HomeMy WebLinkAboutBID - 10228 Cathodic Protection Renewal - Water Treatment Facility Deep Well Anode Beds City of Financial Services
Purchasing Division
F6rt 215 N.Mason St.2 Floor
Collins
Fo
Box 580
Fort Collins,CO 80522
970.221.6775
fcgov.com/purchasing
BID INFORMATION
AND
CONTRACT DOCUMENTS
FOR
10228 CATHODIC PROTECTION RENEWAL -
WATER TREATMENT FACILITY DEEP WELL
ANODE BEDS
BID NO. 10228
October 28, 2025
CONTRACT DOCUMENTS TABLE OF CONTENTS
BID INFORMATION
00020 Invitation to Bid
00050 Scope of Work
00100 General Information
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 Contract Forms
00510 Notice of Award
00520 Contract
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 and Completion
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00955 Work Change Directive
00960 Application for Payment
ADDITIONAL CONTRACT DOCUMENTS
ATTACHMENT A
OOG-000 COVER SHEET, INDEX OF DRAWINGS
OOG-001 GENERAL NOTES, LEGEND AND ABBREVIATION
OOC-100 OVERALL SITE PLAN, SURVEY CONTROL, STAGING AND ACCESS
01X-101 DEMOLITION PLAN
01C-401 WEST ANODE BED ENLARGED SITE PLAN
01 C-402 EAST ANODE BED ENLARGED SITE PLAN
01C-501 DEEP ANODE BED DETAILS
01 C-502 DEEP ANODE BED DETAILS
05C-101 EROSION CONTROL PLAN
05C-501 EROSION CONTROL NOTES AND DETAILS
05C-502 EROSION CONTROL CONSTRUCTION CONTROL MEASURES STANDARD
NOTES
ATTACHMENT B - CONSTRUCTION DOCUMENTS PROJECT MANUAL - HDR PROJECT
NO. 10398893
ATTACHMENT C - CONTRACTOR REQUIREMENTS -WATER TREATMENT PLANTS
SECTION 00020
INVITATION TO BID
BID DUE: 3:00 PM MT (MT RMEPS clock), October 28, 2025
The Contract Documents provide for the construction of Bid 10228 Cathodic Protection Renewal
—Water Treatment Facility Deep Well Anode Beds Project. The Work of this Contract consists of
the abandonment and replacement of deep well anode beds at the Fort Collins Water Utility Water
Treatment Facility (WTF).
The Work consists of the abandonment of two (2)existing deep well anode beds on WTF grounds
and the drilling of new deep wells. The replacement deep wells will be located near the existing
wells as shown in the Contract Documents and will require the installation of new anodes, vent
pipe, and well backfill material. The deep wells will be approximately 290 feet deep each and
include twelve (12) anodes each. The wells will include a PVC encasement, perorated PVS vent
pipe, anodes, grout seal, sand layer, calcinated coke breeze, and other components shown in the
Contract Documents. The wells will require logging with a test anode prior to placing the active
anodes. The surface completion of the wells will include a concrete pad and well cover. The anode
wiring will be routed to existing junction boxes that connect to existing rectifiers through a positive
header cable. The junction boxes and rectifiers will be reused and are not included in the Work.
The Work does include the wiring of the junction boxes from the replacement anodes. The Work
includes restoration of impacted areas.
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/
co t o ra d o/city-of-fort-co I I i n s.
A pre-bid conference with representatives of prospective Bidders will be held at 1:00 PM
on October 8, 2025, via Microsoft Teams. Select or copy/paste the below link into your browser
for access to the meeting. Please be prepared to list your name, firm name, and email address
in the chat and mute your microphone:
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 295 986 882 808
Passcode: mm2nn6xh
All questions should be submitted, in writing via email, to Jake Rector, Purchasing
Manager at jrector@fcgov.com, no later than 3:00 PM MT October 13, 2025. Please format
your e-mail to include: ITB 10228 Cathodic Protection Renewal —Water Treatment Facility Deep
Well Anode Beds 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.
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
or copy and paste to join the Microsoft Teams meeting:
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 254 848 200 355 9
Passcode: Xv6js6gK
A Bid Bond 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 ninety (90) days after the date fixed for opening Bids.
The City 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 Bidder acknowledges that 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); Section §§24-34-401, et seq.,
C.R.S., and any associated State or Federal laws and regulations, 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 forty (40) years or older,
marital status, disability, sexual orientation, genetic information, or other characteristics protected
by law. Pursuant to City 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 the employee has been discriminated against in violation
of the above policy or participating in an employment discrimination proceeding.
The City requires the Bidder 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 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 the officer or employee exercises directly or indirectly any
decision-making authority concerning the 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.fcqov.com /purchasing under Vendor Reference
Documents. Please do not submit these documents with your bid.
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 provisions
and pricing of Bids, Bid Forms, and the awarded CONTRACT will be, without redaction,
considered public records subject to disclosure under CORA. By responding to this Bid,
Bidder hereby waives any and all claims against the City relating to CORA.
Collusive or Sham Bid: Any Bid deemed to be collusive or a sham Bid will be rejected and
reported to authorities. Bidder's authorized signature on its Bid assures that the Bid is genuine
and is not a collusive or sham Bid.
City of Fort Collins
q,
Gerry Paul
Purchasing Director
SECTION 00050
SCOPE OF SERVICES
The Contract Documents provide for the construction of Bid 10228 Cathodic Protection Renewal
—Water Treatment Facility Deep Well Anode Beds Project. The Work of this Contract consists
of the abandonment and replacement of deep well anode beds at the Fort Collins Water Utility
Water Treatment Facility (WTF).
The Work consists of the abandonment of two (2) existing deep well anode beds on WTF
grounds and the drilling of new deep wells. The replacement deep wells will be located near the
existing wells as shown in the Contract Documents and will require the installation of new
anodes, vent pipe, and well backfill material. The deep wells will be approximately 290 feet deep
each and include twelve (12) anodes each. The wells will include a PVC encasement, perorated
PVS vent pipe, anodes, grout seal, sand layer, calcinated coke breeze, and other components
shown in the Contract Documents. The wells will require logging with a test anode prior to
placing the active anodes. The surface completion of the wells will include a concrete pad and
well cover. The anode wiring will be routed to existing junction boxes that connect to existing
rectifiers through a positive header cable. The junction boxes and rectifiers will be reused and
are not included in the Work. The Work does include the wiring of the junction boxes from the
replacement anodes. The Work includes restoration of impacted areas.
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 City (OWNER), as distinct from a sub-bidder, who submits a Bid to Bidder. The term
"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 Successful Bidder becomes the CONTRACTOR once awarded and the
CONTRACT is fully executed. 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 before 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 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 its 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.
3.5 Demonstrate the completion of at least three (3) projects in the past five (5) years
that include the installation of deep well anodes at least 100 feet deep and similar to
this scope of services. Provide a list of projects that meet this requirement and
include the following information: project description, start and completion dates,
project location, owner/client name, and owner/client contact information.
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)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, (c) study and carefully correlate Bidder's observations
with the CONTRACT Documents, and (d) notify City in accordance with Section
00020 of all conflicts, errors or discrepancies in the Bid and CONTRACT Documents.
4.2. 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 the 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 City in accordance with Section 00020. Interpretation or
clarifications considered necessary in response to the 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 City.
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 Bond 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. If the successful Bidder fails to execute and deliver the CONTRACT and furnish the
required Payment and Performance Bonds within 15 days of the Notice of Award,
City may annul the Notice of Award and the Bid Bond of that Bidder will be forfeited.
The Bid Bond of other Bidders whom City believes to have reasonable chance
receiving the award may be retained by City until the earlier of the seventh day after
the effective date of the CONTRACT or ninety (90) days after the Bid Opening,
whereupon Bid Bond furnished by the Bidders will be returned. Bid Bonds 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 CONTRACT.
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
acceptance will not be considered by ENGINEER until after the "effective date of the
CONTRACT". The procedure for submitting any 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 use 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 three (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 people or organization listed and to whom OWNER or ENGINEER
does not make written objection before the giving of the Notice of Award will be
deemed acceptable to OWNER and ENGINEER subject to revocation of the
acceptance after the effective date of the CONTRACT 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 listed for 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 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 before 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 before 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 before 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 the alternates, unit
prices and other data, as may be requested in the Bid Form or before 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 before the Notice of Award.
17.4. OWNER may conduct 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 ninety (90) 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 CONTRACT to the OWNER, it shall be accompanied by the required
contract bonds.
19.0 SIGNING OF CONTRACT
When OWNER gives a Notice of Award to the awarded CONTRACTOR it will be
accompanied by the CONTRACT with all other written CONTRACT Documents attached.
Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the CONTRACT
and attached documents to OWNER with the required Bonds. Within ten (10) days
thereafter, OWNER shall deliver the executed CONTRACT 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 CONTRACT.
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:
Bid Issue Date September 26, 2025
Pre-Bid Meeting October 8, 2025, 1:00 PM
MST
Deadline for questions October 13, 2025, 3:00 PM
MST
Bid Due October 28, 2025, 3:00 PM
MST
END OF SECTION
SECTION 00300
BID FORM
PROJECT: ITB 10228 Cathodic Protection Renewal — Water Treatment Facility Deep Well
Anode Beds 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 CONTRACT 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 the 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 provisions and pricing of submitted bids, Bid Forms, and the
awarded contract will be, without redaction, considered public records subject
to disclosure under CORA. By responding to this Bid, Contractor hereby waives any
and all claims against the City relating to 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)
❑ Propose Detailed Construction Schedule. City desires the project to be
Substantially Complete before March 1, 2026.
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. This Bid Schedule has also been uploaded to RMEPS as a separate
Microsoft Excel document titled Fort Collins Cathodic Protection - Bid Form Please
only fill out one Bid Form.
FN
Project. Fort Collins Cathodic Protection-Bid Form
Item No. Description Qty. Unit Cost/Unit Cost
1.00 General Cost of Construction
1:01 General Contract Requirements,Bonds,Insurance,Profit,&Overhead 1 LS S _
1:02 Mobilization and Demobilization 1 LS S _
1:03 Permits 1 LS S
1:04 Erosion and Sediment Control 1 LS S
2.00 Deep Anode Well Replacement
2.01 Existing well abandonment 2 EA S
2.42 East Deep Anode Bed 1 LS S
2.03 West Deep Anode Bed 1 LS S
2.04 2"Perforated Vent Pipe 6GG LF S _
2.05 2"Solid Pipe 93 LF S _
2:06 Site Restoration 30906 5QFr S _
TOTAL S
11. PRICES
The foregoing prices shall include but are 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 before award or
during Construction at their sole discretion without affecting the CONTRACT or prices
of any item so long as the deletion or change does not exceed twenty-five percent
(25%) of the total CONTRACT Price.
12. ACKNOWLEDGE ATTACHMENT C — CONTRACTOR REQUIREMENTS — WATER
TREATMENT PLANTS
Bidder acknowledges they have read and understand the information detailed in
Attachment C.
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 CONTRACT for the construction of Fort Collins Project, ITB 10228 Cathodic
Protection Renewal —Water Treatment Facility Deep Well Anode Beds 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 the CONTRACT, and for payment of all persons performing labor
or furnishing materials in connection therewith, and shall in all other respects perform the
CONTRACT 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 the
SURETY and its BOND shall be in no way impaired or affected by any extension of the time within
which the OWNER may accept the Bid; and the SURETY does hereby waive notice of any
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. Provide a list of contractor's licenses currently held in the State of CO. Provide Fort
Collins contractor's license number, if you do not currently possess one detail your
process to acquire one before Contract execution.
7. What is the general character of Work performed by your company:
8. 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?
9. Has the firm ever defaulted on a contract?
If so, where and why?
10. Is the firm debarred by any government agency?
If yes, list agency name.
11. Provide the background and experience of the principal members of your organization,
including officers:
12. Credit available: $
13. Bank Reference:
14. Will you, upon request, provide a detailed financial statement for your Company and
furnish any other information that may be required by the OWNER?
15. Is the firm licensed as a General Contractor, if applicable, in the City of Fort Collins?
16. Are any lawsuits pending against you or your firm at this time?
If yes, provide detail
17. MINIMUM QUALIFICATIONS/REFERENCES
Qualification Summary: The Contractor is expected to bring experience and expertise
in deep well anode abandonment and the drilling/construction of new wells with a history
of delivering projects on time and in budget. Contractors without previous experience on
projects requiring deep well anodes of at least 100 feet deep will not be considered.
Expected similar experience includes but is not limited to:
a. Demonstrated knowledge of understanding, obtaining, and following permit
requirements unique to deep well anode projects.
Project Experience: Provide experience narratives detailing at least three (3) completed
deep well anode projects, completed for a municipality, constructed by the contractor in
the past five (5) years that demonstrates your qualifications. The City reserves the right
to review any and all projects the contractor has constructed, including projects that may
not have been listed here. Detailed project information should include:
a. Description of the project, including project name and location
b. Client's name, address, telephone number, email address and contact person
c. Original contract value and final contract amount
It is the City's preference that the reference projects use similar personnel 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:
18. 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).
[SEAL]
(Notary's official signature)
(Title of office)
(Commission Expiration)
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors and their corresponding Work items of the total Bid.
WORK ITEM (% of CONTRACT SUM) 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:
Title:
Phone Number:
Email:
Provide the following information for the site safety Point of Contact:
Name:
Title:
Phone Number:
Email:
Section 3. Health and Safety Program
Does your company have a written Company Safety Program?
Y ❑ N ❑
Does the written Company Safety Program cover the work activities proposed by your
company for this project?
Y ❑ N ❑
Does the written Company Safety Program include the following:
Health and Safety Training Y ❑ N ❑
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).
How does your company ensure health and safety program compliance throughout the
project?
Does your company perform written Job Hazard Analysis's (JHA's) regularly and document
them?
Y ❑ N ❑
How often does your company conduct Health and Safety audits or inspections?
Does your company have a written corrective action plan for any findings?
Y ❑ N ❑
Section 4. Training and Certifications
List required safety training ALL employees receive:
Listspecialized safety training ern to ees receive as needed:
Does your company maintain records of all safety training and certifications?
Y ❑ N ❑
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 ou will have available for the job site?
If entering Permit Required Confined Spaces (PRCS), such as vaults or sewers, what is your
procedure for these activities?
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:
Provide the number of injuries and illnesses recorded (OSHA 300 log or equivalent) in the
previous 3 ears:
Calendar Year Year: Year: Year:
Number of Fatalities
Number of OSHA recordable cases
Number of OSHA modified duty cases
Number of OSHA lost time cases
OSHA Total Recordable Incident Rate
(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 200,00
Number of hours worked
Average number of employees on payroll
Have any OSHA citations been issued to your company in the past 3 years?
Y ❑ N ❑
If yes, list the citations and for each, provide the type of violation, an explanation for the
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
CONTRACT FORMS
00510 Notice of Award
00520 Contract
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: [Date]
TO: [Contractor] (hereinafter referred to as the CONTRACTOR)
PROJECT: ITB 10228 Cathodic Protection Renewal — Water Treatment Facility Deep Well
Anode Beds
OWNER: CITY OF FORT COLLINS (hereinafter referred to as the OWNER)
CONTRACTOR is hereby notified that its Bid dated [CONTRACTOR'S Bid Date] for the above
project has been considered. CONTRACTOR is the apparent successful Bidder and has been
awarded a CONTRACT for ITB 10228 Cathodic Protection Renewal — Water Treatment Facility
Deep Well Anode Beds Project.
The Price of the CONTRACT is ($ ).
One (1) copy of all CONTRACT Documents accompany this Notice of Award.
CONTRACTOR must comply with the following conditions within fifteen (15) business days of the
date of this Notice of Award, that is by Date .
1. CONTRACTOR must deliver to the OWNER a fully executed CONTRACT
complete with authorized signature on the signature page.
2. CONTRACTOR must deliver with the executed CONTRACT the Payment and
Performance Bonds as specified in the Instructions to Bidders.
Failure to comply with these conditions within the time specified will entitle OWNER to consider
the CONTRACTOR's Bid abandoned, to annul this Notice of Award, and to declare
CONTRACTOR's Bid Bond forfeited.
City of Fort Collins
OWNER
By:
Gerry Paul
Purchasing Director
SECTION 00520
CONTRACT
THIS CONTRACT is dated as of the [Dayl day of Month in the year of 20 Year and shall be
effective on the date this CONTRACT is signed by the City.
The City of Fort Collins, a Colorado Municipal Corporation (hereinafter called
OWNER) and
(Contractorl, a STATE (Corporation/Limited Liability Company/Non-Profit
Corporation/Sole Proprietorship) (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 ITB
10228 Cathodic Protection Renewal —Water Treatment Facility Deep Well Anode
Beds Project.
ARTICLE 2. CHANGE ORDERS AND WORK CHANGE DIRECTIVES
2.1 Change Orders. The City, may, at any time during the term and without
invalidating the CONTRACT, make changes to the particular services.
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.
2.2 Work Change Directives. Work Change Directives are 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 that 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 will, in most cases, require
a Change Order. A sample Work Change Directive is attached hereto as
00955, consisting of one (1) page and incorporated herein by this reference.
ARTICLE 3. ENGINEER
The Project has been designed by Jacobs Engineering Group Inc., who is
hereinafter called ENGINEER and 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.
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
(Section 00635) by MONTH DATE, YEAR. Substantial completion of the
Project is defined as all work within the floodplain such as grading, topsoil
placement, compost, tilling, and seed prep completed.
4.2. The Work must be completed by the CONTRACTOR and ready for issuance
of the Certificate of Final Acceptance and Completion (Section 00640) in
accordance with Article 14 of the General by MONTH DATE, YEAR.
4.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this CONTRACT 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 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. One Thousand Five Hundred Dollars
($1,500.00)for each calendar day or fraction thereof, after the Substantial
Completion date of MONTH DATE, YEAR, until the Work is Substantially
Complete;
2) Final Acceptance and Completion: After Substantial Completion, One
Thousand Five Hundred Dollars ($1,500.00) for each calendar day or
fraction thereof after MONTH DATE, YEAR, until Final Acceptance and
Completion.
ARTICLE 5. CONTRACT PRICE
OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the CONTRACT Documents in the amount of ($ ).
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 in
accordance with the CONTRACT on the basis of CONTRACTOR's
Application for Payment as approved 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. 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(a)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 CONTRACT. In
the event additional Work is requested that is not stated in the
CONTRACT, the CONTRACTOR and the OWNER will negotiate an
appropriate unit price for the Work. Before the CONTRACTOR
initiates such Work, the parties shall document the change in
accordance with Article 2.
The OWNER pays undisputed payment applications on Net 30 days
from the date of submittal or, for disputed payment applications, Net
30 days from the date of ENGINEER's approval.
6.1.2. RETAINAGE
Before 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
any 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 before Substantial Completion will be in an amount equal to
100% of the Work completed. Subject to OWNER's prior written
approval, 95% of materials and equipment not incorporated in the
Work (but delivered, suitably stored, insured, 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 and if necessary, payment will be made
in an amount sufficient to increase total payments to CONTRACTOR
to 95% of the CONTRACT Price, less any 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 ACCEPTANCE AND COMPLETION. Upon Final Acceptance and
Completion 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.
ARTICLE 7. CONTRACTOR'S REPRESENTATION
CONTRACTOR makes the following representations and acknowledgement of
obligations upon which the OWNER may rely:
7.1 CONTRACTOR has familiarized itself 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 and acknowledges the results of(or assumes
responsibility for obtaining and carefully studying) all examinations,
investigations, explorations, tests, reports, studies, subsurface conditions
and physical conditions, identified in the Contract Documents, 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 Article 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.
7.3 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 the Underground Facilities. No
additional examinations, investigations, explorations,tests, reports, studies
or similar information or data in respect of the 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.
CONTRACTOR has correlated the results of all observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
CONTRACTOR has given ENGINEER written notice of all conflicts, errors
or discrepancies that it has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
7.4 CONTRACTOR represents that all Work and/or materials must meet all
applicable standards currently in force by recognized technical and
professional societies, trade and materials supply associations, institutes
and organizations, bureaus and testing laboratories, and national, federal,
state, county, and local laws, codes and municipal ordinances to including
but not limited to the American Disabilities Act (ADA), American National
Standards Institute (ANSI), and American Water Works Association
(AWWA)standards.The CONTRACTOR further agrees to comply fully with
the Occupational Safety and Health Act (OSHA), all regulations issued
there under, and all state laws and regulations enacted and adopted
pursuant thereto.
7.5 Dust Control. The CONTRACTOR shall abide by the City of Fort Collins
"Dust Control and Prevention Manual," which is available for public
download at https://www.fcgov.com/airguality/pdf/dust-prevention-and-
control-manual.pdf, and is incorporated herein by this reference.
7.6 The CONTRACTOR is responsible for recording and submitting all
applicable information on the `City of Fort Collins Waste Management Plan
Form'. The Plan form is available at
https://www.fcgov.com/recycling/files/construction-waste-management-
plan.pdf. The OWNER reserves the right to withhold payment until a
completed 'City of Fort Collins Waste Management Plan Form' is submitted.
7.7 The CONTRACTOR shall be responsible for obtaining any necessary
licenses, fees or permits without additional expense to the OWNER. All
vehicles and equipment shall be properly licensed and insured, carry the
appropriate permits and be placarded as required by law.
The CONTRACTOR and all subcontractors will be required to have City of
Fort Collins applicable permits, prior to the start of construction and
throughout the project duration. CONTRACTOR will also be responsible for
ensuring current Code requirements are met. The permits will be the
responsibility of the CONTRACTOR.
7.8 The CONTRACTOR shall be responsible for maintaining satisfactory
standards of employees' competency, conduct, courtesy, appearance,
honesty, and integrity, and shall be responsible for taking such disciplinary
action with respect to any employee, as may be necessary.
The OWNER may require the CONTRACTOR to immediately remove any
employee the OWNER identifies to be unfit to perform duties due to one or
more of the following reasons:
1. Neglect of duty.
2. Disorderly conduct, use of abusive or offensive language, quarreling,
intimidation by words or actions or fighting.
3. Theft, vandalism, immoral conduct or any other criminal action.
4. Selling, consuming, possessing, or being under the influence of
intoxicants, including alcohol, or illegal substances while on assignment
for the City.
5. Acting in an unsafe manner.
All OWNER facilities and grounds are non-smoking sites. All OWNER
parks, trails and natural areas are also non-smoking.
Agents and employees of CONTRACTOR working for the OWNER shall
present a clean and neat appearance. Prior to performing any Work for the
OWNER, CONTRACTOR shall require each of their employees to wear ID
badges or uniforms identifying CONTRACTOR by name.
7.9 CONTRACTOR agrees that any incident/accident resulting in damage to
property or causing personal injury within the limits of a work site shall be
immediately reported to the appropriate police agency, other required
agencies, Project Manager and the City of Fort Collins Safety and Risk
Management Department.
The Contractor shall immediately contact the Project Manager when
damage to an underground facility is identified. If a natural or propane gas
line is damaged, the Contractor must call 911 prior to notifying the City
Representative. The Contractor shall not backfill around the underground
utility line until the Project Manager has repaired the damage and has given
clearance to backfill. The City will not pay the Contractor for labor, vehicles,
material, or equipment or any other cost associated with the repair to any
at-fault damage. Failure to comply may result in a verbal warning,
suspension of the crew, loss of work, and/or termination of the Master
Agreement.
7.10 CONTRACTOR shall comply with all engineering, safety, and operating
requirements concerning installation of equipment in, on or around utility
facilities; obtaining access facilities; and adhering to operating rules and
requirements involving safe contact with utility equipment and water, gas
and power lines, and confined spaces. CONTRACTOR shall adopt Utility's
minimum safety standards as the baseline requirements.
7.11 Should it be necessary to halt the work because of incorrect or
unsatisfactory operations under the terms of this CONTRACT or because
of failure to follow safety standards applicable hereto, the CONTRACTOR
must take immediate steps to remedy the deficiencies. Should repair or
correction of any safety defect or deficiency not be immediately undertaken
and should the OWNER be required to protect the site or make the repair
or correction, the cost of such work shall be deducted from payment due
the CONTRACTOR.
ARTICLE 8. CONTRACT DOCUMENTS
8.1. The CONTRACT Documents which comprise the entire CONTRACT 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 CONTRACT are deemed
CONTRACT Documents and incorporated herein by this reference, and
include, but are not limited to, the following:
8.2.1. Section 00050 Scope of Work
8.2.2. Section 00300 Bid Form
8.2.3 Section 00410 Bid Bond
8.2.4. Section 00420 Statement of Bidder's Qualifications
8.2.5. Section 00430 Schedule of Subcontractors
8.2.6. Section 00440 Safety Form
8.2.7. Section 00510 Notice of Award
8.2.8. Section 00520 CONTRACT
8.2.8. Section 00530 Notice to Proceed
8.2.10. Section 00610 Performance Bond
8.2.11. Section 00615 Payment Bond
8.2.12. Section 00630 Certificate of Insurance
8.2.13. Section 00635 Certificate of Substantial Completion
8.2.14. Section 00640 Certificate of Final Acceptance and Completion
8.2.15. Section 00650 Lien Waiver Releases
8.2.16. Section 00660 Consent of SURETY
8.2.17. Section 00700 General Conditions
8.2.18. Section 00800 Supplementary Conditions
8.2.19. Section 00950 Change Order
8.2.20. Section 00955 Work Change Directive
8.2.21. Section 00960 Application for Payment
8.3. Specifications, Reports & Drawings:
ATTACHMENT A
OOG-000 COVER SHEET, INDEX OF DRAWINGS
OOG-001 GENERAL NOTES, LEGEND AND ABBREVIATION
OOC-100 OVERALL SITE PLAN, SURVEY CONTROL, STAGING AND
ACCESS
01X-101 DEMOLITION PLAN
01C-401 WEST ANODE BED ENLARGED SITE PLAN
01 C-402 EAST ANODE BED ENLARGED SITE PLAN
01C-501 DEEP ANODE BED DETAILS
01C-502 DEEP ANODE BED DETAILS
05C-101 EROSION CONTROL PLAN
05C-501 EROSION CONTROL NOTES AND DETAILS
05C-502 EROSION CONTROL CONSTRUCTION CONTROL MEASURES
STANDARD NOTES
ATTACHMENT B - CONSTRUCTION DOCUMENTS PROJECT MANUAL —
HDR PROJECT NO. 10398893
ATTACHMENT C - CONTRACTOR REQUIREMENTS — WATER
TREATMENT PLANTS
ARTICLE 9. MISCELLANEOUS
9.1. Terms used in this CONTRACT 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 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 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 CONTRACT and in the CONTRACT
Documents.
9.4 To the extent this CONTRACT 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 CONTRACT in any fiscal year for which no
supporting appropriation has been made.
9.5 The laws of the State of Colorado, the City of Fort Collins Charter and
Municipal Code shall govern the construction, interpretation, execution, and
enforcement of this CONTRACT without regard to choice law or conflict of
law principles. 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 Federal
District Court in Denver.
9.6 Independent Contractor. The Work to be performed by the CONTRACTOR
are those of an independent contractor and not of an employee of the
OWNER. The OWNER shall not be responsible for withholding any portion
of the CONTRACTOR's compensation hereunder for the payment of FICA,
Worker's Compensation, unemployment insurance, other taxes or benefits
or for any other purpose.
9.7 Acceptance Not Waiver. The OWNER's approval of any deliverables
furnished hereunder shall not in any way relieve the CONTRACTOR of
responsibility for the quality or technical accuracy of the Work. The
OWNER's approval or acceptance of, or payment for, any of the Work shall
not be construed to operate as a waiver of any rights or benefits provided
the OWNER under this CONTRACT.
9.8 Governmental Immunity Act. No term or condition of this CONTRACT shall
be construed or interpreted as a waiver, express or implied, of any of the
notices, requirements, immunities, rights, benefits, protections, limitations of
liability, and other provisions of the Colorado Governmental Immunity Act,
C.R.S. § 24-10-101 and under any other applicable law.
9.9 All notices provided under this CONTRACT shall be written. All notices
provided under this CONTRACT 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:
City of Fort Collins City of Fort Collins
Attn: Attn: Taylor Scott Attn: Purchasing Dept.
PO Box 580 PO Box 580
Fort Collins, CO 80522 Fort Collins, CO 80522
Email Address tscott(a_fcgov.com purchasing(a)-fcgov.com
OWNER: CITY OF FORT COLLINS CONTRACTOR: [CONTRACTOR]
By: By:
Kelly DiMartino, City Manager
(over$1,000,000)
PRINTED
By:
Gerry Paul, Purchasing Director Title:
Date: Date:
Attest: (CORPORATE SEAL)
Attest:
Approved as to Form:
SECTION 00530
NOTICE TO PROCEED
ITB 10228 Cathodic Protection Renewal — Water Treatment Facility Deep Well Anode Beds
Description of Work:
To: [CONTRACTOR]
This notice is to advise you:
That the CONTRACT covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
Therefore, as the CONTRACTOR for the above described Work, CONTRACTOR is hereby
authorized and directed to proceed with the Work to begin on
The dates for Substantial Completion and Final Acceptance shall be MONTH DATE, YEAR and
MONTH DATE, YEAR, respectively.
Dated this day of , 20
OWNER: CITY OF FORT COLLINS
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
, 20
CONTRACTOR: [CONTRACTOR]
By:
Title:
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance and Completion
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of SURETY
00670 Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No.
KNOW ALL PEOPLE BY THESE PRESENTS: that
(firm)
(address)
(an Individual), (a Partnership), (a Corporation) (a Limited Liability Company), hereinafter referred
to as the "PRINCIPAL" and
(Firm)
(Address)
hereinafter referred to as "the SURETY", are held and firmly bound unto City of Fort Collins, 300
Laporte Ave, Fort Collins, Colorado 80522, a home rule municipality, hereinafter referred to as
the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the
payment of which sum well and truly to be made, SURETY binds itself, its 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 CONTRACT with the OWNER, dated the fDay] day of[Monthl 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, ITB 10228 Cathodic Protection Renewal — Water Treatment Facility Deep Well
Anode Beds.
NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties, all the
undertakings, covenants,terms, conditions and agreements of the CONTRACT 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 the CONTRACT, 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 SURETY, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of the CONTRACT 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 change, extension of time,
alteration or addition to the terms of the CONTRACT 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 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 before date of CONTRACT. 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 1 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 CONTRACT with the OWNER, dated the [Day] day of[Monthl 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, ITB 10228 Cathodic Protection Renewal — Water Treatment Facility Deep Well
Anode Beds.
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 the CONTRACT 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 the Work, and all insurance
premiums on the Work, and for all labor, performed in the Work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the SURETY, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of the CONTRACT 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 change, extension of time,
alteration or addition to the terms of the CONTRACT 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 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 before date of CONTRACT. 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 OWNER, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this Bid, the CONTRACTOR shall furnish the OWNER 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 OWNER, at its option,
may take out and maintain, at the expense of the CONTRACTOR, insurance as the OWNER may
deem proper and may deduct the cost of the insurance from any monies which may be due or
become due the CONTRACTOR under this CONTRACT.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The OWNER, its officers, agents and employees shall be named as additional insureds on
the CONTRACTOR'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 CONTRACT.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The CONTRACTOR shall maintain during
the life of this CONTRACT for all of the CONTRACTOR's employees engaged in work
performed under this CONTRACT. 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 CONTRACT
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 CONTRACT. 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 CONTRACT
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 CONTRACT.
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 CONTRACT by a subcontractor, which liability is not covered
by the subcontractor's insurance.
E. Primary Coverage. For any claims related to the CONTRACT, CONTRACTOR's
insurance shall be primary coverage, and any insurance or self-insurance maintained by
the OWNER, 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 OWNER a waiver of any right of
subrogation which any insurer of CONTRACTOR may acquire against the OWNER 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 OWNER 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 CONTRACT 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: ITB 10228 Cathodic
Protection Renewal — Water Treatment
Facility Deep Well Anode Beds
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: [Contractor]
CONTRACT DATE: [Datel
The Work performed under this CONTRACT 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:
0 Record Drawings (ie. final as-builts)
F7 Operations & Maintenance Manuals
F7 All applicable training
0 Commissioning
0 Third Party Warranties
0 Owner's Extra Stock & Parts
Keys
0 Other:
0 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
TO: [CONTRACTOR]
You are hereby notified that on the day of 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by [CONTRACTORI for the City of Fort
Collins Project, ITB 10228 Cathodic Protection Renewal — Water Treatment Facility Deep Well
Anode Beds.
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.
[Contractor]'s 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: ITB 10228 Cathodic Protection Renewal—Water Treatment Facility Deep Well Anode
Beds
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 the 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 day of , 20
CONTRACTOR: [CONTRACTORI
By:
Title:
ATTEST:
Secretary
STATE OF )
)ss.
COUNTY OF )
Subscribed and sworn to before me this day of , 20 ,
by (name(s) of individual(s)
making statement).
Witness my hand and official seal.
[SEAL]
(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: ITB 10228 Cathodic Protection Renewal—Water Treatment Facility Deep Well Anode
Beds
CONTRACT DATE: Date
In accordance with the provisions of the CONTRACT between the OWNER and the
CONTRACTOR as indicated above, for (SURETY),
on bond , the SURETY 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 SURETY's Bonds.
IN WITNESS WHEREOF, the SURETY has hereunto set its hand this day of
20
By:
(SURETY)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
STATE OF )
)ss.
COUNTY OF )
This record was acknowledged before me on 20
By (name of officer or agent, title of officer or
agent)as (type of authority, such as officer or trustee)
of (name of corporation acknowledging), a _
(state or place of incorporation) corporation, on behalf of the corporation.
Witness my hand and official seal.
[SEAL]
(Notary's official signature)
(Title of office)
(Commission Expiration)
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172(10110f24)
COLORADO DEPARTMENT OF REVENUE
Sales Tax Accounting Section
PO Box 17087
Denver CO 80217-0087
Tax.Colorado.gov Contractor Application for Exemption Certificate
Please note the following:
• This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become
a part of the structure, highway, road, street, or other public works owned and used by the
exempt organization.
• Any unauthorized use of the exemption certificate will result in revocation of your exemption
certificate and other penalties provided by law.
• A separate certificate is required for each project.
• Failure to accurately complete all boxes of the form and attach all required documentation will
cause the application to be denied.
Existing Contractors: Contractors who have applied for and were issued a certificate can now file online
(see instructions)
New Contractors and Extensions Requests: New applicants and those requesting an extension should
be submitted by email(see instructions)
Contractor Information
Trade Name/DBA
F---
Owner, partner or corporate last name First Name Middle Initial
Mailing Address
City State ZIP Code
I F-1 F—
Email Address FIE IN Number
Bid amount for your contract (Must match to the penny) Colorado withholding tax account number
sF— F
Fax Number Business Phone Number
If your company does not have a Colorado withholding tax account number check the option below that
applies(See instructions)
(J) Subsidiary (_—) Subcontractors Staffing Agency O No Employees/Subcontractors(see below)
No Employees/Subcontractors. Provide explanation or attach a letter of explanation).
Page 4 of 5
DR 0172(10/10124)
COLORADO DEPARTMENT OF REVENUE
Sales Tax Accounting Section
PO Box 17087
Denver CO 80217-0087
Tax.Colorado.gov
Exemption Information
"Attachment Required"Copies of contract or agreement page, identifying the contracting parties,
bid amount,type of work, and signatures of contracting parties must be attached.
Name of exempt organization as shown on contract Exempt or anization's number See instructions
98
Address of exempt organization
F--
CityState ZIP Code
F-
Principal contact at exempt organization-Last Name First Name Middle Initial
Housing Authority if a licable Name of Project if a licable
Owner of the Project if a licable
Physical location of project site(give actual address when applicable and Cities and/or Count ies where project is located
City State ZIP Code Principal contact's telephone number
I I F
Scheduled construction start date MM/DD/YY Estimated completion date MM/DD/YY See instructions
F--- I F--- I
I declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of the business owner, partner or corporate officer Date (MM/DD/YY)
Title of corporate officer
Page 5 of 5
DR 0172(10/10/24)
COLORADO DEPARTMENT OF REVENUE
Sales Tax Accounting Section
PO Box 17087
Denver CO 80217-0087
Tax.Cobredo.gov
Special Notice
Purpose of this application
The exemption certificate for which you are applying must be used only for the purpose of purchasing
construction and building materials for the exempt project described below. This exemption does not
include or apply to the purchase or rental of equipment, supplies, and materials which are purchased,
rented, or consumed by the contractor and which do not become a part of the structure, highway,
road, street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate
and other penalties provided by law.
A separate certificate is required for each project.
Subcontractors:
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. Upon
receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved
in the project and complete it by filling in the subcontractor's name and address and signing it. The
original Certificate should always be retained by the prime contractor. Copies of all Certificates
that the prime contractor issued to subcontractors should be kept at the prime contractor's place of
business for a minimum of three years and be available for inspection in the event of an audit.
Application Requirements (Checklist)
Prevent your application from being returned.
❑ Read the Special Notice
❑ Complete an application for each project.
❑ Accurately complete all applicable fields. (Read Instructions)
❑ Attach a copy of the contract or agreement page, identifying the contracting parties, bid amount,
type of work performed. This must include the signature of the Exempt Organization.
❑ Bid amount on Contract or Agreement page matches the amount listed on the application (to
the penny)
❑ The exempt organization's 98 number was provided and is correct.
❑ Ensure the completion dates listed on the application can be validated by your contract, award
letter, agreement or purchase order.
❑ Sign the DR 0172 (Contractor Application for Exemption Certificate).
See FYI Sales 95 for information about qualifying affordable housing projects.
Pagel of 5
DR 0172(10110/24)
COLORADO DEPARTMENT OF REVENUE
Sales Tax Accounting Section
PO Box 17087
Denver CO 80217-0087
Tax.CoWado.gov
Form Instructions
Accurately complete all applicable fields.Additional information for specific fields is available below.
Contractor Information:
Colorado Withholding Account Number
A Colorado Account Number (CAN) should be provided in this field. If your company does not have a
(CAN) review the options listed below. Applications that are left blank or list N/A will not be processed.
Subsidiary:
This box is marked when a subsidiary is using the parent's withholding account number(only when it
does not have its own.) Provide the parents CAN.
Subcontractor:
This box is marked when a contractor does not have employees of their own and outsources their
employees through a subcontractor. List the subcontractor or subcontractors name and CAN(s).
Staffing Agency:
This box is marked when a contractor does not have employees of their own and outsources their
employees through a staffing agency. Provide the Staffing Agency's name and CAN.
No employees/no subcontractors
For contractors with no employees, no subcontractors/staffing agencies:
Write no employees in the (CAN) box and provide an explanation. For example, I have no employees
or subcontractors and perform all of the work myself.
Attachment Required
Contract (agreement, purchase order, award letter)
Each application must include a copy of the contract or agreement to include the following information:
• The type and scope of work
• Bid amount (the same amount to the penny should be listed on your application)
• Project start and estimated completion dates.
• Is signed by contracting parties involved in the project including the exempt organization.
Page 2 of 5
Exemption Information:
Exempt Organization's Number
An exempt organization's Colorado exemption account number will begin with a "98".
Contact the exempt organization to obtain or verify this information prior to submitting your application.
Failure to provide this number will cause your application to be rejected.
Scheduled Construction Start and Estimated Completion Dates
Enter the start and completion dates in these fields. Ensure the completion dates listed on the
application can be validated by your contract, award letter, agreement or purchase order.
If the project includes a warranty period, enter the end of the warranty period as the completion date.
If the project later has its completion date extended, you may email the Exemptions Mailbox to
request an updated certificate.
Online Requirements
An online application is available to accounts using a Federal Employer Identification Number(FEIN).
Contractors using an SSN/ITIN are not eligible to use this service at this time.
If you are planning to submit your application through Revenue Online, you will need a valid email
address and a digital copy of your contract. Ensure all required fields of the application are completed
accurately and match the documentation included in your attachment.
File online by visiting https:/lwww.colorado.govlrevenueonline and scroll to the "Sales and Use Tax"
section. Start your application by clicking on the link to "File and Application for a Contractor Exemption."
Exemptions Mailbox
Purpose
Use this mailbox for the following reasons:
• You are a first time applicant
• To request an extension for an existing project
• To supply requested or missing documentation listed in a letter received.
• General inquiries or emails inquiring about a status or requesting copies of approved certificates
will not receive a response.
New Contractors
Review the Application Requirements (Checklist) section and the other form instructions provided.
A separate application is required for each project. Multiple applications can be submitted in one email if they
are added as separate attachments. Copies of approved certificates will not be issued from this mailbox.
Extension Requests
A one time extension can be requested by email or phone.Additional extension requests or those that
are greater than 6 months must include supporting documentation.
Application Not Process Letter
Contractors who have submitted an application and received a letter indicating that it cannot be
processed due to incorrect or missing information or documentation, can request another review by
providing the requesting information and Including a copy of the notice received.
Email your request using the words Encrypt in the subject line to the mailbox below:
dor exemptionapplicationsostate.co.us
Page 3 of 5
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee,EJCDC No. 1910-8(1990 Edition),as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph Page Article or Paragraph Page
Number&Title Number Number&Title Number
1. DEFINITIONS......................................................1 2. PRELIMINARY MATTERS................................3
1.1 Addenda.............................................1 2.1 Delivery of Bonds............................3
1.2 Agreement..........................................1 2.2 Copies of Documents...*..,,,...
,,...
,,,,,,,3
.1.3 Application for Payment......................1 2.3 Commencement of Contract
1.4 Asbestos.............................................1 Times;Notice to Proceed................
1.5 Bid ......... .........1 2.4 Starting the Work................ .......3
1.6 Bidding Documents.............................1. 2.5-2.7 Before Starting Construction;
1.7 Bidding Requirements.........................1 CONTRACTOR's Responsibility
1.8 Bonds.................................
..................I to Report;Preliminary Schedules;
1.9 Change Order......................................1 Delivery of Certificates of
1.10 Contract Documents 1 Insurance 3-4
1.11 Contract Price 1 2.8 Preconstruction Conference 4
1.12 Contract Times....................................1 2.9 Initially Acceptable Schedules,,,,,,,-,-4
1.13 CONTRACTOR 1
1.14 defective.............................................1 3. CONTRACT DOCUMENTS: INTENT,
1.15 Drawings..... ......... ........1 AMENDING,REUSE ...........4
1.16 Effective Date of the Agreement,.........1 3.1-3.2 Intent.............................................4
1.17 ENGINEER,,,,,,,,,,, 1 3.3 Reference to Standards and Speci-
1.18 ENGINEERS Consultant......................1 fications of Technical Societies;
1.19 Field Order,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,I Reporting and Resolving Dis-
1.20 General Requirements.......................... crepancies„...............................4-5
1.21 Hazardous Waste 2 3.4 Intent of Certain Terms or
.................................
1.22.a Laws and Regulations;Laws or Adjectives.....................................5
Regulations................................I.....2 3.5 Am ending Contract Docunents.........5
1.22.b Legal Holidays ......... ......... „......2 3.6 Supplementing Contract
1.23 Liens 2 Documents 5
1.24 Milestone 2 3.7 Reuse of Documents 5
1.25 Notice of Award 2
1.26 Notice to Proceed.................................2 4. AVAILABILITY OF LANDS;
1.27 OWNER.............................................2 SUBSURFACE AND PHYSICAL CONDITIONS;
1.28 Partial Utilization 2 REFERENCE POINTS 5
1.29 PCBs...........................................*.....2 4.1 Availability of Lands......................5-6
1.30 Petroleum.... ......... ......... ...... 2 4.2 Subsurface and Physical
1.31 Project................................................2 Conditions....................................6
1.32.a Radioactive Material............................2 4.2.1 Reports and Drawings......................6
1.32.b Regular Working Hours ... ........2 4.2.2 Limited Reliance by CONTRAC-
1.33 Resident Project Representative............2 TOR Authorized;Technical
1.34 Samples..............................................2 Data.............................................6
1.35 Shop Drawings...................................2 4.2.3 Notice of Differing Subsurface
1.36 Specifications...................................... or Physical Conditions,,,,,,-,,,,-......6
1.37 Subcontractor 2 4.2.4 ENGINEERsReview 6
1.38 Substantial Completion......................... 4.2.5 Possible Contract Documents
1.39 Supplementary Conditions....................2 Change.........................................6
1.40 Supplier..............................................2 4.2.6 Possible Price and Times
1.41 Underground Facilities ......... I ......2-3 Adjustments..............................6-7
1.42 Unit Price Work........ .........3 4.3 Physical Conditions--Underground
1.43 Work 3 Facilities 7
1.44 Work Change Directive........................ 4.3.1 Shown or Indicated..........................7
1.45 Written Amendment 3 4.3.2 Not Shown or Indicated 7
4.4 Reference Points 7
................................
ii EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Article or Paragraph Page Article or Paragraph Page
Number&Title Number Number&Title Number
4.5 Asbestos,PCBs,Petroleum, 6.25 Submittal Proceedures;CON-
Hazardous Waste or TRACTOR's Review Prior
Radioactive Material....................7-8 to Shop Drawing or Sample
Submittal 16
S. BONDS AND INSURANCE.................................8 6.26 Shop Drawing&Sample Submit-
5.1-5.2 Performance,Payment and Other tals Review by ENGINEER......16-17
Bonds............................................ 8 6.27 Responsibility for Variations
5.3 Licensed Sureties and Insurers; From Contract Docum ents............17
Certificates of Insurance 8 6.28 Related Work Performed Prior
5.4 CONTRACTOR's Liability to ENGINEER's Review and
Insurance..........................................9 Approval of Required
5.5 OWNER's Liability Insurance...............9 Submittals...................................17
5.6 Property Insurance,,,,,,,,,,,,,,,,,, ,,,,,,,9-10 6.29 Continuing the Work 17
........ .........
5.7 Boiler and Machinery or Addi- 6.30 CONTRACTOR's General
tional Property Insurance...„............10 Warranty and Guarantee........... ...17
5.8 Notice of Cancellation Provision 10 6.31-6.33 Indemnification 17-I8
5.9 CONTRACTOR's Responsibility 6.34 Survival of Obligations...................18
for Deductible Amounts 10
5.10 Other Special Insurance.....................10 7. OTHERWORK..................................................18
5.11 Waiver of Rights................................11 7.1-7.3 Related Work at Site........................18
5.12-5.13 Receipt and Application of 7.4 Coordination.......... ..................18
Insurance Proceeds 10-11
......................
5.14 Acceptance of Bonds and Insu- 8. OWNER'S RESPONSIBILITIES.........................18
ante;Option to Replace....................11 8.1 Communications to CON-
5.15 Partial Utilization--Property TRACTOR.................................18
Insurance........................................11 8.2 Replacement of ENGINEER............18
8.3 Furnish Data andPay Promptly
6. CONTRACTOR'S RESPONSIBILITIES 11 When Due 18
6.1-6.2 Supervision and Superintendence.......11 8.4 Lands and Easements;Reports
6.3-6.5 Labor,Materials and Equipment...11-12 and Tests................................18-19
6.6 Progress Schedule..............................12 8.5 Insurance.......................................19
6.7 Substitutes and"Or-Equal"Items; 8.6 Change Orders...............................19
CONTRACTOR's Expense; 8.7 Inspections,Tests and
Substitute Construction Approvals...................................19
Methods or Procedures; 8.8 Stop or Suspend Work;
ENGINEER's Evaluation 12-13 Terminate CONTRACTOR's
6.8-6.11 Concerning Subcontractors, Services......................................19
Suppliers and Others; 8.9 Limitations on OWNER'S
Waiver of Rights.........................13-14 Responsibilities..............
..............
19
6.12 Patent Fees and Royalties......... .........14 8.10 Asbestos,PCBs,Petroleum,
6.13 Permits 14 Hazardous Waste or
6.14 Laws and Regulations........................14 Radioactive Material.....................19
6.15 Taxes 14-15 8.11 Evidence of Financial
6.16 Use of Premises................................15 Arrangements..............................19
6.17 Site Cleanliness 15
.................................
6.18 Safe Structural Loading.....................15 9. ENGINEER'S STATUS DURING
6.19 Record Documents 15 CONSTRUCTION 19
6.20 Safety and Protection. ..............15-16 9.1 OWNER's Representative...... ........19
6.21 Safety Representative.........................16 9.2 Visits to Site..................................19
6.22 Hazard Communication Programs......16 9.3 Project Representative.................
6.23 Emergencies.....................................16 9.4 Clarifications and Interpre-
6.24 Shop Drawings and Samples..............16 tations.....*........, *...**......_...., 21
9.5 Authorized Variations in Wirk 21
i i EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Article or Paragraph Page Article or Paragraph Page
Number&Title Number Number&Title Number
9.6 Rejecting Defective Work...................21 13.8-13.9 Uncovering Work at ENGI-
9.7-9.9 Shop Drawings,Change Orders NEER's Request.....................27-28
and Payments...................................21 13.10 OWNER May Stop the Work,,,,,,,,,,,28
9.10 Determinations for Unit Prices 21-22 13.11 Correction or Removal of
9.11-9.12 Decisions on Disputes;ENGI- Defective Work...........................28
NEER as Initial Interpreter..............22 13.12 Correction Period...........................28
9.13 Limitations on ENGINEER's 13.13 Acceptance of Defective Work.........28
Authority and Responsibilities....22-23 13.14 OWNER May Correct Defective
Work 28-29
.....................................
CHANGES IN THE WORK.......................................23
10.1 OWNER's Ordered Change................23 14. PAYMENTS TO CONTRACTOR AND
10.2 Claim for Adjustment.......................23 COMPLETION..................................................29
10.3 Work Not Required by Contract 14.1 Schedule of Values.........................29
Documents.....................................23 14.2 Application for Progress
10.4 Change Orders ........, ......... ........23 Payment...............*"'*............
,,,,,29
10.5 Notification of Surety........................23 14.3 CONTRACTOR's Warranty of
Title 29
...........................................
CHANGE OF CONTRACT PRICE.............................23 14.4-14.7 Review of Applications for
11.1-11.3 Contract Price;Claim for Progress Payments....................
Adjustment;Value of 14.8-14.9 Substantial Completion..................30
the Work 23-24 14.10 Partial Utilization 30-31
11.4 Cost of the Work..........................24-25 14.11 Final Inspection...,....,..,.,..,,.,_,..,...31
11.5 Exclusions to Cost of the Work ........25 14.12 Final Application for Payment........
31
11.6 CONTRACTOR's Fee........................25 14.13-14.14 Final Payment and Acceptance.......31
11.7 Cost Records 25-26 14.15 Waiver of Claims 31-32
11.8 Cash Allowances...............................26
11.9 Unit Price Work 26 15. SUSPENSION OF WORK AND
.................................
TERMINATION........................................._.....32
CHANGE OF CONTRACT TIMES.........................I..26 15.1 OWNER May Suspend Work... ......32
12.1 Claim for Adjustment........................26 15.2-15.4 OWNER May Terminate................32
12.2 Time of the Essence.. ......... .......26 15.5 CONTRACTOR May Stop
12.3 Delays Beyond CONTRACTOR's Work or Terminate.................32-33
Control 26-27
12.4 Delays Beyond OWNER's and 16. DISPUTE RESOLUTION..................................33
CONTRACTOR's Control 27
.................
17. MISCELLANEOUS.............................._............33
TESTS AND INSPECTIONS;CORRECTION, 17.1 Giving Notice 33
REMOVAL OR ACCEPTANCE OF 17.2 Computation of Times....................33
DEFECTIVE WORK 27 17.3 Notice of Claim 33
fect 13.1 Notice of Des 27 17.4 Cumulative Remedies 33
13.2 Access to the Work..............................27 17.5 Professional Fees and Court
13.3 Tests and Inspections; Costs Included 33
CONTRACTOR's Cooperation.........27 17.6 Applicable State Laws...............33-34
13.4 OWNERS Responsibilities; Intentionally left blank.......................................35
Independent Testing Laboratory.....,27
13.5 CONTRACTOR's EXHIBIT GC-A: (Optional)
Responsibilities...............................27 Dispute Resolution Agreement.....................GC-Al
13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration ......... ............GC-Al
tion,Testing or Approval...............„27 16.7 Mediation...............................GC-Al
iv EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number Article or Paragraph
Acceptance of-- Number
Bonds and Insurance........................................5.14
defective Work............................10.4.1, 13.5, 13.13 OWNER responsibility for............................4.5.1,8.10
final payment... ......... ...................9.12, 14.15 possible price and times change..... ...............4.5.2
insurance....................... .................5.14 Authorized Variations in Work ........3.6,6.25,6.27,9.5
other Work,by CONTRACTOR... ......... .......7.3 Availability of Lands..............................,_..........4.1,8.4
Substitutes and"Or-Equal"Items. ......... .....6.7.1 Award,Notice of--defined...... ......... ....1.25
............
Work by OWNER..............................2.5,6.30,6.34 Before Starting Construction................................
Access to the-- Bid--definition of........................1.5(1.1, 1.10,2.3,3.3,
Lands,OWNER and CONTRACTOR ........................4.2.6.4,6.13, 11.4.3, 11.9.1)
responsibilities.............................................4.1 Bidding Documents--definition
site,related Work..............................................7.2 of ....................1.6(6.8.2)
...............................
Work. ..........................................13.2, 13.14, 14.9 Bidding Requirements--definition
Acts or Omissions--,Acts and Omissions-- of ..........................................1.7(1.1,4.2.6.2)
CONTRACTOR..........„.„....................6.9.1,9.13.3 Bonds--
ENGINEER..........................................6.20,9.13.3 acceptance of....................................................5.14
OWNER...................................................6.20,8.9 additional bonds..................................10.5, 11.4.5.9
Addenda--definition of(also see Cost of the Work............................................11.5.4
definition of Specifications)........(1.6, 1.10,6.19),1.1 definition of...... ......... ......... „_...... .. ....1.8
Additional Property Insurances ...............................5.7 delivery of......... ...........2.1,5.1
Adjustments-- final Application for Payment.................14.12-14.14
Contract Price or Contract general ......... ............................1.10,5.1-5.3,5.13,
Times...........................1.5,3.5,4.1,4.3.2,4.5.2, .9.13, 10.5,14.7.6
.......................................
.............................4.5.3,9.4,9.5, 10.2-10.4, Performance,Payment and Other, ...**...........5.1-5.2
...... . ......... ...........11, 12, 14.8, 15.1 Bonds and Insurance--in general......... .....5
......... .. .
progress schedule ......... ...............................6.6 Builder's risk"all-risk"policy form................... ...5.6.2
Agreement-- Cancellation Provisions,Insurance........5.4,11,5.8,5.15
definition of 1.2 Cash Allowances 11.8
"All-Risk"Insurance,policy form............................5.6.2 Certificate of Substantial Completion........1.38,6.30.2.3,
Allowances,Cash....................................................11.8 ....14.8, 14.10
................................................
Amending Contract Documents................................3.5 Certificates of Inspection....................9.13.4,13.5, 14.12
Amendment,Written— Certificates of Insurance.............2.7,5.3,5.4.11,5.4.13,
in general................1.10, 1.45,3.5,5.10,5.12,6.6.2 .......................5.6.5,5.8,5.14,9.13.4, 14.12
.........................6.8.2,6.19, 10.1, 10.4, 11.2 Change in Contract Price--
....................................12.1, 13.12.2, 14.7.2 Cash Allowances....................................I..........11.8
Appeal,OWNER or CONTRACTOR claim for price
intent to.... .....................9.10,9.11,10.4, 16.2,16.5 adjustment............4.1,4.2.6,4.5,5.15,6.8.2,9.4
Application for Payment-- ...................9.5,9.11, 10.2, 10.5, 11.2, 13.9,
definition of......................................................1.3 .......................13.13, 13.14,14.7, 15.1,15.5
ENGINEER's Responsibility...............................9.9 CONTRACTOR's fee.........................................11.6
final payment, ...
*....
*...
9.13.4,9.13.5, 14.12-14.15 Cost of the Work
in general..........................2.8,2.9,5.6.4,9.10, 15.5 general.............
.........
.................
,........
11.4-11.7
progress payment.....................................14.1-14.7 Exclusions to...............................................11.5
review of 14.4-14.7 Cost Records 11.7
Arbitration ....................................................16.1-16.6 in general.............1.19, 1.44,9.11,10.4.2,10.4.3,11
Asbestos-- Lump Sum Pricing..........................................11.3.2
claims pursuant thereto..........................4.5.2,4.5.3 Notification of Surety.................................... ...10.5
CONTRACTOR authorized to stop Work..........4.5.2 Scope of............ ......... ......... ........10.3-10.4
definition of............................................... ......I.A Testing and Inspection,
Uncovering the Work..................................13.9
v EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Unit Price Work 11.9 CONTRACTORS Fee 11.6
Article or Paragraph Article or Paragraph
Number Number
Value of Work ,,,,11.3 CONTRACTORs liability...........5.4,6.12,6.16,6.31
Change in Contract Times-- Cost of the Work............. ......................11.4, 11.5
Claim for times adjustment........4.1,4.2.6,4.5,5.15, Decisions on Disputes...............................9.11,9.12
............ 6.8.2,9.4,9.5,9.11, 10.2, 10.5, 12.1, Dispute Resolution............................................16.1
...............
13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Dispute Resolution Agreement...... ........16.1-16.6
Contractual time limits................................„...12.2 ENGINEER as initial interpretor,......._.........„...9.11
Delays beyond CONTRACTORs Lump Sum Pricing....................... .............11.3.2
control 12.3 Notice of 17.3
Delays beyond OWNERs and OWNERs...................9.4,9.5,9.11, 10.2, 11.2, 11.9
CONTRACTORS control............................12.4 ..................12.1, 13.9, 13.13, 13.14,17.3
Notification of surety...... ......... ......... ........10.5 OWNERS liability ...............5.5
Scope of change ......... _.........10.3-10.4 OWNER may refuse to make payment................14.7
Change Orders-- Professional Fees and Court Costs
Acceptance ofDefective Work..........................13.13 Included...............,....,,.,,,,,.........................17.5
Amending Contract Documents... ....... . ......3.5 request for formal decision on....... 9.11
......... ......
Cash Allowances 11.8 Substitute Items 6.7.1.2
Change of Contract Price.....................................11 Time Extension......
.....
...................-..................12.1
Change of Contract Times...................................12 Time requirements,,,,,,,,,,,,........................9.11, 12.1
Changes in the Work.,,,, ....... ..........
Unit Price Work ......... ......... .............11.9.3
CONTRACTORs fee 11.6 Value of 11.3
Cost of the Work.........................I.............11.4-11.7 Waiver of--on Final Payment.................14.14, 14.15
Cost Records.... ......... ................_11.7 Work Change Directive.... ................10.2
definition of,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1.9 written notice required......................9.11, 11.2, 12.1
emergencies,,,,, ... ...... 6.23 Clarifications and Interpretations.,,,,,,,,,,,3.6.3,9.4,9.11
ENGINEER s responsibility..,._..9.8, 10.4, 11.2, 12.1 Clean Site ........................................................... ..6.17
execution of,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,10.4 Codes of Technical Society,Organization
Indemnifiction. ......... .......6.12,6.16,6.31-6.33 or Association.................................................3.3.3
Insurance,Bonds and..... ..............5.10,5.13, 10.5 Commencement of Contract Times,,,,, ......... .......2.3
OWNER may terminate.............................1.5.2-15.4 Communications—
OWNERs Responsibility............................8.6, 10.4 general „_..........................
,.........
,6.2,6.9.2,8.1
Physical Conditions-- Hazard Communication Programs,,,,,,,,,,,,,,,,,,,,,6.22
Subsurface and..............................................4.2 Completion--
Underground Facilities ......... ......... .....4.3.2 Final Application for Payment..........................1.4.12
Record Docum ents........ ......... . .....6.19 Final Inspection.............. I 14.11
Scope of Change.......................................10.3-10.4 Final Payment and Acceptance................14.13-14.14
Substitutes,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,6.7.3,6.8.2 Partial Utilization* ,,,, ,,,,,,,,,,,,,,,....
*....,_,,,,,,,,,,,,,14.10
Unit Price Work...............................................11.9 Substantial Completion...................... 14.8-14.9
value of Work,covered by ......... .................11.3 Waiver of Claims,,.,,,,,,,,, ......... _.............14.15
Changes in the Work........... ......... ......... ........10 Computation of Times _........ .... ..........._17.2.1-17.2.2
Notification of surety,.,,,, ......... ........10.5 Concerning Subcontractors, Suppliers
OWNERs and CONTRACTORs and Others 6.8-6.11
responsibilities............................................10.4 Conferences--
Right to an adjustment... ......... .................10.2 initially acceptable schedules..............................2.9
Scope of change............ ......... ..... ....10.3-10.4 preconstruction................ .._...... ........, ......2.8
Claims-- Conflict,Error,Ambiguity,Discrepancy--
against CONTRACTOR....................................6.16 CONTRACTOR to Report..............._..........2.5,3.3.2
against ENGINEER.........................................6.32 Construction,before starting by
against OWNER...............................................0.32 CONTRACTOR............................................2.5-2.7
Change of Contract Price...........................9.4, 11.2 Construction Machinery,Equipment,etc,..................6.4
Change of Caitract Times .... .... ..........9.4, 12.1 Continuing the Work,,.,,,,,,,,,,_,..._...... ,_.....6.29, 10.4
CONTRACTORs.............4,7.1,9.4,9.5,9.11,10.2, Contract Documents--
...........................11.2, 11.9, 12.1, 13.9, 14.8, Am ending..........................................................3.5
............................................15.1, 15.5,17.3 Bonds .............................................................5.1
Vi EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Cash Allowances..............................................11.8 Stop Work requirements,,,,,,,,,,,,..........I...........4.5.2
CONTRACTOR's-
Article or Paragraph
Number Article or Paragraph
Number
Change of Contract Price....................................11
Change of Contract Times...................... ............12 Compensation.......................,,.._,,,,,...........11.1-11.2
Changes in the Work..... ......... .........10.4-10.5 Continuing Obligation...... ......... .......-......14.15
check and verify................................................2.5 Defective Work... ...........9.6, 13.10-13.14
Clarifications and Duty to correct defective Work..........................13.11
Interpretations.........................3.2,3.6,9.4,9.11 Duty to Report--
definition of....................................................1.10 Changes in the Work caused by
ENGINEER as initial interpreter of ......... ......9.11 Emergency..,,,.,.,,...............................„6.23
ENGINEER as OWNER's representative,,,, ........9.1 Defects in Work of Others........ ......... ... 7.3
general3 Differing conditions...................................4.2.3
Insurance......................:....................................5.3 Discrepancy in Documents,,,,,,,,2.5,3.3.2,6.14.2
Intent .......................................................3.1-3.4 Underground Facilities not indicated...........4.3.2
minor variations in the Work,,,,,,, „ ...... ......3.6 Emergencies................................, 0.23
OWNER's responsibility to furnish data...............8.3 Equipment and Machinery Rental,Cost
OWNER's responsibility to make of the Work...........................................11.4.5.3
prompt payment..........................8.3, 14.4,14.13 Fee--Cost Plus,,, 11.4.5.6, 11.5.1, 11.6
......... . .....
precedence...............................................3.1,3.3.3 General Warranty and Guarantee.......................6.30
Record Documents......... .................6.19 Hazard Communication Programs„ ................6.22
Reference to Standards and Specifications Indemnification........................6.12,6.16,6.31-6.33
of Technical Societies...................................3.3 Inspection of the Work....,............*........*....7.3, 13.4
Related Work................. 7.2 Labor,Materials and Equipment,... ............6.3-6.5
Reporting and Resolving Discrepancies.....,,.2.5,3.3 Laws and Regulations,Compliance by............6.14.1
Reuse of............................................................3.7 Liability Insurance..............................................5.4
Supplementing..................................................3.6 Notice of Intent to Appeal.........................9.10,10.4
Termination of ENGINEER's Employment..........8.2 obligation to perform and complete
Unit Price Work 11.9 the Work 6.30
variations..........................................3.6,6.23,6.27 Patent Fees and Royalties,paid for by.................6.12
Visits to Site,ENGINEER'S................................9.2 Performance and Other Bonds,,,,,,,, 5.1
......... ......
Contract Price-- Permits,obtained and paid for by.......................6.13
adjustment of...............3.5,4.1,9.4, 10.3, 11.2-11.3 Progress Schedule............................2.6,2.8,2.9,6.6,
Change of............... ....................... ....................11 .............................I...........6.29,10.4,15.2.1
Decision on Disputes........................................9.11 Request for formal decisionon disputes.....,...,,,,.9.11
definition of,,,.. ......... ......1.11 Responsibilities--
.......-.
Contract Times-- Changes in the Work..................................10.1
adjustment of,,,,,,, ,,,,,,,,,,,3.5,4.1,9.4, 10.3,12 Concerning Subcontractors,Suppliers
Change of. .......................................... .....
12.1-12.4 and Others......................................6.8-6.11
Commencement of............................................2.3 Continuing the Work.......................... 10.4
definition of..... ......... ......... ......... ......1.12 CONTRACTOR's expense,,.,,,., ..............6.7.1
CONTRACTOR— CONTRACTOR's General Warranty
Acceptance of Insurance...................................5.14 and Guarantee.......................................6.30
Communications........... ......... .........6.2,69.2 CONTRACTOR s review prior to Shop
Continue Work........................................6.29, 10.4 Drawing or Sample submittal.................6.25
coordination and scheduling........ ................6.9.2 Coordination of Work,,,,,,,,,,,,, ...............6.9.2
definition of.................. 113 Emergencies.,............ 6.23
......-. ......... ...............
Limited Reliance on Technical ENGINEER'S evaluation,Substitutes
Data Authorized.........................................4.2.2 or"Or-Equal"Items.............................6.7.3
May Stop Work or Tenn inate,,,,,,,,,,,,,,,,,,,,,,,,,,,,15.5 For Acts and Omissions
provide site access to others,,,,,,,,,,,,,,,,,,,,,,,7.2, 13.2 of Others,,,,,,,,,,...................6.9.1-6.9.2,9.13
Safety and Protection...... .........4.3.1.2,6.16,6.18, for deductible amounts,insurance .................5.9
......................................6.21-6.23,7.2, 13.2 general........................................6,7.2,7.3,8.9
Shop Drawing and Sample Review Hazardous Communication Programs...........6.22
Prior to Submittal 6.25 Indemnification 6.31-6.33
vii EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Labor,Materials and Equipment,..............6.3-6.5 CONTRACTORS--other,,, .......7
Laws and Regulations............. ................6.14 Contractual Liability Insurance ......... ............,5.4.10
Liability Insurance.... ......... ..5.4 Contractual Time Limits....... ......... ..12.2
Article or Paragraph Article or Paragraph
Number Number
Notice of variation from Contract Coordination--
Documents...........................................6.27 CONTRACTORs responsibility........................6.9.2
Patent Fees and Royalties,................I...........6.12 Copies of Documents................................................2.2
Permits 6.13 Correction Period 13.12
Progress Schedule.........................................6.6 Correction,Removal or Acceptance
Record Documents......................................6.19 of Defective Work--
related Work performed prior to in general...................................10.4.1,13.10-13.14
ENGINEERS approval of required Acceptance ofDefective Work..........................1.3.13
submittals 6.28 Correction or Removal of
..............................................
safe structural loading.................................6.18 Defective Work.................................6.30, 13.11
Safety and Protection ................6.20,7.2,13.2 Correction Period .................13.12
Safety Representative...................................6.21 OWNER May Correct Defective Work........_.....13.14
Scheduling the Work ......... ................6.9.2 OWNER May Stop Work.................................13.10
Shop Drawings and Samples.......................6.24 Cost--
Shop Drawings and Samples Review of Tests and Inspections....................................13.4
by ENGINEER......................................6.26 Records 11.7
Site Cleanliness 6.17 Cost of the Work--
Submittal Procedures...................................6.25 Bonds and insurance,additional...................11.4.5.9
Substitute Construction Methods Cash Discounts 11.4.2
and Procedures 6.7.2 CONTRACTOR's Fee 11.6
Substitutes and"Or-Equal"Items................6.7.1 Employee Expenses......................................11.4.5.1
Superintendence............................................ 2 Exclusions to...., ....11.5
Supervision..................................................6.1 General11.4-11.5
Survival of Obligations ......... ...............6.34 Home office and overhead expenses..................,11.5
Taxes.........................................................6 15 Losses and damages.....................................11.4.5.6
Tests and Inspections..................................13.5 Materials and equipment................................11.4.2
To Report...................................................... 5 Minor expenses...............
Use of Premises.....................6.16-6.18,6.30.2.4 Payroll costs on changes...*...., *.....................11.4.1
Review Prior to Shop Drawing or performed by Subcontractors......... .............11.4.3
Sample Submittal........................................6.25 Recordsll.7
Right to adjustment for changes in the Work,....10.2 Rentals of construction equipment
right to claim............4,7.1,9.4,9.5,9.11,10.2,11.2, and machinery......................................11.4.5.3
..........i 1.9, 12.1, 13.9, 14.8,15.1, 15.5, 17.3 Royalty payments,permits and
Safety and Protection....**"**...***'6.20-6.22,7.2, 13.2 license fees............................................11.4.5.5
Safety Representative..... ... ..........................6.21 Site office and temporary facilities. ._...._....11.4.5.2
Shop Drawings and Samples Submittals..1..6.24-6.28 Special Consultants,CONTRACTOR's............11.4.4
Special Consultants........................................11.4.4 Supplemental.................................................11.4.5
Substitute Construction Methods and Procedures 6.7 Taxes related to the Work 11.4.5.4
Substitutes and"Or-Equal"Items, Tests and Inspection.........................................13.4
Expense..........................................6.7.1,6.7.2 Trade Discounts _........ ......... _............11.4.2
Subcontractors,Suppliers and Others..........6.8-6.11 Utilities,fuel and sanitary facilities..............11.4.5.7
Supervision and Superintendence.........6.1,6.2,6.21 Work after regular hours.................................11.4.1
Taxes,Payment by............................................6.15 Covering Work...............................................13.6-13.7
Use of Premises 6.16-6.18 Cumulative Remedies 17.4-17.5
Warranties and guarantees.........................6.5,6.30 Cutting,fitting and patching....................................7.2
Warranty of Title........... .................14.3 Data,to be furnished by OWNER......, ......... .......8.3
Written Notice Required-- Day--definition of.................
CONTRACTOR stop Work or terminate........15.5 Decisions on Disputes ....
*'** *.......................9.11,9.12
Reports of Differing Subsurface defective--definition of....................................I......1.14
and Physical Conditions.......................4.2.3 defective Work--
Substantial Completion................................14.8 Acceptance of.......................................10.4.1, 13.13
viii EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Correction or Removal of......................10.4.1,13.11 OWNER's Representative9.1
Correction Period.,......,,.. ..............13.12 Payments to the CONTRACTOR,
in general.........................................13, 14.7, 14.11 Responsibility for.....................................9.9, 14
Recommendation of Payment......... ........14.4,14.13
Article or Paragraph
Number Article or Paragraph
Number
Observation by ENGINEER................................9.2
OWNER May Stop Work.................................13.10 Responsibilities--Limitations on.................
9.11-9.13
Prompt Notice of Defects ......... .................13.1 Review of Reports on Differing Subsurface
Rejecting...........................................................9.6 and Physical Conditions.............................4.2.4
Uncovering the Work.......................................13.8 Shop Drawings and Samples,review
Definitions ................................................................1 responsibility ................6.26
Delays ......................................4.1,6.29,12.3-12.4 Status During Construction--
Delivery of Bonds.....................................................2.1 authorized variations in the Work..................9.5
Delivery of certificates of insurance..... ......... .......2.7 Clarifications and Interpretations ........, .......9.4
Determinations for Unit Prices ......... ................9.10 Decisions on Disputes............. ...._....9.11-9.12
Differing Subsurface or Physical Conditions-- Determinations on Unit Price,, ,, 9.10
Notice of.........................................................4.2.3 ENGINEER as Initial Interpreter,...,,...9.11-9.12
ENGINEER's Review..... ... ...............4.2.4 ENGINEER's Responsibilities.. ...9.1-9.12
Possible Contract Documents Change...............4.2.5 Limitations on ENGINEER's Authority
Possible Price and Times Adjustments..............4.2.6 and Responsibilities..............................9.13
Discrepancies-Reporting OWNER's Representative......... ......... ..... 9.1
and Resolving................................2.5,3.3.2,6.14.2 Project Representative...................................9.3
Dispute Resolution-- Rejecting Defective Work......... ......... ......9.6
Agreement..............................
..................
16.1-16.6 Shop Drawings,Change Orders
Arbitration........ ......... ......... .........16.1-16.5 and Payments....................................9.7-9.9
generall6 Visits to Site,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,-,,,,,.............9.2
Mediation 1.6.6 Unit Price determinations 9.10
Dispute Resolution Agreement.........................1.6.1-16.6 Visits to Site..............................-........................ .2
Disputes,Decisions by ENGINEER..... .........9.11-9.12 Written consent required,. ...... ...........7.2,9.1
Documents-- Equipment,Labor,Materials and.......................6.3-6.5
Copies of...........................................................2.2 Equipment rental,Cost of the Work.....,..,.,........ 1.4.5.3
Record 6.19 Equivalent Materials and Equipment........................6.7
Reuse of 3.7 error or omissions 6.33
Drawings--definition of,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1.15 Evidence of Financial Arrangements.,,..,,,...,,.,,,,,,,,.8.11
Easements ............ ......... ......... .......4.1 Explorations of physical conditions..... ...............4.2.1
Effective date of Agreement--definition of...... .......1.16 Fee,CONTRACTOR's--Costs Plus...,.., 11.6
Emergencies............................................ ..............6.23 Field Order--
ENGINEER-- definition of 1.19
.......................................................
as initial interpreter on disputes................9.11-9.12 issued by ENGINEER 3.6.1,9.5
definition of............................... 1.17 Final Application for Payment ......... ..............14.12
Limitations on authority and responsibilities,..,,9.13 Final Inspection................... ,14.11
Replacement of,........................................ .......8.2 Final Payment--
Resident Project Representative.... ......... .......9.3 and Acceptance....,..,,..,,..,.....................14.13-14.14
ENGINEER's Consultant--definition of......... .......1.18 Prior to,for cash allowances ......... ...............11.8
ENGINEER's-- General Provisions 17.3-17.4
..........................................
authority and responsibility,limitations on........9.13 General Requirements-
Authorized Variations in the Work 9.5 definition of 1.20
Change Orders,responsibility for.......9.7, 10, 11, 12 principal references to..............2.6,6.4,6.6-6.7,6.24
Clarifications and Interpretations...............3.6.3,9.4 Giving Notice.........................................................17.1
Decisions on Disputes,,,,,,,,,,,,,,,,, 9.11-9.12 Guarantee of Work--by CONTRACTOR ......,6.30, 14.12
defective Work,notice of..................................13.1 Hazard Communication Programs..........................6.22
Evaluation of Substitute Items 6.7.3 Hazardous Waste--
Liability..................................................6.32,9.12 definition of.....................................................1.21
Notice Work is Acceptable...............................14.13 general .............................................................4.5
Observations...........................................6.30.2,9.2 OWNER's responsibility for.............................,8.10
ix EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Indemnification.............................6.12,6.16,6.31-6.33 Insurance..........................................................5.3
Initially Acceptable Schedules..................................2.9 Precedence,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,-,,...............3.1,3.3.3
Inspection-- Reference to..... ........ ......... ................3.3.1
Certificates of..............................9.13.4, 13.5, 14.12 Safety and Protection...................... .........6.20, 13.2
Final .........I................................................. 4.11 Subcontractors,Suppliers and Others ..........6.8-6.11
Article or Paragraph Article or Paragraph
Number Number
Special,required byENGINEER.........................9.6 Tests and Inspections._............................-_...13.5
Tests and Approval..................... .....8.7, 13.3-13.4 Use of Premises............... ......... ......... _.....6.16
Insurance- Visits to Site 9.2
........................................................
Acceptance of,by OWNER...............................5.14 Liability Insurance--
Additional,required by changes CONTRACTOR's...............................................5.4
in the Work...........................................11.4.5.9 OWNER'S........................ ........5.5
Before starting the Work....................................2.7 Licensed Sureties and Insurers,,,,,,,,,,;,,. ,5.3
..................
Bonds and--in general..........................................5 Liens--
Cancellation Provisions.....................................5.8 Application for Progress Payment 14.2
Certificates of..................2.7,5,5.3,5.4.11,5.4.13, CONTRACTOR's Warranty of Title ......... .......14.3
........................5.6.5,5.8,5.14,9.13.4,14.12 Final Application for Payment..........................14.12
completed operations,..,......,. .......5.4.13 definition of,,,,,,,,,,,,,,,,,,,
CONTRACTOR's Liability..................................5.4 Waiver of Claims.............................................14.15
CONTRACTOR's objection to coverage,,,,, .......5.14 Limitations on ENGINEER's authority and
Contractual Liability......................................5.4.10 responsibilities.,,.,,.,.,,.,,,,.,,.......*.,,-- 9.13
deductible amounts,CONTRACTOR's Limited Reliance by CONTRACTOR
responsibility................................................5.9 Authorized.......................................................
Final Application for Payment.........................14.12 Maintenance and Operating Manuals--
Licensed Insurers,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,5.3 Final Application for Payment.........................14.12
Notice requirements,material changes........5.8, 10.5 Manuals(of others)--
Option to Replace.............................................5.14 Precedence...................................................3.3.3.1
other special insurances....................................5.10 Reference to in Contract Documents,,,,.,,.,,,,.,,,,3.3.1
OWNER as fiduciary for insureds .........5.12-5.13 Materials and equipment--
OWNER's Liability............................................5.5 furnished by CONTRACTOR..............................6.3
OWNERsResponsibility....................................8.5 not incorporated in Work.........................
....__....14.2
Partial Utilization,Property Insurance....... .......5.15 Materials or equipment--equivalent,.... ......... ..., 6.7
Property....................................................5.6-5.10 Mediation(Optional)..............................................16.7
Receipt and Application of Insurance Milestones--definition of........................................1.24
Proceeds ...5.12-5.13 Miscellaneous--
............................................
Special Insurance.............................................5.10 Computation of Times.......__.............................17.2
Waiver of Rights..............................-...............5.11 Cumulative Remedies........................................17.4
Intent of Contract Documents,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,3.1-3.4 Giving Notice,,,,,,,,,,,,,,,,,,,,,,.,,,,,,,-,,,,.................17.1
Interpretations and Clarifications....... ..........3.6.3,9.4 Notice of Claim. .... .... 17.3
Investigations of physical conditions.........................4.2 Professional Fees and Court Costs Included.........17.5
Labor,Materials and Equipment..........................6 3-6.5 Multi-prime contracts......,........................_.................7
Lands-- Not Shown or Indicated 4.3.2
and Easements 8.4 Notice of--
Availability of.............................................4.1,8.4 Acceptability of Project.....................................14.13
Reports and Tests......... .......8.4 Award,definition of,,,,,,, .1.25
Laws and Regulations--Laws or Regulations-- Claim ...........
........
.........
...
_.....................
.....17.3
Bonds ........................................................5.1-5.2 Defects,13.1
Changes in the Work........................................10.4 Differing Subsurface or Physical Conditions......4.2.3
Contract Documents 3 1 Giving 17.1
CONTRACTOR's Responsibilities.....................6.14
Correction Period,defective Work....................13.12 Tests and Inspections.........................................13.3
Cost of the Work,taxes............... ...........11.4.5.4 Variation,Shop Drawing and Sample....I...........6.27
definition of 1.22 Notice to Proceed--
........................................................
general6.14 definition of ,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,1.26
Indemnification........................................6.31-6.33 giving of ........, ....I..., ......,2.3
x EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Notification to Surety..............................................10.5 testing,independent.........................................13.4
Observations,by ENGINEER...........................6.30,9.2 use or occupancy
Occupancy of the Work..................5.15,6.30.2.4, 14.10 of the Woik.......................... .15,6.30.2.4, 14.10
Omissions or acts by CONTRACTOR...............6.9,9.13 written consent or approval
Open Peril policy form,Insurance..........................5.6.2 required.........................................9.1,6.3, 11.4
Option to Replace................. ........ ......... ......5.14
Article or Paragraph
Number
"Or Equal"Items......................................................6.7
Other work 7
Overtime Work--prohibition of.................................6.3
OWNER--
Acceptance of defective Work..........................13.13
appoint an ENGINEER......................................8.2
as fiduciary..............................................5.12-5.13
Availability of Lands,responsibility....................4.1
definition of 1.27
data,furnish......................................................8.3
May Correct Defective Work............................1.3.14
May refuse to make payment.............................1.4.7
May Stop the Work............. 13.10
May Suspend Work,
Terminate...*............... .......8.8, 13.10, 15.1-15.4
Payment,make prompt.................„..8.3, 14.4, 14.13
performance of other work..................................7.1
permits and licenses,requirements...................6.13
purchased insurance requirements...............5.6-5.10
OWNER's--
Acceptance of the Work..............................6.30.2.5
Change Orders,obligation to execute..........8.6, 10.4
Communications 8.1
..................................................
Coordination of the Work 7.4
...................................
Disputes,request for decision............................9.11
Inspections,tests and approvals..................8.7, 13.4
Liability Insurance..............................................5.5
Notice of Defects 13.1
Representative--During Construction,
ENGINEERs Status 9.1
Responsibilities—
Asbestos,PCBs,Petroleum,Hazardous
Waste or Radioactive Material 8.10
.................
Change Orders..............................................8.6
Changes in the Work...................................10.1
communications 8.1
CONTRACTORS responsibilities..................8.9
evidence of financial arrangements..............8,11
inspections,tests and approvals.....................8.7
insurance 8.5
.......................................................
lands and easements 8.4
prompt payment by........................................8.3
replacement of ENGINEER...........................8.2
reports and tests............................................8.4
stop or suspend Work..................8.8, 13.10, 15.1
terminate CONTRACTORS
services..........................................8.8, 15.2
separate representative at site..............................9.3
Xi EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Article or Paragraph Article or Paragraph
Number Number
written notice required........................7.1,9.4,9.11, Shown or Indicated................................................. .3.1
............. ......... .........11.2, 11.9, 14.7, 15.4 Technical Data ...........................................4.2.2
PCBs-- Preconstruction Conference 2.8
........................................
definition of......................................................1.29 Preliminary Matters.....................................................2
general..............................................................4.5 Preliminary 2 Schedules.............................................. .6
OWNER's responsibility for...... .8.10 Premises,Use of.............................................6.16-6.18
Partial Utilization-- Price,Change of Contract...........................................I I
definition of...............................*......._.............1.28 Price,Contract--definition of..................................1.11
general 6.30.2.4, 14.10 Progress Payment,Applications for..... ......... .......14.2
Property Insurance................ ...........................5.15 Progress Payment--retainage....................................14.2
Patent Fees and Royalties........................................6.12 Progress schedule,CONTRACTOR's............2.6,2.8,2.9,
Payment Bonds....... ................................. 6.6,6.29, 10.4, 15.2.1
Payments,Recommendation of..............14.4-14.7, 14.13 Project--definition of...............................................1.31
Payments to CONTRACTOR and Completion-- Project Representative--
Application for ProgressPayments.... .................14.2 ENGINEER'S Status During Construction......,......9.3
CONTRACTOR's Warranty of Title...................14.3 Project Representative,Resident--definition of.........1.33
Final Application for Payment.........................14.12 prompt payment by OWNER.......... ......8.3
Final Inspection.............. ......... ..............14.11 Property Insurance—
Final Payment and Acceptance................ Additional.........................................................5.7
general ............8.3, 14 general5.6-5.10
Partial Utilization............................................14.10 Partial Utilization...........,....................5.15, 14.10.2
Retainage..........................................................14.2 receipt and application of proceeds ..........5.12-5.13
Review of Applications for Protection,Safety and..............................6.20-6.21, 13.2
Progress Payments...............................14.4-14.7 Punch list ...........................................................I4.11
prompt payment..................................................8.3 Radioactive Material--
Schedule of Values 14.1 defmtion of 1.32
Substantial Completion.............................1.4.8-14.9 general4.5
Waiver of Claims......................._,...,.,.............14.15 OWNER's responsibility for,.......
........................
8.10
when payments due........ ................. .14.4, 14.13 Recommendation of Payment ............14.4, 14.5,14.13
withholding payment.........................................14.7 Record Documents........................................6.19, 14.12
Performance Bonds............................................5.1-5.2 Records,procedures for maintaining...........................
Permits 6.13 Reference Points 4.4
Petroleum-- Reference to Standards and Specifications
definition of 1.30 of Technical Societies 3.3
general..............................................................4.5 Regulations,Laws and(or)......................................6.14
Rejecting Defective Work..........................................9.6
OWNER's responsibility for...............................8.10 Related Work--
Physical Conditions-- at Site ........................................................7.1-7.3
Drawings of,in or relating to........................4.2.1.2 Performed prior to Shop Drawings
ENGINEER's review........................................4.2.4 and Samples submittals review.......,.......,....6.28
existing structures.............................
..............4.22 Remedies,cumulative........................ ........17.4,17.5
general 4.2.1.2..................................................................... Removal or Correction ofDefective Work...............13.11
Notice of Differing Subsurface or................ ......4.2.3 rental agreements,OWNER approval required.....11.4.5.3
Possible Contract Documents Change...............4.2.5 replacement of ENGINEER,by OWNER.....................8.2
Possible Price and Times Adjustments..............4.2.6 Reporting and Resolving
Reports and Drawings......................................4.2.1 Discrepancies........................,........2.5,3.3.2,6.14.2
Subsurface and,.. ......... 4.2 Reports--
......... ......... .......
Subsurface Conditions...................................4.2.1.1 and Drawings..................................,.....,......... .2.1
Technical Data,Limited Reliance by and Tests,OWNER's responsibility 8A
CONTRACTOR Authorized.......................4.2.2 Resident and Project Representative--
Underground Facilities-- definition of....................................................1.33
general........................................................4.3
.
Not Shown or Indicated 4.3.2
...............................
Protection of.........................................4.3,6.20 provision for.......................................... ..........9.3
xii EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Article or Paragraph
Number Article or Paragraph
Number
Resident Superintendent,CONTRACTOR's................6.2
Responsibilities-- submittal required...............................................6.24.1
CONTRACTORS-in general..................................6 Submittal Procedures..., , „6.25
use to approve substitutions..............................6.7.3
Shown or Indicated 4.3.1
ENGINEERS-in general........................................9 Site Access......................................................7.2, 13.2
Limitations on 9.13 Site Cleanliness 6.17
OWNERs-in general.............................................8 Site,Visits to--
Retainage ............................................................14 2 by ENGINEER...........................................9.2, 13.2
Reuse of Documents.................................................3.7 by others................. .... .....................................13.2
Review by CONTRACTOR: Shop Drawings "special causes of loss"policy form,
and Samples Prior to Submittal..........................6.25 insurance............................... 5.6.2
Review of Applications for definition of..... ......... ......... .......1.36
Progress Payments....................................14.4-14.7 Specifications--
Right to an adjustment............................................10.2 defnation of..............................................
......1.36
Rights of Way..........................................................4.1 of Technical Societies,reference tq......,...........3.3.1
Royalties,Patent Fees and..... ......... ..............6.12 precedence......................................................3.3.3
Safe Structural Loading..........................................0.18 Standards and Specifications
Safety-- of Technical Societies........................................3.3
and Protection................................4.3.2,6.16,6.18, Starting Construction,Before..............................2.5-2.8
....
.....
.........
................
"'.6.20-6.21,7.2, 13.2 Starting the Work....................... .....2.4
..........................
general....*...............................................6.20-6.23 Stop or Suspend Work--
Representative,CONTRACTORs.. ...............6.21 by CONTRACTOR......................,,.,,,.,,,.,.........15.5
Samples-- by OWNER...... ......... .............8.8,13.10, 15.1
definition of1.34 Storage of materials and equipment.....................4.1,7.2
general .....* , .................6.24-6.28 Structural Loading,Safety...... ......... .................6.18
Review by CONTRACTOR ......... ...............6.25 Subcontractor--
Review by ENGINEER..............................6.26,6.27 Concerning................................................6.8-6.11
related Work 6.28 definition of 1.37
submittalof...................................................6.24.2 delays ............................................................12.3
submittal procedures.........................................6.25 waiver of rights.............._...._..........-_................6.11
Schedule of progress.............................2.6,2.8-2.9,6.6, Subcontractors--in general.................................6.8-6.11
.... .6.29, 10.4, 15.2.1 Subcontracts--required provisions.........5.11,6.11, 11.4.3
Schedule of Shop Drawing and Sample Submittals--
Submittals..............................2.6,2.8-2.9,6.24-6.28 Applications for Payment..............................._14.2
Schedule of Values..............................2.6,2.8-2.9, 14.1 Maintenance and Operation Manuals..............14.12
Schedules-- Procedures
....6.25
....................................................
Adherence to..................................................15.2.1 Progress Schedules......................................2.6,2.9
Adjusting...........................................................6.6 Samples...................................................6.24-6.28
Change of Contract Times.................................10.4 Schedule of Values........I............................2.6, 14.1
Initially Acceptable.......... ......... ...........2.8,2.9 Schedule of Shop Drawings and Samples
Preliminary........................................................2.6 Submissions......................................2.6,2.8-2.9
Scope of Changes......................................10.3-10.4 Shop Drawings......................................... .24-6.28
Subsurface Conditions........................................4.2.1.1 Substantial Completion--
Shop Drawings-- certification of............................6.30.2.3, 14.8-14.9
and Samples,general.................................6.24-6.28 definition of.....................................................1.38
Change Orders&Applications for Substitute Construction Methods or Procedures........6.7.2
Payments,and.........................................9.7-9.9 Substitutes and"Or Equal'Items................................
6.7
definition of.....................................................1.35 CONTRACTORS Expense...........................6.7.1.3
ENGINEERs approval of................................3.6.2 ENGINEERS Evaluation.................................6.7.3
ENGINEERS responsibility "Or-Equal"...................................................6.7.1.1
for review,..,_...
*....
,......
**....
*........... .7,6.24-6.28 Substitute Construction Methods
related Work....................................................6.28
review procedures................................2.8,6.24-6.28
xiii EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Temporary construction facilities..........................I..4.1
Article or Paragraph Article or Paragraph
Number Number
or Procedures 6.7.2 Termination--
..............................................
Substitute Items............................................6.7.1.2 by CONTRACTOR............................................15.5
Subsurface and Physical Conditions-- by OWNER........................................8.8, 15.1-15.4
Drawings of,in or relatng to........................4.2.1.2 of ENGINEERs employment................................8.2
ENGINEER's Review..... ......... ...............4.2.4 Suspension of Work-in general..... ......... ........15
general.......,.... ..................4 2 Terms and Adjectives........... ..............................
3 4
Limited Reliance by CONTRACTOR Tests and Inspections--
Authorized................................................4.2.2 Access to the Work,by others...........................13.2
Notice of Differing Subsurface or CONTRACTOR's responsibilities. ......... .......13.5
Physical Conditions.........................................4.2.3 cost of 13.4
Physical Conditions.......................................4.2.1.2 covering Work prior to13.6-13.7
Possible Contract Documents Change...............4.2.5 Laws and Regulations(or)................................13.5
Possible Price andTimes Adjustments...............4.2.6 Notice of Defects...............................................13.1
Reports and Drawings.................. ................4.2.1 OWNER May Stop Work ........, .............._.13.10
Subsurface and... ......... ..4.2 OWNER's independent testing .13.4
Subsurface Conditions at the Site...................4.2.1.1 special,required by ENGINEER,,.,.,,..,,..,,,.,
Technical Data..................................,..............4.2.2 timely notice required
.............................,.........
13.4
Supervision-- Uncovering the Work,at ENGINEERS
CONTRACTORS responsibility..........................6.1 request.............................I...................13.8-13.9
OWNER shall not supervise ......... ......... ...„-„8.9 Times--
ENGINEER shall not supervise................9.2,9.13.2 Adjusting........................................................... .6
Superintendence ....................... .....6.2 Change of Contract., 12
........ .........
Superintendent,CONTRACTORS resident...............6.2 Computation of.................................................17.2
Supplemental costs............................ ...........11.4.5 Contract Times--definition of...., ......... .......1.12
Supplementary Conditions-- day .... .........1.7.2.2
definition of 1.39 Milestones 12
principal references to.................1.10, 1.18,2.2,2.7, Requirements--
......................4.2,4.3,5.1,5.3,5.4,5.6-5.9, appeals.................................................9.10, 16
................5.11,6.8,6.13,7.4,8.11,9.3,9.10 clarifications,
Supplementing Contract Documents.........................3.6 claims and disputes..................9.11, 11.2,12
Supplier-- Commencement of Contract Times,,,,,,,,,,,,,,,,2.3
definition of 1.40 Preconstruction Conference 2.8
principal references to...........3.7,6.5,6.8-6.11,6.20, schedules.........................................2.6,2.9,6.6
............. ......... ...........6.24,9.13,14.12 Startingthe Work.... .........2.4
Waiver of Rights...............................................6.l l Title,Warranty of...................................................14.3
Surety-- Uncovering Work............................................13.8-13.9
consent to final payment........................14.12, 14.14 Underground Facilities,Physical Conditions--
ENGINEER has no duty to................................9.13 definition of.,,,,.,,,,.,,,,,,,, 1.41
Notification of..................................10.1, 10.5,15.2 Not Shown or Indicated...................................4.3.2
qualification of.. ......... ............5.1-5.3 protection of 4.3,6.20
Survival of Obligations...........................................6.34 Shown or Indicated.........................................4.3.1
Suspend Work,OWNER May ........ 3.10, 15.1 Unit Price Work--
....... .
Suspension of Work and Termination--......................15 claims ,,,.,,.,.,,,.,,,..,,.,.,,,,,,,,,-,,,......................11.9.3
CONTRACTOR May Stop Work definition of.... ......... .... ......... .......1.42
or Terminate...............................................15.5 genera111.9, 14.1, 14.5
OWNER May Suspend Work.............................15.1 Unit Prices--
OWNER May Terminate............................15.2-15.4 generall1.3.1
Taxes--Payment by CONTRACTOR.......................6.15 Determination for.............................................9.10
Technical Data-- Use of Premises................................6.16,6.18,6.30.2.4
Limited Reliance by CONTRACTOR................4.2.2 Utility owners............................6.13,6.20,7.1-7.3, 13.2
Possible Price and Times Adjustments..............4.2.6 Utilization,Partial., ............1.28,5.15,6.30.2.4,14.10
Reports of Differing Subsurface and Value of the Work..................................................11.3
Physical Conditions....................................4.2.3 Values, Schedule of ......... ............2.6,2.8-2.9, 14.1
xiv EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
Variations in Work--Minor
Authorized........................................6.25,6.27,9.5
Article or Paragraph
Number
Visits to Site--by ENGINEER....................................9.2
Waiver of Claims--on Final Payment.....................14.15
Waiver of Rights by insured parties...... ...........5.11,6.11
Warranty and Guarantee,General--by
CONTRACTOR................................................6.30
Warranty of Title,CONTRACTORs.......................14.3
Work--
Accessto..........................................................13.2
by others,
7
Changes in the........................... ....10
......................
Continuing the.................................................. .29
CONTRACTOR May Stop Work
or Terminate 15.5
................................................
Coordination of 7.4
....................................................
Cost of the.................................................11.4-11.5
definition of 1.43
........................................................
neglected by CONTRACTOR...........................13.14
other Work............................
.............
..........
.......
..?
OWNER May Stop Work.................................13.10
OWNER May Suspend Work...................13.10, 15.1
Related,Work at Site.....................................7.1-7.3
Starting the........................................................2.4
Stopping by CONTRACTOR.............................1.5.5
Stopping by OWNER,.........................
.......
15.1-15.4
Variation and deviation authorized,minor...........3.6
Work Change Directive--
claims pursuant to.............................................10.2
definition of 1.44
........................................................
principal references to.......................3.5.3, 10.1-10.2
Written Amendment--
definition .45 1 of
........................................................
principal references to..............1.10,3.5,5.10,15.12,
........................6.6.2,6.8.2,6.19, 10.1, 10.4,
............................11.2, 12.1, 13.12.2,14.7.2
Written Clarifications and
Interpretations...................................3.6.3,9.4,9.11
Written Notice Required--
by CONTRACTOR............................7.1,9.10-9.11,
...........................................10.4, 11.2, 12.1
by OWNER....................9.10-9.11, 10.4, 11.2, 13.14
xv EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
(This page left blank intentionally)
xvi EJCDC GENERAL CONDITIONS 1910-8(1990 EDITION)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
GENERAL CONDITIONS same are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives,Field Orders and ENGINEERS
ARTICLE 1—DEFINITIONS written interpretations and clarifications issued pursuant to
paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective
Date of the Agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
Wherever used in these General Conditions or in the other reports and drawings referred to in paragraphs 4.2.1 and
Contract Documents the following terms have the 4.2.2 are not Contract Documents.
meanings indicated which are applicable to both the
singular and plural thereof: 1.11. Contract Price—The moneys payable by
OWNER to CONTRACTOR for completion of the Work
1.1. Addenda--Written or graphic instruments issued in accordance with the Contract Documents as stated in
prior to the opening of Bids which clarify, correct or the Agreement (subject to the provisions of
change the Bidding Requirements or the Contract paragraph 11.9.1 in the case of Unit Price Work).
Documents.
1.12. Contract Times—The numbers of days or the
1.2. Agreement—The written contract between OWNER dates stated in the Agreement: (1)to achieve Substantial
and CONTRACTOR covering the Work to be performed; Completion, and(ii)to complete the Work so that it is
other Contract Documents are attached to the Agreement ready for final payment as evidenced by ENGINEERs
and made a part thereof as provided therein. written recommendation of final payment in accordance
with paragraph 14.13.
1.3. Application for Payment--The form accepted by
ENGINEER which is to be used by CONTRACTOR in 1.13. CONTRACTOR--The person,firm or corporation
requesting progress or final payments and which is to be with whom OWNER has entered into the Agreement.
accompanied by such supporting documentation as is
required by the Contract Documents. 1.14. defective—An adjective which when modifying
the word Work refers to Work that is unsatisfactory,faulty
1.4. Asbestos--Any material that contains more than one or deficient in that it does not conform to the Contract
percent asbestos and is friable or is releasing asbestos fibers Documents, or does not meet the requirements of any
into the air above current action levels established by the inspection,reference standard,test or approval referred to
United States Occupational Safety and Health in the Contract Documents,or has been damaged prior to
Administration. ENGINEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
1.5. Bich-The offer or proposal of the bidder submitted by OWNER at Substantial Completion in accordance with
on the prescribed form setting forth the prices for the Work paragraph 14.8 or 14.10).
to be performed.
1.15. Drawings--The drawings which show the scope,
1.6. Bidding Documents--The advertisement or extent and character of the Work to be famished and
invitation to Bid,instructions to bidders,the Bid form,and performed by CONTRACTOR and which have been
the proposed Contract Documents(including all Addenda prepared or approved by ENGINEER and are referred to
issued prior to receipt of Bids). in the Contract Documents. Shop drawings are not
Drawings as so defined.
1.7. Bidding Requirements--The advertisement or
invitation to Bid,instructions to bidders,and the Bid form. 1.16. Efective Date of the Agreement—The date
indicated in the Agreement on which it becomes effective,
1.8. Bonds—Performance and Payment bonds and other but if no such date is indicated it means the date on which
instruments of security. the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1.9. Change Order—A document recommended by
ENGINEER, which is signed by CONTRACTOR and 1.17. ENGINEER—The person, firm or corporation
OWNER and authorizes an addition,deletion or revision in named as such in the Agreement.
the Work, or an adjustment in the Contract Price or the
Contract Times,issued on or after the Effective Date of the 1.18. ENGINEER's Consultant--A person, firm or
Agreement. corporation having a contract with ENGINEER to famish
services as ENGINEERS independent professional
1.10. Contract Documents—The Agreement, Addenda associate or consultant with respect to the Project and who
(which pertain to the Contract Documents), is identified as such in the Supplementary Conditions.
CONTRACTORS Bid (including documentation
accompanying the Bid and any post Bid documentation 1.19. Field Order—A written order issued by
submitted prior to the Notice of Award)when attached as ENGINEER which orders minor changes in the Work in
an exhibit to the Agreement, the Notice to Proceed, the accordance with paragraph 9.5 but which does not involve
Bonds, these General Conditions, the Supplementary a change in the Contract Price or the Contract Times.
Conditions, the Specifications and the Drawings as the
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 1
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
1.20. General Requirements--Sections of Division 1 of 1954 (42 USC Section 2011 et seq.) as amended from
the Specifications. time to time.
1.21. Hazardous Waste—The term Hazardous Waste shall 1.32.b. Regular Working Hours--Regular workinghours
have the meaning provided in Section 1004 of the Solid are defined as 7:00am to 6:00pm unless otherwise
Waste Disposal Act (42 USC Section 6903) as amended §pecified in the General Requirements.
from time to time.
1.33. Resident Project Representative—The authorized
1.22.a. Laws and Regulations;Laws or Regulations--Any representative of ENGINEER who may be assigned to the
and all applicable laws, rules, regulations, ordinances, site or any part thereof
codes and orders of any and all governmental bodies,
agencies,authorities and courts having jurisdiction 1.34. Samples—Physical examples of materials,
equipment, or workmanship that are representative of
1.22.b.Legal Holidays—shall be those holidays observed some portion of the Work and which establish the
by the City of Fort Collins. standards by which such portion of the Work will be
judged.
1.23. Liens--Liens, charges, security interests or
encumbrances upon real property or personal property. 1.35. Shop Drawings--All drawings, diagrams,
illustrations, schedules and other data or information
1.24. Milestone--A principal event specified in the which are specifically prepared or assembled by or for
Contract Documents relating to an intermediate completion CONTRACTOR and submitted by CONTRACTOR to
date or time prior to Substantial Completion of all the Illustrate some portion of the Work.
Work.
1.36. Specifications—Those portions of the Contract
1.25. Notice of Award—A written notice by OWNER to Documents consisting of written technical descriptions of
the apparent successful bidder stating that upon compliance materials,equipment,construction systems,standards and
by the apparent successful bidder with the conditions workmanship as applied to the Work and certain
precedent enumerated therein, within the time specified, administrative details applicable thereto.
OWNER will sign and deliver the Agreement.
1.37. Subcontractor--An individual,firm or corporation
1.26. Notice to Proceed—A written notice given by having a direct contract with CONTRACTOR or with any
OWNER to CONTRACTOR(with a copy to ENGINEER) other Subcontractor for the performance of a part of the
fixing the date on which the Contract Times will Work at the site.
commence to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the 1.38. Substantial Completion--The Work (or a
Contract Documents. specified part thereof)has progressed to the point where,
in the opinion of ENGINEER as evidenced by
1.27. OWNER—The public body or authority, ENGINEER's definitive certificate of Substantial
corporation, association, firm or person with whom Completion,it is sufficiently complete,in accordance with
CONTRACTOR has entered into the Agreement and for the Contract Documents, so that the Work (or specified
whom the Work is to be provided part) can be utilized for the purposes for which it is
intended; or if no such certificate is issued, when the
1.28. Partial Utilization—Use by OWNER of a Work is complete and ready for final payment as
substantially completed part of the Work for the purpose evidenced by ENGINEER's written recommendation of
for which it is intended (or a related purpose) prior to final payment in accordance with paragraph 14.13. The
Substantial Completion of all the Work. terms "substantially complete" and "substantially
completed" as applied to all or part of the Work refer to
1.29. PCBs—Polychlorinated biphenyls. Substantial Completion thereof.
1.30. Petroleum--Petroleum, including crude oil or any 1.39. Supplementary Conditions—The part of the
fraction thereof which is liquid at standard conditions of Contract Documents which amends or supplements these
temperature and pressure (60 degrees Fahrenheit and General Conditions.
14.7 pounds per square inch absolute), such as oil,
petroleum,fuel oil,oil sludge,oil refuse,gasoline,kerosene 1.40. Supplier—A manufacturer, fabricator, supplier,
and oil mixed with other non-Hazardous Wastes and crude distributor,materialman or vendor having a direct contract
oils. with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
1.31. Project—The total construction of which the Work Work by CONTRACTOR or any Subcontractor.
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract 1.41. Underground Facilities--All pipelines, conduits,
Documents. ducts, cables, wires, manholes, vaults, tanks, tunnels or
other such facilities or attachments,and any encasements
1.32.a. Radioactive Material—Source, special nuclear, or containing such facilities which have been installed
byproduct material as defined by the Atomic Energy Act of underground to famish any of the following services or
2 EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
materials: electricity, gases, steam, liquid petroleum if a Notice to Proceed is given,on the day indicated in the
products, telephone or other communications, cable Notice to Proceed. ANotice to Proceed may be given at
television, sewage and drainage removal, traffic or other any time within thirty days after the Effective Date of the
control systems or water. Agreement in no eventwill the r,.. rast Times
Gemme4we to nin lAtff than the sixtieth day after the day
1.42. Unit Price Work—Work to be paid for on the basis
of unit prices. of the greement whichever date: earlier.
1.43. Work--The entire completed construction or the Starting the Work.-
various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work includes 2.4. CONTRACTOR shall start to perform the Work
and is the result of performing or furnishing labor and on the date when the Contract Times commence to run,
furnishing and incorporating materials and equipment into but no Work shall be done at the site prior to the date on
the construction,and performing or furnishing services and which the Contract Times commence to run
furnishing documents, all as required by the Contract
Documents. Before Starting Construction:
1.44. Work Change Directive—A written directive to 2.5. Before undertaking each part of the Work,
CONTRACTOR, issued on or after the Effective Date of CONTRACTOR shall carefully study and compare the
the Agreement and signed by OWNER and recommended Contract Documents and check and verify pertinent
by ENGINEER, ordering an addition, deletion or revision figures shown thereon and all applicable field
in the Work, or responding to differing or unforeseen measurements. CONTRACTOR shall promptly report in
physical conditions under which the Work is to be writing to ENGINEER any conflict, error, ambiguity or
performed as provided in paragraph4.2 or 4.3 or to discrepancy which CONTRACTOR may discover and
emergencies under paragraph 6.23. A Work Change shall obtain a written interpretation or clarification from
Directive will not change the Contract Price or the Contract ENGINEER before proceeding with any Work affected
Times, but is evidence that the parties expect that the thereby;however,CONTRACTOR shall not be liable to
change directed or documented by a Work Change OWNER or ENGINEER for failure to report any conflict,
Directive will be incorporated in a subsequently issued error, ambiguity or discrepancy in the Contract
Change Order following negotiations by the parties as to its Documents, unless CONTRACTOR knew or reasonably
effect, if any, on the Contract Price or Contract Times as should have known thereof
provided in paragraph 10.2.
2.6. Within ten days after the Effective Date of the
1.45. Written Amendment--A written amendment of the Agreement (unless otherwise specified in the General
Contract Documents, signed by OWNER and Requirements), CONTRACTOR shall submit to
CONTRACTOR on or after the Effective Date of the ENGINEER for review:
Agreement and normally dealing with the nonengineermg
or nontechnical rather than strictly construction-related 2.6.1. a preliminary progress schedule indicating
aspects of the Contract Documents. the times(numbers of days or dates)for starting and
completing the various stages of the Work,including
any Milestones specified in the Contract Documents;
ARTICLE 2—PRELIMINARY MATTERS
2.6.2. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting,reviewing and
Delivery of Bonds: processing such submittal;
2.1. When CONTRACTOR delivers the executed 2.6.2.1. In no case will a schedule be
Agreements to OWNER, CONTRACTOR shall also acceptable which allows less than 21 calendar
deliver to OWNER such Bonds as CONTRACTOR may days for each review by Engineer.
be required to filrnish in accordance with paragraph 5.1.
2.6.3. A preliminary schedule of values for all of
Copies of Documents: the Work which will include quantities and prices of
items aggregating the Contract Price and will
2.2. OWNER shall furnish to CONTRACTOR up to ten subdivide the Work into component parts in sufficient
copies (unless otherwise specified in the Supplementary detail to serve as the basis for progress payments
Conditions) of the Contract Documents as are reasonably during construction Such prices will include an
necessary for the execution of the Work. Additional copies appropriate amount of overhead and profit applicable
will be furnished,upon request,at the cost of reproduction. to each item of Work.
Commencement of Contract Times;Notice to Proceed 2.7. Before any Work at the site is started,
CONTRACTOR and GVP shall each deliver to the
2.3. The Contract Times will commence to run on the ether OWNER, with copies to each additional insure
thirtieth day after the Effective Date of the Agreement,or, ENGINEER
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 3
wI CITY OF FORT COLLINS MODIFICATIONS(REV 412000)
certificates of insurance (and other evidence of insurance describe a functionally complete Project(or part thereof)
..h el, eit1w of ♦her addi+:,.,...1 imwed Iney to be constructed in accordance with the Contract
reasenabb, requ requested by OWNER) which Documents. Any Work,materials or equipment that may
CONTRACTOR-and^`z T T°n-e e ti.,el„,.-e is required reasonably be inferred from the Contract Documents or
to purchase and maintain in accordance with from prevailing custom or trade usage as being required to
paragraphs 5.4 5.6 and 5.7. produce the intended result will be furnished and
performed whether or not specifically called for. When
Preconstruction Conference: words or phrases which have a well-known technical or
construction industry or trade meaning are used to
2.8. Within twenty days after the Contract Times start to describe Work, materials or equipment, such words or
run,but before any Work at the site is started,a conference phrases shall be interpreted in accordance with that
attended by CONTRACTOR, ENGINEER and others as meaning.Clarifications and interpretations of the Contract
appropriate will be held to establish a working Documents shall be issued by ENGINEER as provided in
understanding among the parties as to the Work and to paragraph9.4.
discuss the schedules referred to in paragraph 2.6,
procedures for handling Shop Drawings and other 3.3. Reference to Standards and Specifications of
submittals processing Applications for Payment and Technical Societies; Reporting and Resolving
maintaining required records. Discrepancies:
Initially Acceptable Schedules: 3.3.1. Reference to standards, specifications,
manuals or codes of any technical society,organization
2.9. Unless otherwise provided in the Contract or association, or to the Laws or Regulations of any
Documents a4 least ten days befefe submissien ef the fkst governmental authority, whether such reference be
Application F-U.,yme„+before any work at the site begins, specific or by implication, shall mean the latest
a conference attended by CONTRACTOR, ENGINEER standard, specification, manual, code or Laws or
and others as appropriate designated by OWNER will be Regulations in effect at the time of opening of Bids(or,
held to review for acceptability to ENGINEER as provided on the Effective Date of the Agreement if there were
below the schedules submitted in accordance with no Bids), except as may be otherwise specifically
paragraph 2.6. and Division I - General Requirements. stated in the Contract Documents.
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit 3.3.2. I� during the performance of the Work,
the schedules. No progress payment shall be made to CONTRACTOR discovers any conflict, error,
CONTRACTOR until the schedules are submitted to and ambiguity or discrepancy within the Contract
acceptable to ENGINEER as provided below. The Documents or between the Contract Documents and
progress schedule will be acceptable to ENGINEER as any provision of any such Law or Regulation
providing an orderly progression of the Work to applicable to the performance of the Work or of any
completion within any specified Milestones and the such standard,specification,manual or code or of any
Contract Times,but such acceptance will neither impose on instruction of any Supplier referred to in paragraph 6.5,
ENGINEER responsibility for the sequencing, scheduling CONTRACTOR shall report it to ENGINEER in
or progress of the Work nor interfere with or relieve writing at once, and, CONTRACTOR shall not
CONTRACTOR from CONTRACTOR's full proceed with the Work affected thereby(except in an
responsibility therefor. CONTRACTOR's schedule of emergency as authorized by paragraph 6.23)until an
Shop Drawing and Sample submissions will be acceptable amendment or supplement to the Contract Documents
to ENGINEER as providing a workable arrangement for has been issued by one of the methods indicated in
reviewing and processing the required submittals paragraph 3.5 or 3.6; provided, however, that
CONTRACTOR's schedule of values will be acceptable to CONTRACTOR shall not be liable to OWNER or
ENGINEER as to form and substance. ENGINEER for failure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
ARTICLE 3--CONTRACT DOCUMENTS: INTENT, known thereof.
AMENDING,REUSE
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
Intent: methods indicated in paragraph 3.5 or 3.6, the
provisions of the Contract Documents shall take
3.1. The Contract Documents comprise the entire precedence in resolving any conflict, error, ambiguity
agreement between OWNER and CONTRACTOR or discrepancy between the provisions of the Contract
concerning the Work. The Contract Documents are Documents and:
complementary;what is called for by one is as binding as if
called for by all. The Contract Documents will be 3.3.3.1. the provisions of any such standard,
construed in accordance with the law of the place of the specification,manual,code or instruction(whether
Project. or not specifically incorporated by reference in the
3.2. It is the intent of the Contract Documents to Contract Documents);or
4 EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
3.3.3.2. the provisions of any such Laws or 3.5.3. a Work Change Directive (pursuant to
Regulations applicable to the performance of the paragraph 10.1).
Work (unless such an interpretation of the
provisions of the Contract Documents would result 3.6. In addition, the requirements of the Contract
in violation of such Law or Regulation). Documents may be supplemented, and minor variations
and deviations in the Work may be authorized,in one or
3.3.4. In the event of conflicting or ambiguous more of the following ways:
provisions within the Contract Documents,
specifications will take precedence over the drawings 3.6.1. A Field Order(pursuant to paragraph 9.5),
and addenda will take precedence over both.
Notwithstanding the foregoing, the more specific 3.6.2. ENGINEER's approval of a Shop Drawing or
provision will take precedence over the less specific;the Sample(pursuant to paragraphs 6.26 and 6.27),or
more stringent will take precedence over the less
stringent;the more expensive item will take precedence 3.6.3. ENGINEER's written interpretation or
over the less expensive. On all drawings,figures take clarification(pursuant to paragraph 9.4).
precedence over scaled dimensions. Scaling of
dimensions, if done, is done at the CONTRACTOR'S Reuse of Documents:
own risk.
3.7. CONTRACTOR, and any Subcontractor or
No provision of any such standard,specification,manual, Supplier or other person or organization performing or
code or instruction shall be effective to change the duties furnishing any of the Work under a direct or indirect
and responsibilities of OWNER, CONTRACTOR or contract with OWNER(i) shall not have or acquire any
ENGINEER, or any of their subcontractors, consultants, title to or ownership rights in any of the Drawings,
agents or employees from those set forth in the Contract Specifications or other documents (or copies of any
Documents,nor shall it be effective to assign to OWNER, thereof)prepared by or bearing the seal of ENGINEER or
ENGINEER or any of ENGINEER's Consultants,agents or ENGINEER's Consultant, and(ii) shall not reuse any of
employees any duty or authority to supervise or direct the such Drawings,Specifications,other documents or copies
furnishing or performance of the Work or any duty or on extensions of the Project or any other project without
authority to undertake responsibility inconsistent with the written consent of OWNER and ENGINEER and specific
provisions of paragraph 9.13 or any other provision of the written verification or adaptation by ENGINEER.
Contract Documents.
3.4. Whenever in the Contract Documents the terms"as ARTICLE 4--AVAILABII,TTY OF LANDS;
ordered", "as directed", "as required", "as allowed", "as SUBSURFACE AND PHYSICAL CONDITIONS;
approved" or terms of like effect or import are used,or the REFERENCE POINTS
adjectives "reasonable", "suitable", "acceptable", "proper"
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement, direction, review or
judgment of ENGINEER as to the Work,it is intended that Availability of Lands:
such requirement, direction, review or judgment will be
solely to evaluate, in general, the completed Work for 4.1. OWNER shall furnish,as indicated in the Contract
compliance with the requirements of and information in the Documents, the lands upon which the Work is to be
Contract Documents and conformance with the design performed, rights-of-way and easements for access
concept of the completed Project as a functioning whole as thereto,and such other lands which are designated for the
shown or indicated in the Contract Documents(unless there use of CONTRACTOR Upon reasonable•-fitten request
is a specific statement indicating otherwise). The use of OWNER shall furnish CONTRACTOR CTO with
any such term or adjective shall not be effective to assign to statement of_ee _a legal tWe and legal deseFiptie of th
ENGINEER any duty or authority to supervise or direct the lands upen ,„hiA the Work is to be pef f,med And
furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the ae ,.lone, with appheable T^ ^ ^^a D00—flations
Contract Documents. OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to use of
Amending and Supplementing Contract Documents: lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
3.5. The Contract Documents may be amended to permanent structures or permanent changes in existing
provide for additions, deletions and revisions in the Work facilities will be obtained and paid for by OWNER unless
or to modify the terms and conditions thereof in one or otherwise provided in the Contract Documents. If
more of the following ways: CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
3.5.1. a formal Written Amendment, in the Contract Price or the Contract Times as a result of
any delay in OWNER's furnishing these lands,rigbts-of-
3.5.2. a Change Order(pursuant to paragraph 10.4), way or easements, CONTRACTOR may make a claim
or therefor as provided in Articles 11 and 12.
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 5
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
CONTRACTOR shall provide for all additional lands and indicated in the Contract Documents,or
access thereto that may be required for temporary
construction facilities or storage of materials and 4.2.3.4. is of an unusual nature, and differs
equipment. materially from conditions ordinarily encountered
and generally recognized as inherent in work of
4.2. Subsurface and Physical Conditions: the character provided for in the Contract
Documents;then
4.2.1. Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of: CONTRACTOR shall, promptly immediately after
becoming aware thereof and before further disturbing
4.2.1.1. Subsurface Conditions: Those reports of conditions affected thereby or performing any Work in
explorations and tests of subsurface conditions at or connection therewith (except in an emergency as
contiguous to the site that have been utilized by permitted by paragraph 6.23), notify OWNER and
ENGINEER in preparing the Contract Documents; ENGINEER in writing about such condition.
and CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith(except as
4.2.1.2. Physical Conditions: Those drawings of aforesaid)until receipt of written order to do so.
physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site 4.2.4. ENGINEER's Review: ENGINEER will
(except Underground Facilities) that have been promptly review the pertinent conditions, determine the
utilized by ENGINEER in preparing the Contract necessity of OWNER's obtaining additional exploration or
Documents. tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEER's
4.2.2. Limited Reliance by CONTRACTOR Authorized,- findings and conclusions.
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such 4.2.5. Possible Contract Documents Change: If
reports and drawings,but such reports and drawings are not ENGINEER concludes that a change in the Contract
Contract Documents. Such"technical data"is identified in Documents is required as a result of a condition that meets
the Supplementary Conditions. Except for such reliance on one or more of the categories in paragraph 4.2.3,a Work
such"technical data",CONTRACTOR may not rely upon Change Directive or a Change Order will be issued as
or make any claim against OWNER,ENGINEER or any of provided in Article 10 to reflect and document the
ENGINEER's Consultants with respect to: consequences of such change.
4.2.2.1. the completeness of such reports and 4.2.6. Possible Price and Times Adjustments: An
drawings for CONTRACTOWs purposes, equitable adjustment in the Contract Price or in the
including, but not limited to, any aspects of the Contract Times,or both,will be allowed to the extent that
means, methods, techniques, sequences and the existence of such uncovered or revealed condition
procedures of construction to be employed by causes an increase or decrease in CONTRACTOR's cost
CONTRACTOR and safety precautions and of,or time required for performance of�the Work;subject,
programs incident thereto,or however,to the following:
4.2.2.2. other data, interpretations, opinions 4.2.6.1. such condition must meet any one or
and information contained in such reports or shown more of the categories described in
or indicated in such drawings,or paragraphs 4.2.3.1 through 4.2.3.4,inclusive;
4.2.2.3. any CONTRACTOR interpretation of 4.2.6.2. a change in the Contract Documents
or conclusion drawn from any "technical data" or pursuant to paragraph 4.2.5 will not be an
any such data, interpretations, opinions or automatic authorization of nor a condition
information. precedent to entitlement to any such adjustment;
4.2.3. Notice of Differing Subsurface or Physical 4.2.6.3. with respect to Work that is paid for
Conditions: If CONTRACTOR believes that any on a Unit Price Basis,any adjustment in Contract
subsurface or physical condition at or contiguous to the site Price will be subject to the provisions of
that is uncovered or revealed either: paragraphs 9.10 and 11.9,and
4.2.3.1. is of such a nature as to establish that 4.2.6.4. CONTRACTOR shall not be entitled
any "technical data" on which CONTRACTOR is to any adjustment in the Contract Price or Times
entitled to rely as provided in paragraphs 4.2.1 and if,
4.2.2 is materially inaccurate,or
4.2.6.4.1. CONTRACTOR knew of
4.2.3.2. is of such a nature as to require a the existence of such conditions at the
change in the Contract Documents,or time CONTRACTOR made a final
commitment to OWNER in respect of
4.2.3.3. differs materially from that shown or Contract Price and Contract Times by the
6 EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
submission of a bid or becoming bound give written notice to that owner and to OWNER and
under a negotiated contract;or ENGINEER ENGINEER will promptly review the
Underground Facility and determine the extent, if
4.2.6.4.2. the existence of such any, to which a change is required in the Contract
condition could reasonably have been Documents to reflect and document the consequences
discovered or revealed as a result of any of the existence of the Underground Facility. If
examination; investigation, exploration, ENGINEER concludes that a change in the Contract
test or study of the site and contiguous Documents is required,a Work Change Directive or a
areas required by the Bidding Change Order will be issued as provided in Article 10
Requirements or Contract Documents to be to reflect and document such consequences. During
conducted by or for CONTRACTOR prior such time, CONTRACTOR shall be responsible for
to CONTRACTOR's making such final the safety and protection of such Underground
commitment;or Facility as provided in paragraph 6.20.
CONTRACTOR shall may be allowed an increase in
4.2.6.4.3. CONTRACTOR failed to the Contract Price or an extension of the Contract
give the written notice within the time and Times,or both,to the extent that they are attributable
as required by paragraph 4.2.3. to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
If OWNER and CONTRACTOR are unable to agree on and that CONTRACTOR did not know of and could
entitlement to or as to the amount or length of any such not reasonably have been expected to be aware of or
equitable adjustment in the Contract Price or Contract to have anticipated. If OWNER and CONTRACTOR
Times, a claim may be made therefor as provided in are unable to agree on entitlement to or the amount or
Articles 11 and 12. However,OWNER,ENGINEER and length of any such adjustment in Contract Price or
ENGINEER's Consultants shall not be liable to Contract Times,CONTRACTOR may make a claim
CONTRACTOR for any claims, costs, losses or damages therefor as provided in Articles 11 and 12. However,
sustained by CONTRACTOR on or in connection with any OWNER, ENGINEER and ENGINEER's
other project or anticipated project Consultants shall not be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
4.3. Physical Conditions—Underground Facilities: sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
4.3.1. Shown orindicate& The information and data
shown or indicated in the Contract Documents with Reference Points.-
respect to existing Underground Facilities at or
contiguous to the site is based on information and data 4.4. OWNER shall provide engineering surveys to
furnished to OWNER or ENGINEER by the owners of establish reference points for construction which in
such Underground Facilities or by others. Unless it is ENGINEER's judgment are necessary to enable
otherwise expressly provided in the Supplementary CONTRACTOR to proceed with the Work.
Conditions: CONTRACTOR shall be responsible for laying out the
Work,shall protect and preserve the established reference
4.3.1.1. OWNER and ENGINEER shall not be points and shall make no changes or relocations without
responsible for the accuracy or completeness of any the prior written approval of OWNER CONTRACTOR
such information or data;and shall report to ENGINEER whenever any reference point
is lost or destroyed or requires relocation because of
4.3.1.2. The cost of all of the following will be necessary changes in grades or locations, and shall be
included in the Contract Price and CONTRACTOR responsible for the accurate replacement or relocation of
shall have full responsibility for: (i)reviewing and such reference points by professionally qualified
checking all such information and data,(ii)locating personnel.
all Underground Facilities shown or indicated in the
Contract Documents,(iii)coordination of the Work 4.5. Asbestos,PCBs,Petroleum,Hazardous Waste or
with the owners of such Underground Facilities Radioactive Material:
during construction, and (iv)the safety and
protection of all such Underground Facilities as 4.5.1. OWNER shall be responsible for any
provided in paragraph 6.20 and repairing any Asbestos, PCBs, Petroleum, Hazardous Waste or
damage thereto resulting from the Work. Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or
4.3.2. Not Shown or Indicated: If an Underground Specifications or identified in the Contract
Facility is uncovered or revealed at or contiguous to Documents to be within the scope of the Work and
the site which was not shown or indicated in the which may present a substantial danger to persons or
Contract Documents,CONTRACTOR shall,promptly property exposed thereto in connection with the Work
immediately after becoming aware thereof and before at the site. OWNER shall not be responsible for any
further disturbing conditions affected thereby or such materials brought to the site by
performing any Work in connection therewith(except CONTRACTOR, Subcontractors, Suppliers or
in an emergency as required by paragraph 6.23), anyone else for whom CONTRACTOR is
identify the owner of such Underground Facility and responsible.
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 7
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
4.5.2 CON1Tn A CTnn shall immediately: (i)stop^l l ARTICLE 5--BONDS AND INSURANCE
as fequ4ed by paFagmph 6.233Tand 00 notify
Performance,Payment and Other Bonds:
consult with ENG]NEER concerning the necessity 5.1. CONTRACTOR shall furnish Performance and
OWNER to retain^ qualified expert to e all to such payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
G9�aRAGTOR shall not be required to fesufne payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect
.el. ^fF ete,l afea until .1ftef 0AWER has ebtainea at least until one year after the date when final payment
any required permits related thefd-e and delivered t becomes due, except as provided otherwise by Laws or
00 iTRACTO speeialvaitterlfietiee: r� Regulations or by the Contract Documents.
CONTRACTOR shall also furnish such other Bonds as
are required by the Supplementary Conditions. All Bonds
shall be in the form prescribed by the Contract Documents
Work may be resumed safely.
�7 if r,.Wr E ^,.,1 except as provided otherwise by Laws or Regulations and
shall be executed by such sureties as are named in the
of a, adjustrnerA, if any, in current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Work stoppage or such special eend tions under.,.hi Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff Bureau of
either,,arty may make^ claim thefer r as yided in Government Financial Operations, U.S.Treasury
A-ti^'es 1 and 12. Department All Bonds signed by an agent must be
accompanied by a certified copy of such agents authority
4 c z If after_e ipt f such s :^l . .:tten 41ati^e to act.
CONTRACTOR does not agree to resume such w
based a .. _,.....,._ ble belief:t is unsafe, of gees_et 5.2. If the surety on any Bond furnished by
agree resume such Work under ^h speoia CONTRACTOR is declared a bankrupt or becomes
.,.,l:iers thenQAIIl ,.cn . _,le_ sueh portion of insolvent or its right to do business is terminated in any
the Work that is in oonnection with such hazardous state where any part of the Project is located or it ceases to
^,.nd tion or in sueh ffe,et d sfee W be deleted a...m meet the requirements of paragraph 5.1,CONTRACTOR
the WorL if OWNER and CONTRACTOR ^ ..,,+ shall within ten days thereafter substitute another Bond
agFee ..to°.tide.-ent to er♦l,e A .nt PA:e..te..t,. An and Surety,both of which must be acceptable to OWNER
adjustmeM if any,in Contract Price or Contract Times
g suoh portion of t>,e WeFk,tl a 5.3. Licensed Sureties and Insurers; Certificates of
either paity may make a claim thmfor as providod in Insurance:
porti �x n of the Work performed1. n�x7l rcn^ 5.3.1. All Bonds and insurance required by the
r revs or ed e_s _d—An ee,iv l A•'i^'^' Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
4.5.4. To the fullest e.&-i# permitted by Laws and from surety or insurance companies that are duly
PwVlatieiis, QVP4R—R --hall in-, mnify and hold licensed or authorized in the jurisdiction in which the
;mleS„ C�NlTn A T-O Subeontmetem- Project is located to issue Bonds or insurance policies
for the limits and coverages so required Such surety
efficers, difeeters, employees; agerlts, ether and insurance companies shall also meet such
Ann,nihnnts And of meh and additional requirements and qualifications as may be
provided in the Supplementary Conditions.
M�deus such , 5.3.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
sickness,disease or deetl, or to iii uiy t or de,t..., ion Supplementary Conditions, certificates of insurance
f t..., ble property ( the_ than the W a. kself, (and other evidence of insurance requested by
oludirg the loss ofuse resulting a,eie�e. �a OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
OVAIWin t,.:..,ae,.nify any persen of entity a-am an in accordance with paragraph 5.4. n.x�,.,co�.z,�s'en
delweF to Gt CO.�qn A�Tn wth eapies—te em
own negligenee.
Cewhtieri,,eetiseates of i I I PARr
4.5.5 The provisions of paragraphs 4.2 and 411 evidence of insurance requested by C-, NT R ACT 0R
L-iaZATdca3^ \I7..Sfe or Radioactive Material uncovere ..,,wed to purchase an maintainaccordance in .:,OF ea1e,1 A tl,e^ y a*5.6 arA 5.7 hprenf
8 EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
CONTRACTOR's Liability Insurance. 5.4.10. include contractual liability insurance
covering CONTRACTOR's indemnity obligations
5.4. CONTRACTOR shall purchase and maintain such under paragraphs 6.12,6.16 and 6.31 through 6.33;
liability and other insurance as is appropriate for the Work
being performed and furnished and as will provide 5.4.11. contain a provision or endorsement that the
protection from claims set forth below which may arise out coverage afforded will not be cancelled, materially
of or result from CONTRACTOR's performance and changed or renewal refused until at least thirty days'
furnishing of the Work and CONTRACTOR's other prior written notice has been given to OWNER and
obligations under the Contract Documents,whether it is to CONTRACTOR and to each other additional insured
be performed or furnished by CONTRACTOR, any identified in the Supplementary Conditions to whom
Subcontractor or Supplier, or by anyone directly or a certificate of insurance has been issued (and the
indirectly employed by any of them to perform or furnish certificates of insurance furnished by the
any of the Work,or by anyone for whose acts any of them CONTRACTOR pursuant to paragraph 5.3.2 will so
may be liable: provide);
5.4.1. claims under workers'compensation,disability 5.4.12. remain in effect at least until final payment
benefits and other similar employee benefit acts; and at all times thereafter when CONTRACTOR may
be correcting,removing or replacing defective Work
5.4.2. claims for damages because of bodily injury, in accordance with paragraph 13.12;and
occupational sickness or disease, or death of
CONTRACTOR's employees, 5.4.13. with respect to completed operations
insurance, and any insurance coverage written on a
5.4.3. claims for damages because of bodily injury, claims-made basis, remain in effect for at least two
sickness or disease,or death of any person other than years after final payment(and CONTRACTOR shall
CONTRACTOR's employees; famish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
5.4.4. claims for damages insured by customary a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
(i)by any suit of an offense directly^ insured of continuation of such insurance at final
payment and one year thereafter).
CONTRACT 01 r (ii)by a other p n for a
OWNER's Liability Insurance:
5.4.5. claims for damages, other than to the Work 5.5. In addition to insurance required to be provided
itself; because of injury to or destruction of tangible by CONTRACTOR under paragraph 5.4, OWNER, at
property wherever located, including loss of use OWNER's option, may purchase and maintain at
resulting therefrom;and OWNER's expense OWNER's own liability insurance as
will protect OWNER against claims which may arise from
5.4.6. claims for damages because of bodily injury or operations under the Contract Documents.
death of any person or property damage arising out of
the ownership, maintenance or use of any motor Property Insurance:
vehicle.
Unless otherwise provided in the Cupple..,e„tal7y
The policies of insurance so required by this paragraph 5.4 POR&tiio s;Q 2 �ED shall=Pure^se and maintain
to be purchased and maintained shall: surance upon the Work at the site in the am
„C he full eplaeeme..t cost ther-eaf (subje,a to .el.
5.4.7. with respect to insurance required by dedt etible Am cups as may be—prEwided in th
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9SupplemerAary Gen&fiens or required by Laws end
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNER, ENGINEER, ENGINEER's 5.6.1.is de the interests e€ OIAPM- ,
Consultants and any other persons or entities identified CO1`TTD.�t TOPLSubeentraeter^ IGMER;
in the Supplementary Conditions,all of whom shall be
listed as additional insureds,and include coverage for entities idenAified i the Supplementary Conditions
the respective officers and employees of all such each ef whem is deemed to have an 4wdrable interest
additional insureds; ,
5.4.8. include the specific coverages and be written 5.6.2. bevffism en a Buildefs Risk "al Fisk"
for not less than the limits of liability provided in the open Peril OF speeial Causes of less p0hey form that
Supplementary Conditions or required by Laws or shall at least include insurance a physical loss or
Regulations,whichever is greater;
and Work in transit and shall insure against at lea
5.4.9. include completed operations insurance; the following erik fre—lighbling, extended
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 9
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
r1.eR vandalism and malicious mischief, commencement of the Work at the site OWNER ;sha11
at e, eal'lapse :r ,.
debris removal demolition m :,, :advise CONTRACTOR...l,erl..e_of m. such eth
WE'ai--oa}Hage, ••a such ,.rl..e_ e_ils as may b
5.11.Wwi;er ofRigkts.--
eincludeincurred in the repair or 5.11.1. OlxN>;R and CONTRACTOR intend that att
limited toems and charges of enginee s—a�-n and 5.7 . ll ....,.re,.+ OW MR; GQ>qD ACTOP,
a.. LTr/`_Tl E LTTC_7NRER�
�oal9E6RauEtEf^�rzvvsr���wsvr.LxcS
Consultants and all other persens eF entities idm#ified
5.6.4. cover-materials and equipment aterea at the site in the e.. pleme...ta_y Conditions to be listed as
OWNER _ to being . _ tea in the We_l. ill pro,:de prffnary coverage for- all leased and
previded that gudh materiAlq mid equipment have been damages carused by the perils Gaver-ed the4eby. Al
by in the event of«.., ent of any loss or damage the
insunrs .,ill have me r;gMs of reee,rer,,aga;nat any 0
c 6 G l.e.n :.#-Mined in efF et until final payrn ear the=imuredS ater-additional—aa'ei.dq the-femAder
made uriless otherwise agreed to in wfking by 91AINER and GG�,aRAGTOR waive all nloi—ts
against ael. °Auer and the:_ respeet:..a effseera
dt.;.+.. days' written native to eaeh ether add;t;en d:_eatora employees and n e..ta for all losses and
«ed + whom a ft:f Bate eF: e has been
issued_ any of the riles oevered by al el' e and any
5.7. GWNER Shall purehase and fna�#ain sueh boi—lef i-11 Aa—dditiei% waive all sueh rights against
&ibeO t aEt6FS, lva aEP, ENGT-WERR'S
OWNER; CONTRACT/lD Subo..nt_aar..ra LTT!'_1 MER
; ds or additional insureds under such policies
lease ens-,xnd-damages-so eaused. 1r:Elne off tile-ahem'e
identified;n the Supplementary Conditions,each of whomwaivers shall extend to the rights than any pstir
insurancean insured or additional insured held by OVINE s trustee or otherwise
5.8. All the policies of insurance(and the a rt f:aates a
otl,e_ °..:dense d,ereef) _equifed to be .....rel.aaea and 5.11.2. lnadditien, OWI�ean ...,.:wee ..11 rights
mainta�ml by OWNER in accordance with paragraphs 5.6 against EONTT- T0k subwnteaster
z r.rn_I1.rcI:o L nrn_rnrc>;o�,. �........1+,...+,. ,,..a
PiERiC3 Z{]IC[�1G
covuage afferded will not be cancelled or materially offieem directors; employees and agents of any of
dta ea of fenewal refused until at least 44i -. days'pFieF +l..e feri
vffitten notice '-s been given to OlAaTER and
GG1 F RAC40R and to aeh e+l.a« add:r:e...a1 : «ad + 5.11.2.1. less due te business 44erFuptieft less
whora a eeAifieate of ins�ee has been issued And will of use or other oansequential less exte-n—di-n—g
s ntain waiver Pre.11, a in asee-rdanee. vita beyond direa physioal lossaF
a
f'ai 8gi-up hr�-r 51-i1-i-
of of_ ..lti.,e from f:_e
5.9. OWNER shall not be responsible for purchasing ;Nhe4-hey of no-A in -and
and maintaining any property insurance to protect the
interests of CONTRACTOR, Subcontractors or others in 5 r.2 1 na or damage to the ee...nletea
the Work to the°..tent of any ded..—,le amounts that.. Rr eat., .....,+t1..ereeF aa..aed L... afisfiv Out eF.._
le within eh identified ded.oible ameunt will be l.e l..rpro e.+., hisumme maintained on the
by CO gPACTOR Subeent_aet.._a etl..en.surf_:....a cemplated R_e:ear .._ ..a.t tl.e«eef by lllxll lx:R
ah to and if aRy of the wishes property 4isufanee d'ufing partial utilization puf&aant to
purchase and rna:#a;n it at the n„_ehaseVs own e.n.eme not to paragraph 14. final
4 e a&r n ant
n ,nder pol;a;e providedn aphs e 6 or e 7 OLWInMR any less damage, consequential leas ref3rred to;n
thereof will be charged to CONTRACTOR by appropriate in the event of payment of a such loss damage ..
Change Oder eF Wnden Amendment. l60r—t6 Gensequential loss the 4mviriffs will have n fights of
EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
10
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
recovery against^ of CONTRACTOR, Subcontractors, Completion of all the Work, such use or occupancy may
, be accomplished in accordance with paragraph 14.10;
them. provided that no such use or occupancy shall commence
before the insurers providing the property insurance have
ReceiptandApplication of Insurance Proceeds.• acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
5.12. Any insured loss under the policies of insurance providing the property insurance shall consent by
required by paragraphs 5.6 and 5.7 will be adjusted with endorsement on the policy or policies, but the property
OWNER and made payable to OWNER as fiduciary for the insurance shall not be cancelled or permitted to lapse on
insureds, as their interests may appear, subject to the account of any such partial use or occupancy.
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account any money so received, and shall distribute it in ARTICLE 6--CONTRACTOR'S
accordance with such agreement as the parties in interest RESPONSIBILITIES
may reach If no other special agreement is reached the
damaged Work shall be repaired or replaced,the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or Supervision and Superintendence:
Written Amendment.
6.1. CONTRACTOR shall supervise, inspect and
5.13. OWNER as fiduciary shall have power to adjust direct the Work competently and efficiently, devoting
and settle any loss with the insurers unless one of the such attention thereto and applying such skills and
parties in interest shall object in writing within fifteen days expertise as may be necessary to perform the Work in
after the occurrence of loss to OWNER's exercise of this accordance with the Contract Documents.
power. If such objection be made, OWNER as fiduciary CONTRACTOR shall be solely responsible for the means,
shall make settlement with the insurers in accordance with methods, techniques, sequences and procedures of
such agreement as the parties in interest may reach If no construction,but CONTRACTOR shall not be responsible
such agreement among the parties in interest is reached, for the negligence of others in the design or specification
OWNER as fiduciary shall adjust and settle the loss with of a specific means, method, technique, sequence or
the insurers and :f 1equired in w^i"^^ by any party in procedure of construction which is shown or indicated in
mte,.e^t OWNER as fidu iary sha]4 g4ve bend-1 c Ale and expressly required by the Contract Documents.
proper perform ance of such dutie . CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Acceptance of Bonds and Insurance;Option to Replace: Documents.
5.14. If ether p (OWNER or CONTRACTOR) 6.2. CONTRACTOR shall keep on the Work at all
OWNER has any objection to the coverage afforded by or times during its progress a competent resident
other provisions of the Bends insurance required to be superintendent,who shall not be replaced without written
purchased and maintained by the ethff pafty notice to OWNER and ENGINEER except under
CONTRACTOR in accordance with Article 5 on the basis extraordinary circumstances. The superintendent will be
of non-conformance with the Contract Documents, the CONTRACTOR'representative at the site and shall have
OWNER will authority to act on behalf of CONTRACTOR. All
notify CONTRACTOR in writing within ten fifteen days communications to the superintendent shall be as binding
after receipt delivery of the certificates(or etheF evidence as if given to CONTRACTOR
Fegxested) to OWNER as required by paragraph 2.7.
OWNER and CONTRACTOR shall each provide to th Labor,Materials and Equipment:
provided ^^ hem'-request if e lh 6.3. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
pi a of sush party by the C,entm construct the Work as required by the Contract
Tl..e„«.e..te ,^t, party shell ,.,,* the other arts Documents. CONTRACTOR shall at all times maintain
good discipline and order at the site.Except as otherwise
Work;, f SUC>^pail„r-e t „air tain„ _t ^ e>ange;n required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
eF emedy,the edher paFt,.may eleet to obtain a .ele..t except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
the expense of tt,e paFt,.whe. fequired to provide s,^i, worms hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNER's written
consent given after prior written notice to ENGINEER.
Partial Utilization--Property Insurance: CONTRACTOR shall submit requests to the ENGINEER
no less than 48 hours in advance of any Work to be
5.15. If OWNER finds it necessary to occupy or use a performed on Saturday, Sunday, Holidays or outside the
portion or portions of the Work prior to Substantial Regular Working Hours.
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) I 1
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
6.4. Unless otherwise specified in the General contains or is followed by words reading that no like,
Requirements, CONTRACTOR shall furnish and assume equivalent or "or-equal" item or no substitution is
full responsibility for all materials, equipment, labor, permitted, other items of material or equipment or
transportation, construction equipment and machinery, material or equipment of other Suppliers may be
tools,appliances,fuel,power,light,heat,telephone,water, accepted by ENGINEER under the following
sanitary facilities, temporary facilities and all other circumstances:
facilities and incidentals necessary for the furnishing,
performance,testing,start-up and completion of the Work. 6.7.1.1. "Or-Equal": If in ENGINEER's sole
discretion an item of material or equipment
6.4.1. Purchasing Restrictions: CONTRACTOR proposed by CONTRACTOR is functionally
must comply with the City's purchasing restrictions. A equal to that named and sufficiently similar so that
copy of the resolutions are available for review in the no change in related Work will be required,it may
offices of the Purchasing; and Risk Management be considered by ENGINEER as an "or-equal"
Division or the City Clerk's office. item, in which case review and approval of the
proposed item may, in ENGINEER's sole
6.4.2. Cement Restrictions: City of Fort Collins discretion, be accomplished without compliance
Resolution 91-121 requires that suppliers and producers with some or all of the requirements for
of cement or products containing cement to certify that acceptance of proposed substitute items.
the cement was not made in cement kilns that burn 6.7.1.2. Substitute Items: If in ENGINEER's sole
hazardous waste as a fuel. discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
6.5. All materials and equipment shall be of good an"or-equal" item under subparagraph 6.7.1.1, it
quality and new, except as otherwise provided in the will be considered a proposed substitute item.
Contract Documents. All warranties and guarantees CONTRACTOR shall submit sufficient
specifically called for by the Specifications shall expressly information as provided below to allow
run to the benefit of OWNER. If required by ENGINEER, ENGINEER to determine that the item of material
CONTRACTOR shall furnish satisfactory evidence or equipment proposed is essentially equivalent to
(including reports of required tests) as to the kind and that named and an acceptable substitute therefor.
quality of materials and equipment. All materials and The procedure for review by the ENGINEER will
equipment shall be applied, installed, connected, erected, include the following as supplemented in the
used, cleaned and conditioned in accordance with General Requirements and as ENGINEER may
instructions of the applicable Supplier,except as otherwise decide is appropriate under the circumstances.
provided in the Contract Documents. Requests for review of proposed substitute items
of material or equipment will not be accepted by
Progress Sehedule. ENGINEER from anyone other than
CONTRACTOR If CONTRACTOR wishes to
6.6. CONTRACTOR shall adhere to the progress furnish or use a substitute item of material or
schedule established in accordance with paragraph 2.9 as it equipment, CONTRACTOR shall first make
may be adjusted from time to time as provided below: written application to ENGINEER for acceptance
thereof,certifying that the proposed substitute will
6.6.1. CONTRACTOR shall submit to ENGINEER perform adequately the functions and achieve the
for acceptance (to the extent indicated in results called for by the general design,be similar
paragraph 2.9) proposed adjustments in the progress in substance to that specified and be suited to the
schedule that will not change the Contract Times(or same use as that specified The application will
Milestones). Such adjustments will conform generally state the extent, if any, to which the evaluation
to the progress schedule then in effect and additionally and acceptance of the proposed substitute will
will comply with any provisions of the General prejudice CONTRACTOR's achievement of
Requirements applicable thereto. Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
6.6.2. Proposed adjustments in the progress schedule will require a change in any of the Contract
that will change the Contract Times(or Milestones) Documents (or in the provisions of any other
shall be submitted in accordance with the requirements direct contract with OWNER for work on the
of paragraph 12.1. Such adjustments may only be Project) to adapt the design to the proposed
made by a Change Order or Written Amendment in substitute and whether or not incorporation or use
accordance with Article 12. of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
6.7. Substitutes and"Or-Equal"Items. All variations of the proposed substitute from that
specified will be identified in the application and
6.7.1. Whenever an item of material or equipment is available maintenance, repair and replacement
specked or described in the Contract Documents by service will be indicated. The application will
using the name of a proprietary item or the name of a also contain an itemized estimate of all costs or
particular Supplier, the specification or description is credits that will result directly or indirectly from
intended to establish the type, function and quality acceptance of such substitute, including costs of
required. Unless the specification or description redesign and claims of other contractors affected
12 EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
by the resulting change, all of which will be CONTRACTOR shall perform not less than 20
considered by ENGINEER in evaluating the percent of the Work with its own forces (that is,
proposed substitute. ENGINEER may require without subcontracting). The 20 percent requirement
CONTRACTOR to furnish additional data about shall be understood to refer to the Work the value of
the proposed substitute. which totals not less than 20 percent of the Contract
Price.
6.7.1.3. CONTRACTORS Expense: All data to be
provided by CONTRACTOR in support of any 6.8.2. if the 9,applemerAat Gendit: Biddin
proposed "or-equal" or substitute item will be at Documents require the identity of certain
CONTRACTOR's expense. Subcontractors, Suppliers or other persons or
organizations(including those who are to furnish the
6.7.2. Substitute Construction Methods or principal items of materials or equipment) to be
Procedures: If a specific means, method, technique, submitted to OWNER
sequence or procedure of construction is shown or date prior to the Effective Date of the Agreement for
indicated in and expressly required by the Contract acceptance by OWNER and ENGINEER,—and-4
Documents, CONTRACTOR may fiunish or utilize a GGNTRAGT-9R has submitted a list d _ of i
substitute means, method, technique, sequence or
procedure of construction acceptable to ENGINEER. OWNER's or ENGINEER's acceptance (either in
CONTRACTOR shall submit sufficient information to writing or by failing to make written objection thereto
allow ENGINEER,in ENG7NEER's sole discretion,to by the date indicated for acceptance or objection in
determine that the substitute proposed is equivalent to the bidding documents or the Contract Documents)of
that expressly called for by the Contract Documents. any sudi Subeontraetor, Supp eF or et"a-per-son
The procedure for review by ENGINEER will be
similar to that provided in subparagraph 6.7.1.2. basis of reasonable eb:e,.tie after due investigation,
6.7.3.Engineer's Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate adjusted by the difforenne in the e0st oraeasiened by
each proposal or submittal made pursuant to
paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the will
sole judge of acceptability. No "or-equal" or constitute a condition of the Contract requiring the
substitute will be ordered,installed or utilized without use of the named subcontractors,suppliers or other
ENGINEER's prior written acceptance which will be persons or organization on the Work unless prior
evidenced by either a Change Order or an approved written approval is obtained from OWNER and
Shop Drawing. OWNER may require ENGINEER No acceptance by OWNER or
CONTRACTOR to furnish at CONTRACTOR's ENGINEER of any such Subcontractor, Supplier or
expense a special performance guarantee or other other person or organization shall constitute a waiver
surety with respect to any "or-equal" or substitute. of any right of OWNER or ENGINEER to reject
ENGINEER will record time required by defective Work.
ENGINEER and ENGINEER's Consultants in
evaluating substitutes proposed or submitted by 6_9.
CONTRACTOR pursuant to paragraphs 6.7.1.2 and
6.7.2 and in making changes in the Contract 6.9.1. CONTRACTOR shall be fully responsible to
Documents(or in the provisions of any other direct OWNER and ENGINEER for all acts and omissions
contract with OWNER for work on the Project) of the Subcontractors, Suppliers and other persons
occasioned thereby. Whether or not ENGINEER and organizations performing or furnishing any of the
accepts a substitute item so proposed or submitted by Work under a direct or indirect contract with
CONTRACTOR, CONTRACTOR shall reimburse CONTRACTOR just as CONTRACTOR is
OWNER for the charges of ENGINEER and responsible for CONTRACTOR's own acts and
ENGINEER's Consultants for evaluating each such omissions. Nothing in the Contract Documents shall
proposed substitute item. create for the benefit of any such Subcontractor,
Supplier or other person or organization any
6_8. Concerning Subcontractors, Suppliers and contractual relationship between OWNER or
Others: ENGINEER and any such Subcontractor,Supplier or
other person or organization,nor shall it create any
6.8.1. CONTRACTOR shall not employ any obligation on the part of OWNER or ENGINEER to
Subcontractor,Supplier or other person or organization pay or to see to the payment of any moneys due any
(including those acceptable to OWNER and such Subcontractor, Supplier or other person or
ENGINEER as indicated in paragraph 6.8.2),whether organization except as may otherwise be required by
initially or as a substitute, against whom OWNER or Laws and Regulations. OWNER or ENGINEER may
ENGINEER may have reasonable objection. furnish to any subcontractor,supplier or other person
CONTRACTOR shall not be required to employ any or organization evidence of amounts paid to
Subcontractor,Supplier or other person or organization CONTRACTOR in accordance with
to furnish or perform any of the Work against whom CONTRACTOR'S"Applications for Payment".
CONTRACTOR has reasonable objection.
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 13
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
6.9.2. CONTRACTOR shall be solely responsible Permits:
for scheduling and coordinating the Work of
Subcontractors, Suppliers and other persons and 6.13. Unless otherwise provided in the Supplementary
organizations performing or furnishing any of the Conditions, CONTRACTOR shall obtain and pay for all
Work under a direct or indirect contract with construction permits and licenses. OWNER shall assist
CONTRACTOR CONTRACTOR shall require all CONTRACTOR, when necessary, in obtaining such
Subcontractors, Suppliers and such other persons and permits and licenses. CONTRACTOR shall pay all
organizations performing or furnishing any of the governmental charges and inspection fees necessary for
Work to communicate with the ENGINEER through the prosecution of the Work,which are applicable at the
CONTRACTOR time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
6.10. The divisions and sections of the Specifications and pay all charges of utility owners for connections to the
the identifications of any Drawings shall not control Work, and OWNER shall pay all charges of such utility
CONTRACTOR in dividing the Work among owners for capital costs related thereto such as plant
Subcontractors or Suppliers or delineating the Work to be investment fees.
performed by any specific trade.
6.14. Laws and Regulations:
6.11. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an 6.14.1. CONTRACTOR shall give all notices and
appropriate agreement between CONTRACTOR and the comply with all Laws and Regulations applicable to
Subcontractor or Supplier which specifically binds the furnishing and performance of the Work. Except
Subcontractor or Supplier to the applicable terms and where otherwise expressly required by applicable
conditions of the Contract Documents for the benefit of Laws and Regulations, neither OWNER nor
OWNER and ENGINEER. ■ hemve_any ch agreeme^* ENGINEER shall be responsible for monitoring
is with a c.,t.,,entr..,teT or cupplie- who is liswd , a CONTRACTOR's compliance with any Laws or
Regulations.
paragmphs5 6 eF 5.7, ffie agfeement between he
CONTRAQTQR and the Subcor&actor or Supplier wi 6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
waives all rights against OWNER;ER; CONTRACTOR,TnR, to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom;however,it shall
not be CONTRACTOR's primary responsibility to
such�olicies and any other property m-swrance applicabl make certain that the Specifications and Drawings are
11w WeFk. Tf the :.,.,••_ers on anI I . 11.. in accordance with Laws and Regulations, but this
separate waiver forms to be signed by my Subeentrac shall not relieve CONTRACTOR of
c•.po e_,CONTRACTOR vAll obtain the same. CONTRACTOR's obligations under paragraph 3.3.2.
Patent Fees and Royalties: Taxes:
6.12. CONTRACTOR shall pay all license fees and 6.15. CONTRACTOR shall pay all sales, consumer,
royalties and assume all costs incident to the use in the use and other similar taxes required to be paid by
performance of the Work or the incorporation in the Work CONTRACTOR in accordance with the Laws and
of any invention,design,process,product or device which Regulations of the place of the Project which are
is the subject of patent rights or copyrights held by others. applicable during the performance of the Work.
If a particular invention,design,process,product or device
is specified in the Contract Documents for use in the 6.15.1. OWNER is exempt from Colorado State and
performance of the Work and if to the actual knowledge of local sales and use taxes on materials to be
OWNER or ENGINEER its use is subject to patent rights permanently incorporated into the project. Said taxes
or copyrights calling for the payment of any license fee or shall not be included in the Contract Price.
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the CONTRACTOR must apply for, and receive, a
fullest extent permitted by Laws and Regulations, Certificate of Exemption from the Colorado
CONTRACTOR shall indemnify and hold harmless Department of Revenue for construction materials to
OWNER,ENGINEER,ENGINEER's Consultants and the be physically incorporated into the project This
officers,directors,employees,agents and other consultants Certification of Exemption provides that the
of each and any of them from and against all claims,costs, CONTRACTOR shall neither pay nor include in his
losses and damages arising out of or resulting from any Bid, Sales and Use Taxes on those building and
infringement of patent rights or copyrights incident to the construction materials physically incorporated into
use in the performance of the Work or resulting from the the project.
incorporation in the Work of any invention, design,
process, product or device not specified in the Contract Address.
Documents. Colorado Department of Revenue
State Capital Annex
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)
14
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
1375 Sherman Street 6.19. CONTRACTOR shall maintain in a safe place at
Denver,Colorado,80261 the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
Sales and Use Taxes for the State of Colorado, Change Directives, Field Orders and written
Regional Transportation District (RTD) and certain interpretations and clarifications (issued pursuant to
Colorado counties are collected by the State of paragraph 9.4) in good order and annotated to show all
Colorado and are included in the Certification of changes made during construction These record
Exemption. documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
All applicable Sales and Use Taxes (including State available to ENGINEER for reference. Upon completion
collected taxes),on any items other than construction of the Work, and prior to release of final payment,these
and building materials physically incorporated into the record documents, Samples and Shop Drawings will be
pro
iect are to be paid by CONTRACTOR and are to delivered to ENGINEER for OWNER.
be included in appropriate bid items.
Safety and Protection:
Use of Premises:
6.20. CONTRACTOR shall be responsible for
6.16. CONTRACTOR shall confine construction initiating, maintaining and supervising all safety
equipment,the storage of materials and equipment and the precautions and programs in connection with the Work.
operations of workers to the site and land and areas CONTRACTOR shall take all necessary precautions for
identified in and permitted by the Contract Documents and the safety of;and shall provide the necessary protection to
other land and areas permitted by Laws and Regulations, prevent damage,injury or loss to:
rights-of-way, permits and easements, and shall not
unreasonably encumber the premises with construction 6.20.1. all persons on the Work site or who may be
equipment or other materials or equipment. affected by the Work;
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or 6.20.2. all the Work and materials and equipment to
occupant thereof or of any adjacent land or areas,resulting be incorporated therein,whether in storage on or off
from the performance of the Work. Should any claim be the site;and
made by any such owner or occupant because of the
performance of the Work,CONTRACTOR shall promptly 6.20.3. other property at the site or adjacent thereto,
settle with such other party by negotiation or otherwise including trees, shrubs, lawns, walks, pavements,
resolve the claim by arbitration or other dispute resolution roadways, structures, utilities and Underground
proceeding or at law. CONTRACTOR shall,to the fullest Facilities not designated for removal, relocation or
extent permitted by Laws and Regulations, indemnify and replacement in the course of construction.
hold harmless OWNER, ENGINEER, ENGINEER's
Consultant and anyone directly or indirectly employed by CONTRACTOR shall comply with all applicable Laws
any of them from and against all claims,costs, losses and and Regulations of any public body having jurisdiction for
damages arising out of or resulting from any claim or safety of persons or property or to protect them from
action, legal or equitable, brought by any such owner or damage, injury or loss; and shall erect and maintain all
occupant against OWNER,ENGINEER or any other party necessary safeguards for such safety and protection.
indemnified hereunder to the extent caused by or based CONTRACTOR shall notify owners of adjacent property
upon CONTRACTORs performance of the Work. and of Underground Facilities and utility owners when
prosecution of the Work may affect them, and shall
6.17. During the progress of the Work,CONTRACTOR cooperate with them in the protection,removal,relocation
shall keep the premises free from accumulations of waste and replacement of their property. All damage,injury or
materials, rubbish and other debris resulting from the loss to any property referred to in paragraphs 6.20.2 or
Work. At the completion of the Work CONTRACTOR 6.20.3 caused,directly or indirectly,in whole or in part,by
shall remove all waste materials,rubbish and debris from CONTRACTOR, any Subcontractor, Supplier or any
and about the premises as well as all tools, appliances, other person or organization directly or indirectly
construction equipment and machinery and surplus employed by any of them to perform or furnish any of the
materials. CONTRACTOR shall leave the site clean and Work or anyone for whose acts any of them may be liable,
ready for occupancy by OWNER at Substantial shall be remedied by CONTRACTOR(except damage or
Completion of the Work. CONTRACTOR shall restore to loss attributable to the fault of Drawings or Specifications
original condition all property not designated for alteration or to the acts or omissions of OWNER or ENGINEER or
by the Contract Documents. ENGINEERS Consultant or anyone employed by any of
them or anyone for whose acts any of them may be liable,
6.18. CONTRACTOR shall not load nor permit any part and not attributable, directly or indirectly, in whole or in
of any structure to be loaded in any manner that will part,to the fault or negligence of CONTRACTOR or any
endanger the structure, nor shall CONTRACTOR subject Subcontractor, Supplier or other person or organization
any part of the Work or adjacent property to stresses or directly or indirectly employed by any of them).
pressures that will endanger it. CONTRACTORs duties and responsibilities for the safety
and protection of the Work shall continue until such time
Record Documents: as all the Work is completed and ENGINEER has issued a
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 15
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
notice to OWNER and CONTRACTOR in accordance purposes required by paragraph6.26. The numbers
with paragraph 14.13 that the Work is acceptable(except as of each Sample to be submitted will be as specified in
otherwise expressly provided in connection with the Specifications.
Substantial Completion).
6.25. Submittal Procedures:
6.21. Safety Representative:
6.25.1.Before submitting each Shop Drawing or
CONTRACTOR shall designate a qualified and Sample, CONTRACTOR shall have determined and
experienced safety representative at the site whose duties verified:
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and 6.25.1.1. all field measurements, quantities,
programs. dimensions, specified performance criteria,
installation requirements, materials, catalog
Hazard Communication Programs. numbers and similar information with respect
thereto,
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or 6.25.1.2. all materials with respect to intended
other hazard communication information required to be use, fabrication, shipping, handling, storage,
made available to or exchanged between or among assembly and installation pertaining to the
employers at the site in accordance with Laws or performance of the Work,and
Regulations.
6.25.1.3. all information relative to
Emergencies.- CONTRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and
6.23. In emergencies affecting the safety or protection of procedures of construction and safety precautions
persons or the Work or property at the site or adjacent and programs incident thereto.
thereto, CONTRACTOR, without special instruction or
authorization from OWNER or ENGINEER,is obligated to CONTRACTOR shall also have reviewed and
act to prevent threatened damage, injury or loss. coordinated each Shop Drawing or Sample with other
CONTRACTOR shall give ENGINEER prompt written Shop Drawings and Samples and with the
notice if CONTRACTOR believes that any significant requirements of the Work and the Contract
changes in the Work or variations from the Contract Documents.
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is 6.25.2. Each submittal will bear a stamp or specific
required because of the action taken by CONTRACTOR in written indication that CONTRACTOR has satisfied
response to such an emergency, a Work Change Directive CONTRACTOR's obligations under the Contract
or Change Order will be issued to document the Documents with respect to CONTRACTOR's review
consequences of such action and approval of that submittal.
6.24. Shop Drawings andSarnples: 6.25.3. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
6.24.1. CONTRACTOR shall submit Shop Drawings written notice of such variations,if any,that the Shop
to ENGINEER for review and approval in accordance Drawing or Sample submitted may have from the
with the accepted schedule of Shop Drawings and requirements of the Contract Documents,such notice
Sample submittals (see paragraph 2.9). All submittals to be in a written communication separate from the
will be identified as ENGINEER may require and in submittal; and, in addition, shall cause a specific
the number of copies specified in the General notation to be made on each Shop Drawing and
Requirements. The data shown on the Shop Drawings Sample submitted to ENGINEER for review and
will be complete with respect to quantities, approval of each such variation
dimensions,specified performance and design criteria,
materials and similar data to show ENGINEER the 6.26. ENGINEER will review and approve Shop
materials and equipment CONTRACTOR proposes to Drawings and Samples in accordance with the schedule of
provide and to enable ENGINEER to review the Shop Drawings and Sample submittals accepted by
information for the limited purposes required by ENGINEER as required by paragraph 2.9. ENGINEER's
paragraph 6.26. review and approval will be only to determine if the items
covered by the submittals will, after installation or
6.24.2. CONTRACTOR shall also submit Samples to incorporation in the Work, conform to the information
ENGINEER for review and approval in accordance given in the Contract Documents and be compatible with
with said accepted schedule of Shop Drawings and the design concept of the completed Project as a
Sample submittals. Each Sample will be identified functioning whole as indicated by the Contract
clearly as to material, Supplier,pertinent data such as Documents. ENGINEER's review and approval will not
catalog numbers and the use for which intended and extend to means, methods, techniques, sequences or
otherwise as ENGINEER may require to enable procedures of construction (except where a particular
ENGINEER to review the submittal for the limited means, method, technique, sequence or procedure of
16 EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
construction is specifically and expressly called for by the accordance with the Contract Documents or a release
Contract Documents)or to safety precautions or programs of CONTRACTOR's obligation to perform the Work
incident thereto. The review and approval of a separate in accordance with the Contract Documents:
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make 6.30.2.1. observations by ENGINEER;
corrections required by ENGINEER, and shall return the
required number of corrected copies of Shop Drawings and 6.30.2.2. recommendation of any progress or
submit as required new Samples for review and approval. final payment by ENGINEER;
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by 6.30.2.3. the issuance of a certificate of
ENGINEER on previous submittals. Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
6.27. ENGINEER's review and approval of Shop Documents;
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirements 6.30.2.4. use or occupancy of the Work or any
of the Contract Documents unless CONTRACTOR has in part thereof by OWNER,
writing called ENGINEER's attention to each such
variation at the time of submission as required by 6.30.2.5. any acceptance by OWNER or any
paragraph 6.25.3 and ENGINEER has given written failure to do so;
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop 6.30.2.6. any review and approval of a Shop
Drawing or Sample approval, nor will any approval by Drawing or Sample submittal or the issuance of a
ENGINEER relieve CONTRACTOR from responsibility notice of acceptability by ENGINEER pursuant
for complying with the requirements of paragraph 6.25.1. to paragraph 14.13;
6.28. Where a Shop Drawing or Sample is required by 6.30.2.7. any inspection, test or approval by
the Contract Documents or the schedule of Shop Drawing others;or
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed 6.30.2.8. any correction of defective Work by
prior to ENGINEER's review and approval of the pertinent OWNER
submittal will be at the sole expense and responsibility of
CONTRACTOR Indemnification:
Continuing the Work: 6.31. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
6.29. CONTRACTOR shall carry on the Work and harmless OWNER, ENGINEER, ENGINEER's
adhere to the progress schedule during all disputes or Consultants and the officers,directors,employees,agents
disagreements with OWNER. No Work shall be delayed or and other consultants of each and any of them from and
postponed pending resolution of any disputes or against all claims, costs, losses and damages (including,
disagreements,except as permitted by paragraph 15.5 or as but not limited to, all fees and charges of engineers,
OWNER and CONTRACTOR may otherwise agree in architects, attorneys and other professionals and all court
writing. or arbitration or other dispute resolution costs)caused by,
arising out of or resulting from the performance of the
6.30. CONTRACTOR's General Warranty and Work,provided that any such claim,cost,loss or damage:
Guarantee: (i)is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property
6.30.1.CONTRACTOR warrants and guarantees to (other than the Work itself), including the loss of use
OWNER,ENGINEER and ENGINEER's Consultants resulting therefrom,and(ii)is caused in whole or in part
that all Work will be in accordance with the Contract by any negligent act or omission of CONTRACTOR,any
Documents and will not be defective. Subcontractor, any Supplier, any person or organization
CONTRACTOR's warranty and guarantee hereunder directly or indirectly employed by any of them to perform
excludes defects or damage caused by: or furnish any of the Work or anyone for whose acts any
of them may be liable,regardless of whether or not caused
6.30.1.1. abuse, modification or improper in part by any negligence or omission of a person or entity
maintenance or operation by persons other than indemnified hereunder or whether liability is imposed
CONTRACTOR,Subcontractors or Suppliers;or upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.30.1.2. normal wear and tsar under normal
usage. 6.32. In any and all claims against OWNER or
ENGINEER or any of their respective consultants,agents,
6.30.2. CONTRACTOR's obligation to perform and officers, directors or employees by any employee(or the
complete the Work in accordance with the Contract survivor or personal representative of such employee) of
Documents shall be absolute. None of the following CONTRACTOR, any Subcontractor, any Supplier, any
will constitute an acceptance of Work that is not in person or organization directly or indirectly employed by
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 17
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
any of them to perform or furnish any of the Work or provisions for the benefit of CONTRACTOR in said
anyone for whose acts any of them may be liable, the direct contracts between OWNER and such utility owners
indemnification obligation under paragraph 6.31 shall not and other contractors.
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or 7.3. If the proper execution or results of any part of
for CONTRACTOR or any such Subcontractor,Supplier or CONTRACTOR's Work depends upon work performed
other person or organization under workers' compensation by others under this Article 7, CONTRACTOR shall
acts,disability benefit acts or other employee benefit acts. inspect such other work and promptly report to
ENGINEER in writing any delays,defects or deficiencies
6.33. The indemnification obligations of in such other work that render it unavailable or unsuitable
CONTRACTOR under paragraph 6.31 shall not extend to for the proper execution and results of CONTRACTOR's
the liability of ENGINEER and ENGINEER's Consultants, Work. CONTRACTOR's failure so to report will
officers, directors, employees or agents caused by the constitute an acceptance of such other work as fit and
professional negligence,errors or omissions of any of them. proper for integration with CONTRACTORS Work
except for latent or nonapparent defects and deficiencies
Survival of Obligations. in such other work.
6.34. All representations, indemnifications, warranties Coordination:
and guarantees made in,required by or given in accordance
with the Contract Documents, as well as all continuing 7.4. If OWNER contracts with others for the
obligations indicated in the Contract Documents, will performance of other work on the Project at the site, the
survive final payment, completion and acceptance of the following will be set forth in Supplementary Conditions:
Work and termination or completion of the Agreement.
7.4.1. the person,firm or corporation who will have
authority and responsibility for coordination of the
ARTICLE 7--OTHER WORK activities among the various prime contractors will be
identified;
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemized;and
Related Work at Site:
7.4.3. the extent of such authority and
7.1. OWNER may perform other work related to the responsibilities will be provided.
Project at the site by OWNERs own forces, or let other
direct contracts therefor which shall contain General Unless otherwise provided in the Supplementary
Conditions similar to these,or have other work performed Conditions, OWNER shall have sole authority and
by utility owners. If the fact that such other work is to be responsibility in respect of such coordination.
performed was not noted in the Contract Documents,then:
(1)written notice thereof will be given to CONTRACTOR
prior to starting any such other work and ARTICLE 8--OWNER'S RESPONSIBILITIES
(n)CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties 8.1. Except as otherwise provided in these General
are unable to agree as to the amount or extent thereof. Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility 8.2. In case of termination of the employment of
owner (and OWNER, if OWNER is performing the ENGINEER OWNER shall appoint an engineer again-A
additional work with OWNERs employees) proper and
safe access to the site and a reasonable opportunity for the whose status under the Contract Documents shall be that
introduction and storage of materials and equipment and of the former ENGINEER.
the execution of such other work and shall properly connect
and coordinate the Work with theirs. Unless otherwise 8.3. OWNER shall furnish the data required of
provided in the Contract Documents, CONTRACTOR OWNER under the Contract Documents promptly and
shall do all cutting, fitting and patching of the Work that shall make payments to CONTRACTOR promptly when
may be required to make its several parts come together they are due as provided in paragraphs 14.4 and 14.13.
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by 8.4. OWNEWs duties in respect of providing lands
cutting, excavating or otherwise altering their work and and easements and providing engineering surveys to
will only cut or alter their work with the written consent of establish reference points are set forth in paragraphs 4.1
ENGINEER and the others whose work will be affected. and 4.4. Paragraph4.2 refers to OWNERS identifying
The duties and responsibilities of CONTRACTOR under and making available to CONTRACTOR copies of
this paragraph are for the benefit of such utility owners and reports of explorations and tests of subsurface conditions
other contractors to the extent that there are comparable at the site and drawings of physical conditions in existing
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)18
wl CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
structures at or contiguous to the site that have been utilized that has been made and the quality of the various aspects
by ENGINEER in preparing the Contract Documents. of CONTRACTOR's executed Work. Based on
information obtained during such visits and observations,
r:3 QW1s;PR s_espensibili.:es in respect of„,._,.h,.s ENGINEER will endeavor for the benefit of OWNER to
and maintaining liability and prop -w4 determine, in general, if the Work is proceeding in
. accordance with the Contract Documents. ENGINEER
will not be required to make exhaustive or continuous on-
8.6. OWNER is obligated to execute Change Orders as site inspections to check the quality a quantity of the
indicated in paragraph 10.4. Work. ENGINEERSs efforts will be directed toward
providing for OWNER a greater degree of confidence that
8.7. OWNERs responsibility in respect of certain the completed Work will conform generally to the
inspections, tests and approvals is set forth in Contract Documents. On the basis of such visits and on-
paragraph 13.4. site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
8.8. In connection with OWNER's right to stop Work or guard OWNER against defective Work. ENGINEERSs
suspend Work, see paragraphs 13.10 and 15.1. visits and on-site observations are subject to all the
Paragraph 15.2 deals with OWNER's right to terminate limitations on ENGINEERSs authority and responsibility
services of CONTRACTOR under certain circumstances. set forth in paragraph 9.13, and particularly,but without
limitation, during or as a result of ENGINEERSs on-site
8.9. The OWNER shall not supervise, direct or have visits or observations of CONTRACTOR's Work
control or authority over, nor be responsible for, ENGINEER will not supervise, direct, control or have
CONTRACTOR's means,methods,techniques, sequences authority over or be responsible for CONTRACTOR's
or procedures of construction or the safety precautions and means, methods, techniques, sequences or procedures of
programs incident thereto, or for any failure of construction, or the safety precautions and programs
CONTRACTOR to comply with Laws and Regulations incident thereto,or for any failure of CONTRACTOR to
applicable to the fiunishing or performance of the Work. comply with Laws and Regulations applicable to the
OWNER will not be responsible for CONITRACTOR's furnishing or performance of the Work.
failure to perform or furnish the Work in accordance with
the Contract Documents. Project Representative:
8810 OANNcRs responsibility : respect of.„a:..,aosed 9.3. If OWNER and ENGINEER agree,ENGINEER
Asbestos, Des,, Petroleum, H azardous -Waste er will fin-nish a Resident Project Representative to assist
D..,7:eeetiye Materials uneevffed er_evealed at♦1.e site i-s ENGINEER in providing more continuous observation of
set forth in paragraph 4.5. the Work. The responsibilities and authority and
limitations thereon of any such Resident Project
8.11. if and to the extent OWNER has agreed to furnish Representative and assistants will be as provided in
CQr9 n� 'TO reasonable evideme that financial paragraphs9.3 and 9.13 and inthe emerAa
arrangements have been made to satisl� OWNER Genditierq of these General Conditions. If OWNER
designates another representative or agent to represent
in
OWNER at the site who is not ENGINEER'S Consultant,
Supple,,,e,.Aafy Conditions. agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in the Supplementafy Gen&i paragraph 9.3
ARTICLE 9-ENGINEER'S STATUS DURING of these General Conditions. If the ENGINEER furnishes
CONSTRUCTION a Resident Project Representative WR) or other
assistants, or if the OWNER designates a Representative
or agent,all as provided in paragraph 9.3 of the General
Conditions,these Representatives shall have the authority
OWNER'sRepresentative: and limitations as provided in paragraph 9.13 of the
General Conditions and shall be subject to the following:
9.1. ENGINEER will be OWNER's representative
during the construction period. The duties and 9.3.1. The Representative's dealings in matters
responsibilities and the limitations of authority of pertaining to the on-site work will,in general,be with
ENGINEER as OWNERS representative during the ENGINEER and CONTRACTOR But, the
construction are set forth in the Contract Documents and Representative will keep the OWNER properly
shall not be extended without written consent of OWNER advised about such matters. The Representative's
and ENGINEER dealings with subcontractors will only be through or
with the full knowledge and approval of the
Visits to Site: CONTRACTOR
9.2. ENGINEER will make visits to the site at intervals 9.3.2. Duties and Responsibilities. Representative
appropriate to the various stages of construction as will:
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress 9.3.2.1.Schedules - Review the progress
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 19
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
schedule and other schedules prepared by the modification in Drawings or Specifications and
CONTRACTOR and consult with the report these recommendations to ENGINEER..
ENGINEER concerning acceptability. Accurately transmit to CONTRACTOR
decisions issued by the ENGINEER
9.3.2.2. Conferences and Meeting - Attend
meeting with the CONTRACTOR such as
preconstruction conferences, progress meetings 9.3.2.7.Records.
and other job conferences and prepare and
circulate copies of minutes of meetings. 9.3.2.7.1. Maintain at the Representative's
office orderly files concerning
9.3.2.3.Liaison correspondence,reports of job conferences,
Shop Drawings and samples,reproductions
9.3.2.3.1. Serve as ENGINEER'S liaison or original Contract Documents including all
with CONTRACTOR, working principally Work Directive Changes,Addenda,Change
through CONTRACTORS superintendent to orders, Field Orders, additional drawings
assist the CONTRACTOR m understanding issued subsequent to the execution of the
the Contract Documents. Agreement,ENGINEER'S clarifications and
interpretations of the Contract Documents,
9.3.2.3.2. Assist in obtaining from OWNER progress reports and other proiect
additional details or information, when documents.
required,for proper execution of the Work. 9.3.2.7.2.Keep a diary, daily
repog form,or log book,recording hours on
9.3.2.3.3. Advise the ENGINEER and the job site,weather conditions,data relative
CONTRACTOR of the commencement of to questions of work directive changes,
any Work requiting a Shop Drawing or Change Orders, or changed conditions, list
sample submission if the submission has not of job site visitors,daily activities,decisions,
been approved by the ENGINEER observations in general and specific
observations in more detail as in the case of
9.3.2.4.Review of Work,Rejection of Defective observing test procedures,send copies to the
Work,Inspections and Tests- ENGINEER
9.3.2.7.3.Record names,
9.3.2.4.1. Conduct on-site observations of addresses and telephone numbers of all
the Work in progress to assist the ENGINEER CONTRACTORS, subcontractors and
in determining that the Work is proceeding in major suppliers of equipment and materials.
accordance with the Contract Documents.
9.3.2.8. Reports.
9.3.2.4.2. Report to the ENGINEER
whenever the Representative believes that the 9.3.2.8.1. Furnish ENGINEER periodic
Work is unsatisfactory, faulty or defective or reports, as required, of the progress of the
does not conform to the Contract Documents, Work and of the CONTRACTOR'S
or has been damaged, or does not meet the compliance with the progress schedule and
requirements of any inspections, tests or schedule of shop Drawing and same
approvals required to be made,and advise the submittals.
ENGINEER when he believes work should be
corrected or rejected or should be uncovered 9.3.2.8.2. Consult with ENGINEER in
for observation, or requires special testing, advance of scheduling major tests,
inspection or approval. inspections or start of important phases of the
Work.
9.3.2.4.3. Accompany visiting mspectors
representing public or other agencies having 9.3.2.8.3. Draft proposed Change Orders
jurisdiction over the Project,record the results and Work Directive Changes, obtaining
of these inspections and report to the backup material from the CONTRACTOR
ENGINEER. and recommend to ENGINEER Change
Orders, Work Directive Changes and field
9.3.2.5. Interpretation of Contract orders.
Documents. Report to ENGINEER when
clarifications and interpretations of the Contract 9.3.2.8.4. Report immediately to
Documents are needed and transmit to ENGINEER and OWNER the occurrence of
CONTRACTOR clarification and interpretation any accident.
of the Contract Documents as issued bye
ENGINEER 9.3.2.9. Payment Requests. Review applications
for payment with CONTRACTOR for compliance
9.3.2.6. Modifications. Consider and with the established procedure for their
evaluate CONTRACTOR'S suggestions for submission and forward with recommendation to
EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)20
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
ENGINEER,noting particularly the relationship of requirements of the Contract Documents(in the form of
the payment requested to the schedule of values, Drawings or otherwise) as ENGINEER may determine
work completed and materials and equipment necessary,which shall be consistent with the intent of and
delivered at the site but not incorporated in the reasonably inferable from the Contract Documents. Such
Work. written clarifications and interpretations will be binding on
OWNER and CONTRACTOR If OWNER or
9.3.2.10. Completion. CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
9.3.2.10.1. Before ENGINEER issues a or the Contract Times and the parties are unable to agree
Certificate of Substantial Completion submit to the amount or extent thereof, if any, OWNER or
to CONTRACTOR a list of observed items CONTRACTOR may make a written claim therefor as
requiring correction or completion provided in Article 11 or Article 12.
9.3.2.10.2. Conduct final inspection in the. Authorized Variations in Work:
company of the ENGINEER OWNER and
CONTRACTOR and prepare a final list of 9.5. ENGINEER may authorize minor variations in
items to be corrected or completed. the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
9.3.2.10.3. Observe that all items on the. Contract Price or the Contract Times and are compatible
final list have been corrected or completed and with the design concept of the completed Project as a
make recommendations to ENGINEER functioning whole as indicated by the Contract
concerning acceptance. Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
9.3.3. Limitation of Authority: The Representative shall CONTRACTOR who shall perform the Work involved
not: promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
9.3.3.1. Authorize any deviations from the the Contract Times and the parties are unable to agree as
Contract Documents or accept any substitute to the amount or extent thereof, OWNER or
materials or equipment, unless authorized by the CONTRACTOR may make a written claim therefor as
ENGINEER provided in Article 11 or 12.
9.3.3.2. Exceed limitations of ENGINEER'S Rejecting Defective Work
authority as set forth in the Contract Documents.
9.3.3.3. Undertake any of the responsibilities 9.6. ENGINEER will have authority to disapprove or
of the CONTRACTOR Subcontractors, or reject Work which ENGINEER believes to be defective,
CONTRACTOR'S superintendent, or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
9.3.3.4. Advise on,or issue directions relative will prejudice the integrity of the design concept of the
to, or assume control over any aspect of the completed Project as a functioning whole as indicated by
means, methods, techniques, sequences or the Contract Documents. ENGINEER will also have
procedures for construction unless such is authority to require special inspection or testing of the
specifically called for in the Contract Documents. Work as provided in paragraph 13.9, whether or not the
Work is fabricated,installed or completed.
9.3.3.5. Advise on or issue directions
regarding or assume control over safety Shop Drawings,Change Orders and Payments:
precautions and programs in connections with the
Work. 9.7. In connection with ENGINEER's authority as to
Shop Drawings and Samples,see paragraphs 6.24 through
9.3.3.6. Accept Shop Drawings or sample 6.28 inclusive.
submittals from anyone other than the
CONTRACTOR 9.8. In connection with ENGINEER'S authority as to
Change Orders,see Articles 10,11,and 12.
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in part. 9.9. In connection with ENGINEER's authority as to
Applications for Payment,see Article 14.
9.3.3.8. Participate in specialized field or
laboratory tests or inspections conducted by others Determinations for Unit Prices:
except as specifically authorized by the
ENGINEER 9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
Clarifications and Inteip elation: CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
9.4. ENGINEER will issue with reasonable promptness determinations on such matters before rendering a written
such written clarifications or interpretations of the decision thereon (by recommendation of an Application
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 21
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
for Payment or otherwise). ENGINEERS written decision decision,unless otherwise agreed in writing by OWNER
thereon will be final and binding upon OWNER and and CONTRACTOR
CONTRACTOR,unless, within ten days after the date of
any such decision, either OWNER or CONTRACTOR 9.12. When functioning as interpreter and judge under
delivers to the other and to ENGINEER written notice of paragraphs 9.10 and 9.11, ENGINEER will not show
intention to appeal from ENGINEER's decision and: (i)an partiality to OWNER or CONTRACTOR and will not be
appeal from ENGINEER's decision is taken within the tim e liable in connection with any interpretation or decision
limits and in accordance with the procedures set forth in rendered in good faith in such capacity. The rendering of
Exhibit GC-A, "Dispute Resolution Agreement", entered a decision by ENGINEER pursuant to paragraphs 9.10 or
into between OWNER and CONTRACTOR pursuant to 9.11 with respect to any such claim, dispute or other
Article 16,or(h)if no such Dispute Resolution Agreement matter(except any which have been waived by the making
has been entered into,a formal proceeding is instituted by or acceptance of final payment as provided in
the appealing party in a forum of competent jurisdiction to paragraph 14.15) will be a condition precedent to any
exercise such rights or remedies as the appealing party may exercise by OWNER or CONTRACTOR of such rights or
have with respect to ENGINEER's decision, unless remedies as either may otherwise have under the Contract
otherwise agreed in writing by OWNER and Documents or by Laws or Regulations in respect of any
CONTRACTOR. Such appeal will not be subject to the such claim,dispute or other matter puFsUant to Aiti&@ 16.
procedures of paragraph 9.11.
9.13. Limitations on ENGINEER's Authority and
Decisions on Disputes. Responsibilities.-
9.11. ENGINEER will be the initial interpreter of the 9.13.1. Neither ENGINEER's authority or
requirements of the Contract Documents and judge of the responsibility under this Article 9 or under any other
acceptability of the Work thereunder. Claims,disputes and provision of the Contract Documents nor any decision
other matters relating to the acceptability of the Work or made by ENGINEER in good faith either to exercise
the interpretation of the requirements of the Contract or not exercise such authority or responsibility or the
Documents pertaining to the performance and furnishing of undertaking,exercise or performance of any authority
the Work and claims under Articles 1 I and 12 in respect of or responsibility by ENGINEER shall create,impose
changes in the Contract Price or Contract Times will be or give rise to any duty owed by ENGINEER to
referred initially to ENGINEER in writing with a request CONTRACTOR, any Subcontractor, any Supplier,
for a formal decision in accordance with this paragraph. any other person or organization,or to any surety for
Written notice of each such claim,dispute or other matter or employee or agent of any of them.
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event 9.13.2. ENGINEER will not supervise, direct,
later than thirty days) after the start of the occurrence or control or have authority over or be responsible for
event giving rise thereto, and written supporting data will CONTRACTOR's means, methods, techniques,
be submitted to ENGINEER and the other party within sequences or procedures of construction,or the safety
sixty days after the start of such occurrence or event unless precautions and programs incident thereto,or for any
ENGINEER allows an additional period of time for the failure of CONTRACTOR to comply with Laws and
submission of additional or more accurate data in support Regulations applicable to the famishing or
of such claim,dispute or other matter. The opposing party performance of the Work. ENGINEER.will not be
shall submit any response to ENGINEER and the claimant responsible for CONTRACTOR's failure to perform
within thirty days after receipt of the claimant's last or fiunish the Work in accordance with the Contract
submittal (unless ENGINEER allows additional time). Documents.
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing parry's submittal,if 9.13.3. ENGINEER will not be responsible for the
any, in accordance with this paragraph. ENGINEER's acts or omissions of CONTRACTOR or of any
written decision on such claim,dispute or other matter will Subcontractor,any Supplier,or of any other person or
be final and binding upon OWNER and CONTRACTOR organization performing or furnishing any of the
unless: (i)an appeal from ENGINEER's decision is taken Work.
within the time limits and in accordance with the
procedures set forth in EXHIBIT GC-A, "Dispute 9.13.4. ENGINEER's review of the final Application
Resolution Agreement",entered into between OWNER and for Payment and accompanying documentation and
CONTRACTOR pursuant to Article 16, or (ii)if no such all maintenance and operating instructions,schedules,
Dispute Resolution Agreement has been entered into, a guarantees,Bonds and certificates of inspection,tests
written notice of intention to appeal from ENGINEER's and approvals and other documentation required to be
written decision is delivered by OWNER or delivered by paragraph 14.12 will only be to
CONTRACTOR to the other and to ENGINEER within determine generally that their content complies with
thirty days after the date of such decision and a formal the requirements of,and in the case of certificates of
proceeding is instituted by the appealing party in a forum of inspections, tests and approvals that the results
competent jurisdiction to exercise such rights or remedies certified indicate compliance with, the Contract
as the appealing party may have with respect to such claim, Documents.
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such 9.13.5. The limitations upon authority and
22 EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
responsibility set forth in this paragraph 9.13 shall also (including,but not limited to, Contract Price or Contract
apply to ENGINEER's Consultants, Resident Project Times) is required by the provisions of any Bond to be
Representative and assistants, given to a surety, the giving of any such notice will be
CONTRACTOR's responsibility,and the amount of each
applicable Bond will be adjusted accordingly.
ARTICLE 10—CHANGES IN THE WORK
10.6. By the execution of a Change Order, a Work
Change Directive or Written Agreement, OWNER and
10.1. Without invalidating the Agreement and without CONTRACTOR expressly acknowledge and agree that
notice to any surety, OWNER may, at any time or from said Change Order, Work Change Directive or Written
time to time, order additions, deletions or revisions in the Agreement provides for a fair and equitable adjustment in
Work. Such additions, deletions or revisions will be the Contract Price and/or Contract Times for the additions,
authorized by a Written Amendment,a Change Order,or a deletions or revisions in the Work as authorized by said
Work Change Directive. Upon receipt of any such Change Order, Work Change Directive or Written
document, CONTRACTOR shall promptly proceed with Agreement. OWNER and CONTRACTOR further
the Work involved which will be performed under the expressly acknowledge and agree that claims for
applicable conditions of the Contract Documents(except as adiustments to the Contract Price and/or Contract Times
otherwise specifically provided). covered by a Change Order, Work Change Directive or
Written Agreement are not valid
10.2. If OWNER and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that ARTICLE 11—CHANGE OF CONTRACT PRICE
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article 11 or
Article 12.
11.1. The Contract Price constitutes the total
10.3. CONTRACTOR shall not be entitled to an increase compensation(subject to authorized adjustments)payable
in the Contract Price or an extension of the Contract Times to CONTRACTOR for performing the Work. All duties,
with respect to any Work performed that is not required by responsibilities and obligations assigned to or undertaken
the Contract Documents as amended, modified and by CONTRACTOR shall be at CONTRACTORS expense
supplemented as provided in paragraphs 3.5 and 3.6,except without change in the Contract Price.
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in 11.2. The Contract Price may only be changed by a
paragraph 13.9. Change Order or by a Written Amendment. Any claim
for an adjustment in the Contract Price shall be based on
10.4. OWNER and CONTRACTOR shall execute written notice delivered by the party making the claim to
appropriate Change Orders recommended by ENGINEER the other party and to ENGINEER promptly (but in no
(or Written Amendments)covering: event later than thirty days) after the start of the
occurrence or event giving rise to the claim and stating the
10.4.1. changes in the Work which are(i)ordered general nature of the claim. Notice of the amount of the
by OWNER pursuant to paragraph 10.1,(ii)required claim with supporting data shall be delivered within sixty
because of acceptance of defective Work under days after the start of such occurrence or event (unless
paragraph 13.13 or correcting defective Work under ENGINEER allows additional time for claimant to submit
paragraph 13.14,or(iii)agreed to by the parties; additional or more accurate data in support of the claim)
and shall be accompanied by claimants written statement
10.4.2. changes in the Contract Price or Contract that the adjustment claimed covers all known amounts to
Times which are agreed to by the parties;and which the claimant is entitled as a result of said
occurrence or event. All claims for adjustment in the
10.4.3. changes in the Contract Price or Contract Contract Price shall be determined by ENGINEER in
Times which embody the substance of any written accordance with paragraph 9.11 if OWNER and
decision rendered by ENGINEER pursuant to CONTRACTOR cannot otherwise agree on the amount
paragraph9.11; involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
provided that,in lieu of executing any such Change Order, paragraph 11.2.
an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents 11.3. The value of any Work covered by a Change
and applicable Laws and Regulations,but during any such Order or of any claim for an adjustment in the Contract
appeal, CONTRACTOR shall carry on the Work and Price will be determined as follows:
adhere to the progress schedule as provided in
paragraph 6.29. 11.3.1. where the Work involved is covered by unit
prices contained in the Contract Documents, by
10.5. If notice of any change affecting the general scope application of such unit prices to the quantities of the
of the Work or the provisions of the Contract Documents items involved (subject to the provisions of
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 23
wf CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
paragraphs 11.9.1 through 11.9.3,inclusive); CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
11.3.2. where the Work involved is not covered by CONTRACTOR and shall deliver such bids to
unit prices contained in the Contract Documents,by a OWNER who will then determine,with the advice of
mutually agreed payment basis, including lump sum ENGINEER which bids, if any,will be accepted. If
(which may include an allowance for overhead and any subcontract provides that the Subcontractor is to
profit not necessarily in accordance with be paid on the basis of Cost of the Work plus a fee,
paragraph 11.6.2); the Subcontractor's Cost of the Work and fee shall be
determined in the same manner as CONTRACTOR's
11.3.3.where the Work involved is not covered by unit Cost of the Work and fee as provided in
prices contained in the Contract Documents and paragraphs 11.4, 11.5, 11.6 and 11.7. All
agreement to a lump sum is not reached under subcontracts shall be subject to the other provisions of
paragraph 11.3.2,on the basis of the Cost of the Work the Contract Documents insofar as applicable.
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONTRACTOR'S fee for overhead and profit 11.4.4. Costs of special consultants (including but
(determined as provided in paragraph 11.6). not limited to engineers, architects, testing
laboratories, surveyors, attorneys and accountants)
Cost of the Work. employed for services specifically related to the
Work.
11.4. The term Cost of the Work means the sum of all
costs necessarily incurred and paid by CONTRACTOR in 11.4.5. Supplemental costs including the following:
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER such costs shall 11.4.5.1. The proportion of necessary
be in amounts no higher than those prevailing in the transportation,travel and subsistence expenses of
locality of the Project, shall include only the following CONTRACTOR's employees incurred in
items and shall not include any of the costs itemized in discharge of duties connected with the Work.
paragraph 11.5:
11.4.5.2. Cost, including transportation and
11.4.1.Payroll costs for employees in the direct maintenance, of all materials, supplies,
employ of CONTRACTOR in the performance of the equipment, machinery, appliances, office and
Work under schedules of job classifications agreed temporary facilities at the site and hand tools not
upon by OWNER and CONTRACTOR. Such owned by the workers,which are consumed in the
employees shall include without limitation performance of the Work, and cost less market
superintendents, foremen and other personnel value of such items used but not consumed which
employed full-time at the site. Payroll costs for remain the property of CONTRACTOR
employees not employed full-time on the Work shall
be apportioned on the basis of their time spent on the 11.4.5.3. Rentals of all construction
Work.Payroll costs shall include but net be limited to• equipment and machinery and the parts thereof
salaries and wages plus the cost of fringe benefits whether rented from CONTRACTOR or others in
which shall include social security contributions, accordance with rental agreements approved by
unemployment, excise and payroll taxes, workers' OWNER with the advice of ENGINEER and the
compensation,health and retirement benefits,bemuses; costs of transportation, loading, unloading,
siek leave,vaeatien and holiday pay applicable thereto. installation, dismantling and removal thereof—all
The expenses of performing Work after regular in accordance with terms of said rental
working hours,on Saturday,Sunday or legal holidays, agreements. The rental of any such equipment,
shall be included in the above to the extent authorized machinery or parts shall cease when the use
by OWNER. thereof is no longer necessary for the Work.
11.4.2. Cost of all materials and equipment furnished 11.4.5.4. Sales,consumer,use or similar taxes
and incorporated in the Work, including costs of related to the Work, and for which
transportation and storage thereof,and Suppliers'field CONTRACTOR is liable,imposed by Laws and
services required in connection therewith All cash Regulations.
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with 11.4.5.5. Deposits lost for causes other than
which to make payments, in which case the cash negligence of CONTRACTOR, any
discounts shall accrue to OWNER. All trade Subcontractor or anyone directly or indirectly
discounts,rebates and refunds and returns from sale of employed by any of them or for whose acts any
surplus materials and equipment shall accrue to of them may be liable,and royalty payments and
OWNER,and CONTRACTOR shall make provisions fees for permits and licenses.
so that they may be obtained
11.4.5.6. Losses and damages (and related
11.4.3.Payments made by CONTRACTOR to the expenses) caused by damage to the Work, not
Subcontractors for Work performed or furnished by compensated by insurance or otherwise,sustained
Subcontractors. If required by OWNER, by CONTRACTOR in connection with the
24 EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
performance and furnishing of the Work (except 11.5.5. Costs due to the negligence of
losses and damages within the deductible amounts CONTRACTOR, any Subcontractor, or anyone
of property insurance established by OWNER in directly or indirectly employed by any of them or for
accordance with paragraph 5.9), provided they whose acts any of them may be liable, including but
have resulted from causes other than the not limited to, the correction of defective Work,
negligence of CONTRACTOR, any disposal of materials or equipment wrongly supplied
Subcontractor, or anyone directly or indirectly and making good any damage to property.
employed by any of them or for whose acts any of
them may be liable. Such losses shall include 11.5.6. Other overhead or general expense costs of
settlements made with the written consent and any kind and the costs of any item not specifically and
approval of OWNER No such losses, damages expressly included in paragraph 11.4.
and expenses shall be included in the Cost of the
Work for the purpose of determining 11.6. The CONTRACTORSs fee allowed to
CONTRACTOR's fee. It however,any such loss CONTRACTOR for overhead and profit shall be
or damage requires reconstruction and determined as follows:
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee 11.6.1.a mutually acceptable fixed fee;or
proportionate to that stated in paragraph 11.6.2.
11.6.2. if a fixed fee is not agreed upon,then a fee
11.4.5.7. The cost of utilities, fuel and sanitary based on the following percentages of the various
facilities at the site. portions of the Cost of the Work:
11.4.5.8. Minor expenses such as telegrams, 11.6.2.1. for costs incurred under
long distance telephone calls, telephone service at paragraphs 11.4.1 and 11.4.2, the
the site,expressage and similar petty cash items in CONTRACTOR's fee shall be fifteen percent;
connection with the Work.
11.6.2.2. for costs incurred under
11.4.5.9. Cost of premiums for additional Bonds paragraph 11.4.3,the CONTRACTORs fee shall
and insurance required because of changes in the be five percent;
Work.
11.6.2.3. where one or more tiers of
11.5. The term Cost of the Work shall not include any of subcontracts are on the basis of Cost of the Work
the following: plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and
11.5.1. Payroll costs and other compensation of 11.6.2 is that the Subcontractor who actually
CONTRACTORS officers, executives, principals (of performs or furnishes the Work,at whatever tier,
partnership and sole proprietorships),general managers, will be paid a fee of fifteen percent of the costs
engineers, architects, estimators, attorneys, auditors, incurred by such Subcontractor under paragraphs
accountants, purchasing and contracting agents, 11.4.1 and 11.4.2 and that any higher tier
expediters, timekeepers, clerks and other personnel Subcontractor and CONTRACTOR will each be
employed by CONTRACTOR whether at the site or in paid a fee f&e pefeerA of the,,..,,ufA paid to
CONTRACT OR's principal or a branch office for the ne3d lower tier Subeentraebef;to be negotiated
general administration of the Work and not specifically in good faith with the OWNER but not to exceed
included in the agreed upon schedule of job five percent of the amount paid to the next lower
classifications referred to in paragraph 11.4.1 or tier Subcontractor.
specifically covered by paragraph 11.4.4--all of which
are to be considered administrative costs covered by the 11.6.2.4. no fee shall be payable on the basis
CONTRACTOR's fee. of costs itemized under paragraphs 11.4.4,11.4.5
and 11.5;
11.5.2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at 11.6.2.5. the amount of credit to be allowed
the site. by CONTRACTOR to OWNER for any change
which results in a net decrease in cost will be the
11.5.3. Any part of CONTRACTORS capital amount of the actual net decrease in cost plus a
expenses, including interest on CONTRACTOR'S deduction in CONTRACTOR's fee by an amount
capital employed for the Work and charges against equal to five percent of such net decrease;and
CONTRACTOR for delinquent payments.
11.6.2.6. when both additions and credits are
11.5.4. Cost of premiums for all Bonds and for all involved in any one change, the adjustment in
insurance whether or not CONTRACTOR is required CONTRACTOR's fee shall be computed on the
by the Contract Documents to purchase and maintain basis of the net change in accordance with
the same (except for the cost of premiums covered by paragraphs 11.6.2.1 through 11.6.2.5,inclusive.
subparagraph 11.4.5.9 above).
11.7. Whenever the cost of any Work is to be
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 25
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
determined pursuant to paragraphs 11.4 and 11.5, and
CONTRACTOR will establish and maintain records
thereof in accordance with generally accepted accounting 11.9.3.2. there is no corresponding adjustment
practices and submit in form acceptable to ENGINEER an with respect to any other item of Work;and
itemized cost breakdown together with supporting data.
11.9.3.3. if CONTRACTOR believes that
Cash Allowances: CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
11.8. It is understood that CONTRACTOR has included additional expense or OWNER believes that
in the Contract Price all allowances so named in the OWNER is entitled to a decrease in Contract Price
Contract Documents and shall cause the Work so covered and the parties are unable to agree as to the
to be furnished and performed for such sums as may be amount of any such increase or decrease.
acceptable to OWNER and ENGINEER CONTRACTOR
agreesthat: 11.9.3.4. CONTRACTOR acknowledges that
the OWNER has the right to add or delete items in
11.8.1. the allowances include the cost to the Bid or change quantities at OWNER'S sole
CONTRACTOR(less any applicable trade discounts) discretion without affecting the Contract Price of
of materials and equipment required by the allowances any remaining item so long as the deletion or
to be delivered at the site,and all applicable taxes;and addition does not exceed twenty-five percent of
the original total Contract Price.
11.8.2. CONTRACTOR's costs for unloading and
handling on the site,labor,installation costs,overhead,
profit and other expenses contemplated for the ARTICLE 12--CHANGE OF CONTRACT TIMES
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional payment on account of any of the foregoing
will be valid. 12.1. The Contract Times(or Milestones)may only be
changed by a Change Order or a Written Amendment.
Prior to final payment,an appropriate Change Order will be Any claim for an adjustment of the Contract Times (or
issued as recommended by ENGINEER to reflect actual Milestones)shall be based on written notice delivered by
amounts due CONTRACTOR on account of Work covered the party making the claim to the other party and to
by allowances, and the Contract Price shall be ENGINEER promptly (but in no event later than thirty
correspondingly adjusted. days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
11.9. Unit Price Work- of the extent of the claim with supporting data shall be
delivered within sixty days after such occurrence(unless
11.9.1.Where the Contract Documents provide that all ENGINEER allows additional time to ascertain more
or part of the Work is to be Unit Price Work,initially accurate data in support of the claim) and shall be
the Contract Price will be deemed to include for all accompanied by the claimant's written statement that the
Unit Price Work an amount equal to the sum of the adjustment claimed is the entire adjustment to which the
established unit prices for each separately identified claimant has reason to believe it is entitled as a result of
item of Unit Price Work times the estimated quantity the occurrence of said event. All claims for adjustment in
of each item as indicated in the Agreement. The the Contract Times(or Milestones)shall be determined by
estimated quantities of items of Unit Price Work are ENGINEER in accordance with paragraph 9.11 if
not guaranteed and are solely for the purpose of OWNER and CONTRACTOR cannot otherwise agree.
comparison of Bids and determining an initial Contract No claim for an adjustment in the Contract Times (or
Price. Determinations of the actual quantities and Milestones)will be valid if not submitted in accordance
classifications of Unit Price Work performed by with the requirements of this paragraph 12.1.
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 9.10. 12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
11.9.2.Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate 12.3. Where CONTRACTOR is prevented from
to cover CONTRACTOR's overhead and profit for completing any part of the Work within the Contract
each separately identified item. Times(or Milestones)due to delay beyond the control of
CONTRACTOR,the Contract Times(or Milestones)will
11.9.3.OWNER or CONTRACTOR may make a be extended in an amount equal to time lost due to such
claim for an adjustment in the Contract Price in delay if a claim is made therefor as provided in
accordance with Article 11 if: paragraph 12.1. Delays beyond the control of
CONTRACTOR shall include,but not be limited to,acts
11.9.3.1. the quantity of any item of Unit Price or neglect by OWNER,acts or neglect of utility owners or
Work performed by CONTRACTOR differs other contractors performing other work as contemplated
materially and significantly from the estimated by Article 7, fires, floods, epidemics, abnormal weather
quantity of such item indicated in the Agreement; conditions or acts of God. Delays attributable to and
26 EJCDC GENERAL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
within the control of a Subcontractor or Supplier shall be below shall be paid as provided in said
deemed to be delays within the control of CONTRACT OR paragraph 13.9,and
12.4. Where CONTRACTOR is prevented from 13.4.3. as otherwise specifically provided in the
completing any part of the Work within the Contract Times Contract Documents.
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR, an extension of the 13.5. If Laws or Regulations of any public body having
Contract Times(or Milestones)in an amount equal to the jurisdiction require any Work(or part thereof)specifically
time lost due to such delay shall be CONTRACTOR's sole to be inspected, tested or approved by an employee or
and exclusive remedy for such delay. In no event shall other representative of such public body,CONTRACTOR
OWNER be liable to CONTRACTOR,any Subcontractor, shall assume full responsibility for arranging and
any Supplier, any other person or organization, or to any obtaining such inspections,tests or approvals,pay all costs
surety for or employee or agent of any of them, for in connection therewith, and furnish ENGINEER the
damages arising out of or resulting from (i)delays caused required certificates of inspection, or approval.
by or within the control of the CONTRACTOR, or CONTRACTOR shall also be responsible for arranging
(ii)delays beyond the control of both parties including,but and obtaining and shall pay all costs in connection with
not limited to, fires, floods, epidemics, abnormal weather any inspections,tests or approvals required for OWNER's
conditions,acts of God or acts or neglect by utility owners and ENGINEER's acceptance of materials or equipment to
or other contractors performing other work as contemplated be incorporated in the Work,or of materials,mix designs,
by Article 7. or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
ARTICLE 13--TESTS AND INSPECTIONS;
CORRECTION,REMOVAL OR ACCEPTANCE OF 13.6. If any Work(or the work of others)that is to be
DEFECTIVE WORK inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must, if requested by ENGINEER, be
uncovered for observation.
13.1. Notice of Defects.,
13.7. Uncovering Work as provided in paragraph 13.6
Prompt notice of all defective Work of which OWNER or shall be at CONTRACTOR's expense unless
ENGINEER have actual knowledge will be given to CONTRACTOR has given ENGINEER timely notice of
CONTRACTOR All defective Work may be rejected, CONTRACTOR's intention to cover the same and
corrected or accepted as provided in this Article 13. ENGINEER has not acted with reasonable promptness in
response to such notice.
Access to Work:
Uncovering Work:
13.2. OWNER,ENGINEER,ENGINEER's Consultants,
other representatives and personnel of OWNER, 13.8. If any Work is covered contrary to the written
independent testing laboratories and governmental agencies request of ENGINEER, it must, if requested by
with jurisdictional interests will have access to the Work at ENGINEER,be uncovered for ENGINEER's observation
Feasenable time for their observation, inspecting and and replaced at CONTRACTOR's expense.
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of 13.9. If ENGINEER considers it necessary or advisable
CONTRACTOR's site safety procedures and programs so that covered Work be observed by ENGINEER or
that they may comply therewith as applicable. inspected or tested by others, CONTRACTOR, at
ENGINEER's request,shall uncover,expose or otherwise
Tests and Inspections: make available for observation, inspection or testing as
ENGINEER may require, that portion of the Work in
13.3. CONTRACTOR shall give ENGINEER timely question, furnishing all necessary labor, material and
notice of readiness of the Work for all required inspections, equipment. If it is found that such Work is defective,
tests or approvals,and shall cooperate with inspection and CONTRACTOR shall pay all claims, costs, losses and
testing personnel to facilitate required inspections or tests. damages caused by, arising out of or resulting from such
uncovering exposure,observation, inspection and testing
13.4. OWNER shall employ and pay for the services of and of satisfactory replacement or reconstruction,
an independent testing laboratory to perform all (including but not limited to all costs of repair or
inspections, tests, or approvals required by the Contract replacement of work of others); and OWNER shall be
Documents except: entitled to an appropriate decrease in the Contract Price,
and, if the parties are unable to agree as to the amount
13.4.1. for inspections,tests or approvals covered thereof; may make a claim therefor as provided in
by paragraph 13.5 below; Article 11. If, however, such Work is not found to be
defective,CONTRACTOR shall be allowed an increase in
13.4.2. that costs incurred in connection with tests the Contract Price or an extension of the Contract Times
or inspections conducted pursuant to paragraph 13.9 (or Milestones), or both, directly attributable to such
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 27
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
uncovering, exposure, observation, inspection, testing, Work resulting therefrom) has been corrected,
replacement and reconstruction; and, if the parties are removed or replaced under this paragraph 13.12, the
unable to agree as to the amount or extent thereof, correction period hereunder with respect to such Work
CONTRACTOR may make a claim therefor as provided in will be extended for an additional period of ene dear
Articles 11 and 12. two year after such correction or removal and
replacement has been satisfactorily completed.
OWNER May Stop the Work.
Acceptance of Defective Work.
13.10. If the Work is defective, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or 13.13. If,instead of requiring correction or removal and
equipment,or fails to furnish or perform the Work in such a replacement of defective Work, OWNER (and, prior to
way that the completed Work will conform to the Contract ENGINEER's recommendation of final payment, also
Documents, OWNER may order CONTRACTOR to stop ENGINEER) prefers to accept it, OWNER may do so.
the Work, or any portion thereof,until the cause for such CONTRACTOR shall pay all claims, costs, losses and
order has been eliminated;however,this right of OWNER damages attributable to OWNER's evaluation of and
to stop the Work shall not give rise to any duty on the part determination to accept such defective Work(such costs to
of OWNER to exercise this right for the benefit of be approved by ENGINEER as to reasonableness). If any
CONTRACTOR or any surety or other party. such acceptance occurs prior to ENGINEER's
recommendation of final payment,a Change Order will be
Correction or Removal ofDefective Work- issued incorporating the necessary revisions in the
Contract Documents with respect to the Work; and
13.11. If required by ENGINEER,CONTRACTOR shall OWNER shall be entitled to an appropriate decrease in the
promptly, as directed, either correct all defective Work, Contract Price,and,if the parties are unable to agree as to
whether or not fabricated,installed or completed,or,if the the amount thereof,OWNER may make a claim therefor
Work has been rejected by ENGINEER,remove it from the as provided in Article 11. If the acceptance occurs after
site and replace it with Work that is not defective. such recommendation,an appropriate amount will be paid
CONTRACTOR shall pay all claims, costs, losses and by CONTRACTOR to OWNER.
damages caused by or resulting from such correction or
removal(including but not limited to all costs of repair or OWNER May Correct Defective Work.
replacement of work of others).
13.14. If CONTRACTOR fails within a reasonable time
13.12. Correction Period.- after written notice from ENGINEER to correct defective
Work or to remove and replace rejected Work as required
13.12.1.If within one-year two years after the date of by ENGINEER in accordance with paragraph 13.11,or if
Substantial Completion or such longer period of time as CONTRACTOR fails to perform the Work in accordance
may be prescribed by Laws or Regulations or by the with the Contract Documents,or if CONTRACTOR fails
terms of any applicable special guarantee required by to comply with any other provision of the Contract
the Contract Documents or by any specific provision of Documents, OWNER may, after seven days' written
the Contract Documents, any Work is found to be notice to CONTRACTOR,correct and remedy any such
defective,CONTRACTOR shall promptly,without cost deficiency. In exercising the rights and remedies under
to OWNER and in accordance with OWNER's written this paragraph OWNER shall proceed expeditiously. In
instructions: (i)correct such defective Work,or,if it has connection with such corrective and remedial action,
been rejected by OWNER,remove it from the site and OWNER may exclude CONTRACTOR from all or part of
replace it with Work that is not defective, and (ii) the site, take possession of all or part of the Work, and
satisfactorily correct or remove and replace any damage suspend CONTRACTOR's services related thereto, take
to other Work or the work of others resulting therefrom. possession of CONTRACTOR's tools, appliances,
If CONTRACTOR does not promptly comply with the construction equipment and machinery at the site and
terms of such instructions, or in an emergency where incorporate in the Work all materials and equipment
delay would cause serious risk of loss or damage, stored at the site or for which OWNER has paid
OWNER may have the defective Work corrected or the CONTRACTOR but which are stored elsewhere.
rejected Work removed and replaced, and all claims, CONTRACTOR shall allow OWNER, OWNER's
costs,losses and damages caused by or resulting from representatives, agents and employees, OWNER's other
such removal and replacement (including but not contractors and ENGINEER and ENGINEER'S
limited to all costs of repair or replacement of work of Consultants access to the site to enable OWNER to
others)will be paid by CONTRACTOR exercise the rights and remedies under this paragraph All
claims,costs,losses and damages incurred or sustained by
13.12.2.In special circumstances where a particular OWNER in exercising such rights and remedies will be
item of equipment is placed in continuous service charged against CONTRACTOR and a Change Order will
before Substantial Completion of all the Work, the be issued incorporating the necessary revisions in the
correction period for that item may start to run from an Contract Documents with respect to the Work; and
earlier date if so provided in the Specifications or by OWNER shall be entitled to an appropriate decrease in the
Written Amendment. Contract Price,and,if the parties are unable to agree as to
the amount thereof,OWNER may make a claim therefor
13.12.3.Where defective Work (and damage to other as provided in Article 11. Such claims,costs,losses and
28 EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
damages will include but not be limited to all costs of recommendation of payment and present the Application
repair or replacement of work of others destroyed or to OWNER,or return the Application to CONTRACTOR
damaged by correction, removal or replacement of indicating in writing ENGINEER's reasons for refusing to
CONTRACTOR's defective Work. CONTRACTOR shall recommend payment. In the latter case,CONTRACTOR
not be allowed an extension of the Contract Times (or may make the necessary corrections and resubmit the
Milestones) because of any delay in performance of the Application. Ten days after presentation of the
Work attributable to the exercise by OWNER of OWNER's Application for Payment to OWNER with ENGINEER's
rights and remedies hereunder. recommendation,the amount recommended will(subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due will be paid by OWNER to
ARTICLE 14--PAYMENTS TO CONTRACTOR AND CONTRACTOR
COMPLETION
14.5. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNER, based on
Schedule of Values. ENGINEER's on-site observations of the executed Work
as an experienced and qualified design professional and on
14.1. The schedule of values established as provided in ENGINEER's review of the Application for Payment and
paragraph 2.9 will serve as the basis for progress payments the accompanying data and schedules,that to the best of
and will be incorporated into a form of Application for ENGINEER's knowledge,information and belief:
Payment acceptable to ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of 14.5.1. the Work has progressed to the point
units completed. indicated,
Application for Progress Payment.• 14.5.2. the quality of the Work is generally in
accordance with the Contract Documents(subject to
14.2. At least twenty days before the date established for an evaluation of the Work as a functioning whole
each progress payment (but not more often than once a prior to or upon Substantial Completion,to the results
month), CONTRACTOR shall submit to ENGINEER for of any subsequent tests called for in the Contract
review an Application for Payment filled out and signed by Documents,to a final determination of quantities and
CONTRACTOR covering the Work completed as of the classifications for Unit Price Work under
date of the Application and accompanied by such paragraph 9.10,and to any other qualifications stated
supporting documentation as is required by the Contract in the recommendation),and
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work but 14.5.3. the conditions precedent to
delivered and suitably stored at the site or at another CONTRACTOR's being entitled to such payment
location agreed to in writing,the Application for Payment appear to have been fulfilled insofar as it is
shall also be accompanied by a bill of sale,invoice or other ENGINEER's responsibility to observe the Work.
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and However, by recommending any such payment
evidence that the materials and equipment are covered by ENGINEER will not thereby be deemed to have
appropriate property insurance and other arrangements to represented that: (i)exhaustive or continuous on-site
protect OWNER's interest therein, all of which will be inspections have been made to check the quality or the
satisfactory to OWNER. The amount of retainage with quantity of the Work beyond the responsibilities
respect to progress payments will be as stipulated in the specifically assigned to ENGINEER in the Contract
Agreement. Any funds that are withheld by the OWNER Documents or(ii)that there may not be other matters or
shall not be subject to substitution by the CONTRACTOR issues between the parties that might entitle
with securities or any arrangements involving an escrow or CONTRACTOR to be paid additionally by OWNER or
custodianship. By executing the application for payment entitle OWNER to withhold payment to CONTRACTOR-
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes, Section 24-91-101, 14.6. ENGINEER's recommendation of any payment,
et sect. including final payment,shall not mean that ENGINEER
is responsible for CONTRACTOR's means, methods,
CONTRACTOR's Warranty of Title. techniques, sequences or procedures of construction, or
14.3. CONTRACTOR warrants and guarantees that title the safety precautions and programs incident thereto, or
to all Work, materials and equipment covered by any for any failure of CONTRACTOR to comply with Laws
Application for Payment, whether incorporated in the and Regulations applicable to the furnishing or
Project or not,will pass to OWNER no later than the time performance of Work, or for any failure of
of payment free and clear of all Liens. CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
Review of Applications for Progress Payment.
14.7. ENGINEER may refuse to recommend the whole
14.4. ENGINEER will, within ten days after receipt of or any part of any payment if,in ENGINEER's opinion,it
each Application for Payment, either indicate in writing a would be incorrect to make the representations to
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 29
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
OWNER referred to in paragraph 14.5. ENGINEER may considers the Work substantially complete, ENGINEER
also refuse to recommend any such payment,or,because of will prepare and deliver to OWNER a tentative certificate
subsequently discovered evidence or the results of of Substantial Completion which shall fix the date of
subsequent inspections or tests, nullify any such payment Substantial Completion. There shall be attached to the
previously recommended, to such extent as may be certificate a tentative list of items to be completed or
necessary in ENGINEER's opinion to protect OWNER corrected before final payment. OWNER shall have seven
from loss because: days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
14.7.1. the Work is defective,or completed Work has provisions of the certificate or attached list. If, after
been damaged requiring correction or replacement, considering such objections, ENGINEER concludes that
the Work is not substantially complete,ENGINEER will
14.7.2. the Contract Price has been reduced by within fourteen days after submission of the tentative
Written Amendment or Change Order, certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
14.7.3. OWNER has been required to correct OWNER's objections, ENGINEER considers the Work
defective Work or complete Work in accordance with substantially complete, ENGINEER will within said
paragraph 13.14,or fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
14.7.4. ENGINEER has actual knowledge of the Completion (with a revised tentative list of items to be
occurrence of any of the events enumerated in completed or corrected)reflecting such changes from the
paragraphs 15.2.1 through 15.2.4 inclusive. tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
OWNER may refuse to make payment of the full amount time of delivery of the tentative certificate of Substantial
recommended by ENGINEER because: Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
14.7.5. claims have been made against OWNER on of responsibilities pending final payment between
account of CONTRACTOR's performance or famishing OWNER and CONTRACTOR with respect to security,
of the Work, operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
14.7.6. Liens have been filed in connection with the CONTRACTOR agree otherwise in writing and so inform
Work, except where CONTRACTOR has delivered a ENGINEER in writing prior to ENGINEER's issuing the
specific Bond satisfactory to OWNER to secure the definitive certificate of Substantial Completion,
satisfaction and discharge of such Liens, ENGINEER's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until final payment.
14.7.7. there are other items entitling OWNER to a set-
off against the amount recommended,or 14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
14.7.8. OWNER has actual knowledge of the Substantial Completion, but OWNER shall allow
occurrence of any of the events enumerated in CONTRACTOR reasonable access to complete or correct
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 items on the tentative list.
through 15.2.4 inclusive;
Partial Utilization:
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) stating the 14.10. Use by OWNER at OWNER's option of any
reasons for such action and promptly pay CONTRACTOR substantially completed part of the Work,which: (i)has
the amount so withheld, or any adjustment thereto agreed specifically been identified in the Contract Documents,or
to by OWNER and CONTRACTOR, when (a)OWNER, ENGINEER and CONTRACTOR agree
CONTRACTOR corrects to OWNER's satisfaction the constitutes a separately functioning and usable part of the
reasons for such action Work that can be used by OWNER for its intended
purpose without significant interference with
Substantial Completion: CONTRACTOR's performance of the remainder of the
Work, may be accomplished prior to Substantial
14.8. When CONTRACTOR considers the entire Work Completion of all the Work subject to the following:
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work 14.10.1.OWNER at any time may request
is substantially complete (except for items specifically CONTRACTOR in writing to permit OWNER to use
listed by CONTRACTOR as incomplete)and request that any such part of the Work which OWNER believes to
ENGINEER issue a certificate of Substantial Completion. be ready for its intended use and substantially
Within a reasonable time thereafter, OWNER, complete. If CONTRACTOR agrees that such part of
CONTRACTOR and ENGINEER shall make an inspection the Work is substantially complete,CONTRACTOR
of the Work to determine the status of completion. If will certify to OWNER and ENGINEER that such
ENGINEER does not consider the Work substantially part of the Work is substantially complete and request
complete, ENGINEER will notify CONTRACTOR in ENGINEER to issue a certificate of Substantial
writing giving the reasons therefor. If ENGINEER Completion for that part of the Work.
EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)30
w/CITY OF FORT COLLINS MODIFICATIONS(REV V2000)
CONTRACTOR at any time may notify OWNER and to fiunish such a release or receipt in full,
ENGINEER in writing that CONTRACTOR considers CONTRACTOR may famish a Bond or other collateral
any such part of the Work ready for its intended use satisfactory to OWNER to indemnify OWNER against
and substantially complete and request ENGINEER to any Lien Releases or waivers of liens and the consent of
issue a certificate of Substantial Completion for that the surety to finalize payment are to be submitted on
part of the Work.Within a reasonable time after either forms conforming to the format of the OWNER'S standard
such request, OWNER, CONTRACTOR and forms bound in the Project manual.
ENGINEER shall make an inspection of that part of
the Work to determine its status of completion. If Final Payment and Acceptance.
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify 14.13. If, on the basis of ENGINEER's observation of
OWNER and CONTRACTOR in writing giving the the Work during construction and final inspection, and
reasons therefor. If ENGINEER considers that part of ENGINEER's review of the final Application for Payment
the Work to be substantially complete,the provisions and accompanying documentation as required by the
of paragraphs 14.8 and 14.9 will apply with respect to Contract Documents, ENGINEER is satisfied that the
certification of Substantial Completion of that part of Work has been completed and CONTRACTOR's other
the Work and the division of responsibility in respect obligations under the Contract Documents have been
thereof and access thereto. fulfilled,ENGINEER will,within ten days after receipt of
the final Application for Payment, indicate in writing
14.10.2. No occupancy or separate operation of part ENGINEER's recommendation of payment and present
of the Work will be accomplished prior to compliance the Application to OWNER for payment. At the same
with the requirements of paragraph 5.15 in respect of time ENGINEER will also give written notice to OWNER
property insurance. and CONTRACTOR that the Work is acceptable subject
to the provisions of paragraph 14.15. Otherwise,
Final Inspection: ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
14.11. Upon written notice from CONTRACTOR that the refusing to recommend final payment, in which case
entire Work or an agreed portion thereof is complete, CONTRACTOR shall make the necessary corrections and
ENGINEER will make a final inspection with OWNER resubmit the Application. Thirty days after presentation to
and CONTRACTOR and will notify CONTRACTOR in OWNER of the Application and accompanying
writing of all particulars in which this inspection reveals documentation, in appropriate form and substance and
that the Work is incomplete or defective. CONTRACTOR with ENGINEER's recommendation and notice of
shall immediately take such measures as are necessary to acceptability, the amount recommended by ENGINEER
complete such work or remedy such deficiencies. will become due and will be paid by OWNER to
CONTRACTOR subject to puagraph 17.6.2 of these
Final Application for Payment. General Conditions.
14.12. After CONTRACTOR has completed all such 14.14. If, through no fault of CONTRACTOR, final
corrections to the satisfaction of ENGINEER and delivered completion of the Work is significantly delayed and if
in accordance with the Contract Documents all ENGINEER so confirms,OWNER shall,upon receipt of
maintenance and operating instructions, schedules, CONTRACTOR's final Application for Payment and
guarantees, Bonds, certificates or other evidence of recommendation of ENGINEER,and without terminating
insurance required by paragraph 5.4, certificates of the Agreement,make payment of the balance due for that
inspection, marked-up record documents (as provided in portion of the Work fully completed and accepted. If the
paragraph 6.19) and other documents, CONTRACTOR remaining balance to be held by OWNER for Work not
may make application for final payment following the fully completed or corrected is less than the retainage
procedure for progress payments. The final Application for stipulated in the Agreement, and if Bonds have been
Payment shall be accompanied (except as previously furnished as required in paragraph 5.1,the written consent
delivered) by: (i)all documentation called for in the of the surety to the payment of the balance due for that
Contract Documents, including but not limited to the portion of the Work fully completed and accepted shall be
evidence of insurance required by subparagraph 5.4.13, submitted by CONTRACTOR to ENGINEER with the
(ii)consent of the surety, if any, to final payment, and Application for such payment. Such payment shall be
(iii)complete and legally effective releases or waivers made under the terms and conditions governing final
(satisfactory to OWNER)of all Liens arising out of or filed payment, except that it shall not constitute a waiver of
in connection with the Work. In lieu of such releases or claims.
waivers of Liens and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full Waiver of Claims:
and affidavit of CONTRACTOR that: (1)the releases and
receipts include all labor,services,material and equipment 14.15. The making and acceptance of final payment will
for which a Lien could be filed, and (ii)all payrolls, constitute:
material and equipment bills, and other indebtedness
connected with the Work for which OWNER or OWNER's 14.15.1.a waiver of all claims by OWNER against
property might in any way be responsible have been paid or CONTRACTOR, except claims arising from
otherwise satisfied If any Subcontractor or Supplier fails unsettled Liens,from defective Work appearing after
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 31
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
final inspection pursuant to paragraph 14.11, from CONTRACTOR but which are stored elsewhere, and
failure to comply with the Contract Documents or the finish the Work as OWNER may deem expedient In such
terms of any special guarantees specified therein, or case CONTRACTOR shall not be entitled to receive any
from CONTRACTOR's continuing obligations under further payment until the Work is finished If the unpaid
the Contract Documents;and balance of the Contract Price exceeds all claims, costs,
losses and damages sustained by OWNER arising out of
14.15.2.A waiver of all claims by CONTRACTOR or resulting from completing the Work such excess will be
against OWNER other than those previously made in paid to CONTRACTOR. If such claims,costs,losses and
writing and still unsettled. damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such claims,costs,
losses and damages incurred by OWNER will be reviewed
ARTICLE 15--SUSPENSION OF WORK AND by ENGINEER as to their reasonableness and when so
TERMINATION approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not be required to
obtain the lowest price for the Work performed.
OWNER May Suspend Work:
15.3. Where CONTRACTOR's services have been so
15.1. At any time and without cause, OWNER may terminated by OWNER, the termination will not affect
suspend the Work or any portion thereof for a period of not any rights or remedies of OWNER against
more than ninety days by notice in writing to CONTRACTOR then existing or which may thereafter
CONTRACTOR and ENGINEER which will fix the date accrue. Any retention or payment of moneys due
on which Work will be resumed. CONTRACTOR shall CONTRACTOR by OWNER will not release
resume the Work on the date so fixed CONTRACTOR CONTRACTOR from liability.
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Times, or both, directly 15.4. Upon seven days' written notice to
attributable to any such suspension if CONTRACTOR CONTRACTOR and ENGINEER, OWNER may,
makes an approved claim therefor as provided in without cause and without prejudice to any other right or
Articles 11 and 12. remedy of OWNER,elect to terminate the Agreement. In
such case, CONTRACTOR shall be paid (without
OWNER May Terminate: duplication of any items):
15.2. Upon the occurrence of any one or more of the 15.4.1. for completed and acceptable Work executed
following events: in accordance with the Contract Documents prior to
the effective date of termination, including fair and
15.2.1. if CONTRACTOR persistently fails to perform reasonable sums for overhead and profit on such
the Work in accordance with the Contract Documents Work;
(including,but not limited to,failure to supply sufficient
skilled workers or suitable materials or equipment or 15.4.2. for expenses sustained prior to the effective
failure to adhere to the progress schedule established date of termination in performing services and
under paragraph2.9 as adjusted from time to time furnishing labor, materials or equipment as required
pursuant to paragraph 6.6); by the Contract Documents in connection with
uncompleted Work,plus fair and reasonable sums for
15.2.2. if CONTRACTOR disregards Laws or overhead and profit on such expenses;
Regulations of any public body having jurisdiction,
15.4.3. for all claims, costs, losses and damages
15.2.3. if CONTRACTOR disregards the authority of incurred in settlement of terminated contracts with
ENGINEER;or Subcontractors,Suppliers and others;and
15.2.4. if CONTRACTOR otherwise violates in any 15.4.4. for reasonable expenses directly attributable
substantial way any provisions of the Contract to termination.
Documents;
CONTRACTOR shall not be paid on account of loss of
OWNER may, after giving CONTRACTOR (and the anticipated profits or revenue or other economic loss
surety, if any)seven days'written notice and to the extent arising out of or resulting from such termination.
permitted by Laws and Regulations,terminate the services
of CONTRACTOR,exclude CONTRACTOR from the site CONTRACTOR May Stop Work or Terminate:
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction 15.5. If,through no act or fault of CONTRACTOR,the
equipment and machinery at the site and use the same to Work is suspended for a period of more than ninety days
the full extent they could be used by CONTRACTOR by OWNER or under an order of court or other public
(without liability to CONTRACTOR for trespass or authority, or ENGINEER fails to act on any Application
conversion), incorporate in the Work all materials and for Payment within thirty days after it is submitted or
equipment stored at the site or for which OWNER has paid OWNER fails for thirty days to pay CONTRACTOR any
32 EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
sum finally determined to be due, then CONTRACTOR
may, upon seven days' written notice to OWNER and 17.2.2.A calendar day of twenty-four hours measured
ENGINEER,and provided OWNER or ENGINEER do not from midnight to the next midnight will constitute a
remedy such suspension or failure within that time, day.
terminate the Agreement and recover from OWNER
payment on the same terms as provided in paragraph 15.4. Notice of Claim:
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINEER has failed to 17.3. Should OWNER or CONTRACTOR suffer injury
act on an Application for Payment within thirty days after it or damage to person or property because of any error,
is submitted, or OWNER has failed for thirty days to pay omission or act of the other party or of any of the other
CONTRACTOR any sum finally determined to be due, parry's employees or agents or others for whose acts the
CONTRACTOR may upon seven days' written notice to other party is legally liable,claim will be made in writing
OWNER and ENGINEER stop the Work until payment of to the other parry within a reasonable time of the first
all such amounts due CONTRACTOR, including interest observance of such injury or damage. The provisions of
thereon The provisions of this paragraph 15.5 are not this paragraph 17.3 shall not be construed as a substitute
intended to preclude CONTRACTOR from making claim for or a waiver of the provisions of any applicable statute
under Articles 11 and 12 for an increase in Contract Price of limitations or repose.Cumulative Remedies:
or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR'S stopping Work as 17.4. The duties and obligations imposed by these
permitted by this paragraph. General Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
without limitation, the warranties, guarantees and
ARTICLE 16—DISPUTE RESOLUTION obligations imposed upon CONTRACTOR by
paragraphs 6.12,6.16,6.30,6.31,6.32,13.1,13.12,13.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
If and to the extent that OWNER and CONTRACTOR to,and are not to be construed in any way as a limitation
have agreed on the method and procedure for resolving of,any rights and remedies available to any or all of them
disputes between them that may arise under this which are otherwise imposed or available by Laws or
Agreement,such dispute resolution method and procedure, Regulations by special warranty or guarantee or by other
if any, shall be as set forth in Exhibit GC-A, "Dispute provisions of the Contract Documents,and the provisions
Resolution Agreement',to be attached hereto and made a of this paragraph will be as effective as if repeated
part hereof. If no such agreement on the method and specifically in the Contract Documents in connection with
procedure for resolving such disputes has been reached, each particular duty,obligation,right and remedy to which
and subject to the provisions of paragraphs 9.10, 9.11 and they apply.
9.12, OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the Professional Fees and Court Costs Included.-
Contract Documents or by Laws or Regulations in respect
of any dispute. 17.5. Whenever reference is made to "claims, costs,
losses and damages",it shall include in each case,but not
be limited to,all fees and charges of engineers,architects,
ARTICLE 17—MISCELLANEOUS attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
17.6. The laws of the State of Colorado apply to this
Giving Notice: Agreement Reference to two pertinent Colorado statutes
are as follows;
17.1. Whenever any provision of the Contract
Documents requires the giving of written notice,it will be 17.6.1. Colorado Revised Statutes (CRS 8-17-101)
deemed to have been validly given if delivered in person to require that Colorado labor be employed to perform
the individual or to a member of the firm,or to an officer of the Work to the extent of not less than 80 percent
the corporation for whom it is intended,or if delivered at or (80%) of each type or class of labor in the several
sent by registered or certified mail,postage prepaid,to the classifications of skilled and common labor employed
last business address known to the giver of the notice. on the project Colorado labor means any Amon who
is a bona fide resident of the State of Colorado at the
17.2. Computation of Time: time of employment,without discrimination as to race,
color,creed,age,religion or sex
17.2.1.When any period of time is referred to in the
Contract Documents by days, it will be computed to 17.6.2. If a claim is filed OWNER is required by
exclude the first and include the last day of such law(CRS 38-26-107)to withhold from all payments to
period. If the last day of any such period falls on a CONTRACTOR sufficient funds to insure the
Saturday or Sunday or on a day made a legal holiday pa3gnent of all claims for labor,materials,team hire,
by the law of the applicable jurisdiction,such day will sustenance, provisions, provender, or other supplies
be omitted from the computation. used or consumed by CONTRACTOR or his
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 33
wI CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
subcontractors in or about the performance of the Work.
Such funds must be withheld until said claims have
been paid or such claims as filed have been withdrawn,
such payment or withdrawal to be evidenced by filing
with OWNER a receipt in full or an order for
withdrawal in writing and signed by the person filing
such a claim or his duly authorized agents or assigns.
Such funds shall not be withheld longer than ninety(90)
days following the date fixed for final settlement, as
published in a public newspaper in accordance with the
law,unless an action is commenced within that time to
enforce such unpaid claim and a notice of lis pendens is
filed with the OWNER. At the expiration of such
ninety (90) day period, OWNER shall pay to
CONTRACTOR such moneys and fiords as are not the
subject of suit and lis pendens notices,and shall retain
only sufficient funds to insure the payment of
iud-gements which may result from the suit.
34 EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
(This page left blank intentionally.)
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) 35
wI CITY OF FORT COLLINS MODIFICATIONS(REV 412000)
36 EJCDC GENERAL AL CONDITIONS 1910-8(1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS(REV 4/2000)
EXHIBIT GC-A to General Conditions 16.4. Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
of the Construction Contract Between Documents shall include by consolidation,joinder or in any
OWNER and CONTRACTOR other manner any other person or entity (including
ENGINEER, ENGINEER's Consultant and the officers,
directors,agents,employees or consultants of any of them)
who is not a party to this contract unless:
DISPUTE RESOLUTION AGREEMENT 16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration,and
OWNER and CONTRACTOR hereby agree that 16.4.2. such other person or entity is substantially
Article 16 of the General Conditions of the Construction involved in a question of law or fact which is common
Contract between OWNER and CONTRACTOR is to those who are already parties to the arbitration and
amended to include the following agreement of the parties: which will arise in such proceedings,and
16.1. All claims, disputes and other matters in 16.4.3. the written consent of the other person or
question between OWNER and CONTRACTOR arising entity sought to be included and of OWNER and
out of or relating to the Contract Documents or the breach CONTRACTOR has been obtained for such inclusion,
thereof(except for claims which have been waived by the which consent shall make specific reference to this
making or acceptance of final payment as provided by paragraph;but no such consent shall constitute consent
to
paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration to arbitration of any dispute not specifically described
Rules of the American Arbitration Association then in such consent or to arbitration with any party not
obtaining,subject to the limitations of the Article 16. This specifically identified in such consent.
agreement so to arbitrate and any other agreement or 16.5. Notwithstanding paragraph 16.4, if a claim,
consent to arbitrate entered into in accordance herewith as dispute or other matter in question between OWNER and
provided in this Article 16 will be specifically enforceable CONTRACTOR involves the Work of a Subcontractor,
under the prevailing law of any court having jurisdiction. either OWNER or CONTRACTOR may join such
16.2. No demand for arbitration of any claim,dispute Subcontractor as a party to the arbitration between OWNER
or other matter that is required to be referred to and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.ts a
ENGINEER initially for decision in accordance with specific provision whereby the Subcontractor consents
paragraph 9.11 will be made until the earlier of(a)the date to
being joined
on which ENGINEER has rendered a written decision or R an arbitration between OWNER and
CONTRACTOR
(b)the thirty-first day after the parties have presented their involving the Work of such
evidence to ENGINEER if a written decision has not been Subcontractor. Nothing in this paragraph nor in the
o joinder shall
rendered by ENGINEER before that date. No demand for creatprovision of such subcontract consenting
arbitration of any such claim, dispute or other matter will ubc ENGINEER or
any claim, right or cause of action in favor of
S
be made later than thirty days after the date on which Subcontractor and against OWNER
ENGINEER has rendered a written decision in respect
GINFR's Consultants that does not otherwise exist.
thereof in accordance with paragraph 9.11;and the failure 16.6. The award rendered by the arbitrators will be
to demand arbitration within said thirty days' period will final,judgment may be entered upon it in any court having
result in ENGINEER'S decision being final and binding jurisdiction thereof and it will not be subject to
upon OWNER and CONTRACTOR If ENGINEER modification or appeal.
renders a decision after arbitration proceedings have been
initiated,such decision may be entered as evidence but will 16.7. OWNER and CONTRACTOR agree that they
not supersede the arbitration proceedings,except where the shall first submit any and all unsettled claims,
decision is acceptable to the parties concerned. No demand counterclaims, disputes and other matters in question
for arbitration of any written decision of ENGINEER between them arising out of or relating to the Contract
rendered in accordance with paragraph 9.10 will be made Documents or the breach thereof("disputes"),to mediation
later than ten days after the party making such demand has by the American Arbitration Association under the
delivered written notice of intention to appeal as provided Construction Industry Mediation Rules of the American
in paragraph 9.10. Arbitration Association prior to either of them initiating
16.3. Notice of the demand for arbitration will be against the other a demand for arbitration pursuant to
filed in writing with the other party to the Agreement and paragraphs 16.1 through 16.6, unless delay in initiating
w arbitration would irrevocably prejudice one of the parties.
with the American Arbitration Association,and a copy will
be sent to ENGINEER for information The demand for The respective thirty and ten day time limits within which
arbitration will be made within the thirty-day or ten-day 1 file a demand for arbitration as provided in paragraphs
period specified in paragraph 16.2 as applicable,and in all dispute and 16.3 above shall ed suspended with respect to a
other cases within a reasonable time after the claim,dispute applicable
submitted to mediation within those same
or other matter in question has arisen,and in no event shall days ter time limits and shall remain suspended until ten
any such demand be made after the date when institution of days after the termination of the mediation. The mediator
legal or equitable proceedings based on such claim,dispute shall
any dispute submitted to mediation under this Agreement
or other matter in question would be barred by the shall not serve as arbitrator of such dispute unless otherwise
agreed.
applicable statute of limitations.
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) GC-Al
w/CITY OF FORT COLLINS MODIFICATIONS(REV 9/99)
EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) GC-Al
w!CITY OF FORT COLLINS MODIFICATIONS(REV 9/94)
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 CONTRACT 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.
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 CONTRACT.
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 CONTRACT.
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 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 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 Cl assignments. The Cl 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 Cl 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 CONTRACT 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 two (2) years after the date of Substantial Completion or a 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 . . .
SC-CONFIDENTIALITY
IN CONNECTION WITH SERVICES provided to the OWNER pursuant to this
CONTRACT(the"CONTRACT"), the CONTRACTOR hereby acknowledges that it has
been informed that the OWNER has established policies and procedures with regard
to the handling of confidential information and other sensitive materials.
In consideration of access to certain information, data and material (hereinafter
individually and collectively, regardless of nature, referred to as "information")that are
the property of and/or relate to the OWNER or its employees, customers or suppliers,
which access is related to the performance of services that the CONTRACTOR has
agreed to perform, the CONTRACTOR hereby acknowledges and agrees as follows:
That information that has or will come into its possession or knowledge in connection
with the performance of services for the OWNER may be confidential and/or
proprietary. The CONTRACTOR agrees to treat as confidential (a) all information that
is owned by the OWNER, or that relates to the business of the OWNER, or that is used
by the OWNER in carrying on business, and (b) all information that is proprietary to a
third party (including but not limited to customers and suppliers of the OWNER). The
CONTRACTOR shall not disclose any such information to any person not having a
legitimate need-to-know for purposes authorized by the OWNER. Further,
CONTRACTOR shall not use the information to obtain any economic or other benefit
for itself, or any third party, except as specifically authorized by the OWNER.
The foregoing to the contrary notwithstanding, the CONTRACTOR understands that it
shall have no obligation under this CONTRACT with respect to information and
material that (a) becomes generally known to the public by publication or some means
other than a breach of duty of this CONTRACT, or (b) is required by law, regulation or
court order to be disclosed, provided that the request for disclosure is proper and the
disclosure does not exceed that which is required. In the event of any disclosure under
(b) above, the CONTRACTOR shall furnish a copy of this CONTRACT to anyone to
whom it is required to make disclosure and shall promptly advise the OWNER in writing
of each disclosure.
In the event that the CONTRACTOR ceases to perform services for the OWNER, or
the OWNER so requests for any reason, the CONTRACTOR shall promptly return to
the OWNER any and all information described hereinabove, including all copies, notes
and/or summaries (handwritten or mechanically produced) thereof, in its possession
or control or as to which it otherwise has access.
The CONTRACTOR understands and agrees that the OWNERS's remedies at law for
a breach of the CONTRACTOR's obligations under this Confidentiality Agreement
may be inadequate and that the OWNER shall, in the event of any breach, be entitled
to seek equitable relief (including without limitation preliminary and permanent
injunctive relief and specific performance) in addition to all other remedies provided
hereunder or available at law.
SECTION 00900
CHANGE ORDERS AND PAYMENT
00950 Change Order
00955 Work Change Directive
00960 Application for Payment
SECTION 00950
CHANGE ORDER
NO.
PROJECT TITLE: ITB 10228 Cathodic Protection Renewal —Water Treatment Facility Deep Well
Anode Beds
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:
Name, Project Manager
REVIEWED: Date:
Name, Buyer II or Senior Buyer
ACCEPTANCE: Date:
Jake Rector, Purchasing Manager
Gerry Paul, Purchasing Director
(if greater than $300,000)
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: ITB 10228 Cathodic Protection Renewal —Water Treatment Facility Deep Well
Anode Beds
CONTRACTOR: Name
ENGINEER: Name
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
APPLICATION FOR PAYMENT PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with CONTRACT
NUMBER DATE AMOUNT The present status of the account for this CONTRACT is as follows:
1
2 Original CONTRACT Amount: $
3 Net Change by Change Order: $
Current CONTRACT Amount: $
Total Completed and Stored to Date: $
Less Previous Applications: $
Amount Due this Application-Before Retainage $
Less Retainage $
Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of
the General Conditions of the CONTRACT.
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 received,
and this current payment requested herein is now due.
The above Amount Due this Application is requested by the CONTRACTOR.
Date: By:
In accordance with the CONTRACT Documents, based on site observations and the data 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 entitled to payment of the amount requested herein subject to any set-offs set forth on the attached exhibit.
Payment of the above Amount Due This Application is recommended by the ENGINEER.
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 Work Work
Completed Completed Completed Stored
Previous
Bid This Month Periods To Date Materials Total
Item This Earned Percent
Unit To
Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period 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
CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4
Work Work Work Stored
Completed Completed Completed
This Month Previous To Date Materials Total
Bid Periods
Item This Earned Percent
Unit To
Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period 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
TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00
PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00
STORED MATERIALS
SUMMARY PAGE 4 OF 4
On Hand Received Installed On Hand
Item Invoice Previous This This This
Number Number Description Application Period Period Application
$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
CP RENEWAL DESIGN
ISSUED FOR BID
FORT COLLINS , COLORADO
SEPTEMBER, 2025
Cit)( Of
F6rt Collin
INDEX OF DRAWINGS
OOG-000 COVER SHEET, INDEX OF DRAWINGS
OOG-001 GENERAL NOTES, LEGEND AND ABBREVIATION
WATER TREATMENT FACILITY OOC-100 OVERALL SITE PLAN, SURVEY CONTROL, STAGING AND ACCESS
01X-101 DEMOLITION PLAN
01C-401 WEST ANODE BED ENLARGED SITE PLAN
01C-402 EAST ANODE BED ENLARGED SITE PLAN
PROJECT
LOCATION 01C-501 DEEP ANODE BED DETAILS
01C-502 DEEP ANODE BED DETAILS
05C-101 EROSION CONTROL PLAN
05C-501 EROSION CONTROL NOTES AND DETAILS
05C-502 EROSION CONTROL CONSTRUCTION CONTROL MEASURES STANDARD NOTES
LAPORTE AVE
J
Q
0
z
Q
J
W
O
z.
VICINITY MAP
SCALE: 1 "=750' (22X34)
KEY PROJECT PERSONNEL NDOCI�
V�;•GNARLFS•;sFO
CITY OF FORT COLLINS (OWNER)
�p 0047137 0;
PROJECT MANAGER - TAYLOR SCOTT, P.E. �p�;Z:�tiI' 2/ 1.�a.•'�k,�
(970) 286-5337 (MOBILE) '''•••••''
TSCOTT FCGOV.COM �Ss�ONALENG\�
HDR ENGINEERING (ENGINEER)
NICK HUMPHREY, PE SARA RACE, PE JEFF GIDDINGS
(970) 416-4422 (OFFICE) (970) 416-4424 (OFFICE) (402) 320-0445 (MOBILE)
NICHOLAS.HUMPHREY@HDRINC.COM SARA.RACE@HDRINC.COM JEFFRY.GIDDINGS@HDRINC.COM
1 12 3 4 5 16 7 8
GENERAL NOTES EXISTING LEGEND PROPOSED LEGEND ABBREVIATIONS
1. UNDERGROUND UTILITIES DEPICTED ON THESE PLANS ARE CLASSIFIED AS QUALITY LEVEL B — G— GAS LINE (ACSE 38 QUALITY LEVEL B) 0 DEEP ANODE BED & AND
OR D AS DEFINED IN THE AMERICAN SOCIETY OF CIVIL ENGINEER'S DOCUMENT ASCE 38, 0 OR DIA DIAMETER
"STANDARD GUIDANCE FOR THE COLLECTION AND DEPICTION OF EXISTING SUBSURFACE W WATER LINE (ACSE 38 QUALITY LEVEL B) CP-A CATHODIC PROTECTION ANODE WIRE AFG ABOVE FINISHED GRADE
UTILITY DATA", UNLESS NOTED OTHERWISE. APPROX APPROXIMATE
SS SANITARY SEWER LINE (ACSE 38 QUALITY LEVEL B) V DEEP ANODE BED VENT ASS'Y ASSEMBLY
2. EXISTING SEWERS, WATER MAINS, GAS MAINS, COMMUNICATION CONDUITS, ELECTRIC AWG AMERICAN WIRE GAUGE
CABLES, AND OTHER UNDERGROUND UTILITIES AND STRUCTURES ARE SHOWN ON THE UGE UNDERGROUND ELECTRIC LINE (ACSE 38 QUALITY LEVEL B) BFV BUTTERFLY VALVE
DRAWINGS ONLY TO THE EXTENT SUCH INFORMATION HAS BEEN MADE AVAILABLE TO OR BM BENCH MARK
OHE OVERHEAD ELECTRIC LINE (ACSE 38 QUALITY LEVEL B)
DISCOVERED BY THE ENGINEER. IT IS EXPECTED THAT THERE MAY BE DISCREPANCIES AND (L- CENTER LINE D
OMISSIONS IN THE LOCATION AND QUANTITIES OF BURIED UTILITIES AND STRUCTURES CP CATHODIC PROTECTION WIRE CDOT COLORADO DEPARTMENT OF TRANSPORTATION
SHOWN. THIS INFORMATION IS SHOWN FOR THE CONVENIENCE OF THE CONTRACTOR BUT IS CG&S CURB, GUTTER AND SIDEWALK
NOT GUARANTEED TO BE EITHER CORRECT OR COMPLETE AND ALL RESPONSIBILITY FOR THE (G) GAS LINE (ASCE 38 QUALITY LEVEL D) CIP CAST IRON PIPE
ACCURACY OR COMPLETENESS THEREOF IS EXPRESSLY DISCLAIMED. THE CONTRACTOR CL CLASS, CENTERLINE
SHALL MAKE SUCH INVESTIGATION AS HE THINKS NECESSARY TO VERIFY ITS CORRECTNESS (W) WATER LINE (ASCE 38 QUALITY LEVEL D) COFC CITY OF FORT COLLINS
AND COMPLETENESS. THE CONTRACTOR SHALL FIELD LOCATE AND PROTECT, AHEAD OF
CONSTRUCTION ACTIVITIES, ALL UNDERGROUND UTILITIES AND STRUCTURES SO THAT THEY (SS) SANITARY SEWER LINE (ASCE 38 QUALITY LEVEL D) CORP CORPORATION
CMP CORRUGATED METAL PIPE
WILL NOT BE ACCIDENTALLY CUT OR DAMAGED BY CONSTRUCTION OPERATIONS. CONC CONCRETE
(UGE) UNDERGROUND ELECTRIC LINE (ASCE 38 QUALITY LEVEL D)
CP CATHODIC PROTECTION
3. THE CONTRACTOR SHALL REMOVE AND REPLACE ANY EXISTING SIGNS, STRUCTURES, FENCES, (OHE) OVERHEAD ELECTRIC LINE (ASCE 38 QUALITY LEVEL D) CSU COLORADO STATE UNIVERSITY
AND OTHER SURFACE FEATURES THAT OBSTRUCT OR CONFLICT WITH WORK AT THE PROJECT CTRS CENTERS
SITE. RESTORE ALL DISTURBED AREAS AND SURFACE FEATURES INCLUDING BUT NOT LIMITED (FO) FIBER OPTIC LINE (ASCE 38 QUALITY LEVEL D) DIA DIAMETER
TO LANDSCAPING, WATER SERVICES, DRIVEWAYS, SIDEWALKS, SHRUBS, SIGNS, STRUCTURES, DIP DUCTILE IRON PIPE
FENCES, AND OTHER EXISTING FEATURES TO THEIR ORIGINAL OR BETTER CONDITION. COST — — ROW/PROPERTY LINE E EASTING
OF SUCH WORK SHALL BE INCIDENTAL TO THE CONTRACT. THE CONTRACTOR SHALL AVOID _ — MAJOR CONTOUR (E) EAST
DAMAGING TREES AND TREE BRANCHES LOCATED ADJACENT TO OR OVER THE WORK AREAS. EL ELEVATION
CONTRACTOR SHALL COORDINATE ALL TREE TRIMMING ACTIVITIES WITH THE CITY OF FORT — — — — — _ MINOR CONTOUR EX EXISTING
COLLINS FORESTER (KENDRA BOOT (970)-221-6660).
LIMITS OF CONSTRUCTION FCLWD FORT COLLINS LOVELAND WATER DISTRICT
4. THE CONTRACTOR SHALL CALL THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC)AT FCU FORT COLLINS UTILITIES
800-922-1987 TO REQUEST LOCATES OF UNDERGROUND UTILITIES AT LEAST 48 HOURS PRIOR PERMANENT EASEMENT FH FIRE HYDRANT
TO CONSTRUCTION AND NOTIFY THE ENGINEER OF ANY DISCREPANCIES SHOWN ON THE FL FLOW LINE
DRAWINGS. ELECTRIC BOX FO FIBER OPTIC
FT FEET, FOOT
5. ALL MATERIALS AND WORKMANSHIP SHALL BE SUBJECT TO INSPECTION BY THE CITY. THE CITY FE7 ELECTRIC TRANSFORMER GV GATE VALVE
RESERVES THE RIGHT TO ACCEPT OR REJECT ANY MATERIALS AND WORKMANSHIP THAT G GAS
DOES NOT CONFORM TO THE CITY STANDARDS AND SPECIFICATIONS OR THE PROJECT GRC GALVANIZED RIGID STEEL CONDUIT
STANDARDS AND SPECIFICATIONS. �f FIRE HYDRANT HDD HORIZONTAL DIRECTIONAL DRILLING
POWER POLE HORIZ HORIZONTAL C
6. THE CONTRACTOR SHALL HAVE ONE SIGNED COPY OF THE DRAWINGS (APPROVED BY THE IE, INV INVERT ELEVATION
CITY OF FORT COLLINS), ONE COPY OF ANY APPROPRIATE STANDARDS AND SPECIFICATIONS, w DEEP ANODE BED IN INCH
AND A COPY OF ALL PERMITS NEEDED AT THE JOB SITE AT ALL TIMES. O IRR IRRIGATION
L&P LIGHT AND POWER
7. ALL CONSTRUCTION ACTIVITIES MUST COMPLY WITH THE STATE OF COLORADO PERMITTING o SURVEY CONTROL POINT LF LINEAR FEET
PROCESS FOR "STORMWATER DISCHARGE ASSOCIATED WITH CONSTRUCTION ACTIVITIES". LT LEFT
FOR INFORMATION CONTACT CDPHE, WATER QUALITY CONTROL DIVISION WQCD-PE-B2, ATTN-. TREELINE MAX MAXIMUM
PERMITS AND ENFORCEMENT, PHONE (303) 692-3517. MH MANHOLE
MIN MINIMUM
8. THE CITY OF FORT COLLINS, ITS REPRESENTATIVES AND THE DESIGN ENGINEER, HDR, ARE MJ MECHANICAL JOINT
NOT GUARANTORS OF THE CONSTRUCTION CONTRACTOR'S OBLIGATIONS AND PERFORMANCE N NORTHING
OF THE CONTRACT. (N) NORTH
O.D. OUTSIDE DIAMETER
9. THE CONTRACTOR WILL HAVE PRIMARY RESPONSIBILITY FOR JOB SITE CONDITIONS DURING OHE OVERHEAD ELECTRIC
THE COURSE OF CONSTRUCTION OF THE PROJECT. INCLUDING SAFETY OF ALL PERSONS AND PCCP PRETENSIONED CONCRETE CYLINDER PIPE
PROPERTY; THAT THIS REQUIREMENT SHALL APPLY CONTINUOUSLY, AND NOT BE LIMITED TO R PROPERTY LINE
NORMAL WORKING HOURS; AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY, AND PROP PROPOSED
HOLD HARMLESS THE CITY OF FORT COLLINS AND HDR FROM ANY AND ALL LIABILITY, REAL OR PVC POLYVINYL CHLORIDE
ALLEGED, EXCEPTING FOR LIABILITY CONNECTION WITH THE PERFORMANCE OR WORK ON THE RCP REINFORCED CONCRETE PIPE
PROJECT, EXCEPT FOR THE LIABILITY ARISING FROM THE SOLE NEGLIGENCE OF THE CITY OF ROW RIGHT-OF-WAY
FORT COLLINS OR HDR. RT RIGHT
(S) SOUTH
10. THE CITY OF FORT COLLINS AND HDR ARE NOT RESPONSIBLE FOR SAFETY IN, ON OR ABOUT SAN SANITARY
THE PROJECT SITE, NOR FOR COMPLIANCE BY THE APPROPRIATE PARTY OF ANY SEC SECTION
REGULATIONS RELATING THERETO. ST STREET
STA STATION
11. THE CITY OF FORT COLLINS AND HDR ARE NOT RESPONSIBLE FOR THE SAFETY OR ADEQUACY STL STEEL B
OF THE EQUIPMENT, BUILDING COMPONENTS, FORMS OR ANY OTHER WORK AIDS USED IN OR SS SANITARY SEWER
ABOUT THE PROJECT, OR IN THE SUPERINTENDING OF THE SAME. SF SQUARE FEET
SPEC SPECIFICATION
12. PAVEMENT AND CURB AND GUTTER THAT ARE REPLACED SHALL BE INSTALLED AT THE SAME TOP TOP OF PIPE
ELEVATION AS THE ORIGINAL CONDITIONS. TBD TO BE DETERMINED
13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING ANY GROUNDWATER TBM TEMPORARY BENCH MARK
ENCOUNTERED DURING CONSTRUCTION OF THIS PROJECT. GROUNDWATER SHALL BE T TELEPHONE
PUMPED, PIPED, REMOVED, AND DISPOSED IN A MANNER WHICH DOES NOT CAUSE FLOODING TS TEST STATION
OF PRIVATE PROPERTY, EXISTING STREETS, NOR EROSION. A PERMIT IS REQUIRED FROM THE TYP TYPICAL
WATER QUALITY CONTROL DIVISION OF THE COLORADO DEPARTMENT OF PUBLIC HEALTH AND UGE UNDERGROUND ELECTRIC
ENVIRONMENT FOR THE CONSTRUCTION DEWATERING DRAINAGE. UNK UNKNOWN
(W) WEST
14. PARCEL LINEWORK SHOWN IS BASED ON LARIMER COUNTY GIS DATA. EASEMENT BOUNDARY W WATER
LINEWORK IS BASED ON RECORDED EASEMENT LEGAL DESCRIPTIONS GRAPHICALLY W/ WITH
DEPICTED REFERENCED TO PARCEL LINE WORK. WAPA WESTERN AREA POWER ADMINISTRATION
WL WATER LINE
WS WATER SERVICE
WV WATER VALVE
° DEGREE
' COLORADO
0 1
- CALL BEFO U DIG
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE
CITY OF FORT COLLINS GENERAL NOTES,
CHECKED BY G. YOUNG o CP RENEWAL DESIGN LEGEND AND ABBREVIATIONS
.cl�l ti
?O 0047137' -0°
1/1 2/Zn. Z:
City of
0 1" 2" FILENAME OOG-001.dwg SHEET
A SEP 2025 ISSUED FOR BID �ONALEN Fort Collinsmmm�
SCALE AS SHOWN oo`''-00
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
1 2 3 4 5 6Ir
7 8
CD
r `rf--
G •�rIR =
CITY OF FORT COLLINS i WEST ANODE BED \G
VERTICAL DATUM:
SHEET 01C-401 � J NORTH AMERICAN VERTICAL DATUM 1988 (NAVD88)
WATER TREATMENT FACILITY (WTF) �y r � (A �\ - GPS ACQUIRED ELEVATIONS USING TRIMBLE VRS NETWORK
CITY OF FORT COLLINS BENCHMARK:
FOB 11 ��C,E "MUSCOTT"
ELEV=5055.74'
1 �
(FOj� I , ; UGE 11 \\
D4 1 1 HORIZONTAL DATUM:
( I I UGE YI \\ i FORT COLLINS GROUND MASTER COORDINATE SYSTEM
1
HORIZONTAL CONTROL BASED UPON TRIMBLE VRS NOW
\ I WEST ANODE � NETWORK
1 1� BED POSITIVE i II � \\
HEADER CABLE 3` �� w NOTES:
UGE W W \1
W \\ 1. THE SIZE, TYPE AND LOCATION OF ALL KNOWN
UGE --------
A
_ ____U_GE UGE UNDERGROUND UTILITIES ARE APPROXIMATE WHEN SHOWN---
f 4 LIMITS OF -1 W ON THESE DRAWINGS. IT SHALL BE THE RESPONSIBILITY OF
. _y - CONSTRUCTION I �_ ) THE CONTRACTOR TO VERIFY THE EXISTENCE OF ALL
------------------------------- G UNDERGROUND UTILITIES IN THE AREA OF THE WORK
• 11,418 SF � � •Q• (PO i C
• UGE - / BEFORE COMMENCING NEW CONSTRUCTION. THE
CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL
(PO Jai/ � ® \1� � \`� UNDERGROUND UTILITIES AND SHALL BE RESPONSIBLE FOR
0' ` ALL UNKNOWN UNDERGROUND UTILITIES.
Y i 1
G ' I (PO Y 1 (vv) - 2. ALL PROJECT CONTROL LISTED HEREON IS PROVIDED AS
A COURTESY. IT IS THE RESPONSIBILITY OF THE RECIPIENT
QE , i Y (F 1 1 Y 1 TO VERIFY THE ACCURACY OF THE COORDINATES AND
ELEVATIONS SHOWN PRIOR TO USING THEM FOR ANY
�\ -GE (UVL1 PURPOSES. C
Da Y i
®Y Y (FO (UGE) _
3. CONTRACTOR MUST MAINTAIN OWNER ACCESS TO
IJGE
BUILDINGS IN STAGING AREA.
r - - - - PT 4002 z- �'T -- PT 4000-
Y Y
(PC'
110 '
J � -.-UGE- --------------UGE O
1 P�! E
! \ SURVEY CONTROL
POINT TABLE
I
W POINT# NORTHING EASTING ELEVATION
_ 1 Y 4000 132729.24 173661.52 5190.67
1
atb i I 4002 132750.06 173453.86 5200.26
! Y
EAST ANODE BED
EAST ANODE BED POSITIVE HEADER CABLE
SHEET 01C-402 � � � � i LEGEND:
STAGING AREA
STAGING AREA SITE ACCESS ROUTE
_
15,855 SF
_ d SITE ACCESS \
�SD ROUTE
� (UGE) (UGC.
UGE) CONTRACTOR BABY TOOTH
ENTRANCE GATE M LIMITS OF (DRAINAGE)
ROW/PROPERTY LINE (TYP) ���,�
j CONSTRUCTION i
- (UG_: (UGE) 19,471 SF
ram,,; � A
LAPORTE AVE FO1
_ FO) —
I
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE OVERALL SITE PLAN
CITY OF FORT COLLINS SURVEY CONTROL
V :•pN FS••.
CHECKED BY G. YOUNG •�,,. o CP RENEWAL DESIGN STAGING AND ACCESS
I y'•
;O 0047137'
� •ZJ�� 12�� °�
City Of
o�Fss•••"°•••G��� 0 1" 2" FILENAME 01C-100.dwg SHEET
A SEP 2025 ISSUED FOR BID ONALEN Fort Collins
SCALE 1 60' 01 `''-1 00
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
" =
1 2 3 4 5 6 7 8
N
0
00 � QQ
m 1 DEEP ANODE BED m CONCRETE PAD
LIMITS OF �G 01C-50 DEPTH PROFILE APPROX. ELEVATION 5203
CONSTRUCTION G� s <3' QS SLOCUM ALLUVIUM
1 2 � 18"
(TYP 3'-11' KPL
2-2" DIA. PVC ANODE PIERRE SHALE NOTES: D
ALL (LOWER SHALE MEMBER)
\ CONDUIT TO EXISTING BOLLARDS) 1. CONTRACTOR TO POTHOLE TO A DEPTH OF 12 FT
\ ANODE JUNCTION BOX BELOW GROUND SURFACE AND A WIDTH OF 12 INCHES
c AT DEEP ANODE BED LOCATION PRIOR TO DRILLING THE
O\m m 2 ANODE JUNCTION BOX POSSIBLE GROUND WATER 20' DEEP ANODE BED. IF UTILITIES ARE ENCOUNTERED IN
1 \ 01C-50 8" BELOW SURFACE POTHOLE, NOTIFY THE ENGINEER IMMEDIATELY.
ANODE "'
KEYNOTE: OX
D INTERCEPT POSITIVE HEADER CABLE CONDUIT IN
N PLACE DURING CONSTRUCTION OF THE DEEP
ANODE BED. RECONNECT POSITIVE HEADER CABLE
\ \ TO RELOCATED ANODE JUNCTION BOX.
m m 1 V-50'
\ 2" DIA. PVC VENT PIPE (DFEET
LOCATE NEW DEEP ANODE BED A MINIMUM OF 10
CONCRETE PAD KN NIOBARA FORMATION (EDGE TO EDGE) FROM EXISTING DEEP
\ � ANODE BED.
7'
\ 3
\ , BOLLARD �_501
0 1 DEEP ANODE BED PAD GENERAL LAYOUT
\ m - SCALE: NTS
1 N: 132849.97 (DI C
E: 173350.32
1C-40 WEST DEEP ANODE BED I G) LIMITS OF CONSTRUCTION
POINT NO. NORTHING EASTING
e
o I 1 132965.60 173262.79
6 0 2 132965.60 173337.45
o I
/ G) 3 132879.31 173367.13
1
\ / f 4 132822.33 173356.15
\ 5 132852.60 173313.94
/ 6 132852.60 173262.79
�--� 2" DIA. 36"
CANDYCANE
GALVANIZED VENT 50'-500' KBM BENTON GROUP
105' RIGID CONDUIT #24 MESH
TO RECTIFIER SCREEN DEEP ANODE BED 1
01 C-50
#4 REINFORCING
STEEL, 12" O.C. EW
18"
co
6"
#4 REINFORCING
CONCRETE SLAB STEEL, 12" O.0 EW
ANODE WIRES TO
CONNECT TO EXISTING ANODE JUNCTION
1" DIA. PVC CONDUIT TO BOX
RECTIFIER.
2" DIA. PVC
2" DIA. PVC ANODE CONDUIT
VENT PIPE FROM BED APPROX. ELEVATION 4703
WEST ANODE PLAN DEEP ANODE BED PAD SECTION A WEST DEEP ANODE BED GEOLOGIC PROFILE
A
SCALE: NTS SCALE: NTS
A
20 10 0 20 40
SCALE IN FEET
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE WEST ANODE BED
CITY OF FORT COLLINS ENLARGED SITE PLAN
V :'pN F ,
CHECKED BY G. YOUNG •�,,• CP RENEWAL DESIGN
;O 0047137'
o.Zo�� + 2�L: r
x'1' City 01 SHEET
�SS�ONALE Fort Collins 0 1" 2" FILENAME 01C-401.dwg
A SEP 2025 ISSUED FOR BID 01 C-401
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893 SCALE SCALE: 1" = 20'
1 2 3 4 5 6 7 8
U
1 :D h.
EXISTING O DEPTH PROFILE APPROX. ELEVATION 5173
` EAST ANODE < _ QS
\ _ JUNCTION SLOCUM ALLUVIUM POSSIBLE GROUND WATER 3'
I ________--ft-_UGE BOX BELOW SURFACE
2 �
NOTES:
4 D
51, 3 z
1. CONTRACTOR TO POTHOLE TO A DEPTH OF 12 FT
I5185= - - _ _ BELOW GROUND SURFACE AND A WIDTH OF 12 INCHES
- _ 5184 AT DEEP ANODE BED LOCATION PRIOR TO DRILLING THE
I - - _ 6 PIERRE SHALE
5183 2 ANODE WIRE CONDUITS 7'-76' KPL DEEP ANODE BED. IF UTILITIES ARE ENCOUNTERED IN
(2) AND VENT PIPE (LOWER SHALE MEMBER) POTHOLE, NOTIFY THE ENGINEER IMMEDIATELY.
5182 �-50 75 LF
� 5181 - _ _ KEYNOTE: O
5180 - - - - - -- -
0 REMOVE EXISTING ANODE WIRES FROM EXISTING
17 16 - 5179 N: 132364.99 9 (DCONDUIT. PULL NEW ANODE WIRES THROUGH
� -- - O
E: 173972.68 1 EXISTING CONDUIT AND CONNECT TO EXISTING
/
CONNECT TO EXISTING ANODE JUNCTION BOX.
- 15 �\ ��
/ I ANODE CONDUITS
\ AND VENT PIPE
\ 1 N: 132331.29 10
E: 173904.52 76'-114' KN NIOBARA FORMATION
14 � \
�40EAST DEEP ANODE BED / I LIMITS OF CONSTRUCTION
06 8 - � 7 POINT NO. NORTHING FASTING
1 132411.80 173693.31
\ / 2 132387.06 173732.94 C
13 12 3 132374.97 173958.53
4 132378.84 173967.73
LIMITS OF BABY TOOTH 5 132378.25 173976.01
CONSTRUCTION (DRAINAGE)
6 132369.37 173987.52
7 132303.66 173987.45
8 132303.66 173960.15
9 132345.20 173960.15
114'-500' KBM BENTON GROUP 10 132329.12 173941.94
11 132310.75 173924.07
12 132294.34 173898.99
13 132293.39 173865.78
14 132317.84 173771.28
15 132342.00 173750.23
16 132355.61 173707.41
17 132354.80 173690.80 B
APPROX. ELEVATION 4673
EAST DEEP ANODE BED GEOLOGIC PROFILE
SCALE: NTS
EAST ANODE PLAN
ri #4 REINFORCING
01 C-50 DEEP ANODE BED STEEL, 12" O.0 EW
3'
1 2" DIA. PVC ANODE
�5ODEEP ANODE BED CONDUIT TO EXISTING
ANODE JUNCTION BOX
2" DIA. PVC VENT PIPE
6"THICK CONCRETE \\/�/ \ \//\//\// / A
PAD
ANODE WIRES TO \ /\ /\/ CONNECT 2-2" DIA.
ANODE JUNCTION 2" DIA. PVC PVC ANODE CONDUIT
BOX VENT PIPE TO EXISTING ANODE
JUNCTION BOX
1 DEEP ANODE BED PAD GENERAL LAYOUT
- SCALE: NTS A DEEP ANODE BED PAD SECTION A 20 10 0 20 40
- SCALE: NTS
SCALE IN FEET
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE EAST ANODE BED
DRAWN BY L. WILLYARD o�0�P00 Ll�F�s CITY OF FORT COLLINS ENLARGED SITE PLAN
CHECKED BY G. YOUNG C,•�,,� GNARLFS•��F� CP RENEWAL DESIGN
L y
;O 0047137'
� .
'•: '�Qz. City Of
0 1" 2" FILENAME 01C-402.dwg SHEET
A SEP 2025 ISSUED FOR BID �ONALEN Fort Collins C A
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
SCALE SCALE: 1" = 20' 0� `''�4�2
1 2 3 14 5 6 7 8
SIZE AND RELATIVE POSITION OF THE NOMINAL 10 INCH
DIA SCH 40 PVC GROUNDBED CASING THAT THE
CENTRALIZER MUST SLIDE DOWN THROUGH
SIZE AND RELATIVE POSITION OF IMAGINARY ARC
FORMED BY CENTRALIZER RIBS
CENTRALIZED RIBS, 1/4 INCH DIA STEEL RODS
\ WELDED TO CENTER BAR STOCK AT THE
APPROXIMATE ANGLES INDICATED
CENTER STEEL BAR STOCK, 7/8 INCH DIA
w w 45 DEGREES \
U W
U /
Z = Z
U I
r� p II
p 0 I
II O = I
c/) I
� = m I I
Z �
Z Q W
U N
Q Q I
w 45 DEGREES \ ,/ IIIIIIIIII
2 INCH SCH 40 PVC VENT PIPE
(2 3/8 INCH O.D.)
SPOT WELD (TYP)
C
HOSE CLAMP
MIXED METAL OXIDE TUBULAR ANODE
HOSE CLAMP
TOP VIEW
ROUND-OFF CONCRETE
ON TOP
3/16" SAFETY WHITE
STAINLESS STEEL HOSE CLAMP REFLECTIVE STRIPES
SPOT WELDED TO CENTER BAR
STOCK FOR SECURING 2 INCH DIA
SCH 40 PVC VENT PIPE (TYP OF 2) PAINT PIPE WITH SAFETY
YELLOW EPDXY PAINT
II II III
48"
4" DIA SCH 40 GALV
STEEL PIPE FILLED B
STAINLESS STEEL HOSE CLAMP SPOT WELDED WITH CONCRETE
TO CENTER BAR STOCK FOR SECURING 1-1/4" DIA SEE NOTE 1
TUBULAR ANODE MIN 3000 PSI
COMPACTED CONCRETE FOOTING
UN-PAVED NATIVE BACKFILL PROVIDE MIN 1" SLOPE
CENTER STEEL BAR, 7/8 INCH DIA X 5 3/4 INCHES SURROUNDING GRADE
\/
CENTRALIZER RIB 1/4 INCH DIA STEEL RODS BENT WARNING TAPE /\ 00
AND WELDED TO CENTER BARzo
\ \ \ \ \
J coEl I a n
III w TRACER WIREEll
p Q \ #12 AWG THHN 36"
\ 42"
Z /
o Q /
z . .
m 2" DIA. PVC VENT
2.1087"
3/16"
2.5462" \ \ 0
NOTES:
2" DIA. PVC / A
SIDE VIEW (RIBS ROTATED 45° FOR CLARITY) ANODE CONDUIT 5" 5" 1. SURFACE RESTORATION TO MATCH EXISTING CONDITIONS.
NOTES: TRENCH WIDTH SHALL BE MINIMUM 12 INCHES BUT NO
GREATER THAN 24 INCHES.
1. CENTRALIZED ASSEMBLY TO BE BY LIDA VENTRALIZER UNIT OR APPROVED EQUAL. 2t2' 16" DIA
2. ANODE, VENT PIPE, AND 10 INCH DIA PVC CASING ARE NOT SHOWN IN SIDE VIEW FOR CLARITY. 2. CP CABLE CONDUIT SHALL BE PVC SCH 40, MINIMUM 2"
DIAMETER AND WITH MINIMUM 18 INCH RADIUS SWEEPS.
1 ANODE CENTRALIZER ASSEMBLY 01C-501 CONDUIT TRENCH r-3
BOLLARD DETAIL
01 C-501 SCALE: NTS SCALE: NTS 01 C-501 SCALE: NTS
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE DEEP ANODE BED
DRAWN BY L. WILLYARD �ORADO /�F2 CITY OF FORT COLLINS DETAILS
CHECKED BY G. YOUNG CP RENEWAL DESIGN
;p 0047137
e 0t��� City of SHEET
NALENG\ Fort Collins 0 1„ 2" FILENAME 01C-501.dwg
A SEP 2025 ISSUED FOR BID 01 C-501
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893 SCALE N.T.S.
1 2 13 4 5 6 7 8
CAST IRON WELL COVER AND FRAME. 10"
NOMINAL DIAMETER, SEE NOTE 8 FOR DETAILS.
COPPER BUS BAR
. a a III II1= III I
1I F9II 1 00 ° III III III
-III III-- lw Oo
zz I a I I I I III III, 1 ® 2. COMPRESSION WIRE
w IT OR
III , CONNECTOR, D=II
3.
z �L III I�
-I ( I— DEEP ANODE BED PAD
I I _L_ 5. ® 6.
7. ® 8.
z 9- ® 10.
z 10" DIA PVC DEEP ANODE BED CASING,
®0 SEE NOTE 7 FOR DEPTH 1 1 . 12.
U r _ 2" DIA. PVC VENT PIPE.
> 1 TERMINATE AT JUNCTION
F- BOX, SEE DETAIL A/010501 —
d:
z
TWO (2) 2" DIA. PVC TO
o °
ANODE JUNCTION BOX ►
rn
a
w EXISTING POSITIVE
cn as LEAD TO RECTIFIER.
° a 2" PVC VENT PIPE SOLID IN INACTIVE COLUMN
�O
(D
L/L� d °
°
N
CO TWELVE ANODE LEAD WIRES
O O NOTES: C
° d
CEMENT GROUT 1. NUMBER AND LABEL INDIVIDUAL ANODE LEAD
PUMPED IN PLACE WIRES CONSECUTIVELY STARTING WITH BOTTOM
ANODE (DEEPEST)AS NUMBER ONE (1)
TERMINATED IN UPPER LEFT TOP CORNER (NOT
_ A , ALL LEAD WIRES OR NUMBERS SHOWN FOR
CLARITY)
p d. ° TOP OF COKE COLUMN 2. REUSE ANODE JUNCTION BOX AND COMPONENTS
w rT� ROUTE INDIVIDUAL ANODE AT BOTH LOCATIONS. THIS INCLUDES BOX, BACK
LEAD WIRES FROM DEEP PANEL, COPPER BUS BAR, SHUNTS, AND
w 12.5' SPACE 1 C_50
o Q BETWEEN ANODES ANODE BED. HARDWARE. NOTIFY OWNER AND REPLACE ANY
DAMAGED OR UNUSABLE COMPONENTS.
z o (TYP.) 3. REPLACE OR CLEAN THE WIRE CONNECTORS
BEFORE CONNECTING NEW WIRES.
0
rn
DEEP ANODE BED DETAILS
1" GRC
RECTIFIER LOCATION DEEP ANODE BED DEPTH (FT) NO. OF ANODES 2" GRC
WEST DEEP ANODE BED 290 12
EAST DEEP ANODE BED 290 12 2 ANODE JUNCTION BOX
z 01 C-502 SCALE: NTS
J NOTES:
O1. PROPOSED ANODE BED LOCATION TO BE FIELD VERIFIED BY THE 10. SPACE ANODES EQUALLY WITHIN ACTIVE COLUMN (206 FT) USING
0 OWNER. THE INSTALLATION CONTRACTOR SHALL LOCATE ALL ONE CENTRALIZER PER ANODE (SEE DET 1/01C 501). MAINTAIN 6' B
z I UNDERGROUND UTILITIES BEFORE EXCAVATION. DEPTH BETWEEN THE BOTTOM OF THE ACTIVE COLUMN AND THE
w z BOTTOM ANODE.
>_ w 2. PERFORATED VENT PIPE SHALL HAVE 3/16" HOLES 6"APART AT 90
w DEGREE AROUND VENT PIPE FROM BOTTOM TO TOP OF COKE 11. ORDER ANODES WITH WIRES LONG ENOUGH TO REACH THE
Q COLUMN. ANODE JUNCTION BOX WITHOUT ANY SPLICES. NO ANODE LEAD WIRE
m ~ I SPLICES ARE PERMITTED.
U w 3. 2"VENT PIPE MAY REST AT THE BOTTOM OF DEEP ANODE BED.
0 CAP BOTTOM, ADD WATER TO PREVENT FLOATING, DO NOT DRILL
U) O I I HOLES IN BOTTOM 6" OF VENT PIPE.
CN
4. ALL PVC PIPE, SHALL BE SCHEDULE 40 UNLESS OTHERWISE
SHOWN.
5. DEEP ANODE BED DEPTH TO BE AS SHOWN IN DEEP ANODE BED
DETAILS TABLE, THIS SHEET.
6. NUMBER OF ANODES SHALL BE PER THE DEEP ANODE BED
DETAILS TABLE, THIS SHEET.
2" PVC PERFORATED 7. DEEP ANODE BED CASING TO EXTEND THROUGH ALLUVIUM.
VENT PIPE a REFER TO GEOLOGIC PROFILE ON ENLARGED SITE PLAN SHEETS
dl d FOR ESTIMATED DEPTH BASED ON LOCAL GEOTECHNICAL
a EXPERIENCE.
CALCINATED COKE
BREEZE THROUGHOUT 8. DEEP ANODE BED COVER AND FRAME TO BE BINGHAM AND
ACTIVE ANODE COLUMN aQ °°° TAYLOR, MARK V OR EQUAL. 10" LID STANDARD WITH RING AND A
FRAME WITH FLANGED BASE.
10" CAP BOTTOM 9. ALLOW 24 HOURS AFTER COKE PLACEMENT FOR SETTLEMENT,
VENT PIPE BUT IN NO CASE LONGER THAN 30 HOURS PRIOR TO
(NO VENT HOLES) MEASUREMENT AND ADDING OR COMPLETING DEEP ANODE BED.
AFTER INITIAL SETTLEMENT, ADD ADDITIONAL COKE AS REQUIRED
TO TOP OF ACTIVE COLUMN.
1 DEEP ANODE BED
01 C-502 SCALE: NTS
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE DEEP ANODE BED
CITY OF FORT COLLINS DETAILS
CHECKED BY G. YOUNG •�,,• CP RENEWAL DESIGN
;O 0047137' o
� •ZJ�� i2lZaZ5�Z. �
��•� City of
o�Fss G��� 0 1" 2" FILENAME 01C-502.dwg SHEET
A SEP 2025 ISSUED FOR BID �ONALEN Fort Collins C
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
SCALE N.T.S. 0� `''�5�2
1 2 3 4 5 6 7 8
N
N PROTECT IN PLACE
EXISTING JUNCTION BOX,
CP �' PAD, VENT, AND POSITIVE
- - - - - - - - �� — - -�-�' HEADER CABLE TO
rn -" RECTIFIER
POSITIVE HEADER
CABLE TO RECTIFIER
KEYNOTE: OX
i
DDEMO EXISTING DEEP ANODE BED PAD. CUT
EXISTING CASING BELOW GRADE, REMOVE VENT
5180- PIPE AND WIRES. FILL WITH BENTONITE. PROTECT
IN PLACE POSITIVE HEADER CABLE TO RECTIFIER.
SALVAGE AND RE-USE EXISTING JUNCTION BOX.
O2 EXISTING WEST DEEP ANODE BED ABANDON IN PLACE EXISTING ANODE WIRES TO
5179 -
JUNCTION BOX.
_ O ABANDON EXISTING DEEP ANODE BED IN PLACE.
5178 ABANDON IN PLACE CUT EXISTING CASING BELOW GRADE, REMOVE
PROTECT IN PLACE EXISTING EXISTING ANODE WIRES VENT PIPE AND WIRES. FILL WITH BENTONITE.
1 POSITIVE HEADER CABLE TO JUNCTION BOX
CONDUIT 5177
C
BABY TOOTH
(DRAINAGE)
EAST DEEP ANODE BED O
WEST ANODE BED DEMOLITION PLAN
EAST ANODE BED DEMOLITION PLAN
B
A
10 5 0 10 20
SCALE IN FEET
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE DEMOLITION PLAN
CITY OF FORT COLLINS
V :'pN FS••.
RL
CHECKED BY G. YOUNG •�,,• CP RENEWAL DESIGN
;O 0047137' 6-
2IZ.0 Z5�Z. �
��•� City of
o�Fss ••••••*•G��� 0 1" 2" FILENAME 01X-101.dwg SHEET
A SEP 2025 ISSUED FOR BID ONALEN Fort Collins
SCALE SCALE: 1" = 10' 01 X-101
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
1 2 3 4 5 6 7 8
N
I7 x. - - ------------------ D
-------
----- —
• i --------------- --------_-
r1i� I
LIMITS OF
74
CONSTRUCTION 1 0 G
1 Gm \ - - --UGE UGE UGE
Lo
ccp-
SEDIMENT —
CONTROL LOGS \
I 113LF j� m
� — y
1
NORTHERLY EDGE SEDIMENT
I , OF BABY TOOTH 31 CONTROL LOGS
DRAINAGE
® e 91 LIMITS OF
ICONSTRUCTION
\ I BABY TOOTH�
®® (DRAINAGE)
i B
I
WEST DEEP ANODE BED EAST DEEP ANODE BED
EROSION CONTROL LEGEND KEYNOTE: OX A
smx sa SEDIMENT CONTROL LOGS/STRAW (DANODE
ADD 10FT X 10FT OF COIR MATTING AROUND DEEP
WATTLES BED.
COIR MATTING
FLOW PATH
20 10 0 20 40
SYMBOLS ARE NOT TO SCALE AND ARE
SCHEMATIC IN NATURE
SCALE IN FEET
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE
DRAWN BY L. WILLYARD . ...... . CITY OF FORT COLLINS EROSION CONTROL PLAN
V :•pN FS••.
CHECKED BY G. YOUNG •�,,• CP RENEWAL DESIGN
.O 0047137' -D
o I-"I/12/Lr:
� '•: ���'�� Cityof
o�Fss "'••' � 0 1" 2" FILENAME 05C-101.dwg SHEET
A SEP 2025 ISSUED FOR BID ONALEN Fort Collins
SCALE SCALE: 1" = 20' 05r-101
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
1 2 3 4 5 6 7 8
SITE DESCRIPTION (sP j STOCKPILE PROTECTION
DESCRIPTION:
A. PROPOSED SEQUENCING FOR MAJOR ACTIVITIES: STOCKPILE PROTECTION IS USED TO MINIMIZE EROSION AND SEDIMENT TRANSPORT FROM SOIL STOCKPILES.
• INSTALLATION OF INITIAL BMPS DESIGN AND INSTALLATION:
• INSTALLATION OF STAGING AREA
LOCATE STOCKPILES AWAY FROM DRAINAGE SYSTEM COMPONETS, INCLUDING STORM SEWERS. CHOOSE STOCKPILE
• STABILIZATION OF DISTURBED AREAS AND REMOVAL OF BMPS. THE INSTALLATION AND REMOVAL OF BMPS WILL LOCATIONS THAT WILL REMAIN UNDISTURBED FOR THE LONGEST PERIOD OF TIME. INSTALL CONTROL MEASURES ON
BE PHASED WITH CONSTRUCTION. DOWNSLOPE SIDE OF STOCKPILE. D
MAINTENANCE:
B. CALCULATIONS CHART: INSPECT CONTROL MEASURES TO ENSURE THEY ARE FUNCTIONING PROPERLY AND NO SEDIMENT HAS BEEN DISCHARGED FROM
• TOTAL AREA OF DISTURBANCE: 30,900 SF THE STOCKPILE AREA. REPAIR AND REPLACE CONTROL MEASURES AS NEEDED.
• TOTAL "ONSITE"AREA OF DISTURBANCE: N/A ADDITIONAL NOTES:
• TOTAL "OFFSITE" AREA OF DISTURBANCE: N/A 1. UNCOVERED STOCKPILE TO HAVE A MAXIMUM HEIGHT OF U AND MAXIMUM SIDE SLOPES OF 3:1. STOCK PILE WILL BE SEEDED
• TOTAL STORAGE / STAGING AREA: 15,855 SF AND MULCHED WITHIN 14 DAYS OF PLACEMENT IF PILE IS TO REMAIN DORMANT FOR THAT AMOUNT OF TIME OR LONGER.
• TOTAL AREA OF HAUL ROADS: 30,626 SF 2. PILE FOOTPRINT TO BE SURFACE ROUGHENED, SEEDED, AND MULCHED ONCE PILE IS REMOVED. DOWN GRADIENT SCL, SF,
• HEAVY CONSTRUCTION VEHICLE TRAFFIC AREAS OFFSITE: N/A OR IRS TO REMAIN UNTIL VEGETATION REACHES REQUIRED STABILIZATION DENSITY. IF PILE WAS PLACED ON ASPHALT, THE
AREA SHALL BE CLEANED (STREET SWEEPING AND VACUUMING TO REMOVE ANY LINGERING SEDIMENT FROM THE AREA
• APPROXIMATE PROJECT AREA DISTURBED AT ONE TIME: N/A ONCE THE STOCKPILE IS REMOVED. INSPECT AREA TO BE SWEPT FOR MATERIALS THAT MAY BE HAZARDOUS PRIOR TO
SWEEPING. UPON COMPLETION OF SWEEPING, VERIFY CMs IN CLOSE PROXIMITY TO SWEEPING OPERATIONS HAVE NOT BEEN
• EXISTING VEGETATIVE DENSITY: N/A COMPROMISED BY WORK.
• EXISTING SOIL TYPE: REFER TO GEOLOGIC PROFILE ON ENLARGE PLANS 3. DOWN-GRADIENT STOCKPILES CMs MAY BE ELIMINATED IF ANOTHER DOWN-GRADIENT CM MAKES STOCKPILE CMs
• GROUNDWATER DEPTH: -20 FT REDUNDANT
• NUMBER OF PHASES W/ PROJECT: N/A
• TOTAL VOLUME OF IMPORTED (+) / EXPORTED (-) MATERIALS: N/A
• TOTAL AREA OF STOCKPILING OF FILL OR BORROW AREAS OFF SITE: N/A
• STEEPEST SLOPE: 3:1 H:V
• DISTANCE FROM A RIPARIAN AREA: 0 MILES (BABYTOOTH DRAINAGE) 3:1 MAX C
SIDE SLOPE
3'(TYP.)
C. GENERAL EROSION CONTROL NOTES
MAX HEIGHT=10'
1. ALL REQUIRED BMPS SHALL BE INSTALLED PRIOR TO ANY LAND DISTURBING ACTIVITY (STOCKPILING, STRIPPING,
GRADING, ETC.)ALL OF THEIR REQUIRED EROSION CONTROL MEASURES SHALL BE INSTALLED AT THE -
APPROPRIATE TIME IN THE CONSTRUCTION SEQUENCE AS INDICATED IN THE APPROVED PROJECT SCHEDULE
AND CONSTRUCTION PLANS.
2. PRE-DISTURBANCE VEGETATION SHALL BE PROTECTED AND RETAINED WHEREVER POSSIBLE. REMOVAL OR - PLACEMENT OF SCL, SF, OR ROCK SOCKS
DISTURBANCE OF EXISTING VEGETATION SHALL BE LIMITED TO THE AREA REQUIRED FOR IMMEDIATE TO BEST MATCH UNDERLYING SURFACE
CONSTRUCTION OPERATIONS, AND FOR THE SHORTEST PRACTICAL PERIOD OF TIME.
3. ALL SOILS EXPOSED DURING LAND DISTURBING ACTIVITY (STRIPPING, GRADING, UTILITY INSTALLATIONS,
STOCKPILING, FILLING, ETC.) SHALL BE KEPT IN A ROUGHENED CONDITION BY RIPPING OR DISKING ALONG LAND
CONTOURS UNTIL MULCH, VEGETATION, OR OTHER PERMANENT EROSION CONTROL IS INSTALLED. NO SOILS IN
AREAS OUTSIDE PROJECT STREET RIGHTS OF WAY SHALL REMAIN EXPOSED BY LAND DISTURBING ACTIVITY FOR
MORE THAN FOURTEEN (14) DAYS BEFORE REQUIRED TEMPORARY OR PERMANENT EROSION CONTROL (E.G.
SEED/MULCH, LANDSCAPING, ETC.) IS INSTALLED, UNLESS OTHERWISE APPROVED BY THE ENGINEER.
4. THE CONSTRUCTION AREA SHALL BE WATERED TO MITIGATE FUGITIVE DUST AS NEEDED THROUGHOUT
CONSTRUCTION. IF FUGITIVE DUST IS DETERMINED BY THE ENGINEER TO BE IMPACTING ADJACENT PROPERTIES
THEN CONSTRUCTION IS TO BE SUSPENDED IMMEDIATELY UNTIL ISSUE CAN BE CONTROLLED. NATIVE UPLAND SEED MIX
Common Name Scientific Name Ibs PLS/acre
5. ALL TEMPORARY (STRUCTURAL) EROSION CONTROL MEASURES MUST BE INSPECTED AND REPAIRED OR Purple Prairie Clover Dalea purlunea ILS/ NOTES:
RECONSTRUCTED AS NECESSARY AFTER EACH RUNOFF EVENT AND EVERY 14 DAYS IN ORDER TO ASSURE Indian blanketflower Gczil/urdicz aristata 1.85 B
CONTINUED PERFORMANCE OF THEIR INTENDED FUNCTION. ALL RETAINED SEDIMENTS, PARTICULARLY THOSE ON 1. PERFORM OPERATIONS WITHIN THE FOLLOWING DATES:
_ Blue flax Linum lewsii 0.83 A. STAGING AREA AND UPLAND MIXTURES:
PAVED ROADWAY SURFACES, SHALL BE REMOVED AND DISPOSED OF IN A MANNER AND LOCATION SO AS NOT TO = Rocky Mtn. penstemon Penstemon strictus 0.35 A.1. SPRING PLANTING: BETWEEN APRIL 1ST AND JULY 1ST, SEE B.2.
CAUSE THEIR RELEASE INTO ANY DRAINAGEWAY. Mexican hat Ratibida columnifera 0.20 A.2. FALL PLANTING: BETWEEN AUGUST 30TH AND OCTOBER 30TH, SEE B.2.
6. NO SOIL STOCKPILE SHALL EXCEED TEN (10) FEET IN HEIGHT. ALL SOIL STOCKPILES SHALL BE PROTECTED FROM Sideoats Grama Bouteloua curb endula 1.15 A.3. SCHEDULE SEEDING SO THAT SEED HAS 85%COVERAGE BY SUBSTANTIAL
Blue Grama Boutelotta l-acilis 0.25 COMPLETION. RESEEDING MAY BE REQUIRED,AT NO COST TO THE
SEDIMENT TRANSPORT BY SURFACE ROUGHENING, WATERING AS NEEDED, AND EITHER PERIMETER SILT OWNER, IN ORDER TO REACH 85%COVERAGE.
FENCING OR A SEDIMENT CONTROL LOG ALONG THE BASE OF THE STOCKPILE. ANY SOIL STOCKPILE REMAINING Buffalograss Buchloe dactyloides 3.27 B. HIGH ALTITUDE SEEDING IS GOVERNED BY AMBIENT TEMPERATURE.
AFTER 30 DAYS SHALL BE SEEDED AND MULCHED. Inland Saltgrass Distichlis stricta 0.35 B.1. COOL SEASON GRASS SEED INTENDED FOR IMMEDIATE GERMINATION
Bottlebrush squirreltail Elyznus el moides 0.95 SHALL BE PLANTED AFTER THE LAST FROST AND WHEN DAYTIME
7. CITY ORDINANCE PROHIBITS THE TRACKING, DROPPING, OR DEPOSITING OF SOILS OR ANY OTHER MATERIAL Indian Rice grass Eriocoma hymenoides 1.13 TEMPERATURES ARE PREDICTED TO REACH 60 TO 75 DEGREES.
ONTO CITY STREETS BY OR FROM ANY VEHICLE. ANY INADVERTENT DEPOSITED MATERIAL SHALL BE CLEANED B.2. SEEDING MAY OCCUR THROUGHOUT THE SUMMER,AS MOUNTAIN
Prairie June grass Koeleria ntucruntlra 0.08 TEMPERATURES RARELY REACH A LEVEL DETRIMENTAL TO GRASS SEED
IMMEDIATELY BY THE CONTRACTOR. VEHICLE TRACKING PADS TO BE USED AS NEEDED TO MITIGATE TRACKOUT. Green Needle grass Nassella virichda 1.01 GROWTH,WITH WATERING AT NORMAL ESTABLISHMENT LEVELS. SEEDING
8. CONCRETE WASHOUT AREA TO BE IN ACCORDANCE WITH DETAIL PROVIDED IN PLANS OR ALTERNATIVE AS Switch grass Pal7icunr vir aturn 0.71 MAY OCCUR IF THE SOIL TEMPERATURE IS ABOVE 55 DEGREES F.
APPROVED BY ENGINEER. Sand Dropseed Sporobolus cri plandrzts 0.04 B.3. FALL SEEDING, CONDUCTED IN TEMPERATURES COOLER THAN THE
ABOVE, IS ACCEPTABLE; BUT DO NOT WATER UNTIL THE GROWING
Total for Mix 12.98 SEASON. WITHIN FOUR WEEKS OF THE START OF THE GROWING SEASON
9. SAW CUTTING WATER TO BE VACUUMED UP BEFORE LEAVING THE SITE. ACCEPTABLE SUBSTITUTES FOR WILDFLOWERS THE ENGINEER SHALL REVIEW SEED GERMINATION AND COVERAGE,
10. BMPS TO BE MAINTAINED ACCORDING TO MANUFACTURER RECOMMENDATIONS. Fringed sage Ar•temisia fi-igidcr 0.05 OVERSEEDING MAY BE REQUIRED AT NO COST TO THE OWNER, DUE TO
Plains coreo sis Coreo sis tinctoria 0.17 LOSS OF SEED VIA WILDLIFE HERBIVORY AND/OR WIND OR WATER-BASED
Prairie aster Machaeranthera tanacetifolia 0.49 EROSION.
C. NO SEEDING WORK SHALL BE COMPLETED BY THE CONTRACTOR WHEN THE
fi ACCEPTABLE SUBSTITUTES FOR GRASSES GROUND IS FROZEN, SNOW COVERED,TOO WET,OR IN AN OTHERWISE
Canada Wild Rye. El mus canadensis L 10 UNSUITABLE CONDITION FOR PLANTING. SPECIAL CONDITIONS MAY EXIST
D. BEST MANAGEMENT PRACTICES (BMPS) FOR STORMWATER POLLUTION PREVENTION Mountain muhly Muhlenber is rnontana 0.11 THAT WARRANTS A VARIANCE IN THE SPECIFIED PLANTING DATES OR
CONDITIONS. THE CONTRACTOR SHALL SUBMIT A WRITTEN REQUEST TO THE
Western Wheat grass Pasco vrum smithii 1.61 ENGINEER STATING THE SPECIAL CONDITIONS AND PROPOSED VARIANCE FOR
'Contractor is responsible for locating and purchasing all species listed in mix. If a species can't be located,contractor must replace each missing APPROVAL PRIOR TO COMPLETION OF THE WORK.
Utilities species with the acceptable substitutions(listed above).Contractor is responsible for providing seed tags to appropriate City staff,if required for A
Mobilization Demolition Installation Demobilization project.This mix is based on 70 seeds/square foot and is only calculated for one acre.This mix is based on the contractor using a drill seed
Best Management Practices (BMPS) - application.Mix should be doubled if hand broadcasted. Contractor is responsible for calculating the appropriate seed amounts to purchase.
Please note that the pounds per acre are in PLS(Pure Live Seed)and must be ordered that way. All materials furnished shall be free of Colorado
Structural "Installation" State noxious weeds as defined in Article III.Section 21-40 of the Code of the City of Fort Collins. (CS 2024)
Sediment Control Logs/Straw Wattles X X X
Coir Matting X
Inlet Filter Bags * (Phased Installation)
1 Collecting Asphalt/Concrete Saw Cutting Waste
SEEDING SCHEDULE
-
*All SCALE: NTS
*All BMPs to be Removed once Construction is Complete.
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE
DRAWN BY L. WILLYARD o�0�P1)0 Ll�F�s CITY OF FORT COLLINS EROSION CONTROL
CHECKED BY G. YOUNG V�.0NARLkS.N%o CP RENEWAL DESIGN NOTES AND DETAILS
?p 0047137'
°Zu1� t2�Z`- °�
City of 0 1" 2" FILENAME
o�Fss 05C-501.dwg SHEET
A SEP 2025 ISSUED FOR BID �ONALEN Fort Collins
SCALE N.T.S. 05C-501
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
1 12 3 14 5 16 7 18
GENERAL EROSION CONTROL REQUIREMENTS MEASURE THAT WAS TO BE USED IN THAT LOCATION. (EX. SILT FENCE, FOR WATTLES, OR FOR COMPACT PUBLIC OR PRIVATE PROPERTY IF THERE IS A SIGNIFICANT POTENTIAL FOR MIGRATION OF SUCH GOOD HOUSEKEEPING TO KEEP THE CONSTRUCTION SITE FREE OF LITTER, CONSTRUCTION DEBRIS,
BERMS) WATTLE ALONE ON COMMERCIAL CONSTRUCTION SITES HAVE SHOWN TO BE AN INEFFECTIVE POLLUTANT. THEREFORE, ALL TRACKED OR DEPOSITED MATERIALS (INTENTIONAL OR INADVERTENT) AND LEAKING CONTAINERS.
SUBSTITUTE FOR SILT FENCE OR COMPACT BERMS UNLESS IT IS ACCOMPANIED BY A CONSTRUCTION ARE NOT PERMITTED TO REMAIN ON THE STREET OR GUTTER AND SHALL BE REMOVED AND LEGALLY
THESE NOTES ARE A SUMMARY FOR THE LEGAL REQUIREMENTS, THAT ARE SET FORTH IN THE FORT COLLINS FENCE TO PREVENT VEHICLE TRAFFIC. DISPOSED OF BY THE CONTRACTOR IN A TIMELY AND IMMEDIATE MANNER. DIRT RAMPS INSTALLED IN
STORMWATER CRITERIA MANUAL (FCSCM),AND THAT ANY CONFLICT IS RESOLVED BY THE MORE STRINGENT 46) SANITARY FACILITIES SHALL BE PREVENTED FROM TIPPING THROUGH THE USE OF ANCHORING TO THE
REQUIREMENT CONTROLLING. THE CURB-LINES ARE NOT EXEMPT TO THESE SECTIONS OF CODE AND SHALL NOT BE PERMITTED IN THE GROUND OR LASHING TO A STABILIZED STRUCTURE. THESE FACILITIES SHALL ALSO BE LOCATED AS FAR
19) ANY IMPLEMENTATION OR REPLACEMENT OF EXISTING CONTROL MEASURES FOR A NON-STANDARD STREET RIGHT OF WAY(PUBLIC OR PRIVATE). AS PRACTICAL FROM AN INLET, CURB CUT, DRAINAGE SWALE OR OTHER DRAINAGE CONVEYANCES TO
CONTROL, OR ALTERNATIVE CONTROL MEASURE, SHALL REQUIRE THE REVIEW AND ACCEPTANCE BY PREVENT MATERIAL TRANSPORT FROM LEAVING THE LOCAL AREA. THIS CONSISTS OF THE FACILITY
1) THE PROPERTY OWNER, OWNER'S REPRESENTATIVE, CONTRACTOR, DESIGN ENGINEER, GENERAL THE CITY EROSION CONTROL STAFF BEFORE THE MEASURE WILL BE ALLOWED TO BE USED ON THIS 35) IF REPEATED DEPOSIT OF MATERIAL OCCURS ON A SITE, ADDITIONAL STRUCTURAL TRACKING BEING LOCATED, WHERE PRACTICAL, AT LEAST FIFTY (50) FEET FROM ANY PERMANENT OR INTERIM
CONTRACTOR, SUB CONTRACTORS, OR SIMILAR TITLE FOR THE DEVELOPING ENTITY (HERE AFTER PROJECT. THESE CONTROL MEASURES' DETAILS SHALL BE SUBMITTED, REVIEWED AND ACCEPTED TO BE CONTROLS MAY BE REQUIRED OF THE CONTRACTOR BY THE CITY EROSION CONTROL INSPECTOR. DRAINAGE WAYS.
REFERRED TO AS THE CONTRACTOR) HAS PROVIDED THESE EROSION CONTROL MATERIALS IN IN ACCORDANCE WITH THE EROSION CONTROL CRITERIA BASED UPON THE FUNCTIONALITY AND
ACCORDANCE WITH EROSION CONTROL CRITERIA SET FORTH IN THE MANUAL AS AN ATTEMPT TO EFFECTIVENESS IN ACCORDANCE WITH SOUND ENGINEERING AND HYDROLOGICAL PRACTICES
IDENTIFY EROSION, SEDIMENT, AND OTHER POTENTIAL POLLUTANT SOURCES ASSOCIATED WITH THESE OTHER SITE OPERATIONS AND POTENTIAL SPILL AREAS
CONSTRUCTION ACTIVITIES AND PREVENTING THOSE POLLUTANTS FROM LEAVING THE PROJECT SITE LOADING AND UNLOADING OPERATIONS
AS AN ILLICIT DISCHARGE. FULL CITY REQUIREMENTS AND ARE OUTLINED AND CLARIFIED IN THE MANUAL 47) SPILLS: FOR THOSE MINOR SPILLS THAT; ARE LESS THAN THE STATE'S REPORTABLE QUANTITY FOR D
UNDER CHAPTER 4: CONSTRUCTION CONTROL MEASURES AND SHOULD BE USED TO IDENTIFY AND LAND DISTURBANCE, STOCKPILES, AND STORAGE OF SOILS 36) THE CONTRACTOR SHALL APPLY CONTROL MEASURE TO LIMIT TRAFFIC (SITE WORKER OR PUBLIC) SPILLS, STAY WITHIN THE PERMITTED AREA, AND IN NO WAY THREATEN ANY STORMWATER
DEFINE WHAT IS NEEDED ON A PROJECT. IMPACTS AND PROACTIVELY LOCATE MATERIAL DELIVERED TO THE SITE IN CLOSE PROXIMITY TO THE CONVEYANCE, NOTIFY THE CITY OF FORT COLLINS UTILITIES BY EMAIL AT EROSION(apfCGOV.COM OR
20) THERE SHALL BE NO EARTH-DISTURBING ACTIVITY OUTSIDE THE LIMITS DESIGNATED ON THE ACCEPTED WORK AREA OR IMMEDIATELY INCORPORATED IN THE CONSTRUCTION TO LIMIT OPERATIONAL IMPACTS PHONE (970) 817-4770. FOR ANY SIGNIFICANT, MAJOR, OR HAZARDOUS SPILLS, NOTIFY THE CITY OF FORT
2) THE CONTRACTOR SHALL MAKE THEMSELVES THOROUGHLY FAMILIAR WITH THE PROVISIONS AND THE PLANS. OFF ROAD STAGING AREAS OR STOCKPILES MUST BE PREAPPROVED BY THE CITY. TO DISTURBED AREAS, VEHICLE TRACKING, AND SEDIMENT DEPOSITION THAT COULD IMPACT WATER COLLINS UTILITIES BY PHONE ONLY AFTER EMERGENCY RESPONSE (911) HAS BEEN NOTIFIED AND IS ON
CONTENT OF THE SPECIFICATIONS LAID OUT IN THE MANUAL, THE DEVELOPMENT AGREEMENT, THE DISTURBANCES BEYOND THESE LIMITS WILL BE RESTORED TO ORIGINAL CONDITION. QUALITY. ROUTE, COUNTY HEALTH DEPARTMENT (LCDHE) HAS BEEN NOTIFIED THROUGH LARIMER COUNTY
EROSION CONTROL MATERIALS COMPILED FOR THIS PROJECT, AND THE FOLLOWING NOTES AS ALL SHERIFF DISPATCH (970) 416-1985, AND THE STATE SPILL HOTLINE INCIDENT REPORTING HAVE BEEN
THESE MATERIALS ARE APPLICABLE TO THIS PROJECT. 21) PRE-DISTURBANCE VEGETATION SHALL BE IDENTIFIED, PROTECTED, AND RETAINED WHEREVER OUTDOOR STORAGE OR CONSTRUCTION SITE MATERIALS, BUILDING MATERIALS, CONTACTED 1-877-518-5608. WRITTEN DOCUMENTATION SHALL BE PROVIDED TO THE CITY WITHIN 5 DAYS
POSSIBLE. REMOVAL OR DISTURBANCE OF EXISTING VEGETATION SHALL BE LIMITED TO THE AREA OF THE EVENT.ALL SPILLS SHALL BE CLEANED UP IMMEDIATELY.
3) THE CONTRACTOR SHALL IMPLEMENT AND MAINTAIN CONTROL MEASURES FOR ALL POTENTIAL REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATIONS, AND FOR THE SHORTEST PRACTICAL PERIOD FERTILIZERS, AND CHEMICALS
POLLUTANTS FROM THE START OF LAND DISTURBING ACTIVITIES UNTIL FINAL STABILIZATION OF THE OF TIME. THIS SHOULD INCLUDE SEQUENCING AND PHASING CONSTRUCTION ACTIVITIES IN A WAY SO 48) SELECTION OF "PLASTIC WELDED" EROSION CONTROL BLANKETS SHALL NOT BE USED IN AREAS THAT
CONSTRUCTION SITE. THAT THE SOIL IS NOT EXPOSED FOR LONG PERIODS OF TIME BY SCHEDULE OR LIMIT GRADING TO 37) ANY MATERIALS OF A NON-POLLUTING NATURE (STEEL, ROCK, BRICK, LUMBER, ETC.) SHALL BE WILDLIFE, SUCH AS SNAKES, ARE LIKELY TO BE LOCATED AS THESE HAVE PROVEN TO CAUSE
SMALL AREAS. THIS SHOULD ALSO INCLUDE WHEN PRACTICAL ADVANCING THE SCHEDULE ON INSPECTED FOR ANY RESIDUE COMING OFF THE MATERIAL DURING ROUTINE INSPECTION AND WILL ENTRAPMENT ISSUES.
4) THE CITY EROSION CONTROL INSPECTOR SHALL BE NOTIFIED AT LEAST TWENTY-FOUR HOURS STABILIZATION ACTIVITIES SUCH THAT LANDSCAPING TAKES PLACE SHORTLY IF NOT IMMEDIATELY GENERALLY BE LOCATED WHERE PRACTICAL AT LEAST FIFTY (50) FEET FROM ANY PERMANENT OR
PRIOR TO THE DESIRED START OF ANY CONSTRUCTION ACTIVITIES ON THIS SITE TO ALLOW ADEQUATE AFTER GRADING HAS OCCURRED. VEGETATION EFFORTS SHALL START AS SOON AS POSSIBLE TO INTERIM DRAINAGE WAYS.
TIME FOR ON-SITE CONFIRMATION (INITIAL INSPECTION WHICH CAN TAKE UP TO TWO BUSINESS DAYS
RETURN THE SITE TO A STABILIZED CONDITION. SENSITIVE AREAS SHOULD AVOID CLEARING AND FINAL STABILIZATION AND PROJECT COMPLETION
AFTER RECEIVING THE REQUEST) THAT THE SITE IS IN FACT PROTECTED FROM SEDIMENT AND GRADING ACTIVITIES AS MUCH POSSIBLE. 38) ANY HIGH ENVIRONMENTAL IMPACT POLLUTANT MATERIALS THAT HAVE A HIGH LIKELIHOOD TO RESULT
POLLUTANTS DISCHARGES OFF SITE. PLEASE CONTACT EROSION(a-)FCGOV.COM EARLY TO SCHEDULE IN DISCHARGE WHEN IN CONTACT WITH STORMWATER (LUBRICANTS, FUELS, PAINTS, SOLVENTS, 49) ANY STORMWATER FACILITIES USED AS A TEMPORARY CONTROL MEASURE WILL BE RESTORED AND
THOSE INITIAL EROSION CONTROL INSPECTIONS WELL IN ADVANCE SO THAT DEMOLITION, CLEARING, 22) ALL EXPOSED SOILS OR DISTURBED AREAS ARE CONSIDERED A POTENTIAL POLLUTANT AND SHALL HAVE DETERGENTS, FERTILIZERS, CHEMICAL SPRAYS, BAGS OF CEMENT MIX, ETC.) SHOULD NOT BE KEPT ON STORM SEWER LINES WILL BE CLEANED UPON COMPLETION OF THE PROJECT AND BEFORE TURNING
GRUBBING, TREE REMOVAL, AND SCRAPING MAY BEGIN WITHOUT DELAY. FAILURE TO RECEIVE AN CONTROL MEASURES IMPLEMENTED ON THE SITE TO PREVENT MATERIALS FROM LEAVING THE SITE. SITE WHERE PRACTICAL. WHEN NOT PRACTICAL, THEY SHOULD BE STORED INSIDE (VEHICLE, TRAILER, THE MAINTENANCE OVER TO THE OWNER OR OTHER PARTY RESPONSIBLE FOR LONG TERM
ON-SITE CONFIRMATION BEFORE CONSTRUCTION ACTIVITIES COMMENCE IS AN AUTOMATIC "NOTICE OF
CONNEX, BUILDING, ETC.)AND OUT OF CONTACT WITH STORMWATER OR STORMWATER RUNOFF. WHERE MAINTENANCE OF THOSE FACILITY.
VIOLATION"AND CAN RESULT IN FURTHER ENFORCEMENT ACTIONS. 23) ALL SOILS EXPOSED DURING LAND DISTURBING ACTIVITY (STRIPPING, GRADING, UTILITY INSTALLATIONS, NOT AVAILABLE, THEY SHALL BE STORED OUTSIDE IN A RAISED (HIGH SPOTS OR ON PALLETS), COVERED
STOCKPILING, FILLING, ETC.) SHALL BE KEPT IN A ROUGHENED CONDITION AT ALL TIMES BY EQUIPMENT (PLASTIC OR TARPED), AND SEALED (LEAK PROOF CONTAINER) IN SECONDARY CONTAINMENT LOCATION. 50) ALL FINAL STABILIZATION SPECIFICATIONS SHALL BE DONE IN ACCORDANCE WITH THE FCSCM, CHAPTER
THE SECONDARY CONTAINMENT OR OTHER CONTROL MEASURE SHALL BE ADEQUATELY SIZED, 4: CONSTRUCTION CONTROL MEASURES.
TRACKING, SCARIFYING OR DISKING THE SURFACE ON A CONTOUR WITH A 2 TO 4 INCH MINIMUM
5) THE CONTRACTOR SHALL PROACTIVELY PROVIDE ALL APPROPRIATE CONTROL MEASURES TO PREVENT DAMAGE TO ADJACENT DOWNSTREAM AND LEEWARD PROPERTIES. THIS INCLUDES BUT IS NOT LIMITED VARIATION IN SOIL SURFACE UNTIL MULCH, VEGETATION, AND/OR OTHER PERMANENT EROSION LOCATED, WHERE PRACTICAL, AT LEAST FIFTY (50) FEET FROM ANY PERMANENT OR INTERIM
CONTROL IS INSTALLED. STORMWATER STRUCTURES OR DRAINAGE WAYS AND SHALL BE MONITORED AS PART OF THE ROUTINE 51) ALL DISTURBED AREAS DESIGNED TO BE VEGETATED SHALL BE AMENDED, SEEDED & MULCHED, OR
TO: TREES, SHRUBS, LAWNS, WALKS, PAVEMENTS, ROADWAYS, STRUCTURES, CREEKS, WETLANDS,STREAMS, RIVERS, AND UTILITIES THAT ARE NOT DESIGNED FOR REMOVAL, RELOCATION, OR INSPECTIONS. LANDSCAPED AS SPECIFIED IN THE LANDSCAPE PLANS WITHIN 14 WORKING DAYS OF FINAL GRADING.
REPLACEMENT IN THE COURSE OF CONSTRUCTION. 24) NO SOIL STOCKPILE SHALL EXCEED TEN (10) FEET IN HEIGHT. ALL SOIL STOCKPILES SHALL BE C
PROTECTED FROM SEDIMENT TRANSPORT THROUGH THE USE OF SURFACE ROUGHENING, WATERING, VEHICLE AND EQUIPMENT MAINTENANCE AND FUELING 52) SOIL IN ALL VEGETATED (LANDSCAPED OR SEEDED) AREAS, INCLUDING PARKWAYS AND MEDIANS SHALL
6) AT ALL TIMES THE CONTRACTOR SHALL BE RESPONSIBLE TO ENSURE ADEQUATE CONTROL MEASURES AND DOWN GRADIENT PERIMETER CONTROLS. ALL SOIL STOCKPILES SHALL BE PROTECTED FROM COMPLY WITH ALL REQUIREMENTS SET FORTH IN SECTIONS 12-130 THROUGH 12-132 OF THE CITY
ARE DESIGNED, SELECTED, INSTALLED, MAINTAIN, REPAIRED, REPLACED, AND ULTIMATELY REMOVED IN SEDIMENT TRANSPORT BY WIND IN ACCORDANCE WITH MUNICIPAL CODE §12-150. ALL STOCKPILES 39) PARKING, REFUELING, AND MAINTENANCE OF VEHICLES AND EQUIPMENT SHOULD BE LIMITED IN ONE MUNICIPAL CODE,AS WELL AS SECTION 3.8.21 FOR THE CITY LAND USE CODE.
ORDER TO PREVENT AND CONTROL EROSION SUSPENSION, SEDIMENT TRANSPORTATION, AND SHALL BE FLATTENED TO MEET GRADE OR REMOVED FROM SITE AS SOON AS PRACTICAL, AND NO LATER AREA OF THE SITE TO MINIMIZE POSSIBLE SPILLS AND FUEL STORAGE AREAS. THIS AREA SHALL BE
POLLUTANT DISCHARGE AS A RESULT OF CONSTRUCTION ACTIVITIES ASSOCIATED WITH THIS PROJECT. THAN THE COMPLETION OF CONSTRUCTION ACTIVITIES OR ABANDONMENT OF THE PROJECT. ALL LOCATED, WHERE PRACTICAL, AT LEAST FIFTY (50) FEET FROM ANY PERMANENT OR INTERIM 53) EAST ANODE WELL SEEDING SHALL REFER TO DET 1/05C-501 FOR SPECIES MIXTURE AND APPLICATION
OFF-SITE STOCKPILE STORAGE LOCATIONS IN CITY LIMITS SHALL HAVE A STOCKPILE PERMIT FROM THE STORMWATER STRUCTURES OR DRAINAGE WAYS AND SHALL BE MONITORED AS PART OF THE ROUTINE RATES AND DEPTHS REQUIREMENTS. WEST ANODE WELL SEEDING SHALL USE BLUEGRASS MIX TO BE
7) ALL APPLICABLE CONTROL MEASURES BASED UPON THE SEQUENCING AND/OR PHASING OF THE CITY ENGINEERING DEPARTMENT PRIOR TO USING THE AREA TO STORE MATERIAL. IF FREQUENT INSPECTIONS. ALL AREAS SHALL KEEP SPILL KITS AND SUPPLIES CLOSE. APPROVED BY THE CITY.
PROJECT SHALL BE INSTALLED PRIOR TO THOSE CONSTRUCTION ACTIVITIES COMMENCING. ACCESS FROM HARDSCAPE TO THE STOCKPILE IS NEEDED A STRUCTURAL TRACKING CONTROL
MEASURE SHALL BE IMPLEMENTED. 54) ALL SEED SHALL BE DRILLED WHERE PRACTICAL TO A DEPTH BASED UPON THE SEED TYPE. BROADCAST
8) AS DYNAMIC CONDITIONS (DUE TO THE NATURE, TIMING, SEQUENCE, AND PHASING OF CONSTRUCTION) SIGNIFICANT DUST OR PARTICULATE GENERATING PROCESS SEEDING SHALL BE APPLIED AT DOUBLE THE RATE AS PRESCRIBED FOR DRILL SEEDING AND SHALL BE
IN THE FIELD MAY WARRANT CONTROL MEASURES IN ADDITION, OR DIFFERENT, TO WHAT IS SHOWN ON 25) ALL REQUIRED CONTROL MEASURES SHALL BE INSTALLED PRIOR TO ANY LAND DISTURBING ACTIVITY LIGHTLY HAND RAKED AFTER APPLICATION. HYDROSEEDING MAY BE SUBSTITUTED FOR DRILL SEEDING
THESE PLANS, THE CONTRACTOR SHALL AT ALL TIMES BE RESPONSIBLE TO IMPLEMENT THE CONTROL (STOCKPILING, STRIPPING, GRADING, ETC.). ALL OF THE REQUIRED EROSION CONTROL MEASURES MUST 40) THE PROPERTY MUST BE ACTIVELY PREVENTING THE EMISSION OF FUGITIVE DUST AT ALL TIMES DURING ON SLOPES STEEPER THAN 3(H):1(V) OR ON OTHER AREAS NOT PRACTICAL TO DRILL SEED AND CRIMP
MEASURES THAT ARE MOST EFFECTIVE WITH THE CURRENT STATE AND PROGRESS OF CONSTRUCTION. BE INSTALLED AT THE APPROPRIATE TIME IN THE CONSTRUCTION SEQUENCE AS INDICATED IN THE CONSTRUCTION AND VEGETATION ACTIVITIES. ALL LAND DISTURBING ACTIVITIES THAT RESULT IN AND MULCH. ALL HYDROSEEDING MUST BE CONDUCTED AS TWO SEPARATE PROCESSES OF SEEDING
THE CONTRACTOR SHALL IMPLEMENT WHATEVER MEASURES ARE DETERMINED NECESSARY, AND/OR AS APPROVED PROJECT SCHEDULE, CONSTRUCTION PLANS,AND EROSION CONTROL REPORT. FUGITIVE DUST SHALL BE IN ACCORDANCE WITH MUNICIPAL CODE §12-150 TO REDUCE THE IMPACTS TO AND TACKIFICATION.
DIRECTED BY THE CITY EROSION CONTROL INSPECTOR. THE CONTRACTOR SHALL INSURE THAT ALL ADJACENT PROPERTIES AND COMMUNITY HEALTH. ALL REQUIRED PRACTICES SHALL BE IMPLEMENTED
EROSION CONTROL PLANS (MAPS) OR SWMP DOCUMENTS ARE UPDATED TO REFLECT THE CURRENT 26) ALL INLETS, CURB-CUTS, CULVERTS, AND OTHER STORM SEWER INFRASTRUCTURE WHICH COULD BE AND ADDITIONAL ONES SHALL BE FOLLOWED. THESE PRACTICES INCLUDE WATERING THE SITES AND 55) ALL SEEDED AREAS MUST BE MULCHED WITHIN TWENTY-FOUR (24) AFTER PLANTING. ALL MULCH SHALL
SITE CONDITIONS, WITH UPDATES BEING INITIALED AND DATED. THESE SITE INSPECTIONS AND SITE POTENTIALLY IMPACTED BY CONSTRUCTION ACTIVITIES SHALL BE PROTECTED WITH CONTROL DISCONTINUING CONSTRUCTION ACTIVITIES UNTIL THE WIND SUBSIDES AS DETERMINED BY ANY CITY BE MECHANICALLY CRIMPED AND OR ADEQUATELY APPLIED TACKIFIER. THE USE OF CRIMPED MULCH OR
CONDITION UPDATES SHALL BE MADE AVAILABLE UPON REQUEST BY THE CITY. MEASURES. MATERIAL ACCUMULATED FROM THIS CONTROL MEASURE SHALL BE PROMPTLY REMOVED INSPECTORS. TACKIFIER MAY REQUIRE MULTIPLE RE-APPLICATIONS IF NOT PROPERLY INSTALLED OR HAVE
AND IN CASES WHERE THE PROTECTION HAS FAILED, THE PIPES SHALL BE THOROUGHLY CLEANED OUT. WEATHERED OR DEGRADED BEFORE VEGETATION HAS BEEN ESTABLISHED. AREAS OF EMBANKMENTS
9) ALL LISTINGS, PROVISIONS, MATERIALS, PROCEDURES, ACTIVITIES, SITE WORK AND THE LIKE HAVING SLOPES GREATER THAN OR EQUAL TO 3H:1V SHALL BE STABILIZED WITH AN EROSION MAT OR
ARTICULATED IN THIS OR OTHER WRITTEN SITE-SPECIFIC DOCUMENTS (INCLUDING BUT NOT LIMITED TO 27) ALL STREAMS, STREAM CORRIDORS, BUFFERS, WOODLANDS, WETLANDS, OR OTHER SENSITIVE AREAS CONCRETE TRUCK / EQUIPMENT WASHING, INCLUDING THE CONCRETE TRUCK APPROVED EQUAL TO ENSURE SEED WILL BE ABLE TO GERMINATE ON THE STEEP SLOPES. DURING A
THE EROSION CONTROL REPORTS, DEVELOPMENT AGREEMENTS, LANDSCAPE, AND DRAINAGE SHALL BE PROTECTED FROM IMPACT BY ANY CONSTRUCTION ACTIVITY THROUGH THE USE OF CONTROL SEASON WHEN SEEDING DOES NOT PRODUCE VEGETATIVE COVER, ANOTHER TEMPORARY EROSION
MATERIALS) SHALL MEET OR EXCEED THE MOST RESTRICTIVE LANGUAGE FOR CITY, COUNTY, STATE, MEASURES. CHUTE AND ASSOCIATED FIXTURES AND EQUIPMENT CONTROL SHALL BE IMPLEMENTED ALONG WITH, OR UNTIL, TEMPORARY SEEDING OR PERMANENT
AND FEDERAL REGULATIONS WITH REGARDS TO EROSION, SEDIMENT, POLLUTANT, AND OTHER EROSION CONTROL CAN BE PERFORMED.
POLLUTION SOURCE CONTROL MEASURES. THE CONTRACTOR SHALL BE RESPONSIBLE TO COMPLY WITH 28) ALL EXPOSED DIRT SHALL HAVE PERIMETER CONTROL. ANY PERIMETER CONTROLS THAT DRAIN OFF OR 41) ALL CONCRETE AND EQUIPMENT WASHING SHALL USE STRUCTURAL CONTROL MEASURES APPROPRIATE
ALL OF THESE AFOREMENTIONED LAWS AND REGULATIONS. HAS THE ABILITY TO BE TRACKED ONTO THE NEARBY HARDSCAPE SHALL HAVE SOME FORM OF TO THE VOLUME OF WASH AND FREQUENCY OF USE. THESE CONTROL MEASURES SHALL BE LOCATED, 56) THE CONTRACTOR SHALL WARRANTY AND MAINTAIN ALL VEGETATIVE MEASURES FOR TWO GROWING
EFFECTIVE SEDIMENT CONTROL AS THE, OR AS PART OF THE, PERIMETER CONTROL. WHERE PRACTICAL, AT LEAST FIFTY (50) FEET FROM ANY PERMANENT OR INTERIM STORMWATER SEASONS AFTER INSTALLATION OR UNTIL SEVENTY PERCENT (70%) VEGETATIVE COVER HAS BEEN B
10) THE CONTRACTOR SHALL ENSURE THAT ALL APPROPRIATE PERMITS (CDPS GENERAL PERMIT STRUCTURES OR DRAINAGE WAYS AND SHALL BE MONITORED AS PART OF THE ROUTINE INSPECTIONS. ESTABLISHED, WHICHEVER IS LONGER AND MEETS ALL THE CRITERIA OUTLINED IN THE FORT COLLINS
STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITY, DEWATERING, CLEAN WATER 29) ALL EXPOSED SLOPES SHOULD BE PROTECTED. ALL EXPOSED STEEP SLOPES (STEEPER THAN 3:1 H:V) THESE AREAS SHALL BE CLEARLY IDENTIFIED AND PROTECTED FROM ANY WASH FROM LEAVING THE STORMWATER CRITERIA MANUAL CHAPTER 4: CONSTRUCTION CONTROL MEASURES.
ACT, ARMY CORPS OF ENGINEERS' 404 WETLANDS MITIGATION PERMIT, ETC.) HAVE BEEN ATTAINED SHALL BE PROTECTED FROM EROSION AND SEDIMENT TRANSPORT THROUGH USE OF CONTROL CONTROL MEASURE. IF FREQUENT ACCESS FROM HARDSCAPE TO THE CONTROL MEASURE IS TO
PRIOR TO THE RELEVANT ACTIVITY HAS BEGUN. THESE PERMITS OR COPIES SHALL BE MADE AVAILABLE MEASURES. OCCUR, A STRUCTURAL TRACKING CONTROL MEASURE SHALL BE IMPLEMENTED. THESE CONTROL 57) THE CONTRACTOR SHALL MAINTAIN, MONITOR, REPAIR, AND REPLACE ANY AND ALL APPLICABLE
UPON REQUEST BY THE CITY. MEASURES SHALL BE FREQUENTLY CLEANED OUT. CONTROL MEASURES UNTIL FINAL STABILIZATION HAS BEEN OBTAINED. ALL CONTROL MEASURES MUST
30) NO SOILS SHALL REMAIN EXPOSED BY LAND DISTURBING ACTIVITY FOR MORE THAN THIRTY (30) DAYS REMAIN UNTIL SUCH TIME AS ALL UPSTREAM CONTRIBUTING POLLUTANT SOURCES HAVE BEEN
11) THE CONTRACTOR SHALL FURNISH ALL CONVENIENCES AND ASSISTANCES TO AID THE EROSION AFTER ACTIVITY HAS CEASED BEFORE REQUIRED TEMPORARY SEEDING OR PERMANENT EROSION 42) THE CONTRACTOR IS RESPONSIBLE FOR ENSURING WASHING ACTIVITY IS TAKING PLACE AT THE VEGETATED OR REMOVED FROM THE SITE. WHEN ANY CONTROL MEASURE IS REMOVED, THE
CONTROL INSPECTORS OF MATERIALS, WORKMANSHIP, RECORDS, AND SELF-INSPECTIONS, ETC. OF THE CONTROL (E.G. SEED/MULCH, LANDSCAPING, ETC.) IS INSTALLED. THIS IS NOT JUST LIMITED TO APPROPRIATE CONTROL MEASURE AND SITE WORKERS ARE NOT WASHING OR DUMPING WASH WATER CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEANUP AND REMOVAL OF ALL SEDIMENT AND DEBRIS
CONTROL MEASURES INVOLVED IN THE CONSTRUCTION ACTIVITIES. PROJECTS THAT ARE ABANDONED; THIS INCLUDES ANY PROJECT THAT IS TEMPORARILY HALTED AND NO ON TO THE DIRT OR OTHER UNCONTROLLED LOCATIONS. FROM THAT CONTROL MEASURE. AT THE POINT AT WHICH THE SITE HAS BEEN DEEMED STABILIZED AND
IMMEDIATE ACTIVITY IS TO RESUME WITHIN THE NEXT THIRTY (30) DAYS, UNLESS OTHERWISE APPROVED VERIFIED BY CITY EROSION CONTROL INSPECTOR, ALL TEMPORARY CONTROL MEASURES CAN THEN BE
12) THE CONTRACTOR SHALL REQUEST CLARIFICATION OF ALL APPARENT SITE CONSTRUCTION ISSUES BY THE CITY EROSION CONTROL INSPECTOR. DURING A SEASON WHEN SEEDING DOES NOT PRODUCE FULLY REMOVED. ALL MEASURES SHALL BE REMOVED WITHIN 30 DAYS AFTER FINAL STABILIZATION IS
VEGETATIVE COVER,ANOTHER TEMPORARY EROSION CONTROL SHALL BE IMPLEMENTED WITH OR UNTIL ACHIEVED.
THAT MAY ARISE DUE TO INCONSISTENCIES IN CONSTRUCTION PLANS FOR THE SITE OR SITE DEDICATED ASPHALT AND CONCRETE BATCH PLANTS
CONDITIONS AROUND THE SELECTED CONTROL MEASURES BY CONTACTING THE EROSION CONTROL TEMPORARY SEEDING OR PERMANENT EROSION CONTROL CAN BE PERFORMED.
INSPECTOR. THE EROSION CONTROL INSPECTOR WILL NOT BE RESPONSIBLE FOR ANY EXPLANATIONS, 43) DEDICATED ASPHALT AND CONCRETE BATCH PLANTS ARE NOT ACCEPTABLE ON CONSTRUCTION SITES 58) THE RESPONSIBLE PARTY SHALL MAINTAIN AND KEEP CURRENT ALL PAYMENTS OR RELATED FORMS OF INTERPRETATIONS, OR SUPPLEMENTARY DATA PROVIDED BY OTHERS. 31) ALL INDIVIDUAL LOTS SHALL HAVE EFFECTIVE SEDIMENT CONTROLS LOCATED ON THE STREET SIDE AND WITHIN THE CITY OF FORT COLLINS WITHOUT AN EXPRESSED WRITTEN REQUEST AND PLAN TO REDUCE SECURITY FOR THE EROSION CONTROL ESCROW UNTIL 1) STABILIZATION HAS BEEN REACHED AND 2)
ANY DOWN GRADIENT SIDE. TYPICALLY MOST LOTS DRAIN TO THE FRONT YET ON THOSE CASES WHERE ALL CONTROL MEASURES AND/OR BMPS HAVE SEDIMENT MATERIALS COLLECTED AND THE CONTROL
POLLUTANTS ASSOCIATED WITH THAT TYPE OF ACTIVITY AND APPROVAL BY THE CITY OF FORT COLLINS 13) ALL CONTROL MEASURES SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUAL. HOUSES ARE ALONG A POND OR DRAINAGE SWALE HAVE THE LOT DRAIN IN A DIFFERENT DIRECTION SPECIFICALLY THE EROSION CONTROL INSPECTOR. THE CONTRACTOR SHALL INFORM THE EROSION MEASURE REMOVED FROM THE SITE. AT THAT TIME THE SITE WILL BE CONSIDERED COMPLETED AND
THAN THE STREET, THOSE INDIVIDUAL LOTS WILL NEED PROTECTION ON THAT DOWN GRADIENT SIDE TO ANY REMAINING EROSION CONTROL ESCROW SHALL BE RETURNED TO THE APPROPRIATE PARTIES.
CONTROL INSPECTION STAFF OF ANY DEDICATED ASPHALT, OR CONCRETE BATCH PLANTS THAT IS TO
14) THE CITY RESERVES THE RIGHT TO REQUIRE ADDITIONAL CONTROL MEASURES AS SITE CONDITIONS PREVENT SEDIMENT FROM LEAVING THE LOT. SEE THE INDIVIDUAL LOT DETAILS FOR FURTHER BE USED ON SITE.
WARRANT, TO THE EXTENT AUTHORIZED BY RELEVANT LEGAL AUTHORITY. CLARIFICATION.
15) AS WITH ANY CONSTRUCTION STANDARDS, OCCASIONS MAY ARISE WHERE THE MINIMUM EROSION VEHICLE TRACKING CONCRETE SAW CUTTING MATERIALS
CONTROL STANDARDS ARE EITHER INAPPROPRIATE OR CANNOT BE JUSTIFIED. IN THESE CASES, A
VARIANCE TO THESE STANDARDS MAY BE APPLIED FOR PURSUANT TO THE TERMS, CONDITIONS, AND 32) AT ALL POINTS WHERE VEHICLES EXIT OR LEAVE THE EXPOSED DIRT AREA ON TO A HARDSCAPE OR SEMI 44) SAW CUTTING MATERIAL SHALL BE IN ACCORDANCE WITH MUNICIPAL CODE §12-150 FOR AIR EMISSIONS
PROCEDURES OF THE MANUAL. HARDSCAPE (CONCRETE, ASPHALT, ROAD BASE, ETC.) SHALL HAVE INSTALLED AT LEAST ONE AND ALL WATER APPLICATIONS TO THE SAW CUTTING SHALL PREVENT MATERIAL FROM LEAVING THE
STRUCTURAL TRACKING CONTROL MEASURE TO PREVENT VEHICLE TRACKING. ALL AREAS NOT IMMEDIATE SITE AND COLLECTED. THESE CUTTING LOCATIONS, ONCE DRIED, SHALL BE SWEPT AND A
16) INSPECTION. THE CONTRACTOR SHALL INSPECT SITE POLLUTANT SOURCES AND IMPLEMENT CONTROL PROTECTED BY AN ADEQUATE PERIMETER CONTROL SHALL BE CONSIDERED A POINT WHERE VEHICLES SCRAPED OF ALL MATERIAL AND SHALL HAVE PROPER AND LEGAL DISPOSAL.
MEASURES AT A MINIMUM OF ONCE EVERY TWO WEEKS DURING CONSTRUCTION AND WITHIN 24 HOURS EXIT THE SITE. ACCESS POINTS SHOULD BE LIMITED TO AS FEW ENTRANCES AS POSSIBLE (ALL
FOLLOWING A PRECIPITATION EVENT. DOCUMENTATION OF EACH INSPECTION SHALL BE RECORDED AND PERIMETER AREAS SHALL BE PROTECTED FROM TRACKING ACTIVITIES).
RETAINED BY THE CONTRACTOR. WASTE MATERIALS STORAGE AND SANITARY FACILITIES
33) IN ALL AREAS THAT THE STRUCTURAL TRACKING CONTROL MEASURES FAIL TO PREVENT VEHICLE
17) ALL TEMPORARY CONTROL MEASURES SHALL BE CLEANED, REPAIRED, OR RECONSTRUCTED AS TRACKING, COLLECTION AND PROPER DISPOSAL OF THAT MATERIAL IS REQUIRED. ALL INLETS LOCATED
NECESSARY IN ORDER TO ASSURE CONTINUAL PERFORMANCE OF THEIR INTENDED FUNCTION. ALL NEAR ACCESS POINTS AND AFFECTED BY TRACKING ACTIVITIES SHALL BE PREVENTED FROM THE 45) TRASH, DEBRIS, MATERIAL SALVAGE, AND/OR RECYCLING AREAS SHALL BE, WHERE PRACTICAL, AT
RETAINED SEDIMENTS, PARTICULARLY THOSE ON PAVED ROADWAY SURFACES, SHALL BE REMOVED INTRODUCTION OF SEDIMENT INTO THE DRAINAGE SYSTEM. LEAST FIFTY HALL FEET FROM ANY PERMANENT OR INTERIM STORMWATER STRUCTURES OR DRAINAGE
AND DISPOSED OF IN A MANNER AND LOCATION SO AS NOT TO CAUSE THEIR RELEASE INTO ANY WAYS AND SHALL BE MONITORED AS PART OF THE ROUTINE INSPECTIONS.
. THESE FACILITIES SHOULD BE
DRAINAGE WAY. 34) CITY MUNICIPAL CODE §20-62, AMONG OTHER THINGS, PROHIBITS THE TRACKING, DROPPING, OR LOCATED OUT OF THE WIND AND COVERED AS ABLE. WHERE NOT ABLE TO COVER, LOCATING SAID
DEPOSITING OF SOILS OR ANY OTHER MATERIAL ONTO CITY STREETS BY OR FROM ANY SOURCE. CITY AREAS ON THE SIDE OF OTHER STRUCTURES TO REDUCE EXPOSURE TO WINDS, AND FOLLOW MAXIMUM
MUNICIPAL CODE, 26-498, AMONG OTHER THINGS, PROHIBITS THE DISCHARGE OF POLLUTANTS ON LOADING GUIDELINES AS MARKED ON THE CONTAINER. THE CONTRACTOR IS REQUIRED TO PRACTICE
18) ANY CONTROL MEASURE MAY BE SUBSTITUTED FOR ANOTHER STANDARD CONTROL MEASURE SO LONG §
AS THAT CONTROL MEASURE IS EQUAL TO, OR OF GREATER PROTECTION THAN THE ORIGINAL CONTROL
PROJECT MANAGER N. HUMPHREY
PROJECT ENGINEER S. RACE
DRAWN BY L. WILLYARD CITY OF FORT COLLINS EROSION CONTROL
V :• FS••.
CHECKED BY G. YOUNG pN o CP RENEWAL DESIGN CONSTRUCTION CONTROL MEASURES
_ � y • STANDARD NOTES
;O 0047137' -0
��•� Cityof
o�Fss •••"°•••G��� 0 1" 2" FILENAME 05C-502.dwg SHEET
A SEP 2025 ISSUED FOR BID �ONALEN Fort Collins C
ISSUE DATE DESCRIPTION PROJECT NUMBER 10398893
SCALE N.T.S. 05r-5�2
City of Fort Collins
Cathodic Protection Renewal
Construction Documents
Project Manual
Issued for Bid
September 2025
HDR Project No. 10398893
PDO C/�F2
pNAR�Fs ,sFO
p 0047137
�Ss�ONAL ENG\�
TABLE OF CONTENTS
DIVISION 00-PROCUREMENT AND CONTRACTING REQUIREMENTS
00 01 01 -PROJECT MANUAL COVER
00 01 10 -TABLE OF CONTENTS
DIVISION 01-GENERAL REQUIREMENTS
01 00 00 -DIVISION 01 DIVIDER
01 11 00-SUMMARY OF WORK
01 14 16 -COORDINATION WITH OWNER'S OPERATIONS
01 14 19-USE OF SITE
01 22 00 -MEASUREMENT AND PAYMENT
01 29 73 -SCHEDULE OF VALUES
01 31 13 -PROJECT COORDINATION
01 31 19 -PROJECT MEETINGS
01 31 26 -ELECTRONIC COMMUNICATION PROTOCOLS
01 32 16-CONSTRUCTION PROGRESS SCHEDULE
01 33 00 -SUBMITTAL PROCEDURES
01 35 44-SPILL PREVENTION CONTROL AND COUNTERMEASURES PLAN
01 41 24 -PERMIT REQUIREMENTS
0142 00 -REFERENCES
01 51 05 -TEMPORARY UTILITIES
01 61 00 -COMMON PRODUCT REQUIREMENTS
01 65 00-PRODUCT DELIVERY REQUIREMENTS
01 66 00 -PRODUCT STORAGE AND HANDLING REQUIREMENTS
01 7114 -MOBILIZATION AND DEMOBILIZATION
01 7123 -FIELD ENGINEERING
01 71 33 -PROTECTION OF THE WORK AND PROPERTY
01 74 00 -CLEANING
01 77 19 -CLOSEOUT REQUIREMENTS
01 78 36 -WARRANTIES
01 78 39 -PROJECT RECORD DOCUMENTS
DIVISION 03-CONCRETE
03 00 00 -DIVISION 03 DIVIDER
03 00 05 -CONCRETE
03 05 05 -CONCRETE TESTING AND INSPECTION
03 31 31 -CONCRETE MIXING,PLACING,JOINTING,AND CURING
03 35 00 -CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS
DIVISION 26-ELECTRICAL
26 00 00 -DIVISION 26 DIVIDER
26 05 43 -UNDERGROUND WORK FOR ELECTRICAL SYSTEMS
26 42 14 -CATHODIC PROTECTOIN SYSTEM -IMPRESSED CURRENT
DIVISION 31-EARTHWORK
3100 00 -DIVISION 31 DIVIDER
31 10 00 -SITE CLEARING
3122 19 -FINISH GRADING
3123 33 -TRENCHING AND BACKFILLING
DIVISION 32-EXTERIOR IMPROVEMENTS
32 00 00 -DIVISION 32 DIVIDER
32 92 00 -SEEDING,SODDING AND LANDSCAPING
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TABLE OF CONTENTS
0001 10-1
F)l
DIVISION 01
GENERAL REQUIREMENTS
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Location and description of Work and prior uses of the Site.
2. Construction Contracts for this Project.
3. Others retained by Owner for the Project.
4. Work by Owner.
5. Sequence and progress of Work.
6. Contractor's use of the Site.
7. Easements and rights-of-way.
8. Utility owners.
9. Tree trimming,clearing,and tree removal.
B. Related Requirements:
1. Include,but are not limited to,the following:
a. Section 01 14 16 -Coordination with Owner's Operations.
b. Section 01 14 19 -Use of Site.
c. Section 01 7133 -Protection of the Work and Property.
1.2 LOCATION AND DESCRIPTION OF WORK
A. The Work is located at the City of Fort Collins Water Treatment Facility(WTF),4316 Laporte
Ave,Fort Collins,CO 80521 .
B. The Project includes constructing the Work broadly described below,in accordance with the
ContractDocuments,with all related appurtenances. Work shown on the Drawings,or indicated
in the Specifications,or indicated elsewhere in the Contract Documents is part of the Work,
regardless of whether indicated below. The Work includes,but is not limited to,the following:
1. Drilling of two(2)deep anode beds
2. Installation of deep anodes,centralizers,wiring and vent piping within anode bed.
3. Backfilling of deep anode wells with coke breeze, sand,and grout seal.
4. Installing subsurface conduit and vent pipe between new deep anode beds and existing
anode junction box pads.
5. Abandonment of two (2)existing deep anode beds.
C. Contracting Method: The Project will be constructed under a single prime construction
Contract.
1.3 CONSTRUCTION CONTRACTS FOR THIS PROJECT
A. Single Prime Construction Contract: The Contract requires all the Work for the Project not
expressly allocated to Owner or others in the Contract Documents.
1.4 OTHERS RETAINED BY OWNER FOR THE PROJECT
A. Engineer:
1. Engineer is identified in the Agreement.
2. Engineer's responsibilities forthe Project,relativeto Contractor,are indicated throughout
the Contract Documents.
3. Whetherthe Engineerwillfurnish the services ofa Resident Project Representative(RPR)
for the Project is indicated in the Supplementary Conditions.
B. None.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUMMARY OF WORK
011100-1
1.5 WORK BY OWNER
A. Owner will perform the following in connection with the Work:
1. Operate,turn off and lockout all power and connections to all existing va Ives,flow-control
gates,pumps,equipment,and appurtenances thatwill affect Owner's operations or facility
processes,unless otherwise specified or indicated.
1.6 SEQUENCE AND PROGRESS OF WORK
A. Requirements for sequencing and coordinating with Owner's operations,including maintenance
of facility operations during construction,and requirements for tie-ins and shutdowns,are in
Section 01 14 16 -Coordination with Owner's Operations.
1.7 CONTRACTOR'S USE OF SITE
A. Use of Site-General:
1. Limits on Contractor's use ofthe Site are indicated in Section 01 1419-Use of Site,and as
may be shown on the Drawings.
2. Contractors shall share useof the Site with other contractors andothers specified in Articles
1.3 through 1.5 (inclusive)of this Section.
3. Relocate stored materials and equipment that interfere with operations of Owner,other
contractors,and others performing work for Owner.
4. Comply with restrictions set forth in Section 01 14 19 -Use of Site.
B. Owner will occupy the Site jointly with Contractor during construction for performance of
Owner's typical operations. Coordinate with Owner in all construction operations to minimize
conflicts between Contractor and Owner's employees and others under Owner's control. Owner
will have Owner's suppliers for deliveries of chemicals and other items accessing the Site from
time to time,possibly on a daily basis.
1.8 EASEMENTS AND RIGHTS-OF-WAY
A. Easements and Rights-of-Way-General:
1. Easements and rights-of-way required for the permanent improvements included in the
Work will be provided by Owner in accordance with the General Conditions and
Supplementary Conditions.
2. Confine construction operations within Owner's property,public rights-of-way,easements
obtained by Owner,and limits shown,and property for which Contractor has made
arrangements directly with property owner(s).
3. Use care in placing construction tools,machinery and equipment,excavated materials,and
materials andequipment to be incorporated into the Work to avoid damaging property and
interfering with traffic.
4. Do not enterprivate property outside the construction limits without permission from the
owner of the property.
1.9 UTILITY OWNERS
A. Utilities and theirowners indicated in the Contract Documents are for Contractor's convenience.
Neither Owner nor Engineer will be liable to Contractor or any utility owner for failure to
indicate utility,its owner,or complete and correct contact information in the Contract
Documents where Contractor's reasonable and ordinarily-exercised diligence would reveal the
presence of the utility and its owner. Nothing in the Contract mitigates Contractor's
responsibilities underthe General Conditions,Section 01 7133 -Protection of the Work and
Property,and Laws and Regulations,including"call before you dig"regulations.
1.10 TREE TRIMMING,CLEARING,AND TREE REMOVAL
A. Provide all required labor and equipment for trimming,clearing,and tree removal as follows:
1. Comply with Section 01 71 33 -Protection of the Work and Property.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUMMARY OF WORK
01 1100-2
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUMMARY OF WORK
011100-3
SECTION 01 14 16
COORDINATION WITH OWNER'S OPERATIONS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for coordinating with Owner's operations during the Project.
2. Requirements for tie-ins and shutdowns necessary to complete the Work without impact on
Owner's operations except as allowed in this Specifications section.
B. Scope:
1. Contractor shall provide all labor,materials,equipment,tools,and incidentals shown,
specified,and required to coordinate with Owner's operations during the Work in
accordance with this Specifications section.
2. Except forshutdowns specifiedin this Specifications section,perform the Work such that
Owner's facilities remain in continuous,satisfactory operation duringtheProj ect. Schedule
and perform the Work such that the Work does not: impede Owner's production or
processes,create potential hazards to operating equipmentand personnel,reduce thequality
of the facility's products or effluent,cause odors or other nuisances, does not affect the
public health,safety,welfare,and convenience,and does not adversely affect the
environment resulting in violation of Laws or Regulations.
3. Work not specifically addressed in this Specifications sectionorin referenced sections may,
in general,be performed,to be completed within the Contract Times,at any time during
regular working hours in accordance with the Contract Documents,subject to the
requirements in this section.
C. Related Requirements: Include but are not necessarily limited to:
1. Section 01 1100 -Summary of Work.
1.2 REFERENCES
A. Terminology:
1. Tenn inology indicated below are not defined terms and are not indicated with initia I capita I
letters,but when used in this Specifications section have the meaning indicated below:
a. The term "Owner"is used throughout this section. When the facility is operated or
managedby an entityother than Owner,references in this section to"Owner"as the
operator or manager of the facility will be interpreted as referring to the facility
manager.
b. A"shutdown"is when a portion ofthenormal operation of Owner's facility,whether
equipment,systems,conduit(including piping and ducting),has to be temporarily
suspended or taken out of service to perform the Work.
c. A"tie-in"is a connection of new Work to existing facilities,including connecting to
existing conduits(including piping and ducting),electrical systems,structural elements,
process/mechanical elements,and other physical connections. Some tie-ins may
require that the tie-in be made without an associated shutdown.
1.3 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Review constructionprocedures under other Specifications sections and coordinate Work
that will be performed with or before the Work indicated in this Section.
B. Sequencing and Scheduling:
1. Refer to this Specifications sections articles on sequencing,tie-ins,and shutdowns.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
COORDINATION WITH OWNER'S OPERATIONS
01 1416-1
1.4 GENERAL CONSTRAINTS
A. The following constraints apply to coordination with Owner's operations:
1. Operational Access: Owner's personnel shallhave access to equipment and areas of the
facility that remain in operation.
1.5 TIE-INS
A. Section 3.3 in this Specifications section lists connections by Contractor to existing facilities.
Section 3.3 may not indicate all tie-ins required forthe Work; Contractor shall perform tie-ins
necessary and required to complete the Work as shown or indicated in the Contract Documents,
regardless of whether tie-in is indicated in Section 3.3.
1.6 SHUTDOWNS
A. Shutdowns shall be in accordance with Section 3.3 of this Specifications section. Work
requiring service interruptions for tie-ins shall be performed during scheduled shutdowns.
B. Work that mayinterruptnormal operations shallbe accomplished at times convenient to Owner
unless otherwise indicated in the Contract Documents.
C. If Contractor's operations cause an unscheduled interruption of Owner's operations,
immediately re-establish satisfactory operation for Owner.
D. Fines and Penalties Imposed by Authorities Having Jurisdiction:
1. Unscheduled shutdowns or interruptions of continued safe and satisfactory operation of
Owner's facilities thatresult in fines orpenalties by authorities having jurisdiction shall be
paid solely by Contractor if,in Engineer's opinion,Contractor did not comply with
requirements of the Contract Documents,orwasnegligent in the Work,or did not exercise
proper precautions inperformingthe Work and complying with applicable permits,Laws,
and Regulations.
2. Owner or Engineer may deduct as set-offs such amounts from payments due Contractor.
E. Temporary,short-term shutdowns of smaller conduits(including piping and ducting),
equipment,and systems may not be included in Table 01 1416-B. Coordinate requirements for
such shutdowns with Engineer and Owner. Where necessary,obtain Engineer's interpretation or
clarification before proceeding.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 GENERAL PROVISIONS FOR COORDINATING WITH OWNER'S OPERATIONS
A. Operation of Existing Systems and Equipment during the Work:
1. Do not shut offor disconnect existing operating systems or equipment,unless accepted by
Engineer in writing.
2. Operation of existing systems and equipment will be by Owner unless otherwise specified
or indicated.
B. Bypassing:
1. Diversion of flows around treatment processes is not allowed.
C. Performing the Work of this section constitutes Contractor's approval of underlying work and
field conditions prevailing at the time of the Work.
3.2 PREPARATION
A. Shutdowns-General Preparation:
1. Coordinate shutdowns with Owner and Engineer.
2. Submit shutdown planning Submittals and shutdown notification Submittals in accordance
with this Specifications section's"Submittals"Article.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
COORDINATION WITH OWNER'S OPERATIONS
011416-2
3. Furnish at the Site,in close proximity to the shutdown and tie-in work areas,tools,
materials,equipment,spare parts,both temporary andpermanent,necessary to successfully
perform the shutdown. Complete to the extent possible,prefabrication of piping and other
assemblies prior to commencing the associated shutdown. Demonstrate to Engineer's
satisfaction that Contractorhas complied with such requirements before commencing the
shutdown.
4. Engineer shall have no duty to Contractorto advise Contractor of inadequate preparations
by Contractor; Contractor is solely responsible for the means,methods,procedures,
techniques,and sequences of construction.
B. Shutdowns of Electrical Systems:
1. Comply with Laws and Regulations,including the National Electric Code.
2. Contractor shall lockout and tag circuit breakers and switches operated by Owner and shall
verify that affected cables and wires are de-energized to ground potential before starting
other Work associated with the shutdown.
3. Upon completionof shutdown Work,remove the locks and tags and advise Owner and
Engineer that facilities are available for use.
3.3 DETAILED SHUTDOWN REQUIREMENTS
A. Shutdown A:
1. General:
a. Affected Equipment Operating Prior to Shutdown:East andWest Cathodic Protection
Rectifiers.
b. Equipment Operating During Shutdown: All WTF equipment excluding the two
rectifiers.
c. Equipment Out of Service During Shutdown: East and West Cathodic Protection
Rectifiers.
d. Impact on Other Equipment and Processes: None.
e. Procedure: Coordinate with Owner forOwnerto shut down rectifiers prior to start of
work.
f. Dates: Contractor to coordinate rectifier shutdowns with Owner prior to mobilization
to site.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
COORDINATION WITH OWNER'S OPERATIONS
011416-3
SECTION 01 14 19
USE OF SITE
PART 1 - GENERAL
1.1 SUMMARY
1. Section Includes:Restrictions on Contractor's use of the Site and premises.
2. Restrictions on use of existing buildings and structures,including:
a. Permanent utilities and sanitary facilities.
B. Scope:
1. Contractor shall provide all labor,materials,equipment,tools,and incidentals shown,
specified,and required to comply with restrictions on Contractor's use ofthe Site and other
areas.
2. Comply with requirements of the General Conditions,as may be modified by the
Supplementary Conditions,regarding the Contractor's use of the Site and other areas.
1.2 SUBMITTALS
A. Action Submittals: Submit the following:
1. Shop Drawings:
a. Site plan showing proposed location of field offices,storage trailers,staging and
laydown areas,temporary sanitary facilities,fuel and oil storage,and other areas
Contractor proposes to occupy.
1.3 USE OF PREMISES
A. Limit use of premises at the Site to work areas shown or indicated on the Drawings and as
specified in this Section. Do not disturb portions of the Site beyond areas of the Work.
1. Prohibitions:
a. Do not use the Site for the following:
1) Conducting Contractor's business not related to the Project or other work for
Owner.
2) Overnight lodging or other,non-work use of the Site by workers or others for
whom Contractor is responsible,whether housed in recreational vehicles,other
vehicles,tents,quarters in field offices or Contractor-furnished temporary
structures,or in work areas,is unacceptable.
2. Access to Site,Access Roads,Parking Areas,and Haul Routes:
a. Comply with WTF requirements for training,check-in,and check-out procedures.
B. Use of Existing Buildings and Structures: Maintain existing buildings and structures in weather-
tight condition throughout construction unless otherwise indicated in the Contract Documents.
Protect buildings,structures,and occupants during construction.
1. Use of Existing Utilities,Sanitary Facilities,and First-aid Facilities:
a. Do not use perm anent sanitary facilities,whether provided under the Projector existing
prior to the Project,at the Site.
b. Do not use permanent telephone,Internet,or other communications utilities and
facilities at the Site,regardless of whether such services and facilities were provided
under the Project or existed prior to the Project,except in cases of emergency.
c. Do not use Owner's or occupants'first-aid facilities,except in cases of medical
emergency. Promptly replenish used items and Supplies with items identical to those
used.
C. Promptly repair damage to premises,including existing structures,finishes,equipment,and
other features,caused by construction operations. Upon completion of the Work,restore
premises to specified condition; if condition is not specified,restore to pre-construction
condition.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
USE OF SITE
01 1419-1
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
USE OF SITE
01 1419-2
SECTION 01 22 00
MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements applicable to all bid/pay items.
2. General provisions on unit prices and quantities.
3. General provisions on lump sums.
4. Listing of the various bid/payitems in the Project,togetherwith criteria for measuring Unit
Price Work for payment.
B. Related Requirements: Include,but are not necessarily limited to:
1. Section 01 71 23 -Field Engineering.
1.2 REQUIREMENTS APPLICABLE TO ALL BID/PAY ITEMS
A. In this Section and elsewhere in the Contract Documents,the terms"bid item","pay item",
"bid/pay item","Item"followed bya number designation,"this item",and the like all have the
same meaning,andreferto one ormorespecific elements ofthe Contract,established forpricing
and payment,as indicated in the Bid Form and in the Agreement(or exhibit to theAgreement)at
the time the Contract was signed by the parties.
B. This Article applies to all bid/pay items in the Contract.
C. Prices—General:
1. The bid/payitems listed startingwith Article 1.5 of this Section refer to and are the same
bid items listed in the Bid Form and included in the Contract,and constitute all bid/pay
items for the Work at the time the Contract was signed by the parties.
2. No direct or separate payment willbe made,outside ofthe bid/payitems in the Contract.All
other items required for the work including,but not limited to General Conditions and
Supplementary Conditions,Division 01 Specifications,and other requirements of the
Contract Documents,shallbe considered incidental to the construction andshallnotbe paid
for separately.
3. Price Escalation:
a. Unless expressly indicated otherwise in the Contract Documents,Owner is not
obligated to change the stipulated prices(including lump sums,unit prices,and
allowances)that are allorpart ofthe Contract Price becauseof escalationof costswhen
there is no corresponding change in the Contract Times.
b. Changes in the Contract Times do not necessarily entitle Contractor to a change in
Contract Price due to escalation.
c. Should Contractorclaim a change in ContractPrice forone ormore stipulatedprice pay
items without a corresponding change in scope,extent,or quality in the associated
Work,priorto receivingany such change in Contract Price,Contractor shall submit
with Contractor's associated Change Proposal,documentation satisfactory to Engineer
supporting and documenting that Contractor's costs have increased because of delays
beyond Contractor's control within the associated change in Contract Times included in
such Change Proposal.
4. Compensation for all services,labor,materials,and equipment shall be included in prices
stipulated for the lump sum and unit price bid/pay items in the Contract.
5. Each lump sum and unit price in the Contract shall include an amount considered by
Contractoras sufficient for all overhead and profit for each separately identified bid/pay
item.
D. Contract Price,Payment Procedures,and Related Matters:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
MEASUREMENT AND PAYMENT
0122 00-1
I. ContractPrice: The ContractPrice,as apportioned amongbid/pay items in the Contract,is
indicated in the Agreement and may be modified by Change Order.
2. Payments to Contractor: Refer to the General Conditions(as may be modified by the
Supplementary Conditions),the Agreement(includingprovisions onretainage,if any),and
other applicable Contract Documents.
3. Schedule of Values: Refer to the General Conditions(as may be modified by the
Supplementary Conditions)and Section 0129 73 -Schedule of Values.
4. Procedures for Changes in Contract Price: Refer to the General Conditions
5. Defective Work is not eligible for payment.
1.3 GENERAL PROVISIONS ON UNIT PRICES AND QUANTITIES
A. Quantities:
1. Quantities of Unit Price Work indicated in the Bid Form and in the Contract(atthe time the
Agreement was signed by the parties)are estimates forpurposes ofpricing and comparison
of Bids.
2. Owner does not represent,either expressly or by implication,or agree that the nature of
materials encounteredbelow ground surface orin concealed areas,or actual quantities of
Unit Price Work required,will correspond with the quantities in the Contract at the time the
Agreement was signed by the parties. Owner reserves the right to increase or decrease
quantities,and to eliminate quantities,as Owner may deem necessary or as may be
necessary due to Site conditions encountered.
3. Adjustment of Unit Prices Due to Variation in Quantities:
a. Provisions,if any,regarding adjustment of unit prices due to variations in actual
quantities(eligible for payment)from the estimated quantities in the Contract
(including quantities at the time the Agreement was signed by the parties and as
subsequently modified by Change Order)are in the General Conditions,as may be
modified by the Supplementary Conditions.
1) Engineer's review for possible unit price adjustment,when provision for such
adjustment is expressly indicated in the Contract,will be at a time Engineer deems
reasonable and proper.
2) When the Supplementary Conditions establish that,to be eligible foran adjustment
in the unit price,a pay item of Unit Price Work must have a total computed,
extendedprice(at the timethe Agreement was signed by the parties)equal to or
greaterthan a specifiedpercentage(stipulated in the Supplementary Conditions)of
the total Contract Price(at thetime the Agreement was signed by the parties),and
the total extendedprice of such pay item does notexceedthe stipulatedpercentage
of the Contract Price,then the associated pay item will be paid at the unit price in
the Contract without adjustment for variations in actual quantity.
4. Quantity Overruns:
a. When the quantityof a pay item ofUnit Price Work eligible for payment exceeds the
pay item's quantity included in the Contract,Ownerwill pay for quantities that exceed
those in the Contract only while the estimated totalpayments to Contractor under the
Contractwill not exceed the ContractPrice. Otherwise,a Change Order is required to
modify the associated quantity in the Contract,thus changing the Contract Price.
5. Except as maybe established elsewhere in the Contract Documents,make no claim for
anticipated profit,loss of profit,damages,or additional compensation arising from
difference between quantities of Unit Price Work eligible for payment and the estimated
quantities in the Contract.
B. Measuring for Payment:
1. Unless expressly indicated otherwise in the Contract Documents,measurements will be in
United States standard measurements.
2. Unless indicated otherwise elsewhere in the Contract Documents,quantities of Unit Price
Work eligible for payment will be rounded to the nearest whole number.
3. In the event of conflict between this Section and the measurement criteria in the
Specifications of Divisions 02-49,the measurement criteria in this Section will govern.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
MEASUREMENT AND PAYMENT
012200-2
Typical intent when measurement criteria are in both this Section and the associated
Division 02-49 Specifications section,is for the criteria to be interpreted together.
4. Assistance with Measurements:
a. Comply with Section 01 71 23 -Field Engineering.
b. Assist Engineer and Resident Project Representative(RPR)(if any),by providing
measuring equipment,labor,and survey personnel necessary to measure quantities
eligible for payment.
5. Quantities eligible for payment can be adjustedby Engineer to correct quantities included in
Contractor's prior payment requests,and for incomplete or defective Unit Price Work. Such
corrections are at Engineer's sole discretion.
1.4 GENERAL PROVISIONS ON LUMP SUM ITEMS
A. Progress payments for Workpaid on a lump sumbasis will be based on Engineer's estimate of
the Work(in accordance with the Contract Documents)performed through the end of the
associatedpay period,based on the Schedule of Values accepted byEngineerin accordance with
the Contract Documents.
B. At its sole discretion,Engineer may correct amounts of lump sum Work included in prior
paymentrequests based onimproved data or information available to Engineer,or Engineer's
knowledge or reasonable belief that Work is incomplete or defective.
1.5 BID/PAY ITEMS-GENERAL CONTRACT
A. Item 1.01 -General Contract Requirements,Bonds, and Insurance:
1. Measurement: Asset forth in the Contract's provisions regarding the Schedule of Values
and progress payment procedures.
2. Item Includes:
a. Work and activities indicatedin this provision are intendedas illustrative forpurposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,orall Work oractivities requiredby the contract for General
Contract Requirements,Bonds and Insurance.
b. Work paid under this item will include:
1) Furnishing required performance bond and payment bond.
2) Furnishing required insurance and associated documentation.
3) Project administration
4) Progress meetings
5) Preparation of shop drawings and submittals
6) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment: Lump sumpayment for this item will be full compensation for completing the
Work,as shown andindicatedin the Contract Documents for the General Contract limits
indicatedin Section0l 11 00—Summaryof Work not included under other bid/pay items.
4. PartialpaymentsforBid Item 1.01willbemadeasthework progresses.Fifty(50%)percent
of the lump sum price will be paid at the time of mobilization and the remaining fifty(50%)
will be paid upon final acceptance of the project.
B. Item 1.02-Mobilization and Demobilization:
1. Measurement: Inaccordance with the Contract's provisions on Schedule of Values and
progress payments for lump sum Work.
2. Item Includes:
a. Work and activities indicated in this provision are intendedas illustrative for purposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,or all Work or activities required by the contract for
mobilization and demobilization.
b. Work paid under this item will include:
1) Mobilization and demobilization of personnel,equipment and supplies at the
project site.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
MEASUREMENT AND PAYMENT
012200-3
2) Mobilization and demobilization of restrooms,vehicle trackpads,dumpsters,and
other necessary items.
3) Project administration and progress meetings
4) Preparation of shop drawings and submittals
5) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment: Lump sum price for this item willbe full compensation for all mobilization and
demobilization required and needed for the Contract,not included under other b id/pay items
or contracts.
a. The total cost of this item shall not exceed 15%of the total cost of the Work.
4. Partialpayments forBid Item 1.02 willbe madeas thework progresses.Fifty(50%)percent
of the lump sumprice willbe paid at the time of mobilization and the remaining fifty(50%)
will be paid upon final acceptance of the project.
C. Item 1.03-Permits:
1. Measurement: Inaccordance with the Contract's provisions on Schedule of Values and
progress payments for lump sum Work.
2. Item Includes:
a. Work and activities indicatedin this provision are intendedas illustrative forpurposes
of scope and payment and do not represent a complete list of allpreconstruction
activities and Submittals,or all Work or activities required by the contract for
permitting.
b. Work paid under this item will include:
1) Obtaining required permits needed to start the Work.
a) Any fees associated with obtaining proper licensing shall not be paid.
3. Payment: Lump sum price for this item will be full compensation for all permitting fees
required and needed for the Contract,not included under other bid/pay items or contracts.
D. Item 1.04—Erosion and Sediment Control
1. Measurement: Inaccordance with the Contract's provisions on Schedule of Values and
progress payments for lump sum Work.
2. Item Includes:
a. Work and activities indicatedin this provision are intended as illustrative for purposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,orall Work or activities requiredby the contract for Erosion
and Sediment Control.
b. Work paid under this item will include:
1) Establishment oftemporary erosion control features necessary for constructionand
control of surface water.
a) Features may include silt fencing,erosion control logs,berms,and other
sediment and erosion control measures.
2) Preparation ofanErosionand Sediment Control Plan that meets state and local
requirements.
3) Preparation o fa stormwaterplan and reports that meet state and local requirements
4) Inspection and maintenance of all measures.
5) Designated erosion control supervisor
6) Equipment,labor,and materials necessary for erosion control features
7) Transportation,maintenance,and removal of erosion control features
8) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment: Lump sum price for this item will be full compensation for all mobilization,
maintenance and demobilization required for erosionand sediment control needed for the
Contract,not included under other bid/pay items or contracts.
a. The total cost of this item shall not exceed 5%of the total cost of the Work.
4. Partialpayments forBid Item 1.04 willbe made as thework progresses.Fifty(50%)percent
of the lump sum price willbe paid at the time of mobilization and the remaining fifty(50%)
will be paid upon final acceptance of the project.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
MEASUREMENT AND PAYMENT
012200-4
E. Item 2.01 —Existing Deep Anode Bed Abandonment
1. Measurement:Inaccordance with the Contract's provisions on Schedule of Values and
progress payments for unit price work.
2. Item Includes:
a. Work and activities indicated in this provision are intendedas illustrative for purposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,or all Work or activities required by the contract for Deep
Anode Bed abandonment.
b. Work paid under this item will include:
1) Demolition of existing concrete Anode Bed pad
2) Cut,cap,and abandon casing
3) Disposal of removed materials
4) Restoration of disturbed area
5) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment:Unit price per each forthis item will be full compensation for each deep anode
bed abandonment with allrelated Workperformed underthis item,complete in accordance
with the Contract Documents,and not specifically included under other bid/pay items or
contracts.
F. Item 2.02—East Deep Anode Bed
1. Measurement:Inaccordance with the Contract's provisions on Schedule of Values and
progress payments for unit price work.
2. Item Includes:
a. Work and activities indicatedin this provision are intendedas illustrative forpurposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,or all Work or activities required by the contract for Deep
Anode Beds.
b. Work paid under this item will include:
1) Drilling of Deep Anode Bed
2) Installation of anode bed casing
3) Installation of mixed metal oxide tubular anodes
4) Installation of coke breeze backfill
5) Installation of sand layer
6) Installation of pumped cement grout
7) Installation of cover and frame
8) Installation of Anode Bed Pad
9) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment:Lump sum price forthis item willbe full compensation for all deep anode wells
with all related Work performed under this item,complete in accordance with the Contract
Documents,and not specifically included under other bid/pay items or contracts.
G. Item 2.03 —West Deep Anode Bed
1. Measurement:Inaccordance with the Contract's provisions on Schedule of Values and
progress payments for unit price work.
2. Item Includes:
a. Work and activities indicatedin this provision are intendedas illustrative forpurposes
of scope and payment and do not represent a complete list of allpreconstruction
activities and Submittals,or all Work or activities required by the contract for Deep
Anode Wells.
b. Work paid under this item will include:
1) Drilling of Deep Anode Bed
2) Installation of well casing
3) Installation of mixed metal oxide tubular anodes
4) Installation of coke breeze backfill
5) Installation of sand layer
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
MEASUREMENT AND PAYMENT
012200-5
6) Installation of pumped cement grout
7) Installation of cover and frame
8) Installation of Anode Bed Pad
9) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment:Lump sum price forthis item willbe full compensation for all deep anode beds
with all related Work performed under this item,complete in accordance with the Contract
Documents,and not specifically included under other bid/pay items or contracts.
H. Item 2.04—2"Perforated Vent Pipe
1. Measurement: Measurement will be per linear foot of pipe provided,measured along
centerline of pipe,including fittings.
2. Item Includes:
a. Work and activities indicatedin this provision are intendedas illustrative for purposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,or all Work or activities requiredby the contract for 2"vent
piping-
b. Work paid under this item will include:
1) Installation of 2"PVC perforated vent piping
2) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment: Unit price per linear foot for this item will be full compensation for all buried
pipe of the indicated service,size,material,wall thickness or class,lining,and joint type,
with all related Work performed underthis item,complete in accordance with the Contract
Documents,and not specifically included under other bid/pay items or contracts.
I. Item 2.05—2"Solid Pipe
1. Measurement: Measurement will be per linear foot of pipe provided,measured along
centerline of pipe,including fittings.
2. Item Includes:
a. Work and activities indicatedin this provision are intendedas illustrative forpurposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,or all Work or activities requiredby the contract for 2" solid
piping.
b. Work paid under this item will include:
1) Trenching and installation of 2"PVC solid vent piping
2) Trenching and installation of 2"PVC conduit piping
3) Installation of anode lead wires in conduit
4) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment:Unit price per linear foot for this item will be full compensation for all buried pipe
of the indicated service,size,material,wall thickness or class,lining,and jointtype,with all
related Work performed under this item,complete in accordance with the Contract
Documents,and not specifically included under other bid/pay items or contract.
J. Item 2.06—Site Restoration
1. Measurement:Inaccordance with the Contract's provisions on Schedule of Values and
progress payments for unit price work.
2. Item Includes:
a. Work and activities indicated in this provision are intendedas illustrative for purposes
of scope and payment and do not represent a complete list of all preconstruction
activities and Submittals,or all Work or activities required by the contract for site
restoration.
b. Work paid under this item will include:
1) Surface restoration of disturbed areas
2) Seeding
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
MEASUREMENT AND PAYMENT
012200-6
3) All other related and necessary labor,equipment and materials to complete the
work.
3. Payment:Unit price per square foot of seeding for this item will be full compensation for
restoration work with all related Work performed under this item,complete in accordance
with the Contract Documents,and not specifically included under other bid/pay items or
contracts.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
MEASUREMENT AND PAYMENT
012200-7
Project: Fort Collins Cathodic Protection- Issued for Bid
Project Bid Form
Item No. Description Qty. Unit Cost/Unit Cost
1.00 General Cost of Construction
1.01 General Contract Requirements, Bonds, Insurance, Profit, &Overhead 1 LS
1.02 Mobilization and Demobilization 1 LS
1.03 Permits 1 LS
1.04 Erosion and Sediment Control 1 LS
2.00 Deep Anode Well Replacement
2.01 Existing well abandonment 2 EA
2.02 East Deep Anode Bed 1 LS
2.03 West Deep Anode Bed 1 LS
2.04 2" Perforated Vent Pipe 600 LF
2.05 2"Solid Pipe 93 LF
2.06 Site Restoration 30900 SQFT
TOTAL
SECTION 01 29 73
SCHEDULE OF VALUES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for the Schedule of values,including:
a. Applicability.
b. General provisions for Schedules of Values.
c. Format,organization,and content of Schedule of Values.
B. Related Requirements: Include but are not necessarily limited to:
1. Section 0122 00 -Measurement and Payment.
2. Section 01 29 76 -Progress Payment Procedures.
1.2 PRICE AND PAYMENT PROCEDURES
A. Schedule of Values and Payment—General:
1. Contractor shall prepare andsubmit to Engineer for acceptance Schedule of Values that
presents(as applicable): (a)an appropriate,detailed breakdown of the price of lump sum
bid/pay items,and(b)lists bid/pay items ofUnit Price Work. The totalof all Work among
the various bid/pay items shall equal the Contract Price.
a. The Contractor is required to provide Schedule of Values that meet the requirements of
the Owner.It is anticipated the Contractorwill provide a detailed Schedule of Values
with multiple cost-codes,in orderto meet the designated requirements.The Schedule of
Values shall match the bid form pay items.
2. Upon requestof Engineer,promptly furnish data and information that substantiates and
supports the amounts indicated in the Schedule of Values.
3. Submit preliminary Schedule of Values to Engineer for initial review. Contractor shall
incorporate Engineer's comments into the Schedule of Values and resubmit to Engineer.
Engineer may require corrections andre-submittals until Schedule of Values is acceptable.
4. Schedule of Values may be used,where appropriate,as a basis for negotiating price of
changes,if any,in the Work.
B. Applicability:
1. Lump Sum Work:
a. For Work paid on a lump sumbasis,progress payments will be on the basis of Work
performed in accordance with the Contract Documents,for each line item in the
Schedule of Values,as recommended to Owner by Engineer.
2. Unit Price Work:
a. Breakdown ofunit prices(whether in a Schedule ofValues or elsewhere)into detailed
cost or price components is not required.
b. Unit Price Work will be measured for payment in accordance with the Contract
Documents,including Section 0122 00 -Measurement and Payment.
1.3 ADMINISTRATIVE PROCEDURES
A. General Provisions for Schedules of Values:
1. This Section augments requirements for the Schedule of Values,indicated in the General
Conditions,as may be augmented by the Supplementary Conditions.
1.4 SUBMITTALS
A. Informational Submittals: Submit the following:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
SCHEDULE OF VALUES
01 29 73-1
I. Submit to Engineerthe Schedule ofValues in the form andquantity required in Section 01
33 00-Submittals,andin accordance with Section 01 31 26 -Electronic Communication
Protocols.
2. Content of Schedule of Values Submittals shall be in accordance with this Section.
3. Timing of Submittals:
a. Preliminary Schedule of Values:
1) Submit preliminary Schedule of Values within time limit indicated in the General
Conditions.
b. Initial Acceptable Schedule of Values:
1) Revise the preliminary Schedule of Values in accordance with Engineer's
comments.
2) Contractorwill notbe eligible for progress payment until acceptable Schedule of
Values is submitted in accordance with the Contract Documents.
3) Submit the Schedule of Values acceptable to Engineer in accordance with the
General Conditions.
c. Updates: Submit updated Schedule of Values when:
1) The Contract Price has changed.
2) Requested by Engineer
1.5 FORMAT,ORGANIZATION,AND CONTENT OF SCHEDULE OF VALUES
A. Organization and Major Elements of Schedule of Values.
1. Prepare Schedule of Values on the"progress estimate"or"continuation sheets",as
applicable,of the Application for Payment form indicated in the General Conditions.
2. Include in Schedule of Values itemizedlist of Work for each major work area included in
the Work,for each lump sum payment item included in the Contract.
a. Contractor will not be eligible for progress payment until acceptable Schedule of
Values is submitted in accordance with the Contract Documents.
3. In addition,list eitherin the Schedule ofValues or on a separate worksheet included with
Applications for Payment all Unit Price Work bid/pay items in the Contract. The balanceof
this Article applies to lump sum Work and Work compensated on the basis of Cost of the
Work plus a fee.
4. Organization in Accordance with Specification Sections:
a. Within each work area,organize the Schedule of Values bythe various Specifications
section numbers and titles included in the Contract Documents.
b. Label each row in the Schedule of Values with the appropriate Specifications section
number. Include an amount for each row in the Schedule of Values.
c. List sub-items of major materials,equipment,or systems,as appropriate or when
requested by Engineer.
B. Requirements forboth the preliminary Schedule of Values Submittal and the Schedule of Values
Submittal for Engineer's acceptance are:
1. Schedule shall list installed value ofcomponent parts of Work in sufficient detailto serve as
basis for computing values forprogress payments during construction.
2. For each major line item list sub-values of majorproducts or operations under item.
3. For various portions of Work:
a. Each item shall include directly proportional amount of Contractor's overhead and
profit.
b. Payment for stored materials shall not be permitted on this project.
4. Sum of all values listed in schedule shall equal total Contract Price.
5. Allowances: Include separate line item for each allowance.
6. Unit Price Work: Separately indicate items of Unit Price Work in the overall Schedule of
Values. Where the required form(in accordance with the General Conditions)includes a
separate worksheet orpage for Unit Price Work,indicate all items of Unit Price Work on
such worksheet or page of the form.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
SCHEDULE OF VALUES
01 29 73-2
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SCHEDULEOF VALUES
012973-3
SECTION 01 31 13
PROJECT COORDINATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for:
a. Project coordination when the Project is implemented using a singleprime construction
Contract.
b. Coordination meetings.
c. Coordination drawings and layout drawings.
B. Scope:
1. Contractor shall coordinate the Work,whether performed by Contractor's employees or by
Subcontractors,Suppliers,or others for whom Contractor is responsible,to provide Work in
accordance with the Contract Documents.
2. Coordinate the Work with testing entities and inspectors(whether hired by Contractor,
Owner,or others)employedon the Project,forces of Ownerand facility manager(if other
than Owner),and other contractors retainedby Ownerorfacility manager,and other entities
with which the Work needs to be coordinated.
3. Requirements for preconstruction meetings are in the General Conditions(as may be
modified by the Supplementary Conditions)and Section 01 31 19 -Project Meetings.
4. Requirements for construction progress meetings are in Section 013119-ProjectMeetings.
C. Related Requirements:
1. Include,but are not necessarily limited to,the following:
a. Section 01 1100 -Summary of Work..
b. Section 01 31 19 -Project Meetings.
1.2 ADMIMSTRATIVE REQUIREMENTS
A. Coordination:
1. Coordination—General:
a. In accordance with the General Conditions as maybe modified by the Supplementary
Conditions,and Section 01 1100-Summary of Work,Contractor shall coordinate the
Work with,and cooperate with,other contractors,utility owners and their contractors,
owners of transportation facilities and their contractors,Owner's and facility manager's
workers at the Site,and other entities working at or adjacent to the Site.
2. Advise other contractors(if any)of schedule for the Work to allow other contractors
sufficienttime top erform their work that must be performedpriorto the Work Coordinate
and communicate with other contractors and other entities when the Work must be
p erformedprior to the work ofothers and make go od-faith efforts to avoid delaying work of
others.
3. Coordination,Inspection,and Observation to Ensure Quality:
a. Contractor shall continuously inspect the Work throughout the Proj ectto ensure that the
Work complies with the Contract Documents.
b. Inspect(including testing,where required or necessary)substrates and surfaces on
which the Work will be constructed,applied,adhered,or attached,to ensure substrate
and surface conditions are appropriate for providing Work in accordance with the
Contract Documents.
4. Contractor is not responsible for,or liable for,damage or loss unless damage or loss resulted
from action,inaction,or negligence of Contractor,or Subcontractor(s),Supplier(s),or other
entity for whom Contractor is responsible. This provision does not mitigate or reduce
Contractor's responsibility for security for the Work,in accordance with the Contract.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT COORDTNATTON
0131 13-1
B. Coordination Meetings:
1. Contractor's Coordination Meetings:
a. Schedule,attend,chair,and actively participate in coordination meetings deemed
appropriate by Contractor forpurposes of coordinating the Work of Contractor's
employees,Subcontractors,Suppliers,and others forwhom Contractor is responsible.
b. Frequency,location,date,time,andduration of Contractor's coordination meetings are
at Contractor's discretion. Record and distribute to attendees and other members of
Contractor's team a record of topics discussed,decisions made,and other relevant
matters at Contractor's coordination meetings.
c. Engineer,Resident Project Representative(if any),Owner,and Owner's Site
Representative(if any)will not attend Contractor's coordination meetings.
C. Coordination Drawings and Layout Drawings:
1. Maintain sufficient,competent personnel; drafting implements; computer-aided
drafting/design(CAD)or building information modeling(BIM)equipment,software,
systems;and supplies at Contractor's office and at the Site(as deemed appropriate by
Contractor)for preparing layout drawings and coordination drawings.
2. With the Contract Documents and Shop Drawings,use coordination drawings and layout
drawings for coordinating the Work of various trades.
3. Where such coordination drawings or layout drawings are to be prepared by Subcontractors,
ensure that each such Subcontractor maintains required personnel,implements,equipment,
and systems at Subcontractor's office and at the Site(as deemed appropriate byContractor).
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT COORDTNATTON
01 31 13-2
SECTION 01 31 19
PROJECT MEETINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for the following types meetings required
during the Work:
a. Requirements applicable to all meetings.
b. Preconstruction meeting(s).
c. Construction progress meetings.
d. Closeout meeting(s).
e. Other construction meetings.
B. Scope:
I. This Section addresses thetypes of meetings indicated in Paragraph 1.I.A of this Section.
2. Requirements forcoordination meetings,including meetings between Contractor and its
Subcontractors and Suppliers are in Section 01 31 13 -Project Coordination.
3. Requirements for monthly schedule meetings are in Section 01 32 16 -Construction
Progress Schedule.
4. Requirements for pre-installation conferences,if any,arein the Specifications of Divisions
02-49.
C. Related Requirements: Include,but are not necessarily limited to:
1. Section 013 1 13 -Project Coordination.
2. Section 01 32 16 -Construction Progress Schedule.
1.2 REQUIREMENTS APPLICABLE TO ALL CONSTRUCTION MEETINGS
A. Requirements of this Article apply to all meetings required under this Section.
B. Participants:
1. Lead participant for each participating entity of each meeting shall be authorized to
represent their employer and its interests on the Project,and shall be sufficiently familiar
with the status of theiremployer's work,services,and activities related to the Project for
purposes of the associated meeting.
2. Required participants for each type of meeting are indicated elsewhere in this Section.
3. Conduct:
a. Meeting participants shall,at alltimes,exhibit appropriate,professional conduct and
demeanor.
b. Inappropriate conduct,including shouting,unprofessional language,threatening
attitudes,or other types of insult or intimidation are unacceptable.
c. Owner has the authority to eject from a conference,participants exhibiting
inappropriate conduct.
d. Person's exhibiting repeated or habitual inappropriate conduct will not be allowed to
participate in meetings. Such person's employer and the contracting party they
represent shallbear full responsibility for consequences ofactions byits employees and
representatives.
4. Virtual Participation:
a. "Virtual participation"means participating in a required conference without being
physically present at the meeting location. Virtual participation includes participating
via telephone,video conference,or other,similar means.
b. Virtual attendance atmeetings maybe acceptable forcertain participants andat certain
times,depending on equipment andcommunications services availability andreliability
at the conference location.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT MEETINGS
013119-1
c. Persons desiring to participate virtually are responsible for their own,appropriate,
functioning systems and equipment to enable virtual participation.
d. Virtualparticipation,when allowed,shall be from a stationary location.Operating
motor vehicle concurrent with virtual participation is unacceptable.
e. Persons desiringto participate virtually accept without reservation,limitations imposed
by virtual participation,including potentially reduced ability to understand oral
statements made by other participants,and otherpotential limitations.
C. Agenda:
1. Each meetingrequiredby this Section shall have an established,written agenda available to
required attendees not less than one day prior to the meeting.
2. Unless written agenda specific to a given meeting is issued in writing,the default agenda
shall be in accordance with this Section.
D. Meeting Date,Time,and Location:
1. Date,start time,anticipated duration,and location of each required meeting will be
established as indicated in the Contract Documents.
E. Minutes:
1. For each meeting required in this Section,the meeting owner will be responsible for
preparing and distributing a written record("minutes")of the meeting,unless expressly
indicated otherwise.
2. Purpose of minutes is to furnish a written record of the following:participants,topics
discussed,questions asked and answered,decisions made,and other pertinent matters as
indicated on the established agenda.Minutes are not intended a s a transcript or as complete
record of minutia discussed at the associated conference.
3. Distribution of Minutes:
a. Minutes will be distributed,in accordance with Section 01 3126 -Electronic
Communication Protocols.
1.3 PRECONSTRUCTION CONFERENCES
A. The requirements of Article 1.2 of this Section also apply to this Article.
B. Preconstruction Meetings-General:
1. Thepurposeof themeetingis to designate responsible personnel and establish a working
relationship. Matters requiring coordination will be discussed and procedures for handling
such matters established.
2. A Pre-Construction Meeting 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.
3. Unless previously submitted to the Owner,the Contractor shall bring to the meeting a
tentative schedule of the construction project,include in the schedule shop drawings and
other submittals.
4. Required Participants:
a. Owner: Project manager.
b. Contractor: Project manager and site superintendent.
c. Engineer: Project manager or delegate.
d. Others as requested by the Contractor,Owner,or Engineer
5. Required participants may invite to the preconstruction meeting others they deem necessary
or appropriate.
C. Agenda:
1. Execution of Owner-Contractor Agreement.
2. Submission of executed bonds and insurance certificates
3. Distribution of Contract Documents
4. Submission of list of subcontractors and suppliers,list of products,and progress schedule
5. Designation of personnel representing the parties in Contract and the Engineer
6. Procedures and processing of field decisions,submittals,substitutions,applications for
payments,cost proposal requests,Change Orders and Contract closeout procedures.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT MEETINGS
013119-2
7. Construction scheduling and updates.
8. Scheduling activities of other consultants.
9. Critical work sequencing.
10. Major material deliveries and priorities.
11. Procedures for maintaining Record Documents.
12. Use of premises
a. Work and storage areas
b. Owner's requirements
13. Construction facilities,controls and construction aids.
14. Temporary utilities provided by Owner.
15. All safety and first-aid procedures are responsibility of the Contractor.
16. Security and housekeeping procedures as required by the Owner.
17. Procedures for testing.
1.4 CONSTRUCTION PROGRESS MEETINGS
A. The requirements of Article 1.2 of this Section also apply to this Article.
B. Construction Progress Meetings-General:
1. Purpose of construction progress meetings is to review and summarize Work performed
since the previous constructionprogress meeting;review and summarize planned progress
through the next,subsequent construction progress meeting; review and summarize
compliance with theProgress Schedule;reviewprogress and necessary actions on pending
and critical administrative items; discuss matters pertinent to the Site and construction
quality;and other matters.
2. Progress meetings will be conductedweekly or atsome otherfrequency,if approved by the
Owner,Engineer and Contractor.
3. Required Participants:
a. Owner: Project manager.
b. Contractor: Project manager and site superintendent.
c. Engineer: Project manager or delegate.
d. Others as requested by the Contractor,Owner,or Engineer
4. The meeting will be conductedby the Engineer and the Engineer will arrange for keeping
the minutes and distributing the minutes to all persons in attendance.
C. Agenda::
1. Review minutes of previous meetings
2. Review unresolved issues from last meeting
3. Review of Work progress;three week look-ahead schedule prepared by contractor
4. Field observations,problems,conflicts and decisions
5. Identification of problems which impede planned progress
6. Review of submittals schedule and status of submittals
7. Review of off-site fabrication and delivery schedules
8. Maintenance of progress schedule
9. Corrective measures to regain projected schedules
10. Planned progress during succeeding work period
11. Coordination of projected progress
12. Maintenance of quality and work standards
13. Effect of proposed changes on progress schedule and coordination
14. Other business relating to Work
15. Construction photographic documentation.
16. Record documents status.
17. Other business.
1.5 CLOSEOUT MEETINGS
A. The requirements of Article 1.2 of this Section also apply to this Article.
B. Closeout Meetings-General.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
PROJECT MEETINGS
013119-3
I. Purpose of closeout meetings is to familiarize participants with administrative and
procedural requirements for Substantial Completion(including partial utilization by Owner)
and readiness forfinalpayment,and status ofthe Workrequired for achieving Substantial
Completion and readiness for final payment.
2. Engineerwill schedule punchlist walkthrough atleast 10 days before submissionof the last
Application for Payment.
3. Required Participants:
a. Owner: Project manager.
b. Contractor: Project manager and site superintendent.
c. Engineer: Project manager or delegate.
d. Others as requested by the Contractor,Owner,or Engineer
C. Preliminary Agenda for Closeout Meetings:
1. Review of items remaining to be repaired or replaced prior to final acceptance andpayment.
2. Completion matters(as appropriate):
a. Status of checkout,startup,field quality control activities.
b. Status of training of facility O&M personnel and O&M manuals.
c. Partialutilization;requestingand scheduling inspection for Substantial Completion.
d. Punch list status(as applicable).
e. Other closeout matters(if any).
3. Additional closeout related topics as determined by closeout meeting chair.
1.6 OTHER CONSTRUCTION MEETINGS
A. The requirements of Article 1.2 of this Section also apply to this Article.
B. Other Construction Meetings—General.
1. Other construction meetings maybe scheduled and held as deemed necessary by Owner or
Engineer. Such conferences may be focused on specific matters,such as discussing
remedies andschedules fordefective Work,negotiating changes in the Contract Price and
Contract Times,orothermatters relatedto theProj ect wheretime limits prevent addressing
such items aspartof other conferences addressed elsewhere in the Contract Documents.
C. Agenda: Agenda presenting topics to be discussed at each other construction meeting will be
developedand distributedto required participants,and others as appropriate,in accordance with
Article 1.2 of this Section.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT MEETINGS
013119-4
SECTION 01 31 26
ELECTRONIC COMMUNICATION PROTOCOLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures with which Users will complyregarding transmission or exchange of Electronic
Documents for the Project.
B. Related Requirements:
1. Referto the General Conditions,as may be modified by the Supplementary Conditions,
regarding transmitting Electronic Documents by Electronic Means.
2. In addition to the requirements of this Specifications Section,comply with the requirements
for Electronic Documents in the following Specifications:
a. Section 01 32 16 -Construction Progress Schedule.
b. Section 0132 33 -Photographic Documentation.
c. Section 01 33 00 -Submittals.
d. Section 01 78 39 -Project Record Documents.
1.2 DEFINITIONS
A. The followingterms are definedforuse in this Specifications Section and are indicated herein
using initial capital letters. The terms have the associated meaning regardless of whether
indicated in singular or plural.
1. Electronic Documents Protocol(abbreviated as"EDP"): Procedures and requirements set
forth in this Specifications Section for the exchange of Electronic Documents by Electronic
Means.
2. Project Website: An intemet-based software platform,such as a website or other project
management information system(PMIS)designated by Contract ormutual consent of Users
as the means of exchanging Electronic Documents during the Project.
3. System Infrastructure: Hardware,operating system(s)software,internet access,e-mail
service and software,security software,and large-file transfer functions.
4. Users: Owner,Contractor,Engineer,and others exchanging Electronic Documents on the
Project in accordance with the EDP.
1.3 ADMINISTRATIVE REQUIREMENTS.
A. Coordination:
1. Contractor shall require all Subcontractors and Suppliers to comply with the EDP
established in the Contract Documents.
1.4 GENERAL PROVISIONS OF ELECTRONIC DOCUMENT PROTOCOL
A. EDP—General:
1. To the fullest extent practical,Users agree to and will transmit and accept Electronic
Documents transmittedby Electronic Means in accordance with the requirements of this
Specifications Section. Use of the Electronic Documents and any information contained
therein is subject to requirements of this Specifications Sectionand other provisions of the
Contract Documents governing transmittal of Electronic Documents.
2. Content of Electronic Documents will be the responsibility of transmitting User.
3. Unless otherwise provided in: (1)the EDP,(2)elsewhere in the Contract Documents,or(3)
or other agreement between two or more Users governing use of Electronic Documents,
Electronic Documents exchanged in accordancewith the Contract Documents may be used
in the same manneras paper or other printed versions of the same documents exchanged
using otherthan Electronic Means,subjeetto the same governing requirements,limitations,
and restrictions set forth in the Contract Documents.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
ELECTRONIC COMMUNICATION PROTOCOLS
01 3126-1
4. Except as otherwise explicitly indicated in the EDP,the terms of this EDP will be
incorporated into any other agreement or subcontractbetween a party and a third party for a
portion of the Work orProj ect-related services,where such third party is,either directly or
indirectly,required to exchange Electronic Documents with Owner,Contractor,or
Engineer. Nothing in this EDP modifies the requirements of the Contract Documents
regarding communications between and among Owner,Contractor,and Engineer
Subcontractors,Suppliers,consultants,and others for which each is responsible.
5. When transmitting Electronic Documents,transmitting User makes no representations
regarding long-term compatibility,usability,or readability of the items resulting from the
receiving User's use of software applications or System Infrastructure differing from those
established in this EDP.
6. This EDP does not negate or mitigate any obligation: (1)in the Contract Documents to
create,provide,or maintain an original paper record version of Drawings and
Specifications,signed andsealed in accordance with Laws or Regulations; (2)to comply
with Laws and Regulations governing signing and sealing of design documents or signing
and electronic transmission ofother documents;or(3)to comply with notice requirements
of the General Conditions(as. May be modified by the Supplementary Conditions).
7. Modifications to EDP:
a. When modifications to the EDP are necessary to address issues affecting System
Infrastructure,Users shall cooperatively resolve the issues.
b. If resolution within a reasonable timeis not achieved, Owner is empowered to require
reasonable and necessary changes to the EDP consistent with the original intent of the
EDP.
c. If such changes result in additional cost or delay to Contractor,not reasonably
anticipatedunderthe originalEDP,Contractor may seek an adjustment in the Contract
Price,Contract Times,or both in accordance with the Contract Documents.
B. General Requirements and Limitations for Software for Electronic Document Exchange:
1. Software and file formats for exchange of Electronic Documents shall be as indicated in
Article 1.5 of this Specifications Section.
2. Software Versions:
a. Each User will acquire the software and associated licenses necessary to create,
transmit,receive;read,andus Electronic Documents for the Project,using the software
and file formats indicate in Article 1.5 of this Specifications Section.
b. Prior to usingany updated version of the software required in the EDP for Electronic
Document(s)transmitted to other User(s),the originating User will first notify and
either(1)receive concurrence from receivingUser(s)foruse of the updated version,or
(2)adjust its transmission to comply with the EDP.
3. Preservation of Intellectual Property and Confidentiality of Electronic Documents:
a. Users agree to not intentionally edit,reverse-engineer,decrypt,remove security or
encryption features,or convert to another format formodification purposes Electronic
Documents,andinformationand data contained therein,transmitted in a file format,
including portable document format(PDF),intended by transmitting User to not be
modified,unless the receiving User(1)obtains permission from owner of the Electronic
Document and intellectual property containedtherein,or(2)is expressly a llowed by the
EDP to edit or modify the Electronic Document.
b. Where modifying,editing,decryption,or reverse-engineering is allowed by the EDP,
such use is conferred only for the Project.
c. The EDP does not transfer any ownership orrights of anysort regardinguse outside of
the Project of Electronic Documents.
d. Users shallnot cite orquote excerpts ofElectronic Documents for purposes outside of
the Project unless required to do so by Laws and Regulations.
C. Contractor's Requests for Electronic Documents in Other Formats:
1. Release of Electronic Documents in format(s)other than those indicated in in Article 1.5 of
this Specifications Section and elsewhere in the Contract Documents will be at the
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
ELECTRONIC COMMUNICATION PROTOCOLS
013126-2
discretion of Owner and subject to terms and conditions required by the owner of such files
and documents,and the provisions indicated below.
2. To extent determined by Owner,in its sole discretion,to be appropriate,release of
Electronic Documents in alternative format(s)requested by Contractor("Request")are
subject to provisions of Owner's response to the Request and to the following:
a. Contractor's Request shall be in writing. Owner and others,as appropriate,will
consider and respond to Request promptly,but neither Owner nor Engineer will be
responsible for anytime or cost impacts on Contractor associated with timing of the
Request,or with Owner's decision associated therewith.
b. When Engineer is the owner of theElectronic Documents requested by Contractor in
native format,prior to Engineer transmitting such Electronic Documents to Contractor,
Contractor shall sign and deliver to Engineer,without modifying or amending,
Engineer's"Electronic Media Release"agreement.
c. Content included in Electronic Documents created by Engineer and furnished in
response to the Request was prepared by Engineer a s an internal working document for
Engineer's purposes solely and,when provided to Contractor,is on an"as-is"basis
without warranties of anykind,including,butnotlimited to any implied warranties of
fitness forpurpose. Contractor acknowledges that content of Electronic Documents
furnishedin response to theRequest maynotbe suitable forContractor's purpose(s),or
may require substantial modification and independent verification by Contractor.
Content may include limited resolution of models,not-to-scale schematic
representations and symbols,use of notes to convey design concepts in lieu of accurate
graphics,approximations,graphical simplifications,undocumented intermediate
revisions,and other shown or indicated information that mayaffect subsequent use by
Contractor or others for whom Contractor is responsible.
d. Electronic Documents containing text,graphics,metadata,or other types of data
fumishedby Engineer in response to the Request are only for Contractor's convenience
and any and all conclusions or information obtained or derived from such Electronic
Documents will beat Contractor's sole risk and expense. Contractor waives any and all
claims against Engineer,Owner,or both arising from Contractor's use of Electronic
Documents furnished in response to the Request.
e. Contractorshallindemnify and hold harmless Owner,Engineer,and their respective
consultants and subconsultants from any and allclaims,damages,losses,and expenses,
including attorneys' fees and defense costs,fees and costs of engineers,architects,
geologists,accountants,and other professionals,and any and all other costs,direct and
indirect,resulting from Contractor's use,adaptation,or distribution of Electronic
Document(s)furnished in response to the Request.
f. Contractor shall not sell,copy,transfer,forward,give away or otherwise distribute the
Electronic Documents(in source format or modified file format)to any third party
without direct written authorization ofEngineer or other entity that owns the Electronic
document(s),unless such distribution is specifically indicated in the Request and is
limited to Subcontractors and Suppliers. Contractor warrants that subsequent use by
Subcontractors and Suppliers complies with terms and conditions of the Contract
Documents,Owner's response to the Request,and release agreement(s)(if any)by
owner of the Electronic Documents(including Engineer,where applicable).
3. When the Request is forElectronic Documents in a formatnot other than that indicated in
the Contract Documents,and Owner(andothers,as applicable)decide to comply with the
Request,and when the requested Electronic Documents are not easily available in the
format(s)requested,Contractor shall reimburse Owner for costs incurred by Owner,either
directly or indirectly,to fumish Electronic Documents in accordance with the Request In
compensation,Owner may retain such amount(s)as set-off(s)under the Contract
Documents.
1.5 EXCHANGE OF ELECTRONIC DOCUMENTS
A. Comply with the Electronic Document formats,transmission methods,and permitted uses set
forth in Table 0131 26-A,Exchange of Electronic Documents,below,when transmitting or
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
ELECTRONIC COMMUNICATION PROTOCOLS
013126-3
using Electronic Documents on the Project. Where a row in the table has no indicated means of
transmitting Electronic Documents,use for such documents onlypaper copies transmitted to the
receiving party via appropriate delivery method.
TABLE 01 31 26-A—EXCHANGE OF ELECTRONIC DOCUMENTS
Transmitting 'Transmission Receiving Allowed
Electronic Document Type Format User Method User Uses '.Votes
1.5.A.1. Project communications
General communications&correspondence EM, PDF O,E,C EM,EMA O,E,C R
Meeting notices and agendas EM,PDF E EM,EMA O,C R
Meeting minutes PDF E EM,EMA O,C R
1.5.A.2. Contractor's Submittals to Engineer
Shop Drawings PDF C EMA E M(1) (l)
Product data Submittals,delegated design PDF C EMA E M(1) (1)
Submittals,and other action Submittals
(except Samples)
Informational and closeout Submittals: PDF C EMA E M(1) (1)(6)
Documentation of delivery of maintenance PDF C EMA E M(1)
materials submittals
1.5.A.3. Engineer's return of reviewed Submittals
to Contractor
Shop Drawings PDF E EMA O.,C R
Product data Submittals,delegated design PDF E EMA O.,C R
Submittals,and other action Submittals
Informational and closeout Submittals: PDF E EMA O.,C R (6)
Documentation of delivery of maintenance PDF E EMA O. C R
materials submittals
1.5.A.4. Contract Modifications Documents
Requests for interpretation to Engineer PDF C.,O EMA E M(1) (1)
Engineer's interpretations (RFI responses) PDF E EMA C,O R
Engineer's clarifications to Contractor EM,PDF E EM,EMA C,O R
Engineer's issuance of Field Orders PDF E EMA C,O R
Proposal Requests PDF E,O EMA C R
Change Proposals—submitted to Engineer PDF C EMA O,E S
Change Proposals—Engineer's PDF E EMA C. O
response
Work Change Directives(for Contractor PDF E EMA C R (2)
signature)
Change Orders (for Contractor signature) PDF E EMA C R (2)
1.5.A.5. Applications for Payment (3)
1.5.A.6. Claims and other notices (4)
1.5.A.7. Closeout Documents
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
ELECTRONIC COMMUNICATION PROTOCOLS
01 3126-4
Transmitting Transmission Receiving Allowed
Electronic Document Type Format User Method User Uses Notes
Record drawings DWG and C EMA E,O M(5) (5)
PDF
Other record documents PDF C EMA E. O M(5) (5)
Contract closeout documents
1. Key to Table 0131 26-A:
a. Data Format:
1) EM: .msg,.htm,.txt,.rtf,e-mail text.
2) W: .docx,Microsoft Word 2013 or later.
3) EX: .xlsx,Microsoft Excel2013 or later.
4) PDF: .pdf.portable document format.
5) DWG: .dwg. Autodesk AutoCAD 2014 drawing.
b. Transmitting User:
1) O: Owner.
2) C: Contractor.
3) E: Engineer.
c. Transmission Method:
1) EM: Via e-mail.
2) EMA: Attachment to e-mail transmission.
3) PORT: Delivered via portable media such as flash drive/thumb drive,CD,or DVD
4) PW: Posted to Project Website.
5) FTP: FTP transfer to receiving FTP server.
d. Receiving User:
1) O: Owner.
2) C: Contractor.
3) E: Engineer.
e. Permitted Uses:
1) S: Store and view only.
2) R: Reproduce and distribute.
3) L• Integrate(incorporate additional electronic data without modifying data
received)
4) M: Modify as required to fulfill obligations for the Project.
f. Notes:
1) Modifications by Engineer to Contractor's Submittals and requests for
interpretations are limitedto printing,marking-up,and adding comment sheets.
2) May be distributed only to affected Subcontractors and Suppliers. Print,sign
document,and return signed paper originals to Engineer.
3) Submit printed Applications for Payment with original("wet")signatures.
4) Submit notices,including Cla ims,in accordance with the notice provisions of the
General Conditions,as may be modified by the Supplementary Conditions.
5) Submit record drawings in native CAD format indicated when Contractor has
signed Engineer's standard agreement forrelease of electronic media. In addition,
always submit record drawings as PDF files. Comply with Contract Documents
requirements for Project record documents.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
ELECTRONIC COMMUNICATION PROTOCOLS
013126-5
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
ELECTRONIC COMMUNICATION PROTOCOLS
01 31 26-6
SECTION 01 32 16
CONSTRUCTION PROGRESS SCHEDULE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for Contractor's construction Progress
Schedules and related Submittals,including:
a. Submittals of Progress Schedules and associated schedule-related Submittals.
b. Initial Progress Schedules.
c. Look-ahead schedules.
d. Progress Schedule updates.
e. Narrative reports.
f. Time impact analyses.
g. Recovery schedules.
B. Scope:
1. Within 10 days after effective date of agreement,Contractor shall prepare and submit to
Ownerrequired Progress Schedules andrelated Submittals,as required by this Section and
elsewhere in the Contract Documents. Maintain andupdate Progress Schedules and related
Submittals throughout the Project.
a. Schedule shall be approved by the Owner and Engineer prior to Notice to Proceed.
C. Related Requirements: Include,but are not necessarily limited to:
1. Section 01 1100 -Summary of Work.
2. Section 01 22 00 -Measurement and Payment
3. Section 0131 19 -Project Meetings.
4. Section 01 77 19—Closeout Requirements
1.2 REQUIREMENTS
A. Submit to Owner not less than 10 days prior to beginning Work,a "Detailed Work Plan"for
each phase of the project.
B. Submit revised progress schedules with each pay application.
C. Ownermay require Contractorto addto equipment,or construction forces,as well as increase
the workinghours,if operations fallbehind schedule at any time during construction period.
1.3 CONTENT
A. Construction progress schedule—Show:
1. Complete sequence of construction by activity for full length of Contract time.
2. Major areas of construction to include,at a minimum,each separate stage of Work
B. Submittals schedule for shop drawings and product data—Show:
1. The dates for Contractor's submittals
2. The dates accepted submittals will be required from Engineer. Extensions oftime for delays
in submittal approval shall only be allowed as provided in Section 01 33 00.
C. Products delivery schedule—Show delivery dates for:
1. All major material deliveries
1.4 FORMAT
A. Conform toOPrimaveraP6,Asta,or Microsoft Project critical path method(CPM)scheduling
format or approved equal
1. Row(Listings�—Show:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONSTRUCTION PROGRESS SCHEDULE
01 3216-1
a. Project Title
b. Major areas of construction
c. Construction activities within major areas of construction
d. Provide a separate bar for each construction activity. Bars to be annotated with activity
description
e. Critical path activities to be clearly identified by color and lines
f. List in chronological order by start date eachmajor area of construction and then by
each construction activity within its respective area of construction
g. Show project start date,finish date,data date,run date,and revision table
h. Contract milestone dates
i. Legend
2. Column(Headings)—Show:
a. Activity ID: Define by number corresponding to major specification sections
b. Activity Description
c. Percent Complete
d. Original Duration
e. Remaining Duration
f. Total Float
g. Early Start
h. Early Finish
i. Time Scale: Identify first day of each week. Allow space for notations.
j. Data date line
k. Task successors
1.5 PROGRESS SCHEDULE UPDATES
A. Updates—General:
1. Progress schedules are to be representative of actual construction progress and sequencing
of activities. Schedules that do not accurately represent construction progress will be
rejected
a. Submit revised schedules and reports when changes are foreseen,when requested by
Owner or Engineer,and with each application for progress payment.
2. Indicate progress of each activity as of data date
3. Show changes occurring since previous submission of schedule:
a. Major changes in scope
b. Activities modified since previous submission
c. Revised projections of progress and completion
d. Other identifiable changes
4. Provide narrative report as needed to define:
a. Problem areas,anticipated delays,and impact on schedule
b. Corrective action recommended,and its effect
c. Effect on changes on schedules of other prime contractors
1.6 SUBMITTALS
A. Submit initial schedules within 10 days after award of Contract:
1. Engineer will review schedules and return review copy within 10 days after receipt
2. If required,resubmit within 7 days after return of review copy
B. Submit revised progress schedules with each Application for Payment.
C. At each submission provide one electronic copy.
1.7 DISTRIBUTION
A. Engineer will distribute electronic copies of accepted schedules to:
1. Owner
2. Resident Project Representative
3. Engineer's file
4. Contractor to be kept on file at job site
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONSTRUCTION PROGRESS SCHEDULE
01 3216-2
B. Schedule recipients willreport promptly to Engineer and Contractor,in writing,any problems
anticipated by projections shown in schedules
1.8 OWNER'S RESPONSIBILITY
A. Owner's reviewis only forthepurpose ofchecking conformity with the Contract Documents
and assisting Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means,
methods,techniques,sequences and procedures of construction as provided in the General
Conditions.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONSTRUCTION PROGRESS SCHEDULE
01 3216-3
SECTION 01 33 00
SUBMITTAL PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Submission of all shop drawings andproduct data as required by the Contract Documents
for all equipment and materials to be furnished under this contract unless specifically
indicated otherwise.
B. Scope:
1. Contractor shall provide all labor,materials,equipment,tools,services,incidentals,and
othereffortnecessaryto furnish Shop Drawings,product data Submittals,Samples,and
other Submittals in accordance with the Contract Documents.
2. Shop Drawings,product data Submittals,Samples,and other Submittals,whether or not
approved oracceptedby Engineer,are not Contract Documents. Engineer's approval or
acceptance,as applicable,of a Submittaldoes notalterormodifythe Contract Documents.
3. Engineer and Owner have the right to rely on Contractor's representations and certifications
made regarding each Submittal.
C. Related Requirements: Include but are not limited to:
1. Section 01 31 26 -Electronic Communication Protocols.
2. Section 01 32 16 -Construction Progress Schedule.
1.2 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Furnish Submittals well in advance of need for the associated material or equipment,or
procedure(as applicable),in the Work and with ample time necessary for delivery of
materials andequipment and to implement procedures following Engineer's approval or
acceptance of the associated Submittal.
2. Work coveredby a Submittalwill not be includedin payments by Owner until approval or
acceptance(as applicable)of related Submittals has been obtained in accordance with the
Contract Documents.
B. Submittal Log:
1. Maintain anaccurate submittallogfor duration of the Work showing current status of all
submissions
2. Show submittal number,section number,section title,submittal description dates and
disposition of submittal
3. Engineer to create and track submittals using submittal log.
1.3 PREPARATION OF SUBMITTALS
A. Prior to Submittal Preparation:
1. Complywith the Contract Documents relative to terms andconditions of subcontracts and
purchase orders for the Work.
2. Make submissions farenough in advance ofscheduled dates for installation to provide time
required for reviews,for securing necessary approvals,for possible revisions and
resubmissions,and for placing orders and securing delivery
3. In scheduling,allow a minimum of 14 calendar days for review by Engineer following
receipt of submission in Engineer's office:
a. Time required to electronically submit not considered apart of the review period
4. Contractor's responsibilities for the following are set forth in the General Conditions,as
maybe modified by the Supplementary Conditions,and as maybe augmented elsewhere in
the Contract Documents:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUBMITTAL PROCEDURES
01 33 00-1
a. Obtaining field measurements and dimensions.
b. Determining and verifying required quantities.
c. Verifying compatibility of materials.
d. Apportioning the Work among Subcontractors,Suppliers,and Contractor.
e. Reconciling required materials,equipment,and other Contract requirements with
Contractor's means,methods,techniques,sequences,and procedures of construction
and with Contractor's safety and protection programs and precautions incident thereto.
f. Reviewing applicable provisions of the Contract Documents and obtaining from
Engineer necessary interpretations or clarifications.
B. Submittal Identification:
1. Submittal Number: Shall be a unique number assigned to each individual Submittal.
Assign Submittal numbers as follows:
a. First part of Submittal number shall be the applicable Specifications section number,
followed by a hyphen.
b. Second partof Submittalnumber shallbe a three-digit number(sequentially numbered
from 001 through 999)assigned to each separate Submittal furnished under the
associated Specifications section.
c. Example: Submittal number for the third Submittal furnished for Section 10 14 00 -
Signage,would be"10 14 00-003".
2. Review Cycle Number: Each resubmittal of a given Submittal shallbe indicated with a
lower-case letter designation:
a. No letter designation for initial(first)submittal of the Submittal number.
b. "a"shall indicate first resubmittal of the Submittal number.
c. "b"shall indicate second resubmittal of the Submittal number.
C. Marking of Submittals:
1. Mark on each page of each Submittal and each individual component submitted with
Submittal number and applicable Specifications paragraph.
2. Mark each page of each Submittal with the Submittal page number.
3. Each Shop Drawing sheet shall have title block with complete identifying information
satisfactory to Engineer.
4. For product data Submittals,operation and maintenance data Submittals,and other
Submittals:
a. Mark options to be furnished using broad,dark arrows or"clouds"clearly drawn
around the relevant text or diagrams. Do not use highlighter for indicating options and
features.
b. Indicate options and features not furnished using clear strikeouts through the text or
diagrams.
D. Submittal Organization and Content —General:
1. Page or Sheet Size;Furnish Submittals with one or more of the following page or sheet
sizes: (a)8.5 inches by 11 inches;(b)11 inches by 17 inches; (c)22 inches by 34 inches;
unless another sheet size is acceptable to Engineer.
2. Organize each Submittal logically to facilitate ease of understanding and review.
3. To the extent practicable,arrange Submittal information in sameorder as requirements are
written in the associated Specifications section.
4. Each Submittal shall cover Work under only one Specifications section.
5. To the extent practicable,package together Submittals forthe same Specifications section.
Do not famish required information piecemeal.
6. Include a title page and table of contents.
7. Include appropriately labeled fly sheets to separate distinct parts of each Submittal.
8. Ensure legibility of all pages in each Submittal.
E. Electronic Documents Submittals:
1. Format: Electronic Documents Submittals shallbe"portable document format"(.PDF)files
unless expressly required otherwise by applicable provisions of the Contract Documents.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
SUBMITTAL PROCEDURES
01 33 00-2
2. Electronic Documents Submittals must be electronically searchable when delivered to
Engineer and other recipients.
F. Contractor's Approval of Submittals:
1. Contractor's Review: Before transmitting Submittals to Engineer,review each Submittal to:
a. Review shop drawings and product data prior to submission for accuracy and
completeness of each submission..
b. Approve and stamp each submission before submitting..
c. Determine and verify:
1) Field measurements
2) Field construction criteria
3) Catalog numbers and similar data
4) Conformance with specifications
d. Prior to each submission,carefully review and coordinate all aspects of each item being
submitted
e. Verify that each item and the submittal for it conform in all respects with specified
requirements of the Work and of the Contract Documents with respect to means,
methods,techniques,sequences,andoperations ofconstruction,and safety precautions
and programs incidental thereto
f. Make submissions promptly in accordance with Construction Schedule,and in such
sequence as to cause no delay in the Work or in the work of any other Contractor
g. Notify Engineerin writing,at time of submission,of any deviations in the submittals
from Contract Document requirements:
1) Identify and tabulate all deviations in transmittal letter
2) Indicate essential details of all changes proposed,including modifications toother
facilities that may be a result of the deviation.
2. Incomplete or inadequate Submittals will be returned without detailed review by Engineer.
3. Contractor's Approval Stamp and Signature:
a. Each Submittal furnishedshall bear Contractor's approvalstamp(orfacsimile thereof)
and signature,as evidence that the Submittal has been reviewed and approved by
Contractor and verified as complete and in accordance with the Contract Documents.
b. Submittals without Contractor's approval and signature (as required by the contract
Documents)will be returned to Contractor without further review by Engineer and
deemed incomplete.
c. Engineer reserves the right to reject as incomplete Submittals where Contractor's
approval signature appears computer-generated or reproduced without the active
involvement or review of Contractor's signatory.
d. Contractor's approval shall contain the following text:
This submittal has been reviewed by[name of
contractor]and approved with respect to the
means, methods, techniques, sequences, and
procedures of construction, and safety precautions
and programs incidental thereto. [Name of
contractor]also warrants that this submittal
complies with contract documents and comprises
no deviations thereto:
Section No: Submittal No:
Date: by:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUBMITTAL PROCEDURES
01 33 00-3
1.4 TRANSMITTAL OF SUBMITTALS BY CONTRACTOR
A. Contractor's Transmittal Letters for Submittals:
1. Furnish separate transmittal letterwith each Submittal. Use transmittal form attached to this
Section(as Exhibit O 1 33 00-A)unless othertransmittal form is acceptable to Engineer at
the start of the Project's construction.
2. When transmittal form other than this Section's Exhibit 01 33 00-A is acceptable to
Engineer,at beginning of each transmittal,include a reference heading indicating:
Contractor's name,Owner's name,Project designation,Contract designation,transmittal
number,and Submittal number(with review cycle).
3. "Or-Equals": When the Submittal is proposing an"or-equal",expressly so indicate on
transmittal form submitted by Contractor.
4. Proposed Deviations from Contract Requirements: When the Submittal proposes deviations
from requirements ofthe Contract Documents,transmittal letter shall specifically describe
each proposed deviation.
B. Submittal Delivery Method:
1. This provision presents general requirements for delivery or all Submittals unless otherwise
required elsewhere in the Contract Documents.
2. Submittals maybe postedon a"share site"suchas Sharepoint,for review by the Engineer
or Owner. All other requirements of this section shall apply.
3. Furnish Submittals to Engineer and each other entity indicated in the Contract Documents as
receiving a Submittal directly from Contractor.
C. Closeout Submittals—Transmittal and Delivery:
1. Furnish the following Closeout Submittals in accordance with general requirements for
transmitting and delivering Submittals,indicated above in this Article: maintenance
contracts;warrantybonds(when required)and otherbonds required for specific materials,
equipment,or systems;warranty documentation; and sustainable design closeout
documentation(when required). On documents such as maintenance contracts and bonds,
include on each document furnished original("wet")signature of entity issuing said
document. When original"wet"signatures are required,furnish such Submittals to
Engineerboth on originalpaper and as Electronic Documents,and to other entities furnish
as indicated above in this Article for general requirements for Submittals.
2. Record Documents: Submit in accordance with Section 01 78 39 -Project Record
Documents.
3. Software: Inadditionto software installed on Owner's computer system,furnish number of
copies of software required in the Specifications section where the software is specified.
Preferred means of transmittal is via secure file transfer directly to Owner(or facility
manager,if other than Owner)via secure file transfer method mutually acceptable to
software developerand the receiving entity. When secure file transfer is used,submit to
Engineer documentation signed or electronically a cknowledged by Owner that the files were
received. Where such software is available only on the software developer's portable media,
furnish such software on software developer's original,portable media,sealed in software
developer's original,unopened,clearly labeled packaging.
1.5 ENGINEER'S REVIEW OF SUBMITTALS
A. This Article appliesto reviewof all Submittalsby Engineer or other entity to whomthe Contract
Documents require such Submittal be furnished.
B. Engineer's Review:
1. Markings:
a. Comments or responses marked directly on Submittal by Engineer(or other entity
reviewing Submittal)will be colored red.
2. Engineer's review and disposition assigned to Submittal are subject to the following:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
SUBMITTAL PROCEDURES
01 33 00-4
a. Submittal disposition is subject to: Engineer's comments on the Submittal;disclaimer
language on Engineer's Submittal transmittal letter;Engineer's Submittalreview stamp
(when used)or equivalent(when used); and this provision.
b. Engineer's review is only for general compatibility with the design concept of the
completed Project as a functioning whole as indicated bythe Contract Documents,and
for general compliance with the information given in the Contract Documents.
c. Contractor shallbe solely responsible for complying with the Contract Documents,as
well as with Supplier instructions consistent with the Contract Documents,Owner's
directions,and Laws andRegulations. Contractor is solely responsible for obtaining,
correlating,confirming,andcorrecting dimensions atthe Site;quantities; information
and choices pertaining to fabrication processes;means,methods,sequences,
procedures,andtechniques ofconstruction;safety precautions and programs incident
thereto; and for coordinating the work of all trades.
d. Engineer is not responsible for resubmittals not yet furnished by Contractor or tracking
Contractor's progress on resubmittals.
3. Documents not required by the Contract Documents but nonetheless furnished by
Contractor as submittals will not be reviewed by Engineer.
C. Meaning of Submittal disposition Assigned by Engineer:
1. Action Submittals:
a. "Approved"(Action Code A): Upon return of Submittal marked"Approved",order,
ship,or fabricate materials and equipment included in the Submittal(pending
Engineer's approval or acceptance,as applicable,ofproduction-related qualifications
statements and certifications,and required source quality control Submittals)or
otherwise proceedwith the Work in accordance with the Submittal and the Contract
Documents.
b. "Approved as Noted"(Action CodeB): Upon return of Submittal marked"Approved
as Noted",order,ship,or fabricate materials and equipment included in the Submittal
(pending Engineer's approval or acceptance,as applicable,of production-related
qualifications statements and certifications,and required source quality control
Submittals)or otherwise proceed with the Work in accordancewith the Submittal and
the Contract Documents,and in accordance with Engineer's comments and notes
indicated in Engineer's Submittal response
c. "Revise and Resubmit"(Action Code Q Upon return of Submittal marked"Revise
and Resubmit",make the revisions necessary and indicated and resubmit to Engineer
for approval.
d. "Not Approved"(Action Code D): This disposition indicates material or equipment
that cannot be approved. "Not Approved"disposition may also be applied to
Submittals thatare incomplete. Upon return of Submittal marked"Not Approved",
repeat initial submittal procedure utilizing approvable material or equipment,with a
complete Submittal clearly indicating all information required.
2. Informational,Closeout,and Maintenance Materials Submittals:
a. "Accepted"(Action Code F): Information included in Submittal complies with the
applicable requirements of the Contract Documents and is acceptable. No further
action by Contractoris required relative to such Submittal,and the Work covered by
the Submittal may proceed. Materials and equipment with Submittals with this
disposition maybe shipped or operated,as applicable. Submittals assigned"Accepted"
by Engineer(or other reviewing entity)does not indicate Engineer's acceptance of the
associated Work,which is indicated only as set forth in the General Conditions and
Section 01 77 19—Closeout Requirements.
b. "Not Acceptable"(Action Code G): Submittal,or part thereof,does not indicate full
compliance with applicable requirements of the Contract Documents and is not
acceptable. Provide labor,materials,equipment,services,and incidentals necessary to
properly and accurately revise Submittal and resubmit to indicate acceptability and
compliance with the Contract Documents
3. Other:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUBMITTAL PROCEDURES
01 33 00-5
a. "SubmittalNot Reviewed"(Action Code E): Documents so marked by Engineer are
not required by the Contract Documents. Submittals may also be marked with this
disposition when information in the document was previously reviewed and approved
or accepted by Engineer,as applicable.
D. Distribution of Engineer's Responses:
1. Unless otherwise indicated in the Contract Documents,Engineer will distribute written
responses(as Electronic Documents)to Submittals to the following:
a. Contractor.
b. Owner.
c. Engineer's file.
2. Engineer's acceptanceof Informational Submittals,Closeout Submittals,and Maintenance
Materials Submittals will be recorded in Engineer's Submittal log. Copy of Engineer's
Submittals log is available from Engineeruponwritten request of Owner or Contractor. If
no such request is received by Engineer,Engineer will distribute copy of Engineer's
Submittals log once per month(when Submittals have been received or acted on by
Engineer). Engineer may distribute copy of Engineer's Submittals log as an Electronic
Document or as handout at construction progress meetings.
3. Contractor is responsible for forwardingEngineer's Submittals responses to Subcontractors
and Suppliers as appropriate,and for coordinating the Work of all trades.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 ATTACHMENTS
A. The documents listed below,following this Section's"End of Section"designation,are part of
this Specifications Section:
1. "Exhibit 0133 00-A—Transmittal for SubmittalNo.##"(one page).
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUBMITTAL PROCEDURES
01 33 00-6
-------------------------------------------------
--------------- Exhibit 01 33 00-A Transmittal for Submittal
No. -
Project Name: Date Received:
Project Owner: Checked By:
Contractor: HDR Engineering,Inc. Log Page:
Address: Address: HDR No.:
Spec Section:
rawing/Detail No.:
Ann(Contractor): Arm(HDR): Review Cycle
Date Transmitted by Contractor: Date of Engineer's Response Transmittal:
Item Submittal Description(indicate number of copies where paper copies of physical Samples are Manufacturer Supplier Dwg or Data No. Engineer's
No. No. returned) Disposition
(Action Code)°
3
4
Contractor's Remarks(insert text):
------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------
Engineer's Remarks(insert text): :
*Legend for Action Code indicated above,assigned by Engineer:
Action Submittal: E—Submittal Not Reviewed
A—Approved
B—Approved as Noted Informational,Closeout,or Maintenance Materials Submittal:
C—Revise and Resubmit F—Accepted(this code normally recorded in Engineer's Submittals log).
G—Not Acceptable
D—Not Approved
Engineer's Disclaimer(for Submittals that do not involve delegated design):
a. Submittal action code is subject to: Engineer's comments on the Submittal,comment sheets(ifany),and this transmittal letter;disclaimer language on Engineer's
Submittal review stamp or equivalent;and Specifications Section 0133 00—Submittal Procedures.
b. Engineer's review is only for general compatibility with thedesign concept of the completed Project as a functioning wholeas indicatedby the Contract Documents,
and for general compliance with the information given in the Contract Documents.
c. Contractor shall be solely responsible for complying with the Contract Documents,as well as with Supplier instructions consi stent with the Contract Documents,
Owner's directions,and Laws and Regulations. Contractor is solely responsible for obtaining,correlating,confirming,and correcting dimensions at the Site;
quantifies;information and choices pertaining to fabrication processes;means,methods,sequences,procedures,and techniques ofconstruction;safety precaations and
programs incident thereto;and for coordinatingthe work of all trades.
Engineer is not responsible for resubmittals or tracking progress of resubmittals.
Reviewed for HDR by: Date of Engineer's Review:
Distribution: Contractor Filc Ficld Owner Other
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SUBMITTAL PROCEDURES
01 33 00-7
SECTION 01 35 44
SPILL PREVENTION CONTROL AND COUNTERMEASURES PLAN
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for Contractor's spill prevention control and countermeasures,in a ccorda nce
with 40 CFR 112 and other Laws and Regulations.
B. Scope:
1. Contractor shallprovide all labor,materials,equipment,tools,professional services(when
necessary orrequired),and incidentals as shown,specified,and required to comply with
Laws andRegulations regarding spill prevention,control,and countermeasures(SPCC)
planning and compliance,including 40 CFR 112.
2. Single Prime Contract:Contractor shall determine whether a SPCC plan is necessary. If
SPCC plan is necessary,Contractor shallprepare,implement,and maintain SPCC plan in
accordance with Laws and Regulations.
1.2 REFERENCES
A. Terminology:
1. Tenn inology indicated below are not defined terms and are not indicated with initia I capita I
letters,but when used in this Section have the meaning indicated below:
a. "Oil"has the meaning set forth in Laws or Regulations and generally includes
petroleum products,fuel oil,hydraulic fluid,oil sludge,oil refuse,oil mixed with
wastes otherthandredgedmaterial,synthetic oil,vegetable oil,animal fats andoils,and
other oils defined in Laws and Regulations.
b. "Navigable waters ofthe United States"includes navigable waters of the United States,
contiguous zones,and associated shorelines,as set forth in Laws and Regulations.
c. "SPCC"means"spill prevention control and countermeasures".
d. "SPCC plan"means a SPCC plan complying with this Section and Laws and
Regulations.
1.3 DETERMINATION OF NEED FOR SPCC PLAN FOR PROJECT
A. Determination of Need for SPCC Plan:
1. Contractor shall determine need for SPCC plan for the Project.
2. Onsite oil storage thresholds at which a SPCC plan is necessary are indicated in this Article.
3. Dependingon Site conditions and oilstorage atthe Site and other factors,the Project may:
(a)not need a SPCC plan,or(b)need a SPCC plan prepared by a Contractor-hired
professional engineer,or(c)need part of the SPCC plan prepared by a Contractor-hired
professional engineer. When Contractor-hired professional engineer is not necessary for all
or part of a required SPCC plan,Contractor may self-prepare and self-certify SPCC plan
elements not prepared by Contractor's professional engineer.
4. Contractor's Professional Engineer:
a. If the Site will include storage of morethan 10,000 GAL of oil,as defined in Laws and
Regulations,in aboveground storage,or if the Site does not comply with oil discharge
history criteria of 40 CFR 112,Contractor shallretain a qualified professional engineer
to determine need for SPCC plan for the Project and,if SPCC plan is necessary,
Contractor's professional engineer shall prepare or supervise preparation of
Contractor's SPCC plan.
b. Qualifications requirements and basic responsibilities of Contractor's professional
engineer are set forth in this Section's"Quality Assurance"Article.
c. If a professional engineer is not required to prepare the entirety of the Proj ect's SPCC
plan,but the SPCC plan includes environmentally-equivalent SPCC measures(as set
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SPILL PREVENTION CONTROLAND COUNTERMEASURES PLAN
01 35 44-1
forth in Laws orRegulations),or impracticality determinations(in accordance with
Laws orRegulations),then Contractor shall retain a qualified professional engineer to
prepare and certify those portions of the SPCC plan dealing with environmentally
equivalent measures andimpracticality determinations;the balance of the SPCC plan
may be prepared by and be self-certified by Contractor.
5. Submit to Engineer letter presenting results of evaluation of whether a SPCC plan is
necessary for the Project,in accordance with Laws and Regulations.
B. SPCC plan is necessary when the Project activities at the Site meet the following criteria:
1. The Site and activities thereonare not exempt fromLaws and Regulations relative to SPCC
planning and implementation.
2. Oil is stored,used,transferred,or otherwise handled at the Site,unless otherwise exempted
by Laws or Regulations.
3. Maximum oil storage capacity at the Site equals or exceeds either of the following
thresholds: 42,000 GAL of completely-buried capacity,or 1,320 GAL of aboveground
capacity. Capacity includes total storage tank volume and operational storage volume at the
Site for Contractor,other prime contractors,and Subcontractors,including bulk storage
tanks,containers with 55 GAL storage capacity and larger,mobile tanks located at the Site,
and other containers coveredby Laws or Regulations.Exempt from the storage capacity
determination are motive storage containers,such as those integral to construction
equipment and vehicles.
4. There is reasonable expectation,based on location of the Site,that oil spill would reach
navigable waters of the United States(or contiguous zones or adjoining shorelines).
1.4 QUALITY ASSURANCE
A. Qualifications:
1. Contractor's Professional Engineer:
a. When required byLaws and Regulations,engage a licensed,registered professional
engineer legally qualified to practice in the jurisdiction where the Site is located and
experienced in performing engineering services of the type required. Submit
qualifications data.
b. Responsibilities include but are not necessarily limited to:
1) Carefully reviewing Laws and Regulations relative to SPCC.
2) Preparing written requests for interpretations of the Contract Documents relative to
SPCC for submittal to Engineer by Contractor,and obtaining from authorities
having jurisdiction clarifications regarding Laws and Regulations as required.
3) Preparing or supervising the preparation of letter-report evaluation of need for
Contractor's SPCC plan in accordance with the Contract Documents. Evaluation
shall include professional engineer's seal or stamp,registration number,and
original signature.
4) When Contractor's SPCC planis necessary,preparing,supervising the preparation
of,or reviewing Contractor's SPCC plan(or designated portions thereof when oil
storage atthe Site will be less than the threshold indicated in this Section or Laws
and Regulations)in accordancewith the Contract Documents. Contractor's SPCC
plan(ordesignatedportions thereof)shall include professional engineer's seal or
stamp,registration number,and original signature..
5) Periodically re-evaluating the need for Contractor's SPCC plan and issuing
findings as letter-reports with seal or stamp,license number,and signature. When
Contractor's SPCC plan is required,periodically evaluating Contractor's SPCC
plan and providing recommendations for compliance with Laws and Regulations,
in accordance with the Contract Documents.
6) Certifying that:
a) it is familiar with the Laws and Regulations,including 40 CFR 112,and
b) it has visited,examined,and is familiar with the Site,planned modifications to
the Site underthe Project as such modifications pertain to SPCC Laws and
Regulations,and
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SPILL PREVENTION CONTROLAND COUNTERMEASURES PLAN
01 3544-2
c) it has performed the evaluations and prepared Contractor's SPCC plan in
accordance with the Contract Documents,and
d) procedures for required testing and inspections have been established,and
e) the said evaluations and Contractor's SPCC plan are adequate for the Project,
and
f) the said evaluations and Contractor's SPCC plan comply with Laws and
Regulations,applicable industry standards,and to prevailing standards of
practice.
1.5 SUBNHTTALS
A. Furnish Submittals required under this Section to Owner's facility manager(if other than
Owner).
B. Submittals: Submit the following:
1. Certifications:
a. With each evaluation letter and Contractor's SPCC plan Submittal,include certification
signed by preparer of Submittal that the Submittal complies with the Contract
Documents and Laws and Regulations. Signature on all certifications shall be original.
2. Evaluations:
a. Submit letter presenting results of evaluation of whether Contractor's SPCC plan is
required forthe Project. Submit evaluation not later than 14 days after the Contract
Times commence running,unless longer time is allowed(in writing)by Owner or
Engineer.
b. Submit updated evaluations as required when conditions at the Site change. Submit
updated evaluation not later than seven days after the conditions at the Site changed,or
within seven days of Owner's or Engineer's request,unless longer time is allowed(in
writing)by Owner or Engineer.
c. Owner,facility manager(if other than Owner),and Engineerhave no responsibility for
completeness,accuracy,or appropriateness of Contractor's evaluations and Contractor
and Subcontractors(as applicable)have full responsibility and all liability associated
therewith.
3. Contractor's SPCC Plan: When SPCC Plan is required:
a. Submitj ointly to Owner and facility manager(if other than Owner). Submitwithin 14
days of Owner's or facility manager's acceptance of evaluation Submittal.
b. Limitations Regarding Reviews:
1) Review and comments(if any)by Owner or facility manager on Contractor's
SPCC plan Submittal are not forbenefit of Contractor,Subcontractors,or anyone
else for whom Contractor may be responsible.
2) Such reviews andcomments(if any)shall not impose on Owner,facility manager,
or Engineer any obligation to evaluate the completeness,accuracy,or
appropriateness of Contractor's SPCC plan.
3) Contractor,togetherwith Subcontractors(as applicable),bears full responsibility
and allliability for completeness,accuracy,and appropriateness of Contractor's
SPCC plan.
4. Record of Distribution of Contractor's SPCC Plan:
a. When Contractor's SPCC plan is required,submit copies of letters transmitting
Contractor's SPCC plan and amendments(if any)to other prime contractors and
Subcontractors working at the Site.
5. Qualifications Statements:
a. Submit qualifications of Contractor's professional engineer,when requested by Owner
or Engineer.
1.6 CONTRACTOR'S SPCC PLAN AND INIPLENIENTATION
A. When Contractor's SPCC plan is required,develop the SPCC plan and submit for acceptance to
entity indicated in this Section's"Submittals"Article. Contractor's SPCC plan shall be specific
to the Site and the Project and shall include the following:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SPILL PREVENTION CONTROLAND COUNTERMEASURES PLAN
01 3544-3
1. Seal or stamp,original signature,date,and license number of Contractor's professional
engineer,when self-certification by Contractor is not allowed by Laws and Regulations.
2. Site plan identifyingthe name(ortagnumber)and location ofea ch tank and container that
will contain a substance regulated in 40 CFR 112 and other Laws and Regulations,
including aboveground and buried tanks. Site plan shall indicate general directionsofstonn
water runoff,including storm sewers,drainage inlets,and catch basins. Show arrows
indicating directions of storm water flow. Show and label all storm sewer outfalllocations.
3. For each tank and container shown or indicated on the Site plan,include a table indicating
tank or container's name and tag number,type ofoil stored therein,and maximum storage
capacity in gallons. Indicate total storage capacity ofallregulated tanks and containers at
the Site covered by SPCC Laws and Regulations.
4. Predictions of direction,rateof flow,and total quantity ofoil that could be discharged from
the Site as result of storage tank or container failure.
5. Operating procedures that prevent oil spills,including procedures for oil handling,details of
secondary containment structures at fuel and oil transfer areas,and details and descriptions
of equipment to be used for oil handling,including piping.
6. Control Structures and Secondary Containment:
a. Show details of and indicate descriptions of controlmeasures to be provided at the Site
by Contractor to prevent spill from reaching navigable waters of the United States,
including secondary containment and diversionary structures.
b. For on-shore Sites,use not less than one of the following: dikes,berms,or retaining
walls; curbing; culverts,gutters,or other drainage systems;weirs,booms,or other
barriers; spill diversion ponds;retention ponds;or sorbent materials or methods.
c. Where appropriate,Contractor's SPCC plan shall clearly demonstrate thatcontainment
or diversionary structures or equipment are not practical.
d. Include brittle fracture evaluation,where necessary,for field-constructed aboveground
storage containers undergoing repair,alteration,construction,or change in service.
7. Plans for countermeasures to contain,cleanup,andmitigate effects of oil spills that reach
navigable waters of the United States,including written commitment of manpower,
equipment,andmatelials to quickly control and remove spilled oil. Include estimation of
time required to contain spills after spill occurs.
8. Contact list and telephone numbers for facility response coordinator,National Response
Center,cleanup Subcontractors,and all appropriate federal,state,and local authorities
having jurisdiction to be contacted in event of spill or discharge.
9. Program formonthly inspections of the Site by Contractor for compliance with Contractor's
SPCC plan and Owner's SPCC plan(as applicable). Advise Owner(and facility manager,if
other than Owner)in writing of each inspection not less than 72 hours prior to each
inspection.
10. Measures for Site security relative to oil storage.
11. Procedures forsafely handlingmobile containers such as totes and drums,and procedures
for refueling vehicles and construction equipment and machinery at the Site.
12. Procedures and schedules for periodic testing of integrity of tanks and containers,and
associated piping and valves.
13. Plans forbulk storage container compliance with Laws and Regulations and the Contract
Documents.
14. Plans for personnel training and oil spill prevention briefings.
15. For SPCC plans that do not follow the format indicated in Laws and Regulations,provide
cross-reference to requirements of Laws and Regulations,including 40 CFR 112.7.
B. Obtain acceptance of Contractor's SPCC plan byentity indicated in this Section's"Submittals"
Article,for coordination with Owner's Site-specific SPCC plan,if any.
C. Contractor's SPCC plan shall be reviewed by Contractor's professional engineer(when
professional engineer is required)and Owner every five years,as applicable,unless more-
frequent reviews or updates are required by Laws or Regulations. Contractor shall perform
updates andrevisions ofContractor's SPCC plan as necessary and submit same in accordance
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SPILL PREVENTION CONTROLAND COUNTERMEASURES PLAN
01 35 44-4
with the provisions ofthis Section for submittaI and acceptance of Contractor's initial SPCC
plan.
D. Post a copy of Contractor's accepted,certified SPCCplanin conspicuous locafionatthe Site and
furnish copies to Owner,facility manager(if otherthan Owner),other prime contractors(if any),
and Subcontractors as appropriate. Allcontractors shallcomply with Contractor's SPCC plan.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 SPILL OR VIOLATION OF CONTRACTOR'S SPCC PLAN
A. In event ofviolation of Contractor's SPCC plan or release ofoil attributable to construction or
related activities,Contractor shall:
1. Notifications:
a. Immediately issue oraladvisories and written notifications in accordance with Laws
and Regulations,including 40 CFR 110 and 40 CFR 112.
b. Immediately notify Owner.
c. When required by Laws and Regulations,report to National Response Center,USEPA,
and other authorities having jurisdiction,if any.
2. Perform spillcleanup promptly and in accordance with Laws and Regulations,Contractor's
SPCC plan,and requirements of authorities having jurisdiction.
3. Pay fines and civil penalties(or responsible portion thereof)imposed on Owner and facility
manager(if otherthan Owner)by authorities having jurisdiction,and pay costs associated
with cleanup of spills. If Contractor fails to promptly pay such costs,Owner may withhold
such amounts from payments due Contractor,as one or more set-offs.
B. Should cleanup of spills attributable to Contractorbe necessary,Contractor will not be entitled
to any associated increase in the Contract Price or Contract Times. Should Contractor share
responsibility for spill and cleanup with another entity,changes in Contract Price and Contract
Time,if any,will be proportionate to other entity's responsibility.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SPILL PREVENTION CONTROLAND COUNTERMEASURES PLAN
01 3544-5
SECTION 01 41 24
PERMIT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements relative to permitting of which Owner and Engineer are aware that
apply to the Work.
2. Required municipal permits and licenses of which Owner and Engineer are aware.
3. Erosion and sediment control permits.
B. Scope:
1. Contractor shall provide labor,materials,equipment,tools,and incidentals shown,
specified,and requiredto obtain required permits and comply with required permits and
licenses.
2. Obtain,payfor,andcomply with requiredpermits andlicenses whether or not indicated in
this Specifications section or elsewhere in the Contract Documents.
1.2 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Coordinate compliance with permit and license requirements with Work under other
Specifications sections and with other contractors,if any,working at the Site.
2. Coordinate with theProgress Schedule the time required to apply for and obtain required
permits and licenses and to comply with requirements thereof. Changes in Contract Times
or Contract Price will not be authorized because of timing and costs associated with
obtaining permits and licenses required for the Work.
1.3 SUBMITTALS
A. Informational Submittals: Submit the following:
1. Copy of each ofthe followingpermits and associated licenses,as applicable to the Work:
a. Monitoring Observation Water Well Permit Application.
b. Excavation Permit.
c. Right of Way Contractor License.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PERMIT REQUIREMENTS
01 4124-1
SECTION 01 42 00
REFERENCES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Defined terms and terminology.
2. Construction Codes: Indicationof applicable building code and other construction codes.
3. Referenced Standard Specifications and Construction Guidelines: Indication of Owner's or
third-party specifications and construction standards applicable to one or more parts of the
Work.
4. Abbreviations in general use in the Contract Documents.
5. Reference Standards: General requirements regarding reference standards,including a
listing of reference standard-issuing organizations(andtheir acronyms)used in the Contract
Documents.
1.2 REFERENCES
A. Contract Language Addressed to Contractor:
1. Unless expressly indicated otherwise,language of the Contract Documents addresses
Contractor,and the Contract Documents show and indicate Contractor's obligations.
2. Unless indicated otherwise,expressions such as,"provide","furnish","install","perform",
"retain services of',"remove","demolish","replace",and the like refer to Contractor's
obligations under the Contract.
B. Defined Terms:
1. Defined terms,indicated with initial capital letters or with all-capital letters,used in the
Contract Documents,are indicated in the General Conditions,as may be modified by the
Supplementary Conditions. Additional defined terms,if any,in general use in the Contract
Documents are indicatedbelow. Where used,suchdefined terms apply to the singular and
plural thereof.
a. None.
2. Additional defined terms,applicable to the Work of given Specifications Section,may be
indicated in the associated Specifications Section.
C. Terminology:
1. Terminology,indicated without initial capital letters,used in the Contract Documents,are
indicated in the General Conditions,as maybe modifiedby the Supplementary Conditions.
Additional terminology in general use in the Contract Documents are indicated below.
Where used,such terminology applies to the singular and plural thereof.
a. "Shown"means information or requirements presentedon the Drawings,in schedules,
or in other types of graphic instruments.
b. "Indicated"means,as applicable: (1)graphic representations,notes,or schedules on
the Drawings,or(2)other paragraphs,provisions,tables,or schedules in the
Specifications and elsewhere in the Contract Documents.
c. "Specified","noted","scheduled",and similar terms,have the same meaning as
"shown"and"indicated",as applicable,and are used to help the user locate the
reference without limitation on the location.
d. "Installer","applicator",or"erector"is Contractor's employees or Subcontractor,
engaged to perform a specific construction activity,including installation,erection,
application,or similar Work. Installers shallbe experienced in the Work that installer
is engaged to perform.
e. "Experienced",when used in conjunction with terms such as"installer",
"Subcontractor","Supplier","manufacturer",and similar terms means(unless
expressly indicated otherwise for the subject Work elsewhere in the Contract
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
01 42 00-1
Documents)suchperson orentity,as applicable,has successfully completed not less
than fiveprevious projects similarin size,scope,and complexity to such person's or
entity's work on this Project;being familiar with the special requirements indicated and
required;being familiar with Laws and Regulations; and having complied with
requirements of authorities having jurisdiction,and complying with written
requirements of the Supplier of the material or equipment being installed.
f. "Assigned specialists"and similarterms: Certain Specifications require specific
construction activities be performed by specialists with recognized,extensive
experience in such operations. Engage said specialists for such activities,and their
engagement is a requirement over which Contractor has no option. These requirements
do not conflict with enforcement of building codes and other Laws and Regulations.
Such requirements are not intended to interfere with local trade union jurisdictional
settlements and similar conventions. Suchassignments shallnot relieve Contractor of
responsibility for complying with the requirements of the Contract Documents.
g. Trades: Use of terms such as"carpentry"does not imply that certain construction
activities must beperformed by accredited orunionized individuals of a corresponding
generic name,such as"carpenter",unless otherwise indicated in the Contract
Documents orrequiredby Laws orRegulations,or required by an applicable project
laboragreement. Suchterminology also does not imply that indicated requirements
apply exclusively to trade personnel of the corresponding generic name..
2. Additional terminology,applicable to the Work of a given Specifications Section,maybe
indicated in the associated Specifications Section.
1.3 REFERENCED STANDARD SPECIFICATIONS AND CONSTRUCTION GUIDELINES
A. Engineer is not the author of,is not responsible for,and did not seal and sign the referenced
specifications and construction guidelines indicatedabove. Such referenced specifications and
construction guidelines are not part of the Contract Documents. Where compliance with
referenced specifications or construction guidelines is required by the Contract butrequirements
are unclear or conflict with requirements ofthe Contract Documents,submit to Engineerrequest
for interpretation or clarification. .
B. Maintain at the Site complete copy (in either paper or electronic form)of referenced
specifications and construction guidelines indicated above. Make such copy available for
Engineer's,Resident Project Representative's(RPR),or Owner's Site Representative's(OSR)
use in Contractor's field office at the Site.
1.4 ABBREVIATIONS.
A. Abbreviations-General:
1. Abbreviations commonly used in the Contract Documents are indicated in this Article or on
the Drawings,except as further indicated in the following paragraphs,.
2. Additional abbreviations,specific to the Work of a given Specifications section,may be
indicated in the associated Specifications.
3. Piping system abbreviations are indicated in Section 4005 01 -Common Work Results for
Process Piping.
B. Common abbreviations that maybe used in the Contract Documents are indicated below,
alphabetically by their written-out meaning:
Alternating current AC
Ampere A,or amp
Americans with Disabilities Act ADA
Americans with Disabilities Act Accessibility Guidelines ADAAG
Ante meridian a.m.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
014200-2
Average avg
Celsius(or Centigrade) C
Chlorinated polyvinyl chloride CPVC
Chlorofluorocarbons CFC
Centimeter cm
Code of Federal Regulations CFR
Computer-aided drafting and design CADD,or CAD
Cubic inch cu in,or CU IN,or in
Cubic foot cu ft,or CU FT,cf,CF,or ft3
Cubic yard cu yd,or CU YD,or CY,or yd3
Cubic feet per minute CFM,or cfm
Cubic feet per second CFS,or cfs
Decibel dB,dBA,or dBa
Degree Celsius degrees C,'C,or deg C
Degrees Fahrenheit degrees F,T,or deg F
Diameter dia
Direct current DC
Dollars $
Each ea
Efficiency eff
Fahrenheit F
Feet ft or FT
Feet per hour FPH,or ft/hr
Feet per minute FPM or ft/min
Feet per second fps,or ft/s
Figure fig
Flange fig
Foot-pound ft-lb or FT-LB
Gallon gal or GAL
Gallons per hour GPH,gph,or gal/hr
Gallons per minute GPM,or gpm
Gallons per second GPS,or gps
Gram g
Grams per liter g/L
Heating,ventilating,and air conditioning HVAC
Hertz Hz
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
014200-3
Horsepower hp or HP
Hour hr or HR
Human-machine interface HMI
Inch in.or IN
Inches of mercury in.Hg
Inches water gage in.w.g.
Inch-pound inAb
Inside diameter ID
Iron pipe size IPS
Kilogram kg
Thousand pounds kips
Kilograms per square inch ksi
Kilovolt-ampere kva,or kVA
Kilowatt Kw,or
Kilowatt-hour Kwhr,kWhr,or kwh,kWh
Linear foot lin ft or LF
Liter L
Leadership in Energy and Environmental Design (USGBQ LEED
Maximum max
Mercury Hg
Meter m
Mile mi
Miles per hour mph or MPH
Milligram mg
Milligrams per liter mg/1 or mg/L
Milliliter ml
Millimeter mm
Minimum min
National pipe threads NPT
Nominal pipe size NPS
Number no.or#.
Outside diameter OD
Pounds per cubic foot pcf
Polyvinyl chloride PVC
Post meridian p.m.
Pound lb,LB,lbs,or LBS
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
O1 4200-4
Pounds per square inch PSI,or psi
Pounds per square inch absolute PSIA,or psia
Pounds per square inch gauge PSIG,or psig
Pounds per square foot PSF,orpsf
Process control system PCs
Programmable logic controller PLC
Revolutions per minute RPM,or rpm
Second sec,or s
Specific gravity sp gr,or SG
Square sq
Square foot sq ft,or SQ FT,or sf,or ft2
Square inch sq in.,or SQ IN,or in'
Square yard sq yd,or SY,or yd2
Standard std
Total dynamic head TDH
Volt V
Volts alternating current VAC,or vac
Volts direct current VDC,or vdc
Volatile organic compounds VOC
1.5 REFERENCE STANDARDS AND ORGANIZATIONAL ACRONYMS
A. Reference Standards-General:
1. Each entity engagedin the Work,including Contractor,Subcontractors,and Suppliers,shall
be familiar with reference standards applicable to its portion(s)of the Work. Comply with
such reference standards when required by the Contract Documents or appropriate
fabrication and construction practice,unless the Contract Documents requirements exceed
those of the associated reference standard.
2. Referto the General Conditions,as may be modified by the Supplementary Conditions,
relative to reference standards and resolving discrepancies between reference standards and
the Contract Documents.
3. Provisions of reference standards are in effect in accordance with the Specifications and
other provisions of the Contract Documents where reference standards are cited.
4. Copies of applicable reference standards are not included in or bound with the Contract
Documents. Where reference standards are needed for the Work,obtain such reference
standards(s)from the publication source.
B. Organization Names and Acronyms:
1. Where reference standards,specifications,manuals,Laws or Regulations,or other published
data of international,national,regional,or local organizations are cited in the Contract
Documents,the organization issuing the standard (or other type of document)may be
referred to by its acronym only.
2. The following acronyms that may appear in the Contract Documents shall have the
meanings indicatedbelow,unless expressly indicated otherwise in thatpartof the Contract
Documents where such standard(or other document)is cited.
3. Listing is alphabetical by acronym.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
014200-5
AA Aluminum Association
AABC Associated Air Balance Council
AAMA American Architectural Manufacturers Association
AAR Association of American Railroads
AASHTO American Association of State Highway and Transportation Officials
ABMA American Bearing Manufacturers Association(formerly Anti-Friction Bearing
Manufacturers Association(AFBMA))
ACI American Concrete Institute
ACS American Chemical Society
ADSC-IAFD International Association of Foundation Drilling.
AEIC Association of Edison Illuminating Companies
AF&PA American Forest and Paper Association
AGI American Geosciences Institute
AGMA American Gear Manufacturers Association
Al Asphalt Institute
AIA American Institute of Architects
AIChE American Institute of Chemical Engineers
AIPG American Institute of Professional Geologists
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
AITC American Institute of Timber Construction
ALSC American Lumber Standards Committee
AMA Acoustical Materials Association
AMCA Air Movement and Control Association
AMP National Association of Architectural Metal Manufacturers,Architectural Metal
Products Division
AMPP Association for Materials Protection and Performance
ANSI American National Standards Institute
APA The Engineered Wood Association
APHA American Public Health Association
API American Petroleum Institute
AREA American Railway Engineering Association
ARI Air Conditioning and Refrigeration Institute
ARS American Rail Standard
ASAE American Society of Agricultural Engineers
ASCE American Society of Civil Engineers
ASHRAE American Society of Heating,Refrigerating and Air Conditioning Engineers
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
O14200-6
ASME American Society of Mechanical Engineers
ASNT American Society for Non-DestructiveTesting
ASQ American Society for Quality
ASSE American Society of Safety Engineers
ASTM ASTM International
AWCI Association of the Wall and Ceiling Industry
AWI Architectural Woodwork Institute
AWPA American Wood Protection Association
AWPI American Wood Preservers Institute
AWS American Welding Society
AWWA American Water Works Association
BAAQMD Bay Area Air Quality Management District
BHMA Builders Hardware Manufacturers Association
BIA Brick Industry Association
CASE Coalition of American Structural Engineers(part of the American Council of
Engineering Companies(ACEC))
CBMA Certified Ballast Manufacturers Association
CBP United States Customs and Border Protection
CDA Copper Development Association
CEMA Conveyor Equipment Manufacturers Association
CGA Compressed Gas Association
CISCA Ceilings and Interior Systems Construction Association
CISPI Cast Iron Soil Pipe Institute
CLFMI Chain Link Fence Manufacturers Institute
CMAA Crane Manufacturers Association of America
CRSI Concrete Reinforcing Steel Institute
CSI Construction Specifications Institute
DBIA Design-Build Institute of America
DHS United States Department of Homeland Security
DIN Deutsches Institut fiirNormung,eV (German Institute for Standardization)u
DIPRA Ductile Iron Pipe Research Association
EJCDC Engineers Joint Contract Documents Committee
EJMA Expansion Joint Manufacturers Association,Inc.
ETL Intertek Testing Services,Inc.(formerly ETL Testing Laboratories,Inc.)
FAA Federal Aviation Administration(US Department of Transportation)
FCC United States Federal Communications Commission
FEMA Federa I Emergency Management Agency (US Department of Homeland Security)
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
014200-7
FHWA Federal Highway Administration (US Department of Transportation)
FIDIC International Federation of Consulting Engineers
FM Factory Mutual(FM Global)
FRPI Fiberglass Reinforced Plastics Institute
FS Federal Specification
FTA Federal Transit Administration,United States Department of Transportation
GA Gypsum Association
GANA Glass Association of North America
HEW United States Department of Health,Education and Welfare
HI Hydraulic Institute
HMI Hoist Manufacturers Institute
HUD United States Department of Housing and Urban Development
IBC International Building Code
ICC International Code Council
ICEA Insulated Cable Engineers Association
IEEE Institute of Electrical and Electronics Engineers
IESNA Illuminating Engineering Society of North America
IFI Industrial Fasteners Institute
IRI Industrial Risk Insurers
ISA International Society of Automation
ISI Institute for Sustainable Infrastructure
ISO Insurance Services Office
ISO International Organization for Standardization
LPI Lightning Protection Institute
MIA Marble Institute of America
ML/SFA Metal Lath/Steel Framing Association
MS Military Specifications
MSS Manufacturers' Standardization Society
MMA Monorail Manufacturers Association
NAAMM National Association of Architectural Metal Manufacturers
NACE National Association of Corrosion Engineers
NAPF National Association of Pipe Fabricators,Inc.
NARUC National Association of Regulatory Utilities Commissioners
NAVFAC Naval Facilities Engineering Command(US Navy)
NBHA National Builders Hardware Association
NBS National Bureau of Standards(United States Department of Commerce)
NCMA National Concrete Masonry Association
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
01 4200-8
NEC National Electric Code
NELMA Northeastern Lumber Manufacturers'Association
NEMA National Electrical Manufacturers Association
NEPA National Environmental Policy Act
NESC National Electrical Safety Code
NETA International Electrical Testing Association
NFPA National Fire Protection Association
NFRC National Fenestration Rating Council
NGA National Glass Association
NHLA National Hardwood Lumber Association
NHPMA Northern Hardwood and Pine Manufacturers Association
NICET National Institute for Certification in Engineering Technologies
NIST National Institute of Standards and Technology (United States Department of
Commerce)
NLGA National Lumber Grades Authority
NRC United States Nuclear Regulatory Commission
NRCA National Roofing Contractors Association
NRMCA National Ready Mixed Concrete Association
NSF National Sanitation Foundation
NSPE National Society of Professional Engineers
NSSGA National Stone,Sand,and Gravel Association
NTMA National Terrazzo and Mosaic Association
OSHA Occupational Safety and Health Administration,United States Department of Labor
PCA Portland Cement Association
PCI Precast/Prestressed Concrete Institute
PEI Porcelain Enamel Institute
PFI Pipe Fabrication Institute
PPI Plastics Pipe Institute
PGMC Primary Glass Manufacturers Council
PS Product Standards Section,United States Department of Commerce
RCSC Research Council on Structural Connections(part of AISC)
RMA Rubber Manufacturers Association
RUS Rural Utility Service(division of Rural Development of the USDA)
SAE Society of Automotive Engineers
SCAQMD Southern California Air Quality Management District
SCPRF Structural Clay Products Research Foundation
SCTE Society of Cable Telecommunications Engineers
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
O14200-9
SDI Steel Deck Institute
SDI Steel Door Institute
SIGMA Sealed Insulating Glass Manufacturing Association
SJI Steel Joist Institute
SMACNA Sheet Metal and Air Conditioning Contractor's National Association
SPI Society of the Plastics Industry
SPIB Southern Pine Inspection Bureau
SSPC Society for Protective Coatings(formerly,Steel Structures Painting Council)
SWI Steel Window Institute
TCNA Tile Council of North America
TEMA Tubular Exchanger Manufacturers Association
TIA/EIA Telecommunications Industry Association/Electronic Industries Alliance
TSA Transportation Security Administration(United States Department of Homeland
Security)
UCC Uniform Commercial Code
UL Underwriters Laboratories,Inc.
USAB United States Access Board
USACE United States Army Corps of Engineers(also abbreviated as COE orUSACOE)
USDA United States Department of Agriculture
USDOE United States Department of Energy
USDOT United States Department of Transportation
USEPA United States Environmental Protection Agency
USGBC United States Green Building Council
USGS United States Geological Survey
USPHS United States Public Health Service
WCLIB West Coast Lumber Inspection Bureau
WCMA Window Covering Manufacturers Association
WCMA Wood Component Manufacturers Association
WDMA Window and Door Manufacturers Association
WEF Water Environment Federation (formerly the Water Pollution Control Federation)
WWEMA Water and Wastewater Equipment Manufacturers Association
WWPA Western Wood Products Association
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
REFERENCES
01 42 00-10
SECTION 01 51 05
TEMPORARY UTILITIES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary electricity.
2. Temporary lighting.
3. Temporary communications.
4. Temporary heating,cooling,ventilating,and temporary enclosures.
5. Temporary water supply.
6. Temporary sanitary facilities.
7. Temporary first-aid facilities.
8. Temporary fire protection.
B. Scope:
1. Contractor shall provide all temporary utilities and temporary facilities required for the
Project,including those indicated in this Specifications section.
2. Make all arrangements with utility owners for temporary utilities and with others as
appropriate for temporary facilities. Obtain required permits and approvals for temporary
utilities and temporary facilities.
3. Pay all service costs for utilities and facilities indicated in this Specifications section as
Contractor's responsibility,including cost of electricity,water,fuel,and other utility
services and temporary facilities required for the Work.
4. Continuously maintain adequate temporary utilities andtemporary facilities forall purposes
for the Project,until removal of temporary utilities and temporary facilities. Atminimum,
provide and maintain temporary utilities and temporary facilities through Substantial
Completion and removal of temporaryfield offices and sheds unless otherwise approved in
writing by Engineer.
5. Should Owner occupypart of theWork priorto Substantial Completion of the entire Work,
cost of utilities consumedvia temporary utilities serving the portion occupied by Owner will
be shared proportionately by Owner and Contractor as mutually agreed to by the parties.
6. Maintain,including cleaning,temporary utilities and temporary facilities,and continuously
provide consumables as necessary.
7. Temporary utilities andtemporary facilities shallbe adequate for personnel using the Site
and the needs of the Project.
8. Provide temporary utilities and temporary facilities in compliance with Laws and
Regulations and requirements of authorities having jurisdiction and,when applicable,
requirements of utility owners.
1.2 REQUIREMENTS FOR TEMPORARY UTILITIES AND TEMPORARY FACILITIES
A. Temporary Electricity:
1. Provide temporary electric service necessary for the Work,including continuous power for
temporary field offices and sheds. Provide temporary outlets with circuit breaker protection
and ground fault protection.
B. Temporary Lighting:
1. Provide temporary lighting at the Site of not less than the greater of(1)Laws and
Regulations,and(2)the following:
a. Five foot-candles for open areas,10 foot-candles for shops 25 foot-candles for stairs.
2. Do not work in areas with insufficient lighting. Where lighting is insufficient for the work
activities to be performed,provide additional temporary lighting.
3. Provide temporary lighting sufficient for observation of the Work by Engineer and
inspection by Contractor,entities performing code-required tests and special inspections,
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
TEMPORARY UTILITIES
01 5105-1
and authorities having jurisdiction. Where required by Engineer,provide additional
temporary lighting.
4. Provide temporary lighting for Engineer's field office in accordance with Section 01 5211 -
Engineer's Field Office.
C. Temporary Communications:
1. Provide temporary telephone service and communications necessary for Contractor's
operations atthe Site and for summoning emergency medical assistance and other first-
responders as necessary.
D. Temporary Heating,Cooling,Ventilating,and Enclosures:
1. Provide sufficient temporary heating,cooling,and ventilating and temporary enclosures to
ensure safe working conditions and prevent damage to existing property and the Work.
2. Required temperature range forstorage areas and certain elements of the Work,including
preparation of materials and surfaces,installation or application,and curing as applicable,
shallbe in accordance with the Contract Documents for the associated Work and the
Supplier's recommended temperature and humidity ranges for storage,application,or
installation,as appropriate.
E. Temporary Water:
1. Water for Construction Purposes:
a. Provide water for Site maintenance and cleaning and,water necessary for construction
activities,and water for disinfecting and testing of systems.
2. Water for Human Consumption and Sanitation:
a. Provide potable water in accordance with Laws and Regulations for consumption by
personnel at the Site,for field offices,and for sanitary facilities.
b. When necessary,provide bottled,potable water for use and consumption by personnel
at the Site,including Contractor,Engineer,and visitors to the Site.
F. Temporary Sanitary Facilities:
1. Provide suitably-enclosed chemical or self-contained toilets for Contractor's employees,
Subcontractors,Suppliers,Engineer,andvisitorsto the Site. Location of temporary toilets
shall be acceptable to Owner and Engineer.
a. Sanitary facilities shall be staked down to prevent damage from wind/weather.
2. Refer to Paragraph 1.2.E of this Specification Section for requirements for temporary water
service intended for human consumption during construction.
3. Provide suitable temporary washing facilities for employees and visitors.
G. Temporary First-aid Facilities.
1. Provide temporary first-aid stations at or immediately adjacent to the Site's work areas,and
inside Contractor's field office. Locations of temporary first-aid stations shall be
determinedby Contractor's safety representative. Replenish supplies in first-aid stations as
items are used,prior to expiration ofitems,and as necessary. Monitor and log inventory of
supplies in temporary first-aid stations [not less than once per week].
2. Provide list of emergency telephone numbers at each hardwired telephone at the Site.
H. Temporary Fire Protection.
1. Provide temporary fire protection in accordance with Laws and Regulations and the
requirements of this Specifications section.
2. For work areas without standpipe fire protection systems,during construction provide
portable fire extinguishers rated not less than 2A or 5B in accordance with NFPA 10 —
Portable Fire Extinguishers,for ea ch temporary building and for every 3,000 square feet of
floor area under construction.
3. Provide Class A(ordinary combustibles),Class B (combustible liquids and gases),and
Class C(electrical equipment)fire extinguishers as necessary.
4. Comply with NFPA 241 —Standard for Safeguarding Construction,Alternation,and
Demolition Operations,andrequirements offire marshals and authorities having jurisdiction
at the Site.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TEMPORARY UTILITIES
01 5105-2
1.3 USE OF OWNER'S SYSTEM
A. Existing Utility Systems: Do notuse systems in existing buildings or structures for temporary
utilities without Owner's written permission and mutually acceptable basis agreed upon by the
parties for proportionate sharing of costs between Owner and Contractor.
PART 2 - PRODUCTS
2.1 MATERIALS AND EQUIPMENT
A. Materials and equipment for temporary utilities and temporary facilities:
1. maybe new or used but,if used,shall be in good condition;
2. shall be adequate for purposes intended;
3. shall not create unsafe or unsanitary conditions; and
4. shall comply with Laws and Regulations.
B. Provide required materials,equipment,and facilities,including piping,cabling, supports,
controls,and appurtenances.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install temporary utilities and temporary facilities in neat,orderly,manner,and make
structurally,mechanically,and electrically sound throughout.
B. Location of Temporary Utilities and Temporary Facilities:
1. Locate temporary systems for proper function and service.
2. Temporary systems shall not interfere with orprovide hazards or nuisances to: the Work
underthis and other contracts,movement of personnel,traffic areas,materials handling,
hoisting systems,storage areas,finishes,and work of utility owners and others.
3. Do not install temporary utilities on the ground,with the exception of temporary extension
cords,hoses,and similar systems in place for short durations.
C. Modify and extend temporary systems as required by progress of the Work.
3.2 USE
A. Maintain temporary systems to provide safe,continuous service as necessary and as required.
B. Properly supervise operation of temporary systems:
1. Enforce compliance with Laws and Regulations.
2. Enforce safe practices.
3. Prevent abuse of services.
4. Prevent nuisances and hazards caused by temporary systems and their use.
5. Prevent damage to finishes.
6. Ensure that temporary systems and equipment do not interrupt continuous progress of
construction.
C. At end of each workday,check temporary systems and verify that sufficient consumables are
available to maintain operation until work is resumed at the Site. Provide additional
consumables if the supply on hand is insufficient for continuous operation.
3.3 REMOVAL
A. Completely remove temporary utilities,temporary facilities,equipment,and materials when no
longerrequired. Repair damage caused by temporary systems and their removal and restore the
Site to condition required by the Contract Documents; if restoration of damaged areas is not
otherwise specified,restore to preconstruction condition.
B. Where temporary utilities are disconnected from existing utility,provide suitable,watertight or
gastight(as applicable)cap orblind flange,as applicable,on service line,in accordance with
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TEMPORARY UTILITIES
01 5105-3
requirements of utility owner. If utility ownerwill perform suchwork,coordinate with and pay
utility owner for such work.
C. Where permanent utilities and systems were used for temporary utilities,upon Substantial
Completionreplace all consumables such as filters and light bulbs and parts used during the
Work.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TEMPORARY UTILITIES
01 5105-4
SECTION 01 61 00
COMMON PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Common requirements for materials and equipment.
2. Compatibility of materials and equipment.
1.2 REQUIREMENTS FOR MATERIALS AND EQUIPMENT
A. Unless otherwise indicated in the ContractDocuments,furnish materials and equipment that:
1. have not been previously been incorporated into another projector facility; and.
2. have not changed ownership after initial shipment from the manufacturer's factory or
facility; and.
3. if stored since their manufacture or fabrication,have,while in storage,been properly
maintained and serviced in accordance with the manufacturer's recommendations for long-
term storage;submit documentation as required by Engineer that such maintenance and
service has been performed; and.
4. that theitem(s)have notbeensubject to degradation or deterioration since manufacture;
and.
5. are the current model(s)or type(s)furnished by the Supplier.
B. To the extent possible,furnish from a single source those materials and equipment that are of the
same generic kind.
C. Furnish materials andequipment complete with accessories,trim,finish,fasteners,and other
items shown,indicated,or required for a complete installation for the indicated use and
performance.
D. Standard Items: When available,and unless custom or nonstandard options are specified or
indicated,furnish standard materials and equipment of types that have been produced and used
successfully in similar situations on other projects.
E. VisualMatching: Where required in the Contract Documents,furnish materials and equipment
that match(as determined by Engineer)referenced existing construction,and mock-ups and
Sample(s)approved by Engineer.
F. Where the Contract Documents include the phrase"as selected"for color of materials or
equipment,finish pattern,option,or similarphrase,furnish materials and equipment selected by
Engineer as follows:
1. Standard Range: Where the Contract Documents include the phrase"standard range of
colors,patterns,textures"or similar wording,furnish color,pattern,density,or texture
selected by Engineer from manufacturer's product line that does not include premium items.
2. Full Range: Where the Contract Documents include the phrase"full range of colors,
patterns,textures"or similarwording,Engineerwill select color,pattern,density,ortexture
from manufacturer's entire product line,including standard and premium items.
1.3 COMPATIBILITY
A. Similarmaterials and equipment by the same Supplier shall be compatible with each other,
unless otherwise indicated in the Contract Documents or approved by Engineer.
B. Furnish materials and equipment compatible with items previously selected or installed on the
Project.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
COMMON PRODUCT REQUIREMENTS
01 61 00-1
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Desip
COMMON PRODUCT REQUIREMENTS
01 61 00-2
SECTION 01 65 00
PRODUCT DELIVERY REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for:
a. Coordination of deliveries.
b. Preparing materials and equipment for shipping from the production or fabrication
facility,including packaging.
c. Shipment.
d. Delivery of materials and equipment to the Site.
e. Inspection upon delivery and remedyof damaged,deteriorated,or otherwise defective
items,and remedy of missing or lost items.
B. Scope:
1. Contractor shall make all arrangements for packaging,shipping,delivering,inspecting upon
delivery,and unloading upon delivery materials and equipment necessary and required for
the Work.
2. Contractor shall provide all labor,materials,equipment,tools,incidentals,and services
necessary to havematerials andequipmentproperly packaged,shipped,and deliveredto the
Site,and all related Work required by the Contract Documents.
C. Related Requirements: Include but are not limited to:
1. Section 01 66 00 -Product Storage and Handling Requirements.
1.2 ADMIMSTRATIVE REQUIREMENTS
A. Coordination:
1. To extent practicable,coordinate shipping and delivery of materials and equipment with
anticipated shipping requirements,such as allowing sufficienttime forcustoms inspections
on international shipments,availability of shipping services and facilities,and seasonal
concerns(such as shipments that may be influenced by major tropical storms and
predictable,typical weather).
2. Coordinate shipping and delivery of materials and equipment tothe Site and otherlocations
where such items maybe stored prior to delivery to the Site. Coordinate such shipments
and deliveries with the progress of the Work and status of adequate facilities,whether
temporary storage or permanent installation locations,necessary to properly store and
safeguard materials and equipment to be incorporated into the Work.
3. Where possible,deliverto the Site materials and equipment as close as possible to when
such items will be incorporated into appropriately protected,permanent installation location.
1.3 PREPARATION FOR SHIPMENT
A. Factory Assembly:
1. When practical,factory-assemble materials and equipment. Mark or tag separate parts and
assemblies to facilitate field assembly.
B. Temporary Protection:
1. Appropriately cover,with strippable,protective coating or other material, machined parts
and unpainted,uncoated,orunprotected surfaces subj ectto damage or deterioration caused
by weather elements or environment,
2. To extent practical,strippable,removable,disposable protective materials shall be
recyclable.
3. To extentpractical,strippable,removable,and disposable protective items shall be type
resulting in minimum waste and cleanup upon removal.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
PRODUCTDELIVERY REQUIREWNTS
01 65 00-1
4. Protection ofElectrical Equipment,Instrumentation and Controls,Items with Computer
Chips Solid-State Devices,and Other Electronics:
a. Provide appropriate temporary protection of electrical equipment,microprocessors,and
other electronics from humidity,moisture,and corrosion by appropriate packaging,
protection,desiccants,and volatile corrosion inhibitor(VCI)blocks.
b. Immediately priorto shipment,provide new,fresh desiccants and ensure integrity of
other protective materials.
C. Packaging:
1. Package materials and equipment to facilitate handling,and protect materials and equipment
from damage during shipping,handling,and storage.
2. Mark,label,ortag,on outside ofeachpackage,crate,andcontainer,to indicate associated:
a. Purchase order number.
b. Bill of lading number.
c. Delivery address(including facility name,where applicable).
d. Owner's contract designation or Project name.
e. Contractor name.
f. Purchasing Subcontractor's name(as applicable).
g. Contents by name and designation within the Work(for example,"Influent Pump No.
1")
h. Approximate weight of container,crate,package,including packaging.
i. Special instructions for handling and protection during shipment and unloading.
3. The Site may be listed as the"ship to"or"delivery"address;but Owner or facility manager
shallnot be listed as recipientof shipment unless otherwise directed in writing by Engineer.
4. Truthfully and accurately mark,label,or tag items for shipment and delivery.
5. Include complete packing lists and bills of materials with each shipment.
6. Protect materials and equipment with appropriate,temporary packaging orprotection when
such items may rotate or move during shipment.
7. Protect materials and equipment from exposure to weather elements,adverse environments,
and keepthoroughly dry and dust-free. Protectpainted surfaces against impact,abrasion,
discoloration,and other damage and deterioration.
8. Lubricate bearings and otheritems requiring lubrication,in accordancewith manufacturer's
written instructions.
1.4 SHIPPING
A. Notification of Shipments:
1. Keep Engineer,Owner,and facility manager informed of delivery of all materials and
equipment to be incorporated into the Work.
B. Do not ship materials and equipment until:
1. Related Shop Drawings,product data, Samples,shop testing plan Submittals,and other
Submittals requiredby theContract Documents are approved by Engineer,including,but
not necessarily limited to,allAction Submittals associated with the materials and equipment
being delivered.
2. Manufacturer's written instructions for handling,storing,and installing the associated
materials andequipment have been submitted to andaccepted by Engineer,in accordance
with the Specifications.
3. Results of source quality control activities(factory testing and inspections),when required
by the ContractDocuments forthe subject materials or equipment,have been submitted to
and accepted by Engineer.
4. Facilities required for handling materials and equipment,in accordance with the Contract
Documents and manufacturer's instructions,are in place and available at the delivery
location.
5. Required storage facilities and protection measures have been provided.
C. Loss or Damage During Shipment:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
PRODUCTDELIVERY REQUIREWNTS
O1 6500-2
I. Unless otherwise indicated in the Contract Documents(whether expressly or in provisions
regarding builder's risk insurance),Contractor is responsible for all loss,damage,and
deterioration to materials and equipment incurred during shipment and delivery.
2. Contractoris not eligible for additional Contract Times orincrease in the ContractPrice due
to delays orcosts incurred due to loss,damage,or deterioration during shipment,unless
Owner wa s responsible for shipping the subject materials or equipment to the Site or other
delivery location.
1.5 DELIVERY
A. Scheduling and Timing of Deliveries:
1. Arrange deliveries of materials and equipment in accordance with the Progress Schedule
accepted byEngineer and in ample time to facilitate inspection and observation prior to
installation.
2. Schedule deliveries to minimize space required for,and duration of,storage of materials and
equipment at the Site or other delivery location,as applicable.
3. Coordinate deliveries to avoid conflictingwith the Work andconditions at the Site,and to
accommodate the following:
a. Work of other contractors at or adjacent to the Site,Owner,facility manager,and
others.
b. Storage space limitations.
c. Availability ofappropriate construction equipment andmachinery,tools,and qualified
personnel for inspecting,unloading,and handling materials and equipment.
d. Owner's and facility manager's use of premises.
4. Deliver materials and equipment to the Site during regular working hours.
5. Deliver materials and equipment to avoid delaying the Work and the Project.
B. Deliveries:
1. Provide Contractor's telephone number to shipper; do not provide Owner's or facility
manager's telephone number to shipper or carrier.
2. Arrange for deliveries while Contractor's personnel are at the Site. Contractor shall receive
and coordinate shipments upon delivery. Shipments delivered to the Site when Contractor
is not present will be refused by Owner or facility manager,and Contractor shall be
responsible for the associated delays and costs,including demurrage.
C. Containers and Marking:
1. Havematerials and equipment delivered in manufacturer's original,unopened,labeled
containers.
2. Clearly mark partial deliveries of component parts of materials and equipment to identify
materials and equipment,to allow easy accumulation of parts,and to facilitate assembly.
D. Inspection of Materials and Equipment Upon Delivery:
1. Immediately upon delivery,visually but critically inspect shipment to verify that:
a. Materials and equipment comply with the Contract Documents and approved or
accepted(as applicable)Submittals.
b. Quantities are correct.
c. Materials and equipment are undamaged and of required quality.
d. Containers and packages are intact and labels are complete and legible.
2. Eligibility for Payment:
a. Materials and equipment are not eligible for payment until duly inspected and
determinedto be in accordancewith the Contract Documents and Engineer-approved
Submittals,without damage or deterioration.
b. No payment can be made for damaged,deteriorated,or otherwise defective items.
c. No payment can be made for missing or lost items.
d. Otherprovisions of the Contract Documents may establish other preconditions for
payment for delivered material and equipment.
3. Damaged,Deteriorated,and Otherwise Defective Items:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
PRODUCTDELIVERY REQUIRENIINTS
01 6500-3
a. Promptly remove from the Site damaged,deteriorated,or defective materials and
equipment and expedite delivery of new,undamaged materials and equipment.
b. Promptly remedy incomplete or lost materials and equipment.
c. Furnish materials andequipmentin accordance with the Contract Documents,to avoid
delaying progress of the Work.
d. Promptly advise Engineer in writing:(1)when damaged,deteriorated,incomplete,or
otherwise defective materials and equipment are delivered,and(2)associatedimpacton
the Progress Schedule.
E. Handling of Materials and Equipment Upon Delivery:
1. Provide construction equipment andmachinery,tools,and qualified personnel necessary to
unload andhandle materials and equipment,by methods that prevent damaging,defacing,
and soiling materials and equipment and packaging.
2. Comply with Section 01 66 00—Product Storage and Handling Requirements.
3. Provide additional protection during unloading and handling as necessary to prevent
scraping,marring,and otherwise damaging materials and equipment and adjacent surfaces.
4. Unload andhandle materials and equipment bymethods that preventbending,warping,and
overstressing.
5. Lift heavy components only at designated lifting points.
6. Unload and handle materials and equipment in safe manner and as recommended by
manufacturerto preventdamage. Do not drop,roll,or skid materials and equipment off
delivery vehicles or at other times during unloading and handling.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PRODUCTDELIVERY REQUIREWNTS
01 65 00-4
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for:
a. Payment considerations for stored materials and equipment.
b. Handling of materials and equipment.
c. Storage of materials and equipment,including:
1) General provisions for storage.
2) Storage locations.
3) Protection of stored items.
4) Storage of items containing Constituents of Concern.
5) Outdoor,uncovered storage.
6) Outdoor,covered storage.
7) Fully-protected storage.
8) Removal of temporary storage facilities and restoration of storage areas.
d. Maintenance of storage.
B. Scope:
1. Contractor shall provide all labor,materials,equipment,tools,services,lands,and
incidentals necessary and required to store and handle materials and equipment to be
incorporated into theWork,and other materials andequipment at the Site,adjacent areas,
and offsite storage areas.
2. Complywith Section0l 7133-Protectionof the Work and Property,relative to handling
and storing materials and equipment.
C. Related Requirements: Include but are not limited to:
1. Section 01 65 00 -Product Delivery Requirements.
2. Section 01 71 33 -Protection of the Work and Property.
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment:
1. Materials and equipment delivered but not suitably stored and protected will not be eligible
for payment.
2. Engineermay recommend reduction in payment,and Owner may reduce payments to
Contractor("set-offs")by an appropriate amount when stored items are subsequently
revealed to be improperly stored or protected.
3. Payment for Suitably Stored Items:
a. Materials and equipment delivered and suitably stored,but not yetincorporatedintothe
Work,will not be eligible forpayment until the inspection upon delivery,required in
Section 0165 00-Product Delivery Requirements,is completed and Engineer concurs
that such items generally appear to be in good condition,in accordance with the
Contract Documents,and are of the required quality and quantity.
1.3 SUBMITTALS
A. Informational Submittals: Submit the following:
1. Affidavits of Inspection and Maintenance Performed on Mechanical and Electrical
Equipment in Long-Term Storage:
a. Submit in accordance with requirements of Article 3.1 of this Section.
2. Other Records of Inspection and Maintenance of Stored Materials and Equipment:
a. Establish and maintain such records as required by this Section.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PRODUCT STORAGE AND HANDLING REQUIREMENTS
01 6600-1
b. Submit to Engineer or Owner(as applicable)within three days of Contractor's receipt
of such request.
1.4 HANDLING
A. Handling of Materials and Equipment—General:
1. Handle materials andequipmentto be incorporated into the Work in accordance with the
Contract Documents and manufacturer's written instructions.
2. During handling and assembling of materials and equipment:
a. Maintain validity of manufacturers'warranties.
b. Comply with:
1) Section 01 65 00 -Product Delivery Requirements.
2) Section 01 71 33 -Protection of the Work and Property.
c. Do not drop,drag(without appropriate rollers or skids),or scrape materials and
equipment.
d. Use proper construction equipment and machinery,and tools,operated by sufficient
number of qualified personnel.
e. Maintain materials and equipment in neutral position.
f. Do not exert undue stress on materials and equipment.
g. Do not deform,bend,or damage materials and equipment.
h. Do not deform or mar shafts,bearings,or other parts.
B. Additional Requirements for Hoisting and Lifting:
1. When lifting or hoisting,support materials and equipment from appropriate lifting points
using proper hooks and suitable nylon lifting straps,chains,and cables. Do not mar or
scrape surfaces of materials and equipment during handling.
2. Do not support rigging from building or structure without written approval of Engineer.
3. Contractor is responsible forand shall remedy damage to building,structure,resulting from
Contractor's operations,in accordance with Section0l 7133 -Protection of the Work and
Property.
1.5 STORAGE
A. Storage—General:
1. Contractor shall make allarrangements and provide allmeasures necessary andrequired for,
and pay all costs associated with,storing materials and equipment.
2. Store materials and equipment in accordance with the Contract Documents and
manufacturer's written instructions. In event ofconflict between the Contract Documents
and manufacturer's written instructions regarding storage and protection,comply with the
more-stringent,more-protective requirements.
3. Comply with Section 01 71 33 -Protection of the Work and Property.
4. Records:
a. Establish andmaintain up-to-date account of materials and equipment in storage,to
facilitate preparation ofprogress payment requests,if the Contract Documents provide
forpayment formaterials and equipment not incorporated in the Work but delivered
and suitably stored at the Site or at another location agreed to in writing.
b. Submit affidavits of inspection and maintenance of mechanical and electrical
equipment in long-term storage in accordance with this Section's Article 3.1
("Maintenance of Storage").
5. Arrange stored materials and equipment to allow easy access for observation or inspection
by Owner,Engineer,,Owner-hired testing and inspection entities,and authorities having
jurisdiction.
6. Inspect and maintain stored materials and equipment in accordance with this Section's
Article 3.1 ("Maintenance of Storage").
B. Storage Location:
1. Area(s)available at the Site for storing materials and equipmentare addressed in Section 0 1
14 19 -Use of Site.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PRODUCT STORAGE AND HANDLING REQUIREMENTS
01 6600-2
2. When onsite storage is insufficient,Contractor shall provide additional lands for storage
facilities as necessary and required for the Work.
3. Restrictions on Storage Locations:
a. Do not store materials orequipmentin structures being constructed unless approved by
Engineer in writing.
b. Do not use lawns,landscaped areas,or private property for storage without written
permission of property owner.
c. Comply with:
1) Section 01 14 19 -Use of Site.
2) Section 0171 33 -Protection of the Work and Property.
C. Protection of Stored Items—General:
1. Store materials and equipment indicated below to ensure preservation ofquality and fitness
for intended uses in the Work,including properprotection against damage and deterioration
resulting from:water(includingprecipitation,flood,and other),moisture,humidity,wind,
dust,freezing,and outdoor ambient airhigh temperature. Temperature and humidity inside
crates,containers,storage structures,and packaging may be significantly higher than
outdoor ambient air temperature.
2. Store in indoor,climate-controlled storage allmaterials andequipment subjeetto damage or
deteriorationby water,moisture,humidity,heat,cold,and other elements,unless otherwise
acceptable to Owner and Engineer.
3. Do not open manufacturer's crates,containers,and packaging until time of installation,
unless recommended by the manufacturer or otherwise required in the Contract Documents.
4. Store allmaterials and equipment o ffthe ground(orfloor)on raised supports such as skids
or pallets.
5. Finished Surfaces:
a. Protect finished surfaces against impact,abrasion,discoloration,and other damage.
b. Remedy,in accordance with requirements ofitem manufacturer and finishing system
manufacturer damaged,marred,or deteriorated finishes,to Engineer's satisfaction.
6. Contractor is fully responsible for loss,damage,and deterioration,including theft and
vandalism,to stored materials and equipment.
D. Storage of Materials or Equipment Containing Constituents of Concern:
1. Prevent contamination of personnel,storage areas,the Site,and adjacent areas.
2. Comply with Laws and Regulations,and other provisions of the Contract Documents
relative to Constituents of Concern and Hazardous Environmental Conditions.
E. Uncovered Storage:
1. The following materials maybe storedoutdoors without cover on supports,so there is no
contact with the ground:
a. Reinforcing steel.
b. Precast concrete materials.
c. Structural steel.
d. Metal stairs.
e. Handrails and railings.
f. Grating.
g. Checker plate.
h. Metal access hatches,such as floor doors,roof hatches,and the like.
i. Castings.
j. Fiberglass items.
k. Rigid electrical conduit,except PVC-coated conduit.
1. Fencing intended for permanent,outdoor installation.
in. Piping,except PVC or chlorinated PVC(CPVC)pipe.
F. Covered Storage:
1. The following materials and equipmentmaybe stored outdoors on supports and completely
covered with covering impervious to water:
a. Grout and mortar materials.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PRODUCT STORAGE AND HANDLING REQUIREMENTS
01 6600-3
b. Masonry units.
c. Metaldecking.
d. Rough lumber.
e. Soil materials and granular materials such as aggregate.
f. PVC and CPVC pipe.
g. PVC-coated electrical conduit.
h. Filter media.
2. Properly and fully secure covers against coming loose in strong winds.
3. Install coverings properly sloped to prevent accumulation of water.
4. Loose Soil Material and Loose Granular Material:
a. Store such materials in well-drained areas.
b. Prevent mixing of suchmaterials with foreign matter. Provide underlying separation
layer or store on solid,impervious surface,where appropriate.
c. Provide temporary erosion and sediment controls for stockpiled soil materials in
accordance with contract documents.
G. Fully-Protected Storage:
1. Store all materials and equipment not indicated in the provisions above regarding uncovered
storage and coveredstorage on supports,in buildings,trailers,or other suitable temporary
storage facility with concrete orwoodflooring,solid andimpervious roof,and fully closed
walls on all sides.
2. Coveringwith visqueen plastic sheeting or similarmaterial in storage space without floor,
roof,and walls is unacceptable.
3. Provide heated storage formaterials and equipment that couldbe damaged ordeteriorate by
low temperatures or freezing.
4. Provide air-conditioned storage for materials and equipment that could be damaged or
deteriorate by high temperature or humidity.
5. Protect mechanical and electrical equipment from being contaminated by dust,dirt,and
moisture.
6. Maintain temperature andhumidity at levels recommended by materials and equipment
manufacturers.
7. Prevent infestationof storeditems by pests and rodents. Promptly and properly remedy
such infestation when apparent.
H. Removal of Temporary Storage Facilities and Restoration of Storage Areas:
1. Completely remove temporary storage facilities when no longer necessary for the Work.
2. Restore areas used for storage and areas occupied by temporary storage facilities,in
accordancewith the Contract Documents,including Section 01 71 33 -Protection of the
Work and Property.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 MAINTENANCE OF STORAGE
A. On a scheduled basis,periodically inspect stored materials and equipment to ensure that:
1. Condition and status of storage facilities is adequate to provide required storage conditions.
2. Required environmental conditions are maintained on continuing basis.
3. Materials and equipment exposed to weather elements or other environment are not
adversely affected.
B. Affidavits:
1. Submit to Engineer affidavit for each time maintenance and inspection was performed on
materials andequipment in long-term storage. Affidavit shallbe signed by Contractor and
entity performing the inspection and maintenance on the stored items.
2. Indicate on affidavit:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PRODUCT STORAGE AND HANDLING REQUIREMENTS
01 6600-4
a. Date of inspection.
b. Personnel involved and employer of each.
c. Condition of storage environment.
d. Specific stored items inspected,equipment condition,problems observed,problems
corrected,maintenance tasks performed,and other relevant information.
e. Signature of Contractor's person responsible for the inspection and maintenance.
f. Signed and notarized statement by items'manufacturer indicating whether storage
conditions and tasks performed are suitable for continued compliance with
manufacturer's warranties.
3. Submit each affidavit,complete,not later than seven days after performing associated
inspection and maintenance.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PRODUCT STORAGE AND HANDLING REQUIREMENTS
01 6600-5
SECTION 01 71 14
MOBILIZATION AND DEMOBILIZATION
PART 1 -GENERAL
1.01 SUMMARY
A. Section Includes:
1. Construction mobilization and demobilization.
B. Scope:
1. Contractor shall provide all labor,materials,equipment,tools,services,and incidentals to
perform mobilization and demobilization for the Work.
2. This Section is general and does not necessarily indicate all activities required for
m obiliza tion and demobilization,which may be indicated in other parts of the Contract
Documents.,
C. Related Requirements: Include,but are not necessarily limited to:
1. Section 0122 00 -Measurement and Payment.
2. Section 0129 73 -Schedule of Values.
3. Section 01 7133 -Protection of the Work and Property.
4. Section 0174 00-Cleaning.
1.02 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment:
1. Where costs of mobilization and demobilization are to be included in a specific bid/pay
item,such item is indicatedin the Contract,including Section 0122 00-Measurement and
Payment.
2. Where the Contract does not expressly require costs formobilization and demobilization are
to be under specific bid/payitem(s),Contractor may allocate such costs among bid/pay
items as Contractor deems appropriate.
3. Where mobilization and demobilization is to be part of a larger lump sum bid/pay item,
limitations on eligibility forpayment ofmobilization and demobilization costs are indicated
in Section 0129 73 -Schedule of Values.
B. If costs formobilization,demobilization,orboth change as a result of Contract modifications,
include the total cost of such changes to mobilization and demobilization in Change Proposal
submitted for each associated change.Make no subsequent claim,whether via Change Proposal,
Claim,or dispute,for additional compensation for mobilization,demobilization,or both.
1.03 MOBILIZATION AND DEMOBILIZATION-GENERAL
A. Do not commence mobilization at the Site or other areas until:
1. The Contract is signed by both parties and is effective.
2. Required insurance documentation,performance bond,and payment bond have been
submittedby Contractorand accepted by Owner,and builder's risk insurance complying
with the Contract Documents is furnished andin place,and documentation thereof accepted
by the parties.
3. Conditions,if any,of Owner-issuedNotice to Proceed,if any,have been complied with by
the applicable party.
4. Preconstruction conference(s),includingitems on agenda for site mobilization matters,is
completed.
5. Preconstruction photographic documentation is obtained and submitted in accordance with
the Contract Documents.
B. Mobilization Work includes,but is not limited to:
1. Establishing vehicular access and parking.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
MOBILIZATION AND DFMOBILI7ATION
0171 14-1
2. Establishing temporary controls and establishing and initial compliance with security forthe
Site.
3. Establishing Contractor's staging and laydown areas,as shown in the Drawings.
4. Establishing temporary utilities andtemporary facilities in accordance with the Contract
Documents.
5. Establishing required and necessary temporary project signage.
6. Other mobilization Workrequired by the Contract Documents,including Section 0 122 00 -
Measurement and Payment,and Section 0129 73 -Schedule of Values.
C. Demobilization Work includes,but is not limited to:
1. Removing from the Site and other areas Contractor's temporary utilities,temporary
facilities,temporary signage,temporary security measures; construction equipment,
machinery,and tools; unused items of materials and equipment; and other items.
2. Final restoration and repairof damage caused byContractor,in accordance with Section 01
71 33 -Protection of the Work and Property.
3. Final cleaning in accordance with Section 01 74 00 -Cleaning.
4. Other demobilization Workrequired by the Contract Documents,including Section 0122
00 -Measurement and Payment,and Section 0129 73 -Schedule of Values.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
MOBILIZATION AND DFMOBILI7ATION
0171 14-2
SECTION 01 71 23
FIELD ENGINEERING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for Contractor's onsite recordkeeping.
2. Contractor's surveying and layouts,and associated requirements.
3. This section supplements the General Conditions'provisions on reference points and other
matters.
B. Scope:
1. Contractor shall provide onsite recordkeeping,field engineering(not relatedto design of the
completed Work),surveying and layout services,and professional services of the types
indicated for the Project,including:
a. Furnishing civil,structural,geotechnical,electrical,and otherprofessional engineering
and geology services,whether required by the Contract Documents or necessary in
Contractor's judgment,to perform Contractor's means,methods,techniques,
sequences,andprocedures of construction. Such services do not include professional
services associatedwith delegationof professional design responsibility,which(when
required as part of the Work)is addressed elsewhere in the Contract Documents.
b. Developingand makingalldetail surveys andmeasurements required for construction;
includingstope stakes,batter boards,and all other working lines,elevations,and cut
sheets.
c. Providing materials requiredfor Contractor's benchmarks,controlpoints,batterboards,
grade stakes,structure and pipeline elevation stakes,and other items.
d. Keepinga transit,theodolite,or total station(i.e.,theodolite with electronic distance
measurement device);levelinginstrument;and related implements suchas survey rods
and other measurement devices,at the Site at alltimes,and having a skilled instrument
person available when necessary for laying out the Work and verifying lines,grades,
and elevations.
e. Being solely responsible for all locations,dimensions,and levels of the Work. No data
other than Change Order,Work Change Directive,or Field Order shalljustifydeparture
from dimensions and levels required by the Contract Documents.
f. Rectifying all Work improperly installed because ofnot maintaining,not protecting,or
removing without authorization established reference points,stakes,marks,and
monuments.
g. Providing such facilities and assistance necessary for Engineer and Resident Project
Representative(if any)or Owner's Site Representative(if any)to check lines and grade
points placed by Contractor.
1.2 ADMtMSTRATIVE REQUIREMENTS
A. Coordination:
1. Review requirements ofthis and other Specifications sections and coordinate other elements
of the Work with field engineering,surveying,and layout Work and recordkeeping
obligations set forth in this Specifications Section.
1.3 SUBMITTALS
A. Informational Submittals: Submit the following:
1. Certificates:
a. When requested by Engineer following completion of the Work or apart thereof,
submit certificate signed by professional engineer or professional surveyor,as
applicable,indicating that elevations and locations of the Work comply with the
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
FIFLD ENGINEERNG
017123-1
Contract Documents. Explain each discrepancy,if any,from the requirements of the
Contract Documents.
2. Contractor's Daily Reports and Field Engineering Records:
a. Submit daily reports as indicated in this Specification Section.
b. When requested by Engineer,submit documentation verifying accuracy of field
engineering.
3. Qualifications Statements:
a. Surveyor: Name,employer,professional address offirm,and detailed resumes of each
professional land surveyor and crew chief that will be engaged in surveying Work.
Submit not less than 10 days prior to beginning surveying Work. During the Project,
submit detailed resume'for each new registered,licensed landsurveyorand crew chief
employedby orretainedby Contractor not less than 10 days prior to starting on the
surveying Work.
1.4 CONTRACTOR'S ENGINEERS
A. Design Professionals Services Retained by Contractor(whether or not stationed at the Site):
1. Delegated Professional Design Services:
a. Where the Contract Documents require Contractor to furnish professional engineering,
geology,or architecture services as delegatedprofessional design,the provisions of the
General Conditions,Specifications,and other Contract Documents regarding delegated
design responsibility apply.
2. Design Professional Services that are Not Delegated Professional Design of the Completed
Work:
a. Where the Contract Documents require that Contractor retain a design professional
such as a professional engineer,geologist,or architect,or when in Contractor's
judgment retaining such entity is necessary for implementing Contractor's means,
methods,techniques,sequences,orprocedures ofconstruction or safety and protection
programs incident thereto,retain a design professional with necessary skills,
experience,and qualifications to perform the required services. Where required by the
Contract Documents or by Laws or Regulations,such entity shall be duly licensed and
registered to perform the associated design professional services in the same
jurisdiction as the Site,unless otherwise allowed by Laws or Regulations or by the
Contract Documents.
b. Owner and Engineer shall be entitled to rely upon the adequacy,accuracy,and
completeness of the services,certifications,and approvals performed by such design
professional(s).
1.5 CONTRACTOR'S SURVEYOR
A. Qualifications:
1. Employ or retain the services,as needed,at the Site a surveyor with experience and
capability of performing surveying and layouttasks required in the Contract Documents and
as required for the Work. Comply with Laws and Regulations governing land surveying.
2. Contractor's surveyor shall possess not less than [five]years of experience performing
duties similarin scope and complexity to those required of Contractor's surveyor on this
Project.
B. Responsibilities of Contractor's Surveyor:
1. Providing required surveying equipment,including transit,theodolite,or total station; level;
stakes; and surveying accessories.
2. Estab fishing required lines and grades for constructing all facilities,structures,pipelines,
and site improvements,including outdoor electrical equipment and feeders.
3. Preparing and maintaining professional-quality,accurate,well-organized,legible notes of
all measurements and calculations made while surveying and laying out the Work.
4. Prior to backfilling operations,survey,locate,and record on a copy of the Drawings
accurate representation of buried Work and Underground Facilities provided and
encountered.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
FIELD ENGINEERING
017123-2
5. Locating on a site plan of the Site the actual location of above-groundworktobeindicated
on record documents.
6. Complying with requirements of the Contract Documents relative to surveying and related
Work,including requirements of this Specification section's Articles 1.6 and 3.1.
1.6 RECORDS
A. Records—General:
1. Maintain at the Site:
a. Contractor's daily reports,with information and submitted in accordance with Article
1.5 of this Specification Section.
b. Information and documents required by Section 01 78 39-Project Record Documents.
c. Complete and accurate log of control and survey Work as such Work progresses.
d. Other records deemed by Contractor to be necessary or appropriate.
B. Field Books and Records:
1. Survey data and records shall be in accordance with recognized professional surveying
standards,Laws and Regulations,andprevailing standard of care in the locality where the
Site is located.
2. Original field notes,calculations,and other surveying data shallbe recordedby Contractor's
surveyor in Contractor-furnished hard-bound field books.
3. Completeness and accuracy of surveying Work,and completeness and accuracy of
surveying records,including field books,shall be responsibility of Contractor.
4. Unacceptable Records of Contractor's Surveyor:
a. Failure to organize and maintain surveyrecords in an appropriate manner that allows
reasonable and independent verification ofcalculations,and to allow identification of
elevations,lines,locations,dimensions,and grades of the Work,shall be cause for
rejecting the surveying records,including field books.
b. Illegible notes or data,and erasures on anypage of field books,are unacceptable. Do
not submit copied notes or data. Corrections by ruling or lining out errors will be
unacceptable unless initialed by the surveyor. Violation of these requirements may
require re-surveying the data questioned by Engineer.
c. Other provisions of the Contract notwithstanding,Contractor shall have sole
responsibility for uncovering,re-surveying,and restoring uncovered Work should
survey data be unacceptable to Engineer.
C. Survey of Surface Structures:
1. Upon completion of foundation walls and major site improvements,prepare a survey
showing or indicating dimensions,locations,angles and elevations of construction and
locations and elevations of Underground Facilities installed and encountered during the
Work.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 SURVEYING
A. Reference Points:
1. Referto the General Conditions,as maybe modifiedby the Supplementary Conditions,for
requirements regarding reference points.
2. Owner's established referencepoints that aredamaged or destroyed by Contractor will be
re-established by Owner at Contractor's expense. Ownermay deduct from payments due
Contractor such amounts as set-offs in accordance with the Contract Documents.
3. From Owner-established reference points,establish lines,grades,and elevations necessary
to controlthe Work. Obtain measurements required for performing the Work to tolerances
indicated in the Contract Documents.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
FIELD ENGINEERING
017123-3
4. Estab fish,place,and replace as necessary and required,such additional stakes,markers,and
other reference points necessary for controlling the Work and verifying accuracy and
compliance with the Contract Documents.
B. Surveys to Determine Quantities for Payment:
1. For each application for progress payment,perform such surveying and calculations
necessary to determine quantities of Work performed orplaced,including Unit Price Work.
Perform surveying necessary for Engineer to determine final quantities of Work in place.
2. Comply with additional requirements,elsewhere in the Contract Documents for
measurement for payment for specific types of Work.
3. Advise Engineer,Resident Proj ectRepresentative(if any),and Owner's Site Representative
(if any)not less than 24 hours before performing surveying services for determining
quantities to be included in Application for Payment. Unless waived in writing by
Engineer,perform quantity surveys in presence of Engineer or Resident Project
Representative(if any).
C. Construction Surveying: Comply with the following:
1. Alignment Staking: Provide alignment stakes at50 feet intervals on tangent,and at 25 feet
intervals on curves.
2. Slope Staking: Provide slope staking at50 feet intervals on tangent,and at 25 feet intervals
on curves. Re-stake at every ten-foot difference in elevation.
3. Structure: Stake-out structures,including elevations,and check prior to and during
construction.
4. Pipelines: Stake-out pipelines including elevations,and check prior to and during
construction.
5. Roads,Drives,and Paved Areas: Stake-out roadway,driveway,andpaved area elevations
at 50-foot intervals on tangent,and at 25 feet intervals on curves.
6. Cross-Sections: Provide original,intermediate,and final staking as required,for site work
and other locations as necessary for quantity surveying.
7. Easement Staking: Provide easementstakingat 50 feet intervals on tangent,and at 25 feet
intervals on curves. Also provide wooden laths with flagging at maximum intervals of
100 FT.
8. Record Staking: Provide permanent stake at each blind flange and each utility cap provided
for future connections. Stakes forrecord staking shall be material acceptable to Engineer,
durably installed for long-term reference by Owner,utility owners,and others as necessary.
D. Accuracy:
1. Establish Contractor's temporary survey reference points for Contractor's use to order of
accuracy appropriate for Contractor's purposes while complying with the contract
Documents.
2. Tolerances:
a. Horizontal tolerances for easement staking shall be plus or minus 0.1 feet.
b. Accuracy of other staking shall be plus or minus 0.04 feet horizontally and plus or
minus 0.01 feet vertically,except that a tolerance of 0.1 feet vertically applies to
earthwork andgrading,riprap,and installationof buried piping for-inch diameter and
less.
c. Tolerances formeasurement for payment for selected types of the Work shall be as
indicated elsewhere in the Contract Documents,including Specifications for the
associated Work.
d. Provide the permanent Work within thetolerances indicated for staking in this Article.
3. Survey calculations shall include an error analysis sufficient to demonstrate required
accuracy.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
FIELD ENGINEERING
01 7123-4
SECTION 01 71 33
PROTECTION OF THE WORK AND PROPERTY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for protecting the Work and property,including:
a. Accessing or entering property.
b. Temporary barricades and temporary warning lights and signs.
c. Responsibility to remedy damaged property.
d. Protecting naturalhabitats,includingtrees,plants,lawns and meadows,and wildlife.
e. Protecting Underground Facilities.
f. Protecting existing surface structures..
g. Protecting floors,walls,and roofs.
h. Protecting other installed items and landscaping.
B. Scope:
1. This Section augments requirements of the General Conditions as maybe modified by the
Supplementary Conditions regarding protection of the Work and property,including
Underground Facilities.
2. Contractor shall provide all labor,materials,equipment,tools,services,and incidentals
necessary and required for protecting the Work and property in accordance with the
Contract Documents.
C. Related Requirements: Include,but are not necessarily limited to:
1. Section 0165 00 -Product Delivery Requirements.
2. Section 01 66 00 -Product Storage and Handling Requirements.
3. Section 01 71 23 -Field Engineering.
4. Section 0174 00 -Cleaning.
1.2 PROTECTION-GENERAL
A. Contractorshall provide all precautions and programs and perform all actions necessary to
protect personnelhealth and safety,and to protectthe Work and all public and private property
and facilities from damage,in accordance with the Contract Documents,Laws and Regulations,
and other applicable requirements.
B. To prevent damage,injury,and loss,Contractor's actions shall include the following:
1. Providing measures forsafety ofallpersonnelat andadjacentto the Site,whether engaged
in performing the Work,operating ormaintaining the facility,orperforming other functions
for Owner or others.
2. Storing construction equipment,machinery,tools,and similar items,materials and
equipment to be incorporatedinto the Work, supplies,and other items in an orderly,safe
manner that does not unduly interfere with progress of the Work or work of others,
including Owner and facility manager(if other than Owner).
3. Suitably storing materials and equipment tobe incorporated into the Work,in accordance
with the Contract Documents,including Section 01 6600 -Product Storage and Handling
Requirements.
4. Placingupon the Work oranypart thereof only loads consistentwith the safety and integrity
of that portion of the Work and existing construction and facilities.
5. Frequently removing and disposing of rubbish,scrap materials,and debris,in accordance
with the Contract Documents,including Section 0174 00 -Cleaning,resulting from
Contractor's operations.
6. Providing temporary controls,including controlling pests and rodents,in accordance with
the Contract Documents.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-1
PART 2- PRODUCTS
2.1 TEMPORARY BARRICADES
A. Materials and Construction -General:
1. Temporary barricades shall be of materials that are either new or of good quality and
sufficient for the intended purpose,exposure,and duration of use.
2. Provide temporary barricades of sturdy materials of grade,thickness,and durability
sufficient for the probable loads to which they will be subject. Temporary barricades
intended for fall prevention,such as railings and handrails on temporary stairs and
temporary walkways and at openings,shallbe in accordance with Laws and Regulations,
including the applicable building and safety codes.
3. Color: Use appropriately colored andreflective barricades,orpaint barricades accordingly,
to be visible at night and during periods of low visibility.
4. Wh ere owner of transportation right-of-way or transportation facility having jurisdiction or
other authority havingjurisdiction requires compliancewith standards more stringent than
the Contract Documents,complywith boththeContract Documents and requirements of the
authorities having jurisdiction.
B. Temporary Snow Fence-type Barriers:
1. Unless shown or indicated otherwise,temporary barrier shall be not less than snow fence-
type,four feet high,orange-colored orotherhigh-visibility color.Polyethylene material or
other,similar,durable material.Mesh size 1.25-inch by 1.5-inch.
2. Supports:Adequately supportbarriers to protect persons and property. Vertical supports
may be timber,metal,or other appropriate material sufficient for the intended use,exposure,
and duration of use.Properly secure fencing to supports with appropriate,stout,wire or
other fastenings,sufficient to engage fencing for the intended use.
PART 3 - EXECUTION
3.1 ACCESSING OR ENTERING PROPERTY
A. Accessing or Entering Property-General:
1. Use and occupy only lands and easements furnished by Owner,unless appropriate consent
from property owner and occupants is obtained by Contractor.
2. The foregoingapplies to personnel,construction equipment and machinery,tools,vehicles,
materials orequipmentto be incorporated into the Work,supplies,temporary facilities,and
other items or obstructions.
3. Limitations,if any,on accessing the Site are indicated in the contract documents.
3.2 BARRICADES
A. Temporary Barricades and Temporary Warning Lights and Signs-General:
1. All Work Areas:
a. Provide temporary barricades,warning lights,and warning signs for both indoor and
outdoor Work,in accordance with Laws and Regulations and requirements of owners
of affected property and facilities.
b. Warning Lights and Signage: From 30 minutes before terrestrial sunset to 30 minutes
a fter terrestrial sunrise,provide and maintain not less than one temporary fla shing light
at each vehicle barricade and at other barriers and barricades as necessary.
c. Provide temporary barriers where shown or indicated,and where necessary to protect
persons andproperty. At minimum,provide temporarybarriers for all excavations that
remain open during non-working hours.
d. Promptly replace temporary barricades that are damaged or are otherwise no longer
capable of serving their intended function.
2. Where the Work is performedon oradjacent to roadway,access road, other area travelled
by motor vehicles,railroad,or similar transportation right-of-way,orpublic place:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-2
a. Provide temporary barricades,temporary fences,temporary guard rails,temporary
lights and warning signs,temporary danger signals,and other precautions for protecting
persons,property,vehicles,and the Work.
b. Provide sufficient temporary barricades to keep vehicles from being driven on or into
excavations and the Work under construction.
3. Temporary Barriers for Areas Not Subject to Vehicular Traffic:
a. Provide temporary barriers around:
1) Openings.
2) Scaffolding.
3) Temporary stairs and ramps.
4) Around excavations.
5) Around elevated walkways,slabs,and platforms.
6) Other areas that may present a fall-hazard or hazard to persons and property.
b. Provide appropriate temporary barriers,warning signs and,where necessary,warning
lights,at ground level and other low elevations,and at higher elevations. Protect
persons and property from fall-hazards and protect persons and property at lower
elevations from falling objects.
4. Duration of Temporary Barriers,Barricades,Signs,and Warning Lights:
a. Contractor's responsibility formaintaining temporary barriers,barricades,signs,and
warning lights shall continue until the associated Work is substantially complete in
accordance with the Contract Documents,unless other provision for protection are
agreed to by the parties.
b. After Substantial Completion,protect Work and property during periods when
Contractor is onsite: completing the remaining Work,performing correction period
work,and performing warranty work.
B. Temporary Snow Fence-type Barriers:
1. Establish temporary barriers around excavations and other areas as necessary for the
protection of persons and property.
2. Install snow fence-type barriers vertical for entire height of barrier.
3. Maintenance:
a. Maintain temporary snow fence-type barriers as necessary.
b. Repairorreplace when damaged,when barrier(or any section thereof)is no longer
vertical,orwhen barrier(orany sectionthereof)is no longerproperly supported for its
full height and.
c. Reinstall barriers promptly following temporary removals for performing work and
where barrier installation has degraded over original temporary barrier installation.
4. Removal:
a. Remove temporary barriers from the Site when associated excavation is properly filled
and the area is sufficiently safe for persons and other property.
3.3 RESPONSIBILITY TO REMEDY DAMAGED PROPERTY
A. Contractor to Remedy Damage:
1. Contractor has full responsibility forpreserving public andprivate property and facilities on
and adjacent to the Site.
2. Direct or indirect damage done by,or on account of,any act,omission,neglect (including
inadvertent acts),ormisconductby Contractor(including any person or entity for whom
contractor is responsible)in performing the Work,shall be promptly remedied by
Contractor,at Contractor's expense,in accordance with the Contract Documents.
3. If the Contract Documents do not show or indicate the required restoration,or remedy,
restore orremedythe damage to condition equal orbetterthan that existing before damage
was done.
B. Owner May Remedy:
1. Should Contractor fail to protect and safeguard property and the Work after requests from
Engineer or Owner,Owner reserves the right to implement measures to protectpropertyand
the Work.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-3
2. Cost of such Owner-implementedmeasures shallbe paid by Contractor. Ownermaydeduct
from payments due Contractor such amounts asset-offs in accordance with the Contract
Documents.
3. Such right,however,does not obligate Owner orEngineer to continuously monitor or have
responsibility forprotection ofproperty and the Work,which responsibility is exclusively
Contractor's.
4. In exercising its rights under this provision,Owner will endeavor to give Contractor
sufficient notice to allow Contractor to remedy the damage or defect within a reasonable
time. However,if Owner or Engineer deems that the situation requires prompt rem edy,
Ownermay actas quickly as Ownerdeems appropriate,without infringingon or mitigating
Owner's rights under this provision and elsewhere in the Contract Documents
3.4 PROTECTION OF NATURAL HABITATS
A. Tree and Plant Protection—General:
1. Protect irrigation servicing existingtrees,shrubs,and plants onor adjacent to the Site that
remain in place.
2. Do not store materials or equipment or park construction equipment,machinery,or vehicles
within foliage drip lines.
3. In areas subject to traffic,provide temporary fencing or temporary barricades to protect
trees and plants.
4. Burning is not allowed at or adjacent to the Site,including burning,in open fires or
otherwise,trees,plants,debris,or other combustible materials.
5. Within the limits of the Work,watertrees andplants that are to remain,to maintain their
health during construction operations.
6. Cover exposed roots with burlap,and keep such burlap continuously wet. Cover exposed
roots with earth as soon as possible. Protect root systems from mechanical damage and
damage by storm water runoff,erosion,flooding,and noxious materials in solution.
B. Remedy of Damaged Trees:
1. If branches are damaged,prune branches immediately and protect as indicated below.
2. If bark on trunk or major branches is scraped or damaged,using sharp knife or other
suitable cutting implement,cleanthe edge of the wound,leavingthe bark smooth and tight
against the wood. Avoid exposing more live tissue and do not remove too much healthy
bark. Apply material indicated below.
3. Afterpruningand cutting back damagedwood and bark,protect cut or damaged wood by
applying emulsified asphaltic sealant specifically manufactured for sealing pruned and
damagedtrees. Apply sealantin accordance with sealant manufacturer's instructions,in
manner acceptable to Engineer and tree owner.
4. When directed by Engineer,remove and dispose of(at location away from the Site)
damagedtrees andplants(andparts thereof)thatdie or suffer permanent injury,and replace
each such damaged tree and plant with new tree or plant of equal or better species and
quality.
C. Protection of Lawns and Meadows:
1. Protect lawns andmeadows fromunnecessary damage during performance of the Work.
2. To extent practicable,do notdrive vehicles,construction equipment,machinery,orwheeled
items such as carts and wheelbarrows,across lawns and meadows.
3. When existing lawn or meadow areas are disturbed,promptly stabilize exposed soil in
accordance with Section 01 57 05 -Temporary Controls.
4. Remedy damaged lawns andmeadows in accordance with the Contract Documents. If not
otherwise addressed in the Contract Documents,restore to preconstruction condition or
better with the same or substantively similar species.
D. Protection of Wildlife:
1. To extent practicable,avoid harmingwildlife and damaging or destroying wildlife habitats,
except for areas where the Work is to be located.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-4
2. In the event a threatened or endangered species is discovered at the Site for which
provisions was not otherwise provided,stop work in the vicinity and immediately orally
advise Engineer by telephone or in-person,promptly followed by written notice in
accordancewith the Contract's provisions for notice for differing Site conditions. If species
is not threatened or endangered,promptly resume work;no change in Contract Price or
Contract Times is due for misidentification of threatened or endangered species.
3. Contractor is not responsible for wholesale inventorying or Site-wide evaluation of wildlife
at the Site,except as indicated in the paragraph immediately above this paragraph.
3.5 PROTECTION OF UNDERGROUND FACILITIES
A. Underground Facilities—General:
1. Underground Facilities known to Owner and Engineer,except laterals or services to
individual structures orproperties,such as water,wastewater,storm water,gas and fuel,
hydronic,steam,electric,and communications laterals or services,are shown on the
Drawings. Information shown for UndergroundFa cilities is the best available to Engineer
but,in accordancewith the General Conditions,as maybe modifiedby the Supplementary
Conditions,is not guaranteed to be correct or complete.
2. Comply with Laws and Regulations regarding notification of utility owners prior to
performing the Work,including necessary"call before you dig"notifications.
3. Contractor shall explore ahead of trenching and excavating Work and shall sufficiently
uncover Underground Facilities that will ormay interfere with the Work to determine their
location,to prevent damage to Underground Facilities,and to preventservice interruptionto
structures and properties served by Underground Facilities.
4. If Contractor damages an Underground Facility,Contractor shall promptly restore the
damaged Underground Facility in accordance with requirements of the owner of the
damagedfacility andtheContract Documents. If the Contract Documents do not address
repair orremedy of the damaged facility,restoreto notless than preconstruction condition.
5. Necessary changes in the location of the Work may be directed by Engineer to avoid
Underground Facilities not shown or indicated on the Contract Documents.
6. If perm anent relocation of an existing Underground Fa cility is required and is not otherwise
shown orindicatedin the Contract Documents,Contractor may be directed in writing to
perform the required work. When such relocation Workresults in a change in the Contract
Price,Contract Times,or both,the associated Contract modification procedures and
payment for such Work shall be in accordance with the Contract Documents.
B. Protection of Underground Facilities under Roads and Parking Areas:
1. Provide temporary,heavy-duty steel roadway plates to protect existing manholes,
handholes,valve boxes,vaults,and other Underground Facilities near to,or visible at,the
ground surface.
2. Avoid imparting heavy loads,especially transitory loading(such as heavy truck traffic),
vibration forces,andimpactloads on Underground Facilities that are close to the ground
surface and below-grade work areas. Provide temporary bridging or other appropriate
protection wheretraffic must pass over Underground Facilities in close proximity to the
ground surface.
C. Temporary Support of Underground Facilities:
1. Where Contractor exposes orexcavates around orunderone ormoreexisting Underground
Facilities,provide appropriate and adequate temporary supports for the associated
Underground Facilities.
2. Do not a llow Underground Fa cilities exposedby Contractor's operations toremain exposed
without temporary support necessary to properly protect the Underground Facility. Where
joint of Underground Facility is exposedby excavation,provide temporary support for each
exposed joint and other temporary support as necessary.
3. Design of Temporary Supports:
a. Where necessary or where expressly required by the Contract Documents,retain
services of professional engineer,in accordance with Section 01 71 23 -Field
Engineering,to design the temporary supports. Such professional engineer shall be
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-5
experienced with the type and size of subject Underground Facility,structural
engineering,and geotechnical engineering sufficient for the foundations of the
temporary supports.
b. Temporary supports are not delegation of professional design responsibility unless
expressly so indicated in the Contract Documents.
c. Responsibilities of Contractor's professional engineer shall include,but are not
necessarily limited to,the following:
1) Advising Contractor on investigations necessaryto obtain information for design
of temporary supports. Reviewing and considering results of such investigations in
the design of temporary supports.
2) Visiting the Site to make personal observations as needed.
3) Identify appropriate design criteria for temporary supports.
4) Preparing necessary calculations,design drawings,and design specifications
(sealed and signed when required by Contract or Laws or Regulations),
appropriately basedon theassociated soil conditions and subsurface conditions,
consideringthe consequences of failure of the temporary supports and associated
potential for damage or failure of the existing subject Underground Facility.
5) Design temporary supports with a safety factor of not less than 2.0.
6) Review and approve or take other appropriate action on submittals of shop
drawings and product data for the temporary supports and related materials.
7) Make periodic visits to the Site during erection of the temporary supports and at
appropriate intervals thereafter to inspect the temporary supports during
performance of other,adjacent Work.
8) Issue to Contractor written recommendations for repairs and improvements
necessary for the proper protection of the associated Underground Facility.
9) Submit to Contractor detailed,written recommendations for backfilling the
excavation underneath andadjacent to the Underground Facility and for removing
the temporary supports.
d. Contractor shall comply with the professional engineer's design of the temporary
supports.
e. Owner may require and,in such event,Contractor shall submit,design documents,shop
drawings,productdata,and reports by Contractor-hired professional engineer. Do not
submit such documents to Engineer. When such documents are furnished to Owner,
the Ownerhas no obligation to perform any review of such documents and Owner's
possession ofsuchdocuments doesnot imparton Owner or Engineer any responsibility
for or professional liability associated with design of such temporary supports and
consequences of implementing such designs. Owner and Engineer are not obligated in
any way to implement recommendations of Contractor's professional engineer.
3.6 PROTECTION OF EXISTING SURFACE STRUCTURES
A. Surface Structures—General:
1. Surface structures are existing buildings,structures,and other facilities at or extending
above ground surface,including their foundations and any extension belowground surface.
Surface structures include,but are not limited to,buildings,tanks,walls,bridges,roads,
dams,channels,opendrainage routes,exposed piping and utilities,poles,exposed wires and
cabling,posts,signs,markers,curbs,walks,fencing,and other facilities visible at or above
ground surface.
2. Protect surface structures as necessary andpromptly remedy damage and defects resulting
or arising from Contractor's operations. Unless expressly shown or indicated otherwise in
the Contract Documents,protect such items regardless ofwhether shown Orin dicated onthe
Drawings or elsewhere in the Contract Documents.
3. Protection of Overhead Utilities:
a. Protect visible,overhead utilities,including electrical power,communications,and
piped utilities,and related supports,regardless of whether such items are shown or
indicated in the Contract Documents.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-6
b. When required by the Contract Documents or when acceptable to owner of such utility
or facility,temporarily relocate overheadutilities or facilities as necessary perform the
Work.
c. Provide temporary barriers,barricades,and warning signs identifying overhead utilities
within reach of Contractor's construction equipment,machinery,or operations.
B. Temporary Removals of Surface Structures:
1. Existing surface facilities,includingbut not limited to guard rails,handrails,posts,guard
cables,signs,poles,markers,curbs,andfencing,that are temporarily removed to facilitate
the Work shallbe replaced and restored promptly after the associated Work is performed.
2. Replace and restore such items in accordance with the Contract Documents. If not
addressedin the Contract Documents,replace and restore such items to preconstruction
condition or better.
3. Remedy damage to all items temporarily removed and later replaced and restored.
4. All such temporary relocations,replacement,and restoration is at Contractor's cost.
C. Protection of Surface Structures:
1. Sustain in their original location and protect from direct and indirect injury all surface
structures located within or adjacent to the Site. Such sustaining and supporting shallbe
done carefully and as requiredby the parry owning or controlling such structure or facility.
2. Before proceeding with the Work of sustaining and supporting such structure or facility,
Contractor shall,upon Engineer's request,promptly satisfy Engineer that methods and
procedures to be used havebeen approved byparty owning the surface structure or facility.
3. Regardless of approval or acceptance by owner of property,structure,or facility,
responsibility for protecting the Work and property is solely Contractor's.
3.7 PROTECTION OF FLOORS,WALLS,AND ROOFS
A. Protection of Floors,Walls,and Roofs—General:
1. Use proper protective covering when moving equipment,handling materials or other loads,
when painting,handling mortar or grout,and when cleaning walls,ceilings,or structure
contents.
2. Use metal pans to collect oil and cuttings from piping,conduits,and rod threading
machines,and under metal cutting machines.
3. Maintain at the Site and use spill kits and absorbent pads for remedying spills.
4. Do not load concrete floors less than28 days afterconcrete placement without Engineer's
written permission.
5. Do not load slabs,floors,walls,or roofs in excess of design loading.
6. Do not load roofs without Engineer's written permission.
7. Restrict access to roofs,andkeep Contractor's workers and personnel off existing roofs,
except as necessary for the Work.
8. If accessto roofs is necessary,roofing,parapets,openings,andall other construction on or
adjacent to roof shallbe protected with suitable plywood,barricades,or other appropriate
means.
3.8 PROTECTION OF INSTALLED MATERIALS,EQUIPMENT,AND LANDSCAPING
A. General:
1. Protect existing facilities and installed Work to prevent damage from subsequent operations.
2. Remove protective items when no longer needed,prior to Substantial Completion of the
associated Work.
3. Where work will continue in adjacent area(s)after Substantial Completion of a portion of
the Work,protect the substantially completed Work until all work in the area is complete.
B. Controltraffic(foot traffic,wheeled items such as carts,vehicles,and other traffic)to prevent
damage to equipment,materials,and surfaces.
C. Coverings:
1. Provide temporary coverings to protect materials and equipment from damage.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-7
2. Cover:projections,wall comers and j ambs,sills,and soffits of openings,in areas used for
traffic and for passage of materials and equipment in subsequent work.
3. Fasten protective items withoutharmingthe Work.Use tape or adhesives that do not leave
residue when removed.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROTECTION OF THE WORKAND PROPERTY
017133-8
SECTION 01 74 00
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for keeping the Site free of accumulations of waste materials during
construction("progress cleaning").
2. Cleaning for Substantial Completion and prior to final inspection(collectively,"closeout
cleaning").
B. Scope:
1. Contractor shall perform cleaning during the Project,including progress cleaning, as
condition precedent to Substantial Completion,upon completion of the Work,and as
required by the General Conditions,as may be modifiedby the Supplementary Conditions,
this Specifications section,and elsewhere in the Contract Documents.
2. Maintain in a cleanmanner the Site,the Work,and areas adjacent to or affected by the
Work.
1.2 QUALITY ASSURANCE
A. Referenced Standards:
1. National Fire Protection Association (NFPA):
a. 241,Safeguarding Construction,Alteration,and Demolition Operations.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 PROGRESS CLEANING
A. Progress Cleaning—General:
1. Clean the Site,work areas,andotherareas occupied by Contractor not less than weekly.
Dispose of waste materials in accordance with the General Conditions,as may be modified
by the Supplementary Conditions,and the following:
a. Comply with NFPA 241 for removing combustible waste materials and debris.
b. Do not hold non-combustible materials at the Site more thanthree days if the ambient
airtemperature is expectedto rise above 80 degrees F. When ambient air temperature
is less than 80 degrees F,dispose ofnon-combustible materials within seven days of
their generation.
c. Provide suitable containers for storage of waste materials and debris. Avoid generation
of odors and creation of nuisances.
d. Containerize hazardous andunsanitary waste materials separately from other waste.
Mark containers appropriately.
B. Progress Cleaning—Site:
1. Keep outdoor,dust-generating areas wetted down or otherwise control dust emissions.
2. Not less than weekly,brush-sweep roadways and paved areas at the Site and adjacent areas
used by construction vehicles or otherwise affected by construction activities.
C. Progress Cleaning—Work Areas:
1. Clean areas where the Work is in progress to maintain an extent ofcleanliness necessary for
proper execution of the Work and safety of personnel.
2. Remove liquid spills promptly. Where spills mayhave harmful effects on health,safety,
protection offacilities,or the environment,immediately report spills to Owner,Engineer,
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CLEANING
0174 00-1
and authorities having jurisdiction,in accordance with the Contract Documents and Laws
and Regulations.
3. Where dust would impair proper execution of or quality of the Work,broom-clean or
vacuum entire work area,as necessary.
4. Concealed Spaces: Remove waste material and debris from concealed spaces before
enclosing the space.
D. Progress Cleaning—Installed Work:
1. Keep installed Work clean. Clean installed surfaces according to written instructions of
manufacturer or fabricator of installed materials and equipment,using only cleaning agents
and methods specifically recommended by material or equipment Supplier.
2. If Supplier does not recommend specific cleaning agents or methods,use cleaning agents
and methods that are not hazardous to health and property and that will not damage or mar
exposed surfaces.
E. Progress Cleaning—Exposed Surfaces:
1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and
deterioration until Substantial Completion.
F. Progress Cleaning—Cutting and Patching:
1. Clean areas and spaces where cutting and patching are performed. Completely remove
paint,mortar,oils,putty,trailings and cuttings,and similar materials.
2. Thoroughly clean piping,ductwork,conduits,and similar features before applyingpatching
material,paint,or other finishing materials.
3. Restore damaged insulation and coverings onpiping,cutwork,and similar items to its pre-
construction condition.
G. Waste Disposal:
1. Properly dispose ofwaste materials(including surplus materials,debris,rubbish,and other
waste)off the Site.
2. Do not bum or bury waste materials at the Site.
3. Remove waste material and rubbish from excavations before backfilling.
4. Do not discharge volatile or hazardous substances,such as mineral spirits,oil,orpaint
thinner,into storm sewers,gutters,sanitary sewers,or other location in the environment.
Dispose of such materials in accordance with Laws and Regulations.
5. Do not discharge wastes to surface waters,drainage routes,or groundwater.
6. Contractor is solely responsible for complying with Laws and Regulations regarding
storing,transporting,and disposing of waste generated by Contractor's operations or
brought to the Site by Contractor.
H. During handlingand installationof materials andequipment,clean and protect construction in
progress and adjoining materials and equipment already in place. Apply protective covering
where necessary or required for protection from damage or deterioration,until Substantial
Completion.
1. Clean completed construction as frequently as necessary throughout the construction period.
3.2 CLOSEOUT CLEANING
A. Complete the following prior to requesting inspection for Substantial Completion:
1. Clean andremove from the Site waste material(including rubbish and debris)and other
foreign and undesirable items and substances.
2. Sweep broom-clean paved areas suitable for access by vehicles.
3. Remove spills andstains orpetroleum,oils,solvents,otherchemicals,andotherforeign and
undesirable deposits.
4. Hose-clean sidewalks and loading areas.
5. Rake grounds that are neither planted nor paved to a smooth,even-textured surface.
6. Surfacewaterways anddrainage routes(includingstormsewers,gutters,and ditches)shall
be open and clean.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CLEANING
017400-2
7. Repairpavement,roads,sod,and other areas affectedby construction operations andrestore
to specified condition; if condition is not specified,restore to preconstruction condition.
8. Clean exposed exterior and interior hard-surfaced finishes to dirt-free condition,free of
spatter,grease,stains,fingerprints,films,and similar foreign and undesirable substances.
9. Clean,wax,and polish wood,vinyl,and painted floors.
10. Remove waste material and surface dust from limited-access spaces,including roofs,
plenums,shafts,trenchway,equipment vaults,manholes,and similar spaces.
11. In unoccupied spaces,sweep concrete floors broom-clean.
12. Clean transparent materials,including mirrors and glazing indoors and windows. Remove
glazing compounds and other noticeable,vision-obscuring materials. Replace chipped or
broken glass and other damaged transparent materials.
13. Remove non-permanent tags and labels.
14. Surface Finishes:
a. Touch-up and otherwise repair and restore chipped,scratched,dented or otherwise
marred surfaces to specified finish and match adjacent surfaces.
b. Do not paint over"UL"or similar labels,including mechanical and electrical
nameplates.
15. Wipe surfaces of mechanical and electrical equipment,and similar equipment. Remove
excess lubrication,paint,and mortar droppings,and other foreign or undesirable substances.
16. Clean plumbing fixtures to sanitary condition,free of stains,including stains resulting from
water exposure.
17. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of
diffusers,registers,and grills.
18. Clean lighting fixtures,lamps,globes,and reflectors to function with full efficiency.
Replace temporary lamps providedin permanent fixtures. Replace existing lighting fixture
components that are burned out or noticeably dimmed from use during construction.
Replace defective andnoisy starters in fluorescent and mercury vapor fixtures to comply
with requirements for new fixtures.
19. Leave the Site clean,andin neat,orderly condition,satisfactory to Owner and Engineer.
B. Complete the following prior to requesting final inspection:
1. After Substantial Completion of all the Work,following completion ofitems of incomplete
or damaged Work("punch list Work"),clean"punch list Work areas in accordance with
Paragraph 3.2.A of this Specifications Section.
2. Remove field offices,Contractor's storage sheds,and remaining stockpiles and clean all
such areas in accordance with Paragraph 3.2.13 of this Specifications Section,and in
accordance with Contract Documents for landscaping and restoration.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CLEANING
017400-3
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes: Administrative and procedural requirements for:
1. Substantial Completion.
2. Final inspection.
3. Request for final payment and acceptance of the Work.
1.2 SUBSTANTIAL COMPLETION
A. Substantial Completion—General:
1. Prior to requesting inspection for Substantial Completion,perform the following for the
substantially completed Work:
a. Materials and equipment for which Substantial Completion is requested shall be fully
ready for their intended use,including full operating and monitoring capability in
automatic,manual,and other operating modes set forth in the Contract Documents.
b. Permanent provisions for safety and protection,shown and indicated in the Contract
Documents and associated with the substantially completed Work or for personnel
accessing andusing the substantially completed Work,shall be in place and ready for
their intended use.
c. Complete field quality control Work,including inspections and testing at the Site,
indicated in Specifications sections for individual materia Is and equipment items and
related Contract Documents. Submit results of,and obtain Engineer's acceptance of,
field quality control tests and inspections required by the Contract Documents.
d. Cleaningfor Substantial Completion shall be completed in accordance with Section 01
74 00-Cleaning.
e. Spare parts,tools,and extra materials shall be delivered and accepted in accordance
with the Contract Documents and documentation of Owner's acceptance thereof has
been submitted to Engineer in acceptable form.
f. Training of the facility's operations andmaintenance personnel shall be completed in
accordance with the Contract Documents.
g. Submit andobtain Engineer's acceptance of final operations and maintenance manuals
h. Obtain and submit to Engineer all required permits,inspections,and approvals of
authorities havingjurisdiction for the sub stantially completed Workto be occupiedand
used by Owner.
i. Complete other tasks that the Contract requires be completed prior to Substantial
Completion.
2. Comply with requirements stated in Conditions of the Contract and in specifications for
administrative procedures in closing out the Work.
1.3 FINAL INSPECTION
A. Final Inspection—General:
1. Prior to requesting final inspection,verify that allthe Work is fully complete and ready for
finalpayment. Partial checklist forthis purpose is attached to this Specifications section.
2. Procedures for requesting and documenting the final inspection are in the General
Conditions,as maybe modifiedby the Supplementary Conditions,and as augmented in this
Specifications section.
1.4 REQUEST FOR FINAL PAYMENT AND ACCEPTANCE OF THE WORK
A. Procedure:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 7719-1
1. After successful completion of the final inspection,submit request for final payment in
accordance with the Agreement and General Conditions,as may be modified by the
Supplementary Conditions,and using procedure specified in this Specifications section.
2. Acceptance of the Work:
a. Upon Engineer's concurrence that the Workis complete and ready for final payment
(as a result of the finalinspection and other communications between the parties and
Engineer)and receipt of the final Application for Payment,accompanied by other
required Contract closeout documentation,all in accordance with the Contract
Documents,Engineer will issueto Ownerand Contractor a notice of acceptability of
the Work,in accordance with the General Conditions,as may be modified by the
Supplementary Conditions.
b. Receipt of Engineer's notice ofacceptability of the Work does not relieve Contractorof
Contractor's continuing obligations under the Contract,including correction period
obligations,warranty obligations,indemnification obligations,insurance requirements,
and Contractor's otherobligations followingacceptance of the Work by Engineer and
finalpayment. Such obligations shall commence and remain in effect as indicated
elsewhere in the Contract Documents.
B. Request for final payment shall include:
1. Documents required in the General Conditions,as maybe modified by the Supplementary
Conditions.
2. List,on Contractor's letterhead,of all Change Proposals,Claims,and disputes that
Contractor believes are unsettled. If there are no such Change Proposals,Claims,or
disputes,so indicate in writing.
3. Evidence ofpayment and waiver of claims: As specified in the Construction Contract.
4. Final inspection reports by all regulatory agencies demonstrating the agencies'final
approval.
5. At Contract close-out,deliver Record Documents to Engineer for the Owner.
6. Accompany submittal with transmittal letter in duplicate,containing:
a. Date
b. Project title and number
c. Contractor's name and address
d. Title and number of each Record Document
e. Signature of Contractor or authorized representative
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 ATTACHMENTS
A. The documents listed below,following this Specification section's"End of Section"designation,
are part of this Specifications section:
1. Sample letter for Contractor's use in requesting inspection for Substantial Completion(two
pages).
2. Sample partial checklist to identify readiness for final inspection(four pages).
3. Sample letter for Contractor's use in requesting final inspection(one page).
B. In the model language ofthe attached sample letters for Contractor to request inspection for
Substantial Completion and the final inspection,italicized language in brackets,e.g.,"[insert
date]"indicates instructions to the drafter of the letter and often indicates specific information to
be inserted by Contractor;do not include bracketed,italicized text in the final version of the
letter(s)prepared forthe Project. Non-italicized language in brackets is optional language;use
the appropriate language to completethe actual letter for the Project and edit where required to
suit the specific circumstances.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 7719-2
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 77 19-3
SAMPLE LETTER FOR CONTRACTOR'S USE IN
REQUESTING INSPECTION FOR SUBSTANTIAL COMPLETION
SENT VIA E-MAIL AND U.S. CERTIFIED MAIL/RETURN RECEIPT REQUESTED
[Date]
[Name of Engineer's contact person]
HDR
[Street address]
[City,state,postal code]
Subject:
[Project name,Contract designation]
Request for Inspection for Substantial Completion
Dear[addressee]:
Inouropinion,[all of][or][a portion of]the Work under the above-referenced Contract is substantially
complete as of[insert month,day,year on which Substantial Completion was achieved]. [The specific
portion of the Work that we believe is substantially complete is[insert identification of that portion of the
Work that is substantially complete].]
Enclosed is ourlisting of uncompleted Workitems("punchlist"). In accordance with Paragraph 15.03.A
of the General Conditions,we hereby request: (1)Thatthe Engineer schedule and perform the inspection
for Substantial Completion as soon as possible,and(2)Issuance of the certificate of Substantial
Completion.
In accordance with Paragraph 15.03.1)of the General Conditions,upon Substantial Completion,we
propose the following relative to apportionment of responsibilities between the Owner and the Contractor:
1. Security,Protection,Insurance:
a. Site Security: [insert proposal;address whether Owner or Contractor will be responsible for
security of the Site].
b. Protection ofthe Substantially Completed Work: [insert proposal; address whether Owner or
Contractor will be responsible for protection].
c. Property Insurance: [insert proposal;typically Owner assumes responsibility for property
insurance upon Substantial Completion]
2. Operation and Maintenance:
a. Operation: [insert proposal; address whether Owner or Contractor will be responsible for
operating the substantially completed Work].
b. Maintenance: [insert proposal; address whether Owner or Contractor will be responsible for
maintaining the substantially completed Work].
3. Utilities: [for each of the following,indicate whether Owner or Contractor will be responsible for
utilities and services,or whether responsibility will be shared; if shared,indicate proposed cost-
sharing]
a. Electricity: [insert proposal].
b. Natural Gas/Fuel/Heating: [insert proposal].
c. Water Supply: [insert proposal].
d. Wastewater: [insert proposal].
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 7719-4
e. Communications(Telephone,Internet,Video): [insert proposal].
In accordance with Paragraph 15.08.A of the General Conditions,we understand that the Contract's
correction period forthe Work coveredby thecertificate of Substantial Completion commences on the
Substantial Completion date documentedin said certificate. [Drafter: Also see Paragraph 15.04 ("Partial
Utilization")of the General Conditions and,where necessary,edit this paragraph ofthe letter accordingly.]
Should you have questions or comments regarding this notice,please contact[the undersigned] [or][insert
other contact person's name],at[insert telephone number and e-mail address].
Sincerely,
[Contractor's company name]
[Signatory name]
[Signatory's title]
Attachments:
Preliminary list of uncompleted Work items("punch list"; [##]pages)
Copies:
[Owner's project manager]
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 7719-5
SAMPLE PARTIAL CHECKLIST TO IDENTIFY READINESS FOR FINAL INSPECTION
Project: r
Contract:
Contractor: �]
In Not Not
Item No./Descri tion Complete /Date Progress Started A plicable Target Date Responsible Entity/Person
1. All Submittals,including all Shop
Drawings and Samples,approved ❑ ❑ ❑ ❑
or accepted b Engineer
Remarks:
1. Final services completed by
Suppliers,including submittal of
"Manufacturer Field Service ❑ ❑ ❑ ❑
Report"in Section 01 6103 -
Common Work Results for
Equipment
Remarks:
2. Final Work completed by ❑ ❑ ❑ ❑
Subcontractors
Remarks:
3. Permits closed out and regulatory
compliance transitioned from ❑ ❑ ❑ ❑
construction tooperations
Remarks:
4. All outstanding change issues are
addressed and all Change Proposals ❑ ❑ ❑ ❑
submitted
Remarks:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
017719-6
In Not Not
Item No./Description Completed/Date Progress Started Applicable Target Date Responsible Entity/Person
5. All Change Proposals and Claims ❑ ❑ ❑ ❑
are resolved
Remarks:
6. All defective Work of which
Contractor is aware has been ❑ ❑ ❑ ❑
corrected in accordance with the
Contract Documents
Remarks:
7. Issues related to Constituents o
Concemand potential Hazardous ❑ ❑ ❑ ❑
Environmental Condition havebeen
fully addressed
Remarks:
8. All spare parts,tools,and extra
materials have been furnished in
accordance with the Contract ❑ ❑ ❑ ❑
Documents,and documentation
thereof submitted to Engineer
Remarks:
9. All final operations&maintenance
manuals have been submitted and ❑ ❑ ❑ ❑
accepted by Engineer
Remarks:
10. Manufacturer warranties and ❑ ❑ ❑
software license(s)furnished
Remarks:
11. Instruction and training of ❑ ❑ ❑ ❑
operations and maintenance
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 77 19-7
In Not Not
Item No./Description Completed/Date Progress Started Applicable Target Date Responsible Entity/Person
personnel is complete and records
of training submitted
Remarks:
12. MBE/WBE/DBE/VBEcompliance
report(s)submitted(when ❑ ❑ ❑ ❑
applicable)
Remarks:
13. All field engineering Submittals, ❑ El El El
survey data,furnished
Remarks:
14. All Work on"punch list"is
complete in accordance with the ❑ ❑ ❑ ❑
Contract Documents
Remarks:
5. AD record documents submitted to ❑ ❑ ❑ ❑
and accepted by En ' eer
Remarks:
6. Contractor 1s fullydemobilized ❑ ❑ ❑ ❑
from the Site
Remarks:
17. All Site restoration is complete Li Li Li Ll
Remarks:
18. Final cleaning of all work areas is ❑ ❑ ❑ ❑
complete
Remarks:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 77 19-8
In Not Not
Item No./Description Completed/Date Progress Started Applicable Target Date Responsible Entity/Person
19. Releases of Liens and waivers of
Lien rights(or acceptable ❑ ❑ ❑ ❑
alternative)obtained from
Subcontractors and Suppliers
Remarks:
20. Evidence of Contractor liability
insurance furnished for correction ❑ ❑ ❑ ❑
period
Remarks:
21. All otherrequired Contract closeout ❑ ❑ ❑ ❑
documents obtained
Remarks:
Remarks:
22. All other Work and documentation
required prior to final payment is
complete and provided in ❑ ❑ ❑ ❑
accordance with the Contract
Documents
Remarks:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 77 19-9
SAMPLE LETTER FOR CONTRACTOR'S USE IN
REQUESTING FINAL INSPECTION
SENT VIA E-MAIL AND U.S. CERTIFIED MAWRETURN RECEIPT REQUESTED
[Date]
[Name of Engineer's contact person]
HDR
[Street address]
[City,state,postal code]
Subject:
[Project name,Contract designation]
Request for Final Inspection
Dear[addressee]:
The Work underthe above-referenced Contract is complete and ready for final payment as of[insert month,
day,yearon which finalcompletion was achieved]. In accordance with Paragraph 15.05 of the General
Conditions,we hereby request that the Engineer schedule and perform the final inspection as soon as
possible. Upon successful completion of the final inspection,we will submit our final Application for
Payment accompaniedby the required Contract closeout documentation in accordance with the Contract
Documents.
Should you have questions or comments regarding this notice,please contact[the undersigned] [or] [insert
other contact person's name],at[insert telephone number and e-mail address].
Sincerely,
[Contractor's company name]
[Signatory name]
[Signatory's title]
Attachments:
None
Copies:
[Owner's project manager]
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CLOSEOUT REQUIREMENTS
01 77 19-10
SECTION 01 78 36
WARRANTIES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for warranties required in the various Specifications.
2. Provisions addressing:
a. Suppliers'standard warranties.
b. Suppliers' special or extended warranties.
c. Implied warranties.
d. Commencement and duration of warranties.
1.2 SUBMITTALS
A. General:
1. For each item of equipment furnished under the Contract,submit Supplier's standard
warranty,regardless of whether such warranty or Submittal thereof is required by the
associated Specifications forthat item. Submit such warranties for materials where such
Submittal is required in the Specifications for the material.
2. For each item ofmaterialor equipment where Supplier's special(or extended)warranty is
required by the Contract Documents,submit appropriate specialwarranty that complies with
the Contract Documents.
3. Supplier's warranties shallbe specifically endorsed to Owner,Contractor,and the entity
purchasing the item(if other than Contractor)by the entity issuing such warranty.
4. Submit Suppliers'standard warranties and specialwarranties as Submittals in accordance
with the Schedule of Submittals accepted by Engineer.
1.3 CONTRACTOR'S GENERAL WARRANTY AND CORRECTION PERIOD OBLIGATIONS
A. Contractor's General Warranty and Guarantee: Comply with requirements of the General
Conditions,as may be modified by the Supplementary Conditions.
B. Contractor's Warranty ofTitle: Comply with requirements ofthe General Conditions,as maybe
modified by the Supplementary Conditions.
C. Correction Period: Comply with requirements of the General Conditions,as maybe modified by
the Supplementary Conditions.
1.4 SUPPLIERS'WARRANTIES FOR MATERIALS AND EQUIPMENT
A. Warranty Types:
1. Required by the General Conditions:
a. Warranties specified for materials and equipment shall be in addition to,and run
concurrent with,Contractor's general warranty and guarantee andrequirements for the
Contract's correction period.
b. Disclaimers andlimitations in specific materials and equipment warranties do not limit
Contractor's general warranty and guarantee,nor does such affect or limit Contractor's
performance obligations under the correction period.
2. Material or equipment manufacturer's standard warranty is pre-printed,written warranty
published byitem's manufacturerand specifically endorsed bymanufacturer to the entities
indicated in this Specifications Section's Article 1.2.
3. Special warranty is written warranty that either extends the duration of material or
equipment manufacturer's standard warranty or provides other,increased rights to Owner
and other beneficiaries(if any)of such warranty. Where the Contract Documents indicate
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
WARRANTIES
017836-1
specific requirements forwarranties that differ from the manufacturer's standard warranty
for that item,special warranty is implied.
B. Requirements for Special Warranties:
1. Submit written special warranty document that contains appropriate provisions and
identification,ready for signatureby material or equipment manufacturer,Owner,and other
beneficiaries indicated in Article 1.2 of this Specifications Section. Submit draft warranty
with Submittals required prior to fabrication and shipment of the item from the Supplier's
facility.
2. Manufacturer's Standard Form: Modified to include Project-specific information and
properly signed by product manufacturer and other entities as appropriate.
3. Specified Form: When specified forms for special warranties are included in the Contract
Documents,prepare written document,properly signed by item manufacturer,Owner,and
other beneficiaries indicated in Article 1.2 of this Specifications Section,using the required
form.
4. Referto the Specifications forcontent and requirements for submitting special warranties.
1.5 IMPLIED WARRANTIES
A. Warranty of Title and Intellectual Property Rights:
1. Except as maybe otherwise indicated in the Contract Documents,implied warranty of title
required by Laws and Regulations is applicable to the Workand tomaterials and equipment
incorporated therein.
2. Provisions on intellectual property rights,including patent fees and royalties,are in the
General Conditions,as may be modified by the Supplementary Conditions.
B. Warranty of Merchantability:
1. Notwithstanding any other provision ofthe Contract to the contrary,implied warranties of
merchantability requiredby Laws and Regulations apply to the materials and equipment
incorporated into the Work.
C. Warranty of Fitness-for-Purpose:
1. Implied warranty offitness-for-useformaterials andequipmentto be incorporated into the
Work,as indicated in Laws and Regulations,remains in full force and effect.
2. When Supplier's aware of,orhas reason tobe awareof,specified materials or features of
the Work that are contrary to theintendeduse,purpose,service,application,orenvironment
in which the materialor item will be used,submit request for interpretation in accordance
with the contract documents. Where appropriate,such request for interpretation shall
indicate the apparent discrepancy and propose appropriate,alternative materials or
equipment.
1.6 COMMENCEMENT AND DURATION OF WARRANTIES
A. Commencement of Warranties:
1. Contract correction period and Contractor's general warranty commence as indicated in the
General Conditions,as may be modified by the Supplementary Conditions.
2. Suppliers'standard warranties and special warranties commence running on the date that
the associated item is certified by Engineeras substantially complete in accordancewith the
Contract Documents. In no event shall special warranties commence running prior to
Engineer's review and acceptance of special warranty Submittal for the item.
3. Implied warranties commence in accordance with Laws and Regulations.
B. Duration of Warranties:
1. Duration ofcorrectionperiodis set forth in the General Conditions,as may be modified by
the Supplementary Conditions.
2. Duration ofContractor's general warranty and guarantee is in accordance with Laws and
Regulations.
3. Duration of Suppliers'standard warranties is in accordance with the applicable standard
warranty document accepted for the Project by Engineer.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
WARRANTIES
017836-2
4. Duration of required Suppliers'special warranties shall be in accordance with the
requirements of the Contract Documents for the subject item.
5. Duration of implied warranties shall be in accordance with Laws and Regulations.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
WARRANTIES
017836-3
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for Project record documents,to supplement record documents requirements
of the General Conditions,as may be modified by the Supplementary Conditions.
B. Scope:
1. Contractor shall provide all labor,materiaIs,equipment,and services to establish,maintain,
continuously update,and submit to Engineer Proj ectrecord documents in accordance with
the Contract Documents.
C. Related Sections include but are not necessarily limited to:
1. Section 0129 73 -Schedule of Values.
2. Section 01 31 26-Electronic Communication Protocols.
3. Section 01 7123 Field Engineering.
1.2 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Obtain necessary field measurements and record all data required for Project record
documents before covering up the Work or building on subsequent phases of the Work.
2. Promptly after obtaining measurements and information,record the data and information on
Project record documents.
3. Where a licensed,registered professional land surveyoris retained on the Project,whether
by Contractor or others,to perform field measurements and record other data for as-
constructed Projector Site conditions,coordinate with suchentity and schedule and perfonn
the Work accordingly. Allow surveyor sufficient time and proper conditions for performing
surveyor's work. Assist the surveyor as necessary in performance of surveyor's
responsibilities.
B. Monthly Status Evaluation:
1. Not less than once per month,as a condition precedent to submitting Application for
Payment,Contractor's site superintendent will meet with either Engineer or Resident
Project Representative(RPR)at the Site to review status of Contractor's Project record
documents.
2. When Engineer orRPR directs corrections to Project record documents,promptly make
such corrections on the Project record documents. Engineer's or RPR's directions or lack
thereof do not in any way relieve or mitigate Contractor's sole responsibility for the
accuracy,completeness,and clarity of Project record documents.
1.3 QUALITY ASSURANCE
A. Qualifications:
1. Comply with Section 01 7123 -Field Engineering,regarding personnel and equipment
necessary to measure and record field conditions.
1.4 SUBMITTALS
A. Closeout Submittals: Submit the following:
1. Record Documentation:
a. Prior to readiness for final payment,submit to Engineer one copy of Project's final
record documents and obtain Engineer's acceptance of same. Submit complete record
documents; do not make partial Submittals without Engineer's concurrence.
b. Submit the following Project record documents:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
PROJECT RECORD DOCUWNTS
01 7839-1
1) Record Drawing markups,including those issued via Addenda,Change Orders,
Work Change Directives,Field Orders,and allowance authorizations.
2) Record project manual markups,including Specifications,indicating changes made
via Addenda,Change Orders,Work Change Directives,Field Orders,and
allowance authorizations.
c. Submit record documents with transmittal letter on Contractor's letterhead in
accordance with requirements in Section 01 33 00 -Submittal Procedures.
2. Certifications:
a. Record documents Submittal shall include certification,with original signature of
official authorizedto sign legally-binding contracts onbehalf of Contractor,reading as
follows:
1) (Contractor's lega Ucontractual entity name)has maintained,continuously updated,
and submitted Project record documentation in accordance with the General
Conditions and Supplementary Conditions,Section 01 78 39 -Project Record
Documents,and other elements of Contract Documents,for the [Owner's
organization'sname],[Municipality andstateof the Site], [Site name and Project
name]. We certify that each record document submitted is complete,accurate,and
legible relative to the Work performed under our Contract,and that the record
documents comply with the requirements of the Contract Documents.
By: [ ](signature)
Print Name:
Title: [
1.5 MAINTENANCE OF RECORD DOCUMENTS
A. Maintain in Contractor's field office,in clean,dry,legible condition,complete sets of the
following record documents:
1. Drawings,Specifications,and Addenda;
2. Shop Drawings,Samples,andother Submittals,including records of test results,approved
or accepted as applicable,by Engineer;
3. Change Orders,Work Change Directives,Field Orders,allowance authorizations;
4. copies of all interpretations and clarifications issued;
5. photographic documentation;
6. survey data; and
7. all other documents pertinent to the Work.
B. Provide files and racks forproper storage and easy access to Project record documents. File
record documents in accordance withtheedition of the Construction Specification Institute's
MasterFormat used for organizing the project manual,unless otherwise accepted by Engineer or
RPR.
C. Promptly make Project record documents available for observation and review upon request of
Engineer,RPR,or Owner.
D. Do not use Project record documents foranypurpose other than serving as Project record. Do
not remove Project record documents from Contractor's field office without Engineer's
approval.
1.6 RECORDING INFORMATION ON PROJECT RECORD DOCUMENTS
A. Recording Changes,Field Conditions,and Other Information—General:
1. At the start of the Project,label each record document to be submitted as,"PROJECT
RECORD"using legible,printed letters. Letters on record copy of the Drawings shall be
two inches high.
2. Keep record documents current consistentwith the progress ofthe Work. Make entries on
record documents within two working days of receipt of information required to record the
change,field condition,or other pertinent information.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT RECORD DOCUMENTS
017839-2
3. Do not permanently conceal the Work until required information has been recorded for
Project record documents.
4. Accuracy of record documents shall be such that future searches for items shown on the
record documents mayrely reasonably on information obtained from Engineer-accepted
Project record documents.
5. Marking of Entries:
a. Use erasable,colored pencils(not ink or indelible pencil)for marking changes,
revisions,additions,and deletions to Project record documents.
b. Clearly describe the change by graphic line and make notations as required. Use
straight-edge to mark straight lines. Writing shall be legible and sufficiently dark to
allow scanning of record documents into legible electronic files in"portable document
format'(.PDF)files.
c. Date each entry on record documents.
d. Indicate changes by drawing a "cloud"around the change(s)indicated.
e. Mark initialrevisions in red. In the event of overlapping changes,use different colors
for subsequent changes.
B. Drawings:
1. Record changes on copy ofthe Drawings. Submittal of Contractor-originated or-produced
drawings as a substitute forrecording changes on a copy of the Drawings is unacceptable.
2. Record changes onplans,sections,elevations,schematics,schedules,and details as required
forclarity,accuracy,and completeness,making reference dimensions and elevations(to
Project datum)for complete record documentation.
3. Record actual construction including:
a. Depths of various elements of foundation relative to Project datum.
b. Horizontaland vertical location of Underground Facilities referenced to permanent
surface improvements and Project elevation datum. For each Underground Facility,
including pipe fittings,show and indicate dimensions to not less than two permanent,
visible surface improvements.
c. Location ofexposed utilities and appurtenances concealed in construction,referenced
to visible and accessible features of structure and,where applicable,to Project elevation
datum.
d. Changes in structural and architectural elements of the Work,including changes in
reinforcing.
e. Field changes of dimensions,arrangements,and details.
f. Changes made in accordance with Addenda,Change Orders,Work Change Directives,
Field Orders,and allowance authorizations.
g. Changes in details on the Drawings. Submit additional details prepared by Contractor
when required to document such changes.
4. Recording Changes for Schematic Layouts:
a. In some cases on the Drawings,arrangements of conduits,circuits,piping,ducts,and
similar items are shown schematically and are not intended to portray physical layout.
For such cases,the final physical arrangement shall be determined by Contractor
subject to acceptance by Engineer.
b. Record on theProject record documents all revisions to schematics on the Drawings,
including: piping schematics,ducting schematics,process and instrumentation
diagrams,controland circuitry diagrams,electrical one-line diagrams,motor control
center layouts,and other schematics when included in the Drawings. Show and
indicate actual locations ofequipment,lighting fixtures,in-place grounding system,and
other pertinent data.
c. When dimensioned plans and dimensioned sections orelevations on theDrawings show
the Work schematically,indicate on the Project record documents,by dimensions
accurate to within one inch in the field,centerline location of items of Work such as
conduit,piping,ducts,and similar items
1) Clearly identify each item of the Work by accurate notations such as"cast iron
drain","rigid electrical conduit',"copper waterline",and similar descriptions.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT RECORD DOCUMENTS
017839-3
2) Showby symbol or by note the vertical location of each item of the Work;for
example,"embedded in slab","under slab","in ceiling plenum","exposed",and
similar designations. For piping not embedded,also indicate elevation dimension
relative to Project elevation datum.
3) Descriptions shall be sufficiently detailed to be related to the Specifications.
d. Engineer may furnish written waiver of requirements relative to schematic layouts
shown on plans,sections,and elevations when,in Engineer's judgment,dimensioned
layouts of Work shown schematically will serve no useful purpose. Do not rely on such
waiver(s)being issued.
5. Supplemental Drawings:
a. In some cases,drawings produced during construction by Engineer or Contractor
supplement the Drawings and shall be included with Project record documents
submitted by Contractor. Supplemental record drawings shall include drawings or
sketches thatare part of Change Orders,Work Change Directives,Field Orders,and
allowance authorizations andthat cannotbe incorporated into theDrawings because of
space limitations.
b. Supplemental drawings submitted with record drawings shall be integrated with the
Drawings and include necessary cross-references between drawings. Supplemental
record drawings shall be on sheets the same size as the Drawings.
c. When supplemental drawings developed by Contractor using computer-aided
drafting/design(CAD),building information models(BIM),or civil information
models(CIM)software are to be included in record drawings,submit electronic files
forsuch drawings as part ofrecord drawing Submittal. Submit electronic files to the
Project Website labeled,"Supplemental Record Drawings",including Contractor's
name,Project name,and Contract designation.
C. Specifications and Addenda:
1. Mark each Specifications section to record:
a. Manufacturer,trade name,catalog number,and Supplier of each material and
equipment item actually furnished.
b. Changes made by Addendum,Change Orders,Work Change Directives,Field Orders,
and allowance authorizations.
1.7 ELECTRONIC DOCUMENTS FURNISHED BY ENGINEER
A. CAD,BIM,or CIM files of the Drawings will be furnished by Engineer upon the following
conditions:
1. Contractor shall submit to Engineer a letter on Contractor letterhead requesting CAD,BIM,
or CIM files of the Drawings and indicating specific definition(s)or description(s)of how
such Electronic Documents willbe used by Contractor,and specific description of benefits
to Owner(including credit proposal,if applicable)if the request is granted.
2. Engineer does not guarantee that Electronic Documents are available in the format(s)
requested by Contractor. Some projects may have Drawings developed using only CAD
software instead ofBIM orCIM software. Engineer will not create BIM or CIM files for
Contractor if such files do not already exist.
3. Contractor shall sign Engineer's standard agreement with Contractor for release of
Electronic Documents and shallabide by the provisions of such agreement for release of
Electronic Documents.
4. Layering system incorporated in CAD,BIM,and CIM files shall be maintained as
transmittedby Engineer. CADD,BIM,and CIM files transmitted by Engineer containing
cross-referenced files shallnot be boundby Contractor. Drawing cross-references andpaths
shallbe maintained. If Contractor alters layers or cross-reference files,Contractor shall
restore all layers and cross-references prior to submitting Project record documents to
Engineer.
5. Contractor shall submit Project record drawings to Engineer in same CAD,BIM,or CIM
format that files were furnished to Contractor.
B. Microsoft Word files of Specifications:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT RECORD DOCUMENTS
0178 39-4
1. Requirements for Engineer's potential release of word processing files of the Specifications
or other written documents in native format are the same as those for Drawings.
2. When Specifications are released in native format,Contractor shall submit record
specifications in the same format,with all changes tracked using Microsoft Word's"track
changes"feature.
3. Do not modify the formatting of the native files furnished by Engineer. If formatting
changes are made without Engineer's authorization,remedy the formatting to the same
condition and status as when the files were first delivered to Contractor. Such remedy shall
be at Contractor's expense.
4. Complywith allrequirements ofthis Specifications section regarding record specifications.
5. Afterdelivery of record specifications Submittalto Engineer,delete from Contractor's files
the native word processing files. Contractor may retain a PDF version of such files for
Contractor's records.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
PROJECT RECORD DOCUMENTS
017839-5
F)�
DIVISION 03
CONCRETE
SECTION 03 00 05
CONCRETE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Cast-in-place concrete and grout,including:
a. Concrete materials and mixes.
b. Reinforcing.
c. Forming.
d. Jointing.
e. Concrete placing and curing.
f. Concrete finishing.
g. Field quality control.
2. Schedules of concrete Work for Project-specific concrete areas.
B. Related Requirements: Include,but are not necessarily limited to:
1. Section 03 35 00 -Concrete Finishing and Repair of Surface Defects.
1.2 REFERENCES
A. Abbreviations and Terminology:
1. Abbreviations indicated below are used elsewhere in this Section:
a. "AAR"means"alkali-aggregate reaction",which is deleterious to concrete,and results
from eitheralkali-silica reactive(ASR)oralkali-carbonate reactive(ACR)aggregates.
2. "Place"and"placing",when used in conjunction with the word,"concrete",mean installing
concrete.
3. Terminology used in this Section is consistent with ACI CT-13,unless otherwise indicated
in this Section.
4. Terminology indicated below are not defined terms andare not indicated with initial capital
letters,but when used in this section have the meaning indicated below:
a. "Concrete fill"means non-structural concrete.
b. "Exposed concrete"means concrete exposed to view after construction is complete.
c. "Lean concrete"means concrete with low cement content.
d. "Nonexposed concrete"means concrete not exposed to view after Substantial
Completion.
e. "Specified strength"means required compressive strength 28 days after concrete
placing.
B. Reference Standards: Standards referenced in this section include,but are not necessarily
limited to,the following:
1. American Concrete Institute(ACI):
a. 117,Specification for Tolerances for Concrete Construction and Materials.
b. 211.1,Selecting Proportions forNormal-Density and High-Density Concrete—Guide.
c. 212.3R,Report on Chemical Admixtures for Concrete.
d. 301,Specifications for Concrete Construction.
e. 304R,Guide for Measuring,Mixing,Transporting,and Placing Concrete.
f. 304.2R,Guide to Placing Concrete by Pumping Methods.
g. 305.1,Specification for Hot Weather Concreting.
h. 306.1,Specification for Cold Weather Concreting.
i. 318,Building Code Requirements for Structural Concrete.
j. 347,Guide to Formwork for Concrete.
k. CT-13,Concrete Terminology.
2. ASTM International(ASTM):
a. A82,Standard Specification for Steel Wire,Plain,for Concrete Reinforcement.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 00 05-1
b. A615,Standard Specification forDeformedandPla in Carbon-Steel Bars for Concrete
Reinforcement.
c. Al064,Standard Specification for Carbon-Steel Wire and Welded Wire Replacement,
Plain and Deformed,for Concrete.
d. C31,Standard Practice for Making and Curing Concrete Test Specimens in the Field.
e. C33,Standard Specification for Concrete Aggregates.
f. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens.
g. C94/C94M,Standard Specification for Ready-Mixed Concrete.
h. C138,Standard Method of Test for Density(Unit Weight),Yield,and Air Content
(Gravimetric)of Concrete.
i. C143,Standard Test Method for Slump of Hydraulic Cement Concrete.
j. C150,Standard Specification for Portland Cement.
k. C 172,Standard Practice for Sampling Freshly Mixed Concrete.
1. C 173,Standard Test Method for Air Content of Freshly Mixed Concrete by the
Volumetric Method.
m. C231,Standard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method.
n. C260,Standard Specification for Air-Entraining Admixtures for Concrete.
o. C309,Standard Specification for Liquid Membrane-Forming Compounds for Curing
Concrete.
p. C494,Standard Specification for Chemical Admixtures for Concrete.
q. C618,Standard Specification for Coal Fly Ash and RaworCalcined Natural Pozzolan
for Use in Concrete.
r. C1293,Standard Test Method for Determination ofLengthChange of Concrete Due to
Alkali-Silica Reaction.
s. C 1315,Standard Specification for Liquid Membrane-Forming Compounds Having
Special Properties for Curing and Sealing Concrete.
t. C 1602,Standard Specification for Mixing Water Used in the Production of Hydraulic
Cement Concrete.
u. C1778,StandardGuideforReducingRiskof Deleterious Alkali-Aggregate Reaction in
Concrete.
v. D882,Standard Test Method for Tensile Properties of Thin Plastic Sheeting.
w. D994,Standard Specification for Preformed Expansion Joint Filler for Concrete
(Bituminous Type).
x. D1056,Standard Specification for Flexible CellularMaterials—Sponge or Expanded
Rubber.
y. D1709,Standard Test Methods for Impact Resistance of Plastic Film by the Free-
Falling Dart Method.
z. D1751,Standard Specification for Preformed Expansion Joint Filler for Concrete
Paving and Structural Construction(Nonextruding and Resilient Asphalt Types).
aa. E96,Standard Test Methods for Gravimetric Determination of Water Vapor
Transmission Rate of Materials.
bb. E329,Standard Specification for Agencies Engaged in Construction Inspection,
Testing,or Special Inspection.
3. United States Army Corps of Engineers(USACE):
a. s.
b. CRD-C621,Specifications for Non-Shrink Grout).
4. National Ready Mixed Concrete Association(NRMCA).
a. Checklist for Certification of Ready Muted Concrete Production Facilities.
5. National Sanitation Foundation(NSF):
a. 61,Drinking Water System Components -Health Effects.
1.3 QUALITY ASSURANCE
A. Qualifications:
1. Concrete Supplier:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-2
a. Ready-mix concrete batch plant shall be certified by NRMCA.
b. Ready mix plant shall comply with NRMCA Checklist for Certification of Ready
Mixed Concrete Production Facilities.
2. Concrete Testing Laboratory:
a. Contractor shall retain the services of and pay concrete testing laboratory.
b. Concrete testing laboratory shall comply with ASTM E329. Upon Engineer's request,
furnish testing laboratory qualifications as Submittal.
c. Concrete testing laboratory responsibilities include the following:
1) Testing proposed materials and mixes for compliance with the Contract
Documents,including testing revised materia Is andmixes in the event of changes.
2) Additional testing and inspection required because of changes in materials or
proportions requested by Contractor.
3) Perform testing of concrete placed during construction.
1.4 SUBMITTALS
A. Action Submittals: Submit the following:
1. Shop Drawings:
a. Schedule(table)of concrete materials proposed,listed by each specified grouping of
concrete Work,including,but not limited to,aggregates,sand,cement(by type),
pozzolan,admixtures,synthetic fibers,grouts,and other materials. For each separate
material and product,indicate manufacturer and type of material.
b. Mix Designs:
1) Proposed mix design for each concrete grouping required. For each,indicate
concrete designation(type)indicated in the Contract Documents,proposed
materials and proportioning,and intended special uses,such as concrete intended
forplacementin cold weather or warm weather,concrete to be placed by pumping,
concrete intended for specific locations in the Work,and others.
2) Engineer's approval of mix design Shop Drawing is only for limited purposes
indicatedin the Contract Documents,includingthe General Conditions,and in no
way reduces or mitigates Contractor's responsibility for construction means,
methods,techniques,procedures,and sequences.
c. Scaled(minimum 1/8 inch per foot)drawings showing proposed locations of
constructionjoints,control joints,expansion joints(as applicable)and joint profile
dimensions for each joint type.
2. Product Data:
a. Written affidavit stating materials proposed comply with requirements of reference
standards indicated in this Section.
b. Mill certificates for reinforcing steel.
c. For aggregate andsand,indicate source(quarry)andgradation of materials proposed
for use.Indicate the specific concrete mix design(s)proposed for each.
d. Forcement andpozzolan,indicate materialsource and submit manufacturer's technical
data (except safety data sheets).
e. For each proposed admixture andtype of groutmaterial(including non-shrink grouts,
epoxy grout,andgrout cure/seal compound),submit manufacturer's published technical
data (except safety data sheets).
f. Manufacturers,product name,and types of materials for the following:
1) Joint fillers.
2) Curing agents.
3) Chemical sealers.
4) Bonding and patching mortar.
5) Construction joint bonding adhesive.
6) Prefabricated waterstops.
7) Macro synthetic fibers.
B. Informational Submittals: Submit the following:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-3
1. Certifications:Submit concurrentwith,but separate from,associated Shop Drawings and
product data Submittals:
a. pozzolan: Certification that pozzolan complies with quality requirements of this
Section,and pozzolan Supplier's certifiedtest reports ofpozzolan deliveredto concrete
Supplier.
b. ASTM C3 3: Certification that class of coarse aggregate complies with ASTM C3 3 for
type and location of concrete Work.
c. Aggregate:
1) Certification of aggregate gradation.
2) Certification of coarse aggregate impurities relative to alkali-aggregate reactivity in
accordance with ASTM C1778.
2. Test Reports:
a. Cement and pozzolan mill certificates for all materials to be supplied.
b. Test results for AAR impurities of coarse aggregates within proposed mixes,in
accordance with ASTM standards cited in this Section.
3. Supplier's Instructions: Submit concurrent with,but separate from,associated product data
Submittals:
a. Manufacturer's written instructions on proper storage,handling,mixing,and use of
materials furnished.
4. Delivery Tickets:
a. Copies of concrete delivery tickets.
5. Qualifications Statements:
a. Ready-mix plant certification,in accordance with this Section's"Quality Assurance"
Article.
1.5 DELIVERY,STORAGE,AND HANDLING
A. Concrete Delivery:
1. Concrete Delivery Tickets:
a. Prepare delivery ticket for each load of ready mixed concrete.
b. Truck operator shall hand ticket to Contractor at time of delivery.
c. Ticket shall indicate:
1) Mix identification.
2) Quantity delivered.
3) Quantity of material in each batch.
4) Outdoor temperature in the shade at location of concrete placement.
5) Time at which cement was added.
6) Time of delivery.
7) Time of discharge.
8) Quantity ofwaterthat may be added at the Site without exceeding the required
water-cement ratio.
9) Quantity of water,if any,added at the Site.
2. Reinforcing Steel:
a. Delivery reinforcing materials to Site with attached plastic or metal tags indicating
permanent mark numbers.
b. Mark numbers shallmatch mark number on Shop Drawings approved by Engineer.
B. Storage and Handling:
1. Admixtures:
a. Store admixtures in manner that avoids contamination,evaporation,and damage.
b. Foradmixtures usedin form of suspensions ornon-stable solutions,perform agitating
as recommended by manufacturer to ensure uniform distribution of ingredients.
c. Protect liquid admixtures from freezing andtempemture changes that adversely affect
admixture characteristics and performance.
2. Cement and Pozzolan:
a. Store in moisture proof,weathertight enclosures.
b. Do not use if caked or lumpy.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-4
3. Aggregates:
a. Store and access aggregates in manner avoiding excessive segregation and preventing
contamination with other materials and other sizes of like aggregate.
b. Do not use frozen or partially frozen aggregate.
4. Sand: Allow natural sandto drain until sand hasrelatively uniform moisture content,prior
to use.
5. If stockpiled materials contactthe ground,unless such materials are stored ona clean,firm,
reasonably impervious surface such as concrete or a sphalt paving,do not use in the concrete
Work bottom six inches of stockpiled materials.
6. Reinforcing steel: Support and store all rebars above ground.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Cement:
1. Comply with ASTM C 150 Type I/Il.
B. Fly Ash:
1. Provide in accordance with ASTM C618,Class Class C.
2. Nonstaining.
3. Hardened concrete containing fly ash shall be uniform,light gray color.
4. Compatible with other concrete ingredients. Fly ash shall have no deleterious effect on
hardened concrete Work.
5. Obtain proposedfly ashfroma source approvedby the State Highway Department in the
state where the Project is located for use in concrete for bridges.
6. Evaluate and use in accordance with ACI 232.2R.
C. Admixtures:
1. Air entraining admixtures: Comply with ASTM C260.
2. Water reducing,retarding,and accelerating admixtures:
a. Comply with ASTM C494 Type A through E.
b. Comply with ACI 212.3R.
c. Do notuse retarding or accelerating admixtures unless specifically approved in writing
by Engineer.
d. Comply with manufacturer's written instructions.
e. Provide only chloride free admixtures only.
3. Calcium chloride is unacceptable.
4. Pozzolanic admixtures: Comply with ASTM C618.
5. Provide admixtures of same type,manufacturer,and quantity as used in establishing
required concrete proportions in mix design.
D. Water:
1. Potable in accordance with Laws and Regulations.
2. Clean and free from deleterious substances.
3. Free of oils,acids,and organic matter. Comply with ASTM C1602.
E. Aggregates:
1. Normalweight concrete:Comply with ASTM C33/ASTMC33M,exceptas modified in this
provision.
2. Fine aggregate:
a. Clean,natural sand.
b. Manufactured or artificial sand is unacceptable.
3. Coarse aggregate:
a. Crushed stone,natural gravel,or other inert granular material.
b. Content of clay or shale particles shall not exceed: one percent.
4. Gradation of coarse aggregate:
a. Lean concrete and concrete topping: Size#7.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-5
b. Other concrete: Size#57 or#67.
5. Alkali-Reactive Aggregates:
a. Aggregates that maybe deleteriously reactive,when combined with alkalis in cement,
are unacceptable.
b. Evaluate proposed aggregates for potential deleterious alkali-aggregate reaction in
concrete in accordance with ASTM C1778
F. Concrete Grout:
1. Non-shrink,non-metallic grout:
a. Products andManufacturers: Subject to compliance with the Contract Documents,
provide required quantity of one of the following:
1) Sika,SikaGrout 212.
2) Euclid Chemical,NS Grout.
3) Five Star,Grout
4) Or equal.
b. Non-metallic,noncorrosive,nonstaining,premixed,requiring only water as an additive.
c. Grout shall produce positive,controlled expansion.
d. Gas liberation shall not result in mass expansion.
e. Minimum compressive strength at 28 days: 6,500 psi.
f. Comply with USACE CRD-C621.
G. Reinforcing Steel:
1. Reinforcing bars: Comply with ASTM A615,Grade 60.
2. Welded wire reinforcing:
a. Comply with ASTM A1064.
b. Minimum yield strength: 60,000 psi.
3. Column spirals: comply with ASTM A82 or ASTM Al064.
H. Forms:
1. Prefabricated or fabricated for the Work.
2. Wood forms:
a. 5/8-inch or 3/4-inch,five-ply,structural plywood,concrete form grade.
b. Built-in-place or prefabricated type panel.
3. Metal forms:
a. Metal forms maybe used,except that aluminum in contact with concrete is
unacceptable.
b. Forms shallbe tight to prevent concrete leakage,free of rust,straight,without dents,
with members of uniform thickness.
4. Chamfer strips: Clear,white pine surface used against planed concrete surfaces.
5. Form Ties:
a. Commercially fabricated foruse in form construction.
1) Field fabricated ties are unacceptable.
b. Provide for removal of end fasteners without spalling of concrete surfaces.
c. Cones not less than 3/4-inch and not greater than one-inch diameter on each end.
d. Embedded portion ofties shallbe not less than 1.5 inches from concrete surface after
removal of ends.
e. Cone size:
1) Not less than0.75-inch and not more than 2.5 inches diameter cones on each end.
2) Depth of cone shall not exceed concrete reinforcing cover.
6. Form release:
a. Products and Manufacturers: Subject to compliance with the Contract Documents,
provide required quantity of one of the following:
1) Richmond"Rich Cote."
2) Industrial Lubricants"Nox-Crete Form Coating."
3) Or equal.
b. Nonstaining and shall not prevent bonding of future finishes to concrete surface.
c. Nontoxic 30 days after application.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-6
I. Membrane Curing Compound:
1. Comply with ASTM C309,Type 1D,Class A orB.
2. Fugitive dye shall dissipate overtime and exposure.
3. Curing compound shall not prevent bonding of subsequently applied coverings,coatings,or
finishes.
J. Expansion Joint Filler:
1. Manufacturers: Subject to compliance with the Contract Documents,provide required
quantities of one of the following:
a. Permaglaze Co.
b. Rubatex Corp.
c. Williams Products.
d. Or equal.
2. In contact with water or sewage:
a. Closed cell neoprene.
b. Complywith ASTM D1056,Class SC(oil resistant and medium swell)of 2 to 5 psi
compression deflection(Grade SCE41).
3. Exterior concrete paving,curbs,gutters,and sidewalks:
a. Asphaltic expansion joint filler,in accordance with ASTM D994.
4. Other uses:
a. Fiber expansion joint filler,in accordance with ASTM D1751.
2.2 CONCRETE MIXES
A. Concrete Mixes-General:
1. Provide only ready-mix concrete in accordance with ASTM C94/C94M.
2. Provide concreteof required quality,capable of b eingpla ced without segregation and,when
cured,possesses required properties.
3. Unless otherwise required,provide normal weight concrete.
4. Pozzolans are materials that,when addedto concrete,reactwith calcium hydroxide to form
compounds with cementitious properties.This reaction enhances the strength, durability,
and impermeability of the concrete. Common pozzolans include: fly ash,silica fume,
metakaolin,and others.Provide pozzolan content for cast-in-place concrete.
5. Do not begin concrete production until proposed concrete mix design Submittalis approved
by Engineer.Approval of concretemix design by Engineer does not relieve Contractor of
responsibility to provide concrete in accordance with the Contract Documents.
6. Adjust concrete mix designs when material characteristics,conditions at the Site during
placing(including weather and other environmental conditions),strength test results,or
other circumstances warrant.Do not use revised concrete mixes until submitted to and
approved by Engineer.
B. Strength:
1. As determined by ASTM C39 provide concrete of required type,performance,and
properties as indicated in the following table:
REQUIRED
TYPE WEIGHT STRENGTH*
All other general use concrete Normal weight 4,500 psi
* Minimum 28-day compressive strength.
C. Air Entrainment:
1. Provide air entrainment in concrete to provide the following total air content percent by
volume:
MAXIMUM AGGREGATE TOTAL AIR CONTENT PERCENT
SIZE
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-7
I inch or 3/4 inch 6 f 1.5
Less than 3/4 inch 6.5 f 1.5
2. Measure air content in accordance with ASTM C231,ASTM C173,or ASTM C138.
D. Slump:
1. Slump shall be not greater than four inches and not less than one inch.
2. Measure slump at point of discharge of concrete into the Work.
3. Afteraddition of superpla sticizer(if used),slump shall be not greater than eight inches.
4. Concretewith slump less than minimum required slump may be acceptable when such
concrete can be properly placed and consolidated.
5. Pumped concrete:
a. Provide additional water at ready-mix plant for slump loss resulting from pumping.
b. Provide additional waterto concrete sufficient only so that slump at hose discharge
does not exceedmaximum slump allowable,and maximum allowable water-cement
ratio is not exceeded.
6. Adjust slump at the Site using water reducers.Coordinate dosage and mixing requirements
with ready-mix concrete Supplier.
7. Determine slump in accordance with ASTM C143.
E. Proportioning:
1. Proportion constituents of concrete mixes to achieve the following:
a. Produce proper concrete workability,durability,strength,and other required properties.
b. Prevent segregation and collection of excessive free water on concrete surface.
2. Minimum cement contents and maximum water cement ratios for concrete shall be as
follows:
[MINIMUM] [TARGET] CEMENT CONTENT
(POUNDS)BY MAXIMUM AGGREGATE
SIZE MAXIMUM WATER
REQUIRED CEMENT RATIO BY
STRENGTH 0.5 inch 0.75 inch 1.0 inch WEIGHT
4,000 564 564 564 0.45
4,500 611 611 - 0.42
3. Fly Ash:
a. When fly ash is used,water to cementitious materials ratio shall not exceed that
required in this Section.
4. Concrete mix proportioning methods for normal weight concrete:
a. Use one of the following methods to provide required properties and characteristics:
1) Method 1 (Trial Mix):
a) Comply with ACI 301,Chapter 4,except as modified in this Section.
b) Air content within range required in this Section.
c) Record and report temperature of trial mixes.
d) Proportion trial mixes in accordance with ACI 211.1.
2) Method 2 (Field Experience):
a) Comply with ACI 301,except as modified in this Section:
b) To use this method,field test records must be submitted to and accepted by
Engineer.
c) Test records shall indicate materials,proportions,and conditions similar to
proposed mix design.
F. Controlled Low-Strength Material(CLSM)(also known as"Flowable Fill"):
1. Provide mixture of cement,pozzolan,fine sand,water,and air,with consistency allowing
flow under very low pressure(low head).
2. Required quantities of each component per cubic yard of mixed material:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-8
a. Cement(Type I or Type II): 50 pounds.
b. Pozzolan: 200 pounds.
c. Fine Sand: 2,700 pounds.
d. Water(approximately): 420 pounds.
e. Air Content(approximately): 10 percent.
3. Adjust actual quantities to provide yield of one cubic yard with materials used.
4. Approximate compressive strength shall be 85 to 175 psi.
5. Sand Gradation:Fine sand shall be evenly graded material with not less than 95 percent
passing No.4 sieve and not more than five percent passing No.200 sieve.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Installing the Work constitutes Contractor's approval of underlying work,subgrades,substrates,
and field conditions prevailing at the time of the Work.
3.2 FORMING AND PLACING CONCRETE
A. Formwork:
1. Design,provide,use,and remove formwork.
2. Provide formwork so thatconcrete Workcomplies with the Contract Documents.Allowable
tolerances shall be as set forth in ACI 347.
3. Openings:
a. Provide openings in formwork to accommodate work of other trades.
b. Accurately place and securely support items built into forms.
4. Chamfer Strips: Provide 0.75-inch chamfer strips in forms to provide 0.75-inch wide
beveled edges on permanently exposed comers of concrete.
5. Clean and adjust forms prior to concrete placement.
6. Tighten forms to prevent mortar leakage.
7. Coat form surfaces with form release agents prior to placing reinforcing in forms.
B. Reinforcing:
1. Position,support,and secure reinforcing against displacement prior to and during concrete
placing.
2. Locate andsupport reinforcingby providing chairs,runners,bolsters,spacers and hangers,
as required.
3. Provide wire ties so ends do not touch forms and are directed into concrete,not toward
exposed concrete surfaces.
4. Lap splice lengths: in accordance with ACI 318 Class B top bar tension splices unless
indicated otherwise on the Drawings.
5. Extend reinforcingto within two inches of concrete perimeter edges.If perimeter edge is
earth formed,extend reinforcing to within three inches of edge.
6. Minimum concrete protective covering for reinforcing: as shown on the Drawings.
7. Welding reinforcing bars is unacceptable.
8. Welded wire reinforcing:
a. Provide welded wire reinforcing in maximum practical sizes.
b. Splice sides and endswith splice lap length measuredbetween outermost cross wires of
each fabric sheet not less than:
1) One spacing of cross wires plus two inches.
2) 1.5 times development length.
3) 6 inches.
c. Development length: in accordance with ACI 318,basic development length for
required reinforcing yield strength.
C. Construction,Expansion,and Contraction Joints:
1. Unplanned constructionj oints are unacceptable,including construction joints not required
by the Contract Documents.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 0005-9
2. Required Locations of Construction Joints:
a. Construction Joint Locations—General:
1) Provide joints in concrete at locations shown or indicated on the Drawings,or as
shown on Shop Drawings approved by Engineer.
2) Where construction joint spacing shown on the Drawings exceeds joint spacing
required below in this"Required Locations of Construction Joints"provision,
submit proposed construction j oint locations in accordance with the requirements,
below,of this"Required Locations of Construction Joints"provision.
b. Provide construction joints perpendicular to reinforcing. Reinforcing shall be
continuous across construction joints.
3. Not less than 48 hours shall elapse between placing adjoining concrete construction.
4. Thoroughly clean and removelaitance and loose and foreign particles from construction
j oints.
5. Before placing new concrete,dampen concrete surfaces that will abut freshly-placed
concrete.
D. Embedments:
1. Set and build in anchorage devices and other embedded items required for other Work that
is attached to,or supported by,concrete.
2. Use setting diagrams,templates,and instructions ofmanufacturerof item being embedded
in concrete,for locating and setting embedments in concrete.
E. Placing Concrete:
1. Prior to placing concrete,coordinate the Work with the Work of other. Do not place
concrete until such other construction is properly completed.
2. Place concrete in accordance with ACI 304R and ACI 304.2R.
3. Place concrete in continuous operation within planned joints or sections.
4. Place concrete by methods preventing aggregate segregation.
5. During placing,do not allow concrete to free fall more than four feet.
6. Where free fall of concrete would otherwise exceed four feet,place concrete by means of
tremie pipe or chute.
F. Consolidation: Consolidate concrete using mechanical vibrators supplemented with hand-
roddingandtamping,so that concrete is worked around reinforcing and embedded items,and
concrete is placed into all parts of forms.
G. Protection:
1. Protect concrete from physicaldamage and from reduced strength due to environmental
extremes,including weather and other ambient conditions.
2. In cold weather,comply with ACI 306.1,except as modified in this provision.
a. Do notplace concreteon frozenground Orin contactwith forms or reinforcing coated
with frost,ice,snow,or other frozen matter.
b. Do not place heated concrete warmer than 80 degrees F.
c. If freezing temperatures are expected during curing,maintain concrete temperature at or
above 50 degrees F,for seven days or 70 degrees F for three days.
d. Do not allow concrete to cool suddenly.
3. In hot weather,comply with ACI 305.1,except as modified in this provision.
a. At airtemperature of90 degrees F and above,maintain concrete as cool as possible
during placing and curing.
b. Do not allow concrete temperature to exceed 90 degrees F during placing.
c. Prevent plastic shrinkage cracking due to rapid evaporation of moisture.
d. Do not place concretewhen actual or anticipated evaporation rate equals orexceeds 0.2
pounds persquare foot per hour,determined in accordance with ACI 305.1,Figure
2.1.5.
H. Curing:
1. Begin curing concrete as soon as free water has disappeared from exposed surfaces of
concrete.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 00 05-10
2. Cure concrete by providing andusingmoisture-retaining cover,burlap kept continuously
wet,or membrane curing compound.
3. Protect installed concrete,as necessary,required,or both.Prevent moisture loss from
concrete during curing.
4. Cure for not less than seven days following placing.
5. Forms and related materials,temporarily remaining in place,may be used as curing
materials forsurfaces contactingforms and related materials,except during hot weather.
6. During hot weather comply with curing procedures in ACI 305.1.
7. During cold weather comply with curing procedures in ACI 306.1.
8. Curing vertical surfaces with a curing compound:
a. Cover vertical surfaces with not less than two coats of curing compound.
b. Allow preceding coat to completely dry prior to applying next coat of curing
compound.
c. Apply first coat of curing compound immediately after form removal.
d. At time of applicationof first coat of curingcompound,vertical surfaces shallbe damp,
with no free water on surface.
e. Vertical surfaces are defined as surfaces with slope steeper than one vertical to four
horizontal.
1. Form Removal:
1. Remove forms after concrete has hardened sufficiently to resist damage from removal
operations or lack of support.
2. Where reshoring is not provided,forms and shoring used for supporting concrete shall
remain in place until concrete has achieved required 28-day compressive strength.
J. Concrete Installation Tolerances:
1. Tolerances for slab flatness/two-dimensionality are indicated near the end of the"Concrete
Finishes"Article,below.
2. Other tolerances for concrete Work shall be in accordance with ACI 117.
3.3 CONCRETE FINISHES
A. Surfaces Exposed to View:
1. Provide smooth finish for exposed concrete surfaces and surfaces that will be:
a. covered with coating or covering material applied directly to concrete.
b. Provided with grout cleaned finish.
2. Remove concretefins andprojections,andpatchvoids,airpockets,and honeycomb areas
with cement grout.
3. Form facing material shallprovide smooth,hard,uniform texture.Provide and use required
forms for surfaces exposed to view.
B. Broom Finish:
1. Provide broom finish for the following concrete surfaces:
a. Concrete surfaces subject to precipitation,including concrete paving that will be
transitedby vehicles,stoops,stairs,landings,horizontal concrete surfaces intended for
pedestriantraffic(including surfaces that will feature handrails,railings,or guardrails),
sidewalks,and horizontal surfaces of cast-in-place concrete retaining walls.
b. .
2. Immediately after required float finish is provided,provide scored texture of concrete
surface by drawing coarse,stiff-bristled broom across surface.
3. Provide broomed finish in transverse directionto intendedtmffic,unless expressly required
otherwise elsewhere in the Contract Documents.
4. Amplitude: 1/16-inch to 1/8-inch.
5. Uniform spacing.Noticeable spacing between broom strokes is unacceptable.
C. Concrete Installation Tolerances:
1. Class A: 1/8-inch vertical in 10 feet horizontal.
2. Class B: 1/4-inch vertical in 10 feet horizontal.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 00 05-11
3.4 GROUTING
A. Preparation:
1. Non-shrink,non-metallic grout:
a. Clean concrete surfaces receiving grout.
b. Saturate concrete with water for not less than 24 hours prior to grouting.
B. Application:
1. Non-shrink,non-metallic grout:
a. Mix using mechanical mixer.
b. Provide quantity of water on as necessary to provide flowable grout.
c. Place in accordance with grout manufacturer's written instructions.
d. Completely fill spaces and cavities below baseplates.
e. Provide forms for grouting,where baseplates and bedplates do not confine grout.
f. Where exposed to view,finish grout edges smooth.
g. Except where slope is shown or indicated on the Drawings,finish edges flush at
baseplate,bedplate,structural element,or equipment item.
h. Protect installed grout against rapid moisture loss by covering with wet rags or
polyethylene sheets.
i. Wet-cure grout for not less than seven days.
3.5 FIELD QUALITY CONTROL
A. Field Tests and Inspections:
1. Testing Laboratory Retained by Owner:
a. Owner will employ and pay for services of concrete testing laboratory to perform
testing of concrete Work at the Site.
b. Contractor shall cooperate andcoordinate with concrete testing laboratory relative to
obtaining and testing samples.
c. Strength Testing:
1) For each strengthtest,mold and cure cylinders from each sample in accordance
with ASTM C31.
a) Cylinder size: in accordance with ASTM C31.
(1) Four-inch diameter cylinders are unacceptable for concrete mixes with
aggregate larger than 1.5-inch.
b) Quantity:
(1) Six-inch diameter by 12 inches high specimens: Four cylinders.
(2) Four-inch diameter by eight inches high specimens: Six cylinders.
2) Field cure one cylinder for seven-day test.
a) Laboratory cure remaining specimens.
3) Test cylinders in accordance with ASTM C39.
a) Six-inch diameter specimens:
(1) Test two cylinders at 28 days for strength test result and one field cured
sample at seven days for informational purposes.
(2) Hold remaining specimen in reserve until concrete has achieved required
28-day strength.
b) Four-inch diameter specimens:
(1) Test three cylinders at 28 days for strength test result and one field cured
cylinder at seven days for informational purposes.
(2) Hold remaining specimen in reserve until concrete has achieved required
28-day strength.
4) Strength test results:
a) Average of strengths of two 6 inch diameter specimens or three 4 inch
diameter specimens from same concrete sample tested at 28 days.
b) When one specimen in a test evidences improper sampling,molding,handling
consolidation,curing,ortesting,discard and test reserve specimen; average
strength of remaining specimens will be reported strength test result.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 00 05-12
c) When all specimens in any test evidence defects indicated in the paragraph
immediately above,discard all specimens.
5) Frequency of testing:
a) All other concrete:
(1) One strength test specimen will be obtained not less than once per day
duringwhich concrete is placed,andnotless thanonce for each 60 cubic
yards of concrete or fraction thereofplacedin any one day during which
concrete is placed.
(2) Once for each 5,000 square feet of concrete slab or concrete wall surface
area placed each day.
(3) If total volume of concrete Work is such that required frequency of
sampling and testing established in the two paragraphs,immediately
above this paragraph,will result in less than five strength tests for each
concretemix,test not less than five randomly selected concrete batches,
or test each batch when fewer than five batches are provided.
d. Slump test:
1) In accordance with ASTM C 143.
2) Slump test will be performed for each strength test specimen.
3) Additional slump tests may be performed.
e. Air content:
1) In accordance with ASTM C231,ASTM C173,and ASTM C138.
2) Air content test will be performed for each strength test specimen.
f. Temperature: Concrete temperature willbe obtained for each strength test specimen.
2. Evaluation of Tests:
a. Strength Test Results:
1) Average of 28-day strength of two cylinders from each sample.
a) If one cylinder evidences improper sampling,molding,handling,
consolidation,curing,or testing,results reported shall be for other,properly
madetest specimens obtainedatthe same time and location as the improper
specimen.
b) If both cylinders evidence defects,test will be discarded.
3. Acceptance of Concrete:
a. Reported strength of eachtype ofconcrete will be acceptable when the following are
satisfied:
1) Average of all sets of three consecutive strength tests equals or exceeds required
28-day compressive strength.
2) No individual strength test falls below required 28-day compressive strength by
more than 500 psi.
b. If tests do not indicate acceptable strength,perform additional tests,and implement
remedial measures,as required by Engineer.
1) Perform additional testing and implement remedial measures,atno additional cost
to Owner.Contractoris solely responsible forcosts andtime impacts arising from
unacceptable concrete test results and defective Work.
3.6 SCHEDULES
A. Grout:
1. Non-shrink,non-metallic grout: General use.
2. Normal weight concrete: All other locations.
3. General use concrete: All other locations.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE
03 00 05-13
SECTION 03 05 05
CONCRETE TESTING AND INSPECTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Contractor requirements for testing of concrete and grout.
2. Definition of Owner provided testing.
3. Acceptance criteria for concrete.
B. Related Specification Sections include but are not necessarily limited to:
1. Section 03 3130 -Concrete,Materials and Proportioning.
2. Section 03 3131 -Concrete Mixing,Placing,Jointing and Curing.
1.2 RESPONSIBILITY AND PAYMENT
A. Owner will hire an independent Testing Agency/Service Provider to perform the following
testing and inspection and provide test results to the Engineer and Contractor.
1. Testing and inspection of concrete and grout produced for incorporation into the work
during the construction of the Project for compliance with the Contract Documents.
2. Additional testing or retesting of materials occasionedby theirfailure,by test orinspection,
to meet requirements of the Contract Documents.
3. Strength testing on concrete required by the Engineer or Special Inspector when the water-
cement ratio exceeds the water-cement ratio of the typical test cylinders.
4. In-place testingof concrete as may be required by Engineer when strength of structure is
considered potentially deficient.
5. Other testing services needed or required by Contractor such as field curing of test
specimens andtesting of additional specimens for determining when forms,form shoring or
reshoring may be removed.
6. Owner will pay for services defined in Paragraph 1.2A.1.
7. See Specification Section 0142 00.
B. Hire a qualified testingagency toperform the following testing and provide test results to the
Engineer.
1. Testing of materials andmixes proposedby the Contractor for compliancewith the Contract
Documents and retesting in the event of changes.
2. Additional testing andinspection.requiredbecause of changes in materials or proportions
requested by Contractor.
3. Pay for services defined in Paragraphs 1.213.1.and 1.213.2.
4. Reimburse Owner for testing services defined in Paragraphs 1.2A.2., 1.2A.3., 1.2A.4.and
1.2A.5.
5. See Specification Section 0142 00.
C. Duties and Authorities of Testing Agency/Service Provider:
1. Any Testing Agency/Service Provider or agencies and their representatives retained by
Contractor or Owner for any reason are not authorized to revoke, alter,relax,enlarge,or
release anyrequirement ofContract Documents,nor to reject,approveoraccept anyportion
of the Work.
2. Testing Agency/Service Provider shall inform the Contractor and Engineer regarding
acceptability of or deficiencies in the work including materials furnished and work
performed by Contractor that fails to fulfill requirements of the Contract Documents.
3. TestingAgency to submit testreports and inspection reports to Engineer and Contractor
immediately after they are performed.
a. All test reports to include exact location in the work at which batch represented by a
test was deposited.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE TESTINGAND INSPECTION
03 05 05-1
b. Reports of strength tests to include detailed information on storage and curing of
specimens prior to testing.
4. Ownerretains the responsibility for ultimate rejection or approval of any portion of the
Work.
1.3 QUALITY ASSURANCE
A. Referenced Standards:
1. American Concrete Institute(ACI):
a. 318,Building Code Requirements for Structural Concrete.
2. ASTM International(ASTM):
a. ASTM Cement and Concrete Reference Laboratory(CCRL).
b. C31,Standard Practice for Making and Curing Concrete Test Specimens in the Field.
c. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens.
d. C42,Standard Test Method for Obtaining and Testing Drilled Cores and SawedBeams
of Concrete.
e. C94,Standard Specification for Ready-Mixed Concrete.
f. C143,Standard Test Method for Slump of Hydraulic-Cement Concrete.
g. C172,Standard Practice for Sampling Freshly Mixed Concrete.
h. C 1019,Standard Test Method for Sampling and Testing Grout.
i. C 1218,Standard Test Method for Water-Soluble Chloride in Mortar and Concrete.
j. E329,Standard Specification for Agencies Engaged in Construction Inspection,
Testing,or Special Inspection.
B. Qualifications:
1. Contractor's Testing Agency:
a. Meeting requirements of ASTM E329 and ASTM C94.
b. Provide evidence ofrecent inspectionby CCRL ofNBS,and correction of deficiencies
noted.
C. Use of Testing Agency and approval by Engineer of proposed concrete mix design shall in no
way relieve Contractor of responsibility to furnish materials and construction in full compliance
with Contract Documents.
1.4 DEFINITIONS
A. Testing Agency/Service Provider: An independent professional testing/inspection firm or
service hired by Contractor orby Owner to perform testing,inspection or analysis services as
directed,and as provided in the Contract Documents.
1.5 SUBMITTALS
A. Shop Drawings:
1. Product technical data including:
a. Concrete materials and concrete mix designs proposed for use.
1) Include results of alltestingperformed to qualify materials and to establish mix
designs.
2) Place no concrete until approval of mix designs has been received in writing.
3) Submittal for each concrete mix design to include:
a) Sieve analysis and source of fine and coarse aggregates.
b) Test for aggregate organic impurities.
c) Proportioning of all materials.
d) Type of cement with mill certificate for the cement.
e) Brand,quantity and class of fly ash proposed for use along with other
submittal data as required for fly ash by Specification Section 03 00 05.
f) Slump.
g) Brand,type and quantity of air entrainment and any other proposed
admixtures.
h) Shrinkage test results.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE TESTINGAND INSPECTION
03 05 05-2
i) Totalwater soluble chloride ion concentration in hardened concrete from all
ingredients determined per ASTM C 1218.
j) 28-day compressiontest results and any other data required by Specification
Section 03 3130 to establish concrete mix design.
2. Certifications:
a. Testing Agency qualifications.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION
3.1 TESTING SERVICES TO BE PERFORMED SERVICE PROVIDER/TESTING AGENCY
A. The following concrete testing will be performed by the Service Provider/Testing Agency:
1. Concrete strength testing:
a. Secure concrete samples in accordance with ASTM C172.
1) Obtain each sample from a different batch of concrete on a random basis,avoiding
selection of test batch other than by a number selected at random before
commencement of concrete placement.
b. For each strength test,mold and cure cylinders from each sample in accordance with
ASTM C31.
1) Record any deviations from requirements on test report.
2) Cylinder size: Per ASTM C31.
a) 4 inches cylinders shall not be used for concrete mixes with maximum
aggregate size larger than 1 inch.
b) Use the same size cylinder for all tests for each concrete mix.
3) Quantity:
a) 6 inches diameter by 12 inches high: Fourcylinders.
b) 4 inches diameter by 8 inches high: Six cylinders.
c. Field cure one cylinder for the seven day test.
1) Laboratory cure the remaining.
d. Test cylinders in accordance with ASTM C39.
1) 6 inches diameter cylinders:
a) Test two cylinders at 28 days for strength test result and the one field cured
sample at seven days for information.
b) Hold remaining cylinder in reserve.
2) 4 inches diameter cylinders:
a) Test three cylinders at 28 days for strength test result and the one field cured
cylinder at seven days for information.
b) Hold remaining cylinders in reserve.
e. Strength test result:
1) Average of strengths of two,6 inches diameter cylinders or three,4 inches
diameter cylinders from the same sample tested at 28 days.
2) If one cylinder in a test manifests evidence of improper sampling,molding,
handling,curing,ortesting,discard and testreserve cylinder(s);average strengthof
remaining cylinders shall be considered strength test result.
3) Should all cylinders in any test show any of above defects,discard entire test.
f. Frequency of tests:
1) Concrete sand cement grout: One strength test for each 4 hour period of grout
placement or fraction thereof.
a) Test grout in accordance with ASTM C1019.
2) Concrete topping,concrete fill and lean concrete: One strength test for each 10
CUYD of each type of concrete or fraction thereof placed.
3) All other concrete:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE TESTINGAND INSPECTION
03 05 05-3
a) One strength test to be taken not less than once a day,nor less than once for
each 60 cubic yards or fraction thereof placed in any one day.
b) Once foreach5000 square feet ofslab or wall surface area placed each day
c) If totalvolumeof concreteon Project is such that frequencyof testingrequired
in above paragraph will provide less thanfive strengthtests for each concrete
mix,tests shall thenbe made from atleastfive randomly selected batches or
from each batch if fewer than five batches are provided.
2. Slump testing:
a. Determine slump of concrete sample for each strength test.
1) Determine slump in accordance with ASTM C143.
b. If consistency of concrete appears to vary,the Engineer or Owner's Representative
shall be authorized to require a slump test for each concrete truck.
1) This practice shall continue until three consecutive batches are determined to be
consistent and meet the slump requirements specified.
3. Air content testing: Determine air content of concrete sample for each strength test in
accordance with ASTM C138.
4. In-place concrete testing(if required).
3.2 SAMPLING ASSISTANCE AND NOTIFICATION FOR OWNER
A. To facilitate testing and inspection,perform the following:
1. Furnish any necessary labor to assist Testing Agency in obtainingand handling samples at
site.
2. Provide andmaintain for sole use of Testing Agency adequate facilities for safe storage and
proper curing of test specimens on site for first 24 hours as required by ASTM C31.
3. Take samples at point of placement into concrete member.
B. Notify Engineer and Owner's Testing Agency sufficiently in advance of operations(minimum of
24 hours)to allow for assignment ofpersonnel and for scheduled completion of quality tests.
3.3 ACCEPTANCE
A. Completed concrete work which meets applicable requirements will be accepted without
qualification.
B. Completed concrete work which fails to meet one or more requirements but which has been
repaired to bring it into compliance will be accepted without qualification.
C. Completed concrete work which fails to meet one or more requirements and which cannot be
brought into compliancemaybe accepted orrejectedas providedin these Contract Documents.
1. In this event,modifications maybe required to assure that concrete work complies with
requirements.
2. Modifications,as directed by Engineer,to be made at no additional cost to Owner.
D. Dimensional Tolerances:
1. Form ed surfaces resulting in concrete outlines smaller than permitted by tolerances sha U be
considered potentially deficient in strength and subject to modifications required by
Engineer.
2. Formed surfaces resulting in concreteoutlines larger thanpermitted by tolerances may be
rejected and excess material subject to removal.
a. If removal of excess material is permitted,accomplish in such a manneras to maintain
strength of section and to meet all other applicable requirements of function and
appearance.
3. Concrete members cast in wrong location may be rejected if strength,appearance or
function of structure is adversely affected or misplaced items interfere with other
construction.
4. Inaccurately formedconcrete surfaces exceeding limits of tolerances and which are exposed
to view,may be rejected.
a. Repair or remove and replace if required.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE TESTINGAND INSPECTION
03 05 05-4
5. Finished slabs exceeding tolerances may be required to be repaired provided that strength or
appearance is not adversely affected.
a. High spots maybe removed with a grinder,low spots filled with a patching compound,
or other remedial measures performed as permitted or required.
E. Appearance:
1. Concrete surfaces exposed to view with defects which,in opinion of Engineer,adversely
affect appearance as requiredby specified finish shall be repaired by approved methods.
2. Concrete not exposed to view is not subject to rejection for defective appearance unless,in
the opinion ofthe Engineer,the defects impair the long-term strength or function of the
member.
F. High Water-Cement Ratio:
1. Concrete with water in excess of the specified maximum water-cement ratio will be
rejected.
2. Remove andreplace concrete with high water-cement ratio or make other corrections as
directed by Engineer.
G. Strength of Structure:
1. Strength of structure in place will be considered potentially deficient if it fails to comply
with any requirements which control strength of structure,including but not necessarily
limited to following:
a. Low concrete strength:
1) Test results for standard molded and curedtest cylinders to be evaluated separately
for each mix design.
a) Such evaluation shall be valid only if tests havebeen conducted in accordance
with specified quality standards.
b) Forevaluation ofpotential strength and uniformity,each mix design shall be
represented by at least three strength tests.
c) A strength test shall be the average of two,6 inches diameter cylinders or
three,4 inches diameter cylinders from the same sample tested at 28 days.
2) Acceptance:
a) Strength level of each specified compressive strength shall be considered
satisfactory if both of the following requirements are met:
(1) Average of all sets of three consecutive strength tests equal or exceed the
required specified 28 day compressive strength.
(2) No individual strength test falls below the required specified 28 day
compressive strength by more than 500 psi.
b. Reinforcing steel size,configuration,quantity,strength,position,or arrangement at
variance with requirements of the Contract Drawings or approved Shop Drawings.
c. Concretewhich differs fromrequired dimensions or location in such a manner as to
reduce strength.
d. Curing time and procedure not meeting requirements of this Specification Section.
e. Inadequate protection ofconcrete from extremes of temperature during early stages of
hardening and strength development.
f. Mechanical injury,construction fires,accidents or premature removal of formwork
likely to result in deficient strength.
g. Concretedefects such as voids,honeycomb,cold joints,spalling,cracking,etc.,likely
to result in deficient strength or durability.
2. Structural analysis and/or additional testingmay be required when strength of structure is
considered potentially deficient.
3. In-place testing of concrete may be required when strength of concrete in place is
considered potentially deficient.
a. Testing by impact hammer,sonoscope,or other nondestructive device maybe
permitted by Engineer to determine relative strengths at various locations in the
structure or for selecting areas to be cored.
1) Such tests shall not be used as a basis for acceptance or rejection.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE TESTINGAND INSPECTION
03 05 05-5
b. Core tests:
1) Where required,test cores will be obtained in accordance with ASTM C42.
a) If concrete in structure will be dry under service conditions,air dry cores
(temperature 60 to 80 degrees F,relative humidity less than 60%)for seven
days before test then test dry.
b) If concrete in structure willbe wet or subjected to high moisture atmosphere
underservice conditions,test cores after immersion in water for at least 40
hours and test wet.
c) Testing wet or dry to be determined by Engineer.
2) Three representative cores may be taken from eachmemberor area of concrete in
place that is considered potentially deficient.
a) Location of cores shall be determined by Engineer so as least to impair
strength of structure.
b) If,before testing,one or more of cores shows evidence of having been
damaged subsequent to or during removal from structure,damaged core shall
be replaced.
3) Concretein area represented bya core testwill be considered adequate if average
strength of three cores is equalto at least 8 5%of specified strength and no single
core is less than 75%of specified strength.
4) Fill core holes with non-shrink grout and finish to match surrounding surface when
exposed in a finished area.
4. If core tests are inconclusive or impractical to obtain or if structural analysis does not
confirm safety of structure,load tests may be required and their results evaluated in
accordance with ACI 318,Chapter 27.
5. Correct orreplace concrete work judged inadequate by structural analysis or by results of
core tests orload tests with additional construction,as directedby Engineer,at Contractor's
expense.
6. Contractorto pay allcosts incuffedin providing additional testing and/or structural analysis
required.
END OF SECTION
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE TESTINGAND INSPECTION
03 05 05-6
SECTION 03 31 31
CONCRETE MIXING, PLACING, JOINTING, AND CURING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mixing,placing,jointing,and curing of concrete construction.
B. Related Requirements: Include but are not necessarily limited to:
1. Section 03 05 05 -Concrete Testing and Inspection.
2. Section 03 3130 -Concrete,Materials and Proportioning.
3. Section 03 35 00 -Concrete Finishing and Repair of Surface Defects.
4. Section 07 92 00 -Joint Sealants.
1.2 REFERENCES
A. Terminology:
1. Terminology: Terminology indicated below are not defined terms and are not indicated
with initial capital letters,but whenusedin this Section have the meanings indicated below:
a. Unless obviously meant or intended otherwise,certain words and terms used in this
Section have meanings indicated in ACI CT-1 3.
b. "Water-bearing concrete"means concrete surface to be in contact(whether
continuously or intermittently)with water,process liquid,or slurries during intended
operationof the facility,including,but not limited to,concrete tanks,channels,wet
wells, distribution chambers,and secondary containment structures.
B. Reference Standards: Standards referenced in this Section include,but are not necessarily
limited to,the following:
1. American Concrete Institute(ACI):
a. CT-13,Concrete Terminology.
b. 117,Specification for Tolerances for Concrete Construction and Materials.
c. 304R,Guide for Measuring,Mixing,Transporting and Placing Concrete.
d. 304.2R,Placing Concrete by Pumping Methods.
e. 305R,Guide to Hot Weather Concreting.
f. 305.1,Specification for Hot Weather Concreting.
g. 306R,Guide to Cold Weather Concreting.
h. 306.1,Standard Specification for Cold Weather Concreting.
i. 308.1,Specification for Curing Concrete.
j. 309R,Guide for Consolidation of Concrete.
k. 318,Building Code Requirements for Structural Concrete and Commentary.
1. 360R,Guide to Design of Slabs-on-Ground.
2. ASTM International(ASTM):
a. C94/C94M,Standard Specification for Ready-Mixed Concrete.
b. C309,Standard Specification for Liquid Membrane-Forming Compounds for Curing
Concrete.
c. C 1315,Standard Specification for Liquid Membrane-Forming Compounds Having
Special Properties for Curing and Sealing Concrete.
d. D994,Standard Specification for Preformed Expansion Joint Filler for Concrete
(Bituminous Type).
e. D1056,Standard Specification for Flexible Cellular Materials-Sponge or Expanded
Rubber.
f. D1751,Standard Specification for Preformed Expansion Joint Filler for Concrete
Paving and Structural Construction(Nonextruding and Resilient Bituminous Types).
3. National Ready Mixed Concrete Association(NRMCA):
a. Checklist for Certification of Ready Mixed Concrete Production Facilities.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-1
4. United States Army Corps of Engineers(USACE):
a. CRD-0572,Specifications for Polyvinylchloride Waterstop.
1.3 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Coordinate concrete placement Work with other Work,and work of other contractors(if
any),that must be installed prior to placement of concrete.
2. Inform other contractors,if any,affected by the concrete Work of intended date(s)of
placement of concrete.Provide sufficient advance notice to allow other contractors to
perform their work that is to be completed prior to placing of concrete.
1.4 QUALITY ASSURANCE
A. Qualifications:
1. Concrete Supplier:
a. Ready-mix concrete batch plant shall be certified by NRMCA.
b. Ready mix plant shall comply with NRMCA Checklist for Certification of Ready
Mixed Concrete Production Facilities.
1.5 SUBMITTALS
A. Action Submittals: Submit the following:
1. Shop Drawings:
a. Scaled(minimum 1/8 inch per foot)drawings showing proposed locations of
constructionjoints,control joints,expansion joints(as applicable)and joint profile
dimensions for each joint type.
b. Drawing indicating location,size and type of prefabricated waterstop joints.
2. Product Data including:
a. Manufacturers and types:
1) Joint fillers.
2) Curing agents.
3) Construction joint bonding adhesive.
4) Prefabricated waterstops.
b. Acknowledgement thatproducts submitted meet requirements ofstandards referenced.
3. Samples:
a. Sample of each type ofprefabricated waterstop proposed for the Work,when requested
by Engineer.
4. Monitoring Procedures:
B. Informational Submittals: Submit the following:
1. Delivery Tickets:
a. Copies of concrete delivery tickets.
2. Supplier Instructions:
a. Procedure for adding high-range water reducer at the Site.
b. Instructions for handling and installing products approved by Engineer.
3. Field Quality Control Submittals:
a. Results of tests,inspections,and other quality control activities required bythe Contract
Documents,including Section 03 05 05 -Concrete Testing and Inspections,and this
Section's"Field Quality Control"Article performed at the Site.
4. Supplier Site Visit Reports:
a. Report of each visit to the Site by Supplier,summarizing purpose of visit,activities
while onsite,problems encountered,advice given to Contractor or Subcontractor,and
actions taken.
5. Special Procedure Submittals:
a. Description of proposed curing methods.
6. Qualifications:
a. Ready-mix plant certification,in accordance with this Section's"Quality Assurance"
Article.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-2
1.6 DELIVERY,STORAGE,AND HANDLING
A. Concrete Delivery:
1. Prepare a delivery ticket for each load of ready mixed concrete.
2. Truck operator shall hand ticket to Contractor at the time of delivery.
3. Ticket to show:
a. Mix identification.
b. Quantity delivered.
c. Quantity of material in each batch.
d. Outdoor temperature in the shade at location of concrete placement.
e. Time at which cement was added.
f. Time of delivery.
g. Time of discharge.
h. Quantity ofwaterthatmay be added at the site without exceeding the specified water-
cement ratio.
i. Quantity of any water added at the Site.
1.7 PROJECT CONDITIONS
A. Adjust concrete mix design when material characteristics,j ob conditions,weather,strength test
results or other circumstances warrant.
1. Do not use revised concrete mixes until submitted to and approved by Engineer.
1.8 SEQUENCING AND SCHEDULING
A. Do not begin concrete production until proposed concrete mix design has been approved by
Engineer.
1. Engineer's approval of concrete mix design does not relieve Contractor of responsibility to
provide concrete that meets the requirements of the Contract Documents.
PART 2 - PRODUCTS
2.1 PRODUCTS
A. Subject to compliance with the Contract Documents,the manufacturers listed in this article are
acceptable.
a.
B. Curing Materials shall comply with one or more of the following:
1. Absorbent Covers.
a. AASHTO MI 82,Class 2,burlap cloth made from jute or kenaf,weighing
approximately 9 ounces per square yard when dry.
1) Materials must be free of harmful substances,such as sugar or fertilizer,or
substances that may discolor the concrete.
2) To remove soluble substances,burlap should be thoroughly rinsed in water before
placing it on the concrete.
2. Moisture Retaining Covers.
a. Plastic Film: ASTM C171,not less than 10 mils thickness polyethylene film.
b. White burlap-polyethylene sheet meeting ASTM C 171.
c. Reinforced Curing Paper: Complying with ASTM C 171.
d. Moisture Retaining Fabric.
1) Comply with ASTM C171.
a) A naturally colored,non-woven polypropylene fabric with 4-mil non-
perforated reflective(white)polyethylene coating containing stabilizers to
resist degradation from ultraviolet light.
b) Fabric shall exhibit low permeability and high moisture retention.
c) Products:
(1) PNA Construction Technologies,Inc.;Hydra cure S16.
(2) Reef Industries Inc; Transguard 4000.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-3
(3) Or equal.
3. Dissipating curing compound:
a. Fugitive dye,waterbome,membrane-forming.
b. ASTM C309,Type 1D,Class AorB,shall be composed of hydrocarbon resins,and
dissipating agents that begin to break down upon exposure to UV light,and traffic,
approximately fourto six weeks after applications,providing a film that is removable
with standard degreasing agents,andmechanized scrubbing actions to not impair the
later addition and performance of applied finishes.
c. Products and Manufacturers:
1) Dayton Superior Corporation;Day Chem Rez Cure(J-11-WD).
2) Euclid Chemical Company;Kurez DR VOX.
3) L&M Construction Chemicals,Inc.;L&M Cure R.
4) Or equal.
4. Clear,water or solvent-borne,membrane-forming curing and sealing compound:
a. ASTM C1315,Type 1,Class A.
b. Moisture loss shallbe not morethan0.40 kilograms per square meter when applied at
300 square feet per gallon.
c. Manufacturer's certification is required.
d. Subject to Project requirements,provide one of the following products:
1) Solvent-based:
a) Euclid Chemical Company;Super Diamond Clear,Luster Seal300(exterior),
Super Rez-Seal(interior).
b) L&M Construction Chemicals,Inc.; Lumiseal Plus.
c) W.R.Meadows,Inc.; CS-309/30.
d) Or equal.
2) Water-based:
a) Euclid Chemical Company; Super Diamond Clear VOX.
b) L&M Construction Chemicals,Inc.;Lumiseal WB Plus.
c) W.R.Meadows,Inc.;Vocomp-30.
d) Or equal.
C. Sand cement grout,non-shrink grout and epoxy grout: Comply with Section 03 00 05 -
Concrete Materials and Proportioning.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Installing the Work constitutes Contractor's approval of underlying work,substrates,and field
conditions prevailing at the time of the Work.
3.2 PREPARATION
A. Preparation—General:
1. Materials and construction shall comply with the tolerances as specified in ACI 117.
2. Complete formwork.
3. Remove earth,snow,ice,water,foreign matter,and other extraneous materials from areas
that will receive concrete.
4. Secure reinforcement in place.
5. Provide expansion joint material,anchors and other embedded items.
6. Prior to placing concrete,obtain Engineer's concurrence that associated formwork and
reinforcing appear to be in accordance with the Contract Documents.However,in no event
will Engineer's observations,comments,orconcurrence that any part of the Work appears
to be in accordance with the Contract Documents modify or reduce Contractor's sole
responsibility for providing Work in accordance with the Contract Documents.
7. Do not place concrete duringrain,sleet,snow,orotheradverse ambient or environmental
conditions unless adequate protection is provided by Contractor and such placement is
acceptable to Engineer.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-4
a. Provide sufficient quantity of competent,experienced workers with due regard for
effects of concrete temperature and atmospheric conditions on rate of hardening of
concrete as required to obtain good surfaces and avoid unplanned cold joints.
b. Do not allow precipitation or storm water runoff to increase mixing water nor to
damage surface finish.
8. Remove hardened concrete and foreign materials from inner surfaces of conveying
equipment and formwork.
9. Provide slabs and beams of minimum indicated required depth when sloping structural
foundation base slabs and elevated slabs to drains.
a. For floor slabs on grade,slope top of subgrade to provide slab of required uniform
thickness.
B. Preparation of Subgrade for Slabs On Ground:
1. Subgrade shall be wetted without standing water immediately prior to placing concrete.
2. Obtain Engineer's acceptance of subgrade compaction density prior to placing slabs on
ground.
C. Edge Forms and Screeds:
1. Set accurately to produce designated elevations and contours of finished surface.
2. Sufficiently strong to support vibrating screeds or roller pipe screeds,if required.
3. Use strike off templates,or acceptable vibrating type screeds,to align concrete surfaces to
contours of screed strips.
3.3 CONCRETE MIXING
A. Concrete Mixing-General:
1. Provide concrete materials from one ready-mix batch plant qualified in accordance with this
Section's"Quality Assurance"Article.
2. Batch,mix,and transport in accordance with ASTM C94/C94M.
B. Control of Admixtures:
1. Control at ready-mix plant:
a. Admixtures shall be introduced at the ready-mix plant in accordance with
manufacturer's recommendations.
b. Charge admixtures into mixer as solutions.
1) Measure by means of an appropriate mechanical dispensing device.
2) Liquid considered apart of mixing water.
3) Admixtures that cannot be added in solution maybe weighed or measured by
volume if so recommended by manufacturer.
c. Add separately,when two ormore admixtures are used in concrete,to avoid possible
interaction thatmight interfere with efficiency of either admixture,or adversely affect
concrete.
d. Complete performing addition of retarding admixtures within one minute afteraddition
ofwaterto cementhas been completed,or prior to beginning of last three quarters of
required mixing,whichever occurs first.
2. Control of Admixtures at the Site:
a. Additional quantities of admixtures(with theexceptionof retarders)may be added at
the Site provided:
1) Addition of admixtures shall be under the supervision of the ready-mix plant's
quality control representative.
2) Addition of each admixture shall be documented on the delivery ticket.
3) Provide additional mixing in accordance with ASTM C94.
C. Tempering and Control of Mixing Water:
1. Mix concrete only in quantities for immediate use.
2. Discard concrete which has set.
3. Discharge concrete from ready-mix delivery vehicles within time limit stated in ASTM C94.
4. Addition of water at the Site:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-5
a. Comply with Section 03 31 30-Concrete Materials and Proportioning,for specified
water cement ratio and slump.
b. Do not exceed maximum specified water cement ratio or slump.
c. Incorporate waterby additional mixing equal to at least half of total mixing required.
3.4 PLACING OF CONCRETE
A. Placing of Concrete-General:
1. Place concrete as a rate such that concrete,which is being integrated with fresh concrete,is
"workable".
a. Provide sufficient,competent,skilled workers for timely delivery of concrete into
forms to avoid unintended cold joints and placement consolidation issues.
2. Comply with ACI 304R,ACI 304.2R,and ACI 301.
3. Do not begin placing concrete during rain,sleet,snow,or other adverse weather or
environmental conditions that may be detrimental to concrete placement.
a. Protect fresh concrete from ensuing inclement weather and other environmental
conditions that may be detrimental to concrete.
4. Time betweenconcrete hatching and finalplacement shall not exceed 90 minutes, [unless
indicated otherwise by the ready-mix plant or noted on the delivery ticket].
a. Selection of time limitto endof discharge should consider ambient conditions,types of
cementitious materials and admixtures used,placement procedures,and projected
transportation time between ready-mix plant and the point of delivery.
b. If discharge is acceptable after more than 90 minutes have elapsed since batching,
verify that aircontent of air-entrained concrete,slump,andtemperature ofconcrete are
as specified.
5. Do not deposit concrete which has partially hardened orha s been contaminated by foreign
materials.
6. Begin work only when work of other trades affecting concrete is complete.
7. When pumping concrete,do not use excess grout ormortarto lubricate concrete conveyance
piping.
8. Do not use excess water for workability or any reason when placing concrete by freefall.
9. Deposit concrete continuously to avoid cold joints.
10. Provide construction joints at locations shown or indicated in the Contract Documents,
unless otherwise approved by Engineer via Shop Drawing or Contract modification.
a. Plan size of crews with due regard for effects of concrete temperature and ambient
conditions to avoid unplanned cold joints.
11. Spreaders:
a. Temporary: Remove as soon as concreteplacing renders their function unnecessary.
b. Embedded:
1) Obtain approval of Engineer for their use.
2) Materials: Concrete or metal.
3) Ends of metal spreaders coated with plastic coating two inches from each end.
12. Deposit concrete as nearly as practicable in its final position to avoid segregation.
a. Maximum free fall: 4 feet.
b. Place concrete bymeans of hopper,"elephant trunk"ortremie pipe extending to within
four feet of surface.
13. Perform the following operations before bleeding water has an opportunity to collect on
surface:
a. Spread.
b. Consolidate.
c. Straightedge.
d. Darby or bull float.
14. No water shall be added to the concrete surface to ease finishing operation.
15. Do not discharge water into forms.
16. Consider use of form vibrators for certain placement situations.
B. Cold Weather Concrete Placement:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-6
1. Comply with ACI 306.1.
2. Do not place concrete on forms or subgrades that are below 32 degrees F or contain frozen
material.
3. Maintain all materials,forms,reinforcement,subgrade and any other items which concrete
will come in contact with free of frost,ice or snow at time of concrete placement.
4. Temperature of concrete when discharged at site: in accordance with ACI 306.1.
5. Heat subgrade forms,embedments and reinforcement with a cross sectionarea greater than
foursquare inches to between45 and 70 degrees F,when temperature of surrounding air is
32 degrees F or below,at time concrete is placed.
a. Remove frost from subgrade,forms and reinforcement before concrete is placed.
6. Combine water with aggregate in mixer before cement is added,if water or aggregate is
heated above 90 degrees F.
7. Do not mix cement with water or with mixtures of water and aggregate having a
temperature greater than 90 degrees F.
8. Complywith ACI 306R forspecific requirements dealingwith elevated steeltroweled slabs
that will be exposed to freeze-thaw cycles.
C. Hot Weather Concrete Placement:
l. Comply with ACI 305.1.
2. Cool ingredients before mixing,or add flake ice or well crushed ice of a size that will melt
completely during mixing for all or part of mixing water if high temperature,low slump,
flash set,cold joints,or shrinkage cracks are encountered.
3. Temperature of concrete atpoint ofdelivery(i.e.delivery vehicle discharge)when placed:
a. Not to exceed 90 degrees F.
b. Not so high as to cause:
1) Shrinkage cracks.
2) Difficulty in placement due to loss of slump.
3) Flash set.
4. Temperature of forms and reinforcing when placing concrete:
a. Not to exceed 90 degrees F.
b. Maybe reduced by spraying with water to cool below 90 degrees F.
1) Leave no standing water to contact concrete being placed.
5. Prevent plastic shrinkage cracking,slab curling,or both due to evaporation.
D. Consolidating:
1. Consolidate in accordance with ACI 309R except as modified herein.
2. Consolidate by vibration so that concrete is thoroughly worked around reinforcement,
embedded items and into corners of forms.
a. Ensure no displacement of reinforcing or other embeds from final position.
b. Eliminate:
1) Air or stone pockets.
2) Honeycombing,pitting,or both.
3) Planes of weakness.
3. Use suitable form vibrators located just below top surface of concrete,where internal
vibrators cannot be used in areas of congested reinforcing.
a. Size and coordinate external vibrators to specifically match forming system used.
4. Internal vibrators:
a. Minimum frequency of 8000 vibrations per minute.
b. Insert and withdraw at points approximately 1.5 feet apart.
1) Allow sufficient duration at each insertion to consolidate concrete but not sufficient
to cause segregation.
c. Use in:
1) Beams and girders of framed slabs.
2) Columns and walls.
3) Vibrating concrete around allwaterstops.
d. Size of vibrators shall be in accordance with ACI 309R,Table 5.1.5.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-7
5. Obtain consolidation ofsla bs with intemalvibrators,vibrating screeds,roller pipe screeds,
or other appropriate means.
6. Do not use vibrators to transport concrete within forms.
7. When placing self-consolidating concrete,the use of form orpencil vibrators is acceptable,
provided such methods do not cause aggregate segregation,orotherwise adversely affectthe
quality of the Work.
8. Provide sufficient spare vibrators at the Site during all concreteplacing operations to ensure
continuous vibration.
9. Bring a full surface of mortar against form by vibration supplemented if necessary by
spadingto work coarse aggregate back from formed surface,where concrete is to have an
as-cast finish.
10. Prevent construction equipment andmachinery,construction operations,and personnel from
introducing vibrations into freshly placed concrete after the concrete has been placed and
consolidated.
E. Handle concrete from mixerto place of final deposit by methods whichwill prevent segregation
or loss of ingredients and in a manner which will assure that required quality of concrete is
maintained.
1. Use truck mixers,agitators,and non-agitating units in accordance with ASTM C94.
2. Temporary horizontal belt conveyors:
a. Mount at a slope which will not cause segregation or loss of ingredients.
b. Protect concrete against undue drying or rise in temperature.
c. Use an arrangement at discharge end to prevent segregation.
d. Do not allow mortar to adhere to return length of belt.
e. Discharge conveyor runs into equipment specially designed for spreading concrete.
3. Temporary metal or metal lined chutes:
a. Slope not exceeding 1 vertical to 2 horizontal and not less than 1 vertical to 3
horizontal.
b. Chutes more than20 feet longandchutesnotmeeting slope requirements may beused
provided they discharge into a hopper before distribution.
c. Provide end of each chute with a device to prevent segregation.
4. Temporary pumping or pneumatic conveying equipment:
a. Designed for concrete application and having adequate pumping capacity.
b. Control pneumatic placement so segregation is avoided in discharged concrete.
c. Loss of slump in pumping or pneumatic conveying equipment shall not exceed 1.5
inches.
d. Do not convey concrete through pipe of aluminum or aluminum alloy.
e. Provide pumping equipment without Y sections.
3.5 JOINTS AND EMBEDDED ITEMS
A. Construction Joints-General:
1. Provide j oints at locations as shown or indicated on the Drawings or as shown on approved
Shop Drawings approved by Engineer or in an appropriate Contract modification.
a. Where construction joint spacing shown on the Drawings exceeds the joint spacing
indicated in Paragraph B.below,submit proposed construction joint location in
conformance with this Section.
2. Unplanned construction joints are unacceptable.
a. If concrete cannotbe completely placed between planned construction joints,then it
must be removed.
3. In general,locate joints near middle of spans of slabs,beams and girders unless a beam
intersects a girderat this point,in which case,offsetjointin girdera distance equal to twice
the width of the beam.
4. Place beams,girders,column capitals and drop panels at same time as slabs.
5. Make jointsperpendicularto main reinforcement with allreinforcement continuous across
joints.
6. Provide the following joints unless shown or indicated otherwise on the Drawings:
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-8
a. Roughen joints: horizontal construction joints.
b. Keyed joints: vertical construction joints.
7. Roughen construction joints:
a. Clean the previously hardened concrete interface and remove all laitance.
b. Intentionally roughen the interface to a full amplitude of 0.25 inch.
B. Construction Joints-Bonding:
1. Obtain bond between concrete pours at construction joints by thoroughly cleaning and
removing all laitance from construction joints.
2. Before newconcrete is placed,allconstructionjoints shallbe coated with cement grout,or
dampened,as indicated below:
3. Roughen construction joints:
a. Roughen the surface ofthe concrete to expose the coarse aggregate uniformly with 0.25
inch minimum amplitude.
1) Remove laitance,loosened particles of aggregate or damaged concrete at the
surface.
C. Expansion Joints:
1. Do not allow reinforcement or other embedded metal items bonded to concrete(except
smooth dowels bonded on only one side of joint)to extend continuously through an
expansion joint.
2. Use neoprene expansionj oint fillers,unless shown orindicated otherwise on the Drawings.
3. Seal expansion joints as shown or indicated on the Drawings.
a. Comply with Section 07 92 00 -Joint Sealants.
D. Other Embedded Items:
1. Place sleeves,inserts,anchors,and embedded items required for adjoining work or for its
support,prior to initiating concreting.
2. Do not route electrical conduit,drains,or pipes in concrete slabs,walls,columns,
foundations,beams or other structural members unless approved by Engineer.
3.6 FINISHING
A. Comply with Section 03 35 00 -Concrete Finishing and Repair of Surface Defects.
B. Coordinate mixing and placing with finishing.
3.7 INSTALLATION OF GROUT
A. Grout Schedule:
1. Sand cement grout:
a. Fill keyways in precast HCU.
b. Construction joint bedding(base ofwallpours with comparable compressive strength
to wall).
c. Generaluse.
d. As shown or indicated on the Drawings.
2. Non-shrinkingnon-metallic grout:
a. Filling form tie holes.
b. Under column and beam base plates.
c. Other uses shown or indicated on the Drawings.
3. Epoxy grout:
a. Patching cavities in concrete.
b. Grouting of dowels and anchor bolts into existing concrete.
c. Grouting of rotating or oscillating equipment base plates.
d. As shown or indicated on the Drawings.
B. Grout Installation:
1. Sand cement grout:
a. Fill wetted keyways between precast concrete hollow core slabs with sand cement
grout.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
033131-9
b. Consolidate groutby rodding or by other means to assure complete filling of keyways.
c. Cure grout by one of methods specified.
2. Non-shrink non-metallic grout:
a. Clean concrete surface to receive grout.
b. Saturate concrete with water for 24 hours prior to grouting.
c. Mix in a mechanical mixer.
d. Use no more water than necessary to produce flowable grout.
e. Place in accordance with manufacturer's instructions.
f. Provide underbeam,column,and equipment base plates,in joints between precast
concrete and cast-in-place slabs,and in other locations shown or indicated on the
Drawings.
g. Completely fill spaces and cavities below the top of base plates.
h. Provide forms where base plates and bed plates do not confine grout.
i. Where exposed to view,finish grout edges smooth.
j. Except wherea slope is shown orindicatedon the Drawings,finish edges flush at the
base plate,bed plate,member or piece of equipment.
k. Coat exposed edges of groutwith cure or seal compound recommended by the grout
manufacturer.
3. Epoxy grout:
a. Mix and place in accordance with manufacturer's written instructions.
b. Apply only to clean,dry,sound surface.
c. Completely fill cavities and spaces around dowels and anchors without voids.
d. Grout base and bed plates as specified for non-shrinking,non-metallic grout.
e. Obtain manufacturer's field technical assistance as necessary to ensure proper
placement.
3.8 CURING AND PROTECTION
A. Protect concrete frompremature drying,excessively hot or cold temperatures,and mechanical
damage immediately after placement,and maintain with minimal moisture loss at relatively
constant temperature forperiod necessary for hydration ofcement,hardening,and compressive
strength gain.
1. Comply with ACI 308.1 except as modified herein.
2. Do not impose loads by foot traffic,wheeled traffic,and other loads until concrete has
sufficiently curedto carry imposed loads without adversely affecting the concrete. In no
event shall concrete be subject to loading or traffic during initial48 hours of curing,unless
otherwise approved by Engineer.
B. Apply one of the following curing procedures immediately after completion of placement and
finishing(surfaces not in contact with forms).
1. Ponding or continuous sprinkling. Avoid eroding the surface of freshly placed concrete.
2. Application of wet Absorbent Covers:
a. Minimum lap: 12 inches.
b. Provide continuous uniform supply ofmoisture,such as sprinklers or soaker hoses as
necessary to keep concrete surface continuously wet.
c. Monitor Absorbent Covers as requiredto prevent cover materials or concrete surface
from drying out.
3. Continuous application of steam (not exceeding 150 degrees F)or mist spray.
4. Application of Moisture Retaining Cover sheet materials.
a. Place as soon as possible after final finishing and without marring the surface.
b. Minimum lap: 12 inches.
c. Seal edges to make water-tight.
d. Place Moisture Retaining Cover in intimate contactwith the concrete surface,without
wrinkles and weighted to hold in place.
e. Hold coverandedges in place as necessaryto prevent wind from displacing the cover.
f. Moisture Retaining Fabric:
1) Install in accordance with manufacturer's written recommendations.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
03 31 31-10
2) Saturate concrete surface and fabric side of cover immediately prior to placing.
g. Monitor continuously during the curing period:
1) Repair holes,tears or displaced cover.
2) Rewet as necessary to keep concrete moist under cover.
5. Application of other moisture retaining covering acceptable to Engineer.
6. Water used for curing shall be within 20 degrees F of the concrete temperature.
7. Application of a curing compound.
a. Apply curing compoundin accordance with manufacturer's written recommendations
immediately after any water sheen,which may develop after finishing,has disappeared
from concrete surface.
b. Do not use on surface against which additional concrete or other material is to be
bonded unless it is proven that curing compound will not prevent bond.
c. Where a vertical surface is cured with a curing compound,the vertical surface shall be
covered with a minimum of two coats of the curing compound.
1) Apply the first coat of curing compound to a vertical surface immediately after
form removal.
2) The vertical concrete surface at thetime of receiving the first coat shall be damp
with no free water on the surface.
3) Allow the preceding coat to completely dry prior to applying the next coat.
4) A vertical surface: Any surface steeper than 1 vertical to 4 horizontal.
8. Surfaces In Contact with Forms:
a. Formedsurfaces: Cure formed concrete surfaces utilizing final curing methods per ACI
308.1,including underside of beams,supported slabs,and other similar surfaces,
1) See Section 03 11 13 -Formwork.
b. Minimize moisture loss from and temperature gain of concrete placed in forms exposed
to heatingby sun by keeping forms wet and cool until they can be safely removed.
c. Make provisions to keep concrete wall moist while stripping forms and until curing
measures are in place.
d. After form removal,cure concrete until end of time prescribed.
e. Use one of the methods listed above.
f. Forms left in place shall not be used as a method of curing in hot weather.
g. The term"hot weather",where used in these Specifications,is defined in ACI 305.1.
h. In hot weather,remove forms from vertical surfaces as soon as concrete has gained
sufficient strength so that the formwork is no longer required to support the concrete.
C. Curing Period:
1. Continue curing for at least seven days for all concrete except Type IIl,high early strength
concrete for which period shall be at least three days.
a. If one of curingprocedures indicated above is used initially,it maybe replaced by one
of otherprocedures indicated anytime after concrete is two days old,provided concrete
is not permitted to become surface dry during transition.
D. Cold Weather:
1. Comply with of ACI 306.1.
2. Maintain temperature of concrete in accordancewith ACI 306.1 fora minimum of72 hours
after concrete is placed,when outdoor temperature is 40 degrees F,or less.
a. Maximum temperature rate of decrease: In accordance with ACI 306.1.
3. Provide temporary heating,covering,insulating,or housing of the concrete Work to
maintain required temperature without damage due to concentration of heat.
4. Do notuse combustion heaters unless precautions are taken to prevent exposure ofconcrete
to exhaust gases which contain carbon dioxide.
5. Interiorslabs in areas intended tobe heatedshallbe adequately protected so that frost does
not develop in the supporting subgrade.
E. Hot Weather:
1. Comply with ACI 305.1 and ACI 308.1.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
03 31 31-11
2. Provide as necessary cooling forms,reinforcement and concrete,windbreaks,shading,fog
spraying,sprinkling,ponding,or wet covering with a light colored material.
3. Provide protective measures as quickly as concrete hardening and finishing operations will
allow.
4. Maximum temperature rate of decrease: In accordance with ACI 305.1.
F. Rate of Temperature Change:
1. Maintain temperature of air immediately adjacentto concrete asunifonn as possible,during
and immediately following curing.
G. Protection from Mechanical Damage:
1. Protect concrete from damage of all types,whether or not mechanically imparted including
load stresses,heavy shock,and excessive vibration.
2. Protect finished concrete surfaces from all types of damage,including damage by
construction equipment andmachinery,construction means andmethods,precipitation,and
running water.
3. Do not load self-supporting structures in such a way as to overstress concrete.
3.9 FIELD QUALITY CONTROL
A. Tests and Inspections:
1. Special Inspections in accordance with building code:
a. Comply with 03 05 05 -Concrete Testing and Inspection.
B. Supplier's Onsite Services:
1. Waterstop manufacturer's representative shall provide on-site training of waterstop
installation,field splicing,welding and inspection procedures prior to construction.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE MIXING,PLACING,JOINTING,AND CURING
03 31 31-12
SECTION 03 35 00
CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Concrete finishing and repair of surface defects.
2. Chemical Sealers.
3. Polymer Modified Cementitious Coating.
4. Resurfacing Mortar.
B. Related Specification Sections include but are not necessarily limited to:
1. Section 03 3130 -Concrete,Materials and Proportioning.
2. Section 03 31 31 -Concrete Mixing,Placing,Jointing and Curing.
1.2 QUALITY ASSURANCE
A. Referenced Standards:
1. American Concrete Institute(ACI):
a. CT,Concrete Terminology.
b. 117,Specification for Tolerances for Concrete Construction and Materials.
c. 303R,Guide to Cast-in-Place Architectural Concrete Practice.
d. 308,Standard Practice for Curing Concrete.
2. ASTM International(ASTM):
a. C 109,Standard Test Method for Compressive Strengthof Hydraulic Cement Mortars
(Using 2-in.or 50-mm Cube Specimens).
b. C150,Standard Specification for Portland Cement.
c. C157,Standard Test Method for Length Change of Hardened Hydraulic-Cement
Mortar and Concrete.
d. C309,Standard Specification for Liquid Membrane-Forming Compounds for Curing
Concrete.
e. C666,Standard Test Method for Resistance of Concrete to Rapid Freezing and
Thawing.
f. C779,Standard Test Method for Abrasion Resistance ofHorizontal Concrete Surfaces.
g. C 1315,Standard Specification for Liquid Membrane-Fonning Compounds Having
Special Properties for Curing and Sealing Concrete.
h. D4258,Standard Practice for Surface Cleaning Concrete for Coating.
i. D4259,Standard Practice for Abrading Concrete.
j. El 155,Standard Test Method for Determining F(F)Floor Flatness and F(L)Floor
Levelness Numbers.
k. E1486,Standard Test Method for Determining Floor Tolerances Using Waviness,
Wheel Path and Levelness Criteria.
3. International Concrete Repair Institute(ICRI):
a. 310.2R,Selecting and Specifying Concrete Surface Preparation for Sealers,Coatings,
and Polymer Overlays.
4. National Council Highway Research Program(NCHRP):
a. 244,Concrete Sealers for the Protection of Bridge Structures.
5. The Society for Protective Coatings/NACE International(SSPC/NACE)
a. SP 13/NACE No.6,Surface Preparation of Concrete.
B. Qualifications:
1. Chemical Sealer CS-2:
a. Applicator shallbe factory trained and approved,in writing,by the manufacturer to
apply the product.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE FINISFQNG AND REPAIR OF SURFACE DEFECTS
03 35 00-1
b. Applicator shall have a minimum of five years of experience successfully applying
materials specified.
C. Mock-Ups.
1. General:
a. Construct additional mock-ups as required until accepted.
b. Mock-ups constitute minimum standard of quality for actual construction.
c. Maintain mock-up during construction.
d. Remove when directed by Engineer.
2. Construct mock-up for each type of wall finish specified for review and acceptance by
Engineer.
a. Minimum 4 x 4 feet area for each different wall finish specified.
b. Mock-ups shall include:
1) Sample of patched tie hole.
2) Sample of all jointery being used in the walls.
c. Include mock-up of wall having polymer modified cementitious coating.
1) Mock-up shall be stepped to show surface preparation,repairs and coating in all
stages of application.
d. Mock-up ofcolored concrete wall including area using colored patching mortar and
colored tie hole patch for Engineer's review and acceptance.
e. Mock-up may be built into permanent wall if approved in writing by the Engineer.
1) Mock-up area shall be readily identifiable during construction.
3. Construct mock-up floor slab for review and acceptance by Engineer.
a. Minimum 10 x 10 feet.
b. Include mock-up of troweled slab with Dry-shake Hardeners.
c. Include mock-up of troweled slab with metallic aggregate topping.
1.3 DEFINITIONS
A. Vertical Surface Defects:
1. Any void in the face of the concrete deeper than 1/8 inches,such as:
a. Tie holes.
b. Air pockets(bug holes).
c. Honeycombs.
d. Rock holes.
2. Scabbing:
a. Scabbing is defect in which parts ofthe form face,including release agent,adhere to
concrete.
3. Foreign material embedded in face of concrete.
4. Fins 1/16 inches or more in height.
B. Installer or Applicator:
1. Installer or a pplicator is the persona ctually installing or applying the product in the field at
the Project site.
2. Installer and applicator are synonymous.
C. Other words and terms used in this Specification Section are defined in ACI CT.
1.4 SUBMITTALS
A. Shop Drawings:
1. Product technical data including:
a. Acknowledgement thatproducts submitted meet requirements ofstandards referenced.
b. Manufacturer's installation instructions.
2. Certifications:
a. Certification of aggregate gradation.
b. Certification of manufacturer experience qualifications and performance history.
c. Certification of applicator's qualifications.
1) Refer to Qua lifications paragraph.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE FINISFQNG AND REPAIR OF SURFACE DEFECTS
03 35 00-2
2) Provide manufacturer's written approval of applicators.
3) Provide references substantiating specialty experience.
B. Informational Submittals:
1.5 DELIVERY,STORAGE,AND HANDLING
A. Comply with manufacturer's recommendations and requirements for materials used.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Subject to compliance with the Contract Documents,the following manufacturers are
acceptable:
1. Bonding Agents:
a. Master Builders Solutions.
b. Euclid Chemical Co.
c. Laticrete-L&M Construction Chemicals.
2. Chemical Sealers:
a. Master Builders Solutions.
b. Euclid Chemical Co.
c. Laticrete-L&M Construction Chemicals.
d. Tnemec Chemprobe.
e. Sikaflex
3. Polymer Modified Cementitious Coating:
a. Aquafin International.
b. Master Builders Solutions.
c. Euclid Chemical Co.
4. Patching Mortar:
a. Master Builders Solutions.
b. Euclid Chemical Co.
c. Laticrete-L&M Construction Chemicals.
d. Sika Corporation.
2.2 MATERIALS
A. Chemical Sealer CS-3:
1. Clear,penetrating,breathable,waterborne silane-siloxane solution.
2. VOC content: <50 G/L.
3. Odorless.
4. Flash point: >200 degrees F.
5. Water absorption: 85%reduction per NCHRP 244.
6. Chloride penetration: 82%reduction per NCHRP 244.
7. Euclid Chemical Baracade WB 244.
B. PatchingMortar: Trowelable cementitious repair mortar for vertical,overhead,and horizontal
repairs.
1. Portland cement-based,rapid set repair mortar for interior or exterior use.
2. Compressive Strength,ASTM C109:
a. Minimum 3000 psi at 7 days.
b. Minimum 5000 psi at 28 days.
3. Freeze Thaw Durability,ASTM C666: 96.75%at 300 Cycles.
4. Shrinkage,ASTM C157: 0.069%.
5. Euclid Chemical Speed Crete Red Line.
C. Bonding Agents:
1. For use only on concrete surfaces not receiving liquid water repellent coating:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE FINISFQNG AND REPAIR OF SURFACE DEFECTS
03 35 00-3
a. High solids acrylic latex base liquid for interior or exterior application as a bonding
agent to improve adhesionand mechanical properties of concrete patching mortars.
1) Master Builders MasterEmaco A 660.
2) Euclid Chemical Co.Flex-Con.
3) Laticrete L&M Everbond.
2. For use only on concrete surface receiving liquid water repellent:
a. Non-acrylic base liquid for interior or exterior application as a bonding agent to
improve adhesion and mechanical properties of concrete patching mortars.
D. Cement:
1. ASTM C150,Type II Portland for areas exposed to sewage.
2. ASTM C150,Type I Portland elsewhere.
E. Aggregate:
1. Sand: Maximum size#30 mesh sieve.
2. For exposed aggregate finish surfaces: Same as surrounding wall.
F. Water: Potable.
G. Nonshrink Grout: See Specification Section 03 3130 and Specification Section 03 31 31.
2.3 MIXES
A. Bonding Grout: One part cement to one part aggregate.
B. Patching Mortar:
1. One part cement to 2-1/2 parts aggregate by damp loose volume.
a. Substitute white Portland cement fora part of gray Portland cement to produce color
matching surrounding concrete.
PART 3 - EXECUTION
3.1 PREPARATION
A. For methods of curing,see Specification Section 03 31 31.
B. Surface Preparation:
1. Clean surfaces in accordance with ASTM D4258 to remove dust,dirt,form oil,grease,or
other contaminants prior to abrasive blasting,chipping,grinding or wire brushing.
2. Prepare surfaces in accordance with ASTM D4259 and SSPC SP 13/NACE No.6 to
completely open defects down to sound concrete and remove laitance.
a. Provide concrete surface profile(CSP)in accordance with ICRI 310.2:
1) Areas to receive Repair Mortar:
a) Areas larger than 1 SF or deeper than 1/4 inches Abrasive blast,scarify or
needle scale to CSP No.6-8.
b. If additional chipping or wire brushing is necessary,make edges perpendicular to
surface or slightly undercut.
c. No featheredges will be permitted.
d. Rinse surface with clean water to remove all dust,dirt,debris,loosened concrete,
laitance,and other contaminants.
C. Preparation of Bonding Grout Mixture:
1. Mix cement and aggregate.
2. Mix bonding agent and water together in separate container in accordance with
manufacturer's instructions.
3. Add bonding agent/water mixture to cement/aggregate mixture.
4. Mix to consistency of thick cream.
5. Bonding agent itself may be used as bonding grout if approved by manufacturer and
Engineer.
D. Preparation of Patching Mortar Mixture:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE FINISFQNG AND REPAIR OF SURFACE DEFECTS
03 35 00-4
1. Mix specified patching mortar per manufacturer's published recommendations.
2. For repairs exceeding 2 inches in depth,mix with clean,pre-dampened 3/8 inches pea
gravel in accordance with the manufacturer's recommendations.
E. Polymer modified cementitious coating:
1. Mix in accordance with manufacturer's recommendations using bonding agent acceptable to
coating manufacturer.
3.2 INSTALLATION AND APPLICATION
A. Do not repair surface defects or apply wall or floor finishes when temperature is or is expected
to be below 50 degrees F.
1. If necessary,enclose andheat area to between 50 and 70 degrees F during repair of surface
defects and curing of patching material.
a. Use only clean fuel,indirect fired heating apparatus.
b. Exhaust combustion byproducts outside of work area.
B. Chemical Sealer Application:
1. General:
a. Immediately prior to Substantial Completion,thoroughly clean floor in accordance with
ASTM D4258 and prepare to receive chemical sealer.
1) Remove previously applied membrane curing compounds.
2) Remove soil,oils,stains,discoloration,or any other imperfection having a negative
impact on the appearance of the finished floor.
b. Apply product to floor areas indicated on the Drawings.
c. Apply in accordance with manufacturer's published installation instructions.
2. Chemical Sealer(CS-1):
a. Apply two uniform coats at rate recommended by manufacturer.
1) Apply using manufacturer's recommended equipment with a fan-tip nozzle.
2) Do not allow material to puddle.
b. Allow first coat to completely dry before applying second coat.
c. Spotted or mottled appearances will not be accepted.
3. Chemical Sealer(CS-2):
a. Apply two uniform coats at rate recommended by manufacturer.
1) Scrub the material into the floor using a mechanical scrubber.
a) Keep the surface wet for not less than 30 minutes.
b) Continue scrubbing in accordance with manufacturer's application
instructions.
c) After material has thickened,butnotmore than 60minutes after application,
remove all excess liquid.
2) Thoroughly rinse with clean water to remove all residue.
a) Damp mop with clean water to remove any streaks.
b) Do not allow residue to dry on floor surface.
3) Do not track material onto untreated surfaces.
b. After rinsing,allow floor to dry completely and apply second coat following the same
procedures.
c. Fina I floor finish shall have uniform sheen without streaking,stains or white residue.
4. Chemical Sealer(CS-3):
a. Apply uniform coats at rate recommended by manufacturer.
1) Apply with fine,uniform spray or microfiber pad.
b. Allow floor to dry completely and remove any dried residue using hot water and mild
citric acid.
c. Final floor finish shall be uniform,free of residue,and shall repel water.
d. Apply additional coat(s)as necessary to achieve water repellent finish.
C. Repairing Surface Defects:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE FINISFQNG AND REPAIR OF SURFACE DEFECTS
03 35 00-5
I. This method is to be used on vertical concrete surfaces as indicated in the Concrete Finishes
for Vertical Wall Surfaces paragraph of this Specification Section and similar concrete
surfaces not otherwise specified to receive another finish or coating.
a. For surfaces indicated to receive finish or coating other than those specified herein;refer
to the applicable Specification Section for surface preparation requirements:
1) Fluid Applied Waterproofing: See Specification Section 07 14 00.
2) High Performance Industrial Coatings: See Specification Section 09 96 00.
2. Fill and repair surface defects and tie-holes using patching mortar mix specified in the
MATERIALS Article in PART 2.
a. Prime exposed reinforcing steel,embeds or other steel surfaces with primer as
recommended by patching mortar manufacturer.
b. Scrub bond coat:
1) Wet substrate to a saturated surface dry(SSD)condition.
2) Mix patching mortar to a scrub coat or slurry consistency per manufacturer's
published recommendations and apply to entire area.
c. As an alternate to thescrub bond coat,concrete may be primed with manufacturer's
recommended epoxy primer.
d. Patching Mortar Application:
1) Mix and apply Patching Mortarpermanufacturer's recommendations within the
open time of the product scrub coat or any bonding agents.
2) Finish to level of surrounding concrete surface utilizing techniques recommended
by manufacturer.
3. Consolidate patchingmortar into place and strike off so as to leave patch slightly higher
than surrounding surface.
4. Leave undisturbed untilmortarhas stiffenedbefore finishing level with surrounding surface.
a. Do not use steel tools in finishing a patch in a formed wall which will be exposed to
view.
5. Cure patching mortar in accordance with ACI 308.
D. Concrete Finishes for Horizontal Slab Surfaces:
1. General:
a. Tamp concrete to force coarse aggregate down from surface.
b. Screed with straightedge,eliminatehigh and lowplaces,bring surface to required finish
elevations; slope uniformly to drains.
c. Dusting of surfacewith dry cement or sand during finishing processes not permitted.
2. Unspecified slab finish:
a. When type of finish is not indicated,use following finishes as applicable:
1) Surfaces intended to receive bonded applied cementitious applications: Scratched
finish.
2) Exterior slabs,sidewalks,platforms,steps and landings,andramps,not covered by
other finish materials: Broom finish.
3) All slabs to receive a floated finish before final finishing.
3. Scratched slab finish: After concrete has been placed,consolidated,struck off,and leveled
to a Class B tolerance,roughen surface with stiff brushes or rakes before final set.
4. Floated finish:
a. After concrete has been placed,consolidated,struck off,and leveled to a Class B
tolerance,do no further work until ready for floating.
b. Begin floating when water sheen has disappearedand surface has stiffened sufficiently
to permit operations.
1) Use wood or cork float.
c. During or after first floating,check planeness of entire surface with a 10 feet
straightedge applied at not less than two different angles.
5. Cut down all high spots andfill all low spots to produce a surface with Class B tolerance
throughout.
a. Refloat slab immediately to a uniform texture.
6. Troweled finish:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS
03 35 00-6
a. Float finish surface to true,even plane.
b. Power trowel,and finally hand trowel.
c. First troweling a fterpower troweling shall produce a smooth surface which isrelatively
free of defects,but which may still show some trowel marks.
d. Perform additional trowelings by hand after surface has hardened sufficiently.
e. Final trowel when a ringing sound is produced as trowel is moved over surface.
f. Thoroughly consolidate surface by hand troweling.
g. Finish in accordance with theFIELD QUALITY CONTROL Article in PART 3 of this
Specification Section.
1) Leave finished surface essentially free of trowel marks,uniform in texture and
appearance.
h. On surfaces intended to support floor coverings,remove any defects that would show
through floor covering.
7. Broom Finish:
a. Provide broom finish for the following concrete surfaces:
1) Concrete surfaces subject to precipitation,including concrete paving that will be
transitedby vehicles,stoops,stairs,landings,horizontal concrete surfaces intended
for pedestrian traffic(including surfaces that will feature handrails,railings,or
guardrails),sidewalks,andhorizontal surfaces of cast-in-place concrete retaining
walls.
b. Immediately afterrequired float finish is provided,provide scored texture of concrete
surface by drawing coarse,stiff-bristled broom across surface.
c. Provide broomed finish in transverse direction to intended traffic,unless expressly
required otherwise elsewhere in the Contract Documents.
d. Amplitude: 1/16-inch.
e. Uniform spacing. Noticeable spacing between broom strokes is unacceptable.
8. Underside of concrete slab finish:
a. Match finish as specified for adjacent vertical surfaces.
b. If more than one finish occurs immediately adjacent to underside of slab surface,
provide surface with most stringent formed surface requirement.
3.3 FIELD QUALITY CONTROL
A. Unacceptable finishes shallbe replacedor,if approvedin writingby Engineer,maybe corrected
provided strength and appearance are not adversely affected.
1. High spots to be removed by grinding and/or low spots filled with a patching compound or
other remedial measures to match adjacent surfaces.
B. Provide services of manufacturer's technical representative:
1. A certified manufacturer's representative experienced in the use of the products used shall
be present on afull-time basis to observe and oversee all operations associated with the
installation.
2. Contractor,along with manufacturer,shallbe fully responsible for the proper application,
including all means and methods incidental thereto necessary for a sound,secure and
complete installation.
3. Manufacturer's representative shall be present for installation of:
a. Dry-shake Hardener.
b. Heavy-duty Metallic Aggregate Topping.
3.4 PROTECTION
A. All horizontal slab surfaces receiving chemical sealer shallbe kept free of traffic and loads for
minimum of 72 hours following installation of sealer.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CONCRETE FINISFQNG AND REPAIR OF SURFACE DEFECTS
03 35 00-7
F)�
DIVISION 26
ELECTRICAL
SECTION 26 05 43
UNDERGROUND WORK FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Material and installation requirements for:
a. Underground conduits and ductbanks.
B. Related Specification Sections include but are not necessarily limited to:
1. Division 03 -Concrete.
2. Section 03 00 05 -Concrete.
3.
4. Section 03 35 00-Concrete Finishing and Repair of Surface Defects.Section 10 14 00 -
Identification Devices.
5. Section 26 05 26 -Grounding.
6. Section 26 05 33 -Raceways and Boxes for Electrical Systems.
7. Section 3123 33 -Trenching and Backfilling.
1.2 QUALITY ASSURANCE
A. Referenced Standards:
1. American Association of State Highway and Transportation Officials(AASHTO):
a. HB-17,Standard Specifications for Highway Bridges.
2. ASTM International(ASTM):
a. A536,Standard Specification for Ductile Iron Castings.
3. National Fire Protection Association(NFPA):
a. 70,National Electrical Code(NEC).
4. Society of Cable Telecommunications Engineers(SCTE):
a. 77,Specifications for Underground Enclosure Integrity.
1.3 DEFINITIONS
A. Direct-Buried Conduit(s):
1. Individual(single)underground conduit.
2. Multiple underground conduits,arranged in one or more planes,in a common trench.
B. Concrete EncasedDuctbank: An individual(single)or multiple conduit(s),arranged in one or
more planes,encased in a common concrete envelope.
1.4 SUBMITTALS
A. Shop Drawings:
1. Product technical data:
a. Provide submittal data for all products specified in PART 2 of this Specification
Section.
b. Provide signed and sealed design computations for manholes andhandholes indicating
compliance with design load rating.
2. Fabrication and/or layout drawings:
a. Provide dimensional drawings of each manhole and handhole indicating all specified
accessories and conduit entry locations.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
UNDERGROUND WORK FORELECTRICAL SYSTEMS
260543-1
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Subject to compliance with the Contract Documents,the following manufacturers are
acceptable:
1. Prefabricated composite handholes:
a. Armorcast Products Company.
b. Quazite by Hubbell.
c. Synertech by Oldcastle Enclosure Solutions.
2. Precast manholes and handholes:
a. Lister Industries Ltd.
b. Oldcastle Enclosure Solutions.
c. Jensen Precast and Utility Concrete Products.
3. Manhole and handhole and ductbank accessories:
a. Cantex,Inc.
b. Condux International,Inc.
c. Neenah Enterprises,Inc.
d. Prime Conduit.
e. Thomas and Betts.
f. Underground Devices,Inc.
g. Unistrut by Atkore International,Inc.
2.2 UNDERGROUND CONDUIT AND ACCESSORIES
A. Concrete and reinforcing steel: See Division 03 Specifications.
PART 3 - EXECUTION
3.1 INSTALLATION OF UNDERGROUND ELECTRICAL SYSTEMS-GENERAL
A. Drawings indicate the intended location and routing direct buried conduit.
1. Field conditions may affect actual routing.
B. Install products in accordance with manufacturer's instructions.
C. Comply with Specification Section 3123 33 -Trenching and Backfilling.
3.2 UNDERGROUND CONDUITS
A. General Installation Requirements:
1. Do not place concrete or otherrequired fill materials until conduits have been observed by
Engineer.
2. During construction and after conduit installation is complete,plug the ends of all conduits.
3. Provide conduit supports and spacers.
a. Place supports and spacers for rigid nonmetallic conduit on maximum centers as
indicated for the following trade sizes:
1) 1 inches and less: 3 feet.
2) 1-1/4 to 3 inches: 5 feet.
3) 3-1/2 to 6 inches: 7 feet.
b. Place supports and spacers forrigid steel conduit on maximum centers as indicated for
the following trade sizes:
1) 1 inches and less: 10 feet.
2) 1-1/4 to 2-1/2 inches: 14 feet.
3) 3 inches and larger: 20 feet.
c. Securely anchor conduits to supports and spacers to prevent movement during
placement of concrete or other required fill materials.
4. Stagger conduit joints at intervals of 6 inches vertically.
5. Make conduit joints watertight and in accordancewith manufacturer's recommendations.
6. Furnish manufactured elbows at end of runs as the conduit transitions to above grade.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
UNDERGROUND WORK FORELECTRICAL SYSTEMS
260543-2
a. Minimum radius of18 inches for conduits less than 3 inches trade size and 36 inches
for conduits 3 inches trade size and larger.
7. Field cuts requiring tapers shall be made with the proper tools and shall match factory
tapers.
8. After the conduit run has been completed:
a. Prove joint integrity and test for out-of-round duct by pulling a test mandrel through
each conduit.
1) Test mandrel:
a) Length: Not less than 12 inches.
b) Diameter: Approximately 1/4 inches less than the inside diameter of the
conduit.
b. Clean the conduit by pulling a heavy duty wire brush mandrel followed by a rubber
duct swab through each conduit.
9. Pneumatic rodding may be used to draw in lead wire.
a. Install a heavy nylon cord free of kinks and splices in all unused new ducts.
b. Extend cord 3 feet beyond ends of conduit.
10. Transition from rigid nonmetallic conduit to rigid metallic conduit,per Specification
Section 26 05 33,prior to entering a structure or going above ground.
a. Except rigid nonmetallic conduit maybe extended directly to manholes,handholes,pad
mounted transformer boxes and other exterior pad mounted electrical equipment where
the conduit is concealed within the enclosure.
b. Terminate rigid PVC conduits with end bells.
c. Terminate steel conduits with insulated bushings.
11. Place warningtapein trench directly over direct-buried conduit,and direct-buried wire and
cable in accordance with Specification Section 10 14 00.
B. Direct-Buried Conduit(s):
1. Install so that the top of the uppermost conduit,at any point:
a. Is not less than 30 inches below grade.
b. Is below pavement sub-grading.
2. Provide a uniform minimum clearance of 3 inches between conduits.
a. Maintain the separation of multiple planes ofconduits by one of the followingmethods:
1) Provide multilevel conduits with conduit supports and separators to maintain
required separations andbackfillwith flowable fill in accordance withSection 31
23 33 —Trenching and Backfilling or concrete in accordance with the
Specifications of Division 03 -Concrete.
2) Install multilevel conduits one level at a time.
a) Each level shall be backfilled with required materials and compacted in
accordance with Section 3123 33—Trenching and Backfilling,while
maintaining required separations.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
UNDERGROUND WORK FORELECTRICAL SYSTEMS
260543-3
SECTION 26 42 14
CATHODIC PROTECTION SYSTEM - IMPRESSED CURRENT
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section includes the procurement,installation,and testing ofa cathodic protection system
utilizing an impressed current system(s).
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. 3123 33 Trenching and Backfill
B. 03 00 05 Concrete
1.3 REFERENCE SPECIFICATIONS,CODES,AND STANDARDS
A. American Concrete Institute(ACI)
1. 229R Report on Controlled Low-Strength Materials
B. American National Standards Institute (ANSI)
1. C80.1 Electric Rigid Steel Conduit
C. American Petroleum Institute(API)
1. 1. 13A Section 9 Specification for Drilling Fluid
D. American Society for Testing and Materials(ASTM)
1. B3 Soft or Annealed Copper Wire
2. B338 Seamless and Welded Titanium and Titanium Alloy Tubes for Condensers and
Heat Exchangers
3. B8 Concentric-Lay-Stranded Copper Conductors,Hard,Medium-Hard,or Soft
4. C94 Ready Mix Concrete
5. D1248 Standard Specification for Polyethylene Plastics Extrusion Materials for Wire
and Cable
6. D3032 Standard Test Methods for Hookup Wire Insulation
7. F480 Standard Specification for Thermoplastic Well Casing Pipe and Couplings Made
in Standard Dimension Ratios(SDR),SCH 40 and SCH 80
8. Association for Materials Protection and Performance AMPP(fonnerly NACE Intemational
9. SP0100 Cathodic Protection to Control External Corrosion of Concrete Pressure
Pipelines and Mortar-Coated Steel Pipelines for Water or Waste Water Service
10. SP0169 Control of External Corrosion on Underground or Submerged Metallic Piping
Systems
11. SP0286 Electrical Isolation of Cathodically Protected Pipelines
12. SP0572 RecommendedPractice for Design,Installation,Operationand Maintenance of
Impressed Current Deep Ground beds
13. TMO113 Standard Test Method Evaluating the Accuracy of Field-Grade Reference
Electrodes
14. TM0497 Measurement Techniques Related to Criteria for Cathodic Protection on
Underground or Submerged Metallic Piping Systems
E. National Electrical Manufacturer's Association (NEMA)
1. 250 Enclosures for Electrical Equipment(1000-Volts Maximum)
2. FU 1 Low Voltage Cartridge Fuses
3. ST 1 Specialty Transformers
4. ST20 Dry Type Transformers for General Applications
5. TC 2 Electrical Polyvinyl Chloride(PVC)Tubing and Conduit.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-1
6. TC 3 Polyvinyl Chloride(PVC)Fittings forUse with Rigid PVC Conduit and Tubing
F. National Fire Protection Association (NFPA)
1. 70NationalElectTic Code
G. Colorado Division of Water Resources Department of Natural Resources
1. GWS-01—GWS-78Water Well Permitting
2. 2 CCR 402-2 Construction Rules
3. Title 37 Article 91 Water Well Installation Licensing
H. Underwriters Laboratories,Inc.(UL)
1. 6 Electrical Rigid Metallic Conduit,Steel
2. 83Thermoplastic-Insulated Wires and Cables
3. 467 Grounding and Bonding Equipment
4. 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors
5. 489 Molded-Case Circuit Breakers and Circuit-Breaker Enclosures
6. 506 Specialty Transformers
7. 510 Polyvinyl Chloride,Polyethylene and Rubber Insulating Tape
8. 514 Outlet Boxes and Fittings
9. 651 Sch.40 and Sch. 80 Rigid PVC Conduit
1.4 GENERAL REQUIREMENTS
A. The Plans indicate the general arrangement of the cathodic protection facilities to be constructed.
Where no dimensions are indicated on the Plans,the locations of anodes,cathodic protection test
stations,rectifiers,and conduits may be changed up to 5-feet without the approval of the
Engineer to avoid interference with other utilities and unforeseen obstacles.Where specific
dimensions are shown on the Plans,orwhere proposed changes are greater than 5-feet,written
approvalby the Engineer is required.Where applicable,materials and equipment shall bear
evidence ofUL approval and conform to the requirements of all applicable federal,state and
local laws,codes,and regulations.
1.5 SUBMITTALS
A. Contractor shall apply and secure well permitting and any applicable licensing for drilling,
construction,and finishing wells required forthis proj ect.Supplynotice of payment,application,
approval,permits and licensing from regulatory agency and board prior to start of work.
B. Proposed alternate anode installation methods,proposed alternate testing methods,proposed
alternate cathodic protection system startup procedure.
C. Manufacturer's information for each item listed below.Include sufficient information to show
that the materials meet the requirements provided herein,including references to specific
sections and details shown on the Plans.
1. Impressed Current Anodes
2. Cathodic Protection Rectifiers
3. Coke Backfill
4. Anode Vent Pipe
5. Anode Centralizer
6. Deep Anode Hole Concrete Sealing Materials
7. Deep Anode Hole Bentonite Sealing Material
8. Anode Junction Box
9. Shunts
10. Concrete
D. Anode drillinglogs: Geological conditions andresistance logs of eachdeep anode hole shall be
prepared.
E. As-builts of installed system including dimensions as needed to locate facilities.Properly
identify all items of equipment and material.Show the exact locations of all buried wires,
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-2
rectifiers,anode beds,and CP test boxes using dimensional ties to existing structures or survey
monuments.
F. Cathodic Protection System Activation Report.Report shall be signed and certified by the
Corrosion Engineer stating that the corrosion protection criteria in this specification have been
met followingthe complete construction and activation of the cathodic protection system(s).
Certificationby the Corrosion Engineer stating that the corrosion protection criteria in these
specifications have been met.
G. Notifications:
1. Provide five days writtennotice to the Engineerand Fort Collins Utilities before testing of
reference electrodes to allow tests to be witnessed.
2. Provide five days written notice to the Engineer and Fort Collins Utilities before drilling,
logging,and installing the anodes within a deep anode bed to allow final location to be
verified and tests to be witnessed.
3. Provide two days prior written notice to the Engineer and Fort Collins Utilities before
ba ckfilling around anodes,wires,and welded wire-to-pipe connections to verify that anodes,
buried pipe lead wires,and anode lead wires are properly installed and identified.
4. Provide two days priorwritten notice to the Engineer and Fort Collins Utilities before the
removal and relocation of the existing equipment.
5. Provide a minimum of five days advance written notice to the Engineer and Fort Collins
Utilities before testing ofthe corrosion protection facilities to allow for coordination and
observance of tests.
1.6 QUALITY ASSURANCE
A. The criteria used to indicate adequate corrosion protection of the C303 bar wrapped PCCP
pipeline shall be in accordance with NACE Standard SPO 100.Testing of structure-to-soil
potentials shall be in accordance with NACE TM0497.
B. The installation and operation ofthe cathodic protection system's electrical components shall
conform to the National Electrical Code,applicable local codes,and the Recommended Practices
of NACE Standards SP0169/SPO 100 and SP0572.
C. Provide allmaterials,equipment,labor,and supervision necessary for the completion of all
installations.
D. Cathodic protection anode beddrillers must have completed the installation of a minimum of
five successful cathodic protection projects greaterthan 100-feetdeep andmust possess a valid
Colorado Well Driller's License.
E. Maintain recorddrawings forthecathodic protection system throughout the installation of the
equipment.Properly identify all items of equipment and material.Show the exact locations of all
rectifiers,anodes,buried wires,and CP test boxes using dimensional ties to existing structures or
survey monuments.Recordallchanges by using a red pen or red pencil on full size drawings.
PART 2 - MATERIALS
2.1 GENERAL
A. All materials to be installed shallbe new and comply with the regulations and codes as specified
in Article entitled"Reference Specifications,Codes,and Standards"herein.Nothing in the
Drawings and Specifications shall be construed as permitting work not conforming to these
regulations and codes.Where above mentioned regulations and codes allow smaller size or
lower grade materials,these Drawings and Specifications shall have precedence.
B. Products used in the work shallbe produced by manufacturers regularly engaged in the
manufacture of similar items.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-3
C. Where materials are not specified,the Contractor shall provide corrosion-resistant materials
suitable for long-term service life in the conditions and locations of the site.
2.2 IMPRESSED CURRENT ANODES
A. Mixed Metal Oxide Anodes
1. Mixed metal oxide(MMO)anodes substrate shallbe tubular high purity titanium meeting
the requirements of ASTM B338 Grades 1 or 2.
2. The titanium substrate shallbe coatedby thermal decomposition ofmixed metal oxide salts
of the platinum group ofinetals to produce a crystalline,anhydrous,acid resistant coating
that is highly conductiveto anodic current flow.The thickness of the mixed metal oxide
coating shallbe designedby the manufacturer using empirical accelerated life testing to be
capable ofsustaininga 100 ampere per square meteranodic current density in an oxygen-
generating electrolyte at 150 degreeF fora period of not less than 20 years.A copy of an
independent testing laboratory's report to certify the conformance of the anodes to the
preceding requirement shallbe furnished,upon request,to the Engineer at no extra cost.
3. The tubular mixed metal oxide anodes shall have a diameterof 1.22-inches,and a length of
48-inches.
4. Use ELTECH Tubular Lida Anodes or TELPRO Tubular MMO Anodes or equal.
B. Anode Quantity,Weight and Dimensions: The diameter,length,type,and quantity of the
impressed current anodes shall be designed such that they are capable of continuously
discharging the rectifier's full rated capacity for a minimum period of 20 years.
C. Anode Lead Wire:
1. Conductor shall be annealed,uncoated stranded copper.Wire sizes shall be based on
AmericanWire Gage(AWG)and conformto therequirements of NEC.Copper wire shall
be in conformance with ASTM B3 and B8.
2. The MMO anode lead wire shall be minimum No. 6 AWG.
3. Wire insulation shall be dual layer insulation black or red in color.The primary inner
insulation shallbe a minimum 20-mil thick chlorine gas resistant ethylene-
chlorotrifluoro ethylene(ECTFE)fluoropolymer(A.K.A.Halar)extruded insulation.The
outer insulation layer shall be 65-mil thick high molecular weight polyethylene extruded
insulation conforming to ASTM D 1248,Type 1,C1assA,Category 5,Grades E4 and E5.
4. Wire Connection: The lead wire to anode connection shall be factory assembled by a
company regularly engagedin the manufacture of cathodic protection impressed current
anodes.The lead wire shall be center connected using a permanent compression type
connector,whichprovides an electrical contact resistance less than 0.02 Ohms.After the
center connection is made andtested for electricalresistance,the internal area ofthetubular
anode shallbe completely filled on both ends with an electrical potting compound so as to
achievea durable watertight connection.Provide a 12-inch long protective Teflon tube
around the wire and embed it 2-inches into the electrica I potting compound.
5. Wire Length: Anode lead wires shallbe sufficiently long to reach the anode junction box
without splicing.An estimated length for each anode bed installation is listed in
DRAWINGS(Plans)and is not less than 3000 feet long.Buried splices in anode wires are
not permissible.
6. Anode wires with the attached anode shallbe shipped to the site with the wire wound on a
reel.The minimum core diameterof the reel shallbe 5 1/2 inches.Theanodewire insulation
shall be free of surface damage such as nicks,abrasions,scratches,etc.,in all respects
throughout the entire length of the wire.Precaution shall be taken during fabrication,
transportation,and installation of the anodes to see that the wire is not kinked or sharply
bent.Bends sharper than 5 1/2 inches in radius are not permissible
2.3 ANODE CENTRALIZER
A. A centralizing device shallbe attached at the center of allimpressed current anodes installed in
coke backfill.The centralizer shall be designed to hold the anode awuy from the vent pipe and
sides of the drilled hole so that there is a minimum one inch thick layer of coke backfill
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-4
surrounding all surfaces of the anode.The centralizer shall be constructed of carbon steel as
shown in the Plans.
2.4 CATHODIC PROTECTION RECTIFIERS
A. General: The reuse of the existing rectifiers located within a City of Fort Collins Water
Treatment Facility is anticipated. Access to these units are to be coordinated with the City of
Fort Collins and be personnel trained and authorized to do so.
B. Anode Junction and electrical service box Post
C. The framing for mounting the AC circuit breaker and anode junction box shall be unistrut
suitable to support weight load with minimal deflection.
2.5 COKE BACKFILL
A. Calcined petroleum coke with carbon contentnot less than 99percent The product shall be free
of dust.
B. Approved manufacturers: Loresco International of Hattiesburg,MS and Asbury Carbon of
Asbury,NJ
C. Fine Spherical Grained Coke Backfill: Use fine spherical grained coke for mixed metal oxide
anodes.The bulk density shallbe between 60 and74 pounds per cubic foot.The grains shall be
spherica Ito prevent bridging problems associated with installations into deep anode groundbeds.
The grain size shallbe such that90 percent will pass through a No.4 screen and greaterthan 80
percent shallbe retained on a 20 mesh screen.The electrical resistivity shallbe less than or equal
to 0.03 Ohm cm when compressed at 150 pounds per square inch.The carbon content as
measuredby the"loss of ignition method"shallbe minimum 99.9 percent.The coke backfill
shall be Asbury Carbon No.4518,or equal.
2.6 SAND
A. Graded coarse sand meeting ASTM 33.Product shall be washed,dried and sanitized.
2.7 ANODE BED CASING PIPE
A. Casing pipe shall be 10-inch diameter SCH 40 PVC pipe conforming to ASTM DI 785
1. 10.75-inch OD
2. 10,02-inch ID
2.8 ANODE VENT PIPE
A. Anode ventpipe shall be 2-inch diameter SCH 40 PVC pipe conforming to NEMA TC 2 for
conduit and TC 3 for fittings with slots cut in the vertical direction.The slots shallbe 0.006-inch
wide by 1.50-inches long as measured on the inside diameter of the pipe.The slots shall be
regularly spacedon thepipe in three columns with 1-inch of solid pipe between each open slot
(measuredalong the axis of the pipe)to provide 360-degrees ofvent every 6 inches of vent pipe.
The vent pipe to haveflush threaded joints perASTM F480 or solvent welded slip fit joints with
reinforcement screws to be allowed. Seal the bottom end of the vent pipe with an end cap.
Temporarily sealthe top end ofthe ventpipe with duct tape during the anode bed installation
work to prevent contamination ofthe inside ofthe ventpipe.The ventpipe shallterminate above
grade with an inverted U-neck and insect filter.
2.9 COVER,DEEP ANODE
A. Cover and frame to be 10-inch standard heavy-duty cast-iron valve box for high-load
environments with flanged base.
B. Deep anode bed cover and frame to be Bingham and Taylor,Mark V or equal.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-5
2.10 DEEP ANODE HOLE CONCRETE SEALING MATERIALS
A. Concrete shallbe per Section 03 00 05.
2.11 DEEP ANODE HOLE BENTONITE SEALING MATERIAL
A. The bentonitewell sea ling material shall be naturally occurring Wyoming sodium bentonite clay
mined from specially selected ore bodies,which exhibit a high swelling capability.It shall be
specifically manufactured tocreatea stable,permanent,below-grade seal in monitoring wells
and water wells.
B. The bentoniteparticles shallhave a minimum bulk density of 68.8 lb/cf and be size graded so
that 100 percent ofthe particles pass through a 3/8-inch screenandallthe particles are retained
on a 1/4-inch screen.
C. The bentoniteproduct shallbe certified by NSF International(formerly the National Sanitation
Foundation)for use in the construction of potable water wells.
D. The bentonite well sealing material shall be Falcon Services Ltd.'s"HOLEPLUG-SIZE 3/8
INCH CHIPS,"Falcon"BARIOD BENTONITE PELLETS -SIZE 3/8 INCH,"or equal.
2.12 PIPE LEAD AND BONDWIRE
A. Existingpipe lead wire and pipe joint bond wires are anticipatedto be reused and are currently
functioning adequately.
B. CONNECTORS
C. Cable connectionlugs forrectifiers,resistorand anodejunction boxes shallbe constructed from
high conductivity high strength copperalloy suchas Ilsco Type SLU or CP(-250 or sized for a
single conductor)orLU2 orMU 2(sized for duel conductors),orequal.Cable connection lugs
shallnot have any aluminum or steel subcomponents.All current carrying bolts and hardware
shall be copper alloy.
D. ANODE JUNCTION BOX
E. Junctionboxes shallbe UL listed enclosures andhave dimensional and electrical stability over
the environmental range it will be exposed.Junction boxes shall not rust,corrode,shatter,peel
or absorb water.Cabinet shallhavea stainless steel lockable quick release hasp and stainless
steelhinged andrain-tight cover.Junction box shall have dimensional and electrical stability
from minus 76 degree F to plus 274 degreeF and be stable under ultraviolet exposure.Junction
boxes shall be Stahlin or equal.
F. Each CP JunctionBox shall include a cross-laminated phenolic terminal board with a minimum
thickness of 1/4-inch.The terminalboard shall contain individual lugs foreachwire enteringthe
test station or junction box.
G. Anode JunctionBox Shunts: The shuntresistance shallbe such that a 5 Amp current causes a
voltage drop of 50 millivolts(i.e.0.0 1 ohms).Shunts shallbe#12 manganin wire style such as
the Holloway Type RS.
H. Slide Resistors: Not Required.
I. Wire and cable identification markers.Provide a durable wire identification tag for each cable.
Acceptable options include tags or other wire label system.
2.13 PLASTIC WARNING TAPE
A. Plastic warning tape for horizontal runs of buried leads in open-cut cable trenches shall be a
minimum of4 mils thick and 6-inches wide,inert yellow plastic film designed forprolongeduse
underground.The tape shall have the words,"CAUTION CATHODIC PROTECTION CABLE
BELOW,"or similar,clearly visible in repeating patterns along its entire length.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-6
2.14 CONCRETE
A. Concrete used for rectifier and cathodic protection test station insta Rations shaUbe per Section
03 00 05.
PART 3 - EXECUTION
3.1 REUSE OF RECTIFIERS
A. Coordinate access to existing rectifier with the City of Fort Collins.
3.2 DEEP ANODE BED HOLE DRILLING
A. Forpurposes of this specification,theterms"Deep Anode Groundbed"and"Deep Well Anode"
are used synonymously to refer to a hole drilled to a depth of 50-feet or greater into which
cathodic protection anodes are lowered and backfilled.
B. If required by local or state law obtain a cathodic protection well drilling permit and pay all
permit fees.A copy of the permit shall be submitted to the Engineer a minimum of 30 days
before drilling commences.
C. The contractoris responsible to ensure that the deep anode bed installation is constructed in
accordancewith the Colorado Department ofNatural Resources—Division of WaterResources.
D. Drill the deep anode hole where shown andto the depth indicated on the Plans.Unless otherwise
shown on the Plans,the standard anode hole shall be a minimum 10--inch diameter.The anode
hole shallbe drilled sufficiently straight and true to allow the anodes to be installed without
binding or straining the anode cables.If using rotary tricone drilling bit equipment,select the
type and consistency of drilling fluids to be consistent with the soil characteristics.
E. The term"hardrock"is definedin this specification(for the purpose of deep anode bed hole
drilling only)as a condition where a drilling rig in good working condition experiences an
average drillingrate of less than or equal to 1-foot in 12 minutes for a minimum continuous
period of one hour(i.e.less than 5-feet in 60 continuous minutes)while operating with a
minimum down hole drillbit pressure of 50 percentof theequipment's full rating.If hard rock
drilling conditions are encountered before drillingto the depth onthe Plans,notify the Engineer
and Owner immediately.
F. Optional Steel Well Casings: The use of temp orary steel well casings maybe necessary to hold
the hole open depending of the soil characteristics and the type of drilling equipment used.If
steel casings are used,no portion of the steel casing maybe left in the top"Inactive or Non-
Active Zone"of the anode bed upon completion.
3.3 ANODE WIRE CONNECTION TEST
A. Measure andrecordthe resistance between each anode and the end of its lead wire using the
appropriate Resistance Meter and the four-wire resistance technique.
B. Anode Wire Resistance Test: This test must be performed with the anode wire uncoiled from
the manufacturer's wire spools in order to avoid measurement error due to the electrical
reactanceof coiled wire.Perform this test byconnectingthe meter's P1 and C 1 terminals to the
end of the anode wire and then connecting the meter's P2 and C2 terminals to theanode using a
pairof sturdyclamps orvise grips.Make thesetwo temporary connections tothe tubular anode
directly overthe internalwire connection.Verify the anode-wire connection resistances are less
than 0.05 Ohms,or less than the manufacturer's stated connection resistances,whichever value
is greater.Record the resistance readings and submit to the Engineer.
3.4 ELECTRICAL LOGGING OF DEEP ANODE HOLES
A. Electrical Resistivity Log: After the final hole depthis achievedand the drilling mud has been
thinned out,logthe electrical resistivity ofthe hole usinga test anode or pipe not more than 5-
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-7
feet long.If the hole was drilled without drilling mud,fill the hole with potable water and
maintain the water level above minus 10-foot elevation during this test.Measure the resistance
between the test anode and electrically remote soil starting atthe top ofthe hole and at 10-foot
intervals to thebottomofthe hole.Perform the resistance measurements using the three wire
method and an appropriate Resistance Meter.
B. Electrical Resistivity Log Procedure: Perform this test by hammering into the ground two steel
survey stakes to a minimum depth of 12-inches below grade.Pour a minimum 1/2 gallon of
water onthe soil around each survey stake.The farthest survey stake shallbe located five times
the anode hole depth away from the anode hole(electrically remote).The second survey stake
shallbe located 62 percentof this distance away.The two survey stakes and the anode hole shall
lie in a straight line.
C. Connect themeter's PI andCI terminalsto the endof the test anode wire.Using two long wire
reels,connect themeter's P2 terminal to the nearest survey stake and the C2 terminal to the
farthest survey stake.Connect the C2 terminal to the farthest survey stake using a minimum No.
14 AWG wire.Operate the meter to obtain the resistance reading at each ten-foot depth
increment.Record these readings and submit to the Engineer.
3.5 ANODE INSTALLATION IN DEEP ANODE HOLES
A. Before lowering the anodes into the hole,carefully examine the wire insulation on each anode.
Damaged anodes or anode cables with cracks,entrapped air bubbles,inclusions or other defects
shall not be used.Defective anodes shall be removed from the work site no later than the
conclusion of the workday.Label the anode wires with colored tape or paint to mark the
intended final depth.Use additional colored tapeorpaintto mark the wires in two increments of
10-feet above and below the intended installation depth.
B. The final installed depthof the anodes shallbe as shown in the Plans.Variances with the depths
as shown on the Plans may be made with the Engineer's approval based on the electrical
resistivity log of the hole.Anodes shallnot be closer together than 3-feet(end to end)nor shall
they be located orextendup outof the"Active Anode Zone"shown on the Plans.Contractor
shall record the final installed depth of each anode and submit it to the Engineer.
C. Anode Wire Length: Supply anodes with sufficient wire lengths to run continuous from the
installed anodedepthto the anode junction box without anysplices.If an alternate anode hole
locationis shown on the Plans(where hard rock drilling conditions are expected),supply the
anodes with sufficient lengthto be installed in the anodehole farthest from therectifier.Exercise
extremecare notto damage the anode wire insulation during the entire installation procedure.
No splices are allowed in the anode wires.
D. Installing Anodes: Attach the first anode to a centralizerusinga stainless steel hose type clamp.
Next attachthe first section of slotted 2-inch diameter SCH 40 Anode Vent Pipe to the same
centralizer.
E. Lowerthe anode ventpipe/anode/centralizer assembly into the hole the appropriate distance
until the next anode and centralizer distance is reached. Secure the downhole assembly by
wrappingthe anode lead wires around a smoothpipe no smaller than 6-inches in diameter.Do
not kink or tightly bend the anode wires around anything smaller than a 6-inch diameter smooth
rigid surface.Do not tie knots with the anode lead wires.
F. Assemble the nextanode and centralizerto the downhole column andlower into hole.Assemble
the next section of anode vent pipe by threading it on to the downhole section.
G. Anode Wire Identity:As the anodes are lowered into the hole,label each wire.Label the first
anode in the hole as Anode No. 1 and so on.Preserve the wire identities until all the anodes
wires are secured to the numbered shunts inside the rectifier enclosure.
H. Temporary Anode Wire Protection: Coil the anode wires into a neat bundle and provide
complete physical protection bycoveringthem with sand bags offto the side of the anode bed.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-8
3.6 COKE INSTALLATION IN DEEP ANODE HOLES
A. Afterallthe anodes and vent pipe are in place in the deep anode hole,but before any coke
backfill is added,measure the resistance to remote soil of each anode in the same manner
described in the paragraph entitled"ELECTRICAL LOGGING OF DEEP ANODE HOLES".
B. Bottom Pumping Installation Method: This method is recommended butnot mandatory.Install
the coke in slurry form with a tremie pipe by pumping it into the bottom of the hole first.Do not
extend coke higher than 15 feet above the top of the top anode.
C. Top Loading Installation Method: Ifthis method is used,careful attention must be paid towards
avoidance ofcoke plugs which could bridge the hole andprevent the complete encapsulation of
the anodes by the coke.Install the coke bypouring it into the hole from the top.Thoroughly wet
the coke as it is addedto aidin the settling process.Do not extendthe coke column higher than
15-feet above the top of the top anode.
D. During the installation ofthe cokeslur y,monitorthe electricalresistance to earthof the bottom
anode until the value decreases a minimum of 25 percent.The abrupt decrease in resistance
indicates proper settling of the highly conductive coke around it.Monitor the resistance of the
other anodes until it is evident that the coke has reached the top anode.If there is any evidence
of bridging,measures shallbe taken to insure proper settling.The volume of coke added to the
hole shallbe compared with hole volume to ensure that bridging,blockage,or collapse of the
hole has not occurred.
E. 24 Hour Mandatory Waiting Period: The contractor is required to support the open anode bed
during the waitingperiod to prevent any collapse.A full24 hour waiting period must be allowed
afterthe completion of the coke loading process to allow for coke settlement and its natural
compaction process.After24 hours,use a minimum 1-inch diameter steel pipe to probe the hole
to determine the depth of the top of the coke.If more coke is needed to bring it up to the depth
indicated,poura calculated amount of coke into hole again.If more than 20-feet of coke is
required to be added,an additional24 hourwaiting period must be allowed and the preceding
process repeated.
F. Unused coke and excess drillingmud and excavated earth shallbe hauled away and/or disposed
by the Contractor in a manner conforming to state and local regulations.
3.7 DEEP ANODE HOLE WATER SEAL MATERIALS
A. Bentonite: Poura calculated amountof bentonitepellets into the open anode bed to produce a
minimum 5-foot long water seal at the bottom of the .
B. Cement or Grout Seal: Once the bentonite has settled,pump neat cement or grout into the
drilled hole and around the solid PVC vent pipe per the State of Colorado Requirements
3.8 FINISHING DEEP ANODE BED
A. Wellhead Finishing: Prepare vent pipe and electrical conduit at the top of the anode hole as
shown in the Plans.Finish with cover and frame formed and poured concrete as shown in Plans.
B. Anode Wire Trench: Trenchthe anode wire conduit and anode ventpipe as shown in the Plans.
Maintain a smooth minimum slope in the run of the anode vent pipe of 1:75 away from the deep
anode hole.
3.9 ANODE JUNCTION BOX
A. Construct Anode Junction Box to enable periodic cathodic protection system monitoring.
Terminate anode lead wires usingthe appropriate sized Ilsco CP terminals.Connect Holloway
Shunt to complete the connections between the rectifier's positive header cable incorporating the
junctionbox's copperbus barmounted on the phenolic board.Complete all anode lead wire
connections as shown in Plans.
B. Install anode junction box to maximize distance between it and gases from vent pipe end.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-9
3.10 INSTALLATION OF BURIED CABLES
A. Direct buried wires and cables are to be avoided.Installallwires and cables in appropriate sized
conduit.
B. Underground conduit and wires shall be laid in a clean trench,tree of debris,rocks or other
materialthat may damage the insulation or conduit.All cables shallbe placed in the trench with
sufficient sla ckto eliminate the possibility of strain.Trenches shallbe carefully backfilled with
squeegee andred electrical caution tape placed six inches aboveconduit.Avoid damage to the
cable.Splices in underground cables shall be made only where specified or shown and in the
manner specified herein.
3.11 CATHODIC PROTECTION SYSTEM ACTIVATION
A. The City and its Corrosion Engineer shall perform the inspection testing.
B. Before beginning each day of testing,calibrate portable copper sulfate reference electrodes with
respect to a master reference copper sulfate reference electrode in accordance with NACE
TMO113.
C. Measure CPNative Potentials(i.e.baseline pipe-to-soilpotentials)at all Cathodic Test Stations
prior to activating the cathodic protection system.Measure CP Native Potentials on both sides of
all insulating flanges,monolithic insulators,dielectric unions,and at all CTS wires.
D. At CTS constructed with buried copper/copper sulfate reference electrodes(i.e.stationary
reference electrode")measure Native Potentials of the pipeline using both the stationary
reference electrode and a portable copper sulfate reference electrode before the CP system is
activated.
E. Activatethe cathodic protection system by energizing the rectifier(s)and setting their output(s)
to the estimated output required.
F. Measure CP"On Potentials"at the same locations where CP"Native Potentials"were
previously measured.
G. Measure allanode currents atanodejunction boxes by measuring the voltage drop across the
calibrated shunts provided.Calculate the corresponding a mount of direct current flow using the
shunt rating.Explicitly state the shunt rating on each data sheet.
H. Remeasure CP"On Potentials"atallCTS at least two weeks afterthe initial energization of the
cathodic protection system to allowforthe development of the cathodic polarization process.
Install electronic current interrupters atthe rectifierto continuously cycle the system on for 12
seconds and off for 3 seconds.If multiple rectifiers exist for a single electrically continuous
section of pipeline,temporarily install current intenupte rs in all rectifiers for each pipe section
and adjustthem for isochronal cycles.Measure CP On Potentials and CP Off Potentials at all
rectifiers and CTS.
I. Furnish alltest results including all CP Potential readings,anode current readings,insulating
flange test data,dates,andtimes.Reference alldata to pipeline stationnumbers.Submit all data
alongwith a letterreport to the Engineer.The letterreport shall include a description of the test
methods,analysis of the data,and conclusions aboutthe CP system's effectiveness.Submit all
data in spreadsheet format compatible with Microsoft Excel.Submit data in bothhard copy and
computer disk format.
3.12 ACCEPTANCE CRITERION FOR MORTAR COATED STEEL PIPE
A. The operationofthe cathodic protection system shallbe testedto ensurethat all portions of this
C 303 pipeline are provided cathodic protectionin accordance with criterion in NACE SPO 100—
Section 5.,primarily the I OOmV polarization development/decay.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
CATHODIC PROTECTOIN SYSTEM-IMPRESSED CURRENT
264214-10
F)�
DIVISION 31
EARTHWORK
SECTION 31 10 00
SITE CLEARING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Site clearing Work,including:
a. General provisions for site clearing Work.
b. Preparation for site clearing Work.
c. Clearing and grubbing.
d. Tree protection,selective removals,and selective trimming.
e. Disposal and cleaning.
f. Stripping and stockpiling of topsoil.
B. Related Requirements: Include but are not necessarily limited to:
1. Section 3123 33 -Trenching and Backfilling.
1.2 REFERENCES
A. Terminology:
1. Terms indicatedbelow are not defined terms indicated with initial capital letters but,when
used in this Section,have the meanings indicated below:
a. "Arborist"means Subcontractor retained to perform Work requiring a specialist in
trees,shrubs,brush,othervegetation ofthe types existing at the Site,andpossessingnot
less than the required qualifications indicated in this Section.
b. "Clearing and grubbing"means removing and disposing of all: (1)trees,brush,and
other vegetation,logs,and similar items("clearing"); and(2)stumps,roots,logs,
rubbish,and debris on or in the soil("grubbing")after Clearing. Clearing and grubbing
includes grinding and removing of stumps. When clearing and grubbing,topsoil
Stripping and stockpiling,[and required demolition Work]is complete,the Site will be
ready for grading and other new construction.
c. "Demolition"means removal,whether in whole or in part,of existing human-made
construction,such as removal of buildings,structures,and building systems; site work
(such as pavement,curbs,sidewalks,gutters)andthelike;Underground Facilities; and
other existing construction.
d. "Selective removal"means removal of specific trees,shrubs,brush,and other
vegetation,whether a s shown or indicated in the Contract Documents or as directed at
the Site by Engineer.
e. "Selective trimming"means removal of selected parts of trees,shrubs,brush,and other
vegetation,perfonnedby arborist,for the purpose of either:(1)allowing installation of
new construction adjacent to or through the tree,shrub,brush,or vegetation,or)2)
removing damaged orunhealthy growth,to allow balance of the subject tree,shrub,
brush,or vegetation to continue normal,healthy growth.
f. "Site clearing"means all the Work required by this Section and related Drawings.
g. "Topsoil"means existing materia I atthe Site,visible after clearing and grubbing, to be
stripped,when such material is friable,clay loam,surface soil present in depth of not
less than fourinches. Topsoil shall be free of subsoil,clay lumps,stones,and other
objects over two-inch diameter and other objectionable material. Topsoil required for
planting and landscaping Work in the Specifications ofDivision 32 may differ from the
meaning indicated in this Section.
B. Reference Standards:
1. ASTM International(ASTM):
a. C700,Standard Specification for Vitrified Clay Pipe,Extra Strength,Standard Strength,
and Perforated.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
SITE CLEARING
31 1000-1
b. D448,Standard Classification for Sizes of Aggregate for Road and Bridge
Construction.
2. American National Standards Institute(ANSI):.
a. A300,Standard for Tree Care Operations—Tree,Shrub,and Other Woody Plant
Maintenance—Standard Practices.
3. International Society of Arboriculture(ISA):
a. Container Rootball Shaving.
b. Crown Correction.
c. Balled and Burlapped Root Correction.
d. Container Root Correction.
e. High Branched Crown Observation.
f. Low Branched Crown Observation.
g. Multiple Low Branches Crown Observation.
h. Balled and Burlapped Root Observation.
i. Container Root Observation-Tree.
j. Protection Maintenance.
1.3 SUBAUTTALS
A. Action Submittals: Submit the following:
1. Shop Drawings:
a. Limits of Site Clearing Work: When limits of site clearing Work are not expressly
shown on the Drawings,orwhere Contractorproposes alternative limits of site clearing
Work,submit drawings,developed from the Drawings,clearly indicating proposed
limits of site clearing Work,with dimensions indicated where appropriate.
b. Where proposed limits of clearing and grubbing,selective removals,and topsoil
strippingare not identicalwith each other,clearly and expressly indicate limits of each
on the Shop Drawings..
B. Informational Submittals: Submit the following:
1. Permits and Approvals:
a. Submit copy ofeach permit required and obtained for site clearing Work,issued by
authority having jurisdiction.
b. Where Owner's permission or approval is required for selected site clearing activities,
submit copy of Owner's written permission or approval for such activity.
c. When approval of owner of property(other than Owner)is required for selected site
clearing activity,submit to Engineer written copy of such approval.
PART 2 - PRODUCTS
2.1 MATERIALS
A. For other materials needed for site clearing Work,such as stone,topsoil,or other,comply with
requirements of the Contract Documents.
PART 3 - EXECUTION
3.1 SITE CLEARING—GENERAL
A. Limits of Site Clearing Work:
1. Limits of site clearing Work are shown and indicated on the Drawings.
B. General Provisions for Site Clearing:
1. Contractor shall provide all labor,materials,equipment,tools,services,and incidentals
necessary and required to perform site clearing Work in accordance with the Contract
Documents.
2. Perform site clearing Worktoavoidcreatingnuisances,pollution,andpreventableadverse
effects on the environment.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SITE CLEARING
31 1000-2
3. Complywith Section017133 -Protection of the Work and Property,and this Section's
Article,"Tree Protection,Selective Removals,and Selective Trimming".
4. Excavation required for site clearing shall comply with Section 3123 33 -Trenching and
Backfilling.
5. Requirements of Authorities Having Jurisdiction:
a. Perform site clearing Work in accordance with Laws and Regulations.
b. Obtain,pay for,and comply with permits required for site clearing Work. Obtain from
authorities having jurisdiction and furnish copy of each permit as a Submittal.
6. Traffic Control:
a. Establish such controls prior to and maintain in place throughout site clearing Work
that has potential to affect traffic.
7. Site clearing Work shallcomply with ANSI A300 and applicable ISA standards indicated in
this Section's"References"Article,unless theContractDocuments indicate more-stringent
requirements.
3.2 PREPARATION
A. Permits and Approvals:
1. Do not commence site clearing Work until necessary permits and approvals are obtained
and copies furnished to Engineer as Submittals.
B. Delineation of Limits of Site Clearing Work Areas:
1. Review with Engineer:
a. Before starting site clearing Work,other than flagging,review at the Site with
Engineer.
b. Make corrections as necessary.
c. Reviewwith Engineer at the Site trees andshrubs to be selectively trimmed,to reach
mutual agreement on extent of selective trimming required.
C. Protection:Establish protection oftrees,shrubs,andvegetation to remain,in accordance with
this Section's Article,"Tree Protection,Selective Removals,and Selective Trimming",and other
applicable provisions of the Contract Documents.
D. Temporary Erosion and Sediment Controls:
1. Provide applicable temporary erosion and sediment controls before commencing clearing
and grubbing and topsoil stripping Work.
2. Complywith temporary erosion and sediment control requirements of Section 01 57 05 -
Temporary Controls.
3. Continue providing temporary erosion and sediment controlsas clearing and grubbing and
topsoil stripping and stockpiling Work progresses into previously uncleared,ungrubbed
areas of the Site...
3.3 CLEARING AND GRUBBING
A. Clearing and Grubbing—General:
1. Remove and dispose ofall materials constituting clearing and grubbing Work within limits
shown and indicated in the Contract Documents.
2. After grubbing Work is complete,properly fill holes resulting from grubbing before
commencing site grading Work.
B. Trees and Shrubs Improperly Destroyed or Damaged:
1. Refer to this Section's Article,"Tree Protection,Selective Removals,and Selective
Trimming".
C. Trees and Shrubs to Remain:
1. Trees and shrubs to remain shall be protected,and trimmed where necessary or required,in
accordancewith this Section's Article,"Tree Protection,Selective Removals,and Selective
Trimming".
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SITE CLEARING
31 1000-3
3.4 DISPOSAL AND CLEANING
A. Disposal—General:
1. Dispose of matter resulting from clearing and grubbing,selective removals,and selective
trimming,at appropriate offsite location,unless otherwise expressly allowed bythe Contract
Documents or mutual agreement of Owner and Contractor.
2. Do not use cleared,grubbed,or trimmed material as fill,backfill,or in embankments.
3. Dispose of cleared,grubbed,and trimmed material,and othermaterials,rubbish,anddebris,
in accordance with Laws and Regulations.
4. Pay allcosts associatedwith transporting and disposing of materials and debris resulting
from site clearing Work.
5. Cleared lumberand trimmings from trees are Contractor's property and,at Contractor's
option,may be sold or salvaged offsite.
B. Cleaning:
1. Perform progress cleaning and other cleaning Work,and disposal of resulting m ateria Is and
debris,in accordance with Section 0174 00 -Cleaning.
3.5 TOPSOIL STRIPPING AND STOCKPILING
A. Stripping:
1. Before commencing topsoil stripping:
a. Perform clearing and grubbing and selective removals.
b. Remove grass and other vegetation that may remain following clearing and grubbing.
c. Provide necessary and required temporary erosion and sediment controls.
2. Strip topsoil to depths encountered,in manner that prevents intermingling of topsoil with
underlying subsoil and other objectionable material. Remove heavy growths of grass and
vegetation and material below topsoil.
3. Before stockpiling,separate objectionable material from topsoil.
4. Do not strip topsoil from within drip line of trees and shrubs to remain as part of the
completed Project.
B. Stockpiling:
1. Construct andmaintain topsoil stockpiles in accordance with Section 01 66 00 -Product
Storage andHandling Requirements,at locations in accordance with Section 01 14 19 -Use
of Site.
C. Reuse of Stripped Topsoil:
1. Reuse in the finish grading and landscaping Work topsoil that complies with the Contract
Documents for such Work.
2. Where topsoil stripped fromthe Site does not comply with the Contract Documents relative
to quality requiredforuse in finish grading and landscaping Work,provide appropriate soil
amendmentmaterial,properly andfully mixed into topsoil stripped from the Site,so that
amendedmaterial complies with quality requirements for topsoil required for finish grading
and landscaping Work.
D. Disposal of Excess Topsoil:
1. Topsoil in excess of quantity required for finishedProj ect becomes Contractor's property
when Engineer indicates finish grading and landscaping Work is complete. Properly
dispose of excess topsoil offsite.
END OF SECTION
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
SITE CLEARING
31 1000-4
SECTION 31 22 19
FINISH GRADING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Topsoil quality and placing.
2. Finish grading.
B. Related Requirements: Include,but are not necessarily limited to,the following:
1. Section 31 10 00 -Site Clearing.
2. Section 3123 33 -Trenching and Backfilling.Section 32 92 00 -Seeding,Sodding and
Landscaping.
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment:
1. Perform the Work of this Section for all areas within limits of grading and all areas outside
Emits of grading disturbed during construction.
2. Perform the Work of this Section asp art ofthe Lump Sum bid/pay item(s)indicated in the
Contract.
1.3 REFERENCES
A. Reference Standards:
1. American Association of State Highway and Transportation Officials(AASHTO):
a. T194,Standard Method of Test for Determination of Organic Content of Soils by Loss
on Ignition.
2. ASTM International(ASTM):
a. D2974,Standard Test Methods for Moisture,Ash,and Organic Matter of Peat and
Other Organic Soils.
b. D4221,Standard TestMethod for Dispersive Characteristics of Clay Soil by Double
Hydrometer.
c. D4972,Standard Test Methods for pH of Soils.
d. D5268,Standard Specification for Topsoil Used for Landscaping and Construction
Purposes.
e. D6913,Standard TestMethods forPar icle-Size Distribution(Gradation)of Soils Using
Sieve Analysis.
f. D7928,Standard Test Method for Particle-Size Distribution(Gradation)of Fine-
Grained Soils Using the Sedimentation(Hydrometer)Analysis.
g. E329,Standard Specification for Agencies Engaged in Construction Inspection,
Testing,or Special Inspection.
1.4 QUALITY ASSURANCE
A. Qualifications:
1. Contractor's Testing Laboratory:
a. Retain the services ofindependenttesting laboratory to perform testing and determine
compliance with the Contract Documents of materials specified in this Section.
b. When Contractoris expressly required,by this Section's"Quality Assurance"Article,
"Source Quality Control"Article or elsewhere in the Contract Documents,to retain
testing laboratory fortests required underthis Section's"Quality Assurance"Article or
"Source Quality Control"Article,retain one testing laboratory for quality assurance
testing and field quality control testing.
c. Testing laboratory shall comply with ASTM E329.
d. Testing laboratory shall be experienced in the types of testing required.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
FINISH GRADING
312219-1
e. Selection of testing laboratory is subject to Engineer's acceptance. Upon Engineer's
request,submit qualifications statement for testing laboratory,includingname of entity,
location,copies ofapplicable certifications,summary ofentity's experience,andnames
and qualifications of personnel who will perform the subject sampling and testing.
B. Quality Assurance Testing:
1. Quality assurance testing,which may also be regarded as source quality control testing
when topsoilto be installed will be topsoil originally stripped from the Site,is in addition to
field quality control activities required by this Section's"Field Quality Control"Article.
2. Allow free access to material stockpiles and borrow areas at all times. Tests shall be at
Contractor's cost.
3. Contractor's Testing Laboratory Scope:
a. Obtain samples and perform testing of proposed topsoil materials,whether obtained
from offsite borrow sources or stockpiled topsoil originally stripped from the Site, to
provide assurance that the Work will comply with the Contract Documents.
4. Required Quality Assurance Material Testing by Contractor's Testing Laboratory:
a. Perform the following quality assurance tests for every[1,000]cubic yards of topsoil,
or part thereof,to be incorporated into the Work. Submit results of such tests to
Engineer and obtain Engineer's acceptance thereof prior to incorporating the subject
topsoil into the Work.
1) Gradation in accordance with ASTM D6913 and D7928.
2) Clay content in accordance with ASTM D4221.
3) pH in accordance with ASTM D4972.
4) Organic content in accordance with ASTM D2974 orAASHTO T194.
1.5 SUBMITTALS
A. Action Submittals: Submit the following:
1. Product Data:
a. Borrow Soil Materials:Name and address of Supplier of borrow soil materials,
gradation,and Supplier's certification that materials are sufficiently freeof Constituents
of Concern so that a Hazardous Environmental Condition will not be created or
exacerbated.
b. If no soilmaterials will be obtained from any borrow location,expressly so indicate to
Engineer in writing.
2. Samples:
a. Submit Sample of topsoil material required by this Section. Furnish Samples in
durable,tightly-sealed containers;plastic bags are unacceptable. Samples shall be of
sufficient quantity and material size to demonstrate the array of gradation and material
types expected in the Work.
B. Informational Submittals: Submit the following:
1. Quality Assurance Test Results Submittals:
a. Submit results of quality assurance testingperformed in accordance with this Section's
"Quality Assurance"Article,unless included as part of another submittal under this
Section.
1) Tests on materials from onsite and borrow sources.
2. Qualifications Statements:
a. Quality assurance testing laboratory,when requested by Engineer.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Topsoil:
1. All soil accepted as topsoil,whether obtained from onsite or offsite sources,shall comply
with requirements of this Section.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
FINISH GRADING
312219-2
2. Topsoil Source:Reuse surface soil stockpiled on Site,where possible. Verify suitability of
stockpiled surface soilto produce topsoil,as specified. Clean surface soil of roots,plants,
sod,stones,clay lumps,and other extraneous materials harmful to plant growth.
a. Supplement acceptable onsite soilwith manufactured topsoil from offsite sources,when
quantities available on-Site are insufficient to complete the Work.
b. When existing soil In a terial stripped from the Site and stockpiled does not comply with
requirements of this Section,such soil may be provided as topsoil when addition of
amendments and fertilizers will bring such soil material into compliance with this
Section's topsoil requirements. Furnish to Engineer written advisory of Contractor's
intent to amend existing soil materials to be compliant with topsoil requirements.
3. Provide fertile,friable,natural loam,surface soil,capable of sustaining vigorous plant
growth;free of any admixture of subsoil,clods of hard earth,plants or roots,sticks,stones
largerthan one inch diameter,or other extraneous material harmful to plant growth,in
compliance with ASTM D 5268.
4. Provide topsoil of the following characteristics:
a. Required gradation:
Sieve Size Percent Passing
3/4 inch mesh 100
No.4-sieve 90 to 100
No.200-sieve 0 to 10
b. Clay content ofmateria I passing No.200-sieve shallbe not greaterthan 60 percent,as
determined by hydrometer tests.
c. pH-adjustedwith ferrous sulphate or ground limestone to provide pH 5.5 to 7.0 at time
of installation of lawns and meadow areas,unless particular species of planting
requires a different pH for optimal growth.
d. Electrical conductivity of a 1:2 soil-wa ter suspension shall not exceed 1.0millichm per
centimeter and with less than 200 parts per million of extractable aluminum.
e. Cation Exchange Capacity: 5,minimum.
f. Organic contentnot less than fivepercent,as determinedby ignition loss of oven-dried
samples passing No.10-sieve(Muffle Furnace Temperature: 110 plus or minus five
degrees C for eight hours).
g. Free of pests and pest larvae.
h. Relative to Constituents of Concern,topsoil shall be in accordance with Laws and
Regulations. Constituents of Concern,if any,in topsoil furnished shallnot constitute or
result in a Hazardous Environmental Condition.
B. Topsoil Amendments and Fertilizer
1. Requirements for topsoil amendments and fertilizer,togetherwith otherplanting materials,
are in Section 32 92 00 -Seeding,Sodding,and Landscaping.
2. Provide planting soilby adding amendments,fertilizer,and othermaterials to topsoil and
othersuitable soilmaterials in accordance with Section 32 92 00 -Seeding,Sodding,and
Landscaping,as necessary to support vigorous growth of required plantings.
2.2 SOURCE QUALITY CONTROL
A. Tests and Inspections at Source of Supply:
1. Perform quality assurance testing,and submit results to Engineer,in accordance with the
"Quality Assurance"Article in Part 1 of this Section.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
FINISH GRADING
312219-3
PART 3 - EXECUTION
3.1 PREPARATION
A. Protection of In-place Conditions:
1. Protect structures,utilities,sidewalks,pavements,and other facilities,and lawns and
existing plants from damage caused by finish grading.
B. Preparation—General:
1. In accordance with Section 0157 05 -Temporary Controls,provide temporary measures for
controlling erosion andsedimentation,airbomedust,and fugitive dust emissions from the
Site.
2. Topsoil stripping and stockpiling requirements are indicated in Section 31 10 00 -Site
Clearing.
3. Adjust rough grading to within 0.1 foot of required elevations. Properly compact sub-
grades. Rough grading shall provide for appropriate drainage in accordance with the
Contract Documents.
4. Before applying topsoil:
a. Remove from exposed subgrade all stones and debris over two inches in any dimension
and properly dispose of such items at an appropriate,offsite location.
b. Apply superphosphate fertilizer directly to subgrade before loosening.
c. Loosen sub-grade surface to depth of not less than two inches.
3.2 INSTALLATION
A. Installation Requirements:
1. Required Depth of Topsoil:
a. For areas of gardens,shrubs and similarplantings,provide finished,lightly compacted,
topsoil depth of not less than 6 inches.
b. For all other areas requiring topsoil,including lawns and meadows,provide finished,
lightly compacted,topsoil depth of not less than 4 inches.
2. Do not place topsoil when subgrade is muddy,wet or frozen enough to cause clodding.
3. Provide finished surface smooth and true to required grades,in accordance with this
Article's"Installation Tolerances"provision. Provide finished surface of topsoil equal to
required finished elevations after light rolling and natural settlement.
4. Grade topsoil to a smooth,uniform surface plane with loose,uniformly fine texture. Roll
and rake,remove ridges,and fill depressions to provide required finish grades.
5. Restore topsoil if eroded or otherwise disturbed after finish grading and before planting.
6. Topsoil Quantity Differentials:
a. If quantity ofrequired topsoil exceeds the quantity,if any,of topsoil stockpiled at the
Site and available foruse by Contractor,provide the additional required quantity from
appropriate offsite borrow sources at no additional cost to Owner.
b. When quantityof topsoilobtained from offsite borrow sources exceeds the required
quantity of topsoil,remove excess from the Site,unless Owner allows such excess to be
stockpiled at an appropriate location at the Site.
B. Installation Tolerances:
1. Finish Grading Tolerance: f0.1 foot from finish elevation required by the Contract
Documents. Ensure adequate drainage.
3.3 FIELD QUALITY CONTROL
A. Tests and Inspections:
1. Upon completionof topsoil installation,obtain Engineer's concurrence regarding grades and
drainage.
2. Where directed byEngineer,provide test holes to demonstrate that required depth oftopsoil
was provided. After observation and measurement by Engineer,properly refill test holes.
3. Where insufficient depth of topsoil is revealed,remedy by providing required depth and
quantity in accordance with the Contract Documents. When additional topsoil is added after
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
FINISH GRADING
312219-4
initial establishment of plant growth,re-establish required plantings to provide compliance
with the Contract Documents.
3.4 PROTECTION
A. Commencing immediately aftertopsoil installation,protect installed topsoil from erosion and
damage from other causes,including personnel,vehicles,and equipment. Promptly perform
seeding,sodding(as applicable),mulching,and other measures to permanently stabilize soils
and prevent erosion,in accordance with Section 32 92 00-Seeding,Sodding,and Landscaping.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
FINISH GRADING
312219-5
SECTION 31 23 33
TRENCHING AND BACKFILLING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements forexcavating,filling,and otherearth Work for linear,buried utility projects,
including:
a. Field conditions.
b. Soil and aggregate materials.
c. Test pits.
d. Excavation.
e. Preparation of subgrades.
f. Filling and compacting.
g. Rough grading.
h. Disposal of excavated spoil materials.
B. Related Requirements Include,but are not necessarily limited to,the following:
1. Section 03 3131 -Concrete Mixing,Placing,Jointing,and Curing.
2. Section 31 10 00-Site Clearing.
3. Section 31 22 19 -Finish Grading.
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement:
1. Contractorshallprovide all labor,materials,construction equipment and machinery,tools,
and incidentals required or necessaryforperforming all trenching,backfilling,and related
earth Work forthe Contract,including all Work related to excavating,preparing subgrades,
providing and stockpiling materiaIs,filling with required materials,compacting,grading,
proper disposal of excess spoil materials,and all other Work required by this Section. This
Section includes trenching,backfilling,and related earth Work required for constructing:
buried utilities,including piping and,where applicable,other Underground Facilities; site
improvements(including pavement,sidewalks,curbs,and the like); subgrade preparation
forotherWork;and all othertrenching,backfilling,and related earth Work required by the
Contract Documents and not addressed under other Specifications sections.
2. Unless expressly indicated otherwise in the Contract Documents,such as Section 0122 00 -
Measurement and Payment,the Work of this Section is included in the various lump sum
and unit price bid/pay items for the Contract.
3. All Work underthis Sectionis unclassifiedand coveredby this Section and the associated
bid/payment item(s). No separate payment will be made for removing,handling,or
disposingof rock(unless the Contract includes a separate bid/payitem specifically for rock
excavation orrock removal),stones,concrete(whether or not reinforced),debris,stumps,
and other material,regardless of moisture content,unless such material constitutes an
unforeseen Hazardous Environmental Condition and Work associatedwith such Hazardous
Environmental Condition is not included in the Contract.
4. Where excavation oftest pits is required by the Contract Documents or Engineer,payment
for such test pits will be in accordance with Paragraph 3.2.13 of this Section and other
applicable provisions of the Contract Documents.
1.3 REFERENCES
A. Terminology:
1. The followingterms are not defined and are not indicated with initial capital letters but,
when used in this Section,have the following meaning:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-1
a. "Borrow"means material required for trenching,backfilling,and related earth Work in
excess of quantity of suitable material available from required grading,cuts,and
excavations atthe Site.Borrowmaybe necessary even though not otherwise expressly
required by the Contract Documents.
b. "Cohesive soil"means clay(fine grained soil),or soil with a high clay content,which
has cohesive strength.Cohesive soil does not crumble,can be excavated with vertical
or near-vertical sideslopes,and is plastic whenmoist.Cohesive soilis difficult to break
up when dry,and exhibits significant cohesionwhen submerged-Cohesive soils include
clayey silt,sandy clay,silty clay,clay and organic clay.
c. "Cohesionlesssoil"meansfillmaterialthatdoesnotclump together; its grains remain
separate and apart from each other. Cohesionless soils typically have a low proportion
of fine(no.200 mesh size and less)particles and may be soil material or granular
material.The terms"cohesionless soils","cohesionless materials","non-cohesive
soils",and the like have the same meaning.
d. "Fill" means soilmaterial,granular material,or other material indicated in this Section
required for backfillin g excavations or as material for achievingrequiredroughgradng,
Unless indicated otherwise in the context of a specific provision,the terms"fill"and
"backfill"have the same meaning,as do derivative terms such as,"filling"and
"backfilling".When used by itself,the term"backfill"means material required for
refilling an excavation.
e. "Foundations"means bottomsof manholes,chambers,vaults,and similar structures;
base slabs(slabs-on-grade);bearing directly on soil,granular material,or rock.
f. "Granularmaterial"means gravel,sand,or silt,(coarse grained soil)with little or no
clay content.Granular soil has no cohesive strength. Some moist granular soils exhibit
apparent cohesion. Granular soil cannot be molded when moist and crumbles easily
when dry. The terms"granular material","aggregate material",and"granular soil"
have the same meaning. Detailed requirements forspecific types of granular material
are indicated in Article 2.1 of this Section.
g. "Rock"means:igneous,metamorphic,or sedimentary rock or stone;boulders over two
cubic yards in volume in open areas and boulders over one cubic yard in volume in
trenches; and mass concrete;that cannot be removed using rippers and therefore
requires drilling and blasting oruse of large excavator-mounted pneumatic breakers.If
rock is encountered during the Work,promptly furnish notice of differing subsurface
condition in accordance with the General Conditions(as may be modified by the
Supplementary Conditions);when necessary,Engineer will furnish requirements for
rock removalvia appropriate Contract modification.The following do not qualify as
rock:
1) Soft,weathered ordisintegrated rockthat can be removed by normal excavating
equipment,including bulldozers with rippers andlarge trackhoes with rock teethor
rock buckets.
2) Loose or previously blasted rock.
3) Broken stone in rock fills.
4) Rock or stone that falls into the excavation from outside limits of excavation
shown or indicated in the Contract Documents.
5) Boulders thatcan be removed without drilling,blasting,or pneumatic breakers.
6) Pavements,sidewalks,and gutters of concrete,asphalt,or masonry.
h. "Subgrade"meansthe uppermost surface of native soil material unmoved from cuts;
the bottom of excavation.
i. "Trenching"means excavating for buried utilities,other Underground Facilities,and
related excavation Work.In this Section,the words,"trenching"and"excavating"have
the sa m e m eaning.In this Section,the word"excavation",whether singular or plural,is
general and includes trenching.
j. "Unauthorized excavation"means removing materials beyond limits shown or
indicated in the Contract Documents or otherwise directed by Engineer.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-2
k. "Unclassified",when used in referringto trenching,excavating,or excavations,means
excavation and disposal of all materials,of any description whatsoever,encountered in
performingthe Work,unless otherwise shown or indicated in the Contract Documents.
1. "Unsuitable soil materials"means soil or other materials encountered at or below
subgradeelevationof insufficient strength,stiffness,or characteristics to support the
Work in accordance with the Contract Documents or as determined by Engineer. The
terms"unsuitable soil material","unsuitable soil",and"unsuitable material"have the
same meaning.
B. Reference Standards: Standards referenced in this section include,but are not necessarily
limited to,the following:
1. American Association of State Highway and Transportation Officials(AASHTO):
a. AMRL RI -AASHTO Accreditation Procedure Manual.
2. ASTM International(ASTM):
a. C33/C33M-Standard Specification for Concrete Aggregates.
b. D698-Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort(12,400 ft-lbf/ft3(600 kN-m/m3)).
c. D1556-Standard Test Method for Density and Unit Weight of Soil in Place by Sand-
Cone Method.
d. D1557-Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Modified Effort(56,000 ft-lbf/ft3(2,700 kN-m/m3)).
e. D2166-Standard Test Method for Unconfined Compressive Strengthof Cohesive Soil.
f. D2216-Standard Test Methods for Laboratory Determination of Water(Moisture)
Content of Soil and Rock by Mass.
g. D2434-Standard Test Methods forMeasurementof Hydraulic Conductivityof Coarse-
Grained Soils.
h. D2487-Standard Practice for Classification of Soils for Engineering Purposes(Unified
Soil Classification System).
i. D2850-Standard Test Method for Unconsolidated-Undrained Triaxial Compression
Test on Cohesive Soils.
j. D3740-Minimum Requirements forAgencies Engagedin Testing and/or Inspection of
Soil and Rock as Used in Engineering Design and Construction.
k. D4253-Standard Test Methods forMaximum IndexDensityand Unit Weight of Soils
Using a Vibratory Table.
1. D4254-Standard Test Methods forMinimum IndexDensityand Unit Weight of Soils
and Calculation of Relative Density.
m. D4318-Standard Test Methods for Liquid Limit,Plastic Limit,and Plasticity Index of
Soils.
n. D6913 -Standard Test Methods for Particle-Size Distribution(Gradation)of Soils
Using Sieve Analysis.
o. D6938-Standard Test Methods for In-Place Density and Water Content of Soil and
Soil-Aggregate by Nuclear Methods(Shallow Depth).
p. D7928 -Standard Test Method for Particle-Size Distribution(Gradation)of Fine-
Grained Soils Using the Sedimentation(Hydrometer)Analysis.
q. E329 -Standard Specification for Agencies Engaged in Construction Inspection,
Testing,or Special Inspection.
1.4 QUALITY ASSURANCE
A. Qualifications:
1. Contractor's Testing Laboratory:
a. Retain the services ofindependenttesting laboratory to perform testing and determine
compliance with the Contract Documents of materials specified in this Section.
b. When Contractor is expressly required,by this Section's"Field Quality Control"
Article or elsewhere in the Contract Documents,to retain testing laboratory for tests
required under this Section's"Field Quality Control"Article,retain one testing
laboratory for quality assurance testing and field quality control testing.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-3
c. Testing laboratory shall possess current,valid accreditation from the AASHTO
Materials Reference Laboratory(AMRL),in accordance with AASHTO AMRL R18,
for ASTM D3740,for tests required for quality assurance testing indicated in this
Article and field quality control testing indicated to be Contractor's responsibility.
d. Testing laboratory shall comply with ASTM E329.
e. Testing laboratory shall be experienced in the types of testing required.
f. Selection of testing laboratory is subject to Engineer's acceptance. Upon Engineer's
request,submit qualifications statement for testing laboratory,includingname of entity,
location,copies ofapplicable certifications,summary ofentity's experience,andnames
and qualifications of personnel who will perform the subject sampling and testing.
B. Quality Assurance Testing:
1. Quality assurance testing,which mayalsobe regardedas source quality control testing, is in
additionto field quality control testing required by this Section's"Field Quality Control"
Article.
2. Materials used in the Work may require testing and retesting,as directed by Engineer,
during the Project. Allow free access to onsite material stockpiles,borrow sources,and
other sources of aggregate and soil materials at all times. Tests not specifically indicated to
be performed at Owner's expense(if any),including retesting of defective materials and
defective Work,shall be at Contractor's cost.
3. Contractor's Testing Laboratory Scope for Quality Assurance Sampling and Testing:
a. Obtain samples and perform testing of proposed fill materials in the laboratory,at the
Site,and at borrow locations(if any)to provide assurance that the Work will comply
with the Contract Documents.
b. Testing laboratory shall perform testing required to obtain data for selecting moisture
content for placing and compacting fill materials.
c. Submit to Engineer,via Contractor,written results of each test.
4. Required Quality Assurance Material Testing by Contractor's Testing Laboratory:
a. Perform the following quality assurance tests on materials to be incorporated into the
Work. Submit results of such tests to Engineer and obtain Engineer's acceptance
thereof prior to incorporating the subject materials into the Work.
b. Gradation in accordance with ASTM D6913 and ASTM D7928.
c. Atterberglimits in accordance with ASTM D4318. Perform one test of the following
types of materials to be incorporated into the Work: suitable soil material,and soil
structural fill.
d. Moisture/density relations for fill in accordance with ASTM D698,ASTM D1557,
ASTM D4253,or ASTM D4254,as applicable.
1.5 SUBMITTALS
A. Action Submittals: Submit the following:
1. Shop Drawings:
a. Schedule(table or written narrative)indicating,for each specific area of the Work,type
of fill materials proposed,together with indication of whether source of materials is
onsite orborrow source. Identification of each type of material shall employ material
names/designations identical to those in the Contract Documents.
2. Product Data:
a. Borrow Soil Materials:Name and address of Supplier of borrow soil materials,
gradation,and Supplier's certification that materials are sufficiently freeof Constituents
of Concern so that a Hazardous Environmental Condition will not be created or
exacerbated. Ifno soilmaterials will be obtainedfromany borrow location,expressly
so indicate to Engineer in writing.
b. Aggregate:Supplier's published description ofa ggregate materials,including name and
address of Supplier,certification of material's compliance with AASHTO and state
department of transportation standards,and gradation.
B. Informational Submittals: Submit the following:
1. Test Pit Results:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
3123 33-4
a. Submit written results oftest pits required bythe Contract Documents ordirected by
Engineer.
2. Quality Assurance Test Results Submittals:
a. Submit results of quality assurance testingperformed in accordance with this Section's
"Quality Assurance"Article,unless included as part of another submittalunder this
Section. Submit results for the following quality assurance testing:
1) Tests on materials from onsite and borrow sources.
2) Optimum moisture—maximum dry density curve for each type of fill material.
3. Field Quality Control Submittals:
a. Submitresults of testing and inspection performed in accordance with the field quality
control Article in Part 3 of this Section,including:
1) Indication of soil classification in accordance with ASTM D2487.
2) Field density testing.
3) Proctor Compaction Test to determine optimum moisture for soil and maximum
dry density.
4. Qualifications Statements:
a. Quality assurance testing laboratory,when requested by Engineer.
1.6 FIELD CONDITIONS
A. Existing Conditions:
1. Subsurface Conditions:
a. Subsurface Information: The Supplementary Conditions indicate information (if any)
that is Technical Data on subsurface conditions at the Site. Such information and data
are not intended as a representation orwarranty ofcontinuityof conditions between soil
borings ortest pits,norof groundwater levels at dates and times other than date and
time when measured,nor that purpose of obtaining the information and data were
appropriate for use by Contractor. Owner and Engineer are not responsible for
interpretations or conclusions drawn therefrom by Contractor.
b. Contractor's Explorations: Soilborings and other exploratory operations may be made
by Contractor,atno additional costto Owner. Coordinate Contractor-performed test
borings and other exploratory operations with Owner,utility owners,and owners of
transportation facilities as appropriate. Perform such explorations without disrupting or
otherwise adversely affecting operations of Owner and others.
2. Where subsurface conditions or locations of Underground Facilities and structures are
unforeseen or differ substantively from that shown or indicated inthe Contract Documents,
comply with Contract requirements for giving notice and other actions.
3. Existing Structures and Underground Facilities:
a. The Contract Documents show orindicate certain structures and Underground Facilities
adjacent to the Work. Such information was obtained from existing records and is not
guaranteed to be correct or complete. Contractor shall explore ahead of the excavation
to determine the exact location of all existing structures and Underground Facilities.
Existing structures and Underground Facilities shallbe supported and protected from
damage by Contractor. Immediately repair and restore existing structures and
Underground Facilities damaged by Contractor without additional cost to Owner.
b. Movement or operation of construction equipment and machinery over Underground
Facilities shall be at Contractor's sole risk. When required by owner of the
Underground Facility,prepare and submit to owner of such Underground Facility,and
obtain their acceptance,of Contractor's plan presenting Contractor's analysis of the
loads to be imparted during construction(including transient loading by construction
equipment,machinery,andvehicles)and Contractor's proposed measures to protect
structures and Underground Facilities during the Work.
c. Acceptance of or approval by utility owner or Engineer of Contractor's proposed
evaluation and method(s)for protecting Underground Facilities in no way modifies or
reduces Contractor's sole responsibility forcomplying with the Contract Documents,
means,methods,procedures,techniques,and sequences ofconstruction,andthe safety
and protection measures incident thereto.
10398893 City offort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-5
d. Coordinate with utility owners for shut off of services inactive piping and conduits.
When required by utility owner,Owner will assist Contractor with utility owner
notifications. Completely remove buried piping and conduits indicated for removal and
not otherwise indicated as being abandoned or to remain in place.
e. Do not interrupt existing utilities serving facilities occupied and used by Owner or
others,except when such interruption is indicated in the Contract Documents or when
allowed in writing by Engineer after acceptable temporary utility services are provided
by Contractor for the affected structure or property.
PART 2- PRODUCTS
2.1 MATERIALS
1. Provide granular under-slab fill under foundations,manholes,chambers,vaults,handholes,
and similar Work unless other under-slab material is required by the Contract Documents.
2. ASTM C33/C33M gradation size no.67,or other material acceptable to Engineer.
B. Granular Structural Fill:
1. Granular structural fill,sometimes called"select granular fill",is required for improving
subgrade(a$erremovalof unsuitable material),as backfillfor excavations in areas that,
after restoration,will be subject to vehicular traffic,and at other locations shown or
indicated for such material in the Contract Documents.
2. Materialshallbewell-graded,crushed aggregate,freeof organic and deleterious material,
with Proctor density of not less than 120 pounds per cubic foot,complying with the
following:
Sieve Sizes(Square Percentage by Weight
Openings) Passing Sieve
1.25-inch 100
No.4 38 to 65
No.8 25 to 60
No. 30 10 to 40
No. 200 3 to 12
C. Suitable Soil Material as Non-Structural Fill:
1. Provide suitable soil material as fill for the Work,unless other material is required.
2. Material shall be:
a. Free of rock larger than three inches in any dimension,debris,waste,frozen materials,
organic material,and other deleterious material.
3. Previously-excavated materials complyingwith the Contract Documents requirements for
suitable soil material may be used for suitable soil material.
4. When onsite materials are unsuitable for use as suitable soil material,provide granular
structural fill or approved borrow material as suitable soil material. Prior to using borrow
materialas suitable soil material,furnish product data Submittal and quality assurance
Submittal for proposed material and obtain Engineer's approval and acceptance(as
applicable)of the proposed material.
D. Pipe Bedding MateriaL•
1. Materials: Unless otherwise expressly required in the Contract Documents,pipe bedding
material shallbe crushed stoneandgravel,free of:rock or gravel larger than one-inchin any
dimension,debris,waste,frozen materials,organic material and other deleterious matter.
a. Pipe bedding material shall be crushed stone and gravel,free of rock or gravel larger
than 0.5-inch in any dimension.
2. Sand:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-6
a. Where expressly required or allowed by the Contract Documents,provide sand as pipe
bedding material.
b. Sand material,where used,shall consist ofnaturalormanufactured granular material
and shall contain no organic material.
c. Sand shall be non-plastic,when tested in accordance with ASTM D4318.
d. Gradation: I 00percentshall pass a no.4 sieve and not morethanfive percent shallpass
a No.200 sieve.
E. Fowable Fill,also known as Controlled Low Strength Material(CLSM):
1. Unless expressly required otherwise by the Contract Documents,flowable fill may be used,
at Contractor's option(following Engineer's approval),for backfilling in lieu of the
following materials: [granular structural fill],pipe bedding material,soil structural fill,
suitable soil material used as non-structural fill,[and subbase material].
2. Comply with Section 03 3131 -Concrete Materials and Proportioning.
3. Material provided sh all be excavatable byordinary mechanical excavation equipment,such
as backhoes.
2.2 SOURCE QUALITY CONTROL
A. Tests and Inspections at Source of Supply:
1. Perform quality assurance testing,and submit results to Engineer,in accordance with the
"Quality Assurance"Article in Part 1 of this Section.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verification of Conditions:
1. Provide Engineerwith sufficient notice and with means to examine areas and conditions
underwhich trenching,backfilling,other related earth Work,andgradingwill be performed.
Engineerwill advise Contractor in writing when Engineer is aware of conditions that may
be detrimentalto proper and timely completion of the Work. Do notproceed with the Work
until unsatisfactory conditions are corrected.
2. This Article,however,in no way modifies or reduces Contractor's sole responsibility for
complyingwith the Contract Documents,for construction means,methods,procedures,
techniques,and sequences,and for the safety and protection measures incident thereto.
3. Nothing in this Article,including actionby Engineer or Resident Project Representative(if
any),is for benefit of Contractor.
B. Installing the Work constitutes Contractor's approval of underlying work, subgra des,and field
conditions prevailing at the time of the Work.
3.2 TEST PITS
A. Test Pits-General:
1. Test Pit Locations Not Shown orIndicated in the Contract Documents and Test Pits Not
Part of a Dedicated Bid/Pay Item:
a. In advance of other construction,excavate test pits,make observations and
measurements,and promptly fill test pits.
b. Purpose of test pits is to determine existing subsurface conditions and locations of
Underground Facilities and structures.
c. Perform all work required in connection with excavating,stockpiling,maintaining,
temporarily supporting excavations,filling,and replacing pavement for test pits.
Contractor is responsible for the definite location of each existing Underground Facility
involved within the area of excavation for the Work. Exercise care during such
location work to avoid damaging and disrupting affected Underground Facility or
structure. Contractor is responsible for repairing,at Contractor's cost,damage to
Underground Facilities or structure caused during the Work.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-7
B. Payment for Test Pits:
1. All payment for testpits shown or indicated in the Contract Documents will be part of the
lump sum bid/pay item Contract Price.
C. Results of Test Pits:
1. Document results of all test pits excavated by Contractor.
2. Submit to Engineerwritten results oftestpits expressly required by the ContractDocuments
or directed by Engineer. Furnish such Submittal within three days of excavation of
associated test pit,unless Engineer allows more time. When Engineer requests written
results of test pits performed for Contractor's own use,promptly furnish such information as
Informational Submittal.
3. Required documentation of test pits shall include:
a. Identification of Project,Site,and Contractor.
b. Date andtime of testpit excavation,indication of weather conditions,and names of
personnel present and employer of each.
c. Detailed description of location of test pit,including,where necessary,measurements to
landmarks shown on the Drawings.Where appropriate,include sketch of location from
the Drawings.
d. Indication ofapproximate dimensions of test pit,including length,width,and depth.
e. Verbal(written)description of observed subsurface conditions,including apparent
strata,rock(if any),groundwater conditions,and approximate depth atwhich each was
observed.
f. Verbal(written)description of unusual conditions observed,including potential
existence ofHazardous Environmental Condition,if any. Include pertinent data,such
as readings from instrumentation used.
g. Description and sketch,with appropriate dimensions,of Underground Facilities and
structures in the test pit. Sketches shall be clearly legible with clear,well-written
annotations and dimensions.
h. Other pertinent information and data from observations made while test pit was open.
i. Brief written description of backfilling and restoration of test pit,including time
operations were completed.
3.3 PREPARATION
A. Site Preparation:
1. Comply with Section 31 10 00 -Site Clearing.
2. Comply with this Section's"Erosion and Sedim ent Control During Construction"Article.
B. Dust Control:
1. Relative to controlling dust during construction,comply with Section 01 5705 -Temporal
Controls and Section 01 74 00 -Cleaning.
3.4 EROSION AND SEDIMENT CONTROLS DURING CONSTRUCTION
A. Temporary Erosion and Sediment Controls—General:
1. Provide temporary erosion and sediment controls in accordance with Section 01 57 05 -
Temporary Controls,and other requirements of the Contract Documents.
2. When applicable,also complywith requirements of the erosion and sediment control plan
approved by authorities having jurisdiction and the Project's storm water pollution
prevention plan and permit,if any.
3.5 EXCAVATION
A. Excavation—General:
1. Perform all excavation Work,including trenching and backfilling,required to complete the
Work as shown,specified,and required. Excavating Work includes removing,handling,
and proper disposal of earth,sand,clay,expansive-type soils,otherunsuitable soil materials,
gravel,hardpan,soft,weathered or decomposed rock,concrete and masonry(reinforced or
unreinforced),pavements,rubbish,debris,stumps,and other materials,regardless of
moisture content,within the excavation limits.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-8
2. Trenching and backfil ing Work shall comply with the Contract Documents,including
required grades,elevations,general dimensions,and alignment shown or indicated on the
Drawings including cuts and fills,as applicable.
3. Protect existingbuildings andstructures againstundermining and destabilization.If adjacent
trenching affects foundations of one or more buildings or structures,promptly advise
Engineer in writing.
4. If unsuitable material and obstructions are encountered during excavation,remove material
and replace as directed by Engineer.
B. Excavation Methods:
1. Traditional Excavation Methods: Excavation via traditional methods,such as backhoe,
bulldozer,other earth moving construction equipment or machinery,or excavation using
hand tools,is acceptable for all excavating Work.
2. Use of Explosives:
a. Use of explosives is not allowed.
3. Hydro-excavating(also known as Hydro-Vacuum Excavating):
a. Hydro-excavating is acceptable for all excavating Work.
b. Avoid creating nuisances,unsafe conditions,and inconvenience to Owner, facility
manager,owners and occupants of adjacent property,and the public when hydro-
excavating is allowed and used.
C. Excavation Protection:
1. Provide excavation protection system(s)in accordance with Laws and Regulations to
prevent injury to persons and property,including Underground Facilities.
2. Provide safe access to excavations,including emergency exit,and safe access for
construction equipment and machinery,where applicable,in accordance with laws and
Regulations.
D. Subgrades—General:
1. Provide firm,dense,thoroughly compacted,consolidated subgrades,free ofmud,muck,and
other soft and unsuitable materials. Subgrades shall remain firm and intact under all
construction operations. Reinforce subgrade by providing granular structural fill on
subgrades that areotherwise solid but become soft or muddy on top due to construction
operations. Finished elevation of stabilized subgrades shall not be above subgrade
elevations shown onthe Drawings,unless bottom of trench is rock below required bottom
elevation ofpipe,manhole,chamber,orvault,and above required bottom of excavation
elevation.
2. If,in Engineer's opinion,subgradebecomes soft,muddy,orboth,because of construction
delays,failure to dewater properly,or other cause within Contractor's control,excavate
subgrade to firm material,trim the subgrade,and backfill with granular structural fill
material at Contractor's cost.
3. Preparation of Subgrades for Subsequent Work:
a. Level off subgrades to receive foundations or compacted fill.
b. Where subgrades are to receive subsequent fill or manholes,chambers,vaults,or
similar items,remove loose materials and bring subgrades into compliance with the
Contract Documents.
c. Do not excavate lower than required for buried piping or foundations,unless directed
otherwise by Engineer.
d. Where excavation extends below required elevation without authorization,promptly
advise Engineer andremedy unauthorized excavation in accordance with the Contract
Documents. Corrections may include:
1) For locations other than those indicated above including slabs-on-grade:
a) Backfilland compact unauthorized excavations as indicated for authorized
excavations of same classification,unless otherwise directed by Engineer.
2) Contractor is not eligible for change in Contract Price or Contract Times for
remedying unauthorized excavations.
4. Evaluation and Protection of Subgrade:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
312333-9
a. Advise Engineer as soon as excavation is completed for Engineer's observation of
subgrades and,where necessary or required,inspection and testing of subgrades.
b. If Engineer determines that bearing materials at required subgrade elevations are
unsuitable,provide subgrade stabilization as indicated in this Article.
c. Do not commence further construction until subgrade under compacted fill material,
under foundations andretainingwalls is acceptable(in accordance with the Contract
Documents)to Engineer,who may consider results of required testing,and who may
elect to consult with geotechnical consultant(if any).
d. Engineer shall have sufficient opportunity to observe subgrade,after successful
completion of tests and inspections required by the Contract Documents.
e. Place fill materialandperfonn subsequent construction aftersubgrade is acceptable in
accordance with the Contract Documents.
f. Protect subgrade from becoming loose,wet,frozen,orsoft dueto weather,construction
operations,or other reasons.
5. Subgrade stabilization:
a. If subgrade under foundations or fill material,is frozen,loose,wet,or soft before
construction is placedthereon,remove frozen,loose,wet,or soft material and replace
with approved compacted material as directed by Engineer,who may consult with
geotechnical consultant.
b. Loose,wet,or soft materials,when approved by Engineer,may be stabilized by a
compacted working mat of well graded crushed stone.
c. Stabilization shallbe in accordance with the Contract Documents.Where the Contract
Documents do not address subgrade stabilization,promptly submit to Engineer written
request for clarification or interpretation,or other written instrument in accordance with
the Contract Documents.In such event,do notproceeduntil response is obtained from
engineer.
E. Pipe Trench Preparation:
1. Not more than 150 feet of trench may be opened in advance of installing pipe in trench.
2. Trench width shall be minimized to greatest extent practical,and shall comply with the
following:
a. Trench width shallbe sufficientto provide space forinstalling,jointing and inspecting
piping. The Drawings show additional requirements for trenches. In no case shall
trench be wider at top of pipe than pipe barrel's outside diameter(OD)plus two feet,
unless otherwise shown or indicated.
b. Enlargement of trenchwidthat pipejoints may be made when required and approved
by Engineer.
c. Trench width shallbe sufficientto allowthorough compaction offilladjacent tobottom
half of pipe.
d. Do not use construction equipment or machinery that necessitates trench to be
excavated to excessive width.
3. Depth of trench shallbe as shown or indicated in the Contract Documents. If required and
approved by Engineer in writing(such as a duly issued Contract modification),depths may
be revised.
4. Where Engineer considers existing subgrade(beneath intended bedding material)
unsuitable,remove andreplace such unsuitable materialwith granular structural fillmaterial
for full width of trench,down to suitable material.
F. Freeze Protection:
1. Do not place foundations or fill material on frozen subgrade.
2. When freezing temperatures are expected,basedon widely recognized,reputable source for
weather forecasts at or near the Site,do not excavate to full depth indicated,unless
foundations or fillmaterial canbe placed immediately after excavation has been completed
and is acceptable in accordance with the Contract Documents.
3. Protect from freezing excavation,subgrade,and fill materials when subsequent Work
thereon is delayed.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-10
G. Construction Traffic on Soils:
1. Furnish and use appropriate backhoe or other low-contact pressure equipment to remove
existing materials.
2. Minimize construction traffic on existing materials and saturated soils and avoid soil
disturbance.
3. Repair disturbed subgrade materials priorto performing subsequent Work.Remedial work
shallbe in accordance with the Contract Documents.When not addressed in the Contract
Documents,remedial Work shall be as directed by Engineer via appropriate Contract
modification.
4. Allow only minimal foot traffic on bearing soils prepared for subsequent installation of fill
or foundations.
3.6 FILLING AND COMPACTING
A. Filling and Compacting—General:
1. Provide and compact all fill required for the finished grades as shown and as indicated in
this Section.
B. Place fill as promptly as progress of the Work allows,but not until completing the following:
1. Successful completion of required field quality control activities for Work that will be
covered or concealed by filling.
2. Completionof proper documentation of as-constructed conditions and existing conditions
(such as locations of Underground Facilities)in accordance with Section 01 78 39 -Project
Record Documents.
3. Removal of temporary supports of excavations.
4. Remove fill that includes organic materials or other unacceptable material and replace with
fill material complying with the Contract Documents.
C. Placement—General:
1. Place fill to the grades shown or indicated.
2. Management of Moisture Content:
a. Place fill materials at moisture content and density as indicated in this Article's
requirements on compaction density. Priorto placingfill material,optimum moisture
and maximum density properties for proposed material shall be obtained from
Engineer,who may consult with geotechnical consultant,if any.Furnish and use
construction equipment andmachinery capable of addingmeasured amounts ofwaterto
fill materials to bring fill materials to a condition within required moisture content
range. Control moisture for each lift necessary for required compaction.
b. Furnish and use construction equipment and machinery capable of discing,aerating,
and mixing fill materials to ensure reasonable uniformity of moisture content
throughout fillmaterials,and to reduce moisture content of borrow materials by air
drying,when necessary.
c. When subgrade or fill materials requires moisture-conditioning before compaction,fill
material shall be sufficiently mixed or worked on the subgrade to ensure uniform
moisture content throughout the lift of material to be compacted.
d. Materials atmoisturecontentin excess of specified limit shall be dried by appropriate
means,such as aeration or stockpiling for gravity drainage and air drying.
3. Compaction:
a. Compaction Equipment:
1) Perform compaction with construction equipment and machinery suitable for the
type of fill material placed.Unless otherwise required,compact cohesive soils
using sheepsfoot compactor,and compact granular materials using pneumatic
rollers,vibrators,or other construction equipment ormachineryto obtain required
density.
2) Select and use equipment capable of providing the minimum density required in
the Contract Documents.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-11
3) Use light compaction equipment andmachinery,within horizontal distance of 10
feet from the wall of completed,below-grade manholes,chambers,vaults,and
similar items,and walls of adjacent buildings or structures.
4) Furnish and use construction equipment andmachinerycapable of compacting in
restricted areas next to structures and around piping and Underground Facilities.
b. Compaction Test Area:
1) Effectiveness of construction equipment andmachinery selectedby Contractor for
compacting,shallbe tested at startof compacted fill Work by constructing a small
section of fill within the area where fill will be placed.
2) If tests on the test section offill indicate that required compaction is not obtained,
do one or more of the following: increase the quantity of coverages,decrease the
lift thicknesses,or use different compactor equipment or machinery.
4. Placement of Lifts and Compaction:
a. Place fill materials in horizontal,loose lifts,not exceeding specified thickness prior to
compacting.
b. Place fill in manner ensuring uniform lift thickness after placing.
c. Preparation of surfaces for placement of fill:
1) Before commencing placing of fill,scarify underlying material to depth of six
inches.
2) Where ground surface is steeper than one vertical to four horizontal("1 V:4H"),
plow surface to bench and break up surface so that fill material will bind with
existing surface.For slopes steeperthan 1 VAH and less than IV:1.5H,bench shall
be sic feet wide.For slopes steeper than or equal to IV:1.5H and less than
1 V:0.5H,bench shall be four feet wide.
d. Mechanically compact each lift,by not less than two complete coverages ofcompactor.
One coverage is defined as the conditions reached when allportions of the fill lift have
been subjected to the direct contact of compactor's compacting surface.
e. Compaction of fill materials by inundation with water is unacceptable.
5. Restrictions:
a. Do not place fill materials when standingwater is present on surface of area where fill
will be placed.
b. Do not compact fill when standing water is present on the fill to be compacted.
c. Do not place or compact fill in frozen condition or on top of frozen material.
d. Fill containing organic or deleterious materials or other unacceptable material
previously described shall be removed and replaced prior to compaction.
6. If required densities are not obtained because of improper control of placement or
compactionprocedures,orbecause of inadequate or improperly functioning compaction
equipment ormachinery,perform all work necessary to provide required densities. Such
work shall include,at no additional cost to Owner,complete removal of unacceptable fill
areas and replacement and re-compaction until acceptable fill is provided.
7. Repair,at Contractor's cost,observed or measured settlement. Make repairs and
replacements as necessary andrequiredwithin 30 days afterbeing so advised by Engineer,
unless more-timely action is necessary to avoid orreduce thepotential for safety hazards or
damage to property.
D. Fill Placed in Pipe Trenches:
1. Pipe Bedding: Pipe bedding material shall be as follows:
a. Unless otherwise shown orindicated,install buried piping on not less than four-inch
layer of aggregate pipe bedding material underneath piping.
b. Pipe beddingmaterial shall extendupward from elevation required immediately above t
o 12 inches above crown of associated buried piping.
c. Pipe bedding material shall be spreadandthe surface gradedto provide a uniform and
continuous support beneath piping at all points between bell holes or pipe joints.
d. Install initial layer of pipe bedding material on prepared subgrade and compact as
required. Provide appropriate divot in the bedding material to accommodate each pipe
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-12
bell orjoint. Install piping so thatpipe barrel carries the weight of each pipe segment,
rather than pipe bells or joints bearing the pipe's weight.
e. Slight disturbance ofinstalled pipe bedding material surface during withdrawal of pipe
slings or other lifting tackle is acceptable.
f. Aftereach pipe's bedding material has beengraded,and the piping has been aligned,
joined in accordance with the Contract Documents,and placed in final position on
bedding material,provide andcompact sufficient pipe trench fill material under and
around each side of pipe and back of bell or end thereof to hold piping in proper
position and maintain alignment during subsequent pipe jointing and embedment
operations.
g. Subsequent to formingpipejoint,place additional pipe bedding material,in required
lifts,to required top elevation of pipe bedding material. Ensure bedding material is
properly and fully placedunderpipe"haunches"for proper support of piping.Compact
lifts of pipe bedding material in accordance with this Article prior to placing subsequent
backfill material.
2. Placing and Compacting Pipe Trench Fill: Unless otherwise shown,placing and
compacting of pipe trench fill materials shall comply with the following:
a. Deposit andcompactpipetrenchfillmaterialuniformly and simultaneously on each
side of piping to prevent lateral displacement of piping.
b. Each layerof pipetrench fillmaterial shallbe compactedby notless than two complete
coverages of allportions of surface of each lift using appropriate compaction equipment
or machinery.
C.
E. Methodof compaction and compaction equipment and machinery used shall be appropriate for
material to be compacted and shall not transmit damaging shocks to piping.Installation of
Flowable Fill,also known as Controlled Low Strength Material(CLSM):
1. Discharge flowable fillfrom ready-mix deliveryvehicle into excavation,or other space to
be backfilled with such material,via chutes,pumping,or hand-carried in buckets,in
accordance with the Contract Documents (including the Specifications of Division 03 -
Concrete)and requirements of flowable fill ready-mix Supplier.
2. Subgradeon which flowable fillis pla ced shallbe free of disturbed or softened materialand
water.
3. Place flowable fill in lifts not greater than four feet depth.
4. Placing of each lift of flowable fill shallbe a continuous operation,to the extent practicable.
5. Place flowable fill in mannerthat prevents flotation of piping orotherdamage to the Work,
other Underground Facilities,and adjacent property.
6. Cold Weather Placing:
a. Do not place flowable fill on frozen subgrade.
b. Flowable fillbatching,mixing,andplacingmaybe p erformed when weather conditions
are favorable,and ambient air temperature is 34 degrees F and rising.
c. At the time of placing,flowable fillmust have a temperature of not less than40 degrees
F.
d. Discontinue placingflowable fill when ambient airtemperature is 3 8 degrees F or less
and falling.
7. Afterplacingflowable fill,allownot less than 12 hours before placing subsequent lift or
approved otherwise by Engineer.
8. Prevent contactwith flowable fillby construction vehicles andequipment,or other traffic,
fornot less than24 hours afterplacing,oruntilflowable fill is sufficiently hard to prevent
rutting or other damage by vehicles and construction equipment.
F. Compaction Density Requirements:
1. Compaction Requirements for Sitework(including civil,grading,and Underground
Facilities):
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-13
LOCATION COMPACTION DENSITY MOISTURE CONTENT
Under Pavement,Other Traveled Ways,Curbs,Gutters, Sidewalks, and Buried Utilities (including manholes,
chambers,vaults,and similar items):
Cohesive soils 95%per ASTM D698 -2 to+2%of optimum
Cohesionless soils 75%relative density per
ASTM D4253 and ASTM D4254
Sitework Not Covered by the Above Category or Classification:
Cohesive soils 90%of ASTM D698 -2 to+32%of optimum
Cohesionless soils 65%relative density per
ASTM D4253 and ASTM D4254
2. Fill Lift Thickness:
a. Unless expressly shown or indicated otherwise,place fill in trenches,below piping,
below foundations,or under paved areas in horizontal uncompacted layers not
exceeding eight inches deep,andthoroughly compact eachbefore next layer is placed.
b. In pipe trenches,above elevation of bottom of pipe,horizontal uncompacted layers
shall be six inches deep.
3. Fill Moisture Content: Fill shall be wetted and thoroughly mixed to achieve moisture
content to within the required range indicated in the applicable table,above, with the
following exception(s):
a. On-site clayey soils: Optimum to plus three percent(moisture less than optimum is
unacceptable).
4. Replacenatural,undisturbed soils orcompacted soil subsequently disturbed or removed by
construction operations with materials compacted as indicated.
5. Field quality control testing for density;to verifythat specified densitywa s obtained,will be
performed during each day of compaction Work. Responsibility for field quality control
testing is indicated in this Section's"Field Quality Control"Article.
6. When field quality control testing indicates unsatisfactory compaction,provide additional
compaction necessary to obtainthe required compaction. Perform additional compaction
Work at no additional cost to Owner until required compaction is achieved. Such work
includes complete removal of unacceptable(as determined by Engineer)fill areas and
replacement and re-compaction until acceptable fill is provided in accordance with the
Contract Documents.
G. Replacement of Unacceptable Excavated Materials: In cases where over-excavation to replace
unacceptable soil materials is required,backfill the excavation to required subgrade with
granular structural fill material and thoroughly compact in accordance with applicable table in
this provision. Slope the sides of excavation in accordance with the maximum allowable
inclinations specified for each element of the Work.
3.7 UNAUTHORIZED EXCAVATION
A. Unauthorized Excavation—General:
1. Excavations outside lines and grades shown or indicated and that are not approved by
Engineer(including excavations below required subgrade elevation,unless Engineer directs
removal of unsuitable subgrade material),together with removing and disposing of the
associated material,shall be at Contractor's cost and risk.
2. Fill unauthorized excavations with properly compacted granular structural fill material at
Contractor's cost.
3.8 GRADING
A. Grading—General:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-14
I. Uniformly grade areas within limits of grading under this Section,including adjacent
transition areas.
2. Smooth subgrade surfaces within specified tolerances,compact with uniform levels or
slopes between points where elevations are shown,or between such points and existing
grades.
3.
B. Grading Surface of Fill Under Concrete Slabs-on-Grade:
1. Grade smooth and even,free of voids,compacted as specified,and to required elevation.
2. Provide final grades within tolerance of0.5-inch when tested with a ten-foot straightedge.
3.9 DISPOSAL OF EXCAVATED SPOIL MATERIALS
A. Spoil Disposal-General:
1. Contractor shall haul away excavated material that does not comply with requirements for
fill, or is in excess of quantity required for fill.
2. Disposal of materials shall comply with Laws and Regulations,at no additional cost to
Owner.
3.10 FIELD QUALITY CONTROL
A. Site Tests and Inspections:
1. Testing Laboratory:
a. Employ a testing laboratory to perform field quality control testing.
b. Testing Laboratory Scope:
1) For Pipe Bedding and Backfill:
a) Perform two initial gradation tests foreach type of material plus 1 additional
test for 500 cubic yards of each material.
b) Perform two field moisture-density tests in accordance with ASTM D6938 or
two relative density tests in accordance with ASTM D4253/D4254 as
appropriate foreach type of bedding on backfill material proposed,except
gra nular b edding matefia l to verify that required compaction of fill materials
was provided.
c) One in-place compaction testevery200 linearfeetof trenchin the compacted
bedding zone and at every 1.5 feet of vertical lift of backfill materials in
accordance with ASTM D2922/D3017.
d) One in-place compaction testneartop of trench for trench depth of 2 feet or
less in accordance with ASTM D2922/D3017.
e) Five additional in-place compactiontests at the discretion of the Engineer in
accordance with D2922/D3017
2) Tests of actual unconfined compressive strength or bearing tests (in accordance
with ASTM D2850 or ASTM D2166)on each stratum.
3) Furnish to Engineer and Contractor written results of each test.
c. Authority and Duties of Testing Laboratory:
1) Testing laboratory representatives("technician")shall inspect the materials in the
field,perform testing,and report findings to Engineer and Contractor. When the
Work is defective,technician will direct attention of Engineer and Contractor to
such defective Work.
2) Technician shall not supervise performance of any of Contractor's Work.
Technician shall not perform other duties for Contractor.
3) Work will be tested and inspected by testing laboratory as the Work progresses,but
failure to detect defective Work(including defective materials)shall not,in any
way,prevent later rejection when defect is discovered,nor shall it obligate
Engineer for Substantial Completion or final acceptance. Technicians are not
authorizedto revoke,alter,relax,enlarge,orrelease requirements of the Contract
Documents,or to approve or accept any portion of the Work.
2. Responsibilities and Duties of Contractor:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-15
a. Use of testing laboratory or geotechnical consultant in no way relieves Contractor of
responsibility to provide Work in compliance with the Contract Documents.
b. When Owner furnishes services of testing laboratory,geotechnical consultant,or any
combination thereof,for trenching,backfilling,and related earth Work,Owner and
Engineerdo not represent that the sampling and testing performed by Owner-hired
testing laboratory or observations by Owner-hired geotechnical consultants,is sufficient
for Contractor's purposes,orto monitor all aspects of the trenching,backfilling,and
related earth Work. If additional quality control is needed to verify that the Work
performed and materials delivered to the Site are in accordance with the Contract
Documents,Contractor may retain its own,independent testing laboratory to perform
additional sampling and testing for Contractor's purposes.
c. To facilitate testing laboratory and geotechnical consultant,Contractor shall advise
testing laboratory andgeotechnical consultant not less than two days in advance of
filling operations to allow for completion of field quality control testing and for
assignment of personnel.
d. Contractor shall be responsible for providing required compaction for fill and other
earthwork. Contractor shall control construction operations by performing confirming
tests to verify that Contractor has complied with the Contract Documents relative to
compaction and moisture content.
e. Contractor shall demonstrate adequacy of compaction equipment andprocedures before
exceedingone ormore of the following quantities of earthwork. Each test location
shall include tests for each layer,type,or class of fill to finish grade.
1) 200 linear feet of trench fill.
2) 10 cubic yards of granular structural fill.
3) 100 cubic yards of suitable soil material.
4) 50 cubic yards of subbase material.
3. Testing laboratory will inspect and indicate acceptable subgrades and fill layers before
construction work is performed thereon. Testing of subgrades and fill layers shall be as
follows:
a. Trenches for Underground Facilities(including buried ductbanks):
1) In Open Fields: Two locations every 1,000 linear feet.
2) AlongDirt orGravelRoads orOff Traveled Right-of-Way: Two locations every
500 linear feet.
3) Crossing Paved Roads: Two locations along each crossing.
4) Under Pavement Cuts or Within Two Feet ofPavement Edges: One location every
400 linear feet.
b. For granular structural fill: Once per lift for each 1,000 square feet placed and
compacted.
c. For Suitable Soil Material: One per 1,000 square feet on every compacted lift.
d. Subbase Material: One per 1,000 square feet on every compacted lift.
4. Periodic compliance tests will be made by Engineer to verify that compaction is in
accordance with the Contract Documents,at no cost to Contractor. Contractor shall remove
overburden above the level at which Engineer wishes to test and shall fill and re-compact
the material after testing is complete.
B. Defective Work:
1. If testing laboratory reports orinspections indicate subgrade,fill,or bedding compaction
less than specified density,Contractor shall remove unacceptable materials as necessary and
replace with specified materials andprovide additional compaction at Contractor's cost until
subgrades,bedding,and fill are acceptable.
2. Costs forretestingof subgrade,fill,or bedding materials thatdid notoriginally comply with
the Contract Documents,including required density,shall be paid by Contractor.
3.11 RESTORATION
A. Restoration—General:
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-16
1. Perform finish grading,including providing topsoil,in accordance with Section 3122 19 -
Finish Grading.
2. Provide replacementpaving,sidewalks,curbs,gutters,and similaritems in accordance with
the Contract Documents including the Specifications of Division 32 -Exterior
Improvements.
3. Restore landscaping including lawn and meadow areas,in accordance with the Contract
Documents including the Specifications of Division 32 -Exterior Improvements.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
TRENCHING AND BACKFILLING
31 23 33-17
F)�
DIVISION 32
EXTERIOR IMPROVEMENTS
SECTION 32 92 00
SEEDING, SODDING AND LANDSCAPING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Seeding,sodding and landscape planting:
a. Soil preparation.
b. Native grass seeding.
c. Sodding.
B. Related Specification Sections include but are not necessarily limited to:
1. Section 3122 19 -Finish Grading.
1.2 QUALITY ASSURANCE
A. Referenced Standards:
1. American Nursery and Landscape Association/American National Standards Institute
(ANLA/ANSI):
a. Z60.1,American Standard for Nursery Stock.
2. AOAC International(AOAC).
3. ASTM International(ASTM):
a. D2028,Standard Specification for Cutback Asphalt (Rapid-Curing Type).
b. D5276,Standard Test Method for Drop Test of Loaded Containers by Free Fall.
1.3 SUBMITTALS
A. Shop Drawings:
1. Product technical data including:
a. Acknowledgement thatproducts submitted meet requirements ofstandards referenced.
b. Manufacturer's installation instructions.
c. Signed copies of vendor's statement for seed mixture required,stating botanical and
common name,place oforigin,strain,percentage ofpurity,percentage of germination,
and amount of Pure Live Seed(PLS)per bag.
d. Type of herbicide to be used during first growing seasonto contain annual weeds and
application rate.
e. Source and location of sod,plants,and plant material.
2. Certification that each container of seed delivered willbe labeled in accordance with
Federal and State Seed Laws and equals or exceeds Specification requirements.
B. Informational Submittals:
1. Copies of invoices for fertilizer used on Project showing grade furnished,along with
certification of quality and warranty.
1.4 SEQUENCING AND SCHEDULING
A. Installation Schedule:
1. Provide schedule showing when trees,shrubs,groundcovers and other plant materials are
anticipated to be planted.
2. Show schedule of when lawn type and other grass areas are anticipated to be planted.
3. Indicateplanting schedules in relationto schedule for irrigation system installation,finish
grading and topsoiling.
4. Indicate anticipated dates Engineer will be required to review installation for initial
acceptance and final acceptance.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SEEDING,SODDING AND LANDSCAPING
32 92 00-1
PART 2 - PRODUCTS
2.1 MANUFACTURERS AND SUPPLIERS
A. Subject to compliance with the Contract Documents,the manufacturers and suppliers listed in
the applicable Articles below are acceptable.
2.2 MATERIALS
A. Sod: Turf Master Sod Farm or approved equal.
1. Viable,dense,strongly rooted,not less than two years old.
2. 60%Kentucky Bluegrass,30%Fescue,and 10%other grasses.
3. Free of weeds and undesirable native grasses.
4. Strips 12 to 18 inches wide.
5. Mow prior to stripping from field.
6. Cut so 3/4 inches of soil is firmly attached to roots.
7. Not frozen or dormant.
B. Native Grass Seeding:
1. Grass seed shall be the Upland Mix per City of Fort Collins Natural Areas Native Seed
Mixes.
2. Refer to Drawings for seed mix and seeding rate.
3. The Contractor shall compensate forpercentage of purity and germination by furnishing
sufficient additional seed to equal the specified pure live seed product. The formula for
determining the quantity of pure live seed(PLS)shall be:
Pounds of Seed(Bulk)X Purity X Germination=Pounds of Pure Live Seed (PLS)
4. The Contractor shallpresentto theEngineera certificate of the PLS test of the grass seed
which he intends to use. All grass seed furnished shallbe delivered in sealed bags showing
weight,analysis and vendor's name and address.
C. Grass Seed Mulch
1. Material for mulching shall consist of oat,wheat,barley or rye straw,and shallbe free of
noxious weed seeds. Straw in a state of advanced decomposition will not be accepted. At
least 50%of the mulchby weight shall be uniform in length. Apply mulch on all seeded
areas pertheColorado State Departmentof Highways,"Standard Specifications for Road
and Bridge Construction".
D. Fertilizer:
1. Commercial fertilizermeeting applicable requirements of Local,State and Federal law and
shallbe certified by the manufacture prior to its application.
2. Dry fertilizers shall have a primary element composition by weight of 6-10-5:
a. Nitrogen(1)six(6%)percent ofwhich fifty(50%)percent is organic,phosphoric acid
(P205)ten(10%)percent and potash(K20)five(5%)percent.
3. Dry fertilizers shall have a secondary element composition by weight of 20-10-5:
a. Nitrogen(1)twenty(20%)percent of which fifty(50%)percent is organic,phosphoric
acid(P205)ten(10%)percent and potash(K20)five(5%")percent.
4. The primary and secondary elements maybe organic,inorganic,ora combination and shall
be available accordingto the methods adopted by the Association of Official Chemists.
5. The dry fertilizer material shall be pelletized or granular,uniform and a free flowing
product. Material which has caked,segregated,exceeded the expiration date of application,
or be otherwise damaged shall not be used.
6. The fertilizer shall be thoroughly mixed by the manufacturer. Each container shall clearly
identify the contents. Materials and containers previously opened,exceeding the expiration
date for application or otherwise damaged shall not be used.
E. Soil Amendments:
1. Imported--For new topsoil required to make grade or for use in planting operations,use
friable natural sandy loam,similar to topsoil existing on the site. (Submit sample for
approval).
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SEEDING,SODDING AND LANDSCAPING
329200-2
2. In-Situ--Soil in-place on the site,such as tree pit excavation,maybe used provided it is
free from roots,limbs,rocks,construction debris and other foreign material.
3. Improved Planting Mix(Prepare Soil):
a. Backfill planting pits and planters using an improved soil mix consisting of:
1) 1. 85%on-site or imported topsoil; and,
b. 2. 15%composted manure
4. Composted Manure:
a. Use cow,sheep or a combinationof cow and sheepmanure which has beenthoroughly
composted,i.e.,in a generally decomposed condition and not containing excessive heat,
with no foreign material and screened or ground to eliminate clumps larger than 1-inch
in diameter.
b. Compost shall have the following characteristics:
1) Percent moisture-less than 20%
2) Percent organic matter-minimum of 20%
3) C/N ratio- 10/1 or less
(Submit sample for approval).
F. Water:
1. Water free from substances harmful to grass or sod growth.
2. Provide water from source approved prior to use.
2.3 ACCESSORIES
A. Wood Pegs: Softwood,sufficient size and length to ensure anchorage of sod on slope
PART 3 - EXECUTION
3.1 SOIL PREPARATION
A. General:
1. Limit preparation to areas which will be planted soon after.
2. Provide facilities to protect and safeguard all persons on or about premises.
3. Protect existing trees designated to remain.
4. Verify location and existence of all underground utilities.
a. Take necessary precaution to protect existing utilities from damage due to construction
activity.
b. Repair all damages to utility items at sole expense.
5. Provide facilities such as protective fences and/or watchmen to protect work from
vandalism.
a. Contractorto be responsible forvandalism until acceptance ofwork in whole or in part.
B. Preparation for Lawn-Type Seeding,Sprigging,Plugging or Sodding:
1. Verify that elevations and grades have been completed per the Drawings prior to conducting
work under this Section. Notify the Engineer/Owner prior to commencing soil preparation
work if existing grades are not satisfactory,or assume responsibility for conditions as they
exist.
2. Weed and Debris Removal:
a. All ground areas to be planted shallbe cleaned of all weeds and debris prior to any soil
preparation or grading work. Weeds and debris shall be disposed of off the site.
3. Contaminated Soil:
a. Do not perform any soil preparation work in areas where soil is contaminated with
cement,plaster,paint or other construction debris.
b. Bring such areas to the attention oftheENGINEER/OWNERand do not proceed until
the contaminated soil is removed and replaced.
4. Moisture Content:
a. Soil shallnot be worked when moisture content is so great that excessive compaction
will occur,nor when it is so dry that dust will form in the air orthat clods will not break
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SEEDING,SODDING AND LANDSCAPING
329200-3
readily. Water shall be applied,if necessary,to bring soil to an optimum moisture
content for tilling and planting.
5. Ripping&Scarification:
a. Rip,scarify,or otherwise loosen all areas to a depth of 6 inches,removing all
obstructions encountered in excavating,such as loose rock,construction debris,etc.
C. Native Grass Seeding:
1. Seeding without cover crop:
a. Plow areas tobe seeded to shallow depth as soon as ground can be worked without
clodding.
b. Leave ground fallow until weeds germinate,approximately 3 to 4 weeks later.
c. Disc entire area again to turn over weeds.
d. Disc at least twice prior to planting.
e. Cultipack entire area immediately following final disking.
2. Seeding with cover crop:
a. Plant covercrop(4 to 8 pounds peracre in rows not exceeding42 inches width)over all
areas to be seeded.(optimum planting time-June 1 through July 15).
b. Allow cover crop to mature andharvest completely leaving stubble at least 18 inches in
field.
c. Field is then ready for seeding of native grasses.
3. Leave surface(seedbed)hard to discourage weed growth and erosion.
a. Ground should be undisturbed and uncultivated.
3.2 INSTALLATION
A. Seeding:
1. Do not use seed which is wet,moldy,or otherwise damaged.
2. Perform seeding work from April 1 st to July 1 st for spring planting,and August 30th to
October 30th for fall planting,unless otherwise approved by Engineer.
3. Distribute seed evenly over entire area at rate ofapplication not less than 4 pounds(PLS)of
seed per 1000 square feet,50%sown in one direction,remainder at right angles to first
sowing.
4. Stop work when work extends beyond most favorable planting season for species
designated,orwhen satisfactory results cannotbe obtainedbecause of drought,high winds
excessive moisture,or other factors.
a. Resume work only when favorable conditions develop.
5. Lightly rake seed into soil followed by light rolling or cultipacking.
6. Immediately protect seeded areas against erosion by mulching.
a. Spread mulch in continuous blanket using 1-1/2 tons per acre to a depth of 4 or 5
straws.
7. Protect seeded slopes against erosion with erosion netting or other methods approved by
Engineer.
a. Protect seeded areas against traffic or other use by erecting barricades and placing
warning signs.
8. Immediately following spreading mulch,anchor mulch using a rolling coulter or a
wheatlandlandpacker having wheels with V-shapededges to force mulch into soil surface,
or apply evenly distributed emulsified asphalt at rate of 10-13 GAL/1000 square feet.
a. SS-1 emulsion in accordance with ASTM D5276 or RC-1 cutback asphalt in
accordance with ASTM D2028 are acceptable.
b. If mulch andasphalt are applied in one treatment,use SS-1 emulsion with penetration
test range between 150-200.
c. Use appropriate shields to protect adjacent site improvements.
B. Sodding:
1. Notify Engineer of source and location ofsod at least 30 days prior to sodding operation,to
permit inspection.
a. Submit species and percentages of purity and state botanical and common names.
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SEEDING,SODDING AND LANDSCAPING
329200-4
2. Sod areas as designated and disturbed lawn areas whichwere sodded or established prior to
construction.
3. Perform sodding only during climatic orweather conditions conducive to successful results.
a. Lay within 24 hours of stripping.
b. Do not use dormant or frozen sod.
c. Soddingmaybe accomplished ata H sea sonalperiods providing adequate provisions for
sod protection are taken to ensure fitness and survival.
d. Do not place sod when temperature is below 32 degrees F.
e. Do not place frozen or dried out sod.
f. Do not sod on frozen or dried out soil.
4. Lay sod to form a solid mass with tightly fitted joints.
a. Butt ends and edges; do not overlap.
b. Staggerjoints.
c. Tamp or roll lightly to ensure full contact with subgrade.
d. Work sifted soil into minor cracks,avoid smothering adjacent grass.
e. Peg sod on slopes to prevent slippage.
1) Use sharpened 1 x 1 x 6 inches wooden pegs.
3.3 MAINTENANCE AND REPLACEMENT
A. General:
1. Begin maintenance of planted areas immediately after eachportion is planted and continue
until final acceptance or fora specific timeperiodas stated below,whichever is the longer.
2. Provide and maintain temporary piping,hoses,and watering equipment as required to
conveywaterfrom watersources andto keep planted areas uniformly moist as required for
proper growth.
3. Protection of new materials:
a. Provide barricades,coverings or other types of protection necessary to prevent damage
to existing improvements indicated to remain.
b. Repair and pay for all damaged items.
4. Replace unacceptable materials with materials and methods identical to the original
specifications unless otherwise approved by the Engineer.
B. Seeded or Sodded Lawns:
1. Maintain seededlawns: 90 days,minimum,after installation and review of entire project
area to be planted.
2. Maintain sodded lawns: 30 days,minimum,after installation and review of entire project
area to be sodded.
3. Maintenance period begins at completion of planting or installation of entire area to be
seeded or sodded.
4. Engineerwill reviewseeded orsoddedlawn area after installation for initial acceptance.
5. Cost of resodding required because of faulty operations ornegligence on partof Contractor
shallbe borne by Contractor. Any areas so resodded shall have a turf establishment period
beginning upon reseeding or resodding and a duration as specified above. Owner will
assume risk for loss or damage due to beneficial occupancy of Project in any part,
vandalism,damage by animals or fire,or losses due to curtailment of water by local
authority,or due to"Acts of God"(floods,winds of 60 mph or more or heavy hail)
6. Replant bare areas using same materials specified.
7. Engineerwill review final acceptability of installed areas at end of maintenance period.
8. Maintain repaired areas until remainder of maintenance period or approved by Engineer,
whichever is the longer period.
END OF SECTION
10398893 City of Fort Collins
Cathodic Protection Renewal-90%Design
SEEDING,SODDING AND LANDSCAPING
329200-5
Fart Collins
ATTACHMENT C
WATER TREATMENT FACILITY
CONTRACTOR REQUIREMENTS
1. CITY POINT OF CONTACT(POC)
All contractors will be assigned a specific City of Fort Collins Point-Of-Contact(POC)
person while they are working on the site. All communications, fobs and permits will
be routed through their City POC.
2. EXCAVATION (DIG) PERMITS
A. At least 48 hours prior to all excavations deeper than 6-inches, contractors
must provide a request for a dig permit, in writing, to their designated City
POC.
B. Excavations shall not proceed until all the required signatures from City of
Fort Collins staff have been obtained.
C. No excavations will be approved without scheduling/obtaining the required locates.
3. WORKING DAYS AND HOURS
A. No new excavations, or work done that may affect water treatment process,
may be done on Fridays, or weekends, except in special circumstances with
prior written approval from the City POC (48-hour prior notification is
required).
4. BUILDING ACCESS
A. For projects lasting longer than two weeks- the project foreman may be
issued a fob and daily staffing email will be sent to the City POC listing
personnel on-site;
• Site access is Monday —Thursday, 7AM-4PM. Any work
outside of said hours must be approved by the POC.
B. For all other projects- each contractor staff member will be required to
sign-in and sign-out each day. Contractor to provide list daily to POC.
C. No plant keys will be issued to contractors; Only fobs will be issued.
Contractor will acknowledge and sign the Gate Fob Policy.
D. Propping doors open is discouraged, but may be permitted briefly, but
only when contract personnel are working within sight of the door.
5. SAFETY AND WORK PRACTICES
A. All work practices, at a minimum, must comply with OSHA standards.
B. Work practices must also comply with City safety standards.
C. City employees may stop work on any project not complying with safe
working practices.
Fart Collins
ATTACHMENT D
WATER TREATMENT FACILITY
CONTRACTOR REQUIREMENTS
D. Proper PPE shall always be worn.
E. Report any unsafe conditions to the City POC;
F. Use of City equipment or tools, such as ladders is only permitted with
prior written permission;
G. No borrowed equipment may leave the site, and borrowed equipment must
be returned in the same condition as when it was loaned;
H. Damage to City facilities or equipment must be reported immediately to the City POC;
6.
CHLORINE EVACUATION TRAINING
A. All contractor staff must attend chlorine evacuation training. This brief
training is crucial to the safety of both contractor employees and
emergency response personnel.
7. ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) - See Attached
A. Recyclables and cardboard must be placed in the appropriate dumpster.
B. All chemical leaks or spills must be reported to the City POC. This includes
oils, solvents, or anything that can change the environment. The City
carefully monitors their environmental impacts, and the City POC will have
access to many resources and services to help control leaks and clean up
spills.
C. Contractor will receive and sign Environmental Management Services (EMS)
Contractor packet.
8. ACCESS TO WATER FROM FIRE HYDRANTS
A. Contractors must request access to fire hydrants from plant staff prior
to connect anything to a fire hydrant.
B. Approved backflow prevention devices must be used.
9. DISINFECTION OF DRINKING WATER PIPING AND TANKS
A. Disinfection procedures must be pre-approved by Plant Operations Manager.
10. CONFINED SPACES AND LOCK—OUT/TAG—OUT PROCEDURES
A. All contractor personnel who participate in confined space entry or lock-out
tagout must have the appropriate formal training and be able to provide
proof of this training on request. Confined space areas will be pre-identified
by the City POC.
11. PLANT SPEED LIMITS
A. Observe plant speed limits, be aware of delivery and construction vehicles. Speed
Limit is 15 mph throughout the premises.
12. VALVES
Fart Collins
ATTACHMENT D
WATER TREATMENT FACILITY
CONTRACTOR REQUIREMENTS
A. Valves shall not be operated by any Contractor. Only Plant staff shall operate valves.
13. PARKING
A. It is preferred that personal vehicles of contract personnel park near the
construction trailers.
B. No parking is allowed in chemical receiving areas without prior authorization.
14. CITY CONTACTS
General Plant Contact Number: (970) 221-6690
Director of Plant Operations: (970) 221-6692
Plant Operations Manager (970)416-2155
Maintenance and Electrical Supervisor (970) 416-2514
ENVIRONMENTAL MANAGEMENT SYSTEM(EMS)PACKET
Water Production Division
City o 4316 W.Laporte Ave.
Collins
Fort Collins, 80521
970.221.6690
F6rt
970.221.6736-fax
fcgov.com
Verification Revision Approval Review Status
Initials EMM EMS Team CPC
Active
Date 5/22/2024 6/18/2024 6/18/2024
Dear Contractor or Vendor,
The City of Fort Collins has adopted an environmental policy that focuses on its environmental
responsibility and reflects the community's strong desire to protect the environment. This policy specifies
the need to comply with legal requirements and includes a commitment to continually improve
environmental performance. With the implementation of this policy, a number of policies and
procedures have been adopted at the Fort Collins Fort Collins Water Treatment Facility(FCWTF). The
purpose of this EMS Guide for Contractors and Vendors is to familiarize you with these policies and
procedures and to address how you will be affected.
An Environmental Management System(EMS),with ISO 14001:2015 certification, has been
implemented at FCWTF to achieve the City's goal of high environmental performance. In addition to
addressing in-house activities, the EMS requires that any party doing work within the FCWTF fence line
adhere to the relevant portions of the EMS. To fulfill this requirement, a list of procedures has been
developed for all FCWTF contractors or vendors to follow while working on site. This guide provides
an introduction to the EMS, communicates the environmental policy, and describes how you can help
FCWTF achieve its environmental goals.
If you have any concerns or questions regarding the information contained in this guide, please
feel free to contact FCWTF any time at(970) 221-6690.
Please reach out with any questions:
0 EMS Coordinator: Erik Monahan—emonahan(a'fcgov.com
The City of Fort Collins' Environmental Policy
SECTION
ENVIRONMENTAL STEWARDSHIP
nvironmental �-ommitmen
The City of Fort Collins is committed to conducting its operations in a manner
that is environmentally responsible and reflective of the community's strong
commitment to the environment, optimizing decisions that are inclusive of
the economy and social equity. They City will provide community leadership
by reducing its environmental impact while benefiting citizens,the economy,
and society. In order to meet or exceed these objectives, the City of Fort
Collins will:
Meet or exceed all legal compliance obligations and voluntary
commitments
Develop and implement programs for pollution prevention, energy
conservation and natural resource protection
Foster a culture through strong management commitment,
education and investment where all employees are empowered and
expected to proactively perform work in an environmentally
responsible manner
Commit to continuous improvement through establishing
measurable objectives for evaluating environmental performance
This environmental policy will be communicated to employees and
contractors and will be available to the public via the City's website.
iY,i,, M"M-wI •:4 Ali.
City Manager Date
Fort Collins Water Treatment Facility Significant Aspects
An EMS requires that a facility identify those activities,products, and services that have the potential to
impact the environment. These"environmental aspects" are then rated based on a defined set of criteria
to determine their significance. From this list, significant aspects identified, and specific environmental
objectives are formed. Controls are put in place to minimize environmental impacts associated with
these activities and objectives and targets are put into place to improve environmental performance
associated with these activities.
The significant environmental aspects of the FCWTF:
• WQL Building Efficiency
• Spills on Michigan Ditch(diesel, etc.)
• Solid Waste Stream Management (Recycling, etc.)
• Fuel Usage—General
• Instrument Reagent Disposal
• Solids Residual Disposal (Sludge)
The environmental objectives chosen for FCWTF:
• Maintain electrical power reductions
• Manage property and landscape to minimize environmental impact
• Reduce solid waste stream to landfill and divert waste streams to beneficial use, to the
greatest degree practical
Basic measures in responsible environmental management are required, and we encourage all of our
contractor partners to help us improve our environmental impacts in all aspects of our activities. Such
basic measures include limiting of unnecessary idling of vehicle engines; striving to be efficient in your
use of resources; recycling, reusing, or otherwise diverting waste to beneficial use, where possible; and
storage of regulated materials, such as fuel and oil, in compliance with regulatory requirements and our
Environmental Management System(EMS). Also,please be advised that our facility is subject to
implementation of a Spill Control, Containment, and Countermeasure (SPCC)plan,which requires
special handling of petroleum products and other oils being stored on site.
We welcome any ideas or suggestions of yours that may help our partnership be more environmentally
friendly. We value your role as our partner in environmental stewardship.
Emergency Evacuation Procedures
The Fort Collins Water Treatment Facility uses chlorine gas. Six tons of chlorine gas are stored on site.
In the event of a chlorine leak, an alarm will sound, requiring evacuation of the facility. All personnel on
site are required to follow the procedures in the flow chart below,provided in English and Spanish, to
facilitate safe evacuation and ensure that all personnel are accounted for. Additional copies of the flow
chart are available upon request.
CIN of Fart Calllna I v Apofetr rrnwrawed
Fit Collins
Chlorine Leak, Alarm Evacluation Procedures
Alarm
Sounds Contact Person
R'espons+blydres:
ww
_°� +�+ �•+ I } ���w••�y�y+��, I +� must be H
1-Evacuate I It ediatel� c ptwnelondrado
in a cairn and orderly mannero: • wear a high-visibility
„est
National Guard Armory • Instruct others
wring hert-arisibil ity
3324 La Pigrte Ave vests toremwethem
• Bring mobile phone and radio,if immediately • Check in with Armory
assailable Manager,or person in
charge of Armory
• Bring high-visibility vest,if immediately available Facilityimrnediately
• Gates will be lacked open upon arrival
■ Do NOT stop to fob out + Cheek fcgov email via
smartphonefor
master sheet&
contractor roster
• obtain from desk log
2-Assemble book.
-i ,ie Armor}-barking Lot and appoint a contact person obtain contraMr
Tom -ant ersonnel who have a radio ondaell hone ;tee l sheetf►rrarr
.wr,errwrr Nt contractor
suiperintendent
+ Take roll cal I
confirm all personnel
•e Q
_ �.,�. "'^�:;w.• are accounted for
t.., • Do not allow anyone
to levee
• Contact person wears a h igh-visibility vest + rounitor raft traffcc
+ All ottiers remove high-visibility vests but k4mo ra&o
crbnm cfeaar
+ Contact person takes roll call . Do NOT call the plant
• When muster sheet is available,ensure all personnel ha,V a in the first 3c mlm aes
been accounted for • only mweststalm
after 30 minutes
ancVor radio traffic is
ymet for nwre than
-Wat for Instructions fm;nutes
rf radro cones is
Contact person is the only person to request incident status ,W, TY,req-5t,
h0dent CornrnanderwilI send someone to give you the all-dear °iwident command I
+ Do NOT leave
L L)
+ Do NOT call the plant
+ Keep radio traf is dear for incident command
ClucM da Fort Coll Ina
F ur a.,ulggyyr w a
PLC'rk;o tiJ. G�Po Bs G9ups Js
Nd� uW aJ
Plrocedim entos die evacuacian por alarma de fuel de cloro
Su en a la Pmanrr de contucto
a I a rm a ResponsGbifidudes:
6ebrserperssrnaldela
Plante deTratamlent➢
de Aqua de Fart C.+nllins
(fGWTf,per sus sighs
1 i Euacue nmed'iatamente EningIL)con teliftna
adaa y rsdra
de manera tranquila yordenada halo: . We andnaaleco-de alta
visih8id2d.
La Armleria de la Guardia Na+cional' . lndiqueaacras
permn as
3324 LaPorte Arse Ch24E=&2tU
vimbi1id2d sue s Fos
• Lleve telefono m6vil V radio,si estan d!ispugMes de quiten-
inmediato. Repmatese con el
• Llewe ch:alew de alta visibilidad,si est5 disponible de L]irectmde Ia Arnena.
inmediato. m can la persona
encargad a de las
• Las puertas se bloquearan en posicion abierta. de la
• NO se detenga a usar el lector elertr6niro. a,nt+ia,
R• erinase an la 4'rmeria-WD sa inmediatamentrlga. rlespues de su Ilegada.
Retiiz el correo
rlertroni;u de f gow
^� �y 1r'Y icy los 1r1�� mediante el teelefmrra
L, — Reunase con I'os dermas■ inteligenteparaverla
hoja de recorvommicrrto
E n el estacionarrriento de la Armeria y des igne a una,persona de conraco del y la li=de cuntratis=
personal de planta que disponga de radio ytelgono celular. . Cans�ga eiribmde
reps ra de la rempcion.
ji r■r..r� r��r1t N Consign la haja de
. . ,� rmgi cie la punts
f� pars cmntrati=m del
7 7— superintendentede!
pase 4=.
Confirme que todo el
personal hayasido
a 10 persoR a de cramacto Ileaa un chaleco de alta visibilidad. com2biliaado-
■ No permits que nadie
■ Todos los demos se quirtan los chaleros de alta visibil idad. se vaya
■ La perwRa de cons am pasa lista. Supervise el trAmo de
■ Cuando se disponga de la hoja de reco noci miento,asegtirese de que radio,pera mrBrta Q3 W
eanrrl de nod^ia kbm.
todo el personal hays silo rontabilizado. ■ W 112me2 Ia plants en
+ Im primevns 30 minubm.
. So1iciber7est2do
rinicamente despuL de
30 minutes yfo cuaoda
el 3 - Espere 'instrucciones■ tmrtqufiodumdiaestc
trarxi�urb durarrte mss
Lu pearmm de aanladv es la amica que puede solicit-r el e=do del incidente. de 10 minutoc.
E1[rdff de buidEafts em bra a alguien pars irfmnnrk el estado de fuera de pdisro. Si er ne=grin el
corrtacta por radkh
• d�[i sarlga- salicitr:
• No Ilame a la plants.
"lraeaders r C[ur mwnd-
• Manteaga el traflco de radio libre pare recibir
indicariories sobre el incidence.
Environmental Management Procedures
The following information is supplied to contractors and vendors who perform work on site for the Fort
Collins Water Treatment Facility(FCWTF). The information presented below has been developed as
part of the facility's Environmental Management System(EMS). The intent of this information is to
make contractors and vendors aware of the EMS and to ensure conformance to applicable EMS
procedures and work instructions.
This facility provides drinking water to the public and all contractor and vendor activities can impact
drinking water quality. It is imperative that the following guidelines are followed without exception.
General°Environmental Management
■ Minimize idling of vehicles during any work operations.
■ Control fugitive dust emissions during any work operations and activities.
■ Do not excavate without the prior approval of appropriate FCWTF staff.
■ Follow all applicable Fort Collins Water Treatment Facility safety procedures.
■ Label, store, and dispose of any waste materials according to local, state, and federal regulations.
NO UNLABELED CONTAINERS ARE PERMITTED ON SITE.
■ Notify appropriate FCWTF staff if there are any hazardous wastes on site.
■ Recycle or dispose of all wastes in an appropriate manner according to all local, state, and federal
regulations.
■ Recycle all wastes to the greatest extent practical. Consultation from plant EMS team is available for
help in determining appropriate disposition of materials. In some circumstances, the plant MAY
allow disposal of certain recyclables in our on-site collection points, with special permission.
■ Notify appropriate FCWTF staff when a regulated material is being used on site(asbestos, PCBs,
oil, etc.).
■ Provide Safety Data Sheets (SDS) for all materials upon request.
im i
■ Do not discharge ANY material, including water, to storm water drains, sanitary sewer, or onsite
holding ponds without approval of appropriate FCWTF staff. Notify appropriate FCWTF staff if a
state-permitted discharge will occur.
■ Keep roadways and outside areas clean and free of debris.
Material Storage/Spills
■ Obtain approval for outside storage of materials from appropriate FCWTF staff.
■ Equip storage areas with adequate secondary containment of all regulated materials.
■ Label and store all materials according to Hazard Communication standard [29CFR1910.1200]. No
unlabeled containers are allowed.
■ Oils,petroleum fuels, and other materials regulated by 40CFRI 12 to be stored or transferred on site
must be incorporated into our SPCC plan. Please notify us of your intention to bring such materials
on-site, even temporarily, so that we can evaluate the applicability of 40CFR112. Storage of such
materials must provide secondary containment and monthly inspection reports will need to be filed
with FCWTF staff.
■ Close all chemical containers except when in use.
■ Have appropriate spill kits available.
■ REPORT ALL SPILLS OR RELEASES OF MATERIALS, OF ANY SIZE IMMEDIATELY to
FCWTF staff(970) 221-6690 and the Special Projects Manager. Contractors will follow up by
submitting a completed Spill Reporting Form.
Technical Services Supervisor(Environmental Coordinator): (970) 416-2524 office, (303) 565-6213
mobile
General Contact Number: (970) 221-6690 On-call Supervisor: (970) 203-3178
Director of Plant Operations, Water Production: Plant Manager: (970) 416-2155
(970)221-6692
Water Production Division
City o 4316 W.Laporte Ave.
Collins
Fort Collins, 80521
970.221.6690
F6rt
970.221.6736-fax
fcgov.com
Fort Collins Water Treatment Facility
EMS Guide for Contractors and Vendors Checklist
This form must be completed,signed,and returned to the City of Fort Collins Fort Collins Water Treatment Facility
(FCWTF).
NOTE: Please review the enclosed materials prior to completing this form.
Contractor/Company Name: Date:
Contact Phone Number: E-mail address:
✓ Read and understand the signed Environmental Policy for the City of Fort Collins
✓ Read and understand the Significant Aspects for FCWTF
✓ Read and understand the Emergency Response Policy for Visitors
✓ Read and understand the Environmental Management Procedures
✓ If you will be storing fuel,oil,petroleum products,or any other material covered by 40CFR112,read and understand
the SPCC plan.Agree to comply with requirements to train all staff on the SPCC,cooperate with FCWTF staff in
incorporating all fuel and oil storage and transfer operations into our site SPCC plan,and implement applicable
sections of the plan(Appendix I).
Environmental Agreement
My company will abide by all environmental regulations and policies when performing work at the FCWTF. My company
will ensure that the requirements of the EMS are adequately communicated to all personnel that may visit FCWTF.
For questions or additional information contact the City of Fort Collins Water Treatment Facility at(970)221-6690.
Signature: Date:
***This document is on an annual review cycle in the EMS Document Control
Matrix. Every time this document is reviewed, the most recent copy needs to
be sent to Purchasing ***
Rev. Effective Responsible Description of Revision
No. Date Person
001 11/18/2015 GDS Updated document control box format
Revised language regarding SPCC
002 08/10/2016 GDS Updated environmental objectives
Updated chlorine leak evacuation flow chart
003 6/13/2018 GDS Updated environmental policy, added plant
superintendent contact information.
004 01/16/2019 GDS Clarified language of environmental objectives
005 Ol/1/2020 GDS Added significant aspects, as per suggestion
from NSF auditor.
Corrected reference to MSDS to SDS.
Added emphasis (underline)that discharges
even of water must be coordinated with plant
staff.
Removed fuel usage from objectives list.
Added Ops pager to contacts
006 7/12/2021 GDS Updated job titles, added language more
strongly encouraging recycling of materials and
offering EMS teams assistance
007 6/13/2023 CHB Updated Phone Numbers and Job Titles. Added
the bolded statement above this table.
008 1/30/2024 EMM Added contact information and instruction to
reach out.
009 5/22/2024 EMM Updated with newly signed Environmental
Policy/Commitment.
O10 6/18/2024 1 CPC Full review completed. No revisions suggested.
City of Fort Collins
Water Treatment Facility Verification Revision Approval Review Status
Initials CHB EMS Team CHB
F6Citycf I I �I�,�+
rt oL`i1 lam Date Active
7/8/2024 7/10/2024 07/10/2024
Water Resources
&.Treatment Services
WTF EMS Document
Contractor Management Environmental Checklist
This form must be completed upon request, signed and returned before the contracted work commences.
Please reach out with any questions:
• EMS Coordinator: Erik Monahan -emonahan(ab-fcgov.com
NOTE: Please review WTF EMS Guide for Contractors and Vendors prior to completing this form.
The following information is to be filled out by the Contractor/Supplier.-
Contractor/Company Name: Date:
Project Name: Work Order/ PO#:
Contact Phone Number: Email Address:
City Project Manager Contact:
Activities or Work Description:
Briefly describe the activities or work to be undertaken by your company at the WTF site:
Waste Recycling and Disposal: Yes/No
Print date:1/18/2019 WARNING!This document is uncontrolled when printed. Page 1 of 6
Previous versions or printed copies may be obsolete.Verify current revisions using the most current electronic copy located at K:IEMS12015 EMS DocumentsO Operation18.1 Operational Planning&
ControllContractor Managemenh!'CWTF Contractor Mgmt Environmental Checklist Form 2017.doc.
Clty of
FC?rtr
Will the activities or work you perform generate any non-hazardous (e.g. construction debris)or
hazardous (e.g. asbestos, PCBs, etc.)wastes or other regulated materials?
If YES, list the amounts and the types of wastes expected and the proposed disposal/recycling method. Please recycle
wastes to the greatest extent practical. Plant EMS team members are available for consultation to determine best
disposal method:
Equipment Decommissioning: Yes/No
Will the activities or work you perform involve decommissioning of equipment which may contain fluids
or hazardous materials?
If YES, list the types of fluids and the method of removal and disposal:
Water Discharges: Yes/No
Will the activities or work you perform produce or cause the release of any process wastewater?
If YES, how will the wastewater be handled?Contractor equipment washed at the WTF site must be washed inside the
Source of Supply wash bay with written permission only.
Print date:1/1 812 0 1 9 WARNING!This document is uncontrolled when printed. Page 2 of 6
Previous versions or printed copies may be obsolete.Verify current revisions using the most current electronic copy located at K:IEMS12015 EMS DocumentsO Operation18.1 Operational Planning&
ControllContractor Managemenh!'CWTF Contractor Mgmt Environmental Checklist Form 2017.doc.
Clty of
FDrtr
Chemical Materials:
What chemical materials (oils, fuels, pesticides, hazardous chemicals, etc.)and/or equipment that may contain
chemical materials will you be handling or bringing on site to perform the contracted work? M.S.D.S.'s must be
provided to the Special Projects Manager for all chemicals brought or delivered to or used at the WTF. Any container
and/or tank that is intended to contain petroleum products needs to be reported and included in our site SPCC plan if
the storage capacity is greater than 55 gallons. All such containers will need to be provided with secondary
containment and inspected monthly, including filing of a monthly inspection report with the Special Projects Manager.
Will you be storing any materials on site which need to be incorporated into our SPCC plan, according to the definition,
above?
How will any chemical spills be addressed?
Stormwater Management: Yes/No
Does the activity to be performed require a state permit for a non-storm water discharge?
If YES, please describe the activity and list the permit number(s):
For any equipment washed on the WTF site, written authorization must be obtained by completing a Wash Bay
Authorization form.
Print date:1/1 812 0 1 9 WARNING!This document is uncontrolled when printed. Page 3 of 6
Previous versions or printed copies may be obsolete.Verify current revisions using the most current electronic copy located at K:IEMS12015 EMS DocumentsO Operation18.1 Operational Planning&
ControllContractor Managemenh!'CWTF Contractor Mgmt Environmental Checklist Form 2017.doc.
Clty of
FDrtr
Air Emissions:
Please list the process in place to control and minimize air emissions (e.g. Fugitive Dust Control Plan)
Safety: Yes/No
Have you received appropriate safety training from the WTF plant staff?
Have you received Arc Flash training?
Have you received training on facility evacuation procedures?
Reclamation: Yes/No
Will your activities require reclamation or reseeding?
If YES, please describe the activity and location(s):
All reseeding must use native grass species, as specified in our landscape management plan.
except where specifically approved by the WTF EMS team.
Print date:1/1 812 0 1 9 WARNING!This document is uncontrolled when printed. Page 4 of 6
Previous versions or printed copies may be obsolete.Verify current revisions using the most current electronic copy located at K:IEMS12015 EMS DocumentsO Operation18.1 Operational Planning&
ControllContractor Managemenh!'CWTF Contractor Mgmt Environmental Checklist Form 2017.doc.
Clty of
FDrtr
Environmental Management System (EMS): Yes/No
Are your employees aware of WTF General EMS Procedures as required by the Water Production
Manager and Project Manager?
Your employees must be trained on procedures applicable to the contracted work to be performed that may have an
impact on the environment. Please describe the training that your employees receive:
Please provide any additional information on how your activities may affect or protect the environment:
Environmental Agreement
My company and subcontractors that I may bring to the site will abide by all environmental regulations and policies
whenever on the project. My company will ensure that the requirements of the EMS are adequately communicated
to all personnel contracting on the project. Documentation will be made available upon request. The Project
Manager will communicate applicable changes of the Environmental Management System to my company.
Retraining of affected individuals will be conducted, as appropriate.
For questions or additional information contact the City of Fort Collins at 221-6690. Please note that a separate document
will need to be filled out and signed upon completion of the project.
Print Name: Title:
Signature: Date:
Special Projects Manager Review and Approval
A review of the above-submitted document has been found to be:
COMPLETE—approved, no further action is needed.
❑ INCOMPLETE—a response must be received by:
Project Manager Signature: Date:
Print date:1/1 812 0 1 9 WARNING!This document is uncontrolled when printed. Page 5 of 6
Previous versions or printed copies may be obsolete.Verify current revisions using the most current electronic copy located at K:IEMS12015 EMS DocumentsO Operation18.1 Operational Planning&
ControllContractor Managemenh!'CWTF Contractor Mgmt Environmental Checklist Form 2017.doc.
Clty of
FDrFU�t f15
REVISION HISTORY:
Rev. Effective Responsible Description of Revision
No. Date Person
001 2/12/13 Don Skold Added Wash bay(under Water discharges)
002 9/5/13 Ken Morrison Native grass reseeding requirement
003 8/12/2015 GDS Added references to, "regulated materials."
Added requirements for storage of petroleum
products to be incorporated in to our SPCC plan.
004 11/18/2015 GDS Updated document control box format
005 6/13/2018 GDS Added language that indicates grass seed mixture is
specified in our landscape management plan.
006 01/16/2019 GDS Reviewed, no revision required. Cleaned up some
formatting.
007 7/12//2021 GDS Added language more strongly encouraging
recycling and offering EMS team assistance.
008 7/8/2024 CHB Minor grammatical edits. Added reference to the
project completion document that will need to be
signed.
Print date:1/1 812 0 1 9 WARNING!This document is uncontrolled when printed. Page 6 of 6
Previous versions or printed copies may be obsolete.Verify current revisions using the most current electronic copy located at K:IEMS12015 EMS DocumentsO Operation18.1 Operational Planning&
ControllContractor ManagemenhFCWTF Contractor Mgmt Environmental Checklist Form 2017.doc.
Clty of
FDr S