicable to the design of rigid retaining walls subject to slight rotation, such as cantilever, or gravity type concrete walls. These recommendations are not applicable to the design of modular block - geogrid reinforced backfill walls (also termed MSE walls). Recommendations covering these types of wall systems are beyond the scope of services for this assignment. However, we would be pleased to develop a proposal for evaluation and design of such wall systems upon request. General Comments Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third- party beneficiaries intended. Any third-party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials 18 could significantly effect excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety and cost estimating including excavation support and dewatering requirements/design are the responsibility of others. Construction and site development have the potential to affect adjacent properties. Such impacts can include damages due to vibration, modification of groundwater/surface water flow during construction, foundation movement due to undermining or subsidence from excavation, as well as noise or air quality concerns. Evaluation of these items on nearby properties are commonly associated with contractor means and methods and are not addressed in this report. The owner and contractor should consider a preconstruction/precondition survey of surrounding development. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Figures Contents: GeoModel EL E V A T I O N ( M S L ) ( f e e t ) Legend This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. GeoModel North Timberline Road and Mountain Vista | Fort Collins, Colorado Terracon Project No. 20245020 Timberline Culvert Replacement 1901 Sharp Point Dr Ste C Fort Collins, CO Sandy Lean Clay Lean Clay with Sand Weathered Rock Asphalt Aggregate Base Course Clayey Sand Model Layer Layer Name General Description 1 Lean clay with varying amounts of sand; medium stiff to very stiff, brown to light brown 3 Weathered claystone bedrock; medium stiff to stiff, gray, brown, red and orange 2 Clayey sand; very loose to medium dense, brown B-1 B-2 B-3 Vegetative LayerLean Clay Weathered Bedrock Clayey Sand 1 3 1 2 1 3 Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Attachments Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Exploration and Testing Procedures Field Exploration Number of Borings Approximate Boring Depth (feet)Location 2 (Boring Nos. B-1 and B-3)25 to 25.5 Near each end of the proposed culvert alignment 1 (Boring No. B-2)20 Existing roadway Boring Layout and Elevations: Terracon personnel provided the boring layout using handheld GPS equipment (estimated horizontal accuracy of about ±10 feet) and referencing existing site features. Approximate ground surface elevations were estimated using Google Earth/USGS topographic map. If surface elevations and a more precise boring layout are desired, we recommend the borings be surveyed. Subsurface Exploration Procedures: We advanced the borings with a truck-mounted drill rig using solid-stem, continuous-flight augers. Four samples were obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. In the split-barrel sampling procedure, a standard 2-inch outer diameter split-barrel sampling spoon was driven into the ground by a 140-pound automatic hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The SPT resistance values, also referred to as N-values, are indicated on the boring logs at the test depths. For the modified California barrel sampling procedure, a 2½-inch outer diameter split-barrel sampling spoon is used for sampling. California barrel sampling procedures are similar to standard split-barrel sampling procedures; however, blow counts are typically recorded for 6-inch intervals for a total of 12 inches of penetration. Modified California barrel sampler blow counts are not considered N-values. The samples were placed in appropriate containers and taken to our soil laboratory for testing and classification by a Geotechnical Engineer. For safety purposes, Boring Nos. B-1 and B-3 were backfilled with auger cuttings after their completion. Boring No. B-2 was backfilled with flowable fill and patched with utilibond glue and an asphalt core. We also observed the boreholes while drilling and at the completion of drilling for the presence of groundwater. Groundwater was not observed at these times in the boreholes. The sampling depths, penetration distances, and other sampling information was recorded on the field boring logs. The samples were placed in appropriate containers and Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials taken to our soil laboratory for testing and classification by a Geotechnical Engineer. Our exploration team prepared field boring logs as part of the drilling operations. These field logs included visual classifications of the materials observed during drilling and our interpretation of the subsurface conditions between samples. Final boring logs were prepared from the field logs. The final boring logs represent the Geotechnical Engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests. The laboratory testing program included the following types of tests: Moisture Content Dry Unit Weight Atterberg Limits One-dimensional Swell Water-soluble Sulfates The laboratory testing program often included examination of soil samples by an engineer and/or geologist. Based on the results of our field and laboratory programs, we described and classified the soil samples in accordance with the Unified Soil Classification System. A brief description of this classification system as well as the General Notes can be found in the Supporting Information section. Laboratory test results are indicated on the boring logs and are presented in depth in the Exploration Results section. Laboratory tests are performed in general accordance with applicable local standards or other acceptable standards. In some cases, variations to methods are applied as a result of local practice or professional judgement. Rock classification was conducted using locally accepted practices for engineering purposes. Boring log rock classification was determined using the Description of Rock Properties. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Site Location and Exploration Plans Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Note to Preparer: This is a large table with outside borders. Just click inside the table above this text box, then paste your GIS Toolbox image. When paragraph markers are turned on you may notice a line of hidden text above and outside the table – please leave that alone. Limit editing to inside the table. Site Location DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Note to Preparer: This is a large table with outside borders. Just click inside the table above this text box, then paste your GIS Toolbox image. When paragraph markers are turned on you may notice a line of hidden text above and outside the table – please leave that alone. Limit editing to inside the table. Exploration Plan DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Exploration and Laboratory Results Contents: Boring Logs (B-1 through B-3) Atterberg Limits Grain Size Distribution Consolidation/Swell (3 pages) Water-Soluble Sulfates Note: All attachments are one page unless noted above. 5000.7 4994 4982 4975.5 VEGETATIVE LAYER, about 3 inches thick SANDY LEAN CLAY (CL), brown to light brown, stiff to very stiff LEAN CLAY WITH SAND (CL), brown, medium stiff to stiff WEATHERED CLAYSTONE BEDROCK, gray, brown and orange, medium stiff to stiff Boring Terminated at 25.5 Feet Boring Log No. B-1 De p t h ( F t . ) 5 10 15 20 25 Facilities | Environmental |Geotechnical | Materials Gr a p h i c L o g Mo d e l L a y e r 65 71 8.6 10.4 13.9 15.6 23.2 18.2 92 102 103 39-12-27 32-11-21 0.3 7.0 19.0 25.5 +0.5/500 6-8-9 N=17 8-8 16/12" 3-4-5 N=9 3-5 8/12" 2-3-3 N=6 3-4 7/12" 3-4-6 N=10 North Timberline Road and Mountain Vista | Fort Collins, Colorado Terracon Project No. 20245020 Fort Collins, CO 1901 Sharp Point Dr Ste C Drill Rig CME 55 Hammer Type Automatic, Hammer Efficiency = 68% Driller Terracon Consultants Logged by AW Boring Started 07-26-2024 Boring Completed 07-26-2024 Abandonment Method Boring backfilled with auger cuttings upon completion. Advancement Method 4-inch outside diameter, continuous-flight, solid-stem augers Notes Water Level Observations No free water observed See Exploration and Testing Procedures for a description of field and laboratory procedures used andadditional data (If any). See Supporting Information for explanation of symbols and abbreviations. Elevation Reference: Elevations were interpolated from a topographic site plan. Timberline Culvert Replacement Pe r c e n t Fi n e s Wa t e r Co n t e n t ( % ) Dr y U n i t We i g h t ( p c f ) Elevation.: 5001 (Ft.) Atterberg Limits LL-PL-PI See Exploration PlanLocation: Latitude: 40.6104° Longitude: -105.0292° Depth (Ft.) Sw e l l - C o n s o l / Lo a d ( % / p s f ) Fi e l d T e s t Re s u l t s 1 3 5002.5 5001.5 4983 ASPHALT, about 6 inches thick AGGREGATE BASE COURSE, about 12 inches thick SANDY LEAN CLAY (CL), brown, medium stiff to stiff trace minerals at about 14 feet Boring Terminated at 20 Feet Boring Log No. B-2 De p t h ( F t . ) 5 10 15 20 Facilities | Environmental |Geotechnical | Materials Gr a p h i c L o g Mo d e l L a y e r 54 63-1.2/1000 2-4 6/12" 5-11 16/12" 3-5-7 N=12 4-5 9/12" 3-3-4 N=7 3-4 7/12" 18.6 14.2 16.8 15.2 16.5 19.9 104 116 103 109 28-13-15 34-13-21 0.5 1.5 20.0 North Timberline Road and Mountain Vista | Fort Collins, Colorado Terracon Project No. 20245020 Fort Collins, CO 1901 Sharp Point Dr Ste C Drill Rig CME 55 Hammer Type Automatic, Hammer Efficiency = 68% Driller Terracon Consultants Logged by AW Boring Started 07-26-2024 Boring Completed 07-26-2024 Abandonment Method Boring backfilled with flowable fill, utilibond glue and an asphalt core Advancement Method 4-inch outside diameter, continuous-flight, solid-stem augers Notes Water Level Observations No free water observed See Exploration and Testing Procedures for a description of field and laboratory procedures used andadditional data (If any). See Supporting Information for explanation of symbols and abbreviations. Elevation Reference: Elevations were interpolated from a topographic site plan. Timberline Culvert Replacement Pe r c e n t Fi n e s Sw e l l - C o n s o l / Lo a d ( % / p s f ) Fi e l d T e s t Re s u l t s Wa t e r Co n t e n t ( % ) Dr y U n i t We i g h t ( p c f ) Elevation.: 5003 (Ft.) Atterberg Limits LL-PL-PI See Exploration PlanLocation: Latitude: 40.6103° Longitude: -105.0290° Depth (Ft.) 1 5002.8 4994 4984 4978 AGGREGATE BASE COURSE CLAYEY SAND (SC), brown, very loose to medium dense SANDY LEAN CLAY, brown, stiff WEATHERED CLAYSTONE BEDROCK, brown with red, medium stiff Boring Terminated at 25 Feet Boring Log No. B-3 De p t h ( F t . ) 5 10 15 20 25 Facilities | Environmental |Geotechnical | Materials Gr a p h i c L o g Mo d e l L a y e r 4713.0 15.6 20.6 17.8 17.1 20.6 23.7 115 99 111 104 24-15-9 0.2 9.0 19.0 25.0 +0.2/2006-10 16/12" 3-4-6 N=10 3-3 6/12" 3-5-6 N=11 4-7 11/12" 2-2-3 N=5 3-4 7/12" North Timberline Road and Mountain Vista | Fort Collins, Colorado Terracon Project No. 20245020 Fort Collins, CO 1901 Sharp Point Dr Ste C Drill Rig CME 55 Hammer Type Automatic, Hammer Efficiency = 68% Driller Terracon Consultants Logged by AW Boring Started 07-26-2024 Boring Completed 07-26-2024 Abandonment Method Boring backfilled with auger cuttings upon completion. Advancement Method 4-inch outside diameter, continuous-flight, solid-stem augers Notes Water Level Observations No free water observed See Exploration and Testing Procedures for a description of field and laboratory procedures used andadditional data (If any). See Supporting Information for explanation of symbols and abbreviations. Elevation Reference: Elevations were interpolated from a topographic site plan. Timberline Culvert Replacement Pe r c e n t Fi n e s Wa t e r Co n t e n t ( % ) Dr y U n i t We i g h t ( p c f ) Elevation.: 5003 (Ft.) Atterberg Limits LL-PL-PI See Exploration PlanLocation: Latitude: 40.6102° Longitude: -105.0289° Depth (Ft.) Sw e l l - C o n s o l / Lo a d ( % / p s f ) Fi e l d T e s t Re s u l t s 2 1 3 0 10 20 30 40 50 60 0 10 20 30 40 50 60 70 80 90 100 110 "A"Line ASTM D4318 CH or OH CL or OL ML or OL MH or OH 27 21 15 21 9 64.5 71.2 54.0 63.2 46.9 CL CL CL CL SC 12 11 13 13 15 27 21 15 21 9 64.5 71.2 54.0 63.2 46.9 CL CL CL CL SC 12 11 13 13 15 39 32 28 34 24 SANDY LEAN CLAY LEAN CLAY with SAND SANDY LEAN CLAY SANDY LEAN CLAY CLAYEY SAND Atterberg Limit Results "U"Line Liquid Limit LL PL PI Fines USCS DescriptionFines Pl a s t i c i t y I n d e x CL - ML Facilities | Environmental |Geotechnical | Materials 4 - 5 14 - 15.5 4 - 5 9 - 10 2 - 3 B-1 B-1 B-2 B-2 B-3 Boring ID Depth (Ft) 1901 Sharp Point Dr Ste C Fort Collins, COTerracon Project No. 20245020 North Timberline Road and Mountain Vista | Fort Collins, Colorado Timberline Culvert Replacement 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95 100 0.0010.010.1110100 140 HydrometerU.S. Sieve Opening in Inches Grain Size Distribution ASTM D422 / ASTM C136 SandGravel 2 10 14 506 2001.5 83/4 1/23/8 30 403 601 U.S. Sieve Numbers 16 2044 10063 Grain Size (mm) coarse fine coarse finemedium Silt or ClayCobbles Pe r c e n t C o a r s e r b y W e i g h t Pe r c e n t F i n e r b y W e i g h t 100 90 80 70 60 50 40 30 20 10 0 AASHTOUSCSUSCS Classification SANDY LEAN CLAY LEAN CLAY with SAND SANDY LEAN CLAY SANDY LEAN CLAY CLAYEY SAND Facilities | Environmental |Geotechnical | Materials 39 32 28 34 24 27 21 15 21 9 12 11 13 13 15 %CobblesD60 0.089 0.103 D100 %Clay%Sand%Gravel 0.0 0.1 2.5 0.0 2.5 35.5 28.7 43.5 36.8 50.6 64.5 71.2 54.0 63.2 46.9 LL PL PI Cc Cu 0.0 0.0 0.0 0.0 0.0 D10D30 2 9.5 9.5 4.75 12.5 %Fines %Silt 1901 Sharp Point Dr Ste C Fort Collins, COTerracon Project No. 20245020 North Timberline Road and Mountain Vista | Fort Collins, Colorado Timberline Culvert Replacement Boring ID 4 - 5 14 - 15.5 4 - 5 9 - 10 2 - 3 B-1 B-1 B-2 B-2 B-3 4 - 5 14 - 15.5 4 - 5 9 - 10 2 - 3 Depth (Ft)Boring ID B-1 B-1 B-2 B-2 B-3 Depth (Ft) -8 -7 -6 -5 -4 -3 -2 -1 0 1 2 100 1,000 10,000 Ax i a l S t r a i n ( % ) Pressure (psf) ASTM D4546 One-Dimensional Swell or Collapse Facilities | Environmental |Geotechnical | Materials Notes: Sample exhibited 0.5 percent swell upon wetting under an applied pressure of 500 psf. 10.496 (pcf) WC (%)Description USCS CLSANDY LEAN CLAY (CL) Boring ID Depth (Ft) 4 - 5B-1 1901 Sharp Point Dr Ste C Fort Collins, COTerracon Project No. 20245020 North Timberline Road and Mountain Vista | Fort Collins, Colorado Timberline Culvert Replacement -8 -7 -6 -5 -4 -3 -2 -1 0 1 2 100 1,000 10,000 Ax i a l S t r a i n ( % ) Pressure (psf) ASTM D4546 One-Dimensional Swell or Collapse Facilities | Environmental |Geotechnical | Materials Notes: Sample exhibited 1.2 percent compression upon wetting under an applied pressure of 1,000 psf. 15.2106 (pcf) WC (%)Description USCS CLSANDY LEAN CLAY (CL) Boring ID Depth (Ft) 9 - 10B-2 1901 Sharp Point Dr Ste C Fort Collins, COTerracon Project No. 20245020 North Timberline Road and Mountain Vista | Fort Collins, Colorado Timberline Culvert Replacement -8 -7 -6 -5 -4 -3 -2 -1 0 1 2 100 1,000 10,000 Ax i a l S t r a i n ( % ) Pressure (psf) ASTM D4546 One-Dimensional Swell or Collapse Facilities | Environmental |Geotechnical | Materials Notes: Sample exhibited 0.2 percent swell upon wetting under an applied pressure of 200 psf. 13.0115 (pcf) WC (%)Description USCS SCCLAYEY SAND (SC) Boring ID Depth (Ft) 2 - 3B-3 1901 Sharp Point Dr Ste C Fort Collins, COTerracon Project No. 20245020 North Timberline Road and Mountain Vista | Fort Collins, Colorado Timberline Culvert Replacement Client 5 Analyzed By: Sample Location Sample Depth (ft.) Date Received: Results from Sulfate Testing Project Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Supporting Information Contents: General Notes Unified Soil Classification System Description of Rock Properties Note: All attachments are one page unless noted above. Facilities | Environmental |Geotechnical | Materials UnconfinedCompressiveStrengthQu (tsf) less than 0.25 0.25 to 0.50 0.50 to 1.00 1.00 to 2.00 2.00 to 4.00 > 4.00 Timberline Culvert Replacement North Timberline Road and Mountain Vista | Fort Collins, Colorado Terracon Project No. 20245020 1901 Sharp Point Dr Ste C Fort Collins, CO N (HP) (T) (DCP) UC (PID) (OVA) Standard Penetration TestResistance (Blows/Ft.) Hand Penetrometer Torvane Dynamic Cone Penetrometer Unconfined Compressive Strength Photo-Ionization Detector Organic Vapor Analyzer Water Level After a Specified Period of Time Water Level After a Specified Period of Time Cave In Encountered Water Level Field Tests Water InitiallyEncountered Sampling Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Groundwater level variations will occur over time. In low permeability soils, accurate determination of groundwater levels is not possible with short term water level observations. General Notes Location And Elevation Notes Exploration point locations as shown on the Exploration Plan and as noted on the soil boring logs in the form of Latitude and Longitude are approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for this project. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the soils consistent with ASTM D2487 "Classification of Soils for Engineering Purposes" this procedure is used. ASTM D2488 "Description and Identification of Soils (Visual-Manual Procedure)" is also used to classify the soils, particularly where insufficient laboratory data exist to classify the soils in accordance with ASTM D2487. In addition to USCS classification, coarse grained soils are classified on the basis of their in-place relative density, and fine-grained soils are classified on the basis of their consistency. See "Strength Terms" table below for details. The ASTM standards noted above are for reference to methodology in general. In some cases, variations to methods are applied as a result of local practice or professional judgment. Exploration/field results and/or laboratory test data contained within this document are intended for application to the project as described in this document. Use of such exploration/field results and/or laboratory test data should not be used independently of this document. Relevance of Exploration and Laboratory Test Results Descriptive Soil Classification > 30 15 - 30 8 - 15 4 - 8 2 - 4 0 - 1 Very Stiff Consistency of Fine-Grained Soils BedrockRelative Density of Coarse-Grained Soils < 3 Consistency Stiff Medium Stiff Soft Very Soft Strength Terms 6- 10 11 - 18 19 - 36 > 36 StandardPenetrationor N-Value(Blows/Ft.) RingSampler(Blows/Ft.) Relative Density Very Loose Loose StandardPenetrationor N-Value(Blows/Ft.) > 50 30 - 50 10 - 29 4 - 9 RingSampler(Blows/Ft.) Hard Medium Dense Dense Very Dense 15 - 46 0 - 3 3 - 5 Consistency StandardPenetration orN-Value(Blows/Ft.) < 20 20 - 29 30 - 49 50 - 79 > 96 0 - 5 6 - 14 > 80 Weathered Firm _ 47 - 79 Medium Hard Hard Very Hard RingSampler(Blows/Ft.) < 24 24 - 35 36 - 60 61 - 96 >79 Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Unified Soil Classification System Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Soil Classification Group Symbol Group Name B Coarse-Grained Soils: More than 50% retained on No. 200 sieve Gravels: More than 50% of coarse fraction retained on No. 4 sieve Clean Gravels: Less than 5% fines C Cu 4 and 1 Cc 3 E GW Well-graded gravel F Cu<4 and/or [Cc<1 or Cc>3.0]E GP Poorly graded gravel F Gravels with Fines: More than 12% fines C Fines classify as ML or MH GM Silty gravel F, G, H Fines classify as CL or CH GC Clayey gravel F, G, H Sands: 50% or more of coarse fraction passes No. 4 sieve Clean Sands: Less than 5% fines D Cu 6 and 1 Cc 3 E SW Well-graded sand I Cu<6 and/or [Cc<1 or Cc>3.0]E SP Poorly graded sand I Sands with Fines: More than 12% fines D Fines classify as ML or MH SM Silty sand G, H, I Fines classify as CL or CH SC Clayey sand G, H, I Fine-Grained Soils: 50% or more passes the No. 200 sieve Silts and Clays: Liquid limit less than 50 Inorganic:PI > 7 and plots above “A” line J CL Lean clay K, L, M PI < 4 or plots below “A” line J ML Silt K, L, M Organic:<0.75 OL Organic clay K, L, M, N Organic silt K, L, M, O Silts and Clays: Liquid limit 50 or more Inorganic:PI plots on or above “A” line CH Fat clay K, L, M PI plots below “A” line MH Elastic silt K, L, M Organic:<0.75 OH Organic clay K, L, M, P Organic silt K, L, M, Q Highly organic soils:Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve. B If field sample contained cobbles or boulders, or both, add “with cobbles or boulders, or both” to group name. C Gravels with 5 to 12% fines require dual symbols: GW-GM well- graded gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly graded gravel with silt, GP-GC poorly graded gravel with clay. D Sands with 5 to 12% fines require dual symbols: SW-SM well- graded sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay. E Cu = D 60 /D10 Cc = F If soil contains 15% sand, add “with sand” to group name. G If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM. H If fines are organic, add “with organic fines” to group name. I If soil contains 15% gravel, add “with gravel” to group name. J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. K If soil contains 15 to 29% plus No. 200, add “with sand” or “with gravel,” whichever is predominant. L If soil contains 30% plus No. 200 predominantly sand, add “sandy” to group name. M If soil contains 30% plus No. 200, predominantly gravel, add “gravelly” to group name. N PI 4 and plots on or above “A” line. O PI < 4 or plots below “A” line. P PI plots on or above “A” line. Q PI plots below “A” line. Geotechnical Engineering Report Timberline Culvert Replacement | Fort Collins, Colorado August 27, 2024 | Terracon Project No. 20245020 Facilities | Environmental |Geotechnical | Materials Rock Classification Notes WEATHERING Term Description Fresh Mineral crystals appear bright; show no discoloration. Features show little or now staining on surfaces. Discoloration does not extend into intact rock. Slightly weathered Rock generally fresh except along fractures. Some fractures stained and discoloration may extend <0.5 inches into rock. Moderately weathered Significant portions of rock are dull and discolored. Rock may be significantly weaker than in fresh state near fractures. Soil zones of limited extent may occur along some fractures. Highly weathered Rock dull and discolored throughout. Majority of rock mass is significantly weaker and has decomposed and/or disintegrated; isolated zones of stronger rock and/or soil may occur throughout. Completely weathered All rock material is decomposed and/or disintegrated to soil. The rock mass or fabric is still evident and largely intact. Isolated zones of stronger rock may occur locally. STRENGTH OR HARDNESS Description Field Identification Uniaxial Compressive Strength, psi Extremely strong Can only be chipped with geological hammer. Rock rings on hammer blows. Cannot be scratched with a sharp pick. Hand specimens require several hard hammer blows to break.>36,000 Very strong Several blows of a geological hammer to fracture. Cannot be scratched with a 20d common steel nail. Can be scratched with a geologist’s pick only with difficulty.15,000-36,000 Strong More than one blow of a geological hammer needed to fracture. Can be scratched with a 20d nail or geologist’s pick. Gouges or grooves to ¼ inch deep can be excavated by a hard blow of a geologist’s pick. Hand specimens can be detached by a moderate blow. 7,500-15,000 Medium strong One blow of geological hammer needed to fracture. Can be distinctly scratched with 20d nail. Can be grooved or gouged 1/16 in. deep by firm pressure with a geologist's pick point. Can be fractured with single firm blow of geological hammer. Can be excavated in small chips (about 1-in. maximum size) by hard blows of the point of a geologist’s pick; 3,500-7,500 Weak Shallow indent by firm blow with geological hammer point. Can be gouged or grooved readily with geologist's pick point. Can be excavated in pieces several inches in size by moderate blows of a pick point. Small thin pieces can be broken by finger pressure. 700-3,500 Very weak Crumbles under firm blow with geological hammer point. Can be excavated readily with the point of a geologist's pick. Pieces 1-in. or more in thickness can be broken with finger pressure. Can be scratched readily by fingernail. 150-700 DISCONTINUITY DESCRIPTION Fracture Spacing (Joints, Faults, Other Fractures) Bedding Spacing (May Include Foliation or Banding) Description Spacing Description Spacing Intensely fractured < 2.5 inches Laminated < ½-inch Highly fractured 2.5 – 8 inches Very thin ½ – 2 inches Moderately fractured 8 inches to 2 feet Thin 2 inches – 1 foot Slightly fractured 2 to 6.5 feet Medium 1 – 3 feet Very slightly fractured > 6.5 feet Thick 3 – 10 feet Massive > 10 feet ROCK QUALITY DESIGNATION (RQD)1 Description RQD Value (%) Very Poor 0 - 25 Poor 25 – 50 Fair 50 – 75 Good 75 – 90 Excellent 90 - 100 1.The combined length of all sound and intact core segments equal to or greater than 4 inches in length, expressed as a percentage of the total core run length.